RESOLUTION NO. R-73-2018

AUTHORIZING THE EXECUTION OF A CONTRACT WITH RW DUNTEMAN COMPANY OF ADDISON ILLINOIS FOR THE 2018 MPI MFT PAVEMENT PATCHING PROGRAM IN THE AMOUNT OF $98,681.44

WHEREAS the Village of Bensenville performs annual pavement patching program. in an effort to extend the life of its infrastructure. maximize taxpayer dollars, as well as maintain safe roadways for all those who pass through our Village, and

WHEREAS the Village joined other municipalities within DuPage County to in an alliance known as the Municipal Partnering Initiative (MPI) to jointly bid out common annual maintenance programs; and

WHEREAS the Village believes MPI provides potential cost savings; and

WHEREAS the Village of Lombard, Downers Grove Sanitary District and Village of Woodridge were the other communities that participated in the joint pavement patching program this year; and

WHEREAS RW Dunteman Company submitted the lowest responsible and responsive bid in the amount of$1,334,996.67 on April 19, 2018; and

WHEREAS based on bid prices the Village's portion of the bid equated to $49,177.02; and

WHEREAS the staff believes additional patching is required throughout other areas of town; and

WHEREAS staff feels at this price the quantity should be increased for a contract amount of $98,681.44; and

WHEREAS each municipality must enter into an individual contract with the lowest bidder for its portion of the work.

NOW THEREFORE BE IT RESOLVED by the Board of Trustees of the Village of Bensenville, Counties of DuPage and Cook, Illinois as follows:

SECTION ONE: The recitals set forth above are incorporated herein and made a part hereof.

SECTION TWO: The Village Board authorizes and approves the attached Resolution authorizing a construction award to R W Dunteman Company for the 2018 MP! MFT Pavement Patching Program in the amount of $98.681.44

SECTION THREE: The Village Manger is hereby authorized and directed to execute on behalf of the Village of Bensenville, and the Deputy Clerk is hereby authorized to attest thereto, the necessary paperwork.

SECTION FOUR: This Resolution shall take effect immediately upon its passage and approval as provided by law.

SECTION FIVE: This Resolution is passed and approved by the President and Board of Trustees of the Village of Bensenville. Illinois, dated May 22, 2018.

APPRO D: ~ • Frank DeSimon , age President

ATTEST:

AYES: Carmona,Franz,Jaworska,Lomax,Panicola,Perez

NAYS: ------None ABSENT: ------None

n

_

cill )0 00 DO

l~

I

100 1°'.:---11

..

/6950 /47

we•o 12tlf11 IDOOO

2,000 06000 -1

~0000

lt50~0

150000 1110DO_ 2l80C0 ~-™ 466725 12,!lSO

,33610 595()00 8\GOOOi 110000 SMODO 161115 5000~.(/. 1!0000 11~00 160000 456000

4JlBI/I

"Lal/l!S(ae,07/1(,11.\l

tOT615iJ 1200015

14J5000 M 73616DO

/tD

18i

45111000

1.45418500

146416500

C".

60_9~

Court

IL

Total

-

__

PavirlQ

htS,

Bids

Addison

--

of

Hei

~ I I s S S ; S S S s S s----.. S $ S S J; $ !i S ~ s S S S s S S S S s $ ~ S S S S 5 5

1 !

···---

I$

East

ton

1~

00 00 00 6'J

~

e

;

100 tOO \.50 100 1Dq 175 ~ 250 l JOO 055 5_00 OlliJ

075 500 2

600

1:

l675

}500 1600; 7500; 4~~ 1100 65o-:JS 6350 21 4100 3675 ~~ 3000 75.00 2 "100 3615 :;;;;

-~J..__.

10()00

35[100

.4175

1025

11~000

tO!JnOO 1,1soOO 1,20000

..

Arlin

-

----~n

_

....

-~

-

uri",tP:~c

~

~

Tabulation

~'-1Zl

I

';;;

;

100 100

/8400

48640 ~~~ 413:JO 2£100 J\317 :lil600 36000

1.00000 1.61100 100000 IJl

JOOOOO 5,00000 5,810,10 1,,0000 1,480~J 1.51500 41'>-l'iO

6.30630

47$800 B

,~·:!i~ 1051200 10,85100

5-8.10000 r;s_,4000 ::·;~;~~ 12.50000 l!5,11850 21.002~ 21,91JOOO 2Dl!6000 36,61\0 $8~;~~ 11,52500

'09,76005

206.£19000

,01sJaoo

. "~----··

__,,~IJ0312/

Total

__

831

60142

-

___

IL

Box

0.

S s S I S S S s S S S S S I S 5 I S ; S S S ;

S S ~ !

Asphalt:?.~\:.

\ i I S

P

JO_

00 40

Hunlle,

10015 100 2 • 0651S son 6%"5 ~01:s ;~~ 550

i.~.LS

IOOOIS

7000 '201) 1900 1:~~ 1850 ?GOC .085

8300$ ;~~~ 3000 ;,tso.s 4500 :/JOO 500015 4•~ 2 210C 2soor-r---·- 3600

00000 :;s 52500

ooooor-5

. _is

,oooop '.~0000

250noo_ ~

-:1o"rt"- P•7~e •

21 ·-·

·-

--·~-

~;

----~

..

Schroe'1_er

~S

Unit

......

..

