Loading...
R-72-07 Award of Contract for Front Street/River Street Improvements-Phase 2RESOLUTION 'o7 RESOLUTION AUTHORIZING AWARD OF CONTRACT FOR FRONT STREET /RIVER STREET IMPROVEMENTS — PHASE 2 WHEREAS, the Village of Lemont requires that the Front Street/River Street Improvements — Phase 2 be completed; and WHEREAS, the Village seeks to utilize the construction firm of RL Hummel Construction (under The Pickus Company, as Construction Manager) for such work; and WHEREAS, RL Hummel Construction submitted a contract to The Pickus Company, Construction Manager, for such work in the amount of $122,920.70. NOW, THEREFORE, BE IT RESOLVED, by the President and Board of Trustees that the Contract with RL Hummel Construction (under The Pickus Company, as Construction Manager) is hereby approved. PASSED AND APPROVED BY THE PRESIDENT AND BOARD OF TRUSTEES OF THE VILLAGE OF LEMONT, COUNTIES OF COOK, WILL AND DuPAGE, ILLINOIS, on this 19th day of 19th, 2007 Debby Blatzer Peter Coules Clifford Miklos Brian Reaves Ronald Stapleton Jeanette Virgilio AYES NAYS PASSED ABSENT f H LENE SMOLLEN, Village Clerk d '40 ( Approved by me this _ day of lnd bri 2 , 2007 . Attest: RLENE SMOLLEN, Village Clerk Approved as to form: Date: •ilW 44 JOH' P1 ZA, ilia e'President JOHN ANTONOPOULOS, Village Attorney Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum — Construction Manager- Adviser Edition AlA Document A101 /CMa - Electronic Format THIS DOCUMENT HAS IMPORTANT LEGAL CONSEQUENCES: CONSULTATION WITH AN ATTORNEY IS ENCOURAGED WITH RESPECT TO ITS COMPLETION OR MODIFICATION. AUTHENTICATION OF THIS ELECTRONICALLY DRAFTED AIA DOCUMENT MAY BE MADE BY USING AIA DOCUMENT D401. The 1992 Edition of AIA Document A2011CMa, General Conditions of the Contract for Construction, Construction Manager - Adviser Edition, is adopted in this document by reference- Do not use with other general conditions unless this docunent is modified. Copyright 1975, 1980, copyright 1992 by The American Institute of Architects, 1735 New York Avenue N. W, Washington D.C. 20006 -5292. Reproduction of the material herein or substantial quotation of its provisions without written permission of the AD violates the copyright laws of the United States and will be subject to legal prosecution. AGREEMENT made as of the 17th day of October in the year of 2007 (In words. indicate day month and year) BETWEEN the Owner: Village of Lemont (Nance and address) 418 Main Street Lemont, IL 60439 and the Contractor: RL Hummel Construction 601 E. Burnett Road Island Lake, IL 60042 For the following Project: River Street & Front Street Improvements — Phase II Roadway and Landscape Work The Construction Manager is: The Engineers are: The Pickus Companies 3330 Skokie Valley Road, Suite 200 Highland Park, IL 60035 URS Corporation 100 South Wacker Drive, Suite 500 Chicago, IL 60606 Frank Novotny & Associates 825 Midway Drive Willowbrook, IL 60527 The Owner and Contractor agree as set forth below. 1 of 5 ARTICLE 1 THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement, Conditions of the Contract (General, Supplementary and other Conditions), Drawings, Specifications, Addenda issued prior to execution of this Agreement, other documents listed in this Agreement and Modifications issued after execution of this Agreement; these form the Contract, and are as fully a part of the Contract as if attached to this Agreement or repeated herein. The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations, representations or agreements, either written or oral. An enumeration of the Contract Documents, other than Modifications, appears in Article 9. ARTICLE 2 THE WORK OF THIS CONTRACT The Contractor shall execute the entire Work described in the Contract Documents, except to the extent specifically indicated in the Contract Documents to be the responsibility of others, or as follows: See Attachment #4 ARTICLE 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 3.1 The date of commencement is the date from which the Contract Time of Paragraph 3.2 is measured, and shall be the date of this Agreement, as first written above, unless a different date is stated below or provision is made for the date to be fixed in a notice to proceed issued by the Owner. (Insert the date of commencement, if it differs from the date of this Agreement or, if applicable. state that the date will be fixed in a notice to proceed) Unless the date of commencement is established by a notice to proceed issued by the Owner, the Contractor shall notify the Own,x, through the Construction Manager, in writing not less than five days before commencing the Work to permit the timely filing of mortgages, mechanic's liens and other security interests. Work must commence in the field on or about October 15, 2007. 