Loading...
HomeMy WebLinkAbout11/15/2022 Motion to accept bid for the 2023 Traffic Signal Maintenance Contract in an amount not to exceed $36,100.M��GauC �'d'+rt;�iect Subject Motion to accept bid for the 2023 Traffic Signal Maintenance Contract in an amountnot to exceed $36,100. Meeting November 15, 2022 - REGULAR MEETING OF THE MOUNT PROSPECT VILLAGE BOARD - Fiscal Impact true Dollar Amount $36,100.00 Budget Source Motor Fuel Tax Fund Category CONSENT AGENDA Type Consent The Village of Mount Prospect is responsible for the maintenance of traffic signal systems at five intersections (see attached map for locations). The Illinois Department of Transportation (IDOT) and Cook County Highway Department are responsible to maintain all the other traffic signal systems in the Village. Typical work includes replacing burned out bulbs, making sure the equipment within the cabinets are functioning properly, installing loop detectors in the pavement, and fixing any damaged posts and traffic signal heads as a result of an accident. The Village's contract is for one year beginning January 1st. It stipulates, however, that the Village and contractor can agree to one-year extensions for a maximum additional two years at the same price. Otherwise, the Village will bid the contract again. The current contract is in its third and final year, and will end December 31, 2022. The Village, therefore, must bid the contract again with a new one to start January 1, 2023. The new contract is for one year but allows for one-year extensions in 2024 and 2025. Should the contractor's work be acceptable in 2023 and there is agreement to maintain the same price, staff expects to exercise the option for a second year of the contract. Again, should the contractor's work is acceptable in 2024 and there is agreement to maintain the same price, staff expects to exercise the option for a third year of the contract. 1 At 1:00 p.m. on October 31, 2022, sealed bids were publicly opened and read aloud for the 2023 Traffic Signal Maintenance Contract. A notice was published in the Illinois Department of Transportation (IDOT) Notice to Contractors Bulletin and on the DemandStar bidding website. Four (4) contractors obtained the contract bid documents and three (3) contractors submitted a bid. A low bid of $32,779.00 was received by Lyons Electric Company, Inc. of LaGrange, Illinois. The prices were as follows: Bidders Lyons Electric Company, Inc. Meade Electric Company, Inc. H&H Electric Company, Inc. Engineer's Estimate Total Bid $32,779.00 $39,297.16 $42,359.05 $42,980.00 The bidders submitted a bid bond in the amount of 5% of the total bid as required by the contract documents. The bids were checked for their accuracy and no errors were found. The bidders submitted all of the required documents and correctly signed their bid and bid bond. Lyons Electric is currently the Village's traffic signal maintenance contractor and has been since 2020. They were also the Village's traffic signal maintenance contractor from 2012 to 2016. Their performance has been acceptable. They have also constructed a number of traffic signal and street light projects in the Village; and a primary responsibility during traffic signal projects is to maintain the system throughout construction. Lyons Electric is also the traffic signal maintenance contractor for the Village of Palatine, Village of Glenview, Village of Forest Park, and City of Calumet City. Lyons bid in 2020 was $39,651.00 to maintain 8 signals. Lyons bid in 2023 is $32,779.00 to maintain 5 signals. Comparing things equally, Lyons bid in 2020 would have been $32,487.00 to maintain 5 signals. This represents a 0.9% increase in unit costs comparing 2020 to 2023. The total bid for this proposed contract reflects the predictable cost of the routine 2 maintenance work and establishes hourly prices and cost for some expected emergency work. The final award to the contractor also includes a contingency of approximately 10% ($3,321) for potential excessive emergency work as well as unexpected replacement of older equipment, for a total amount not to exceed $36,100. Alternatives 1. Accept the lowest cost, responsive bid for the 2023 Traffic Signal Maintenance Contract. 