Loading...
HomeMy WebLinkAboutResolution #5447 RESOLUTION NO. A RESOLUTION APPROVING W.VINE STREET WATER MAIN IMPROVEMENT BID TO BE PAID OUT OF THE INFRASTRUCTURE FUNDS WHEREAS, the City of Canton, Illinois (the "City") intends on making certain improvements to the water main located on West Vine Street(the "Improvements"); WHEREAS,the City has obtained bids from multiple contractors for the Improvements; WHEREAS, public infrastructure funds held in the general fund and resulting from the 2018 sales tax increase of.5% shall be utilized for the Improvements; WHEREAS,the Mayor and City Council have determined that it is necessary and in the best interests of the City of Canton for City to accept the bid from The Pipco Companies,Ltd. (the "Bid"), as substantially attached hereto as"Exhibit A". NOW,THEREFORE,BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF CANTON,ILLINOIS,AS FOLLOWS: 1. That the Recitals set forth above, and all facts and statements contained therein, are found to be true and correct and are hereby incorporated and adopted as part of this Resolution; 2. That the Bid from The Pipco Companies,Ltd.,substantially in the form attached hereto as `Exhibit A,"is hereby APPROVED. 3. That the Mayor of the City of Canton, Illinois, or his designee, is hereby authorized to execute any and all agreements and any other related and necessary documents, on behalf of the City of Canton, in order to accomplish the Improvements as set forth in the Bid. 5.That this Resolution shall be in full force and effect immediately upon its passage by the City Council of the City of Canton, Illinois and approval by the Mayor thereof. PASSED by the City Council of the City of Canton, Illinois at a regular meeting this 5th day of September, 2023, upon a roll call vote as follows: AYES: Alderpersons Chamberlin, Grimm,Nelson,Lovell, Hale, Gossett, Ketcham,Lingenfelter NAYS:None ABSENT:None APPROVE : A. en cDow 1, ayor ATT An ea J. S -Walters, City Clerk SECTION 00300 BID FORM PROJECT IDENTIFICATION: City of Canton—W.Vine Street Water Main Improvements THIS BID IS SUBMITTED TO: City of Canton,Illinois(OWNER) 1. The undersigned BIDDER proposes and agrees, if this Bid is accepted, to enter into an agreement with OWNER in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price within the Contract Time indicated in this Bid and in accordance with the other terms and conditions of the Contract Documents. 2. BIDDER accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those dealing with the disposition of Bid security. This Bid will remain subject to acceptance for ninety(90)days after the day of the Bid opening. BIDDER will sign and submit the Agreement with the Bonds and other documents required by the Bidding Requirements within ten(10)days after the date of OWNER's Notice of Award. 3. In submitting this Bid,BIDDER represents,as more fully set forth in the Agreement,that: a) BIDDER has examined copies of all the Bidding Documents and of the following Addenda(receipt of all which is hereby acknowledged): Date 8/23/2023 Number 1 Date Number Date Number Date Number b) BIDDER has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost,progress,performance or furnishing of the Work. c) BIDDER has carefully examined the entire site(s)of the Work and the adjacent premises and the various means of approach to the site(s)and made all necessary investigations to inform themselves thoroughly as to the facilities for delivering equipment and for handling material at the site(s),and to inform themselves thoroughly as to all the difficulties that may be encountered in the complete execution of all the Work. EJCDCNo,1910 22(1996 Edition) Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated General Contractors ofAmerica 00300-1 d) BIDDER has studied carefully all reports and drawings of subsurface conditions and drawings of physical conditions which are identified in the Supplementary Conditions as provided in paragraph 4.02 of the General Conditions, and accepts the determination set forth in