Loading...
Landscape MaintenanceTable of Contents Section A. Notice to Bidders B. Bid C. Instructions to Bidders D. Specifications E. Key to Map F. Statement of Bidder's Qualifications G. References H. Bid Certification I. Contract 2011 Landscape Maintenance.doc 11:42 AM 2/20/2012 Section B Bid Landscape Maintenance 1. COST OF WORK: The undersigned, acting for and on behalf of contractor and having familiarized himself with conditions affecting the cost of the work and its performance and having carefully examined and fully understood the entire bid package, hereby affirms and agrees to enter into a contract with the Village of Oak Brook, Oak Brook, IL. To provide all supervision, labor, material, equipment and all other expense items to completely perform the work covered by all specifications for the work. The Village reserves the right to contract for 1 year with (3) 1 year options to renew at its sole option. The undersigned submits herewith his bid as follows: Paqe 1 AREAS AND REQUIREMENTS 1. VILLAGE COMMONS COMPLEX AND FIRE STATION NO. 2. All areas marked in YELLOW on the attached Village map shall be maintained on the following schedule. A. Mow I awns a minimum of once per week to maintain turf at a neat appearing two (21') height. Debris/litter shall be removed prior to mowing. Any accumulation of grass clippings, leaves or other debris shall be removed immediately upon completion of mowing operations. This includes parldng lot areas. B. Apply a high quality, slow release fertilizer, (Anderson's 25-5-15 Sulfur Coated Urea, or equal) three (3) times per season at the manufacturer's recommended times and application rates. C. Apply post -emergent herbicides (Trimec, or equal) during the spring and as further required to control broadleaf weeds. Apply pre -emergent herbicide (Trimec, or equal) in the spring for crabgrass control. Touch up sprays shall be done throughout the season to maintain weed control. D. Edge walks and curbs three (3) times, (spring, summer & fall) per season. E. Cultivate planting beds and around trees a minimum of once per month to maintain beds free of weeds, undesirable grasses, leaves and other debris. F. Prune and shape ornamental plant material (trees and bushes) twice per season using accepted horticultural methods. Only tree limbs that can be reached from ground level are to be pruned. G. Prior to beginning seasonal operations, all areas are to be cleared of winterkill, debris, leaves, and all other material that has accumulated during the winter months. Material shall be hauled away at contractor's expense and shall be incidental to the contract pricing. Village must be notified prior to when fertilizers and herbicides are applied. COST PER SEASON: 2012 2013 2014 2015 Village Commons Complex $ /A '150 Page 2 Fire Station No. 2 2. CUL-DE-SACS, MEDIAN STRIPS AND IMPROVED RIGHTS-OF-WAY. All areas marked in RED on the attached Village map shall be maintained on the following schedule. A. Mow areas a minimum of once per week to maintain turf at a neat appearing two (2") inch to three (3') inch height. Remove any accumulation of grass clippings, leaves or other debris that detracts from the health or appearance of the turf grass. No grass clippings are to be blown onto the roadway. B. Apply a high quality, slow release fertilizer, (Anderson's 25-5-15 Sulfur Coated Urea, or equal) two (2) times per season at the manufacturers recommended times and application rates. C. Apply post -emergent herbicides (Trimec, or equal) during the spring and as further required to control broadleaf weeds. Apply pre -emergent herbicide (Trimec, or equal) in the spring for crabgrass control. D. Edge walks and curb lines two (2) times (spring & fall) per season. E. Cultivate planting beds and around trees a minimum of once per month, or as needed to maintain beds free of weeds, undesirable grasses, leaves or other debris. F. Prune and shape ornamental plant material (trees and bushes) twice per season using accepted horticultural methods. Only tree limbs that can be reached from ground level are to be pruned. G. Prior to beginning seasonal operations, all areas are to be cleared of winterkill, debris, leaves and all other material that has accumulated during the winter months. Material is to be hauled away at Contractor's expense and shall be incidental to the contract pricing. Village must be notified prior to when fertilizers and herbicides are applied. COST PER SEASON 2012 $—M 01 So 0 2013 $ �O�il 2014 $ LM 0 2015 $-/q) /61 0 3. UNIMPROVED RIGHTS-OF-WAY All areas marked in BLUE on the attached Village map shall be maintained on the following schedule. A. Mow grass a minimum of every- three (3) weeks to maintain grass at a three (3') inch to five (5") inch height. Page 3 No grass clippings are to be blown onto the roadway. B. Apply appropriate herbicides (Trimec, or equal) once per season for the control of broadleaf weeds. The Village must be notified prior to the application of herbicides. COST PER SEASON: 2012 $ V/ C�' Q 2013 $ I &C36 2014 7,570 2015 $ y� 7 So 4, COUNTY RIGHTS-OF-WAY All areas marked in GREEN on the attached Village map shall be maintained on the following schedule. A. Mow grass a minimum of every three (3) weeks to maintain grass at a three (3") inch to five (5") inch height. Remove any accumulation of grass clippings, leaves or other debris that detracts from the health or appearance of the turf grass. No grass clippings are to be blown onto the roadway. B. Apply appropriate herbicides (Trimec, or equal) once per season for the control of broadleaf weeds. The'dillage must be notified prior to the application of herbicides. COST PER SEASON: 2012 $ C21 690 2013$i , V �1 0 2014 $ dl 770 2015 $ o�j.-)74 5. WELL HOUSES (#3, #5, #6,97) AND RESERVOIRS (#A& #B) All areas marked in PINK on the attached Village map shall be maintained on the following schedule. Page 4 A. Mow lawn areas a minimum once per week or as needed to maintain turf at a neat appearing 2" to 3" height. Remove any accumulation of grass clippings, leaves or other debris that detracts from the health or appearance of the turf grass. No grass clippings are to be blown onto the roadway. B. Apply a high quality, slow release fertilizer (Anderson's 25-5-15 Sulfur Coated Urea, or equal) two (2) times per season at the manufacturer's recommended times and application rates. C. Apply- post -emergent herbicides (Trimec, or equal) during the spring and as ftuther required to control broadleaf weeds. Apply pre -emergent herbicide (Trimec, or equal) in the spring for crabgrass control. D. Edge walks and curb lines two (2) times (spring & fall) per season. E. Cultivate planting beds and around trees a minimum of once per month, or as needed to maintain beds free of weeds, undesirable grasses, leaves or other debris. F. Prune and shape ornamental plant material (trees and bushes) twice (2) per season using accepted horticultural methods. Only tree limbs that can be reached from ground level are to be pruned. G. Prior to the beginning of seasonal operations, all areas are to be cleared of wniterkill, debris, leaves and all other material that has accumulated during the winter months. Material is to be hauled away at contractor's expense and shall be incidental to the contract pricing. H. NO FERTILIZERS OR HERBICIDES are to be used on top of either Reservoir. Prior to beginning of contract, the Village will identify and delineate such areas to the Contractor. The Village must be notified prior to the application of fertilizers and herbicides. COST PER SEASON.