Loading...
2020-09-21 - Ordinance 2020-066 - AUTHORIZING EXECUTION OF A CONTRACT WITH G&M TRUCKING., FOR AGGREGATE MATERIALS ORDINANCE 2020—66 AN ORDINANCE AUTHORIZING EXECUTION OF A CONTRACT WITH G&M TRUCKING.,,-FOR AGGREGATE MATERIALS WHEREAS, the Village of Buffalo is a home rule unit pursuant to the Illinois Constitution of 1970; and WHEREAS, the Village released notifications and sought out companies qualified to provide the requested materials; and WHEREAS, the Village engaged in a competitive procurement process to obtain the best value for money. NOW THEREFORE, BE IT ORDAINED BY THE PRESIDENT AND BOARD OF TRUSTEES OF THE VILLAGE OF BUFFALO GROVE,COOK AND LAKE COUNTIES, ILLINOIS,as follows: SECTION 1. The foregoing recitals are hereby adopted and incorporated and made a part of this Ordinance as if fully set forth herein. SECTION 2.The Village Manager is authorized to execute a contract with G&M Trucking, pending review and approval by the Village Attorney at a price not to exceed $87,350 per year. SECTION 3. If any section, paragraph, clause or provision of this Ordinance shall be held invalid, the invalidity thereof shall not affect any other provision of this Ordinance. SECTION 4. This Ordinance shall be in full force and effect from and after its passage and approval and not be codified. AYES: 6—Stein Ottenheimer, Weidenfeld,_Johnson„ Smith, Pike NAYES: 0—None ABSENT: 0—None PASSED: September 21, 2020 APPROVED: September 21, 2020 APPROVED: Beverly Sussm ,Village President ATTEST: JaneiS bian, pillage Clerk. VWU'LULU-29 ACCEPTANCE The Contract/Bid attached hereto and by this reference incorporated herein and made a part hereof is hereby accepted by the order of the Village of Buffalo Grove ("Municipality") this 22nd day of September 2020. This Acceptance,together with the Contract/Bid attached hereto, constitutes the entire and only agreement between the parties relating to the Product and the compensation therefor and supersedes and merges any other prior or contemporaneous discussions, agreements, or understandings, whether written or oral, and shall prevail over any contradictory or inconsistent terms or conditions contained in any purchase order, acceptance, acknowledgement, invoice, or other standard form used by the parties in the performance of the Contract/Bid. Any such contradictory or inconsistent terms or conditions shall be deemed objected to by the Municipality without further notice of objection and shall be of no effect nor in any circumstances binding upon the Municipality unless accepted by the Municipality in a written document plainly labeled "Amendment to Agreement." Acceptance or rejection by the Municipality of any such contradictory or inconsistent terms or conditions shall not constitute acceptance of any other contradictory or inconsistent terms or conditions. VILLAGE OF BUFFALO GROVE By: Y Village Manager 7 VoBG 2020-29 Village of Buffalo Grove. CONTRACT/BID FOR THE PURCHASE OF AGGREGATE Full Name of Bidder th I Ca&' (`Bidder") Principal Office Address f S k"e Local Office Address �C3 Contact Person ram, �V��p S Telephone Number_/8 q-1 80-9 TO: Village of Buffalo Grove 50 Raupp Blvd Buffalo Grove,Illinois 60089 Attention: Brett Robinson Purchasing Manager Bidder warrants and represents that Bidder has reviewed and B. Performance,Standards. If this Contract/Bid is accepted, understood all documents included, referred to, or mentioned in Bidder proposes and agrees that the Product will comply strictly this bound set of documents, including Addenda with the Specifications attached hereto and by this reference Nos. :1 . (if none, write "NONE"j', which are included made a part of this Contract/Bid. If this Contract/Bid specifies a as part of this Contract/Bid. Product by brand name or model,that specification is intended to reflect the required performance standards and standard of 1. Proposal to Provide Product excellence that the Municipalities requires for the Product. However, Bidder may propose to deliver a Product that is a A. Contract and Product. If this Contract/Bid is accepted, different brand or model,if Bidder provides,within its bid,written Bidder proposes, and agrees, that Bidder shall, provide to the documentation establishing that the brand or model it proposes Municipalities the product, items, materials, merchandise, to deliver possess equal quality, durability, functionality, supplies, or other items identified in the Invitation for Bids capability,and features as the Product specified. attached hereto("Product")in new,undamaged,and first-quality condition. Bidder further proposes to: C. Responsibility for Damage or Loss. If this Contract/Bid is accepted, Bidder proposes and agrees that Bidder shall be 1. Labor, Equipment, Materials, and Supplies. responsible and liable for,and shall promptly and without charge Provide, perform, and complete, in the manner to the Municipality, repair