paragraph SC-4.02 of the Supplementary Conditions of the extent of the technical data contained in such reports and drawings upon which BIDDER is entitled to rely. e) BIDDER has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations,tests, and studies (in addition to or to supplement those referred to in paragraph d above)which pertain to the subsurface or physical conditions at the site or otherwise may affect the cost, progress,performance or furnishing of the Work as BIDDER considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.02 of the General Conditions; and no additional examinations,investigations,explorations,tests,reports,or similar information or data are or will be required by the BIDDER for such purposes. f) BIDDER has revised and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional information will be required by BIDDER in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, including specifically the provisions of paragraph 4.04 of the General Conditions. g) BIDDER has correlated the results of all such observations, examinations, investigations, explorations, tests, reports, and studies with the terms and conditions of the Contract Documents. h) BIDDER has given ENGINEER written notice of all conflicts, errors or discrepancies that it has discovered in the Contract Documents and the written resolution thereof by ENGINEER is acceptable to BIDDER. i) This Bid is genuine and not made in the interest of or on behalf of any undisclosed person, firm, or corporation and is not submitted in conformity with any agreement or rules of any group, association,organization or corporation;BIDDER has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Bid;BIDDER has not solicited or induced any person,firm,or corporation to refrain from bidding; and BIDDER has not sought by collusion to obtain for itself any advantage over any other Bidder or over OWNER. t i i I I MCDC No.1910-22(1996 Edition) Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated General Contractors of America 00300-2 4. BIDDERS are required to submit unit prices for the Bid. BIDDER will complete the Work for the following price(s): BID SCHEDULE: Item Item Description Quantity Unit Unit Cost Total Cost 1 Mobilization 1 LS 5142.00 5142.00 2 8"x4"Tee 1 EA 895.00 895.00 3 8"x8"Tee 1 EA 1015.00 1015.00 4 8"x6"Anchor Tee 1 EA 905.00 905.00 5 6"Gate Valve w/Valve Box 1 EA 1810.00 1810.00 6 8"Gate Valve w/Valve Box 2 EA 2650.00 5300.00 7 8"Cap 2 EA 400.00 600.00 8 4"PVC SDR 21 Water Main(45 ft) 60 LF 68.72 4123.20 9 6"PVC SDR 21 Water Main(S ft) 20 LF 37.38 747.60 10 8"PVC SDR 21 Water Main(1,241 ft) 1,260 LF 49.68 62596.80 11 Fire Hydrant 1 EA 5600.00 5600.00 12 8"Tapping Sleeve and Valve with Valve Box 1 EA 10000.00 13 4"Tapping Sleeve and Valve with Valve Box 1 EA 7650.00 7650.00 14 Disinfection and Testing 1 LS 3000.00 3000.00 15 Pavement Replacement 1,000 SF 17.29 17290.00 16 1 Seeding&Mulching 0.5 AC 19000.00 9500.00 17 1 1r Casing Pipe 20 LF 75.00 1500.00 TOTAL BID: $137,875.00 TOTAL BID WRITTEN IN WORDS one hundred thirty seven thousand eight hundred seventy five and 00/100 Any other item of work not covered in the Bid, but necessary for the completion of the project shall be included in the Contract Price for the items to which the work pertains. 5. BIDDER agrees that the Work will be substantially complete by December 13, 2023. Work shall be at final completion by 15,2024. The CONTRACTOR shall notify the OWNER at least seven (7) days prior to beginning the Work. BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work on time. 6. The following documents are attached to and made a condition of this Bid: a) Required Bid Security in the form of a certified check, bank check or a Bid Bond issued EJCDC No.1910-22(1996 Edition) Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated General Contractors of America 00300-3 I i 1 by a Surety meeting the requirements of Paragraph 5.0I of the General Conditions. 