3.2 The Contractor shall achieve Substantial Completion of the entire Work not later than May 30, 2008. (Insert the calendar date or number of calendar days after the date of commencement. Also insert any requirements for earlier Substantial Completion of certain portions of the Work. if not stated elsewhere in the Contract Documents.) , subject to adjustments of this Contract Time as provided in the Contract Documents. (Insert provisions. if any. for liquidated damages relating to failure to complete on time.) ARTICLE 4 CONTRACT SUM 4.1 The Owner shall pay the Contractor in current funds for the Contractor's performance of the Contract the Contract Sum of One Hundred Twenty-Two Thousand Nine Hundred Twenty & 70/100 Dollars ($122,920.70), subject to additions and deductions as provided in the Contract Documents. 4.2 The Contract Sum is based upon the following alternates, if any, which are described in the Contract Documents and are hereby accepted by the Owner: N/A (State the numbers or other identification of accepted alternates. If decisions on other alternates are to be made by the Owner subsequent to the execution of this Agreement, attach a schedule of such other alternates showing the amount for each and the date until which that amount is valid.) 4.3 Unit prices, if any, are as follows: See Attachment #5 2 of 5 ARTICLE 5 PROGRESS PAYMENTS 5.1 Based upon Applications for Payment submitted by the Contractor to the Construction Manager, and upon Project Applications and Certificates for Payment issued by the Construction Manager and Architect, the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents. 5.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month. 5.3 Provided an Application for Payment is submitted to the Construction Manager not later than the day of a month, the Owner shall make payment to the Contractor not later than the day of the month. If an Application for Payment is received by the Construction Manager after the application date fixed above, payment shall be made by the Owner not later than days after the Construction Manager receives the Application for Payment. 5.4 Each Application for Payment shall be based upon the Schedule of Values submitted by the Contractor in accordance with the Contract Documents. The Schedule of Values shall allocate the entire Contract Sum among the various portions of the Work and be prepared in such form and supported by such data to substantiate its accuracy as the Construction Manager or Architect may require. This schedule, unless objected to by the Construction Manager or Architect, shall be used as a basis for reviewing the Contractor's Applications for Payment. 5.5 Applications for Payment shall indicate the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. 5.6 Subject to the provisions of the Contract Documents, the amount of each progress payment shall be computed as follows: 5.6.1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the total Contract Sum allocated to that portion of the Work in the Schedule of Values, less retainage of Ten percent (10 %). Pending final determination of cost to the Owner of changes in the Work, amounts not in dispute may be included as provided in Subparagraph 7.3.7 of the General Conditions; 5.6.2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction (or, if approved in advance by the Owner, suitably stored off the site at a location agreed upon m writing), less retainage of ten percent (10 %); 5.6.3 Subtract the aggregate of previous payments made by the Owner; and 5.6.4 Subtract amounts, if any, for which the Construction Manager or Architect has withheld or nullified a Certificate for Payment as provided in Paragraph 9.5 of the General Conditions. 5.7 The progress payment amount determined in accordance with Paragraph 5.6 shall be further modified under the following circumstances: 5.7.1 Add, upon Substantial Completion of the Work, a sum sufficient to increase the total payments to Ninety percent (90 %) of the Contract Sum. less such amounts as the Construction Manager recommends and the Architect determines for incomplete Work and unsettled claims; and 5.7.2 Add, if final completion of the Work is thereafter materially delayed through no fault of the Contractor, any additional amounts payable in accordance with Subparagraph 9.10.3 of the General Conditions. 