-

·-

.

~~~ ·~s ....

I

or; 40 01 00

~

_

1

101

200 10000 44~~

nsoo 40JJB

20000 751$0 ::~ :~: 056!l(l

_

153510 100000 1,0IOC-!J

140000 116)11 9 5,0lliJOO 200000~001S 11800:J 55%.S 2,!00~ 5,4ll12 595000 /57500 586-810 1.!8-400 152500 1,0COOO 6,00000 >)1000 ~.OSOOO 8 1011n

.~~f---

,~--~~:

11,51500~--JJOO 12.10000 70,00000 99.424 49,0CO ;: 8)81800 Jl:?2100 16:: :;:;,moo 1105800

19221?500 121,36940

1T1C ;JH600G

uao,0851

ll~40nf

-

Iotal

Avenue

60101

___

IL

halt_P._~vmg.

Stewart

s S S S S s S S $ S S S S S $ $ S $ S $ S S $ $ $ S $ S $ 1i s S S S S S S ; S ; !

As

I

J;_

S.

0

01 04

e"

Addison, \

180 101 111

101 101 151 0 ; '>ls 056 505 OBI 700 5% 010 530

1000

400~..)_l.__- )500 J5JO,S 1800

WOO$ 400G 2323 J~: !i500 2300 ~~~ 6500 5050 2500 ~OOC 7010 200CT 2500; ~~~~; 4000

_E;i)OG

10COOS

/515~

315 _2~;~ JliOOO

__

•·•

? t2C-OOO_

SOSOOO

Pn;

49,00000

--

_

-··

Brothers

u,111

-

··

·

I

~ 00 CO 00

00

IOG

1%

,oo

15000 39840 J5l17 444 ~~~

81GOO

·OQOOO TIS!JOO

J~OOO qJOOO 197600 1,85000 16,000 11-:-000 ,20000 212\00 4)1800 1.2~'.0 112000 921200 4500W 503610 716250 22,000 1,2aoo 399000 SS50_~

:~:~ 1752000. 11516DO 1e4;c,Jo

5981JOO

)066250

4760000

30440 10~'4 80000DO ~ ~~~~: 52;:;:

tl)4Bt150

1)0'.IEo

,,n~oo

tl:/45%61

;J34~%U7

~

·-·------+-%%

--~

Total

Comp-;;;:;-

60101

112S

__

IL

Bo,

$ 5 I S S $ S i $ I I I 1 1 S S S 5 I I S ; S s $ i S ! ;

S ! s

u______..

Dun!eman P.O.

00

/JO 00 00

20

e

IJG 1 150 ,oo \50 140

200 115'$ 1il') I 0 :oo 4 40_1!..)___!__ 080 550_1$ 001 ~:,

130011 130015

2500) 3000 6800; 2~: 2300 3400_)_1 2B00·$ 4500 625il; 3700; ~000 3000 9000 ;;~~ ~~:; Mod" 8000

W.

1

I.SCOO

,0000

-~J___...

__Q__OO

\l51JOO

..

..

~. .'J~4----··

BOOOC

__

·-

·-

...

Un,t_Pn~

~.$ .

~>

... -·· -·· -·

------==--\i2~J ,------

c--·· f---· ·

LR ~ i

00 Sil. on 00

00

160

951 ~44

70000 14700 1-4000 ~~~~

l.15COO l(lOIJOO

115000 ,1,11.,0 250000 5.•50~ ~>-- 53Xl(}!) 5_,0000 9,1011!Q:~?5 150000 850000 2500001---· 706340 15ciGOQ 25'.'

665000 6-080

Terms

'li~ Brdder

15,00liOO ,~~:: !J_\4000 1/,88000 1162000 94 4JOOOOD JJ.•5000

62:~: 1050000 ;;:%~ !~-·-

__

-~

1:IB03000

41-l.46006

-

oi""Btctde, al

To:~-~looo

AsCa1cc1,1,o

..

..

Guaran1ee·

--1.000

I ~- s $ ) > $ $ S ~ S S :; $ S S S s S S S ~ > $ S $ • S S

Engrneer's

~?JOO

J._

: ~"irn

Na1ne

00 00 00 ..

Est1ma1e

Address lo:J

~

200 0101$

.1.50

IDOO

22 5000 ,oon

51)00 OGOO ~4-- 3000 J>OO :~~ 65001> 100GS 50001S $000 6D00 sooo

Jooor---

10~0~~00000 ..

50000

·-.~-,--·;~ •JUbllU

Proposal

~.!---

100000 250000 150000 15C-OOO --~+-- 1,SOC.00

250000 2,50002

-

Pfl~e

.. ~~-

15,00GOO

·~r-

-

~,!-

... _

··~T..

-~

Approved

••

-~.~~

~!_-

folal6•~

··-~·~

.. Unit

~1 -~

.

~

f----"Tso

1 I

1

1 1

9 ~

_,

~~ 50

14

3_,; 50 50 2S •t

30

10 127 100

170 i'..QO 133 111 108

329 876 49B 298 200 831 520

~

1520 1_520

2,957 l 4.601 13~: 4.280 6684 4380 9.702. 5.575 5.810

rn,~;;

67~

35,317

---·-

-~58

Ouant1t\l-;,

___

i '

LS TN FT SY L:;; SY l.S SF FT SY FT fT LS rr LS FT SF. SF lB ~~ SY FT SY SY.... L~ SY SY SY TN.. SY SY CY SY CY _LS EA SY 1:s:t= SY TN SY ~~ EA SY SY

~~

5:v

l~~1

·sy

_

_SY

•.

19-Apr-18

______

---

Date

lime~

Del,ve__rj_

--

.....

I i 1 ! ' ! I '·

.1

I

"'i

---I--

Appropriation

---

N50,3"

M

M,,o.NS0,2'

M,,o,NS0,3"

Lombardi

(LombarOI (lomtr;afdl

12

·

----·-----

----

86

Svmbols

{S~c1al)

&

4'

/01311-UJ

e' Type 701501-0G

24"

lte~

N59

••t1e4" L,ne12 L•ne

z

__

Placed

12"{CA·!J

·---

~ulter,

-

Woodnd

:;;tanoa,d S1anda,d Slanda

~land,i,d7~1301-~~-1Lombafd_l

Md

IIMASurlac~Course.Mi,D,NSO~y------t

·HMASurtaceCourso,MixO,NS0.3"

-GM

aM

2•,HMASurlaceCoLJrse 4·

2"-HM.~SurlaceCou1so

MelhOd).

Lomba_i:~

Ma~•

TypeB

2

iV

IV.3

11.4• :~-:.

Curb

ec,alt of

entMark,_,,

'rolecl,on.

Fu,n,st,ed

Protecl,on.

I

o':=.'------

Typelll.3"-HMASurtaceCou;se Tvn,,11.2·

__

(Mach,~a

and

PaV

PaV

:~~~r

Romo.val

1,488,548.65

DuP 18-00000-01 Vrllage 1 -

Gor1crole

Topso,,

Department

Cla~s1A(

B,nde<

By. ,~s1,cPave01en1Mark•n9-L,rieW

.craiWasteD,soosa•

rn,,Ramn ~v,11,01

E

Su,1ace

,~

Transportation

Counly

Agency;

Section.

Est11na1e

TrafficCon1IMAO,rvewav·ra,e,nem3· Ea~h lovel1oa HMA ClassOPa1ot1os,TYP"lll Ci~SSQ_Palch~lil,4" Comb,nation Removaland.f>1sposalotUnsv•l~~leMa1e"~' Tern Drrvewa,P;,v_§'men1Remova1 ClassOPatches.hoolV T-"•A"• Seed,n HMASu~aceCours,,,M,,D,Nso <.;rasslJl'alcMs ~~~g~:::~~~:~:~:~: An\!:09aroBaseCou,se ClassOPalches,~MASurtaceCourse.M,,D Non-S TtMf1cCon,roiaMProtec1,on PCCDnvew~yPavements•,Soecial PortiandCMcreteS,ocwalk5" Cornbrnat<0nCurba"1lGu1mrRemova1 Class6Palches.TyP

of

~~op•ast,c [lassOPalches.T ~_••_,_mopiast,cPav~rn-

1Dfa,oa9e(laut•l,1yStruc1u,eslob;,·Reconstructed

Attendeo

Public ...

No.

. -~?.onContrnlBlankel

...

·

·-

-~ii',:~~::•

1/ll1)0)j

..

Item

....

Local

-- -- -··

L. ~Cornb,na11onConcreteCurt>andGu1ter,Typ<>B624 W ~ (_____ !_. t--- ~- r--- ' i 1 t= t, L- i- I------!------·•·- 1 · I--- .------c1assOPa1chos.Tvn<>IV,1Cf r § L

'""'""

..~ Village of Bensenville N 2018 Capital Projects- Pavement Patching II~

Date: 4/25/2018

Q Illinois Department Local Public Agency W of Transportation Formal Contract

PROPOSAL SUBMITTED BY R W Dunteman ComDanv Contractor's Name

Street P.O. Box

City State Zip Code STATE OF ILLINOIS COUNTY Cook and DuPage Village of Bensenville (Name of City, Village, Town or Road District)

FOR THE IMPROVEMENT OF STREET NAME OR ROUTE Various Streets SECT 10 N NO. -'======------18-00001-00-GM TYPES OF FUNDS ...:Mc.:.:...FT'------

0 SPECIFICATIONS (required) D PLANS (required) [81 CONTRACT BOND (when required)

For Municipal Projects Department of Transportation -;:.::.:::.:.:.;:.s;e~-~/A;!p ved/Passed D Concurrence in approval of award

Regional Engineer

Date Date

For County and Road District Projects Subrnitted/Approved

Highway Commissioner

Date

Submitted/Approved

County Engineer/Superintendent of Highways

Date

Printed 5/7/2018 Page 1 of 2 BLR 12320 (Rev. 01/09/14) County Cook and DuPage Local Public Agency -=B.:::e:.:.ns::.:e:.:n.c.:v.::il:..::le'------­ Section Number 18-00001-00-GM Route Various

1. THIS AGREEMENT, made and concluded the --=22:::n.::d:.._ __ day of May, 2018 Month and Year betweenthe _V..:..:.:cill=-a.,_ge=------­ of Bensenville acting by and through its --'--P'-'re:..:s:cid:..:e:.:n'-'t-=a::cn-=d-=B:..:o:..:a:crd=--=o.:..f..:.Tccru:..:s:..:.te::.:e:..:s=------known as the party of the first part, and ______his/their executors, administrators, successors or assigns, known as the party of the second part. 2. Witnesseth: That for and in consideration of the payments and agreements mentioned in the Proposal hereto attached, to be made and performed by the party of the first part, and according to the terms expressed in the Bond referring to these presents, the party of the second part agrees with said party of the first part at his/their own proper cost and expense to do all the work, furnish all materials and all labor necessary to complete the work in accordance with the plans and specifications hereinafter described, and in full compliance with all of the terms of this agreement and the requirements of the Engineer under it. 3. And it is also understood and agreed that the LPA Formal Contract Proposal, Special Provisions, Affidavit of Illinois Business Office, Apprenticeship or Training Program Certification, and Contract Bond hereto attached, and the Plans for Section 18-00000-00-GM in _V=ill=-ag.,_e=--=o.:..f=-B-=e'-'n""se:..:n.:..v~il'-'le=------approved by the Illinois Department of Transportation on March 27, 2018 , are essential documents of this Date contract and are a part hereof. 4. IN WITNESS WHEREOF, The said parties have executed these presents on the date above mentioned.

Attest:

(Seal) (If a Corporation)

::rpo~maycompany

President Party of ihe Second P~rt Roland W. Dunteman, III (If a Co-Partnership)

Attest~~~ 12~- Ass~ecretary William R. Rohde

Partners doing Business under the firm name of

Party of the Second Part

