Loading...
HomeMy WebLinkAbout03/19/2024 Motion to accept the lowest cost, responsive bid for the 2024 Water Main Replacement Project for an amount not to exceed $5,130,461.91.Subject Meeting Fiscal Impact (Y/N) Dollar Amount Budget Source Category Type Information Item Cover Page Motion to accept the lowest cost, responsive bid for the 2024 Water Main Replacement Project for an amount not to exceed $5,130,461.91. March 19, 2024 - REGULAR MEETING OF THE MOUNT PROSPECT VILLAGE BOARD Y $5,130,461.91 Water and Sewer Enterprise Fund VILLAGE MANAGER'S REPORT Action Item In the current budget, funds are allocated to replace aged and deteriorating Village -owned water main. Pursuant to the findings discussed in the 2017 Water Rate Study, this year's proposed project is scaled to continue a multi-year process of reducing the life expectancy of water mains to 130 years. The improvements will increase the reliability and sustainability of the water distribution system. Analysis performed during the Water Rate Study indicated that the Village's former rate of water main renewal approached 600 years. In 2024, staff seeks to replace 9,517 linear feet of existing 6" water main with 8" ductile iron water main. The locations include South Edward Street, Hi Lusi Avenue, Emerson Court, South Edward Street, South Albert Street, Golfhurst Avenue, Golfview Drive, and Golfview Place. A map is attached highlighting the project area. The project includes 35 new valves in vaults, 30 new fire hydrants, 273 water service reconnections, abandonment of the existing 6" water main and the requisite surface restoration. This project also included two alternate bid items. The first alternate item was the replacement of 2,789 linear feet of 6" water main on Marcella Road with 8" ductile iron water main. This alternative also included 8 new valves in vaults, 8 new fire hydrants, 66 water service reconnections, abandonment of the existing 6" water main and surface restoration. The second alternate bid item was for full water service line replacement when lead is identified. The Villages current water service line inventory shows 47 lead service lines included in this year's project scope. The streets with known lead service lines include South Edward Street and Hi Lusi Avenue. The alternate bid item included the replacement of 60 lead service lines in case discrepancies are found. Bid Results The Village's engineering consultant for this project, IMEG Corporation, prepared detailed plans, specifications, and bidding documents necessary to facilitate contractual performance of this work. The bid documents were sent to five (5) area firms who have experience in water main replacement projects and to all firms that previously bid on past water main replacement projects. In addition, the bid was publicly advertised on the Village's website utilizing Demandstar bid services. On Monday, February 26, 2024, a non -mandatory pre-bid meeting was held with three (3) contractors attending along with representatives from the Village and IMEG Corporation. Based on