7. Communications concerning this Bid shall be addressed to: Greg Cicciarelli 1409 W. Altorfer Drive Peoria, Il 61615 8. The terms used in this Bid which are defined in the General Conditions of the Construction Contract included as part of the Contract Documents have the meanings assigned to them in the General Conditions. SUBMITTED on September 1 12023 If BIDDER is: An Individual By N/A (SEAL) doing business as Business address: Phone No.: A Partnership By N/A (SEAL) (Firm Name) (General Partner) Business address: f a a k � Phone No.: . i EdCDC No.1910-22(1996 Edition) Prepared by the Faigineers Joint Contract Documents Committee and endorsed by'Ihe Associated General Contractors of America 00300-4 A Cornoration By The Pipco Companies, LTD (Corporation Name) Delaware (State ofIncorporation) By The Pi co Compa LTD Greg Cicciarelli of Person Authorized to Sign) ��nnwuHZtive Vice President ��\�a,�G••••.•.r. .. / QQ • • i t = DELAWARE :O :Aly4�8 Karen Shadid ' Sc' Ad- oO oa 1409 W. Altorfer Drive Business address: Peoria, I1 61615 Phone No.: 309-692-4060 j MCDC No-1910-22(1996 Edition) Prepared by(lie Engineers Joint Contract Documents Committee and endorsed by The Associated General Contractors of America 00300-5 i A Joint Venture By N/A (Name) (Address) By (Name) (Address) (Each joint venturer must sign. The manner of signing for each individual,partnership and corporation that is a party to the joint venture should be in the manner indicated above). s i i, EJCDC No.1910 22(1996 Edition) Prepared by the Engineers Joint Contract Documents Committee and endorsed by The Associated General Contractors of America 00300-6 # i t PIPCCOM-01 SSLEVA ACORO' CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDIYYYY) 4ft� 1 1/1012023 THiS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER.THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED,the policy(les)must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,certain policies may require an endorsement A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsements. PRODUCER EROJACT Susan Sleva Envision Insurance Group PHONE FAX 1616 W.Pioneer Parkway Arc,No,Exe: i IC,No): Peoria,IL 61615 AI ssleva envisfonins.com INSURFRISI AFFORDING COVERAGE NAIC d INSURER A:Hartford Fire Insurance Company INSURED INSURER 9:TraVQIOM Property Casualty Co of America The PIPCO Companies,LTD jNSURERC:Twin City Fire Insurance Company 1409 W.Altorter Drive INSURER D: Peoria,IL 61616 INSURER E INSURER F• COVERAGES CERTIFICATE NUMBER: REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TYPEOFINSURANCE ADD SUER POLICYNUMBER POLICYEFF POLICYMMDC1EXP LIMITS A X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE S 1,000,000 CLAIMS-MADE ❑X OCCUR 83UENOD1068 11112023 1/112024 DAMAGE TO RENTED 100,000 X XCU MEDEXP(Any onePerson) 5,000 X Contractual Liab PERSONAL&AOV INJURY S 1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE 2,000,000 POLICY j LOC PRODUCTS-COMPIOPAGG 2,000,000 OTHER: A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT S 1,000,000 X ANY AUTO 83UENOD1069 1/112023 1/112024 BODILY INJURY Perperson) S OWNED SCHEDULED AUTOS ONLY AU TO S pp BODILY INJURY Per accident S AUTOS ONLY AUTOtY POeEERdeTYre IMAGE $ a B X UMBRELLA LIAB N OCCUR EACH OCCURRENCE 10,000,000 EXCESSLJAB CLAIMS-MADE CUP-85269896-23-NF 1/1/2023 11112024 AGGREGATE § 10,000,000 DED I X I RETENTIONS 10,000 C WORKERS COMPENSATION �( PER OTH- AND EMPLOYERS'LIABILITY ANYCPROPRIETORIPARTNERIIXECUnVE I 11 83WEOD1067 11112023 1/1/2024 E.L.EACH ACCIDENT 1,000,000 �lendetorylnNH)IXCLUDED? N NIA1,000,000 E.L.DISEASE-EA EMPLOYE Hyes,describe wider 1,000,000 DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $ B Installation 3K705463 11112023 11112024 Limit per location 500,000 B Equipment Floater 31<705463 11112023 1/t/2024 Leased Equipment 250,000 DESCRIPTION OF OPERATIONS i LOCATIONS I VEHICLES(ACORD 101,Additional Remarks Schedule,maybe attached H more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE FOR BIDDING PURPOSES ONLY THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ACORD 25(2016103) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER ID:PIPCCOM-01 SSLEVA LOC#: 0 Af�� ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMED INSURED EnvisionThe PIPCO Companies,LTD Insurance Group 1409 W.Altorter Drive POLICY NUMBER Peoria,IL 6160 SEE PAGE 1 CARRIER NAIC CODE EE PAGE 1 SEE P 1 EFFECME DATE:SEE PAGE 1 ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: ACORD 2e FORM TITLE: Certificate of Liability Insurance E80 I Pollution Effective: 0110112023.0110112024 Insurer: Columbia Causally Company/CNA Policy Number:CE06012285115 Limits:$2,000,000 occl$2,000,000 agg E&O Retroactive date: 5128114 Pollution Retroactive date:5/28116 Underlying coverages scheduled on Umbrella Liability Policy:General Liability 83UENOD1068,Automobile Liability 83UENOD1069, Worker's Compensation 83WE0131067.The umbrella policy follows form regarding primary non-contributory additional insured and waiver of subrogatlon. Should any of the above described policies be cancelled before the expiration date thereof,notice will be delivered in accordance with the policy provision. ACORD 101(2008101) ©2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD luit4piI DEPARTMENT m PUf31.iC-HEAL'CH 525.535 West Jeffersvn Street Springfield, Iilinols 62761.0001 ww.w.(Iph.illinols.gov April 17,2023 GREGORY CICCIARELLI THE PIPCO COMPANIES-1409 W ALTORFER DR PEORIA,IL 61615 Dear GREGORY LEE CICCIARELLI, Enclosed is the Illinois Plumber license that expires 04/30/2024. A copy of the license is presented below for convenience. This letter shall meet the requirements of Section 5 of the Illinois Plumbing License Law. However,the enclosed card shall be maintained with the plumber as evidence of t licensure:- IDPHPLUMBER LICENSE nan,arunnuuNwexwx ` GREGORY LEE CICCIARELLI PLUMBER ID Odg Issue Date EXPIRES THE PIPCO COMPANIES-1409 W ALTORFER DR 058-125642 ' 04125/1990 04/30/2024 PEORIA,IL 61615 GREGORY LEE CICCIAREL{. This license Issued under authority of the State of THE PIPCO COMPANIESS;; Illinois—Department of Public Health PEORIA,IL 61615 Sex M Height:6'1" Weigti If found return to 525 W.Jefferson Street •• 'r�+�`'j Springfield,IL 62761 DOB:08102A963 FU If you have any questions,please contact the Illinois Plumbing Program at(217)524-0791. PROTECTING HEALTH, IMPROVING LIVES Nationaify Accredited by PHA9 1 � y 1 = DISPLAY THIS PART IN A r t` ;' L ,.r�.�f7.6.4. CONSPICUOUS P i- 11&6'�st:'�9ep�r>4me . I ' s LACE 1• "� .1'• - ••, - - a,r,�. . { k?�c-3�i.:;,'''o''`•t.e',•!r,'Y17=''•`:?��r,'';T4S�=f��,.,'�� � r�+l to .:Cc?'y:;•c:_ c.._..._ ,, • p�r: 5'P[ B'L/ iFdEAsLT �_F1 '�J I�r.A p�•, -__.i - _ _ `. L; r �„-�liy;3�,�•i _ =,i': '�,4£.=�;.�,.-� _ .&-d.,&1_ .Lt.�: �,j( 1 1, ,I' -. r},�- _ ._ - -��- '`:-5`o t.-'.;y:o-r' '^i-. - •'•�:.;' �•;�__ ;t.„�';,t- Ij�,'"`:j,( 1 1 1 at=- ;tom=`-s ,: • z<,.,; -'• • r he'Rersfln fi{mror,,corporation;w 'ode name appea,'►syri thjseitifio'ate;lias''compliedvrithia-provlsioiisof} r- tfie Illinois stafute_s:and/or rdle"s'and',,regulations7antl Isehereby aultionzed lo:engage Inlhe aclivityras-;, 1`-Indicated,bQlow.; �:' •�' _Cz•F'-. - ISgucdunilfiaulhorilY.o1 1 ?- ^,,, - Urv'liSnolsOOpertmOr('6tF', "- Public Hoatth: .d'M.N.�11'�•- ;�' - - " 'r- X tLt PIPCO.COMI'ANIES;'�`LTD ' PLU IO`_' 09/12/2022 ,MBN. C.ONTRACTOR; 'REGISTRATION :PIPaMPANIES;tLTDi: 1409,-1N�A Ill TL1RFER DR{ I >FEORIA?It f1645 i' ) PIPCO COMPANIES,LTD 1409 W.ALTORFER DR -ri = DANIEL'-_I T, _'A' __-_ PEORIA IL 61615-1999 =Beoria.:. `-.•Tfie.facebf ttifs license has a`coloied tiack-found:RJ _ gat".•:a`�'`i.