• 2012 $ q 0 L/ a 2013 $ 1 0 o 2014 $101090 2015 $ U) C 9 6. WESTCHESTER PARK All areas marked in ORANGE on the attached Village map shall be maintained on the following schedule. A. Mow a minimum of once per week or as needed to maintain turf at a neat appearing 2"-3" height. Remove any accumulation of grass clippings, leaves or other debris, which detracts from the health, and appearance of the turf grass. No grass clippings are to be blown onto the roadway. Page 5 B. Apply post -emergent herbicides (Trimec, or equal) during the spring and as further required to control broadleaf weeds. Apply pre -emergent herbicide (Trimec, or equal) in the spring for crabgrass control. Touch up sprays shall be done throughout the season to maintain control. The Village must be notified prior to the application of herbicides. COST PER SEASON 2012 $ ) 7 7 2013 $ L7 1-7,s 2014 $ �1 G S 2015 $ q) TOTAL COST FOR ITEMS #1 THOUGH #6. 2012 $�l���, 2013 $-/, 2014 $ 5-a/) 5-54' 2015 $ > 6) )ll 7. SALT CREEK BANKS All areas marked in PURPLE on the attached Village map shall be maintained on the following schedule. A. Mow banks of Salt Creek from North Village Limits to 22nd Street upon request of Public Works Director. Mowing shall be done to leave vegetation at a 3" to 5" height. (Approximate cutting per year 2 to 3) Page 6 COST FOR FIRST MOWING 2012 $ 900 2013 $ I Q Q 2014 $ c 2015 $� COST FOR EACH SUBSEQUENT MOWING 2012 $ Cj00 2013 $ q0 0 2014 $ 9c 3L- 2015 2015 $ -I 8. WEED TRIMMING MEDIANS All areas marked in BROWN on the attached Village map shall be maintained on the following schedule. A. Cut and remove all weeds from medians and curbs, and spray with anon selective herbicide to be completed on or about June 1, July 15, and September 1 of each year. COST FOR WEED TRIMMING MEDIANS 2012 $ ,� ��Od/per weed trimming and treatment 2013 $ 300/per weed trimming and treatment 2014 $ , % /per weed trimming and treatment 2015 $ % 0 /per weed trimming and treatment Page 7 TIME & AMTEML MISCELLANEOUS A4 TES TIME AND AIATERL4L R4 TES The following are hourly, daily and/or unit rates which apply as a part of the maintenance contract for extra work, special projects and emergencies that may arise during the contract period and not otherwise provided, used only after prior Village approval for each job. Hourly rates —Personnel Labor ivith hand tools 2012 $ -20 2013 $ 0 2014 $ 2015 $ Labor 700 power tools 2012 $ 2013 $ a 2014 $ �Q7 2015 $ a— I Supervisor 2012 $ 3 0 2013 $ 3 d 2014 $ 3 2015 $ 3 J MISCELLANEOUSRATES Sod installed per yard On unprepared ground (Labor & material) 2012' $ 2013 2014 $ 13-00 2015 $ 13-00 Sod installed per yard On prepared ground (Labor & material) 2012 $ 0 2013 $ 1U. S�6 2014 $ w 5 6 2015 $ Total cost for mmving One (I) acre vacant lot (Labor & equipment) 2012 $ C J 0 2013 $ �< 2014 $ 55 J 2015 $ J Page 9 Parkway Tree Planting And mulching (labor & Equipment, Vdlage Will supply trees) 2012 2013 2014 2015 2. COSTS: 3. 0 5. $2/tree $ c2-0 /tree $ 02 /tree $ 7 /tree �a q w�/k sd'; d /adwe The: undersigned contractor hereby affirms and states the prices quoted herein constitute the total cost to the Village for all work involved in the respective items and that this cost also includes all insurance, royalties, transportation charges, use of all tools and equipment, superintendence, overhead expense, all profits and all other work, services and conditions necessarily involved in the work to be done and materials to be fiunished in accordance with the requirements of the contract documents considered severally- and collectively. All bids shall be held valid for a period of ninety- (90) days after the bid due date. INSTRUCTIONS TO BIDDERS - The undersigned vendor/contractor shall comply with all Sections of the Bid Package which are incorporated herein by reference. TIME OF COMPLETION: Scheduling requirements are contained in Section D of the Bid Package. BID GUARANTEE: Not Applicable. Page 10 Firm Na Address: City, State, ZIP: Sipatw e: Name Printed: If a Cogmrati Page 11 l�J no _ /0/a q/c - Ij Notary Public - State of Illiffais My Cammission Expires Mar 3, 2015 ta_Z�_ tt Section C Instructions to Bidders RECEIPT OF BID: Wednesday, October 26, 2011 at 11:00 am prevailing time. BASIS OF BID: Sealed bids will be received until the above noted time and date. 3. BID DESCRIPTION: Landscape Maintenance. 4. PREPARATION AND SUBMISSION OF BIDS: A. The bid must be delivered to the office of the Purchasing Clerk, Village of Oak Brook, 1200 Oak Brook Road, Oak Brook, IL 60523 on or before Wednesday, October 26, 2011 at 11:00 am, at which time it will be publicly opened and read in the S. E. Dean Board Room of the Butler Government Center. Bids received after this time will not be considered and will be returned unopened. B. Each bid shall be submitted on the exact form furnished. All blank spaces for bid prices, unit costs and alternates must be filled in --in ink --in both words and figures if indicated. In case of any discrepancy in the amount bid, the prices expressed in written words shall govern. C. Each bidder must complete, execute and submit with its bid a certification that contractor is not barred from public contracting due to bid -rigging or bid rotating convictions on the form included with the bidding documents. D. Each bidder must submit a complete bid package including the following items: 1. Bid. 2. References 3. Statement of Bidder's Qualifications. 4. Bid Certification. 5. Contract (Signed). E. The bid shall be submitted in an opaque sealed envelope on or before the time stated and shall bear the name of the individual, firm, or corporation submitting the Bid and the Bid Name - "Landscape Maintenance". F. Bidders may attach separate sheets to the bid for the purpose of explanation, exception, alternate bid and to cover unit prices, if needed. G. Bidders may withdraw their bid either personally or by written request at any time before the hour set for the bid opening, and may resubmit it. No bid may be withdrawn or modified after the bid opening except where the award of contract has been delayed for a period of more than ninety (90) days. Paqe 1 H. In submitting this bid, the bidder further declares that the only person or party interested in the proposal as principals are those named herein; and that the bid is made without collusion with any other person, firm or corporation. I. The bidder further declares that he has carefully examined this entire Bid Package, and he has familiarized himself with all of the local conditions affecting the contract and the detailed requirements of this work and understands that in making the bid he waives all rights to plead a misunderstanding regarding same. J. The bidder further understands and agrees that if his bid is accepted, he is to fiunish and provide all necessary machinery, tools, apparatus, and other means to do all of the work and to furnish all of the materials specified in the contract, except such materials as are to be furnished by the owner (Village), in the manner and at the time therein prescribed, and in accordance with the requirements therein set forth. K. The bidder further agrees that if the Village decides to extend or shorten the work, or otherwise alter it by extras or deductions, including elimination of one or more of the items, as provided in the specifications, he will perform the work as altered, increased or decreased. L. The bidder further agrees that the Village representative may at any time during the progress of the work covered by this Contract, order other work or materials incidental thereto and that all such work and materials as do not appear in the bid or contract as a specific item covered by a lump sum price, and which are not included under the bid price for other items in the Contract, shall be performed as extra work. M. The bidder further agrees to execute all documents within this Bid Package, for this work and present all of these documents to the Village. N. The bidder further agrees to execute all documents within this Bid Package, obtain a Certificate of Insurance for this work and present all of these documents within fifteen (15) days after the receipt of the Notice of Award and the Contract by him. O. The bidder further agrees to begin work not later than ten (10) days after receipt of the Notice to Proceed, unless otherwise provided, and to execute the work in such a manner and with sufficient materials, equipment and labor as will insure its completion within the time limit specified within the bid, it being understood and agreed that the completion within the time limit is an essential part of the contract. P. By submitting a bid, the bidder understands and agrees that, if his bid is accepted, and he fails to enter into a contract forthwith, he shall be liable to the Village for any damages the Village may thereby suffer. Paqe 2 5. Q. No bid will be considered unless the party offering it shall furnish evidence satisfactory to the Village that he has necessary facilities, ability and pecuniary resources to fulfill the conditions of the Contract. Not Applicable. 