(If an individual}

Party of the Second Part

Printed 5/7/2018 Page 2 of 2 BLR 12320 (Rev. 01/09/14) /iii;A llinois Department ® of Transportation Contract Bond Route Various Streets County Cook and DuPage Local Agency .;;B:.;;e""n""se"'n""v""il:.;;le____ _ Section 18-00000-01-GM Bond No. 30038827

We, R. W. Dunteman Company

600 South Lombard Road Addison IL 60101

a/an) D Individual D Co-partnership ~ Corporation organized under the laws of the State of __.....:I.::.L ___

as PRINCIPAL, and Continental Casualty Company

______.::3.::;33:a..:;:.S"-'. Wa,:.a,a:ba::aa:.;;s:.h .:.;A,_;veaa ... • .::.C"'hi::aca.ag,.,,o._, ::.IL"-'6;;.;0:.;;6.::;04.:... ______as SURETY,

are held and firmly bound unto the above Local Agency (hereafter referred to as "LA") in the penal sum of Ninety Eight Thousand Six Hundred Eighty One Dollars and 44/100

..,.,.-,------Dollars ( $98,681.44 ), lawful money of the United States, well and truly to be paid unto said LA, for the payment of which we bind ourselves, our heirs, executors, administrators, successors, jointly to pay to the LA this sum under the conditions of this instrument

WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said Principal has entered into a written contract with the LA acting through its awarding authority for the construction of work on the above section, 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 tenns of said contract, and has promised to pay all sums of money due for any labor, materials, apparatus, fixtures or machinery furnished to such 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 acoount of the performance of such work during the time thereof and untH such work is completed and accepted; and has further agreed that this bond shall inure to the benefit of anypelSOn, 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 such person, firm, company or corporation for the recovery of any such money.

NOW THEREFORE, if the said Principal shall well and truly perform said work in acoordance with the terms of said contract, and shall pay all sums of money due or to become due for any labor, materials, apparatus, fixtures or machinery furnished to him for the purpose 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 suffered or sustained on account of such work during the time of the performance thereof and until the said work shall have been accepted, and shall hold the LA and its awarding authority 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, then this obligation to be void; otherwise to remain in full force and effect

Page 1 012 IL494-0372 BLR 12321 (Rev. 7/05)

IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signedbylheirrespecliveofficarsthis 8th dayof Ma A.O. 2018 PRINCIPAL

(Company Neme) By: By: (Signature & Trtle)

STATE OF Illinois COUNTY OF .:::Dc.:::u:.,;Pa::iga.::e;______

I, C. J. Montalbano , a Notary Public In and for said county, do hereby certify that Roland W. Dunteman Ill William R. Rohde (Insert names of individuals signing on behaf or PRINCIPAL) who are each personally known to me to be the same persons whose names are subscribed to the foregoing Instrument on of PRINCIPAL, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instrument as their free and voluntary act for the uses and purposes therein set forth. Givenundermyhandandnotarialsealthis 8t dayof May A.O. 2018 My commission expires April 5, 2022 , ~Lr~ ontalbano Nota,y Public

Continental Casualty Company (Name of Surety)

STATE OF Illinois COUNTYOF _D_u_Pa...,g.._e______

I, Rebecca R. Alves , a Notary Public In and for said county, do hereby cartify William Reidinr:ier z ------,,,--,----,=..,.,..-,-.,...,,---.-,-.,-,==------➔'-3:: ~ (Insert names of individuals signing on behaW or SURE1Y) ~ ~ ~

who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on beha "ti m I.c:mo_ of SURETY, appeared before me this day In person and acknowledged respectively, that they signed and delivered said . J!! (") ~ . instrument as their free and voluntary act for the uses and purposes therein set forth. :, _o ("))> 0 Given under my hand and notarial seal this 8th day of May A.O. 2018 _gi en > ~- ;;! ;:o ,- My commission expires June 27. 2020 (_ f, Ctw f:.t..O..(--::;;J . ill0d (SEAL) ,. ~ )> ~ R~. Alves '"7lotary Public § ~ <,­ ~;::: m ------~------Hl~;~c\ oQ Approvedlhls _ __,2.:::.'-..;.'_~_-____ dayof MA'1 ,A.O. 201?5' en

-Att-•st_:'-M~a;;.i.;;,/V\P:f-=...,i-;;4];;.i..·~=.:..:;;;_...a.__===~-~--,-_,,. -;::rdingAuthority)

r'R I\ 1--:K Ocs 101or2 E (Gh-nnlM8¥(lflPresident)

Page 2 of 2 IL494-0372 BLR 12321 (Rev. 7/05) , : \\.', i) -, G~ ~· ,,i

. \: _.,.VI ,,..,., ,"'.< POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT

Know All Men By These Presents, That Continental Casualty Company, an Jllinois insurance company, National Fire Insurance Company of Hartford, an 1llinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint

William Reidinger, Individually

of Schaumburg, IL their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature

- In Unlimited Amounts - Surety Bond No.: 30038827 Principal: R. W. Dunteman Company Obligee: Village of Bensenville and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney. pursuant to the authority hereby given is hereby ratified and confirmed.

This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards 9fDirectors of the insurance companies.

In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 27th day ofFebruary, 2018.

Continental Casualty Company National Fire Insurance Company of Hartford American Ca lty Company of Re ing, Pennsylvania

Paul T. Bruflat State of South Dakota, County of Minnehaha, ss: On this 27th dayofFebruary, 2018, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of Continental Casualty Company. an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that he knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies.

J. MOHR ~NarM"l'Pl!i:IUC,e,., ~SOU11-!IWI017,~

My Commission Expires June 23, 2021

CERTIFICATE

I, D. Johnson, Assistant Secretary of Continental Casualty Company, an Jilinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By-Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 8th day of May, 2018.

Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania D:9.f}~ Forrn F6853-4/2012

Go to www.cnasuretv.com >Owner/ Obligee Services> Validate Bond Coverage, if you want to verify bond authenticity.

Authorizing By-Laws and Resolutions

ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY;

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 at a meeting held on May 12, 1995:

"RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective."

This Power of Attorney is signed by Paul T. Bruflat, Vice President. who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company.

This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the B.oard of Directors of the Company by unanimous written consent dated the 25th day of April, 2012:

"Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers")to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and

Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy fonnat, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company. "

ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD;

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 by unanimous written consent dated May 10, 1995:

"RESOLVED; That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective.''

This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National Fire Insurance Company of Hartford.

This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April, 2012:

"Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers")to execute various policies, bonds, undertakings and oth~r obligatory instruments oflike nature; and

Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company."

ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA;

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 by unanimous written consent dated May 10, 1995:

"RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective."

This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading, Pennsylvania.