��•: I::i'.:'•��-.,.; 2-�'' - — _ _ _ - _ 9 Printed,,byAulFioilry,olitfieState_ollillnols .P.O%HEH•21,044��4'_1 •) - .. � FEE RECEIPT NO. n i i I j i I I I AIP �i a a -��� STATE BOARD OF ELECTIONS �-•- Registration No. 13572 THE PIPCO CO LTD 1409 W. ALTORFER DRIVE PEORIA IL 61615 Information for this business last updated on: Thursday, August 27, 2009 �e9i5tereQ, Certificate produced on Monday, May 11, 2020 at 2:39 PM eusiness File Number 1364-165-0 To all to whom these Presents Shall Come, Greeting: I, Jesse White, Secretary of State of the State of Illinois, do hereby certify that I am the keeper of the records of the Department of Business Services. I certify that THE PIPCO COMPANIES,LTD.,INCORPORATED IN DELAWARE AND LICENSED TO TRANSACT BUSINESS IN THIS STATE ON MARCH 28, 1960,APPEARS TO HAVE COMPLIED WITH ALL THE PROVISIONS OF THE BUSINESS CORPORATION ACT OF THIS STATE RELATING TO THE PAYMENT OF FRANCHISE TAXES,AND AS OF THIS DATE,IS A FOREIGN CORPORATION IN GOOD STANDING AND AUTHORIZED TO TRANSACT BUSINESS IN THE STATE OF ILLINOIS. sTATE�� In Testimony Whereof,I hereto set my hand and cause to be affixed the Great Seal of the State of Illinois, this 15TH day of AUGUST A.D. 2018 leis w�V !; lie BUG.2gsu 1a1� Authentication#: 1822701248 verifiable until 08/15/2019 Authenticate at: http:liwww.cyberddveillinois.com SECRETARY OF STATE f I i i UNANIMOUS CONSENT OF THE DIRECTORS OF THE PIPCO COMPANIES, LTD. A DELAWARE CORPORATION The undersigned,being all the Directors of THE PIPCO COMPANIES,LTD.,a Delaware Corporation authorized to transact business in the State of Illinois,acting without the formality of a meeting pursuant to the authority granted in the By-Laws, does hereby unanimously consent in writing and adopt the following resolutions: RESOLVED, that the following persons are hereby elected to the following offices, to serve until their successors are duly elected and qualified: STEPHEN M. CICCIARELLI President SCOTT J. CICCIARELLI Executive Vice-President GREGORY L. CICCIARELLI Executive Vice President DANIEL J. SHADID Vice President KAREN M. SHADID Secretary/Treasurer AND IT IS FURTHER RESOLVED, that a copy of this Consent be delivered to the Secretaryof the Corporation with direction that it be filed and maintained with the records of the IP I Corporation. Dated this cyr day of — JAR CICCIARELLI Y L. Cl LI KkiMWW.-S-1fADl1D Being all the Directors of THE PIPCO COMPANIES, LTD. a Delaware Corporation I� 'CITY OF P C O D I A OFFICE OF EQUAL OPPORTUNITY ANNUAL CERTIFICATE OF COMPLIANCE This is to certify that THE PIPCO COMPANIES has submitted an Employer Report Form (CCI) and other necessary documents satisfactory to the City of Peoria,Office of Equal Opportunity.The above named Company is hereby approved to contract with the City of Peoria and the County of Peoria for a period of one year. If the information submitted by the Company concerning its Affirmative Action/Equal Employment as well as State and Federal mandates,has been declared false information,through an investigation, such false information shall be deemed a total breach of the contract, and such contract may be terminated, canceled or suspended, in whole or in part, and such contractor may be declared ineligible for any further contracts for a period of up to one year. Dated this 23RD day of June,2022 Expires on the 30"day of June,2023 EEO Certification Number: 00618-230630 Mel di reen Chief Diversity&Inclusion Officer EEO CERTIFICATION FORMS NOWAYA,ILABI;E ONLIN Visit City of Peoria website at www.peoriagov.org.Click Government,Click Equal L.' k Forms and select the appropriate form. Please utilize this convenient process. City Hall Building 419 Fulton Street Rm.303 Peoria,Illinois 61602 VOICE(309)494-8530 EMAIL:eeo@peoriagov.org x,`� BID BOND AMCO Insurance Company Nationwide Mutual Insurance Company Allied Property&Casualty Insurance Company 1100 Locust St.,Dept 2006 Des Moines,IA 50391-2006 (866)387-0457 CONTRACTOR: SURETY: The PIPCO Companies, Ltd. Nationwide Mutual Insurance Company 1409 W.Aitorfer Drive 1100 Locust St., Dept. 2006 Peoria, IL 61615 Des Moines, IA 50391-2006 OWNER: City of Canton 2 N. Main Street Canton, IL 61520 BOND AMOUNT: Ten Percent(10%)of amount bid PROJECT: City of Canton W. Vine Street Water Main Improvements Site Work The Contractor and Surety are bound to the Owner in the amount set forth above,for the payment of which the Contractor and Surety bind themselves,their heirs,executors,administrators,successors and assigns,jointly and severally,as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents,or within such time