or replace, any damage done to, and specified and described in this Contract/Bid, all any loss or injury suffered by, the Municipalities as a result of necessary work, labor, services, transportation, Bidder's failure to perform hereunder. equipment, materials, supplies, information, data, and other means and items necessary to provide D. Inspection/Testing/Resection. The Municipalities shall and/or deliver the Product to the Municipality in a have the right to inspect all or any part of the Product. If, in the proper and workmanlike manner; Municipalities' judgment, all or any part of the Product is defective or damaged or fails to conform strictly to the 2. Permits. Procure and furnish all permits, licenses, requirements of this Contract/Bid, then the Municipalities, and other governmental approvals and without limiting its other rights or remedies,may,at its discretion: authorizations necessary for the Product; (i) reject such Product; (ii) require Bidder to correct or replace such Product at Bidder's cost; (iii)obtain new Product to replace 3. Bonds and Insurance. Procure and furnish all bonds the Product that are defective, damaged, or nonconforming and and all insurance certificates and policies of charge Bidder with any excess cost incurred thereby; and/or(iv) insurance,if any,specified in this Contract/Bid; cancel all or any part of any order or this Contract/Bid. The product so rejected may be returned or held at Bidder's expense 4. Taxes. Pay all applicable federal, state, and local and risk. taxes;and 5. Miscellaneous. Do all other things required of Bidder by this Contract/Bid. 1 VOBG 2020-29 2. Contract Price Proposal 3. Contract Time A. If this Contract/Bid is accepted, Bidder proposes, and If this Contract/Bid is accepted,Bidder proposes,and agrees, agrees,that Bidder shall deliver the Product to the Municipalities that Bidder shall provide the Product to the Municipalities in accordance with the Schedule of Prices(Appendix A.): through December 31, 2021. In addition,the Municipalities may elect to renew the contract for a term of one additional year under the same unit price. If the Municipalities have specified the Quantity of Product to be purchased by the Municipalities on Page 1 of the Invite for 4. Financial Assurance Bids,then Bidder shall take, in full payment for all Product and other matters set forth under Section 1 of this Contract/Bid, A. Indemnification. If this Contract/Bid is accepted, Bidder including overhead and profit, taxes, royalties, license fees, proposes and agrees that Bidder shall indemnify, save harmless, contributions and premiums, and compensation to all and defend the Municipalities against all damages, liability, subcontractors and suppliers,the total Contract Price(based on claims, losses, and expenses(including attorneys'fees)that may unit price multiplied by approximate quantities) arise, or be alleged to have arisen,out of or in connection with Bidder's performance, or failure to perform, under this Contract/Bid,including,without limitation,any failure to meet the representations and warranties set forth in Section 6 of this B. Basis for Determining Prices Contract/Bid. It is expressly understood and agreed that: B. Penalties. If this Contract/Bid is accepted, Bidder proposes, and agrees, that Bidder shall be solely liable for any 1. All prices stated in the Schedule of Prices are firm fines or civil penalties that are imposed by any governmental or and shall not be subject to escalation or change; quasi-governmental agency or body that may arise,or be alleged to have arisen,out of or in connection with Bidder's performance, 2. The Municipalities are not subject to state or local or failure to perform,under this Contract/Bid. sales, use, and excise taxes, and no such taxes are included in the Schedule of Prices, and that all 5. Firm Bid claims or rights to claim any additional compensation by reason of the payment of any such All prices and other terms stated in this Contract/Bid are firm tax are hereby waived and released; and shall not be subject to withdrawal, escalation, or change provided that the Municipalities accept this Contract/Bid within 3. All other applicable federal,state,and local taxes of 45 days after the date this sealed Contract/Bid is opened. every kind and nature applicable to the Product are included in the Schedule of Prices;and 6. Joint Purchasing/Purchasing Extension 4. If the Quantity of Product to be purchased by the The purchase of goods and services pursuant to the Municipalities is specified on Page 1 of the Invite for terms of this Contract shall also be offered for purchases to be Bids, such amount is an estimate only. The made by the Municipalities,as authorized by the Governmental Municipalities reserve the right to increase or Joint Purchasing Act,30 ILCS 525/0.01,et seq.