6. FUEL SURCHARGE: 7. Fuel surcharge of 55% to be added to bill when retail price of gasoline is above $ 3.75 Price of gasoline to be determined by price published in the Sunday Edition of the Chicago Tribune, A. The Village is exempt from Federal excise tax and the Illinois Retailer's Occupation Tax. This bid cannot include any amounts of money for these taxes. B. To be valid, the bids shall be itemized so that selection for purchase may be made, there being included in the price of each unit the cost of delivery (FOB Destination). C. The Village shall reserve the right to add or to deduct from the base bid and/or alternate bid any item at the prices indicated in itemization of the bid. D. All bids shall be good for ninety (90) days from the date of the bid opening. 8. BASIS OF AWARD: The Village of Oak Brook reserves the right to reject any or all bids and to waive any informality or technical error and to accept any bid deemed most favorable to the interests of the Village of Oak Brook. In addition to price, the Village will consider: A. Ability, capacity and skill to fulfill the contract as specified. B. Ability to supply the commodities, provide the services or complete the construction promptly, or within the time specified, without delay or interference. C. Character, integrity, reputation, judgment, experience and efficiency. D. Quality of performance on previous contracts. E. Previous and existing compliance with laws and ordinances relating to the contract. Pace 3 F. Sufficiency of financial resources. G. Quality, availability and adaptability of the commodities, services or construction, in relation to the Village's requirements. H. Ability to provide future maintenance and service under the contract. I. Number and scope of conditions attached to the bid/proposal. Record of payments for taxes, licenses or other monies due the Village. Not applicable, except as indicated in Section D. 10. PAYMENT: The Village of Oak Brook authorizes the payment of invoices on the second and fourth Tuesday of the month. For consideration on one of these dates, payment request must be received no later than fourteen (14) days prior to the second or fourth Tuesday of the month. The Contractor shall submit request for payment with the appropriate waivers for the work on or before the twenty-sixth (26) of the month, on an approved payment request form, for work performed and material and supplies purchased, delivered and suitably stored on the job site and/or built into the work through the twenty-fifth (25) of the month. Request for payment shall be based on a basic contract schedule of values approved by the Owner. Request for payment for extra work and credits for deductions from the work shall be itemized and attached to the contract payment request as a sub -total amount due at the time of the payment requested and subjected to the terms of payment as provided herein. The Owner shall review each request for payment submitted and shall make payments of all items approved less retainage as set out below on or before the tenth (10) day of the month. The Owner may retain ten percent (10%) of each payment until the work is one hundred percent (100%) complete. The final payment constituting the unpaid balance of the cost of the work and the retention shall be paid by the Owner within thirty (30) days after work shall have been completed and accepted by the Owner's Representative and the contract fully performed. Payments made pursuant to the provisions to this agreement shall not be considered as evidence of performance or acceptance of work either in whole or in part and the Owner specifically reserves any and all rights under the contract of this agreement which shall not be considered waived when payments are made. Paqe 4 11. INDEMNIFICATION: The Contractor shall protect, indemnify, save, defend and hold forever harmless the Village and/or its officers, officials, employees, volunteers and agents from and against all liabilities, obligations, claims, damages, penalties, causes of action, costs and expenses, including without limitation court costs, insurance deductibles and attorney's fees and expenses, which the Village and/or its officers, officials, employees, volunteers and agents may incur, suffer or sustain, or for which the Village and/or its officers, officials, employees, volunteers and agents may become obligated by reason for any accident, injury to or death of persons or loss of or damage to property, or civil and/or constitutional infringement of rights (specifically including violations of the Federal Civil Right Statutes), arising indirectly or directly in connection with or under, or as a result of, this or any Agreement by virtue of any act or omission of any of the Contractor's officers, employees, subcontractors, and/or agents, provided that the Contractor shall not be liable for claims, obligations, damages, penalties, causes of action, costs and expenses arising solely by any act or omission of the Village's officers, officials, employees, volunteers and/or agents. The contractor shall hold the Village harmless for any and all claims for labor, material, apparatus, equipment, fixtures or machinery furnished to the contractor for the purpose of performing the work under the contract; and the payment of all direct and indirect damages to any person, firm, company or corporation suffered or sustained on account of the performance of such work during the time the contract is in force. 12. INSURANCE: Certificates of Insurance shall be presented to the Village within fifteen (15) days after the receipt by the contractor of the Notice of Award and the unexecuted contract, it being understood and agreed that the Village will not approve and execute the contract nor will the bid guarantee be returned until acceptable insurance certificates are received and approved by the Village Attorney. Each contractor performing any work pursuant to a contract with the Village of Oak Brook and each permittee working under a permit as required pursuant to the provisions of Article III of Chapter 12 of the Code of Ordinances of the Village of Oak Brook (hereinafter referred to as "Insured") shall be required to carry such insurance as specified herein. Such contractor and permittee shall procure and maintain for the duration of the contract or permit insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work under the contract or permit, either by the contractor, permittee, or their agents, representatives, employees or subcontractors. A contractor or permittee shall maintain insurance with limits no less than: A. General Liability - $2,000,000 combined single limit per occurrence for bodily injury, personal injury and property damage, provided that when the estimated cost of the work in question does not exceed $5,000, the required limit shall be $500,000; Paqe 5 B. Automobile Liability (if applicable) - $1,000,000 combined single limit per accident for bodily injury and property damage; C. Worker's Compensation and Employer's Liability - Worker's Compensation limits as required by the Labor Code of the State of Illinois and Employer's Liability limits of $1,000,000 per accident. Any deductibles or self-insured retention must be declared