inquires, one (1) addendum was issued to clarify quantities and one (1) bid clarification on full lead service line replacements. On Monday, March 4, 2024, the bids were publicly opened and read as required by the Village Code. The following seven (7) firms submitted bids. Contractor Base Bid Alternate 1 Alternate 2 Grand Total Gerardi Sewer $3,587,556.90 $942,064.00 $334,500.00 $4,8641,20.90 & Water Co. (Addison) J Cogdon $4,024,814.26 $1,169,938.88 $510,000.00 $5,704,753.14 Sewer Services (Carol Stream) Mauro Sewer $4,198,794.00 $1,118,954.00 $765,000 $6,082,748.00 Construction (Des Plaines) Joel Kennedy $4,512,985.00 $1,263,302.00 $468,000.00 $6,224,287.00 Construction (Chicago) Alamp $4,445,671.50 $1,214,978.00 $656,250.00 $6,316,899.50 Concrete Contractors (Schaumburg) Holiday Sewer $4,775,000.00 $1,175,000.00 $705,000.00 $6,655,000.00 & Water (Wauconda) Martam $4,929,166.00 $1,319,991.00 $432,000.00 $6,681,157.00 Construction (Elgin) Engineer's Estimate - Base bid $4,650,124. With alternate 1 and 2 included - $6,465,029. All bids were reviewed to ensure that the documents had all appropriate signatures and bid security. All bids were submitted with requisite documents, security, and signatures. One contractor, A Lamp Concrete Contractors, did not acknowledge the addendum. Two contractors, A Lamp Concrete Contractors and Martam Construction had mathematical errors in their bids. A bid tabulation is attached. Discussion Based on the review of the bids, reference checks and past projects, the lowest responsible bidder is Gerardi Sewer & Water Company of Addison, Illinois (Gerardi). Gerardi Sewer & Water Company successfully completed the Villages 2022 water main replacement project and 2023 water main replacement project with no issues. Reference checks indicated that Gerardi has also satisfactorily completed similar water main replacement work in other communities. In 2020 and 2021, Gerardi completed projects with a similar scale and scope of work for the Village of Oakbrook. Notably, the firm completed a multi-year water main replacement project worth $7 million. The project ended up 2.7 million under budget and was completed a year ahead of schedule. The firm also completed a large- scale water main replacement project for the City of Elmhurst where they recently completed a $3.1 million water main replacement project. Gerardi is also working with the City of Rolling Meadows to complete a $1.2 million dollar water main replacement project. Staff is confident that Gerardi has the resources and experience to successfully complete this proposed prosect at the bid price indicated. Included in the project were two (2) alternate bid items. Both alternate bid items are within the project budget and can be included in the overall project scope of work. Since the project includes underground work, there is a possibility of unforeseen repairs. Staff is requesting a 5% contingency ($266,341.01) to address any of these unforeseen issues should they arise. A 5% contingency would bring the project award total to $5,130,461.91 (the $3,587,556.90 base bid plus the $942,064 alternate bid #1, $334,500 alternate bid item # 2 plus the 5% contingency of $266,341.01 = $5,130,461.91). Alternatives 1. Accept the lowest cost, responsive bid for the 2024 Water Main Replacement Project. 