5.8 Reduction or limitation of retainage, if any, shall be as follows: (If it is intended. prior 10 Substantial Completion of the entire Work, to reduce or limit the retainoge resulting from the percentages inserted in Subparagraphs 5.5.1 and 5.6.2 above. and this is not explained elsewhere in the Contract Documents. insert here provisions for such reduction or limitation.) ARTICLE 6 FINAL PAYMENT Final payment, constituting the entire unpaid balance of the Contract Sum, shall be made by the Owner to the Contractor when (1) the Contract has been fully performed by the Contractor except for the Contractor's responsibility to correct nonconforming Work as provided in Subparagraph 12.2.2 of the General Conditions and to satisfy other requirements, if any, which necessarily survive final 3 of 5 payment; and (2) a final Project Certificate for Payment has been issued by the Construction Manager and Architect; such final payment shall be made by the Owner not more than 30 days after the issuance of the final Project Certificate for Payment, or as follows: ARTICLE 7 MISCELLANEOUS PROVISIONS 7.1 Where reference is made in this Agreement to a provision of the General Conditions or another Contract Document, the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. 7.2 Payments due and unpaid under the Contract shall bear interest from the date payment is due at the rate stated below, or in the absence thereof, at the legal rate prevailing from time to time at the place where the Project is located. (Insert rate of interest agreed upon, if any) None (Usury lmvs and requirements under the Federal Truth in Lending Act. similar state and local consumer credit laws and other regulations at the Owner's and Contractor's principal places of business. the location of the Project and elsewhere may affect the validity of this provision. Legal advice should be obtained with respect to deletions or modifications, and also regarding requirements such as written disclosures or waivers.) 7.3 Temporary facilities and services: (Here insert temporary facilities and services which are different from or in addition to those included elsewhere in the Contract Documents.) 7.4 Other Provisions: (Here list any special provisions affecting the Contract.) ARTICLE 8 TERMINATION OR SUSPENSION 8.1 The Contract may be terminated by the Owner or the Contractor as provided in Article 14 of the General Conditions. 8.2 The Work may be suspended by the Owner as provided in Article 14 of the General Conditions. ARTICLE 9 ENUMERATION OF CONTRACT DOCUMENTS 9.1 The Contract Documents, except for Modifications issued after execution of this Agreement, are enumerated as follows: 9.1.1 The Agreement is this executed Standard Form of Agreement Between Owner and Contractor, AIA Document A101 /CMa, 1992 Construction Manager- Adviser Edition. 9.1.2 The General Conditions are the General Conditions of the Contract for Construction, AlA Document A201 /CMa, 1992 Construction Manager- Adviser Edition. 9.1.3 The Supplementary and other Conditions of the Contract are those contained in the Project Manual dated May, 2007 and are as follows: Document Title Pages Al Special Provision B1 -B -124 Village of Lemont Standard Specification B- 101 -B110 9.1.4 The Specifications are those contained in the Project Manual dated as in Subparagraph 9.1.3, and are as follows: (Either list the Specifications here or refer to an exhibit attached to this Agreement) Document Al Title Pages Special Provision B1 -B -124 Village of Lemont Standard Specification B- 101 -B110 4 of 5 9.1.5 The Drawings are as follows, and are dated unless a different date is shown below: (Either list the Drawings here or refer w an exhibit attached to this Agreement) Document See Attachment #2 9.1.6 The Addenda, if any, are as follows: Document None Title Pages Title Pages Portions of Addenda relating to bidding requirements are not part of the Contract Documents unless the bidding requirements are also enumerated in this Article 9. 9.1.7 Other documents, if any, forming part of the Contract Documents are as follows: (List here any additional documents which are intended to farm part of the Contract Documents. 