to and approved by the Village. At the option of the Village, either the insurer shall reduce or eliminate such deductible or self-insured retention as respects the Village, its officers, officials, employees and volunteers; or the Insured shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses to the extent of such deductible or self-insured retention. The policies shall contain, or be endorsed to contain, the following provisions: D. General Liability and Automobile Liability Coverage - (1) The Village, its officers, officials, employees and volunteers are to be covered as additional insureds as respects: liability arising out of activities performed by or on behalf of the Insured; premises owned, occupied or used by the Insured. The coverage shall contain no special limitations on the scope of protection afforded to the Village, its officers, officials, employees volunteers or agents. (2) The Insured's insurance coverage shall be primary insurance as respects the Village, its officers, officials, employees, volunteers and agents. Any insurance or self-insurance maintained by the Village, its officers, officials, employees, volunteers or agents shall be in excess of the Insured's insurance and shall not contribute with it. (3) Any failure to comply with reporting provisions of the policies shall not affect coverage provided to the Village, its officers, officials, employees, volunteers or agents. (4) The Insured's insurance shall apply separately to each covered party against whom claim is made or suit is brought except with respect to the limits of the insurer's liability. E. Worker's Compensation and Employer's Liability Coverage The policy shall waive all rights of subrogation against the Village, its officers, officials, employees, volunteers and agents for losses arising from work performed by the insured for the Village. Each insurance policy shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail has been given to the Village. Each insurance Paqe 6 policy shall name the Village, its officers, officials and employees, volunteers and agents as additional Insureds. Insurance is to be placed with insurers with a Best's rating of no less than A: VII. Each Insured shall furnish the Village with certificates of insurance and with original endorsements effecting coverage required by this provision. The certificate and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. The certificates and endorsements are to be on forms approved by the Village and shall be subject to approval by the Village Attorney before work commences. The Village reserves the right to require complete, certified copies of all required insurance policies, at any time. Each insured shall include all subcontractors as insureds under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. 13. SAFETY: The contractor and any subcontractors shall comply with all the provisions of the Federal Occupational Safety and Health Act of 1970 (84 Stat. 1590), as amended. ' 14. NON -DISCRIMINATING: The Vendor, its employees and subcontractors, agrees not to commit unlawful discrimination and agrees to comply with applicable provisions of the Illinois Human Rights Act, the U.S. Civil Rights Act and Section 504 of the Federal Rehabilitation Act, and rules applicable to each. 15. PREVAILING RATE OF WAGES: All wages paid by the Contractor and each subcontractor shall be in compliance with The Prevailing Wage Act (820 ILCS 130), as amended, except where a prevailing wage violates a federal law, order, or ruling, the rate conforming to the federal law, order, or ruling shall govern. The Contractor shall be responsible to notify each subcontractor of the wage rates set forth in this contract and any revisions thereto. If the Department of Labor revises the wage rates, the revised rate as provided by the public body shall apply to this contract and the Contractor will not be allowed additional compensation on account of said revisions. Contractor will comply with the Illinois prevailing wage law, as amended from time to time. Not less than the prevailing rate of wages as found by Owner or the Illinois Department of Labor shall be paid to all laborers, workers and mechanics performing work under the Contract. If the Department of Labor revises the prevailing rate of wages to be paid laborers, workers or mechanics under the Contract, Owner will notify Contractor and each Subcontractor of the change in the prevailing rate of wages; provided, however, regardless of whether Owner gives such notice, the revised prevailing rate of wages shall apply to the Paqe 7 Contract and Contractor shall have the sole responsibility and duty to pay, and ensure that all Subcontractors pay, the revised prevailing rate of wages to each person to whom a revised rate is applicable. Revision of the prevailing wages shall not result in an increase in the Contract sum or other cost to Owner. Contractor shall indemnify, defend and hold Owner harmless from any loss, including but not limited to Owner's attorneys fees, resulting from Contractor's failure to comply with this prevailing wage clause. All bonds applicable to the Contract shall include a provision as will guarantee the faithful performance of the obligation to pay the prevailing rate of wages. The Contractor and each subcontractor shall make and keep, for a period of not less than 3 years, records of all laborers, mechanics, and other workers employed by them on the project; the records shall include each worker's name, address, telephone number when available, social security number, classification or classifications, the hourly wages paid in each period, the number of hours worked each day, and the starting and ending times of work each day. The Contractor and each subcontractor shall submit monthly, in person, by mail, or electronically a certified payroll to the public body in charge of the project. The certified payroll shall consist of a complete copy of the records. The certified payroll shall be accompanied by a statement signed by the contractor or subcontractor which states that: (i) such records are true and accurate; (ii) the hourly rate paid to each worker is not less than the general prevailing rate of hourly wages required; and (iii) the contractor or subcontractor is aware that filing a certified payroll that he or she knows to be false is a Class B misdemeanor. Upon 2 business days' notice, the contractor and each subcontractor shall make available for inspection the records to the public body in charge of the project, its officers and agents, and to the Director of Labor and his deputies and agents at all reasonable hours at a location within this State. The Contractor and each subcontractor shall permit his/her employees to be interviewed on the job, during working hours, by compliance investigators of the Department or the Department of Labor. 16. COPIES OF DOCUMENTS The number of copies of Contract and Bond required to be executed is as follows: a) Two (2) original counterparts of the Contract documents will be required to be executed. 17. EXECUTION OF DOCUMENTS The Contractor, in signing his Bid on the whole or on any portion of the work, shall conform to the following requirements: Paqe 8 Bids signed by an individual other than the individual represented in the Bid documents shall have attached thereto a power of attorney evidencing authority to sign the Bid in the name of the person for whom it is signed. Bids which are signed for a partnership shall be signed by all of the partners or by an attorney-in-fact. If signed by an attomey-in-fact, there shall be attached to the Bid a power of attorney evidencing authority to sign the bid, executed by the partners. Bids which are signed for a corporation, shall have the correct corporate name thereof and the signature of the President or other authorized officer of the corporation manually written below the corporate name. If such Bid is manually signed by an official other than the President of the Corporation, a certified copy of a resolution of the board of directors evidencing the authority of such official to sign the Bid should be attached to it. Such Bid shall also bear the attesting signature of the Secretary of the corporation and the impression of the corporate seal. The Contract shall be deemed as have been awarded when formal notice of award shall have been duly served upon the intended awardee. 