This Power of Attorney is signed and seated by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25 111 day of April, 2012:

"Whereas, the bylaws of the Company or specific resolution of the Board of Directors bas authorized various officers (the "Authorized Officers")to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and

Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic fonnat (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company."

~ ACORD® DATE (MM/00/YYYYJ CERTIFICATE OF LIABILITY INSURANCE 5/8/2018 ~ I THIS CERTIFICATE 15 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(ies) must be endorsed. If SUBROGATION 15 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 endorsement(s). PRODUCER ~~~1~CT Samantha Ritchie ----iA">C - Assurance Agency, ltd (847) 440:9123 1750 E Golf Road ~~~g,~:Oi -~~t}:..(?1.?1~~~-~~i~:Qi ______L{Aff,__~_OJ Suite 1100 x:Q~~~§_§_~---~Ei~~~ia@assu_ran~~-g-~-~9Y:.9()!1J ___ Schaumburg IL 60173 _____ INSUR_ER(S_) A_FFO_ROIN_G _COVERAGE N_Ali;:_# ' 24139 ------_INSURER A: Old R.e.P.~i?:n~ ..G.~.rl-~f-~!_l_r:!~-~-!gi!'Jf~ ------INSURED RWOUNTE-02 J~~!J~~~-!3_.:.~~~tican _c;_uarantee &_ L}~.b 26247 R.W. Dunteman Co. Hanover Insurance Co. 22292 600 S. Lombard Road INSlJ~_E_R_ 9_; ------P.O. Box 1129 __ l_~~!J-~-~-~--[)_ _: Gre~t A_mer_ican_ 16691 Addison IL 60101 INSlJRER_E_:_ 'I INSURER F: COVERAGES CERTIFICATE NUMBER: 42725473 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'- ----,Al::fDl.-SUBR:" - T POL·1cv·EFF-: POUCv·exP : L TR TYPE OF INSURANCE : I POLICY NUMBER I MM/0D/YYYY i MM/00/YYYY LIMITS A GENERAL LIABILITY A5CG09451803 3/3112018 3/31/2019 :__ a 1~~Jifg.~it~~i- -! $1.000.000 X COMMERCIAL GENERAL LIABILITY , _P.R.E:MJ$_1;:,'5; _{!:_a_Q_c_c_u_cTJ!_n~

CLAIMS·MADE X . OCCUR ~ -~-~~ _E:)~f: _(A_'.1t ~n_e __p_E::r~()';) _ ' $ 10 000 ! PERSONAL&ADVINJURY _ ]_~1_,_o_oo,ooo

, GENERAL AGGREGATE j $2,000,000

! GEN'L AGGREGATE LIMIT APPLIES PER _P_~9~~_(;_1:?__ : __C_Q~~{Q_~--~C:,9 __ j _$_2.990,000 PRO- 'POLICY X LOC $ COMBINED SfNGLE LIMIT A AUTOMOBILE LIABILITY ASCA09451E-03 3/31/2018 3131/2019 ,.Jf;?_?f;~l(j_§'Q_t)_ .! ..$_ 1,_000,00_0 X , ANY AUTO BODILY INJURY {Per person) ' $ - --- ALL OWNED SCHEDULED ! BODILY INJURY (Per accident) $ AUTOS AUTOS ,--PROP-ERTTDAMAG_E_ .. NON-OWNED $ X HIRED AUTOS X : AUTOS _(f'.f#.(~fq_(J_E)_n_t) $

i AUC019244W2 3/3112018 3/3112019 B X UMBRELLA LIAS 'x OCCUR : EACH OCCURRENCE I_$10,0 90._009 EXCESS LIAS i _C_Lf,l_~_S·MA[)_~, : AGGREGATE , $10,000.000

OED X RETENl ION$ 0 $ WC STATU- OTH- A WORKERS COMPENSATION ! A5CW09451803 313112018 3/31/2019 IX 1--- ._TOBY.LIMITS_; ; __ 1;8_; AND EMPLOYERS' LIABILITY YIN ANY PROPRIETOR/PARTNER/EXECUTIVE r;:;lN j EL EAU! ACCIDENT ! $1.000.000 OFFICER/MEMBER EXCLUDED? ~ NIA, (Mandatory in NH) ; ~ __L __ ~l?_~_f\_8_E _:_~,{1,--~~_P_l(!Yf:Ej $ _1__ ,000,009 .. If yes describe under DESCRIPTION OF OPERATIONS below El DISEASE - POLICY LIMIT $ 1.000.000 C leased & Rented ! RHCA58270003 3/3112018 3/31/2019 L1mIt $350,000 D 2ndLayer$15MXS$10M ' TUEl 11033102 313112018 3131/2019 'Occurrence/Agg $15,000 000

DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more spac:e is required) RE: RWD Job No. 1812, Village of Bensenville, 2018 Asphalt Paving & Patching Program Various Streets Section No. 18-00000-01-GM Bensenville, DuPage County, IL

It is agreed that the following are added as Additional Insured on the General Liability, when required by written contract, as respects to operations performed by the Named Insured in connection with this project:

- Village of Bensenville

CERTIFICATE HOLDER CANCELLATION

SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. Village of Bensenville 12 S Center Street Bensenville IL 60106 AUTHORIZED REPRESENTATIVE j: ),.,,,,..... ~J'8' "· ~,... ,,.- © 1988-2010 ACORD CORPORATION. All rights reserved. ACORD 25 (2010/05) The ACORD name and logo are registered marks of ACORD

Exhibit "A"

CONTRACTOR'S CERTIFICATION: Sexual Harassment Policy

R. W. Dunteman Company (Name of Contractor), having submitted a

bid/proposal for 2018 MPI MFT Pavement Patching Program to the Village of Bensenville,

hereby certifies that this contract shall be performed in compliance with all requirements of the Illinois Human Rights Act, 775 ILCS 5/1-101 et seq., and that the Contractor and any of its

subcontractors shall not engage in any prohibited form of discrimination in employment as

defined by the Act. The Contractor further certifies that it and any of its subcontractors shall maintain a policy of equal employment opportunity consistent with the requirements of the Act.

The Contractor further certifies that said contractor has a written sexual harassment policy in place in full compliance with 775 ILCS 5/2-105(A) (4). A copy of these policies shall be provided to the Village or Engineer on request.

By:~~- Authorized Agent of Contractor Roland W. Dunteman, III - President SUBSCRIBED AND SWORN TO before me this~ day of_~M=a~-----' 2018

~OTARY PUBLIC ...-----C-J_M_ON_T_A-LB~A~tJ:-:0-"'I OFFICIAL SEAL Notary Pub!.ic, State of Illinois My Commission Expires April 05, 2022

G: Public Wrn!-..s Eng_incl'ring·-Capital Pmj ..·ct,;".2018 18.8 02 - 20)8 )VJFT Pa\Cllll'lll Patching MP! ConlnKI D,1cs·· VOB. ( ·0111ractur\.Ccr1i ricak~- Exhibib.A · E.doc Exhibit "B"

CONTRACTOR'S CERTIFICATION: Illinois Department of Revenue - Tax Compliance

_,,R..:.._,.,w..,_.-=1_D.s,u,,.n_,cte,cme,ascn"--'C"'o"'m"'p"'a"'n"-y'------(Name of Contractor), having submitted a bid/proposal for 2018 MPI MFT Pavement Patching Program to the Village of Bensenville, hereby certifies that said contractor is not delinquent in the payment of any tax administered by the Illinois Department of Revenue, or if it:

a. Is contesting its liability for the tax or the amount of tax in accordance with procedures established by the appropriate Revenue Act; or b. Has entered into an agreement with the Department of Revenue for payment of all taxes due and is currently in compliance with that agreement. By:~ft- Authorized Agent of Contractor Roland W. Dunternan, III - President SUBSCRIBED AND SWORN TO before me this 9th day of~M=a,,_,______, 2018

C ,I MOjJTALBANO OfrlCIAL SEAL Notary Pi..l)lic. State of Illinois My Comr.dssion Expires April 05, 2022

G: Public Works· Engineering C.ipiWl Pwjccts 2018· 18.8.02 - :?.O ! 8 MFT Pavement Palching i\1/'!-.Contrau Docs• VO B.Conlr{1ctor's.O.:rl i fie ates. Exhibits. A• E.drn: Exhibit "D"

PAYROLL CERTIFICATION UNDER 820 ILCS 130/5

I, Ro land W. Dun teman, II I (name), certify under oath that I am employed as

the President (title) of R. W. Dunteman Company ( company), a contractor or

subcontractor that has performed work on the 2018 MPI MFT Pavement Patching Program

for the Village of Bensenville for the relevant periods set forth in the attached records kept and

maintained in conformance with the requirements of Section 5 of the Prevailing Wage Act (820

ILCS 130/5). I hereby certify that I am authorized to make this certificate and that I have

personal knowledge of the matters certified to herein, and that the attached payroll records are:

(I) true and accurate; (2) the hourly rate paid to each worker is not less than the general

prevailing rate of hourly wages required under the Prevailing Wage Act (820 ILCS 130/0.01 et

seq.); and (3) that I am aware that filing a certified payroll that I know to be false is a Class B

misdemeanor.

R. W. Dunteman Company Firm Name

By: Roland w. Dunteman, III - President

/~~Signature ~,_:::,·2018SUBSCRIBED AND SWORN to before

N~ == =- c J MONTALBANO OFFICIAL SEAL Notar'{ Pubiic, State of Illinois rv'ly Cornrnission Expires ApnlOS,2022

G: Public \Vnrks Engin<:<:ring··.(';ipita! Prn_jcct<.20 ! 8 18.8.02 - 20 ! 8 MFT Pan'llll'll\ Patching t\-1Pl Contracl Docs· VOB. Contractor's.Ccrti ricall's. Exhibits A- E.dllC Exhibit "C"

CERTIFICATION OF CONTRACTOR cl74E FHA Rules, 49 CPR 382