1 ile General Conditions provide that bidding requirements such as advertisement or invitation to hid, Instructions to Bidders. sample forms and the Contractor's bid are not part of the Contract Documents unless enumerated in this Agreement. IIIey should be listed here only if intended to be part of the Contract Documents.) This Agreement is entered into as of the day and year first written above and is executed in at least four original copies of which one is to be delivered to the Contractor, one each to the Construction Manager and Architect for use in the administration of the Contract, and the remainder to the Owner. OWNER CONTRACTOR Village of Lemont RL Hummel Construction Co. (Signature) (Printed name a d title) John F. zza, President (Signature) (Printed name and title) Robert E. Hummel, Vice President 5 of 5 Drawing # Description ATTACHMENT #2 PLANS AND SPECIFICATIONS Front and River Street Improvements Phase 2 Lemont, IL Date Latest Revision Date C0.00 COVER SHEET 06/07/07 C0.20 TYPICAL ROAD SECTION AND DETAILS 06/07/07 C0.30 EXISTING CONDITIONS AND SOIL BORING PLAN 06/07/07 C0.40 DEMOLITION PLAN 06/07/07 C0.50 ALIGNMENT AND TILES PLAN 06/07/07 C0.60 SUMMARY OF QUANTITIES 06/07/07 C1.00 FRONT STREET PLAN AND PROFILE STA 10 +00 -15+50 06/07/07 9/20/07 C1.01 FRONT STREET PLAN AND PROFILE STA 15 +50 - 20 +75 06/07/07 C1.02 RIVER STREET PLAN AND PROFILE STA 50 +00 - 55 +00 06/07/07 C1.03 RIVER STREET PLAN AND PROFILE STA 55 +00 - 60 +90 06/07/07 C1.04 GRADING AND EROSION CONTROL PLAN WEST 06/07/07 C1.05 GRADING AND EROSION CONTROL PLAN EAST 06/07/07 C2.00 LAYOUT AND MATERIAL PLAN - WEST 06/07/07 C2.01 LAYOUT AND MATERIAL PLAN - EAST 06/07/07 C3.00 STORM WATER POLLUTION PREVENTION PLAN 06/07/07 C3.01 UNDERGROUND UTILITY DETAILS 06/07/07 C3.02 UNDERGROUND UTILITY DETAILS 06/07/07 C3.03 MODULAR BLOCK WALL DETAILS 06/07/07 C4.00 FRONT STREET CROSS SECTIONS 06/07/07 C4.01 FRONT STREET CROSS SECTIONS 06/07/07 C4.02 RIVER STREET CROSS SECTIONS 06/07/07 C4.03 RIVER STREET CROSS SECTIONS 06/07/07 E1.00 STREET LIGHTING PLAN WEST 06/07/07 E1.01 STREET LIGHTING PLAN EAST 06/07/07 E2.00 STREET LIGHTING DETAILS 06/07/07 E2.01 STREET LIGHTING DETAILS 06/07/07 E2.02 STREET LIGHTING DETAILS 06/07/07 L1.00 CONCRETE LAYOUT AND SOD LIMITS WEST SIDE 06/07/07 L1.01 OVERALL LANDSCAPE PLAN 06/07/07 L1.02 HARDSCAPE LAYOUT -CLAY PAVERS 06/07/07 L1.03 HARDSCAPE LAYOUT - CONCRETE PAVERS 06/07/07 L3.01 CLAY PAVER PANEL LAYOUT 06/07 /07 L3.02 CONCRETE PAVER PANEL LAYOUT 06/07/07 L3.10 HARDSCAPE DETAILS 06/07/07 L3.11 LANDSCAPE SPECIFICATIONS AND DETAILS 06/07/07 L4.00 IRRIGATION SCOPE PLAN 06/07/07 I 33 TRENCH BACKFILL, COMPACTED (STORM SEWER) 1 32 SANITARY SEWER, C -900, 6" DIAMETER 1 31 WYE BRANCHES, 10" X 6" 30 SELECTED GRANULAR BACKFILL, COMPACTECASANITARY SEWER)__ 29 POLYETHYLENE ENCASEMENT 28 _PIPE FITTINGS (MECHANICAL JOINTS), DUCTILE IRON 27 iGATE VALVES, 10" 1 26 FILLING VALVE VAULTS 25 VALVE BOXES, TO BE ADJUSTED 1 24 VALVE VAULTS, TO BE ADJUSTED 1 23 VALVE VAULTS, TYPE A, 5' DIAMETER, TYPE 1 FRAME, CLOSED LID 22 FIRE HYDRANTS TO BE ADJUSTED 21 IWATERMAIN IN TRENCH, DUCTILE IRON, 10" 1 20 WATERMAIN IN TRENCH, DUCTILE IRON, 6" 1 19 SELECTED GRANULAR BACKFILL, COMPACTED (WATERMAIN) 18 FLOWABLE FILL 17 FIRE HYDRANT REMOVAL 16 1PROTECT YOUR WORK 15 _ SUBMITTALS 14 UNIT PRICES 13 ALLOWANCES J 1 12 REINSPECTIONS /RETESTING 1 1 INSPECTIONS 10 PRODUCT OPTIONS & SUBSTITUTIONS___ 9 1STAFF THE JOB PER THE SCHEDULE JI _ _ 8 SUBMITTAL REVIEW _ 1 7 PERSONAL PROTECTIVE EQUIPMENT 05 m 0) 1 5 ALL WORK PER PLANS AND SPECS 1 4 PREVAILING WAGE RATES & LAW 820 ILCS 130/0.01 / PER SPEC PAGES B- 22 -B -26 3 PAYMENT & PERFORMANCE BOND 1 2 DUMPSTERS 1 DAILY CLEAN UP NO. DESCRIPTION X X X X X X X X X X X X X X X X X X X X X X X X X X X x E 0 r X x X EXCL ACCEPTANCE BY SUPERINTENDENT UPON COMPLETION OF WORK DUE 3 DAYS AFTER NOTICE TO PROCEED /CONTRACT SEE BREAKDOWN ON ATTACHMENT # 5 1 COSTS RESPONSIBILITY OF SUBCONTRACTOR SCHEDULING RESPONSIBILITY OF SUBCONTRACTOR BACKCHARGE FOR ALL ADMIN COSTS TO SUBMIT SUBSTITUTIONS SUBMITTED SCHEDULE REVIEWED & DISCUSSED BACKCHARGE FOR ANY REVIEWS AFTER ONE RESUBMITTAL PER OSHA AND LOCAL REQUIREMENTS NO TAX JOB WEEKLY CERTIFIED PAYROLLS REQUIRED (2 ORIGINALS REQUIRED) 1 BACKCHARGES FOR GC CLEANUP REMARKS :MAIAa31Ni d0 31VO 01 f1NH1 4 SWf10N3OOV m z 0 0 z m 0) ni (1) Z Z 00 SUBCONTRACTOR: RL Hummel Construction Co NOIld11:10530 21380111N 8Or 0 co z rn 0 z m 01 TT 7J rn -0 7J 0 m m m m (s) 0 z > r". 