2. Action at the discretion of the Village Board. Staff Recommendation Staff recommends that the Village Board accept the lowest responsible bid submitted by Gerardi Sewer & Water Company of Addison, Illinois to construct the 2024 Water Main Improvement Project for an amount not to exceed $5,130,461.91. Attachments 1. Water Main Improvement Plans 2. Gerardi Sewer & Water bid 3. 23007900.00 COST ESTIMATE—BID TAB nS �^40V,N P,d wx T�' a"AMP is mw °} z Q~ J W J Q} w w Z 0� o Z z U Q of w } W O J U J W C7 Z (� p } Z W W LL z Z Z LU w W g Q w Q n�_�❑> z w o O J 0 LL Z)� w O Q w w O Q 0 LU Q w z Q LU LU Lu w w m H o= LU 0 0-1 D 0 I i I 3: w CD X ❑ o x I I I > C LU o 0 CD O I I I v I 3 w 0 0\ 0 I I o o a i I� Y I Iw 13 I I I II w 75 rr O W O z z Q Q ww J J ° W J LU J J C7 W W J J ~ J W z U O O o Q J O ri w o W H J = = W = J Z p W O w W z� z Q> U W W O Q w LU = H H m F Q Q w = w w> w w w Q Lu w m 2 a- o zQ w w O � g co J w w 0 0 0 a-� z z z a a > z w> 2 w m m m g- U U U O O O> Z� Y zwWwwM��� MJ mJ m J0000 Z o www0000Q Z ~~~JOQQZQrWmQQQOOO>> Q Qi ci) n n LL o 0 0 D�_� w 0 0 w w w F F� F' -- z mU W (D z W U) OO❑O o1119o(Dg3)DOo0z *o 4O09¢OElC J w N 0 0■•I • *9 100 a o0 otoOC GVMJ -MAiNDO 4f `J cJ_ W L J f7 W Z �O J z 0 �P: Q N NU > J� Nw O Qa- WZ >� CL Z W O 1 0O ZU w N I w o Z o� W Y ° a w LoLn Ln CO c� ZN 00 a cc I ° z J� ..LL . °...0) o w > CL O z � � v N N U� F W � P CDI �v O LLJ o CD +Y rq 8' IM X N r C ID ID Ln CD „II >>� > >zz> rjz z z 4, C �W— cdW Z Z W J Ln Ul DO a- a- a- d IL U U U U J U Z�0 H D E > Y O Q_ N N N N 0 N cn C/) I m GVMJ -MAiNDO 4f `J cJ_ W L J f7 W Z �O J ca Q r� Ln>� �P: Q w u NU > J� Nw O Qa- WZ >� CL Z W �o ~ 1 0O ZU w z O w o Z F- MATCH LINE STA 6+02.36 11r, N 0 T C9 T- O I O z Z OI �yl O U o o 00 0 MATCH LINE STA 12+2& ww ry O U) ~ U Q � O w W 2 Q U > ry Twp Z p O 0� U Z ~ u � Q aO~aCD Z Of w U U w w -iS CD <m Z �c.0 a_50 0 Z Z w 2 F-- 2 Y �2< Q U 0� LU w Z O O J Z < 0 (n�0-1 wOQ<ro w LL o Q z O� Z oes �U)zQD�Z <I-.- U) � Q mw U z ��O 0 Z ry �wQ U Z 2 2 Ow U Q 11r, N 0 T C9 T- O I O z Z OI �yl O U o o 00 0 MATCH LINE STA 12+2& MATCH LINE STA 18+43.01 0 \,h �Iy � O�4v J V pM� 00n , N > � u j z II > r ,n� o z _ a_ �� > > J 00 LTJ Z U) �' co > O Co z V II U J LTJ Z Q I Q C) OC) �Of n m�� > cnCD0 n v II N oj > > oj U) 0 \,h �Iy � O�4v J V U) U) Q U E z 0 U W Of I - w N w z pM� � O Q 6� CD 00 o')Dt comp M\ IN V W LOcocoCD(D� W > > CLZ > �--zzz ppM Ljj >� O vv a -n Z > > > v > z N N O O N oj > > oj Ln I I U) U) Q U E z 0 U W Of I - w N w z pM� � O IN V W J CO C6 Q N W co >LO CLZ >a- OZ >� O � Z z a 00 I cm —1 O M i qT O M O M z 0 0 z 0 CD 0 J �O ry U) Q 0- z Q o � O � U W W OJJ 2i WQ <ry U � > 0 Z p M � U Z ~ u � Q < Z Oz w U U < � W ry w�� SCD < m � C4 0 Z W U Z2 Z LU 2 Y J Q 2 U J w a W 0- W Z 0 J O Q z Q Q 0QOo ---LU O J Q (/) ZO Of 0 Z C�QU) °0,5( — m 