(the"Act"). All decrease such quantity,and the total Contract Price purchases and payments made under the Act shall be made to be paid will be based on the final quantity directly by and between each Municipality and the successful determined by the Municipalities for the Product bidder.The bidder agrees that the Village of Buffalo Grove shall that complies with this Contract/Bid that are not be responsible in anyway for purchase orders or payments accepted by the Municipalities. Bidder hereby made by the other Municipalities. The bidder further agrees that waives and releases all claims or rights to dispute or all terms and conditions of this Contract shall continue in full complain of any such estimated quantity or to force and effect as to the other Municipalities during the assert that there was any misunderstanding in extended term of this Contract. regard to the quantity of Product to be delivered. Bidder and the other Municipalities may negotiate such other C. Time of Payment and further terms and conditions to this Contract("Other Terms")as individual projects may require. In order to be It is expressly understood and agreed that all payments effective,Other Terms shall be reduced to writing and signed by shall be made in accordance with the following schedule: a duly authorized representative of both the successful bidder and the other Municipality. • Within 6 weeks of receipt of invoice. All payments may be subject to deduction or setoff by The bidder shall provide the other Municipalities with all reason of any failure of Bidder to perform under this documentation as required in the ITB,and as otherwise required Contract/Bid. by the Village of Buffalo Grove. 2 VoBG 2020-29 contained in this Contract/Bid and in the Municipalities' written 7. Bidder's Representations and Warranties notification of acceptance in the form included in this bound set of documents. In order to induce the Municipalities to accept this Contract/Bid,Bidder hereby represents and warrants as follows: D. Remedies. Each of the rights and remedies reserved to the Municipalities in this Contract/Bid shall b'e cumulative and A. The Product. All Product, and all of their components, additional to any other or further remedies provided in law or shall be of merchantable quality and,for a period of not less than equity or in this Contract/Bid. one year after purchase:(1)shall be free from any latent or patent defects or flaws in workmanship, materials, and design; (2)shall E. Time. Time is of the essence in the performance of all strictly conform to the requirements of this Contract/Bid, terms and provisions of this Contract/Bid. Except where including,without limitation,the performance standards set forth specifically stated otherwise, references in this Contract/Bid to in Subsection 113 of this Contract/Bid; and (3) shall be fit, days shall be construed to refer to calendar days and time. sufficient, and suitable for the purposes expressed in, or reasonably inferred from, this Contract/Bid. The warranties F. No Waiver. No examination, inspection, investigation, expressed herein shall be in addition to any other warranties test, measurement, review, determination, decision, certificate, applicable to the Product(including any manufacturer's warranty) or approval by the Municipalities, whether before or after the expressed or implied by law,which are hereby reserved unto the Municipalities' acceptance of this Contract/Bid; nor any Municipalities. information or data supplied by the Municipalities, whether before or after the Municipalities' acceptance of this B. Compliance with Laws. All Product, and all of their Contract/Bid; nor any order by the Municipalities' for the components, shall comply with, and Bidder agrees to be bound payment of money; nor any payment for, or use, possession, or by, all applicable federal,state,and local laws,orders, rules,and acceptance of, the whole or any part of the any Product by the regulations, as they may be modified or amended from time to Municipalities; nor any extension of time granted by the time. Every provision required by law to be inserted into this Municipalities; nor any delay by the Municipalities in exercising Contract/Bid shall be deemed to be inserted herein. any right under this Contract/Bid;nor any other act or omission of the Municipalities shall constitute or be deemed to be an C. Not Barred. Bidder is not barred bylaw from contracting acceptance of any defective, damaged, or nonconforming with the Municipalities or with any other unit of state or local Product,nor operate to waive or otherwise diminish the effect of government as a result of:(1)a delinquency in the payment of any any representation or warranty made by Bidder; or of any tax administered by the Illinois Department of Revenue unless requirement or provision of this Contract/Bid; or of any remedy, Bidder is contesting, in accordance with the procedures power,or right of the Municipalities. established