18. EMPLOYMENT OF ILLINOIS WORKERS DURING PERIODS OF EXCESSIVE UNEMPLOYMENT: The Contractor shall comply with all Illinois statutes pertaining to the selection of labor. Whenever there is a period of excessive unemployment in Illinois, which is defined herein as any month immediately following 2 consecutive calendar months during which the level of unemployment in the State of Illinois has exceeded 5 percent as measured by the United States Bureau of Labor Statistics in its monthly publication of employment and unemployment figures, the Contractor shall employ only Illinois laborers. "Illinois laborer" means any person who has resided in Illinois for at least 30 days and intends to become or remain an Illinois resident. Other laborers may be used when Illinois laborers as defined herein are not available, or are incapable of performing the particular type of work involved, if so certified by the Contractor and approved by the Municipality. The Contractor may place no more than 3 of his regularly employed non-resident executive and technical experts, who do not qualify as Illinois laborers, to do work encompassed by this Contract during a period of excessive unemployment. This provision applies to all labor, whether skilled, semi -skilled or unskilled, whether manual or non -manual. Paqe 9 19. CONTRACT TERM Contract shall commence on approximately April I" and continue through November 31" of each year. However, warm or cold spring and fall may require work beyond these dates. This contract will be awarded for a one year term with three one year options to renew based on the bid prices submitted for 2012 - 2015. Paqe 10 Section D Specifications Contractor shall coordinate all maintenance activities with the Director of Public Works or his designee. 2. Contract shall commence on approximately April 1St and continue through November 31" of each year. However, warm or cold Spring and Fall may require work beyond these dates. 3. Upon presentation of an acceptable invoice for work rendered in the prior month, the Village will pay the Contractor within the first twenty (20) working days after receipt of said invoice for all specialty and time and material work. For all routine monthly work, the Contractor will be paid in eight (8) equal monthly payments, beginning in May, provided said work is acceptable and a proper invoice is prepared and submitted. 4. Contractor shall remove from the Village all debris, including plant material debris, generated during the maintenance procedures upon the completion of each day's operations and shall include removal of all accumulations of leaves, paper, trash and other materials which detract from the landscaping in such places as shrubbery beds, fence lines, exterior building lines, parking lots and other places of maintenance. Debris, as indicated in the specifications shall be removed and disposed of at the contractor's expense. No debris shall be allowed to be blown or discharged onto paved areas. 5. Cancellation of Contract -The Village reserves the right to cancel all or part of this contract upon thirty (30) days written notice to the Contractor. Contractor shall furnish uniforms or shirts (in colors distinct from Village employees) to it's personnel while they are working for the Village. Such uniforms or shirts shall prominently display the name of the Contractor. Contractor shall not assign any right or interest under this Contract, or orders issued pursuant to the Contract nor delegate or subcontract any work or services without the written approval of the Village. 8. The Contractor is responsible for any and all damage caused through improper maintenance procedures and/or application of chemicals. Damage shall be repaired and/or replaced by the Contractor at no charge to the Village. All State and Federally regulated chemicals shall be applied by licensed persons only. All chemicals shall be used according to the manufacturer's directions. Personnel must carry appropriate license(s) at all times and must show same upon request of the Village. 10. Approximate acreage of project - 70 acres, plus or minus 20%, Contractor to determine acreage. Page 1 11. Village reserves the right to add, delete or modify areas. Cost for added and/or deleted areas to be negotiated between Village and Contractor. Contractor shall remedy to the Village's satisfaction any legitimate concern within five (5) working days of notification of the concern. If the Contractor fails to remedy the concern within the five (5) working days, the Village shall withhold an appropriate sum of money from the monthly payment until the remedy has been completed or hire another contractor to perform the specific remedy and withhold sufficient payment from the contractor for all expenses incurred. Page 2 Section E Key To Map 1. Cul-de-sac and area bounded by; house property on north, end of pavement on south, Meyers Rd. on east, and dead-end street on west. 2. Median on Meyers Rd. from 35th St. on north to 38th St. on south. 3. Well House #6 - area bounded by Meyers Rd. on west, pond on east, iron stake then tree line on south and 31 st St. on north. 4. Reservoir B - area bounded by access road on east, fence on west, manhole on access road extended west on north, and ComEd pole extended west on south. Additionally, east/west access road on both sides 15' and flaring out to the tree line on north and fence on south. 5. West Elevated Tank - area bounded by parking lot on north extended east to bush line, bush line jogging south then extending east to ComEd tower, ComEd tower extended south to fence, fence extended west to concrete spillway, spillway extended north to Tower Dr. 6. Well House #7 - area bounded by Midwest Rd. on west, tree line on north extended east to north/south tree line, then follow tree line to Toll Plaza road, Toll Plaza road extended west to Midwest Rd. 7. Castle Drive — west side from 16a` St. north to the Oakbrook Terrace Tower sign next to the street light, cut to fence line. West side cut to the tree line, north of the high pressure gas valves north to the Oakbrook Terrace Tower sign. 8. Three (3) median sections on 16th St. from Rt. 83 to Spring Rd. 9. Median on Spring Rd., between 16th St. and Harger Rd. 10. North Spring - east side of road from pavement edge to tree line, from 16th St. to beginning of concrete curb (area opens up just south of pavement curb). 11. Timber Edge Drive - (south side) - start at east side of Salt Creek bridge, cut to tree line and fence line east, south/east to York Woods Forest Preserve entrance off Harger Rd. Continue west, south/west along Harger Rd. to Hyatt Hotel entrance just east of Spring Rd. Timber Edge Drive - (north side) - start at fence line just east of Salt Creek bridge, cut area between north side of pavement and fence and extend east to end of fence, then extend southeast to Harger Rd., cutting down north slope face. Continue west, southwest along Harger Rd. to old Harger Rd. located at the end of Yorkshire Woods to the east cut along fence southwest to end of roadway, then continue on Harger Rd. to Salt Creek bridge, cutting to tree line. Page 1 12. Cut slopes of Harger Rd. access to York Rd. (all sides) extend southeast to include to tollway fence, including both sides of the bike path to the tree line. 13. Cut un -curbed island where York Rd. northbound/Wood Glen Lane access road turns off York Rd. Additionally, cut west side of access road from edge of pavement to fence line, extending south approximately 270 ft. Cut area bounded by York Rd. on east, frontage road on west, tollway fence on south, and access road on north. 