0� U) w U z — < 0 0 Z z O rY ::)LU< Uz22UQ 0n � N I cm —1 O M i qT O M O M z 0 0 z 0 CD 0 J i i 0r^ ll MATCH LINE STA 57524 v z z o o v I � o M 00 0 o c� I � � i i 0r^ ll MATCH LINE STA 57524 N m 0 N �I m 0 0 N m z 0 v cD W MATCH LINE STA 11+7 �O L.1_ n Q Q >ow U w 2 U > Z w p p O ( U Z ~ u � Q < Z Oz w U U < w ry w-� SCD < m � a C4 U zZ Z z w 2 w Y Q U J w 01-0 - Q w W o O (n J W O Q z Q D LU O 0QOo Of J Q z 0 z oes � U) co z < Q U) z mw of U z o 0 Z O rY Z)wQ>- U Z 2 2 On U Q N m 0 N �I m 0 0 N m z 0 v cD W MATCH LINE STA 11+7 ry o � I > W WLi Q Q � z W z U o 0 O z o > � a I 4 I� 0U~ U o ccoLu ao Z W Q r Q � < w 0 J I� a O o N I Q m o C 0 Q Q 1 c Z� U 0 Z W �� Qzw C, J 2 J � Q �Z0 1--oc O WofnJ r CD W� ry �� O Q Q W> > N � � J ofE W �z 0 JO Ld 0 W 0 Q a_C C J (� C.O.N Q Z z U CONC zo I <z co Z Z CONC Lu �UzpZ0� cv �WQ Oa r U z 2 2 U Q N (D o r N MATCH LINE STA 17+8 ry 0 W U ~ 0 - LU > O W w 2Q F U SwF- O Z _p Of Q zO U Z w U QO� Q QO > J m Q 0U)Z O Z 0- C) Z LLJ zz2 w Y Q U W J Q J �wwLLj 0� oQzQwy U�OJ w0QO LL j�QzO OcaU)zQ mwzof of U — C) z Z) LU 0 U Z 2 U N LU ry CD Q U Y J Q W 0 U) z Q U) ry Q MATCH LINE STA 24- .1, N J II > z�n _ Q � � a (n 0 co (D—(D-- ,.....,. N N N N QO co (�c L63: w 3: w w V)U cnzz QO II a- d a- a- a- m Lj u u u u u �Q»»> (n 0 w x w m 00 OD r Cl) N O co n CD CD 11 CD 1 M Z E ED z - E Ln P J ", w„ oco., z > Q.. LLJ z��O- -M m— m MA 1S N-100NI-1 L I. LU iY O LL N N TV U) a�U co QO r z coco Q ta > CcZZ LU a W I n z QIY U z z Z n o� z O 1 _p U ~ II U ��- uLu Lu QZIY Z O W = QIY V) cD LU m � C� Q EE 0 Q z z 0- CO U zz Lu 2 75; W Y Q U J w — Q w W o O U) J W o Q z a G U�OJ W Q < O w 0 LL Q z IY z V < U)z U)Z Q < vJ z mLu �Uz0ZIY 0�O z)I< U z 2 2 0n U Q .1, N J II > z�n _ Q � � a (n 0 co (D—(D-- ,.....,. N N N N QO co (�c L63: w 3: w w V)U cnzz QO II a- d a- a- a- m Lj u u u u u �Q»»> (n 0 w x w m 00 OD r Cl) N O co n CD CD 11 CD 1 M Z E ED z - E Ln P J ", w„ oco., z > Q.. LLJ z��O- -M m— m MA 1S N-100NI-1 io N 0 I E E E CD M M w Do N k� N V i O CL O I U z O 00 co Y N N TV co QO r z coco to ta CcZZ a LnWw I n z z II mQ» o� z II U ��- �Of V) cD io N 0 I E E E CD M M w Do N k� N V i O CL O I U z O Y TV r z to ta a I rill 0 LLI LLI Q J > � U w �z w Jo < Q U (.0U 11 > ry Ln awn Z p cn 00 O � OU Z ULLJ Q QO= Z W U Q 0 ry wLLI -� M SCD O >�m (.0 0 z w 5 U z Q 2 U w= w J W J W0 O O J oQzQO� U) °ao LU o LLJ O J Q U) z0z of r) (D C/) - z U U)m �(wjz0Zry U z Q Z DwQ>- U Z 2 2 On U Q I I �z Jo (.0U 11 N N Ln zLLJ > cn 00 eM:jnmiw "r., N �0 w ry LL Y ..... ...-t4 ...... U) Q a >ow\w\ U N z �> z C G H , Q U r W / U ZO OWCwn Z p II d o U O 00 Z �� cnCDC0 �Q�� �- (DQOc�CDcococ u � a QOM Z IY W = U(D a� Lu LU S U CD p_Zw m U p Z 2 W Q U w �Cn — Q�J w W o O J W oaz<of � 0 °Qoo � LL a U) L O % C7Q~LUQ �(nzZa� U) — Q Z mw � U z Dz p Z 0 rY Z)Wa>-O0- U Z 2= U a "r., N �ro00 � r >>> O — Z Z (00 3�: W W Dzcnz uuu ULLJ Q> > > cn CD C0 00 00 3AV N3 N N r `O U m O � � I CD 3AB M " �z J O Cfl Z co J II U - zL,jn F -L . U)CDco I 0 0 N 3.1 MATCH LINE STA .pa...'.I ..,.6nLO Y ..... ...