period as may be agreed to by the Owner and Contractor,and the Contractor either (1)enters into a contract with the Owner in accordance with the terms of such bid,and gives such bond or bonds as may specified in the bidding or Contract Documents,with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner,for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof:or(2)pays to the Owner the difference,not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid,then this obligation shall be null and void,otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty(60)days in aggregate beyond the time for acceptance of bids specified in the bid documents,and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty(60)days. If this Bond is issued in connection with a subcontractor's bid to a Contractor,the term Contractor in this Bond shall be deemed to be a Subcontractor and the term Owner shall be deemed to be Contractor. tgrrwwurornn� When this Bond has been furnished to comply with a statutory or other legal requirement in the locatior� provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted he • :Aid proV � conforming to such statutory or other legal requirement shall be deemed incorporated herein. When �UA�Et D• '. is that this bond shall be construed as a statutory bond and not as a common law bond. iN :rj DELAWARE ;0 Signed and sealed th's 30th day of August 2023 ;• 1958 The PIPCO Com anies t1 '•.. .••' AAca (Principal)EL (Witness) (Title) R Nationwide Mutual Insurance Company AF- 1 (Surety) (Seal) •• =� fitness) (Title) Susan Sleva ,Attorney-in-Fact This document conforms to American Institute of Architects Document A310,2010 edition 0000074363 Power of Attorney KNOW ALL MEN BY THESE PRESENTS THAT: Nationwide Mutual Insurance Company,an Ohio corporation hereinafter referred to severally as the"Company"and collectively as"the Companies"does hereby make,constitute and appoint: DIANE M SWART,JEFFREY K PETERSON;KEVIN J LUNE;h6CHAEL G POWERS,SUSAN SLEVA;TERESA C WEST,TERRY L WELTr,TIMOTHY D NEUHAUSER; each in their individual capacity,its true and lawful attorney-In-fact,with full power and authority to sign,seal,and execute on its behalf any and all bonds and undertakings,and other obligatory instruments of similar nature,In penalties not exceeding the sum of FOUR MILLION DOLLARS AND NO11 00 DOLLARS ($4,000,000.00) and to bind the Company thereby,as fully and to the same extent as if such Instruments were signed by the duly authorized officers of the Company;and all act#'..`.-;;_i of said Attorney pursuant to the authority given are hereby ratified and confirmed. This power of attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the board of directors of the Company: 'RESOLVED,that the president,or any vice president be,and each hereby Is,authorized and empowered to appoint attomeys-in-fact of the Company, and to authorize them to execute and deliver on behalf of the Company any and all bonds,forms,applications,memorandums,undertakings, recognizances,transfers,contracts of indemnity,policies,contracts guaranteeing the fidelity of persons holding positions of public or private trust,and othe'r'-., writings obligatory in nature that the business of the Company may require;and to modify or revoke,with or without cause,any such appointment or r. 7.1;1 authority;provided,however,that the authority granted hereby shall In no way limit the authority of other duly authorized agents to sign and countersign any, of said documents on behalf of the Company." -RESOLVED FURTHER,that such attomeys-in-fact shall have full power and authority to execute and deliver any and all such documents and to bind the Company subject to the terms and limitations of the power of attorney Issued to them,and to affix the seal of the Company thereto;provided,however,that* said seal shall not be necessary for the validity of any such documents.' This power of attorney Is signed and sealed under and by the following bylaws duly adopted by the board of directors of the Company. Execution of Instruments.Any