~R,.,__,_. -'w"-'--. -'D"'u"'n"'t"'e"'m,,,ac.:n.:...... :c,.,o"'m"'p""a"'n"'y______(Name of Contractor), hereby certifies that it is in full compliance with the Federal Highway Administration Rules on Controlled Substances and Alcohol Use and Testing, 49 CPR 382 et. seq., and that all employee drivers (Name of employee/driver or "all employee drivers") is/are currently participating in a drug and alcohol testing program pursuant to the aforementioned rules.

R. W. Dunteman Company ~ ompanyName]

By: -';;L--~-"---"-~~~~K=--• Roland W. Dunteman, III

Its: President

SUBSCRIBED AND SWORN TO before me this 9th day of __M_a~-----~ 2018.

NOTARY PUBLIC CJ MONTALBANO OFFICIAL SEAL Notary P,.;bi.ic, State of Illinois My Commission Expires • April 05, 2022

G:· Public Works Engim::cri11g·.,C';1pital Pnijccts-.20 l 8 t 8.8.02 ~ 20 18 M!-T l'an:ml'nt Patching i'vlPI ·.Contract D

CONTRACTOR'S CERTIFICATION: Substance Abuse Prevention

R. W. Dunteman Company (Name of Contractor), having submitted a

bid/proposal for 2018 MPI MFT Pavement Patching Program to the Village of Bensenville, hereby certifies that this contract shall be performed in compliance with all requirements of the

Substance Abuse Prevention on Public Works Projects act, (Public Act 95-0635). A copy of

these policies shall be provided to the Village or Engineer upon request.

By: ~~··

Roland W. Dunteman, III - President SUBSCRIBED AND SWORN TO

before me this~ day of _ __,M'-"ao.J., _____, 2018 .

. OTARY PUBLIC ~--. ~~----CJ MONTAL~ANO...... OFFICIAL SEAL N::nary Pubiic, State of Illinois My Commission Expires ' April 05, 2022

G: Public \Vorb.Fngin~·1.:ring'Capita) Pl()jccls 2018 18.8.02 - 20 i S l\ffT Pan:n11:nt Patching ~H'I CP1llr..hihib A-E.Joc

RETURN WITH BID

Local Public Agency Formal Contract Proposal

PROPOSAL SUBMITTED SY R.W. Dunteman Company ConbaclDr's Name 600 S. Lombard Road 1129

STATE OF ILLINOIS COUNTY OF DU PAGE VILLAGE OF LOMBARD (Name of City, Village, Town or Road District)

FOR THE IMPROVEMENT OF STREET NAME OR ROUTE NO. ------'V-'--A"-R"-IOc..Uc..S=------­ SECTION NO. 1B-00000·01-GM TYPES OF FUNDS MOTOR FUEL TAX and CORPORATE g/ SPECIFICATIONS (r,,quired) D Pl.ANS (reqwred)

For Municipal Projecll'.! . ,< ~✓~/4d/P:~~/ -□--M;;;{[gj President of Boaut~iustws O Municipal Official

l\f.arch 20, 2018

... - -· --- - - .. -·-·· ., ...,.. -- - ______,. -----·-. For County and Road District Projects Submitted/Approved

Highway Commissioner ·

Date

Submitted/Approved

Dtite --

[./ote: All proposal documents, includrng Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled together to prevent los-s when bids arc 'ITT}(;e':JSed.

:trinted 3/rn/2016 Page 1 of 7 BLR '\2200 (01/08/14) RETURN WITH BID

County DuPa2e NOTICE TO BIDDERS Local Public Agency Vill"fie of Lombard Section Number . 1_8-00000-01-GM Route Various

Sealed proposals for the improvement described below will be received at the off,ce of Villagl,!of Lombard Public Works, 1051 S. Hammerschmidt Avenue, Lombard, IL 60148 until · - -- · · ·· · · ·· " · .. · ------Address · · · -- · -- · · 10:00 AM on April 19, 2018 ... Time Date

Sealed proposals will be opened and read publicly at Iha office of the Villaoe of Lombard Public Works, . _1()51 S. Hammerschmidt Avenue, ~ombard, IL !!()1_-1!! at 10:00 AM on April 19, 2018 Address Time Date

DESCRIPTION OF WORK Name 2018 Asphalt Pavinq & Patchin □ Program Length: 24,002 feet ( 4.546 miles) Location Various locations Proposed Improvement The construction of a 2" Hot-Mix Asphalt Surface Course, Leveling Binder, Hot-Mix Asphalt . Surface Removal, Class D Patches, Concrete C~[b & Gutter and Sidewalk Removal & Replacement and Parkway ~~!oration 1. Plans and proposal forms will be available onllne at: www.questcdn.cop1_.__ Digital bid specifications may be downloaded for $10.00 by inouttinq Quest Project Number 5645833 on the website's Proiect Search oa □ e. Please _~rrtar _____ downloading Instructions. ·--·---·------··------

2. li!Prequalificatton If checked, the 2 low bidders must file within 24 hours after the letting an •Affidavit of Availability" (Form BC 57), in duplicate, showing all uncompleted contracts awarded to them and all low bids pending award for Federal, State, County, Municipal and private work. One original shall be filed with the Awarding Authority and one original with the IDOT District Office. 3. The Awarding Authority reserves the right to waive technicalities and to reject any or all proposals as provided in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals. 4. The following BLR Forms shali be returned by the bidder to the Awarding Authority: a. BLR 12200: Local Public Agency Formal Contract Proposal ✓ b. BLR 12200a Schedule of Prices c. BLR 12230: Proposal Bid Bond(~ applicable)/ d. BLR 12325: Apprenticeship or Training Program Certification (do not use for federally funded projects) I e. BLR 12326: Affidavit of Illinois Business Office 5. The quantities appearing In the bid schedule are approximate and are prepared for the comparison of bids. Payment to tha Contractor will be made only for the actual quantities of work performed and accepted or materials furnished according to the contract. The scheduled quantities of work to be done and materials to be furn.ished may be increased, decreased or omitted as hereinafter provided. 6. Submission of a bid shall be conclusive assurance and warranty the bidder has examined the plans and understands all requirements for the performance of work. The bidder will be responsible for all errors In the proposal resulting from failure or neglect to conduct an in depth examination. The Awarding Authority will, in no case be responsible for any costs, expenses, losses or changes In anticipated profits resulting from such failure or neglect of the bidder. 7. The bidder shall take no advantage of any error or omission in the proposal and advertised contract.

Printed 3/27/2018 Page 2 of 7 BLR 12200 (01108/14) RETURN WITH BID

8. If a special envelope is supplied by the Awarding Authority, each proposal should be submitted in that envelope furnished by the Awarding Agency and the blank spaces on the envelope shall be filled in correctly to clearly Indicate its contents. When an envelope other than the special one furnished by the Awarding Authority is used, it shall be marked to clearly indicate its contents. When sent by mail, the sealed proposal shall be addressed to the Awarding Authority at the address and in care of the official In whose office the bids are to be received. All proposals shall be filed prior to the time and at the place specified in the Notice to Bidders. Proposals received after the time specified will be returned to the bidder unopened.

9. Permission will be given to a bidder to withdraw a proposal if the bidder makes the request in writing or in person before the time for opening proposals.

=>rinted 2/27/2018 Page 3 of 7 BLR 12200 (01/08/14) RETURN WITH BID

County DuPa------e Lo caI Public Agency Village of Lombard PROPOSAL Section Number 18-00000-01-GM Route Various

1. Proposal of ------····· .....•...

for the improvement of the above section by the construction of a 2" Hot-Mix Asphalt Surface Course, Leveling Binder, __ Hot-Mix Asphalt Surface Removal, Class D Patches, Concrete Curb & Gutter and Sidewalk Removal & Replacement and Parkway Restoration.

a total distance of 24,002 feet, of which a distance of 24,002 feet, ( 4.546 miles) are to be improved. 2. The plans for the proposed work are those prepared by the Village of Lombard Public Works Department and approved by the Department of Transportation on ---~------March 27, 2018. 3. The specifications referred to herein are those prepared by the Departmenl of Transportation and designated as "Standard Specifications for Road and Bridge Construction" and the "Supplemental Specifications and Recurring Special Provisions" thereto, adopted and In effect on the date of invitation for bids. 4. The undersigned agrees to accept, as part of the contract, the applicable Special Provisions indicated on the "Check Sheet for Recurring Special Provisions" contained In this proposal. 5. The undersigned agrees to complete the work wAAiA _____ woFkiAg days OF by __t,ugust 3, 2018 unless additional time is granted in accordance with the specifications. 6. A proposal guaranty in the proper amount, as specified in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals, will be required. Bid Bonds will be allowed as a proposal guaranty. Accompanying this proposal is either a bid bond if allowed, on Department form BLR 12230 or a proposal guaranty check, complying with the specifications, made payable to:

Village of Lorn bard Treasurer of Lombard, Illinois The amount of the check is ~~~~------5% of the Bid Amount ( ------L

7. In the event that one proposal guaranty check is intended to cover two or more proposals, the amount must be equal to the sum of the proposal guaranties, which would be required for each individual proposal. If the proposal guaranty check is placed in another proposal, it will be found in the proposal for: Section Number ______8. The successful bidder at the time of execution of the contract ____ be required to deposit a contract bond for the full amount of the award. When a contract bond is not required, the proposal guaranty check will be held in lieu thereof. If this proposal is accepted and the undersigned fails to execute a contract and contract bond as required, it is hereby agreed that the Bid Bond or check shall be forfeited to the Awarding Authority. 9. Each pay item should have a unit price and a total price. If no total price is shown or if there is a discrepancy between the product of the unit price multiplied by the quantity, the unit price shall govern. If a unit price is omitted, the total price will be divided by the quantity In order to establish a unit price. 1 O. A bid will be declared unacceptable if neither a unit price nor a total price is shown. 11. The undersigned submits herewith the schedule of prices on BLR 12200a covering the work to be performed under this contract. 12. The undersigned further agrees that if awarded the contract for the sections contained in the combinations on BLR 12200a, the work shall be in accordance with the requirements of each individual proposal for the multiple bid specified in the Schedule for Multiple Bids below.

Printed 3/30/2018 Page 4 of 7 BLR 12200 (01/08/14) RETURN WITH BID

Illinois Department of Transportation SCHEDULE OF PRICES

County DuPage Local Public Agency Village of Lombard Section 18-00000-01-GM Roule Various Schedule for Multiple Bids Combination Letter tions Included in Combinat Total

-· -·------~~·-·

Schedule for Single Bid (For complete information covering these items, see plans and specifications) Bidder's Proposal for making Entire Improvements! $1,334,996.671

Item No. Items Unit Quantity Unit Price Total EARTH EXCAVATION CY 230 $50.00 $11,500.00 REMOVAL AND DISPOSAL OF UNSUITABLE MATERIAL CY 50 $60.00 $3,000.00 AGGREGATE BASE COURSE, TYPE B, 12" (CA-1) CY 170 $45.00 $7,650.00 AGGREGATE FOR TEMPORARY ACCESS TN 200 $5.00 $1,000.00 BITUMINOUS MATERIALS (TACK COAT) LB 35,317 $0.01 $353.17 LEVELING BINDER (MACHINE METHOD), N50 TN 2,957 $62.50 $184,812.50 TEMPORARY RAMP SY 100 $7.50 $750.00 HOT-MIX ASPHALT SURFACE COURSE, MIX D, N50, 2" TN 6,684 $62.50 $417,750.00 PORTLAND CEMENT CONCRETE SIDEWALK 5" SF 5,575 $5.50 $30,662.50 DETECTABLE WARNINGS SF 572 $34.00 $19,448.00 HOT-MIX ASPHALT SURFACE REMOVAL 2" SY 10,089 $3.00 $30,267.00 HOT-MIX ASPHALT SURFACE REMOVAL 2.5" SY 67,983 $2.00 $135,966.00 DRIVEWAY PAVEMENT REMOVAL SY 876 $13.00 $11,388.00 COMBINATION CURB AND GUTTER REMOVAL FT 4,380 $4.00 $17,520.00 SIDEWALK REMOVAL SF 5,810 $1.25 $7,262.50 CLASS D PATCHES, TYPE II, 2" HOT-MIX ASPHALT SURFACE COURSE, MIX D, N50, 2" SY 14 $80.00 $1,120.00 CLASS D PATCHES, TYPE Ill, 2" HOT-MIX ASPHALT SURFACE COURSE, MIX D, N50, 2" SY 109 $25.00 $2,725.00 CLASS D PATCHES, TYPE IV,2" HOT-MIX ASPHALT SURFACE COURSE, MIX D, N50, 2" SY 4,601 $13.00 $59,813.00 CLASS D PATCHES, TYPE I, 3" HOT-MIX ASPHALT SURFACE COURSE, MIX D, N50, 3" SY 108 $30.00 $3,240.00 CLASS D PATCHES, TYPE II, 3" HOT-MIX ASPHALT SURFACE COURSE, MIX D, N50, 3" SY 9 $90.00 $810.00 CLASS D PATCHES, TYPE IV, 3" HOT-MIX ASPHALT SURFACE COURSE, MIX D, N50, 3" SY 28 $80.00 $2,240.00 CLASS D PATCHES, TYPE II, 4" SY 133 $30.00 $3,990.00

Printed 4/18/2018 Page 5-1 BLR 12200a (01/08/14) RETURN WITH BID

Bidder's Proposal for making Entire Improvements! $1,334,996.671

Item No Items Unit Quantity Unit Price Total CLASS D PATCHES, TYPE Ill, 4" SY 127 $34.00 $4,318.00 CLASS D PATCHES, TYPE IV, 4" SY 329 $28.00 $9,212.00 CLASS D PATCHES, TYPE II, 6" SY 35 $38.00 $1,330.00 CLASS D PATCHES, TYPE Ill, 6" SY 16 $60.00 $960.00 CLASS D PATCHES, TYPE IV, 6" SY 1,389 $38.00 $52,782.00 CLASS D PATCHES, TYPE IV, 10" SY 700 $68.00 $47,600.00 COMBINATION CONCRETE CURB AND GUTTER, TYPE 86.12 FT 4.280 $23.00 $98,440.00 COMBINATION CONCRETE CURB AND GUTTER, TYPE 86.24 n: 50 $37.00 $1,850.00 NON-SPECIAL WASTE DISPOSAL CY 50 $90.00 $4,500.00 TRAFFIC CONTROL AND PROTECTION, STANDARD 701006-05 (LOMBARD) LS 1 $1.00 $1.00 TRAFFIC CONTROL AND PROTECTION, STANDARD 701301-04 (LOMBARD) LS 1 $1 00 $1.00 TRAFFIC CONTROL AND PROTECTION, STANDARD 701311-03 (LOMBARD) LS 1 $1.00 $1.00 TRAFFIC CONTROL AND PROTECTION, STANDARD 701501-06 (LOMBARD) LS 1 $80,000.00 $80,000.00 TRAFFIC CONTROL AND PROTECTION, STANDARD 701801-06 (LOMBARD) LS 1 $1.00 $1.00 TRAFFIC CONTROL AND PROTECTION, STANDARD 701501-06 (BENSENVILLE) LS 1 $1,150.00 $1,150.00 TRAFFIC CONTROL AND PROTECTION (DOWNERS GROVE SAN DIST) LS 1 $1,200.00 $1,200.00 TRAFFIC CONTROL AND PROTECTION (WOODRIDGE) LS 1 $1,150.00 $1,150.00 THERMOPLASTIC PAVEMENT MARKING-LETTERS & SYMBOLS SF 111 $4.00 $444.00 THERMOPLASTIC PAVEMENT MARKING-LINE 4" FT 9,702 $0.55 $5,336.10 THERMOPLASTIC PAVEMENT MARKING-LINE 6" FT 498 $0.80 $398.40 THERMOPLASTIC PAVEMENT MARKING-LINE 12" FT 831 $1.50 $1,246.50 THERMOPLASTIC PAVEMENT MARKING-LINE 24" FT 396 $4,00 $1,584.00 HOT-MIX ASPHALT DRIVEWAY PAVEMENT 3" SY 558 $20.00 $11,160.00 HOT-MIX ASPHALT DRIVEWAY PAVEMENT 4" SY 10 $75.00 $750.00 HOT-MIX ASPHALT DRIVEWAY PAVEMENT 5" SY 10 $75.00 $750.00 DRAINAGE AND UTILITY STRUCTURES TO BE ADJUSTED EA 41 $450.00 $18,450.00 DRAINAGE AND UTILITY STRUCTURES TO BE RECONSTRUCTED EA 5 $1,910.00 $9,550.00 PULVERIZED TOPSOIL, FURNISHED AND PLACED, 4" (SPECIAL) SY 1,520 $7.20 $10,944.00 SEEDING, CLASS 1A (SPECIAL) SY 1,520 $1.30 $1,976.00 EROSION CONTROL BLANKET SY 1,520 $1.40 $2,128.00 PORTLAND CEMENT CONCRETE DRIVEWAY PAVEMENT, 6" (SPECIAL) SY 298 $42.00 $12,516.00

Bidder's Proposal for making Entire Improvements $1,334,996.67

Printed 4/1812018 Page 5-2 BLR 12200a (01/08/14) RETURN WITH BID

County DuPaoe Local Public Agency VillageofLombard CONTRACTOR CERTIFICATIONS Section Number 18-00000-01-GM Route Various rhe certifications hereinafter made by the bidder are each a material representation of fact. upon which reliance is placed should he Department enter into the contract with the bidder. 1. Debt Deliquency. The bidder or contractor or subcontractor, respectively, certifies !hat it is not delinquent in the payment of any tax administered by the Department of Revenue unless the individual or other entity is contesting, in accordance with the procedures established by the appropriate revenue Act, its liability for the tax or the amount of tax. Making a false statement voids the contract and allows the Department to recover all amounts paid to the Individual or entity under the contract In a civil action. !. Bid-Rigging or Bid Rotating. The bidder or contractor or subcontractor, respectively, certifies that It is not barred from contracting with the Department by reason of a violation of etther 720 ILCS 5/33E-3 or 720 ILCS 5/33E-4. A violation of Section 33E-3 would be represented by a conviction of the crime of bid-rigging which, In addition to Class 3 felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United States which contains the same elements as this offense shall be barred for 5 years from the date of conviction from contracting with any unit of State or local government. No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction under this Section of any employee or agent of such corporation If the employee so convicted is no longer employed by the corporation and: (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmental entity with which it seeks to contract and that enfity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent in behalf of the corporation. · A violation of Section 33E-4 would be represented by a conviction of the crime of bid-rotating which, in addition to Class 2 felony sentencing, provides that any person convicted of this offense or any similar offense of any state or the United States which contains the same elements as this offense shall be permanently barred from contracting with any unit of State or local government. No corporation shall be barred from contracting with any unit of State or local government as a result of a conviction under this Section of any employee or agent of such corporation if the employee so convicted Is no longer employed by the corporation and: (1) it has been finally adjudicated not guilty or (2) If It demonstrates to the governmental entity with which ii seeks to contract and that entity finds !hat the commission of !he offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent in behalf of the corporation. !. Bribery. The bidder or contractor or subcontractor, respectively, certif,es that ii has not been convicted of bribery or attempting to bribe an officer or employee of the Stale of Illinois or any unit of local government, nor has the firm made an admission of guilt of such conduct which is a matter of record, nor has an official, agent, or employee of the firm committed bribery or attempted brit>ery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. I. Interim Suspension or Suspension. The bidder or contractor or subcontractor, respectively, certifies that it is not currently under a suspension as defined in Subpart I of Title 44 Subtitle A Chapter Ill Part 6 of the Illinois Administrative Code. Furthermore, If suspended prior to completion of this work, !he contract or contracts executed for the completion of this work may be cancelled.

Printed 2/27/2018 Page 6 of 7 8LR 12200 (01/08/14) RETURN WITH BID

County OuP119e SIGNATURES Local Public Agency . '{ill8fLe of Lombard .. -··· __ .. Section Number 18:-Q0000-01:G_M Route Various If an Individual)

Signature of Bidder ------Business Address

If a partnership) Firm Name ------Signed By

Business Address ------

Inset Names and Addressed of All Partners

If a corporation) Corporate Name RW Dun~;an Co.,'.;~.~

S~nedBY?4~~ Holanc! W. Ounteman President Business Address 600 s. Lombard Road, Addison, IL 60101

/ p d t Roland W Dunteman

Insert Names of Officers S~;;~~:~y J_a_y_L_a_nd_g_r_af__ . ___ { Treasurer -~~tthew Dunteman ------~--···········

l\ttest:

Printed 2127/2018 Page 7 of 7 BLR 12200 (01/08/14) Illinois Department Apprenticeship or Training of Transportation Program Certification

Route Various Return with Bid County .l)_uP.ige . Local Agency Village of Lorn bard Section 18--00000-01-GM

All contractors are required to complete the following certification:

I&) For this contract proposal or for all groups in this deliver and install proposal.

D For the following deliver and install groups in this material proposal:

------··------·-"·-· -

Illinois Department of Transportation policy, adopted in accordance with the provisions of the Illinois Highway Code, requires this contract to be awarded to the lowest responsive and responsible bidder. The award decision is subject to approval by the Department. In addition to all other responsiblllty factors, this contract or deliver and install proposal requires all bidders and all bidders' subcontractors to disclose participation in apprenticeship or training programs that are (1) approved by and registered with the United States Department of Labor's Bureau of Apprenticeship and Training, and (2) applicable to the work of the above indicated proposals or groups. Therefore, all bidders are required lo complete the following certHlcation:

I. Except as provided in paragraph IV below, the undersigned bidder certifies that It Is a participant either as an individual or as part of a group program, in an approved apprenticeship or training program applicable to each type of work or craft that the bidder will perfonn with tts own employees.

II. The undersigned bidder further certifies for work to be perfonned by subcontract that each of Its subcontractors submitted for approval either (A) Is, at the time of such bid, participating in an approved, applicable apprenticeship or training program; or (B) wUI, prior to commencement of performance of work pursuant to this contrac~ establish participation in an approved apprenticeship or training program applicable to the work of the subcontract.

Ill. The undersigned bidder, by inclusion in the list in the space below, certifies the official name of each program sponsor holding the Certificate of Registration for all of the types of work or crafts in which the bidder Is a. participant and that wlll be performed with the bidder's employees. Types of work or craft that will be subcontracted shall be included and listed as subcontract work. The list shall also indicate any type of work or craft job category for which there is no applicable apprenticeship or training program available.

Operating Engineers Local 150 ------~hl~a_goland Labor_ers' Training _~--~Ef?-~~!l.~i~s-~)p p~~g_r~_f!1 __ _ f?~_Pag_~ Co_u_~t_y_ Cerri~_n,t __ ~?,~_q_~~-· Local 803 Joi[!~~pprenticeship ____

Prir1ted 2/28/2018 Page1of2 BLR 12325 (Rev. 4/07) IV Except for any work identified above, any bidder or subcontractor that shall perform all or part of the work of the contract or deliver and install proposal solely by individual owners, partners or members and not by employees to whom the payment of prevailing rates of wages would be required, check the following box, and identify the owner/operator workforce and positions of ownership. □

The requirements of this certification and disclosure are a material part of the contract, and the contractor shall require this certification provision to be Included In all approved subcontracts. The bidder is responsible for making a complete report and shall make certain that each type of work or craft job category that will be utilized on the prOject Is accounted for and listed. The Department at any time before or after award may require the production of a copy of each applicable Certlflcate of Registration issued by the United States Department of Labor evidencing such participation by the contractor and any or all of its subcontractors. In order lo fulfill the participation requirement, It shall not be necessary that any applicable program sponsor be currently taking or that it will take applications for apprenticeship, training or employment during the performance of the work of this contract or deliver and Install pro~1//fi / Bidder: R W Dunteman Company By: A.__~,,P~ • ' (Signature) Address: 600 S. Lombard Rd., Addison, IL 60101 Title: President ...... ------

Printed 2/2812018 Page 2 of 2 BLR 12325 (Rev. 4/07) Local Agency Proposal Bid Bond

Route Various County DuPage RETURN WITH BID Local Agency Village of Lombard Section 18-00000-01-GM ------PAPERBIDBOND WE R. W. Dunteman Company 600 South Lombard Road Addison IL 60101 as PRINCIPAL.