14. Reservoir A - area bounded by York Rd. on west, tree line, and tollway exit road on north, east, and south. 15. Well House #5 - area bounded by Windsor Dr. on west, fence line on north, parking lot on east and south. 16. Cut cul-de-sac island, north end of Swift Dr. 17. Cut cul-de-sac island, south end of Swift Dr. 18. Medians on York Rd. just north of 22nd St. and in front of 2000 York Rd., west side York Rd. along bike path from tollway bridge to traffic signal at tollway ramp. 19. Two (2) median sections on York Rd., south of 22nd St. to Golf Dr. 20. Area bounded by 22nd St. on north, fence line on south, Windsor Dr. on west, and I-294 bridge on east. 21. Cul-de-sac island, end of Windsor Dr. and both sides of bike path, bounded by tree line and fence from 22nd St. to cul-de-sac of Windsor Dr. 22. North side of 22nd St. from Clearwater Dr. to Salt Creek, bounded by south pavement edge of Hunter Dr. to north pavement edge on 22nd St. 23. Fire Station No. 2 - area bounded by 22nd St. on south, Enterprise Dr. on west & north, and parking lot and drive of 721 Enterprise Dr. on east. 24. Cul-de-sac island at north end of Enterprise Dr. 25. Two (2) cul-de-sacs islands at the east end of Commerce Dr. 26. On 22nd St. - all grass medians from Spring Rd. to I-294. 27. 22nd St. and I-88 bridge — two (2) each side, triangular pieces bounded by tollway, 22nd St. and fences. 28. Jorie Blvd. - all medians from 22nd St. south to Kensington Rd. Page 2 29. On 31" St. —all grass medians from Regent Dr. east to Spring Rd, including north side of 31st Street starting at the DuPage Mayors and Managers Entrance going west to Rt. 83. 30. 31st St. and Rt. 83 interchange — on nw, sw, and se quadrants mow infield only. On the ne quadrant, mow infield plus 15' north & east of outside guard rail and from guard rail to curb. 31. St. Paschal Dr. - north & east side from edge of pavement to fence line. West & south side, from edge of pavement to forest preserve boundary (tree line varies quite a bit in this area). 32.35 Ih St. — north side, from edge of pavement to the ditch line/tree line, from the west edge of St. Paschals Dr. up to the entrance to Covington subdivision. From there, extend west along fence line/bike path to end of bike path, south side, edge of pavement to tree/fence line, Oakwood to Midwest Rd. 33. Triangular area nw comer of Midwest Rd. and 35th St. — area bounded by Cass Ct. on the west, fence line/bike path on the north and east, Midwest Rd. on the south. 34. Grass medians on 31st St. — Spring Rd. to York Rd. 35. North side of 31st St., from Spring Rd. east to Grant Rd. — cut to tree line north of bike path. 36. South side of 31St St., from Spring Rd. east to 5013 I't St. (Christ Church) cut to forest preserve boundary. 37. All vacant lots within shaded area extending to 31St St. on the south. 38. Area west of York Rd. bounded by the north boundary of 3824 York Rd. on the south, Spring Rd. on the north, tree line and drives on the west, and York Rd. on the east. Also, cut the area on the east side of York Rd. directly across from above area. 39. On Glendale Rd., north side, from Washington St. west to village limits — cut to tree line. 40. On 35h St. — Adams Rd. to Rt. 83, both sides to tree line (tree line opens up considerably once adjacent to horse stables on the south side). West of metering station, cut to fence and cut to tree line north and south. 41. Spring Rd. — from 31 St St. south to Washington, cut both sides to tree lineibike path. On east side, continue mowing to across from 3719 Spring Rd. 42. York Rd. east side — at 420 31st St. and 3005 York Rd., cut back of curb, to 5' east of bike path. Continue north to Windsor, cut back of curb to fence line/tree line. From 2717 York Rd. to the end of 11 Dover, cut back of curb to tree line. From 9 Dover to Dover Dr. curb line, cut back of curb to tree line east of bike path. 43. York Rd. west side — from 31st St. north to 22nd St., cut to bike path. Page 3 44.22 d St. — south side from Salt Creek bridge to York Rd., cut to bike path. 45. Village Commons (including Village Hall, Public Works, and Fire Station No. 1). Area bounded by Jorie Blvd. on the west, tree line just east of Spring Rd. on the east, 31St St. on the south, and the tree line just north of the bike path on the north. 46. Kensington and Kensington Ct. — two (2) cul-de-sac islands. 47. West side of Stafford Ln, behind 2615 York Rd. south to behind 2707 York Rd., cut to tree line. 48. South edge of property at 3622 York Rd. on Wennes Ct., cut from edge of pavement on Wennes Ct. to tree line. 49. On Adams Rd. — west side from Spring Rd. south to end of bike path, cut to tree line west of bike path. East side from Spring Rd. south to 35h St., cut to tree line. West side at 3804 Adams Rd., from edge of pavement to tree line. East side across from 3804, cut from edge of pavement to tree line. 50. Rt. 83 — Center median starting 200' north of 16th St., south to the end of ramp south of 31St St. 51.22 nd St. — Center median starting at lst traffic signal west of Rt. 83 going east to Spring Rd. 52. Spring Rd.- Center median from 22nd St. to grass median north of Harger Rd. 53. York Rd. — Curb lines and center median starting 200' north of Harger Rd. going south to the grass median south of I-88. Page 4 Section F Statement of Bidder's Qualifications All questions must be answered and the data given must be clear and comprehensive. This statement rhust be notarized. If necessary, questions may- be answered on separate attached sheets. The Biddei may submit any additional information he or she desires. 1. Name of Bidder: f 6 / y(Q yj 2. Permanent main office address: �g1t0 3. When organized: 1 h 12RZ(A CA Loll 49L®O (%' 4. If a'corporation, where incorporated: �T_ (� /ff 5. How many y ears have you been envaged in the contracting business under your present firm or trade name: 6. Cororacts on hand: (Schedule these, showing amount of each contract and a appropriate acrti6pated dates of completion) 7. General character of work performed y -our company- H4 41?�IVI_e A1112� 8. Have you ever defaulted on a contract: A10 9. List„ on an attached sheet, the more important projects recently completed by your comparry-, statiirg the approximate cost for each, acidna month and year completed. Include a cPntac pers6n and phone # for each. --� C /, PT 4f)(R n,P A -C -r- T h-tY CGS/ _ 10. List -our major equipment available for this contract —7r-17 , .. - .- I ] 11. Exp 12. Bac offs 4:24 13. Cre in work similar in importance to this project: and available: of the principal members of your organization, including the ,I- - _ . Page 1 &6'07,6 14. Bank refermce: 1-1,9414 15. Will fou, upon request, fill out a detailed financial statement,gpd fnvsh ally other information that may be required by the Village of Oak Brook: n 1J(/—� 16. The undersigned hereby authorizes and requests any person, firm, or corporation to fiunish any information requested by the Village of Oak Brook in verification of the recitals comprising this Statement of Bidder's Qualifications. DATED at Illinois this 0 STATE OF IL.IJNOIS ) ) SS. COUNTY OAF ) LL app I/ * ��being duly sworn deposes and says that he is the 4' fY6I t — ff /n / 4 a ri,4a6PL d that the answers to the foregoing questions and all statements therein contained ke tr6e and correct. SU13SCRIBP-D and sworn to before me this 'Zb day of c" > 011 Public Notary Public •State of Illinois My Commission Expires Mar 3. 2015 Page 2 Section G References Bidder shall supply the following information listing at least five customers for which the bidder has supplied a similar type of commodities, service, or construction. 1. Company Name: Address: c;?O)�-7 (IJ�2��L1�d,lG Phone #: O I -7 Contact: 2. Company Name: i/, Address: Phone #: Contact: Z -r ?