-t4 ...... I J < >`0`o` >>> N z �> z O Z z z r r W 00 W W co (n U ZO 0C�0(Z II U J II U II d o U zQ�zQ0-UQ»> �� cnCDC0 �Q�� �- (DQOc�CDcococ Of �ro00 � r >>> O — Z Z (00 3�: W W Dzcnz uuu ULLJ Q> > > cn CD C0 00 00 3AV N3 N N r `O U m O � � I CD 3AB M " �z J O Cfl Z co J II U - zL,jn F -L . U)CDco I 0 0 N 3.1 MATCH LINE STA ry 0 U) LU Q 0- ul Q > O � U w w OJJ wza U > o Z � _p U Z ~ � u LLJ Q < Zw � U U W ry w�� -< <m 12�cD Z W U Z Y Z Q 2 U w w 2 J Q 2 W J W Z O 0 Y J oazaLu r� U) 0QO LU o LU ---O J Q C/) Z0z 0 6 0 6 Q�zQ� U — � co � U) LU U z < 0 0 of z z O ry DwQ>- U Z 2 2 On U Q I, N � J Q rn'd- QQ J coD u Q ° Wi W Os i LLJ Z O LLJ co ; V ~ Q ; > LLJco LLJ a W W J w w z >� oQ wZ Q CZ (W> Lv w aZ ZO O o w Z Lv 00 C oo.+Lccg 43SOOOdd iS (RJVMC13 S 0) I � Y LLI > 00 O� > (.0 't LLJ (.0 00 < LLJ > m LLj LLJ > cn LLJ V) z o< j3- > z rn LLJ 0 < CL W 0> C� > N -i on w CL Z Ln < Q0 > (D GI) m G G G 77- oo.+Lccg 43SOOOdd iS (RJVMC13 S 0) W r J Q co co J11 W = d oo Q -- > J WW > W pJ �Jo Q �Q_ O > CD > CO � CL Z— _0 ----- J ��00r700 cn r) 0 M — o Li Lo LLJ Ln W W U) LLJ z z a- N Z o_aU OQ c � c > � cc _ CL Q� N O 0 Cn N C/ >- EL W CL O O 00- 0 OO Z > O > N O z > z Ln z_ Q p 3:W U J,ncnWz OC°a- a- C) mWUu> ��– cif ryn Q_ _ (l 0 N N N z 0 v ry 0 LLI 0 U) Q Q W W Q N J > O U W > o) I o� o OJJ U — oLLI W W OZ z U 0- z ..� � w W �I Q o a Z Q O W U Q w r W - Q [Y -CD �Qm ❑ z z eco v C)z LLIZ. 2E W< Y <U J Q --- W� I `' z Qor w J W 0 O C/) J I W ❑az<0LLI� U w0Q�~U O J O ❑ U z0z \ C�QcjzQC/) °6(f)zQ0�z m W z❑zry 0 �O J�o �W U z 2 2 On U Q N rl)r)rr) �O ry LLQ 0') 00c 1-0 LU � Q >�w O^ Q0 CD11 11 w 2E<< U > ry > > Z SwF- z_o� N O � � U Z ~ u LLJ Q Q Z OM � w = LO U Qry W- QO C) � SCD O UI) 00 00 00 < m N O of c ) U) C� Z w a -U z Q 2 W= Y U w � < W -i a- W Z O 0 co V J oQz<ry U) °Qoo LLJ O J Q U) z0z r) (D<U)zU� — mZ of(WjZ0Zry U) Q z Z) U Lu z 2 0 U n Q N rl)r)rr) 0') 00c 1-0 00 00 � CD 11 O^ Q0 CD11 11 »11 > > Z_ Z_ Z 0 - O > > Z Z U) N z 00 Z U) U) u�» X10 LO � ry QO C) _ _ U UI) 00 00 00 Q O N O \ U) C� U) w ���I--- lc�— � r )-- ��n- sE i � MATCH LINE STA 5+ � N �0 LLI ry LL r7 r7 co U) Q > > > > z Q W > O U W w O OBJ U > oLU Fol awn Z ;w> a 0 � _p U Z ~ W U) � Q ao~ Z � W � U U Q� W W-� to SCD p < m a �� U pZ _z z w 2 W -F Y < Q U w — Cn W I--- 01 W o O J p U) Qz 0 Q _j w LU w0Q�OU) M Qz�z 06 �U)zQ0�Z U) zQU) mW � U z � p z 0 0� Z)WQ>-00_ U Z 2 2 U Q � N i��K —� c --c 1S 39?:1031D S 0 O r7 r7 co > > > > z 00 z z z W N Z W z O d U LOCD > O > > > O O (D O I Fol o ;w> i��K —� c --c 1S 39?:1031D S 0 O H HI m�� W CL I ;w> a ~zX Q W - w 0 � cn z to N a o_ OD o U " I J 0 M H HI � N LLI ry 0 U) Q Q >ow U w > ryU aw Z p n O (If U Z ~ u � Q << Z � W U U W ry W-� of 0 < z m � CO U zZz W 2 W Y Q U w �Cn — Q�J W o O J W O F--- Qz Q D OQ<�W p -j W o LL Of Q z � z 6 6 QUjzQco U 0 mW of cozQ()�Z U z o 0 Z O ry DWQ>- U Z 2 2 On U Q � N MATCH LINE STA 6+ f -w 'M z w w 0- tT rr w lk� 0 —— w a-1 F— C\j CL U) rr U.1 W rr w CL z w f -w 'M z w w 0- tT lk� 0 —— w a-1 rr C�l N i', LU w w z w LU n. L1 co rr 0 C CL W mCc uj < az LLJ 1 r = C, 10 LL, w f -w 'M z w w 0- tT lk� 0 —— w a-1 rr C�l