and Continental Casualty Company 333 S. Wabash Ave. , Chicago. IL 60604 as SURETY, are held JOlntJy, sever any and firmly bound urno Iha above Local Agency (hereafter refened to es "I.A1 In the penal sum or 6% of lhe tolal bid prtce, or for lhe amount gpeclfied lo lhe propcsaJ dooumenls In effect on lhe date ol llWllatlon for bids whlchewr 1$ the lesseroum. We bind oUl1elvea, our helnl. axecutOB, admlnlstraloR, succes...., and anfflns,)olnlly pay to tho LA this sum under Iha coodlllons ol lhla lnstrumonL !MiEREAS THE CONDITION OF lHE FOREGOING OBLIGATION IS SUCH Iha~ the oald PRINCIPAL Is submitting a written p,op0$al lo the LA acllTig through 11s awardlr,g aulhorlly for lhe conslrucllon of tho work designated as lhe above secllon. THEREFORE ff lhe pn>pOUI Is ac;copted and a contract awanted lo the PRINCIPAL bY Iha LA lor Iha abollo dealgnaled atcllon and Iha PRINCIPAL shall wilhin fiffee• (15) dayS after awant •-Int• a fonnal contract, filml&h surety guaranteeing lhe falthlul performance of the woit. and lumlsh evidence of the required Insurance coven,ge, all as provided In the "S!Bndard Specfflca5ons for Road and Bridge Conslnlcllon· and applicable SUpplemenlal SpeclflcaHona, then Ibis obligation shal baoome void; othelWlse tt sh&D n,rnaln In fu1I force and effect. IN THE EWNT 1he LA--• the PRINCIPAL has faied lo enlerlnlo a formal contract In compliance with any requlremenlt set lorlh In lhe pn,oedlng paragreph, lhen Iha LA ac!Jng through II> awantlng aulhotlly ahall lmmedlately be entllled to recowrlhe lull penal aum saJ out above, togelher wilh an COUit cos1s, all allomey fees, and any olher expanse of recowry. IN TESTIMONY WHEREOF, the aeld PRINCIPAL and the &aid SURETY have cauoed lhls inslnrmenl to be algned bY lhe~ respectlveoffloenolhla 19th dayof A ril, 2018 Principal

By: RolandW.

STATE OF Illinois COUNTY OF DuPaae 1. Rebecca~-,-;------R. Alves , a Notary Publlc In and for said county, 1891 doherebycertifythat Roland W. Dunteman Ill and William Reidinger 2 ( lnaert namss d indiaiitaia aping en behalf cf PRINCIPAL & SURETY) who are eech personelly mown to me lo be the aame persons wh... names an, subscribed lo the foregoing Instrument on behaf of PRINCIPAL and .f~ SURETY, appeared before me !hi$ day In .,...on and acknowledged respectively, thal lhey algned and dellvered said lnslnlmenlt as lhefrfree and wluntary act for lhe uses and purposes lheieln eel fof1h. Given under my hand and notarial seaf this 19th day of April, 2018 e:•c:(J...,.,,:~o, 0 Mycommlsslon expires June 27, 2020 .-J(~J;/ .<.·_c_Qs;._-: ~(:). rlL)~;{:~_{- /) =- r, (, · Rebecca R. Alves lic) f; ~ ?!1· ------ELECTRONIC BID ------~ '◄. ~ D Electronic bid bond Is aUowed (box must be checked by LA If electtonlc bid bond Is allowed) ~ ~ <~ r The Principal may submit an efectronlc bid bond, In lieu of completing the above section of the Proposal Bid Bond Form. By providing i::i an electronic bld bond ID code and signing below, the Principal is ensuring the idenlilied electronic bid bond has been executed and l!J""ii=m the Principal and Suraty are firmly bound unto the IA under the conditions of the bid bond as shown above. (If PRINCIPAL Is a join! f3 venhrre of two or more contractors, an eleelronic bid bond ID code, company/Bidder name tills and elate must be affixed for eaeh contractor in Iha venlura.) I I I I I I I Eleclt

(Slgnalun> and TIUe) Dale

Page 1 of 1 BLR 12230 (Rev, 7/05) POWER OF ATI'ORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT

Know AU Men u)' These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania. a Pennsylvania insurance company (herein called "the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint

William Reidinger, Individually of Schaumburg, IL their true and lawful Attomey(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature

- Io Unlimited Amounts - SuretyBoodNo.: Bid Bond Principal: R. W. Dunteman Company Obligee: Village of Lombard and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed.

This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies.

In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 27th day of February, 2018.

Continental Casualty Company National Fire Insurance Company of Hartford American Ca lty Company of Re ding, Pennsylvania

Paul T, Bruflat State of South Dakota, County of Minnehaha, ss: On this 27th day of February, 2018, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that he knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so afftxed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies.

My Commission Expires June 23, 2021 J.M0=7Y7~c

CERTIFICATE I. D. Johnson, Assistant Secretary of Continental Casualty Company, an ntinois insurance company, National Fire Insurance Company of Hartford. an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set fonh is still in force, and further certify that the By-Law and Resolutiori. of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 19th day of Aprll. 201 B.

Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania

1891

Form F6853-4/2012 D:9.y~

Go to www.cnasurety.com >Owner/ 0bligee Services > Validate Bond Coverage, II you want to verify bond authenticity. Authorizing By-Laws and Resolutions

ADOPTED BY TilE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY:

This Power of Attorney is made and ex<:CUted pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 12.1995;

''RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to tbc Six:retary Of the Company prior to such execution becoming effective."

This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company.

This Power of Attorney is signed and sealed ·by facsimile under and by the authorii:y of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 2~ day of ApriL 2012:

"Whereas, the bylaws of the Company or specific resolution of the Board of Directors bas authorized various officers (the .,Authorized Officers")to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and

Wherea,, from time to time, the signature of the Authorized Officers, in addition to being provided_ in originaL hard copy format, may be pro\-idcd via facsimile or otherwise in an electronic format (collectively, .. Electronic Signatures"); Now therefore be it resolved: that the Ele.c:tronic Signature of any Authorized Officer shall be valid and binding on the Company. "

ADOPTIID BY lHE BOARD OF DJRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HAR1FORD:

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 by unanimous "Written consent dated May 10, )99.S:

"RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that imch officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective."

This Power of Attorney is signed by Paul T. Bruflat, Vice President. wh.o has been authorized pursuant to the above resolution to execute _power of attorneys on behalf of National Fire Insurance Company of Hartford.

This Power of Attorney is signed and sealed by facsimile under and by the authority of the followins Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 2511i day of April, 2012:

"Whereas, tbe by Jaws of the Company or specific resolution of the Board of Directors has authorized various officers (tbe "Authorized Officers")to execute various policies, bonds, undertakings and other obligatory instruments oflike nature; and

Whereas, from time to time, the signnture of the Authorized Officers, in addition to being provided in originaJ, hard copy format, may be provided via facsimile or otherwise in an electronic fonnat (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company.~

ADOPTED BY lHE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVAJ\1A:

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 by unanimous written consent dated May I 0, 1995:

"RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific docwnents, agreements and instruments on behalf of the Company provided. that the name of such authorized officer and a description of the documents, agreements or instruments tbat such officer may sign will be provided in v.iiting by the Senior or Group Vice President to the Secretruy of the Company prior to such execution bC(;Oming effective."

This Power of Attorney is signed by Paul T. Bruflat, Viee President. who has been authorized pursuant to the above resolution to ex:ecute power of attorneys on behalf of American Casualty Company of Reading, Pennsylvania.

This Power of Attorney is signed nnd sealed by facsimile under and by the a.ulhority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 2511,_ day of April, 2012;

"Whereas. the bylaws of the Company or specific resolution of the Board of Directors bas authorized various offi~rs (the ..Authorized Officexs•)to execute various policies, bonds, undertakings nnd other obligatoxy instruments of like nature; and

Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in originaL hard copy format, may be provided via facsimile or otherwise in an electronic fonnat (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Sign