2. Action at the discretion of the Village Board. It is staff's recommendation that the Village Board accept the lowest cost, responsive bid for the 2023 Traffic Signal Maintenance Contract as submitted by Lyons Electric Company, Inc. of LaGrange, Illinois in an amount not to exceed $36,100. In addition, it is staff's recommendation that the Village Board authorize the one-year extensions in 2024 and 2025 should the contractor's work be acceptable, and they agree to maintain the same price. ATTACHMENTS: 2023 Traffic Signal Maintenance Map.pdf Lyons Electric Bid.pdf KI v Local Public Agency UT 101r4WNPtrWtaV :x Formal Contract Proposal COVER SHEET Proposal Submitted By: Contractors Name L.yons Illectrie 'c mp a ny, Ine. Contractors Address Citi State ZiCode 650 E. Elm Avenue LaGran e IL 60525 J1 STATE OF ILLINOIS Local Vuiaf�c �� County Section Number Village of Mount Prospect ICook 2300000 -01 -GM HOUte(SI QJtreeJtj2a4J Namel Type of Funds Various, Maintenance Contract of TraffitcSignal System IlMoto rFuel Tax ® Proposal Only ❑ Proposal and Plans ❑ Proposal only, plans are separate Submitted/Approved For Local Public Agency: For a County and Road District Project Submitted/Approved Hi hwa ommissioner Signature Date Submitted/Approved ,CountyEn ineer/Su erintendent of iii hwa s Date For a. Municipal Project Submitted/Approved/Passed Official Title 1�ia"yor . ..... Department of Transportation Released forbid based on limited review Re Tonal En ineer Signature Date IL --1 Note: All proposal documents, including Proposal Guaranty Checks or Proposal Bid Bonds, should be stapled together to prevent loss when bids are processed. Printed 09/08/22 Page 1 of 6 BLR 12200 (Rev. 01/21/21) 5 Loci lip Alm y_ V I lige of Mo u rt P respec t Section Number NOTICE TO BIDDERS , Maintenance Contract Sealed proposals for the project described below will be received at the office of Village Manager Name of Office 50 S. Emerson Street, Mount Prospect, IL 60056 until 1:00 PM on 10/31/22 Address Ti me Date Sealed proposals will be opened and read publicly at the office of Village Manager ____'Name of Offi e 50 S. Emerson Street, Mount Prospect, IL 60056 at 1:00 PM on 10/31/22 Address Time Date DESCRIPTION OF WORK arious Locations Throughout the Village Intersections Maintenance of traffic signal systems within the Village of Mount Prospect where the traffic signal maintenance is the responsibility of Mount Prospect, list of intersections is included in the specifications. line at www.mountprospect.org/bids kntact., Matthew Lawrie, P.E. (847-870-5640) 2. ® Prequalification If checked, the 2 apparent as read low bidders must file within 24 hours after the letting an "Affidavit of Availability" (Form BC 57) in triplicate, 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 two originals 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 shall be returned by the bidder to the Awarding Authority: a. Local Public Agency Formal Contract Proposal (BLR 12200) b. Schedule of Prices (BLR 12201) c. Proposal Bid Bond (BLR 12230) (if applicable) d. Apprenticeship or Training Program Certification (BLR 12325) (do not use for project with Federal funds.) e. Affidavit of Illinois Business Office (BLR 12326) (do not use for project with Federal funds) 5. The quantities appearing in the bid schedule are approximate and are prepared for the comparison of bids. Payment to the 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 furnished 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. 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. Printed09/08/22 Page 2 of BLR 12200 (Rev. 01/21/21) 6 Local Public A c Count Section Number_ rM Route s� Street/Road Name Village of Mount Prospect 23- Cook 00000 -01 -GM Various, Maintenance Contract PROPOSAL 1. Proposal of __ Lyons Electric Company, Inc. Contractors Name 650 E. Elm Avenue, LaGrange, IL 60525 Contractor's Address-" 2. The plans for the proposed work are those prepared by Village of Mount Pros ect n ingftq Division and approved by the Department of Transportation on 3. The specifications referred to herein are those prepared by the Department 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 within '"'^ working days or by 12/31/23 unless additional time is granted in accordance with the specifications. 6. The successful bidder at the time of execution of the contract will 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 of check shall be forfeited to the Awarding Authority. 7. 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 products 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. A bid may be declared unacceptable if neither a unit price nor a total price is shown. 8. The undersigned submits herewith the schedule of prices on BLR 12201 covering the work to be performed under this contract. 9. The undersigned further agrees that if awarded the contract for the sections contained in the combinations on BLR 12201, 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. 10. 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 Treasurerof Mount Prospect The amount of the check is five (5) percent of the bid amount / 5% of Bid Amount t Attach Cashier's Check or Certified Check Here In the event that one proposal guaranty check is intended to cover two or more bid proposals, the amount must be equal to the sum of the proposal guaranties which would be required for each individual bid proposal. If the proposal guaranty check is placed in another bid proposal, state below where it may be found. The proposal guaranty check will be found in the bid proposal for: Section Number 7 Printed 09/08/22 Page 3 of BLR 12200 (Rev. 01/21/21) of Mount Prospect Section Number CONTRACTOR CERTIFICATIONS Maintenance Contract The certifications hereinafter made by the bidder are each a material representation of fact upon which reliance is placed should the Department enter into the contract with the bidder. 