N i', LU w w z w UJ n. 9 Z FU -j z Z CO 0 Lu Cl) _j U- cd o cr: z LU w7 U- 0 00 <J LIJ 0 < U) cc (n CC Z 0 z 0 z r cl) Z r, <�< I-- - 2 LU C) WUJ CL 12 LIJ 4) 0 LU (n `z —i Z0� < ui _j m 0 Z 0 0 UJ r Z <Z LU LU Oui rr ZU) 2 U) co U- —1 LU Lij u 0 0 L.Ji < > co Lij rr < UJ CL z w 1: Z LLJ F- < U) uj < F- -r 0 Z F- Z < Z 0 UJ 0 Z "-) 0 -') 8 � W x < zzxz zo-,Pwgo� >S z c) z Lu C) CL <a: CL Z Z 11wx < co ui G w -j�Xcooiij LLJ F < C) C) O Z`6 Cv C6 4 L6 C�l UJ -,a. L1 0 C CL > uj r = C, 10 o 0 z IL m 0 z > . . a) U) Z FU -j z Z CO 0 Lu Cl) _j U- cd o cr: z LU w7 U- 0 00 <J LIJ 0 < U) cc (n CC Z 0 z 0 z r cl) Z r, <�< I-- - 2 LU C) WUJ CL 12 LIJ 4) 0 LU (n `z —i Z0� < ui _j m 0 Z 0 0 UJ r Z <Z LU LU Oui rr ZU) 2 U) co U- —1 LU Lij u 0 0 L.Ji < > co Lij rr < UJ CL z w 1: Z LLJ F- < U) uj < F- -r 0 Z F- Z < Z 0 UJ 0 Z "-) 0 -') 8 � W x < zzxz zo-,Pwgo� >S z c) z Lu C) CL <a: CL Z Z 11wx < co ui G w -j�Xcooiij LLJ F < C) C) O Z`6 Cv C6 4 L6 V m z 0 F - z 0 w 0 Z LL w w Q 2 w m U) U) F - z rr Q N Z -W C\j CL Ld > rr Z z U) LO -r Z 0 F - j< . Z�- rr w <Ca I -E 21 x u Q) 0 E x cc D 0 -j LLJ CL LLJ z cr 0 0 (D Ln < lfl co 00 IT CL 00 E It Jp Mw 0 00 00 moi` d 0 0 0 0 Q) 0 0 09 'OOT co O O 10 f 10 a O O 6 a � a Q vi 0 c � <x W (006) 98< C"3 C Q (006 OOL) 98 8Z o c 6v oa a (OOT SL) b 8 (OST) 9 (OS) Z {OOT) % W z O U (006 - OOL) a 98-82 Q) O a a a v o Q cW W Q (006-OSH o) E 98 8T m Ln O V v n, (OO8-OOZ) ZT-8 F , Prim., c C ° r% .. I N v"C N �1 IM Ullll mm Q Bid Request For 2024 Water Main Improvements OPTIONAL PRE-BID: Monday, February 26', 2024 — 10:OOAM Local Time BID OPENING: Monday, March 4th 2024 — 1:OOPM Local Time Mount Prospect Public Works Department 1700 W. Central Road, Mount Prospect, Illinois 60056-2229 BID FORM 2024 later Main I rovernent. Village of Mount Prospect Department of Public Works FROM: _... (hereinafter cal --led "Bidder") �W MM WWmmmMmmM �— µ TO: Office of the Village Manager, 31d Floor 50 South Emerson Street Mount Prospect, Illinois 60056 (hereinafter called "Village" or "Village of Mount Prospect") Bid For: 2024 Water Maim linl2rovements ftigg The bidders have familiarized themselves with the work and probable work conditions required under this Bid affecting the cost of the work and with the Bid Documents which include: Notice to Bidders Table of Contents Instructions for Bidders General Conditions and Special Provisions Specifications Bid Form Affidavit — Bid Certification Form Bid Security Bid Sheet — 2024 Water Main Improvements Contract Document Labor and Materials Payment Bond Form Performance Bond Form Therefore, the Bidder hereby proposes to furnish all supervision, technical personnel, labor, materials, tools appurtenances, equipment, and services (including all utility and transportation services) required to construct and complete the Work, all in accordance with the above listed documents. Bidder agrees to perform all of the Work and provide the equipment and materials described in the Bid Documents, as follows: Bidder has bid on all items and has provided a price for all items. The Bidder will complete and provide all labor, equipment, materials and mobilization (if applicable) to perform the Work as incidental to the fixed item price for each item proposed. In submitting this bid, the Bidder understands that the Village of Mount Prospect reserves the right to add to or subtract from the estimated quantities. 