by the appropriate revenue act,its liability for the tax or the amount of tax, as set forth in 65 ILCS 5/11-42.1-1; (2) a G. Severability. It is hereby expressed to be the intent of violation of either Section 33E-3 or Section 33E-4 of Article 33 of the parties to this Contract/Bid that should any provision, the Criminal Cade of 1961, 720 ILCS 5/33E-1 et seq.; or (3) any covenant, agreement, or portion of this Contract/Bid or its other reason. application to any Person or property be held invalid by a court of competent jurisdiction, the remaining provisions of this D. Qualified. Bidder has the requisite experience, ability, Contract/Bid and the validity, enforceability, and application to inventory, capital, facilities, equipment, plant, organization, and any Person or property shall not be impaired thereby, but the staff to enable Bidder to deliver the Product at the Contract Price remaining provisions shall be interpreted, applied, and enforced and within the Contract Time Proposals set forth above. so as to achieve,as near as may be,the purpose and intent of this Contract/Bid to the greatest extent permitted by applicable law. 8. Acknowledgements H. Amendments and Modifications. No amendment or In submitting this Contract/Bid, Bidder acknowledges and modification to this Contract/Bid shall be effective until it is agrees that: reduced to writing and approved and executed by the corporate authorities of the parties in accordance with all applicable A. Reliance. The Municipalities are relying on all statutory procedures. warranties, representations, and statements made by Bidder in this Contract/Bid. I. Assignment. Neither this Contract/Bid,nor any interest herein,shall be assigned or subcontracted,in whole or in part,by B. Reservation of Rights. The Municipalities reserve the Bidder except upon the prior written consent of the right to reject any and all bids, reserve the right to reject the low Municipalities. price bid, and reserve such other rights as are set forth in the Instructions to Bidders. J. Governing Law. This Contract/Bid shall be governed by, construed and enforced in accordance with the internal laws,but C. Acceptance. If this Contract/Bid is accepted,Bidder shall not the conflicts of laws rules,of the State of Illinois. be bound by each and every term, condition, or provision 3 VoBG 2020-29 9. Contractor's Insurance D.Other Insurance Provisions Contractor shall procure and maintain, for the duration of the Contract, insurance against claims for injuries to persons or The policies are to contain, or be endorsed to contain, the damages to property,which may arise from or in connection with following provisions: the performance of the work hereunder by the Contractor, his agents,representatives,employees or subcontractors. 1) General Liability and Automobile Liability Coverages: A. Minimum Scope of Insurance: Coverage shall be at least as The Municipality, its officials, agents, employees and broad as: volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on Insurance Services Office Commercial General Liability occurrence behalf of the Contractor; products and completed form CG 0001 with the Municipality named as additional insured operations of the Contractor;premises owned,leased or on a primary and non-contributory basis. This primary, non- used by the Contractor;or automobiles owned, leased, contributory additional insured coverage shall be confirmed hired or borrowed by the Contractor.The coverage shall through the following required policy endorsements: ISO contain no special limitations on the scope of protection Additional Insured Endorsement CG 2010 or CG 20 26 and CG 20 afforded to the Municipality, its officials, agents, 01 04 13. Insurance Services Office Commercial General Liability employees and volunteers. occurrence form CG 0001 with the Municipality named as additional insured, on a form at least as broad as the ISO 2) The Contractor's insurance coverage shall be primary Additional Insured Endorsement CG 2010 and CG 2026 and non-contributory as respects the Municipality, its officials, agents, employees and volunteers. Any 1) Insurance Service Office Business Auto Liability insurance or self-insurance maintained by the coverage form number CA 0001, Symbol 01 "Any Municipality, its officials, agents, employees and Auto." volunteers shall be excess of Contractor's insurance and 2) Workers' Compensation as required by the Labor shall not contribute with it. Code of the State of Illinois and Employers'Liability 3) Any failure to comply with reporting provisions of the insurance. policies shall not affect coverage provided to the B. Minimum Limits of Insurance:Contractor shall maintain limits Municipality, its officials, agents, employees and no less than: volunteers. 