1. Debt Delinquency. The bidder or contractor or subcontractor, respectively, certifies that 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 procedure established by the appropriate Revenue Act, its liability for the tax or the amount of the 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. 2. 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 either 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: (1) it has been finally adjudicated not guilty or (2) if it demonstrates to the governmental entity with which it seeks to contract that entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent on 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 of 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 entity finds that the commission of the offense was neither authorized, requested, commanded, nor performed by a director, officer or a high managerial agent on behalf of the corporation. 3. Bribery. The bidder or contractor or subcontractor, respectively, certifies that, it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois or any unit of local government, nor has the firm made an admission of guilt of such conduct which is a matter or record, nor has an official, agent, or employee of the firm committed bribery or attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. 4. 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 III Part 6 of the Illinois Administrative code. Furthermore, if suspended prior to completion of this work, the contract or contracts executed for the completion of this work may be canceled. Printed 09/08/22 Page 4 of 6 BLR 12200 (Rev. 01/21/21) 8 ilage of MountProspect Section Number Route(s_j Slreet/F�oadName 23 -00000 -01 -GM rious, Maintenance Contract SIGNATURES (If an individual) Signature of Bidder ....................... Date (If a partnership) (If a corporation) Insert Names of Officers Lvons Electric Com Sr. Vice President 650 E. Elm Avenue Misicka Inc. 10/31/21 60525 Printed 09/08/22 Page 5 of 6 BLR 12200 (Rev. 01/21/21) 9 Attest: Michael Wilson Treasurer Robert Schaeffer �... ................. _............. _. .................. Secretary Printed 09/08/22 Page 6 of 6 BLR 12200 (Rev. 01/21/21) 10 Contractor's Name Lyons Electric Company, Inc. Schedule of Prices Contractor's Address City State Zip Code 650 E. Elm Avenue LaGrange I IL1 60525 Local Public Agency County Section Number Village of Mount Prospect Cook 23 -00000 -01 -GM Schedule for 8il211Olds Combination Letter Seclion Included in Combinations Total Schedule for Single Bid (For complete information covering these items, see plans and cificaiions.) Item Number 1 Items Traffic Signal Maintenance at: Busse Rd & Willow Ln Unit Month Quantity 12 Unit Price $ 198,00 Total $ 2376.00 2 Route 83(Main St) & Gregory St Month 12 $ 198.00 $ 2376.00 3 Central Rd & Owen St Month 12 $ 198.00 $ 2376.00 4 Wolf Rd & Feehanville Dr Month 12 $ 198.00 $ 2376.00 5 6 RRFB Maintenance at: Central Rd & Weller Ln - RRFB Electrician Foreman Std. Time Month Hour 12 25 $ 75.00 $ 145.00 $ 900.00 $ 3625.00 7 Electrician Patrolman Std. Time Hour 50 $ 135.00 $ 6750.00 8 Service Truck Hour 50 $ 30.00 $ 1500.00 9 Bucket Truck Hour 50 $ 60.00 $ 3000.00 10 Traffic Signal Hardware Painting Intersection 3 $ 2500.00 $ 7500.00 Bidders Total Proposal $ 321779.00 1. Each pay item should have a unit price and a total price. 2. 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 3. If a unit price is omitted, the total price will be divided by the quantity in order to establish a unit price. 4. A bid may be declared unacceptable if neither a unit price or total price is shown. 11 Printed 9/8/2022 Page 1 of 1 BLR 12201 (Rev. 05/07/21) �n== Local Public Agency ° Proposal Bid Bond Local Pu�ti A me Co+a!& Sectilon Number _ ilia e of Mount Prospect ook 1123 -00000 -01 -GM WE, Lyons Electric Company, Inc. 650 E. Elm Avenue, La Grande, IL 60525 as PRINCIPAL, and Travelers Casualty and Surety Company of America, One Tower Square, Hartford, CT 06183 as SURETY, are held jointly, severally and firmly bound unto the above Local Public Agency (hereafter referred to as "LPA") in the penal sum of 5% of the total bid price, or for the amount specified in the proposal documents in effect on the date of invitation for bids, whichever is the lesser sum. We bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly pay to the LPA this sum under the conditions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said PRINCIPAL is submitting a written proposal to the LPA acting through its awarding authority for the construction of the work designated as the above section. THEREFORE if the proposal is accepted and a contract awarded to the PRINCIPAL by the LPA for the above designated section