� 2�rM�«ltira�„j 3. Company Name: L,'/ Address: -711 / Ci��rn /�i�,� Phone #: o 7 -( ')— o� 3 l 7� —�/ Contact: 4. Company Name: Address:/V - Phone #: 7 )r Contact: 5. Company Name: Address: 17"�— Phone #: Contact: ll�in� sl a C KSc L -k- iia - S --//Ca - c/ 7a 5— AT c'Ie� Citi 6. nag yCI Page 1 006441 i i i Section H Bid Certification The undersigned, being fust duly- sworn an oath, deposes and states that he has the authority to make this certification on behalf of the bidder !for the construction, product, commodity, or service briefly described as follows: i "Landscape Maintenance" (A) The undersigned certifies that, pursuatnt to Chapter 720, Section 5/33E of the Illinois Compiled Statutes, 1993, the bidder is lot barred from bidding on this contract as a result of a conviction for the violation of State oIllinois laws prohibiting bid -rigging or bid -rotating. (13) The undersigned states under oath than pursuant to Chapter 65, Section 5/11-42.I-1 of the Illinois Compiled Statutes, 1993, the bidder is not delinquent in the payment of any tai: administered by the Illinois Department, of Revenue. (C) The undersigned certifies that, pursuant to Chapter 775, Section 5/2-105. of the Illinois Compiled Statutes, 1993, the bidderihas a written sexual harassment policy in place including the following information: 1 1. An acknowledgment of the illegality of sexual harassment. 2. The definition of sexual harassment under State law. 3. A description of sexual arassment, utilizing examples. 4. The contractor's internal complaint process including penalties. 5. The legal recourse, investigative and complaint process available through. the Illinois Department of Human Rights and the Human Rights Commission. I 6. Directions on how to co�itaet the Department or the Commission. This business firm is: (check one) I Corporation _Pftership Individual SUBSCRIBED AND SWORN TO before e this tQC'� day of 20)/. Notay Public Page 2 02/20/2012 13:49 FAX Feb. 20. 2012 12;25PM Section x village of Oak!Brook CoittraO [1001 No, phl4 r• Laudscaipe Maintenance 1 TMS AGItEEmFNf, made and wneluded this ay o TLPI 2011 botween the Villa;o of Oak Brook, a municipal corporari n, actwg,by d tlaro its President and Board GI' Tttistees, known as VILLAt�, mrd � Q.�r /�'' �. his exocutdrs, administrators, suacessars or assigns, known as CONTRACTOR 2 V7nNEssEnl: 1het far and inj consideration of the pay'meuts and agreements mentipned in the Bid hereto aftached, to be made and performed b}- the VILLAGE, and according to the fel-m% etcpressed iu the Bond W applicable) referring to these presents, the l aa CONTRACTOR Weer, 4t thein awn proper cost and "Pen"' to do OR 'Fork, ance with the plapa ish n materials and all labor nooessmt to complete, the stork in accordns and Spedfleadous horein4fter described, and in 'hill compliance with all of the terms of this Contract 3. And it is also understood md_agreed re Bid Package hereto attached, approved try• the VILLAGE this jla> of 2011, are all essential documents of this contracl and are a part hereof ' 4. Contract shall oonunance, on approximately April I" and dorrtinue through November 314 of each yew, statting in 2012. HOWOvor, warm ar cold spring and fall ma.}' retluire work beyond these dates. This contiectwill be awarded for a one} ear'Mm'With three one year Options to renew based on the biId prices submitted for 20T2 - 2015. 5. IN app -M$ wSMEOF, ihle sad parties have exemited these presents on the above nleutio11ed date. Page 1 (If a Co-Pannership) (If an Individual) Part}' of the Second Part Page 2 submitted Brook, Dt 1. An a4 2. The de: 3. A decd 4. The co, 5. The 1e 6, Dit 7. An 101 SEXUAL CERTIFICATE _ Here referred to as "Contractor having oposal for q CFS to the Village of Oak sok Counties, Illinois, hereb;i775 ' certifies that said Contractor has a written sexual m place in full compliance ;it 775ILCS 5/2-105(A)(4) including the following wledgment of the illegality of s ition of sexual harassment undo tion of sexual harassment, utih2 actor's internal complaint proce L recourse, investigative and int of Human Rights and the Hi on how to contact the Deparm uledgment of protection of a c Human Rights Act Each contratKor must provide a copy of such Rights upon;request. I I i I Subscribed.and swom to before meths S6 day of t7 20 t 1 . Lid � Notary- p le aal harassment ,tate law, examples. including penalties. :)mPlamt process available through the Illinois an Rights Commission. t or the Commission. Plaint against retaliation as provided in Section 6 Pa6e'3 Notary public -State of Illinois My Commission Expires Mar 3, 2015 CONTRACTOR'S CERTIFICATIONS (CONTRACT EXECUTION) having executed U contract for 1.,with the VILLAGE, Hereby certifies that said contractor ii; nbt barred from executing said contract as a result of aviolatioii of either Section 5/33E-3 or 5/33Eb4 of Chapter 720 of the Illinois Compiled Statutes. (DRUG-FREE WORKPLACE) Contractor deposes, states and certifies it will provide Section 3 of the Illinois Drug Free Workplace A6t, bei lcl� �r���►sl�; Title: all Subscribed and Sworn to before me this Zb day of rY�ob 1 , 20 1( . Kctw—fl u ` is a drug free workplace by complying with Title: /` /L� ylG('61,1� Title of Contractor's Executing Officer My Commission Expires: of S Page'4 -SEAL- Notary Public - Slate of Illinois My Commission Expires Mar 3, 2015 KGI LANDSCAPING P.O. BOX 265 Skokie, II, 60076 847-675-4221 Fax: 847-679-4221 kgilandscaping@.gmail. com Comyanv Narrative This project requires qualified individuals with a great concern for and history of quality work. Like KGI Landscaping, more concern is for results, rather than good presentations and pictures Our history and previous work supports this statement, without any doubt. We plan to have two (2) crews of four (4) people. These crews will be supervised by a Manager with a Masters Degree title, a Forester with a horticultural background. Please see Resumes attached indicating more experience than required on this project. If more people are needed on this project than we have, we will hire to accommodate this project. Towns like Wilmette, Winnetka and Skokie and Niles have taken full advantage of our expertise, Chicago Park District can do the same. Pictures and a video with previous and present work is included in our Bid Proposal. KGI LANDSCAPING PO BOX 265 Skokie, IL 60076 347-675-4221 Fax: 347-679-4221 kgilandscaping- amail.com kgil andscap ing. coin CURRENT PROJECTS - 2011 Village of Skokie West Dempster Street Landscape Maintenance • General Inspection • Litter Removal & vacuuming • Furniture & hardscape maintenance • Graffiti removal & vandalism repair • Pruning • Weed Control • Spring bed maintenance • Syringing/flushing plant material • Soil Testing • Fertilizing ^ • Soil moisture monitoring • Watering • Dividing Perennials • Fall be clean up • Gypsum application • Mowing • Mulching • IPNI applications • Brick paver repair • Brick paver replacements .