2024 Water Main Improvements 12 The Village of Mount Prospect intends to award one (1) contract (if at all) for the items bid. If written notice of award of this bid is mailed, emailed or otherwise delivered to the Bidder at any time before this bid is withdrawn, the Bidder agrees to execute and deliver the contract in the prescribed form and furnish payment and performance bonds, or letter of credit, and the insurance certificates required by the Bid Documents to the Village within ten (10) days after receipt. The Bidder, and as successful bidder/Contractor upon award of the Contract understands and agrees to the following: 1) The Contractor agrees to provide all Work and items and material to the Village as noted in the Bid Documents and comply with the requirements of the Bid Documents. 2) The Contractor agrees to comply with all applicable state and federal laws, rules and regulations, and county and municipal ordinances, as described in the General Conditions. All Addenda pertaining to this project shall be acknowledged by the Bidder in the spaces provided below: Addendum Addendum Acknowledgement by Bidder or Date No. _Date Authorized Rep _entative _ Acknowledced ____._..__.I w._... ww._._._ . Z /Z 9/I.ot � www_ ..................... _...... ......_. .....� �� � .I � Z� . __ �=.:; ___.. .. Failure to acknowledge receipt, as provided above, may be considered sufficient grounds for disqualification of the bidder and rejection of his/her bid submittal. A record of all Addenda and copies of same will be available to all qualified bidders from the Village of Mount Prospect Public Works Department, 1700 West Central Road, Mount Prospect, Illinois two (2) days prior to the letting. It shall be the bidder's responsibility to become fully advised of all Addenda prior to submitting its bid. Upon award the contract the Village will send Notice of Award to the successful bidder, the bidder must then execute the contract and provide the required bonds or letter of credit and certificate of insurance to the Village within ten (10) days. The Village will then issue a written Notice to Proceed which starts the performance period. The contractor shall reach substantial completion by -a - e t � . r ch, 2,4 with final c lei Fid S .! to b 1h,2924. Substantial completion shall be defined as the completion of all work except for site restoration. Failure to complete the work in the designated time frame may result in the Director of Public Works withholding compensation due the contractor for failure to 2024 Water Main Improvements 13 complete the said work in the designated time frame, calling the bonds, or taking such other action as may be available. Security in the sum of ten (10%) percent of the amount bid in