and the PRINCIPAL shall within fifteen (15) days after award enter into a formal contract, fumish surety guaranteeing the faithful performance of the work, and furnish evidence of the required insurance coverage, all as provided in the "Standard Specifications for Road and Bridge Construction" and applicable Supplemental Specifications, then this obligation shall become void; otherwise it shall remain in full force and effect. IN THE EVENT the LPA determines the PRINCIPAL has failed to enter into a formal contract in compliance with any requirements set forth in the preceding paragraph, then the LPA acting through its awarding authority shall immediately be entitled to recover the full penal sum set out above, together with all court costs, all attorney fees, and any other expense of recovery. IN TESTIMONY WHEREOF, the said PRINCIPAL and the said SURETY have caused this instrument to be signed by their respective officers this 26th of October, 2022. ay on and Yeir— Principal CqMpaq Name Coma Nettle Lyons Electric Company, Inc. Sl acture Date_ SIS tr r+ Date By: ..µ N, ..., By: Michael Wilson 10/31/22 Title Title Sr. Vice President (If Principal is a joint venture of two or more contractors, the company names, and authorized signatures of each contractor must be affixed.) Surety Name of Surety Sl nature of Attomov-in—Fat Date Travelers Casualty and Surety Company of America, STATE OF IL Camille Maitland, Attorney -in -Fact 10-26-2022 COUNTY OF I Amanda. Russell , a Notary Public in and for said county do hereby certify that Michael Wilson rr n sof IrWividuals Ing on behalf 70rMINCIPAL who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL)( appeared before me this day in person and acknowledged respectively, that they signed and delivered said instruments as their free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this 3 1. day of Oct. 22 Day Month and Year (SEAL) OFFICIAL SEAL AMANDA C RUSSELL NOTARY PUBLIC, STATE OF ILLINOIS MY COMMISSION EXPIRES DEC 01, 2022 Notary Public Si nature Jete commission Printed 08/31/22 Page 1 of 2 BLR 12230 (Rev. 01/21/21) 12 ................ ....... . .. . . ....... ... . . County Section Number Village oc of Mgaunt Prospect o k 3- 00000 01- G BID BON D=::ry The Principal may submit an electronic bid bond, in lieu of completing the above section of the Proposal Bid Bond Form, By providing an electronic bid bond ID code and signing below, the Principal is ensuring the identified electronic bid bond has been executed and the Principal and Surety are firmly bound unto the LPA under the conditions of the bid bond as shown above. (if PRINCIPAL is a joint venture of two or more contractors, an electronic bid bond ID code, company/Bidder name title and date must be affixed for each contractor in the venture.) Electronic Bid Bond ID Code Cc pi,,i Date S .... ..... ............. I'Me " .... ...... ..... 13 Travelers Casualty and Surety Company of America Travelers Casualty and Surety Company TRAVELERSP' St. Paul Fire and Marine Insurance Company POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That Travelers Casualty and Surety Company of America, Travelers Casualty and Surety Company, and St. Paul Fire and Marine Insurance Company are corporations duly organized under the laws of the State of Connecticut (herein collectively called the "Companies'), and that the Companies do hereby make, constitute and appoint Camille Maitland of UNIONDALE 'Now York , their true and lawful Attomeys)-in-Fact to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their business of guaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or permitted in any actions or proceedings allowed by law, IN WITNESS WHEREOF, the Companies have caused this instrument to be signed, and their corporate seals to be hereto affixed, this 21st day of April, 2021. Rei State of Connecticut City of Hartford as. I w...m exN��"i iw By: - Riobar-t L. Ran er for Vice President On this the 21st day of April, 2021, before me personally appeared Robert L. Raney, who acknowledged himself to be the Senior Vice President of each of the Companies, and that he, as such, being authorized so to do, executed the foregoing Instrument for the purposes therein contained by signing on behalf of sold Companies by himself as a duly authorized officer. IN WITNESS WHEREOF, I hereunto set my hand and official seal. My Commission expires the 30th day of June, 2026 _ Anna l flowik„ Notary Public ' This Power of Attorney is granted under and by the authority of the following resolutions adopted by the Boards of Directors of each of the Companies, which resolutions are now in full force and effect, reading as follows: RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President, any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary may appoint Attomeys-in-Fact and Agents to act for and on behalf of the Company and may give such appointee such authority as his or her certificate of authority may