1 0 9 :N011039 NOI1VOId103dS )1 IOM AO 3dO3S I d 9Z:£ 'L00Z /94/04 :301I1/31VO :S1N3WW00 z r - —1 m )RJOM AO 3dOOS 0 to z rr1 0 z m to m —4 ni z m cn 0 z 0 0 DATE/TIME: 10/16/2007, 3:25 PM 1 53 WATER PUMPING 1 52 VERIFICATION OF QUANTITIES 1 51 INSURANCE 1 50 'MULTIPLE MOBILIZATIONS 1 49 I FLAG PEOPLE 48 'TRAFFIC CONTROL DEVICES 1 47 JULIE LOCATES 1 46 ALL UTILITY SERVICE CONNECTIONS & HOOKUPS 1 45 FLUSH, PRESSURE TEST & CHLORINATE WATER SYSTEM 1 44 :CLEAN, TV, & TEST SANITARY SYSTEM 43 :EXCAVATING, TRENCHING, BACKFILLING, & COMPACTING 1 42 SPOIL REMOVAL 41 SAWCUTTING 40 ASPHALT PATCHING 1 39 :CATCH BASINS TO BE ADJUSTED 38 :INLETS TO BE ADJUSTED 37 MANHOLES TO BE ADJUSTED 1 36 INLETS, TYPE A, TYPE 11 FRAME & GRATE - 1 35 I STORM SEWER REMOVAL, 12" 1 34 STORM SEWER, CLASS A, TYPE 1, 12" X X x X X X X X X X X X X X X X X X X X FOR SITE UTILITY WORK ONLY TO BE AGREEDED UPON BY CITY, ENGINEER, PICKUS & RL HUMMEL PER SPECIFICATION PER JOB PHASING FOR SITE UTILITY WORK ONLY FOR SITE UTILITY WORK ONLY INCLUDES CORING & BOOTING FOR SITE UTILITY WORK ONLY )RJOM AO 3dOOS 0 to z rr1 0 z m to m —4 ni z m cn 0 z 0 0 DATE/TIME: 10/16/2007, 3:25 PM 0 0 m z 0? z r SUBCONTRACTOR: RL Hummel Construction Co DESCRIPTION: Site Utility Work 213801f1N 80f S3Ol ld luNfl S 'ON 1N3WH3V11V JOB NAME: FRONT RIVER STREET IMPROVEMNTS PHASE 2, LEMONT, IL. DATE/TIME: 10/16/2007, 3:26 PM Total 30 CATCH BASINS TO BE ADJUSTED 29 INLETS TO BE ADJUSTED 28 MANHOLES TO BE ADJUSTED 27 INLETS, TYPE A, TYPE 11 FRAME & GRATE 26 STORM SEWER REMOVAL, 12" 25 STORM SEWER, CLASS A, TYPE 1, 12" 24 TRENCH BACKFILL, COMPACTED JSTORM SEWER) 23 SANITARY SEWER, C -900, 6" DIAMETER 22 WYE BRANCHES, 10" X 6" 21 SELECTED GRANULAR BACKFILL, COMPACTED (SANITARY SEWER) 1 20 POLYETHYLENE ENCASEMENT 19 .`:PIPE FITTINGS (MECHANICAL JOINTS), DUCTILE IRON 18 GATE VALVES, 10" 17 FILLING VALVE VAULTS 16 VALVE BOXES, TO BE ADJUSTED 15 VALVE VAULTS, TO BE ADJUSTED 14 VALVE VAULTS, TYPE A, 5' DIAMETER, TYPE 1 FRAME, CLOSED LID 13 FIRE HYDRANTS TO BE ADJUSTED 12 WATERMAIN IN TRENCH, DUCTILE IRON, 10" 11 WATERMAIN IN TRENCH, DUCTILE IRON, 6" 10 SELECTED GRANULAR BACKFILL, COMPACTED (WATERMAIN) 9 FLOWABLE FILL 6 FIRE HYDRANT REMOVAL PERFORMANCE & PAYMENT BOND INSURANCE NO. I DESCRIPTIONS EACH m111 >> 00 11 EACH 'n 0 0 -I FOOT CY FOOT EACH CY FOOT r• Co ce EACH EACH j EACH m > 0 X EACH EACH FOOT FOOT 0 -< A3 m > 0 x r ci) LS UNIT P4 -1. 14 35 -4 14 ..1 795 .-4 -4 10 CO -1. CO 261 .9 256 10 34) .a. -4 QUANTITY 1 $ 575.00 VI as 91 0 b 0 $ 625.00 69 -4 in 03 0 b 0 419 IV 0 b 0 $ 60.00 49 46 o b 0 403 CO p a 0 $ 1,550.00 44 16 01 b 0 69 p e 0 -4,1 6.4 b 0 69 to — CA o b 0 $ 500.00 175.00 fli 4n .4 0000 b 0 99 us b CD es 0 4 9 co 0 es 0 4 -s. 0 es 0 $ 85.00 75.00 49 34 0 o b 0 4A CO 0 es o 0 W P 0 03 5* 142 0 40 . c Z 17 ZI 5 m 49 IV Ns O n a 0 :4 O 49 -. 14 cn th 0 biebbbb 0 61 Yi -4 01 0 0 414 7" la -4 t i l 0 49 10 la 1 4 0 0 69 -s. 1 . 0 0 419 cts :as h i 0 0 $ 2,240.00 1.9 10 ns CO th 0 QV pp b o 0 0 40 0, 63 o b 0 $ 135.50 $ 2,385.00 4f1 n4 -4 0 1 o b 0 $ 500.00 99 410 ...-4 -4 C J I 03 0 0 biebbb 0 0 49 b 0 0 0 49 in 0 0 0 49 es4 In 0 0 0 $ 850.00 69 ..1 NI 0 0 es 0 4q le 0 0 es 0 49 izo 0 0 b 0 $ 3,580.20 69 TOTAL SUBCONTRACTOR: RL Hummel Construction Co DESCRIPTION: Site Utility Work 213801f1N 80f S3Ol ld luNfl S 'ON 1N3WH3V11V JOB NAME: FRONT RIVER STREET IMPROVEMNTS PHASE 2, LEMONT, IL. DATE/TIME: 10/16/2007, 3:26 PM 10/11/2007 08:49 8476814760 _ PICKJS COMPANIES PAGE 03/06 RETURN WITH BID GQNTRACTQR'S F31!? RIGGING CERTIFICATION aired Under Article 33E, "Public Contracts ", of the CrimiPal Code As Re q !.r �v �'\ b (Print Name of Contractor) (72O ILCS 5/22E -1 Thru 5/33E-13) a (Sole Proprietorship) (Cf horaton, bid Certifies that the Contractor is not dbarred �from as part of his/its bid a this Contract hereby bidding on this Contract as a result of A violation r'oina{ Cod of Section amended•g g 5/33E -4 (bid- rotating) of Article 33 � 1S By: Dated: � d — (Signature Title: of 1961 0 Inc CONTRACTOR'S TAX DELINQUENCY CEATIFlCATION As required under 65 ILCS 5/11- 42.1-1, provisions require that the Contractor certify that there are no delinquent being con esdt ®d in accordance wing ith establiestablished Department of Revenue unless they are b procedures. The undersigned official of the Contractor hereby a ifiees that inhere ar rno violations of the aforementioned act or if violations do exist, y properly. Dated: ‘c)\1 LC_)---) Contractor: R t L,14vr"mE.