• Perennial replacements • Shrub replacements Contract Amount: $63,750.00 Contract Duration: January 201 I - December 2011 2004 -Present Village of Skokie Channel Park Mowing & Landscaping Services • Mowing Services L various locations • Line Trimming • Litter Removal • Weed Control • Edging Contract Amount: $36,092.00 Estimated Completion Date: November 2011 2004 - Present Village of Skokie Downtown Landscaping R. Fixture Maintenance • General Landscape Maintenance • Hardscape Maintenance • Litter Removal • Weeding • Integrated Pest Management Program • Soil Testing • Fertilization Programs • Mulching landscaped areas • Pruning shrubs as required • Dividing Perennials • Flower & Foliage Care • Landscape Bed Clean Up • Soil Moisture Monitoring • Watering • Mowing & Turf Maintenance • Salt Damage Control & Assessment • Holiday Decor & Lighting Installation Contract Amount: $43,560.00 Contract Duration: January, 2011 - December 2011 2004 - Present Village of Skokie Main Street Landscape Median Maintenance & Services A. • Litter Removal • Weeding • Integrated Pest Management • Mulching • Pruning • Dividing Perennials • Flower Foliage Care • Landscape Bed Clean Up • Soil Moisture Monitoring • Watering • Salt Damage Control Contract Amount: $19,234 Contract Duration: January 201 t -.December 201 t 2004 - Present Village of Skokie Hanging Basket Installations / Maintenance • Hanging Basket Design • Hanging Basket Installation • Hanging Basket General Maintenance • Watering • Integrated Pest Management Pro gran • Furnish Annuals Contract Amount: $65,725.00 Contract Duration: March 2011 - October 2011 2006 - Present (1 year in between we did not handle this contract) Village of Skokie Skokie Police Station Landscape Management • Mowing • Fertilization applications • Leaf removal • Edo" • Plant bed maintenance • Pruning / Weed Control • Spring Clean Up • Pest Management Contract Amount: $4,000.00 Estimated Completion Date: 11,130/2011 Village of Skokie Southeast / East Industrial Districts Landscape Maintenance • General Inspection • Litter removal • Brick paver sweeping • Graffiti removal & minor vandalism repair • PruninglWeed Control • Spring bed maintenance • Fertilization applications • Soil Moisture Monitoring • Watering • Dividing perennials • Fall bed maintenance • Mowing • Integrated Pest Management Inspection • Mulching • IPM Applications • Plant Installation • Brick Paver Repair • Brick Paver Sealant Contract Amount $19,262.64 Estimated Completion: November 2011 Evanston/Skokie School District 65 Grounds & Landscape Maintenance Contract ,Amount $76,134 Anticipated Completion Date: 11/30/2011 2004 - Present City of Evanston Green Bay Road Landscape Maintenance Contract Arnount $54,113 Anticipated Completion Date: 12/31;11 2006 - Current KGI LANDSCAPING PO BOY 265 Skokie, IL 60076 847-675-4221 Fax: 847-679-4221 k.-ilandscal)in-,@,,ivail.com kgilandscaping.mai Related Experience Village of Skokie - Liz Zimmerman 847-933-8427 9050 Gross Point Road Skokie, IL 60076 2004 - Present Downtown Landscaping & Fixture Maintenance Hanging Basket Installation % Maintenance Main Street Landscape Median Maintenance & Services Dempster Street Maintenance Channel Park Maintenance Southeast / East Industrial Districts Maintenance Village of Mount Prospect Sandy Clark, Forest Grounds Superintendent 847/870-5640 1700 W. Central Road Mount Prospect, IL 60056 Over 5 years history working with Village Village of Wilmette Ivtarc.Koelper Streets Assistant Supervisor 8=47/853-7584 711 Laramie Wilmette, IL 60091 Landscape Maintenance Village of Wilmette Sod Installation/Parkway Restoration Snow Removal 2006-2010 Evanston/Skolve School District 65 Don Stevenson Director of Buildings & Grounds 847/859-8072 2017 Greenleaf Street Evanston, M 60202 Maintenance of all schools Dist. 65 Evanston/Skokie IL 2004 - Present Chicago Transit Authority Maureen Dunn Manager Field Operations 773/722-4070 567 Lake Street Chicago, IL 60661 Maintenance and Plant Installation of CTA sites - all transit lines 2006-1-010 Housing Authority of Cook County Patricia Montenegro 312-543-4725 175 W. Jackson Blvd., Suite 350 Chicago, IL 60604 2010 - Present Chicago Public School Sayre Language Academy William Lidel Engineer 1850 N. Newland Chicaeo, IL 60707 773-534-3351 3005-2010 W O i owl _ m DI 0 0 ami o0 x x 0 0 0 0 0 M m M yywO < < ro ro Y P m O O O Q Q O Z Q Q z Q Q Z Z Z 40' N K Z Z Z Znoj K W O a a > Q 6 Q Q >>> U U>> W a aQ J} a 7 a .J W 0 0 0 0 0 a a a a a a o a a a o 0 a a° pmj U U U U U S S 7 S O 7 U>> S U U S 7 a U U U U W Q qQq Q Q Y Y Y Y Y U U U U U m J W m m m m W N 33 NzNZNzzNUU< <<<° 1W z Z Z z ° 0 0 0 0 0 0 0 0 0 0 0 Q¢ Q Q Q Q Q Q¢ 2 W J J J J J J J J J J J O m m m m m m m m m m m m U U U U U U U U U U I--i�ImIII�—IIl1�lrl�l-'°I11�21e111 IN IMIa ti m Y o Oy Z ZQQ N_ 00 N Wo Q Q Q } Z Z U J U W W U U K W m o 3 g>¢ o o 5 o o o a o 0 Z U U �_= U S= O Q Q U U Q U U U U 7 OwlW7 (9 � � rt � w W w w W W W W W U C9 U' ° O O m ° ° ° W w W W W W W W W S S=_ O r N M T� [D n ml lrnlnl^I�.'I r� aoo M °O rn m rn w rn rn O° m U U ----------- 0 r1 p 4 N a W U m a o m y in x m M m N M m° m m 0 0 ami o0 x x 0 0 0 0 0 M m M yywO < < ro ro Y P m O O O Q Q O Z Q Q z Q Q Z Z Z 40' N K Z Z Z Znoj K W O a a > Q 6 Q Q >>> U U>> W a aQ J} a 7 a .J W 0 0 0 0 0 a a a a a a o a a a o 0 a a° pmj U U U U U S S 7 S O 7 U>> S U U S 7 a U U U U W Q qQq Q Q Y Y Y Y Y U U U U U m J W m m m m W N 33 NzNZNzzNUU< <<<° 1W z Z Z z ° 0 0 0 0 0 0 0 0 0 0 0 Q¢ Q Q Q Q Q Q¢ 2 W J J J J J J J J J J J O m m m m m m m m m m m m U U U U U U U U U U I--i�ImIII�—IIl1�lrl�l-'°I11�21e111 IN IMIa ti m Y o Oy Z ZQQ N_ 00 N Wo Q Q Q } Z Z U J U W W U U K W m o 3 g>¢ o o 5 o o o a o 0 Z U U �_= U S= O Q Q U U Q U U U U 7 OwlW7 (9 � � rt � w W w w W W W W W U C9 U' ° O O m ° ° ° W w W W W W W W W S S=_ O r N M T� [D n ml lrnlnl^I�.'I 3 0 r m Q ; Q N_ U aa Q�Q ,�Wqj l ani N O O O O N O1 v in n1 O m Y rn m m W X N h N FV 6 N N M N 3 N ¢ •- X fA Q W m m O^ C 3 6� f/] Ul f3l] N N N Y U a � 2 U Y a x m N W U F h h F- O K of j tmo tmo 0 - Fp F' 0 1- 0 U K M O 2 m p W W N N [o O m S U 3 m (9 jp Q<¢ Q d' Q m z Q Z Q W Q m w Q m z Q N Q N Q ¢ O Q x f- Z Q Z ¢ Z Q Z Q Z z z z z d' F F- r1 �� z a o z F- z z z z w a "- ( x x� X r`c S O ¢ ¢2 N m N j N= ti N F U R N i? U 2 j N 07) MDDd d d d d m (� (9 Z I- ❑ U' d❑ (9 ¢ (9 (9 ❑ Z¢ Iz,z (9 S (9 (� ❑ d d m d `� O o o❑ 0 O d 000d 0 d Q¢Q W Q 0-' ¢ ¢ m N Q N Q¢¢¢S m 2 2 2 t0 m m 3 OxQ2 Q U x Q 3 w 0 0 0 0 �p U W 3 U Q 2 2 m 0S r W W S W W W x 2 x S x x R' m r M r N 2 r m w r dV m m r 2 2 N 0 to ¢ of w w w w w w x w x rc w w rc w w w w w rc s w w M w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w w W w w w W w w o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 F F F F (9 (7 0 C7 z z Z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z z o d 0 3 3 3� 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 3 5 3 3 3 ====5355g3355JJ353355M3 51535gg<5<5 5:5 a 00 r N M to to tz 'nim aWa------------------------- W Y N vU U m o r o ¢ J � N m p O N N O Q Y r N H m W W U U a U � m U � a a � r U O$ o m m m J m C7 a U o g XO N O a Q N N Q Q= Y W W J F- N N ry Z cC Z I- WW O J K w w' W K H O O= m O m U U K< 0 j j W' m M X o K W' O (9 O O O U Z J J Z Z Z z rn m j w $ v m x x a a a a =_ > o a a= _ °S a= v o x x= U> j W N W W w m a u~i v~i a d d G O O Z m Q U U U U W U m U 7 U~ O m W W Y � WfL =. W [A W W Q O _ z= m Q w 0 Z W W w W W W W W W w W w W W W W W O O a U K m U O¢ F¢- U ¢ ¢ ¢ g g w O O O ~~ W'S w> Q 2 F F FW- F N F� F U j 6 h IN- o 0 o FW- FF- '- ¢O F w w www w w w w w w www J J J d m m w O w a a s s Y z z z z z z Z z z z z z a z W m N M 7 u] (O r m rn n rNi rMi .d, (D r• m rn o .- N M FY � W r• m Fm-To-T— N m .- .n KGI LANDSCAPING P.O. BOY 265 Skokie, IL 60076 847-675-4221 Fax: 847-679-4321 kgilandscapin-,@-,iiiail.com GREEN PRACTICES PROGRAM • Alternate Energy Source KGI Landscaping uses trucks with diesel and is looking at propane and grease compounds as alternative energy sources • Our plant suggestions are given preference to those who support biological diversity and to minimize resource consumption. • KGI Landscaping strives to manage snow and ice in a manner that creates maximum safety and has the lowest possible impact on the environment. • Soils are tested and amended only as needed to reduce the use of pesticides and herbicides. • Landscaping waste is tested, composted and screened for use in bedding, we employ mulching mowers to recycle waste, conserve water and reduce the use of herbicides. • We use IPM standards to reduce the use of herbicides and pesticides and reduce the use of chemicals that can affect the environment. • We recommend the use of dripping irrigation and hand watering to reduce water consumption and evaporation. • The choice of materials and caiTiers in our solutions and dispersions are low VOC compounds if possible and are given preference. • The gasoline vehicles are encouraged to nm with gasoline containing ethanol or ethanol based fuel. • KGI Landscaping recycles its oil if steel paper, therefore saving trees and the environment from pollutants.