4) The Contractor's insurance shall contain a Severability of 1) Commercial General Liability:$1,000,000 combined Interests/Cross Liability clause or language stating that single limit per occurrence for bodily injury, Contractor's insurance shall apply separately to each personal injury and property damage. The general insured against whom claim is made or suit is brought, aggregate shall be twice the required occurrence except with respect to the limits of the insurer's liability. limit. Minimum General Aggregate shall be no less 5) If any commercial general liability insurance is being than $2,000,000 or a project/contract specific provided under an excess or umbrella liability policy that aggregate of$1,000,000. does not "follow form," then the Contractor shall be 2) Business Automobile Liability: $1,000,000 required to name the Municipality, its officials, combined single limit per accident for bodily injury employees,agents and volunteers as additional insureds and property damage. 6) All general liability coverages shall be provided on an 3) Workers' Compensation and Employers' Liability: occurrence policy form. Claims-made general liability Workers' Compensation coverage with statutory policies will not be accepted. limits and Employers'Liability limits of$500,000 per 7) The contractor and all subcontractors hereby agree to accident. waive any limitation as to the amount of contribution recoverable against them by the Municipality. This C. Deductibles and Self-Insured Retentions specifically includes any limitation imposed by any state Any deductibles or self-insured retentions must be declared to statute, regulation, or case law including any Workers' and approved by the Municipality. At the option of the Compensation Act provision that applies a limitation to Municipality, either: the insurer shall reduce or eliminate such the amount recoverable in contribution such as Kotecki deductibles or self-insured retentions as it respects the v.Cyclops Welding Municipality, its officials, agents, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigation,claim administration and defense expenses. 4 VoBG 2020-29 E. AI:Coverages: 1) No Waiver. Under no circumstances shall the Municipality be deemed to have waived any of the insurance requirements of this Contract by any act or omission,including,but not limited to: a. Allowing work by Contractor or any subcontractor to start before receipt of Certificates of Insurance and Additional Insured Endorsements. b. Failure to examine,or to demand correction of any deficiency, of any Certificate of Insurance and Additional Insured Endorsement received. 1) Each insurance policy required shall have the Municipality expressly endorsed onto the policy as a Cancellation Notice Recipient.Should any of the policies be cancelled before the expiration date thereof, notice will be delivered in accordance with the policy provisions. F. Acceptability of Insurers Insurance is to be placed with insurers with a Best's rating of no less than A-,VII and licensed to do business in the State of Illinois. G. Verification of Coverage Contractor shall furnish each Municipality with certificates of insurance naming the Municipality, its officials, agents, employees, and volunteers as additional insured's and with original endorsements,affecting coverage required herein.The certificates and endorsements for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf.The certificates and endorsements are to be received and approved by the Municipality before any work commences. The Municipality reserves the right to request full certified copies of the insurance policies and endorsements. H. Subcontractors Contractor shall include all subcontractors as insured's under its policies or shall furnish separate certificates and endorsements for each subcontractor.All coverage's for subcontractors shall be subject to all of the requirements stated herein. I. Assumption of Liability The contractor assumes liability for all injury to or death of any person or persons including employees of the contractor, any subcontractor, any supplier or any other person and assumes liability for all damage to property sustained by any person or persons occasioned by or in any way arising out of any work performed pursuant to the Contract. J. Workers'Compensation and Employers'Liability Coverage The insurer shall agree to waive all rights of subrogation against the Municipality, its officials, employees, agents and volunteers for losses arising from work performed by Contractor for the municipality. Initials. 5 VOBG 2020-29 Bidder's Status: P•o fs Corporation O Partnership ()Individual Proprietor (State) (State) Bidder's Name: Doing Business As(if different): Signature of Bidder or Authorized Agent: , _F (corporate seal) PrinteA Name: L • 4�+ 6S (if corporation) (�Title/Position: 1 C'�s le k- - Date: C2,0 Bidder's Business Address: Bidder's Business Telephone: � ' b6 '�'�•-k�6 Email: If a Corporation or Partnership, list all Officers or Partners: mm NAME TITLE 'HNU DDRESS a Provide a copy of the Bidders W-9 with this form. 6 vok3u LULU-Ly Appendix A. Schedule of Prices Buffalo Grove Product Description of Product to be provided to Estimated Unit Price of Product Extended Cost: Owner* Quantity of Product Est Qty x Unit Price Aggregate CA-6 Aggregate Approximately 300 Tons $ $ Delivered �7' � 0• DO .... ............ ...... Aggregate CA-11 Aggregate Approximately 3000 Tons $ �7 $ Delivered • 0 0 Aggregate CA-16 Aggregate Approximately 400 Tons $ $ Delivered Topsoil Topsoil Approximately 50 Cubic $ A' Delivered Yards !Y Total $ v 0 Tot Dollars and ..„m Cents(in writing)/Ton(Delivered) Contact:Scott Fontanez soontanez@vbg.org Delivery Location 50 Raupp Blvd, Buffalo Grove IL 60089 Evanston Product Description of Product to be provided to Estimated Unit Price of Product Extended Cost: Owner* Quantity of Product Est Qty x Unit Price Aggregate CA-6 Aggregate Approximately 1500 Tons $ $ LL Delivered g 9 u���• 00 Aggregate CA-11 Aggregate Approximately 50 Tons $ $ Delivered :r j, �� d, U(] Aggregate CA-16 Aggregate Approximately 30Tons $ 2 $ Delivered 33' b ..........�......... ........ Topsoil Topsoil Approximately 150 Cubic $ r $ Delivered Yards N ...--..._ Total $ � �-J. AQ Total �� {„� •�� , ✓ Yti Dollars and Cents(in writing)/Ton(Delivered) C Contact:Edgar Cano ecano@cityofevanston.org Delivery Location: 2020 Asbury Ave., Evanston,IL60201 8 Vobu ZUZU-ZU Glencoe Product Description of Product to be provided to Estimated Unit Price of Product Extended Cost: Owner* Quantity of Product Est Qty x Unit Price m mmmmmIT Aggregate CA-6 Aggregate Approoxiximatellyy 200 Tons $ $ Delivered 0 r J �1�• a'd Aggregate CA-11 Aggregate Approximately 200 Tons $ $ Delivered (� bU Oa TopsoilTopsoil Approximately 50 Cubic $ $ Delivered ... Yards Total $ 4�0. 60 Total_ ' ilars and ZPi`� Cents(in writing)/Ton(Delivered) Contact: Donald Kirk dkirk@villageofglencoe.ore Delivery Location 1900 Frontage Rd., Glencoe IL 60022 Glenview Product Description of Product to be provided to Estimated Unit Price of Product Extended Cost: Owner* Quantity of Product Est Qty x Unit Price Aggregate CA-7 Aggregate Approximately 4200 Tons Delivered Topsoil Topsoil Approximately 590 Cubic $ Delivered Yards Total $ _ 00. CO TotalmNz ollars and a Cents(in writing)/Ton(Delivered) Contact:Daniel Levinson:dievinson@glenview.il.us Delivery Location: 2498 East Lake Avenue Glenview IL 60026 Northfield Product Description of Product to be provided to Estimated Unit Price of Product Extended Cost: Owner* Quantity of Product Est Qty x Unit Price DeliveredAggregate 6 Aggregate Approximately 400 Tons $ $ . Aggregate CA-11 Aggregate Approximately 250 Tons $ $ Delivered ,�® 6 j Delnrered Topsoil Yards Approximately 80 Cubic $ WW $ N . _.. 6 Total $ eo Total J Dollars and ���a Cents(in writing)/Ton(Delivered) Contact:Bill Wipperfurth bwipperfurth@northfieldil.ora Delivery Location: 1800 Winnetka Rd., Northfield IL 60093 *Provide material specifications with bid submittal 9 VoBG-2020-29 Finance Department Fifty Raupp Blvd. Buffalo Grove,IL 60089-2198 Phone 847-459-2525 Fax 847-459-7906 Contract/Bid for the Purchase of Aggregate Addendum #1 TO: Prospective Respondents and Other Interested Parties FROM: The Village of Buffalo Grove Finance Department ISSUE DATE: August 11, 2020 SUBJECT: ADDENDUM #1 Note: This Addendum is hereby declared a part of the original Bid documents and in case of conflict, the provisions in the following Addendum shall govern. The following clarifications shall be made to the bid documents for the Contract/Bid for the Purchase of Aggregate project. Q1.If we cannot provide one of the requested Products can we still submit a bid on the remaining Items? Al. Yes, mark the Unit Price and Extended Price on the Schedule of Prices (Appendix A.) with an N/A for the line item you cannot provide. PROSPECTIVE RESPONDENTS ARE TO ACKNOWLEDGE RECEIPT OF ADDENDUM#1. PLEASE INCLUDE AND NOTE THIS ADDENDUM IN YOUR RESPONSE. RESPONDENT: r SIGNED: DATE: " V ' TITLE 1 Form -9 Request for Taxpayer Give Form to the (Rev.December2014) Identification Number and Certification requester.Do not Department of the Treasury send to the IRS. Internal Revenue Service 1 Name(as shown on your income tax return).Name is required on this line;do not leave this line blank. G&M Trucking,Inc. x\i 2 Business name/disregarded entity name,if different from above m rn a 3 Check appropriate box for federal tax classification;check only one of the following seven boxes: 4 Exemptions(codes apply only to ° certain entities,not individuals;see ° ❑Individual/sole proprietor a ❑ C Corporation ❑✓ S Corporation ❑ Partnership ❑Trust/estate instructions on page 3): a c single-member LLC Exempt payee code(d any) r ❑Limited liability company.Enter the tax classification(C=C corporation,S=S corporation,P=partnership)► - u Exemption from FATCA reporting p i Note.For a single-member LLC