\ LO AS By: -`,/ (Signature) Title: e-Q_ c-e_ A. e r STATE OF ILLINOIS L COUNTY OF 11 . - SS 1, the undersigned, a Notary Public in and for the State and County aforesaid, ig hereby certify that Ae-ct l= t f4 -'tr me--1 (Name of Signatory) appeared before me this day in person and, being first duly sworn on oath, acknowledge that he /she executed the foregoing certifications as his/her free act and deed. Dated: 1,CA \s \c,--) ial Sea Sandra A. Lasky Notary Public State of Illinois My Commission Expires 08/09/2010 C -10 (Notary Public) 10/11/2007 08:49 8476814760 CONT'RACTOR'S Pursuant to 30 iLCS Contractor hereby certifies workplace by: A. Publishing a statement: distribution, 1) Notifying employees that the unlawful manufacture, use of a dispensation, possession, he r Contractolr`� workplace including cannabis, is prohibited in grantee's or 2) Specifying the actions that will be taken against employees for violations of 3) Notifying the employee that, as a condition of employment on such Contract or grant, the employee will; (a) abide by the terms of the statement; and (b) notify the employer of any criminal drug statute conviction for a violation occurring in the workplace no later than five (5) days after such conviction. Establishing a drug -free awareness program to inform employees about: 1) the dangers of drug abuse h the workplace; 2) the grantee's or Contractor's policy of maintaining a drug -free workplace; 3) any available drug counseling, rehabilitation, and employee assistance program; and 4) the penalties that may be imposed upon employees for drug violations. C. Making it a requirement to give a copy of the statement required by Subsection A t0 each employee engaged in the performance of the Contract or grant, and to post the statement in a prominent place in the workplace. D. Notifying the contracting agency within 10 days after receiving notice under page (b) of paragraph 3) of Subsection A from an employee or otherwise receiving actual notice of such conviction. PICKUS COMPANIES PAGE 04/06 RETURN WITH 131D DRUG -FREE WORKPLACE CERTIFICATION 580/1, et seq. ( "Drug -Free Workplace Act "), the undersigned to the contracting agency that it will provide a drug -free B. such prohibition. C -11 10/11/2007 08:49 8476814760 PICKUS COMPANIES PAGE 05/06 RETURN WITH BID CONTRACTOR'S DRUG -FREE WORKPLACE CER7IFlCATION. Coned - E. Imposing a sanction on, or requiring the satisfactory participation in a drug abuse assistance or rehabilitation program by any employee who is so convicted, as required by 30 ILCS 580/5. F. Assisting employees in selecting a course of action in the event drug counseling treatment and rehabilitation is required and indicating that a trained referral team is in place. G. Making a good faith effort to continue to maintain a drug -free workplace through implementation of this Section. Failure to abide by this certification shall subject the Contractor to the penalties in 30 ILCS 580/6. Dated: a\ \SA C5.1 STATE OF ILLINOIS ) COUNTY OF Ledift.e _J SS By: 'G . (Authorized Agent of Contractor) I, the undersigned, a Notary Public in and for the State and County aforesaid, hereby certify that r E. • 1� k ' rh r (Name of Signatory) appeared before me this day in person and, being first duly sworn on oath, acknowledged that he /she executed the foregoing certification as his /her free act and deed, Dated: \s'n---1 Sandra A. Lasky Notary Public State of Illinois My Commission Expires 08/09/2010 C- 12 (Notary Public) 10/11/2007 08:49 8476814760 PICKUS COMPANIES PAGE 06/06 RETURN WITH BID CONTRACTOR'S SEXUAL HARASSMENT POLICY CERTIFICATION L, mmeA &A�_5A /IA C- ( "Contractor"), having submitted a bid/proposal for Front Street & River Street Improvements — Phase 11, Roadway & Landscape Work to the Village of Lemont hereby certifies that said Contractor has a written sexual harassment policy in place in full compliance with 775 ILCS 5/2 -105 (A) (4). Dated: l0)\) \ Contractor: L \) Gask COL\. By: q� (Authorized Agent of Contractor) U Title: \', C� STATE OF ILLNOIS ) COUNTY OF 41,Ke_ ) - SS I, the undersigned, a Notary Public in and for the State and County aforesaid, hereby certify that C:) mc..-�-k E. 0 try, (Name of Signatory) appeared before me this day In person and, being first duly sworn on oath, acknowledged that he /she executed the foregoing certification as his /her free act and deed. Dated: iC)\. 