prescribe to sign with the Company's name and seal with the Company's seal bonds, recognizances, contracts of indemnity, and other writings obligatory In the nature of a bond, recognizance, or conditional undertaking, and any of said officers or the Board of Directors at any time may remove any such appointee and revoke the power given him or her; and it is FURTHER RESOLVED, that the Chairman, the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President may delegate all or any part of the foregoing authority to one or more officers or employees of this Company, provided that each such delegation is in writing and a copy thereof is filed in the office of the Secretary; and it is FURTHER RESOLVED, that any bond, recognizance, contract of indemnity, or writing obligatory in the nature of a bond, recognizance, or conditional undertaking shall be valid and binding upon the Company when (a) signed by the President, any Vice Chairman, any Executive Vice President, any Senior Vice President or any Vice President, any Second Vice President, the Treasurer, any Assistant Treasurer, the Corporate Secretary or any Assistant Secretary and duly attested and sealed with the Company's seal by a Secretary or Assistant Secretary; or (b) duly executed (under seal, if required) by one or more Attomeys-in-Fact and Agents pursuant to the power prescribed In his or her certificate or their certificates of authority or by one or more Company officers pursuant to a written delegation of authority; and it is FURTHER RESOLVED, that the signature of each of the following officers: President, any Executive Vice President, any Senior Vice President, any Vice President, any Assistant Vice President, any Secretary, any Assistant Secretary, and the seal of the Company may be affixed by facsimile to any Power of Attorney or to any certificate relating thereto appointing Resident Vice Presidents, Resident Assistant Secretaries or Attomeys-in- Fact for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, and any such Power of Attorney or certificate bearing such facsimile signature or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by such facsimile signature and facsimile seal shall be valid and binding on the Company In the future with respect to any bond or understanding to which it is attached. I, Kevin E. Hughes, the undersigned, Assistant Secretary of each of the Companies, do hereby certify that the above and foregoing is a true and correct copy of the Power of Attorney executed by said Companies, which remains In full force and effect. Dated this 26th day of October , 2022 rase v tw�t� � --�' Hu� s, Assl?ta�ntSewcretary To verify the authenNc/ty of this Power ofAttorney, please call us at 1-800-421-3880. Please rarer to the above-namedAttomey(s)-/n-Fact and the details of We bond to which th/s Power ofAttnmey 1s attached. 14 OF StREFYCOMPAN"Y STAIE OF NEWYORK COLATI(OF NASSAU unfts,0C,44v- .... ��- 2,0,7-'�bpe��soiaan e�foreme����Ica�,-ne Camille Maitland __ _­ ... ... - I to vne known, who, b6ng by rne duly sworn, M deposie and say; that h8hihs� msides in Nassau Coutity State of Ncw'Yot-k that he/she '�s the Attm ney -Nn-Fac( of the rraveles Casualtyap4)�qj.y of Allierica qqjqL the mrporafion descAbed in which Vhe s . .... tii e- s'e' a""l,", of ;:,5aid corporaflon I that the seai affixed tio said unstinirnent is SUGN cm porate seW fliat is was so affixed by the Board of Drectom of saild corpomfioni w'td that he/she signed fisWei, nainr :::,I' thereto by like orde� , and the affiant did fUrther depose and say that the Superintendent of @nsurance of the State of New York, @rjaS puirsuant to Section '1111 of the Vnsuram.me Lao/ of th�:D State of New York, issuied to `l stare Casua4y' of Arnet ica (Siurety) his/her c��"Tfificate of �.Iivafificafion e0den6ng the quakfication of,,,4id i 't' s'-' sufficiency under any law of the State of Nevv York as suretyand guantor, and C'�)��')J�atof y accepfing anid approOng it as such; and that such cer6fi,(,,*ije lj� g; e e n. 1, VA e j he du �2 ZNERE'NCHIWICH M N'�' acknmvkidgernent Notary Public -State of New York No.OIRE6218158 Qualified in Nassau County Commission Expires March 1, 2026 15 TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA HARTFORD, CONNECTICUT 08183 FINANCIAL STATEMENT AS OF DECEMBER 31, 2021 AS FILED IN THE STATE OF NEW YORK CAPITAL STOCK $ 8,480,000 BONDS $ 4,427,058,873 LOSSES $ 1,224,268,147 STOCKS 90,892,083 LOSS ADJUSTMENT EXPENSES 167,285,812 CASH AND INVESTED CASH 3,976,380 COMMISSIONS 49,977,644 OTHER INVESTED ASSETS 4,609,133 OTHER EXPENSES 45,507,590 SECURITIES LENDING REINVESTED COLLATERAL ASSETS 7,433,085 TAXES, LICENSES AND FEES 15,665,026 INVESTMENT INCOME DUE AND ACCRUED 37,877,324 CURRENT FEDERAL AND FOREIGN INCOME TAXES 1,972,277 PREMIUM BALANCES 294,081,729 UNEARNED PREMIUMS 1,212,347,829 REINSURANCE RECOVERABLE 70,577,846 ADVANCE PREMIUM 1,824,313 NET DEFERRED TAX ASSET 50,168,950 POLICYHOLDER DIVIDENDS 14,256A52 OTHER