that is disregarded,do not check LLC;check the appropriate box in the line above for a the tax classification of the single-member owner. code(if any) .i indn tined., accounfs outside ft U.SJ a u ❑Other(see instructions)► (APpFes to 9E 5 Address(number,street,and apt.or suite no.) Requester's name and address(optional) u c. 8811 Kathy Lane m 6 City,state,and ZIP code rn Des Plaines,IL 60016 7 List account numbers)here(optional) Taxpayer Idencation Number(TIN) Enter your TIN in the appropriate box.The TIN provided must match the name given on line 1 to avoid Social security number backup withholding.For individuals,this is generally your social security number(SSN).However,for a I resident alien,sole proprietor,or disregarded entity,see the Part I instructions on page 3.For other — — entities,it is your employer identification number(EIN).If you do not have a number,see How to get a 77N on page 3. or Note.If the account is in more than one name,see the instructions for line 1 and the chart on page 4 for Employer identification number guidelines on whose number to enter. •. Certification Under penalties of perjury,I certify that: 1. The number shown on this form is my correct taxpayer identification number(or I am waiting for a number to be issued to me);and 2. 1 am not subject to backup withholding because:(a)I am exempt from backup withholding,or(b)I have not been notified by the Internal Revenue Service(IRS)that I am subject to backup withholding as a result of a failure to report all interest or dividends,or(c)the IRS has notified me that I am no longer subject to backup withholding;and 3. 1 am a U.S.citizen or other U.S.person(defined below);and 4.The FATCA code(s)entered on this form(if any)indicating that I am exempt from FATCA reporting is correct. Certification instructions.You must cross out item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because you have failed to report all interest and dividends on your tax return.For real estate transactions,item 2 does not apply.For mortgage interest paid,acquisition or abandonment of secured property,cancellation of debt,contributions to an individual retirement arrangement(IRA),and generally,payments other than interest and divi nds u are not required to sign the certification,but you must provide your correct TIN.See the instructions on page 3. Sin Signature ofAll �� D Here U.&person► Date► General Instructions •Form 1098(home mortgage Interest),1098-E(student ban interest),1098-T (tuition) Section references are to the Internal Revenue Code unless otherwise noted. •Form 1099-C(canceled debt) Future developments.Information about developments affecting Form W-9(such •Form 1099-A(acquisition or abandonment of secured property) as legislation enacted after we release it)is at www.irs.gov/fw9. Use Form W-9 only if you are a U.S.person(including a resident alien),to Purpose of Form provide your correct TIN. An individual or entity(Form W-9 requester)who is required to file an information ff you do not return Form W-9 to the requester with a TIN,you might be subject return with the IRS must obtain your correct taxpayer identification number(TIN) to backup withholding.See What is backup withholding?on page 2. which may be your social security number(SSM,individual taxpayer identification By signing the filled-out form,you: number(ITIN),adoption taxpayer identification number(ATIN),or employer 1.Certify that the TIN you are giving is correct(or you are waiting for a number identification number(EIN),to report on an information return the amount paid to to be issued), you,or other amount reportable on an Information return.Examples of information returns include,but are not limited to,the following: 2.Certify that you are not subject to backup withholding,or •Form 1099-INT(interest earned or paid) 3_Claim exemption from backup withholding if you are a U.S.exempt payee.If •Form 1099-DIV(dividends,including those from stocks or mutual funds) applicable,you are also certifying that as a U.S.person,your allocable share of any partnership income from a U.S.trade or Business is not subject to the •Form 1099-MISC(various types of income,prizes,awards,or gross proceeds) withholding tax on foreign partners'share of effectively connected income,and •Form 1099-B(stock or mutual fund sales and certain other transactions by 4.Certify that FATCA code(s)entered on this form(d any)indicating that you are brokers) exempt from the FATCA reporting,is correct.See What is FATCA reporting?on •Form 1099-S(proceeds from real estate transactions) page 2 for further information. •Form 1099-K(merchant card and third party network transactions) Cat.No.10231X Form W-9(Rev.12-2014) MM vulian MPWW Bartlett 2000 Vulcan Blvd. Bartlett,IL 60103 (847)695-0337 02/20/2020 26381- CA-11 Procedure Sieve/Test Average Unit 2019 1"(25mm) 100.0 % 100.0-100.0 3/4"(19mm) 89.2 % 84.0-100.0 5/8"(16mm) 68.1 % 1/2"(12.5mm) 36.8 % 30.0-60.0 3/8"(9.5mm) 13.1 % 1/4"(6.3mm) 5.7 % #4(4.75mm) 4.4 % 0.0-12.0 #16(1.18mm) 2.7 % 0.0-6.0 #200(75Nm) 1.70 % This product is produced and shipped in compliance with the MOT AGCS Program The above gradation is based on recent shipping samples taken from our load out faces at the Bartlett Quarry. PLEASE NOTE: The gradations may change due to degradation and segregation during transportation, customer stockpiling and handling Bartlett 2000 Vulcan Blvd. Bartlett,IL 60103 (847)695-0337 Vul[ain, Materials Com pWY 07/02/2020 15171-052CM06 Base Procedure Sieve/Test Average Unit Cert.CM-06 Stone Spec 2020 1 1/2"(37.5mm) 100.0 % 100-100 1"(25mm) 97.7 % 90-100 3/4"(19mm) 89.2 % 5/8"(16mm) 82.6 % 1/2"(12.5mm) 73.7 % 60-90 3/8"(9.5mm) 65.1 % 1/4"(6.3mm) 54.3 % #4(4.75mm) 48.5 % 35-61 #8(2.36mm) 36.5 % #16(1.18mm) 28.0 % 15-45 #40(0.425mm) 21.4 % #50(0.3mm) 19.7 % #200(75Nm) 10.40 % 4-12 This product is produced and shipped in compliance with the IDOT AGCS Program, Material Code 052CM06. The above gradation is based on recent shipping samples taken from our load out faces at the Bartlett Quarry. PLEASE NOTE:The gradations may change due to degradation and segregation during transportation, customer stockpiling and handling 53 Barbers Comers 371 Royce Rd. Bolingbrook,IL 60440 Vullan L�1I COMn Imo"'•7 08/12/2020 28801-CA-1 S Bedding Stone Procedure SievelTest Average Unit CA-16 Underdrain Bedding 1/2"(12.5mm) 100.0 % 100-100 3/8"(9.5mm) 96.1 % 94-100 1/4"(6.3mm) 52.7 % #4(4.75mm) 22.6 % 15-45 #8(2.36mm) 4.9 % #16(1.18mm) 3.0 % 0-4 #200(75Nm) 2.0 % This product is produced and shipped in compliance with the IDOT AGCS Program, Material Code 016CA16. Please note the average gradations listed are based on shipping samples taken from our load out faces at the Barbers Corners Quarry, IDOT Producer Number 51972-10. These gradations may change due to degradation and segregation during transportation, customer stockpiling and handling. McCook 6500 Joliet Road McCook,IL 60525 VU [a;n 708-387-4760 MSterialS Company 07/29/2020 25371-016CA07 Bedding MP Procedure Sieve/Test Average Unit Specification 1 1/2"(37.5mm) 100 % 100-100 1"(25mm) 100 % 90-100 3/4"(19mm) 89 % 5/8"(16mm) 70 % 1/2"(12.5mm) 43 % 30-60 3/8"(9.5mm) 21 % 1/4"(6.3mm) 8 % #4(4.75mm) 6 % 0-10 #8(2.36mm) 4 % #16(1.18mm) 3 % #200(75pm) 2.5 % This product is produced and shipped in compliance with the IDOT AGCS Program, Producer Number 50312-78, Material Code 016CA07. The above gradation is based on recent shipping samples taken from our load out faces at the Vulcan McCook Quarry. PLEASE NOTE: Gradations may change due to degradation and segregation during transportation, customer Stockpiling, and handling. McCook 5500 Joliet Road VulcanMcCook,IL 60525 708-387-4760 IIlhfierialS ComPein]I 07/29/2020 28801-016CA16 Bedding MP Procedure Sieveffest Average Unit ILDOT CA-16 1/2"(12.5mm) 100 % 100-100 3/8"(9.5mm) 94 % 94-100 1/4"(6.3mm) 57 % #4(4.75mm) 28 % 15-45 #8(2.36mm) 5 % #16(1.18mm) 3 % 0-4 #30(.6mm) 2 % #200(75Nm) 2.4 % This washed, crushed stone product is produced and shipped in compliance with the IDOT AGCS Program, Material Code 016CA16. Please note the average gradations listed are based on shipping samples taken from our load out faces at the McCook Quarry, IDOT Producer Number 50312-78. These gradations may change due to degredation and segregation during transportation, customer stockpiling and handling. McCook 1111111110 5500 Joliet Road McCook,IL 60525 708-387-4760 VUIL �aflIPWY 07129/2020 15171-052CM06 Base Procedure Sieve/Test Average Unit Specefication-2020 1 1/2"(37.5mm) 100 % 100-100 1"(25mm) 100 % 90-100 3/4"(19mm) 94 % 5/8"(16mm) 85 % 1/2"(12.5mm) 71 % 54-84 3/8"(9.5mm) 59 % 1/4"(6.3mm) 46 % #4(4.75mm) 39 % 25-51 #8(2.36mm) 28 % #16(1.18mm) 21 % 10-40 #40(.425mm) 15 % #200(75Nm) 10.5 % 4-12 This product is produced and shipped in compliance with the IDOT AGCS Program, Producer Number 50312-78, Material Code 052CM06. The above gradation is based on recent shipping samples taken from our load out faces at the Vulcan McCook Quarry. PLEASE NOTE: Gradations may change due to degradation and segregation during transportation, customer Stockpiling, and handling 677 �� McCook 5500 Joliet Road McCook,IL 60525 708-387-4760 Martelrials Company 05/29/2020 26371-016CA11 Bedding Procedure Sieveffest Average Unit CA11 Specification 1"(25mm) 100 % 100-100 3/4"(19mm) 89 % 84-100 5/8"(16mm) 68 % 1/2"(12.5mm) 37 % 30-60 3/8"(9.5mm) 14 % 1/4"(6.3mm) 4 % #4(4.75mm) 3 % 0-12 #8(2.36mm) 1 % #16(1.18mm) 1 % 0-6 #200(75um) 1.0 % This product is produced and shipped in compliance with the IDOT AGCS Program, Producer Number 50312-78, Material Code 016CA11. The above gradation is based on recent shipping samples taken from our load out faces at the Vulcan McCook Quarry. PLEASE NOTE: Gradations may change due to degradation and segregation during transportation, customer Stockpiling, and handling