1S-1C)1 (NOTARY SEAL) Official Seal Sandra A. Lasky Notary Public State of Illinois My Commission Expires 08/09/2010 C -13 (Notary Public) 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 Bond 1rIS35- 32 -24 FORM OF CONTRACT BOND (CORPORATIOtN) 70 BE PROVIDED BY EACH SUBCONTRACTOR KNOW ALL MEN BY THESE PRESENTS, that we, R. L. Hummel Construction Company, Inc. a Corporation organized under the Taws of the State of Illinois and licensed to do business in the State of Illinois as Principal, and Employers Mutual Casual ty Company , a Corporation organized and existing under the laws of the State of Iowa , with authority to do business in the State of Illinois, as Surety, certify that we are rated by A.M. Best to be "A -" or better, and are held and firmly bound unto the Village of Lemont, Cook, DuPage and Will Counties, State of Illinois, in the penal sum of One Hundred Forty One Thousand Six Hundred Eighty Dollars and 00 /100 ($ 141,680.00 * * *) lawful money of the United States, well and truly .to be paid unto said Village of Lemont, for the payment of which we bind ourselves, our successors, and assigns, jointly, severally, and firmly by these presents. THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that whereas, the said Principal has entered into a written Contract with the Village of Lemont for the construction of the work for. Front Street & River Street Improvements — Phase dl Roadway and Landscape Work which Contract is hereby referred to and made a part hereof, as if written herein at length, and whereby the said Principal has promised and agreed to perform said work in accordance with the terms of said Contract, and has promised to pay all sums of money due for any labor, materials, apparatus, fixtures, or machinery furnished to said Principal for the purpose of performing such work and has further agreed to pay all direct and indirect damages to any person, firm, company, or Corporation suffered or sustained on account of the performance of such work during the time thereof and until such work is completed and accepted; and has further agreed that this Bond shall inure to the benefit of any person, firm, company, or Corporation to whom any money may be due from the Principal, Subcontractor, or otherwise for any such labor, materials, apparatus, fixtures, or machinery so furnished, and that suit may be maintained on such Bond by any person, firm, company, or Corporation for the recovery of any such money. E -1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 m 1 1 p NOW, THEREFORE, if the said Principal' shall well and truly perform said work in accordance with the terms of said Contract, al�d shall pay all sums of money due or to become due for any labor, materials, apparaus, fixtures, or machinery fumished to him for the purposes of constructing such work, 'and shall commence and complete the work within the time prescribed in said Contract, and shall pay and discharge all damages, direct and indirect, That may be suffLred or sustained on account of such work during the time of performance thereof and until the said work shall have been accepted, and shall hold the Owner and the Engineer harmless on account of any such damages, and shall in all respects fully and faithfully comply with all the provisions, conditions, and requirements of said Contract, and shall remove and replace any defects in workmanship or materials which mat be apparent or may develop within a period of one (1) year from the date of final acceptance, then this shall be null and void; otherwise, to remain in full force and effect. AND the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration, or addition n to the terms of the Contract or to the work to be performed thereunder, or the Speci cations accompanying the same, shall in any way affect its obligation on this Band, nd it does herein wave notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the work or to the Specifications. IN WITNESS WHEREOF, we have dul 2nd day of October ATTEST: (S E A L) y executed the foregoing obligation this 2007. Corporate Name R. L. Hummel Construction Co., Inc. By I J e. President Sur Add tY (Attorney-In-Fact) s 1815 S. Meyers Rd., #500 Oak Brook Terr Illinois 60181 = THE FACE OF THIS DOCUMENT HAS A COLORED BACKGROUND ON WHITE PAPER • BACK OF THIS DOCUMENT HAS A SIMULATED WATERMARK - HOLD AT AN ANGLE TO VIEW. 1 EMC Insurance Companies 1uuq . Kl s P.o. Box 712 ^ Des Moines, IA 50306 -0712 ' V CERTIFICATE OF AUTHORITY INDIVIDUAL ATTORNEY-IN-FACT KNOW ALL MEN BY THESE PRESENTS, that: 1, Employers Mutual Casualty, Company, an Iowa Corporation 2. EMCASCO Insurance Company, an Iowa Corporation 3: Union Insurance Company of Providence, an Iowa Corporation 4, Illinois EMCASCO Insurance Company, an Iowa Corporation 5. Dakota Fire Insurance Company, a North Dakota Corporation 6 EMC Property & Casualty Company, an lowa Corporation 7. Hamilton Mutual Insurance Company, an Iowa Corporation hereinafter referred to severally as "Company" and cofeCtivelyas "Companies ", each does, by: these presents, make, constitute and appoint;, NANCY MARKL, MARY BOWMAN, TODD SILVER, ROXANNE E. CLARK, RANDY MARGISON, JOEL DUCKWORTH, INDIVIDUALLY, VERNON HILLS, ILLINOIS............ .. ... ......... ..... .... `_ ,. .. .... ,... . ......., its true and lawful attorney -in -fact, with full power and authority conferred to sign, seal, and execute its lawful bonds, undertakings, and other obligatory instruments of a similar nature as follows: ($5,000,000.00) IN AN AMOUNT NOT EXCEEDING FIVE MILLION DOLLARS and to bind each Company thereby as fully and to the same extent: as if such instruments were signed by the duly authorized officers of each such Company, and ell of the acts of said attorney pursuant to the authority hereby given are hereby ratified and confirmed. The authority hereby granted shall expire APRIL 1, 2008 unless sooner revoked. AUTHORITY FOR POWER OF ATTORNEY This Power -of- Attorney is made and executed pursuant to and by the authority of the following resolution of the Boards of Directors of each of the Companies at a regularly scheduled meeting of each company duly called: and held in 1999: RESOLVED: The President and Chief Executive Officer, any Vice President, the Treasurer and the Secretary of Employers Mutual Casualty Company shall have power and authority to (1) appoint attorneys -in -fact and authorize them to execute on behalf of each Company and attach the seal of the Company thereto, bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and (2) to remove any such attomey4n -fact at any time and revoke the power and authority given to him' or her Attorneys-in-fact shall have power and authority, subject to the terms 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, bonds and undertakings. recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and any such instrument executed by any such attorney -in -fact shall be. fully and in all respects binding upon the Company. Certification as to the validity of any power -of- attorney authorized herein made by an officer of Employers Mutual Casualty Company shalt be fully and in all respects binding upon this Company, The facsimile or mechanically reproduced signature of such officer, whether made heretofore or hereafter, wherever appearing upon a certified copy of any power -of- attorney of the Company, shall be valid: and binding upon the Company with the same force and affect as though manually affixed. IN WIT �S{S WHEREOF, the Compani�e l lie caused these pres sj,to be sued for each by their officers as shown, and the Corporate seals to be hereto affixed this 1 day of SEAL ; 5 ,.mn... ,.. PATRICIA A. WRIGHT Commission Number 116255 My Comm. Exp. Nov. 1. 2008 1 Bruce G. Kelley, Chairma / of Companies 2, 3, 4, 5 & •; President of Company 1; Vice Chairman and CEO of Company 7 Jeffrey S. Birdsley Assistant Secretary On this 5TH day of JUNE AD 2007 before me a Notary Public in and for the State of Iowa, personalty appeared Bruce G. Kelley and Jeffrey S. Birdsley, who, being by me duly sworn, did say that they are, and are known to me to be the Chairman, President, Vice Chairman and CEO, and/or Assistant Secretary, respectively, of each of The Companies above; that the seals affixed' to this instrument are the seals of said corporations; that said instrument was signed and sealed on behalf of each of the Companies by authority of their respective Boards of Directors; and that the said Bruce G. Kelley and Jeffrey S. Birdsley, as such officers, acknowledge the execution of said instrument to be the voluntary act and deed of each of the Companies. My Commission Expires No ber 1, 2008. Notary Public in and for the State of Iowa CERTIFICATE I, David L. Hixenbaugh, Vice President of the Companies, do hereby certify that the foregoing resolution of the Boards of Directors by each of the Companies, and this Powerof Attorney issued pursuant thereto on JUNE 5, 2007 on behalf of NANCY MARKL, MARY BOWMAN, TODD SILVER, ROXANNE E. CLARK, JOEL DUCKWORTH are true and ddri6if)KMARtialii8e1Nforce and effect. In Testimony Whereof I have subscribed my name and affixed the facsimile seal of each Company this 2nd day of OctohPr t 9007 Form 7832 (2 -06 FST) "For verification of the authenticity of the Power of Attorney you may call (515) 345 - 2689." Vice - President