ASSETS 3,286,703 CEDED REINSURANCE NET PREMIUMS PAYABLE 47,473,819 AMOUNTS WITHHELD I RETAINED BY COMPANY FOR OTHERS 42,097,038 REMITTANCES AND ITEMS NOT ALLOCATED 10,579,448 PROVISION FOR REINSURANCE 8,873,132 PAYABLE TO PARENT, SUBSIDIARIES AND AFFILIATES 40,373,235 PAYABLE FOR SECURITIES LENDING 7,433,088 ESCHEAT LIABILITY 537,132 RETROACTIVE REINSURANCE RESERVE ASSUMED 816,092 OTHER ACCRUED EXPENSES AND LIABILITIES 260,005 TOTAL LIABILITIES $ 2,881,698,277 CAPITAL STOCK $ 5,480,000 PAID IN SURPLUS 433,803,780 OTHER SURPLUS 14678,'17'7,87 8 TOTAL SURPLUS TO POLICYHOLDERS 22111846-1634 TOTAL ASSETS $ 6,000,059,915 TOTAL LIABILITIES 8 SURPLUS $ 6,000,059,916 STATE OF CONNECTICUT ) COUNTY OF HARTFORD )SS. CITY OF HARTFORD ) MICHAEL J. DOODY, BEING DULY SWORN, SAYS THAT HE IS VICE PRESIDENT - FINANCE, OF TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA, AND THAT TO THE BEST OF HIS KNOWLEDGE AND BELIEF, THE FOREGOING IS A TRUE AND CORRECT STATEMENT OF THE FINANCIAL CONDITION OF SAID COMPANYAS OF THE 31ST DAY OF DECEMBER, 2021. SUBSCRIBED AND SWORN TO BEFORE ME THIS 17TH DAY OF MARCH, 2022 � JB1A tv C FbYa�99= ��' ..i�rrk -,. VICE PRESIDE T` - F1N E N � � YP`CT�LIC SUSAN M. WEISSLEDER Notary Public My Commission Expires November 30, 2022 16 UTtl r � Affidavit of Availability t C�il'� For the Letting of 10/31/22 Bureau of Construction 2300 South Dirksen Parkway/Room 322 Springfield, IL 62764 Instructions: Complete this form by eithertyping or using black ink. "Authorization to Bid" will not be issued unless both sides of this form are completed in detail. Use additional forms as needed to list all work. Part I. Work Under Contract List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected. In a joint venture, list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineer's or owners estimate, and must include work subcontracted to others. If no work is contracted, show NONE. Part II. Awards Pending and Uncompleted Work to be done with your own forces. List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work subcontracted to others will be listed on the reverse of this form. In a joint venture, list only that portion of the work to be done by your company. If no work is contracted, show NONE. Earthwork Portland Cement Concrete Paving Awards Accumulated HMA Plant Mix 1 2 3 4 Pending Totals Contract Number UPRR Borse Park NSRR Howard Brown Clean & Seal Cracks/Joints Kress to Peck Calumet Ph 3 Healthcare Contract With ICC Willowbrook Park Park District Const. James McHugh g Estimated Completion Date 12-1-23 4-30-23 6-1-23 11-1-23 Total Contract Price $719,516.00 $586,000.00 $855,000.00 $4,473,639.00 Uncompleted Dollar Value if Firm $716,516.00 $550,000.00 $855,000.00 $4,100,000.00 $6,224,516.00 is the Prime Contractor $550,000.00 $ 550,000.00 Uncompleted Dollar Value if Firm is the Subcontractor $719,516.00 $855,000.0 $4,100,000.00 $5,674.516.00 Total Value of All Work $6,224,516.00 Part II. Awards Pending and Uncompleted Work to be done with your own forces. List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work subcontracted to others will be listed on the reverse of this form. In a joint venture, list only that portion of the work to be done by your company. If no work is contracted, show NONE. Earthwork Portland Cement Concrete Paving HMA Plant Mix HMA Paving Clean & Seal Cracks/Joints Aggregate Bases, Surfaces Highway, R.R., Waterway Struc. Drainage Electrical $716,516.00 $550,000.00 $855,000.00 $4,100,000.00 $6,224,516.00 Cover and Seal Coats Concrete Construction Landscaping Fencing Guardrail Painting Signing Cold Milling, Planning, Rotomilling Demolition Pavement Markings (Paint) Other Construction (List) Totals $719,516.00 $ 559,000.00 $ 855,000.00 $4,100,000.00 $6,224,516.00 Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the "Illinois Procurement Code." Failure to comply will result in non -issuance of an "Authorization To Bid." This form has been approved by the State Forms Management Center, 17 Printed 09/08/22 Page 1 of 10 BC 57 (Rev. 02/16/21) Part Ill. Work Subcontracted to Others. For each contract described in Part I, list all the work you have subcontracted to others. Total Uncompleted Notary I, being duly sworn, do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal, State, County, City and private work, including ALL subcontract work, ALL pending low bids not yet awarded or rejected and ALL estimated completion dates. Officer or Director Michael Wilson Title Sr Vice President Sine Date 10/31/22 Company 1',. ons Electric Conipatl , Inc. Address _ 650 E. Elm Avenue City State_ i�,Code__. . LaGrange IL 60525 ❑ Add pages for additional contracts Subscribed and sworn to before me this w _ day of ram (Signature of Notary Public) My commission expires OFFICIAL SEAL AMANDA C RUSSELL NOTARY PUBLIC, STATE OF ILLINOIS MY COMMISSION EXPIRES DEC. 01, 2022 (Notary Seal) 18 Printed 09/08/22 Paae 2 of 10 ar r,7 roto„ niiiarili 1 2 3 4 Awards Pending Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price www �� ... Amount Uncompleted ..........._�w........w . __... .._.. Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price ..Amount Uncompleted www_ __.._...........��..__www......... _ _..._..�.. �..�....�._.__.........__.... .....w.�wwww w Total Uncompleted Notary I, being duly sworn, do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal, State, County, City and private work, including ALL subcontract work, ALL pending low bids not yet awarded or rejected and ALL estimated completion dates. Officer or Director Michael Wilson Title Sr Vice President Sine Date 10/31/22 Company 1',. ons Electric Conipatl , Inc. Address _ 650 E. Elm Avenue City State_ i�,Code__. . LaGrange IL 60525 ❑ Add pages for additional contracts Subscribed and sworn to before me this w _ day of ram (Signature of Notary Public) My commission expires OFFICIAL SEAL AMANDA C RUSSELL NOTARY PUBLIC, STATE OF ILLINOIS MY COMMISSION EXPIRES DEC. 01, 2022 (Notary Seal) 18 Printed 09/08/22 Paae 2 of 10 ar r,7 roto„ niiiarili I1Iirtcai�I C�rtrr� Affidavit of AvailabilityMSI ' Cc�r��cairt�ri to For the Letting of 10/31/22 Bureau of Construction Instructions: Complete this form by eithertyping or using black ink. "Authorization to Bid" will 2300 South Dirksen Parkway/Room 322 not be issued unless both sides of this form are completed in detail. Use additional forms Springfield, IL 62764 as needed to list all work. Part I. Work Under Contract List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected. In a joint venture, list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be based upon the most recent engineer's or owners estimate, and must include work subcontracted to others. If no work is contracted, show NONE. _��w._w. _ ........__ ............._,... _...._, w... __w.__ w .....�... .......... ..... Awards _ Accumulated 1 2 3 4 Pending Totals Contract Number epi tra Precision UPRR Target -- Hill Yard P6ating Bowl Track Merrimac Contract With BNSF Railway Ryan Co. K-Five Const. Ryan Co. ..._w..�.�...................www�.... . ........_........w_ ..�w ...... _..www............. Estimated Completion Date 10-1-23 1-11-23 3-1-23 5-31-23 Total Contract Price $2,844,540.00 $4,097,202.00 $1,543,766.00 $1,741,380.00 �............_._ Uncompleted Dollar Va.lue if Firm — w_..- ......................._..__--- _www_ww............... �.__._.� ...__.._,�.,._..w,,._...._.._w..__._....._w..........�..._.._.-,�. ��.._.......-.. ��w....... is the Prime Contractor $2,500,000.00 $2,500,000.00 Uncompleted Dollar Value if Firm is the Subcontractor $3,700,000.00 $ 400,000.00 $1,100,000.00 $5,200,000.00 Total Value of All Work $7,700,000.00 Part II. Awards Pending and Uncompleted Work to be done with your own forces. List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work subcontracted to others will be listed on the reverse of this form. In a joint venture, list only that portion of the work to be done by your company. If no work is contracted, show NONE. �.�._ ..... . . ................... Earthwork �.._,. m .....,,,.... Portland Cement Concrete Paving ............. �_www_ ......................... _ww _w......_.__........ _.. �._._._ ..............._............... . .... �...� _ _........w_ _ ............... HMA Paving .�......._w.__wwwwwwww.w._wwwww�....m,.. .........ww.. ....._.wwww..�,...._.ww.w_......�..__.__...,..__......_wwww�._...o..........__._._._w�_w....�.�....__ ___, Cle.__-..an & Seal Cracks/Joints µ.. w..,-..w........_ ._....._..._...�...._ w..�......,�....�.....www_www. �_�.__..,�_.w......_...ww.�._.�...._ ...m_..._._�..._....w ._..w.�.._.._...__.. Aggregate ateBases, Surfaces .� w.....w ... ...._....w_�..__. w._,.._.,.. ._....�_..... ....www ..-..._...._._ww_w_ Highway, R.R., Waterway Struc. .� .._....w. _ ._..._......... _.__.. Drainage w_www Electrical $2,500,000.00 $3,700,000.00 $ 400,000.00 $1,100,000.00 $7,700,000.00 Cover and Seal Coats .................... — ------- _......�. Concrete Construction Landscaping........�............._._._.ww_ _ w_.. .......... _ _ww ...Fencing �_. ..........ww_.� Guardrail �..ww_..........._. _.... _w ....w_....ww� w.w _ Painting „-. ...__......... .... . Signing Cold Milling, Planning, Rotomilling Demolition Pavement Markings (Paint) Other Construction (List) Totals $2,500,000.00 $3,700,000.00 $ 400,000.00 $1,100,000.00 _ �$7.700,000.00 Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined In the "Illinois Procurement Code." Failure to comply will result in non-issuance of an "Authorization To Bid," This form has been approved by the State Forms Management Center, Printed 09108/22 Page 1 of 10 BC 57 (Rev. 02/16/21) 19 Part III. Work Subcontracted to Others. For each contract described in Part I, list all the work you have subcontracted to others. i� Total Uncompleted Notary I, being duly sworn, do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal, State, County, City and private work, including ALL subcontract work, ALL pending low bids not yet awarded or rejected and ALL estimated completion dates. Officer or Director Michael Wilson Title Sr. Vice Presidentw��� Si nature Date 10/31/22 Com an Lyons Electric Company, Inc. Address 650 E. ElmAvenue Cit State Zip Code �.._.. LaGrange ll..