vice president,any assistant secretary or any assistant treasurer shall have the power and authority to sign or attest all approved documents ristruments,contracts,or other papers In connection with the operation of the business of the company in addition to the chairman off,M�: the board,the chief executive officer,president,treasurer or secretary;provided,however,the signature of any of them may be printed,engraved,or stamped on any approved document,contract,Instrument,or other papers of the Company. IN WITNESS WHEREOF,the Company has caused this Instrument to be sealed and duly attested by the signature of its officer the 20th day of August,2021. Antonio C.Albanese,Vice President of Nationwide Mutual Insurance Company .4, ACKNOWLEDGMENT STATE OF NEW YORK COUNTY OF NEW YORK:ss On this 20th day of August,2021,before me came the above-named officer for the Company i + �' aforesaid,to me personally known to be the officer described In and who executed the preceding Instrument,and he acknowledged the execution of the same,and being by me duly swom,deposes and says,that he Is the officer of the Company aforesaid,that the seat affixed ........ AV hereto Is the corporate seal of said Company,and the said corporate seal and his signature were duly affixed and subscribed to said Instrument by the authority and direction of said Company. r. Stephanie Rubino MmAithur Notary Public,State of Now York No.02MC6270117 Qualified In Now York County Notary Pubft Commission Expires October 19.2024 My carradsalm EXWM October 19,2024 CERTIFICATE 1,Laura B.Guy,Assistant Secretary of the Company,do hereby certify that the foregoing is a full,true and correct copy of the original power of attorney issued by the Company;that the resolution included therein is a true and correct transcript from the minutes of the meetings of the boards of directors and the same her.,-:' not been revoked or amended in any manner;that said Antonio C.Albanese was on the date of the execution of the foregoing power of attorney the duly electetln:v officer of the Company,and the corporate seal and his signature as officer were duly affixed and subscribed to the said Instrument by the authority of said board,* of directors;and the foregoing bower of attorney Is still in full force and effect. IN WIWESS MEREOF,I he a hereunto subscribed my name as Assistant Secretary,and affixed the corporate seal of said Company this day Of Assistant Secretary BDJ 1(08-21)00 This document is void if VOID appears in the BLUE line on the right,the Nationwide watermark Is missing from the center of the page andfor the red consecutive number is missing from the upper right-hand corner.Contact us at 212-329-6900 It this document is mid or it you have any questions. Nationwide Nationwide Mutual Insurance Company 1100 Locust St,Dept.2006 Des Moines,Iowa 50391-2006 Attn: Surety Claims Manager Tel. 866-387-0457 Surety Claim Notification Claim notices should be sent to the attention of the Surety Claims Manager via e-mail to bondclms@nationwide.com or via mail to the address above. All other notices should be sent to the attention of the Surety Underwriting Department via a-email to bondcommna,nationwide.com or via mail to the address above. Thank you for your cooperation. Nationwide Mutual Insurance Company, Surety Department City of Canton, Illinois Proposed West Vine Street Water Main Improvements Bid Opening:Friday,September 1,2023 @ 10:OOam Directors Room-Canton City Hall 2 North Main Street,Canton,IL 61520 BID TAB SUMMARY Contractor's Name Hoerr Construction,Inc. Walker Excavating Co.Inc. Laverdiere Construction,Inc. 1416 County Road 200 N 3222 W.Farmington Dr. 4055 West Jackson Contractor's Address Goodfield,IL 61742 Peoria,IL 61604 Macomb,IL 61455 Addendum 1 Yes Yes Yes Bid Bond Yes Yes Yes TOTAL COST-AS WRITTEN= $181,550.00 $170,328.31 $150,640.00 Contractor's Name The PIPCO Companies,LTD 1409 W.Altorfer Dr. Contractor's Address Peoria,IL 61615 Addendum 1 Yes Yes No Yes No Bid Bond Yes Yes No Yes No TOTAL COST-AS WRITTEN= $137,875