> 60525 ❑ Add pages for additional contracts Subscribed and sworn to before me this ��, day of (Signature of Notary Public) My commission expires OFFICIAL SEAL AMANDA C RUSSELL NOTARYPUBLIC, STATE OF ILLINOIS MIy COSSONEXPIRES DEC 01, 2022 (Notary Seal) 20 Printed 09/08/22 Paae 2 of 10 Rr: 57 (Pav n7/IF;/')I) 1 2 3 4 Awards Pending Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted Subcontractor Type of Work ww...... ......www.... ..w_......� . Subcontract Price Amount Uncompleted ._.... __.. i� Total Uncompleted Notary I, being duly sworn, do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal, State, County, City and private work, including ALL subcontract work, ALL pending low bids not yet awarded or rejected and ALL estimated completion dates. Officer or Director Michael Wilson Title Sr. Vice Presidentw��� Si nature Date 10/31/22 Com an Lyons Electric Company, Inc. Address 650 E. ElmAvenue Cit State Zip Code �.._.. LaGrange ll..> 60525 ❑ Add pages for additional contracts Subscribed and sworn to before me this ��, day of (Signature of Notary Public) My commission expires OFFICIAL SEAL AMANDA C RUSSELL NOTARYPUBLIC, STATE OF ILLINOIS MIy COSSONEXPIRES DEC 01, 2022 (Notary Seal) 20 Printed 09/08/22 Paae 2 of 10 Rr: 57 (Pav n7/IF;/')I) 1NI •» IN M r r oTraining Program Certification C9 lage of Mount Pr Cook r bus - Maintenance All contractors are required to complete the following certification ® For this contract proposal or for all bidding groups in this deliver and install proposal. ❑ For the following deliver and install bidding groups in this material proposal. -GM 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 responsibility factors, this contract or deliver and install proposal requires all bidders and all bidder's 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 to complete the following certification: 1. Except as provided in paragraph 4 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 perform with its own employees. 2. The undersigned bidder further certifies, for work to be performed by subcontract, that each of its subcontractors either (A) is, at the time of such bid, participating in an approved, applicable apprenticeship or training program; or (B) will, prior to commencement of performance of work pursuant to this contract, establish participation in an approved apprenticeship or training program applicable to the work of the subcontract. 3. 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 will 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. IBEW Local Union 9 - Training and Apprenticeship Program 4. Except for any work identified above, if any bidder or subcontractor 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 workforces 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 afterward may require the production of a copy of each applicable Certificate 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 to 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 proposal. Lyoas Electric Comlpany. Inc. Title Sr. Vice President 0 E. Elm Avenue Printed 08/31/22 Page 1 of 1 fS_,,qnature Date 10/31/22 11:x_ _60525 BLR 12325 (Rev. 01/21/21) 21 Affidavit of Illinois Business Office UV C`"I1 Local Public A enc County S treetName/Road Dame S ectionNumber ;Village of Mount Prospect 11COok -�!Vari ou; - Maintenance 1123-00000-01 -GM I, Michael Wilson of LaGrange G IL , Name of Affiant City of Affiant State of Affiant being first duly sworn upon oath, state as follows: That I am the " •: � a . _ _ of L ons Electric COm ari , Inc. Officer or Position Odder 2. That I have personal knowledge of the facts herein stated. 3. That, if selected under the proposal described above, Lis Electric Company, an Inc., will maintain a business office in the Bidder S tateof Illinois, which will be located in Cook County, Illinois. Unty 4. That this business office will serve as the primary place of employment for any persons employed in the construction contemplated by this proposal. 5. That this Affidavit is given as a requirement of state law as provided in S ection30-22(8) of the Illinois Procurement Code. Si n ure _ �._..w_ . w ......__._ Date 10/31/22 Print Name of Affiant Michael Wilson Sr. Vice President Notary Public S tateof IL County Cook S igned(or subscribed or attested) before me on 10/31/22 by (date) Michael Wilson, Sr. Vice President authorized agent(s) of name s of person s) Lyons Electric Com an Inc. Bidder OFFICIAL SEAL Sionature of Notary Public AMANDA RUSSELL ' NOTARY PUBLIC, STATE OF ILLINOIS c- ............ MY COMMISSION EXPIRES DEC. 01, 2022 " (SEAL) My commission expires % r Printed 08/31/22 Page 1 of 1 BLR 12326 (Rev. 01/21/21) 22