form of (check one): Bid Bond Certified Check Bank Cashier's Check is attached hereto in accordance with the "Instructions for Bidders". This Bid Submittal contains the following: 1) Bid Form 2) Affidavit — Bid Certification Form 3) Bid Security 4) Bid Sheet(s) — 2024 Water Main Improvements Respectfully submitted: Name of Firt"I `dd r: By: C) _.'".., �� (Olyf IdLure) ... �._ Title: I�_- ' .t, . Date: Z �Z-$ I 7-02-� Contact Information; Official Address: 1�$S '+^ `�A��' CT, Telephone: \ -- S 1 a1-- S 1\ o Email: cos"W-b:. s' .�cc 4S�'C _e..S�C Gkg= V,\ •4ET ONE (1) SIGNED COPY OF THIS BID FORM AND BID SHEETS ALONG WITH THE AFFIDAVIT — BID CERTIFCATION FORM, AND BID SECURITY SHALL BE SUBMITTED IN A SEALED MARKED ENVELOPE. 2024 Water Main Improvements 14 BID SHEET 2624 Wator M in ir�nr)ro ..g_ . nes.2mMr;C UNIT PRICES: For providing, performing, and completing all work, the sum of the products resulting from multiplying the number of acceptable units by price per unit. COMPLETE TABLE AS INDICATED Na ... ITEM DESCRIPTION .._ _._., NIT U.... ._ QUANTITY UNIT PRICE T m.,.. .......... TOTAL .. BASE BID 1 TRENCH BACKFILL, SPECIAL C.Y. 8476 I. UO aL4-740,00 ....... 2 _.,._w... w.__. ...._ _._...... ..,w_,,,,, _ .,. , _..__....._. M..._,_,-- TEMPORARY PAVEMENT PATCH, (PROCESSED GRINDINGS) - .a ......... ........ S.Y. .................w ...µ .....µ, 8514 ..... ..w.__.�,. ,.,_ � w_...M _...... .. �rjl`�.d0 12".fes 3 COMB CONC CURB AND GUTTER REM AND REPL, SPECIAL L. F, 370 59,007 1,i IA 6a. OL-) 4 CONCRETE PATCH, CLASS C S,Y, 13 0I0,co 0.Ot9 PATCH, CLAS.C C, SPECIAL 6.75" S Y 2178 1 b. Se ..m._...,,,5 .,_....,.. 6 .. .. _.. W„CONCRETE ....... �..... .N .w CONCRETE PATCH, CLASS C, SPECIAL - 7.5” , ..._ .._ S.Y. 2429 7 PAVEMENT PATCHING, CLASS D - 2" S.Y., 634 �,SO 121L\C,�,OD 8 PAVEMENT PATCHING, CLASS D - 3" S.Y. 3254 z5��0 �3�302,`ifo _..._.._, 9.,...... .HMA PAVEMENT RE......-. .. ............. ..�w MOVAL (COLD MILLING), 2" S.Y. 538 ...m... 10 �...W.,.., HMA S„ ....,........._ ..� URFACE COURSE, MIX D, N50 TON 142 ,ao __1.� .,...-._BITUMINOUS _. .. ........v.... MATERIALS (T_._,__._,wv�... _.._ ....,.,...... � �.� _. .. ..... ACK COAT) LBS 600 tp,cj DRIVEWAY REMOVAL AND REPLACEMENT S. Y, 43 3®,00 12A0. a® 13 BRICK PAVER DRIVEWAY REMOVAL AND REPLACEMENT S.Y. 111So.o �Ck $ 0.0a 14, . STORM CLASS - $" PVC SEWER WATER MAIN _ L.F. $0 90,po ,.. ....._�5...._,...�STORM . SEWER WATERyMAIN..CLASS - 10 PVC .._. _,...,,. ..,...,-L.F"...,_m.. _...,,..., 78._.... ....,.,�w___ 95.c 7y1©.w 16 ..._.ry..,m..STORM CLASS - 12" PVC SEWER WATER MAIN. L.F.. 20 00,z.73 -Lppp.®o ............ 17 ...... STORM SEWER WATER MAIN CLASS - 15" PVC _ _,._.,.._ .. ........... . L. F, 20 l O x,00 .._. 2il�O. e� ..�...., 18 .._ WA7ER MAIN _ 6 .D.I.P., CLASS 52 .�.......__., _.... L_ C= 10.......,..,,,,.__....12 .....,,, 0,00 1200.00 19.,.,,.., ..., $' D.h.P.,CLA,,�...�.2 .....,,,, _....._...._.... ..........._,,,.,....w_.L.F.._,.,� WATER MAIN m 9517 \100.00 .........20......... WATER M........._�.� ....__�._.�.__......._.... AIN - 10" D.I.P., CLASS 52 L . 5 . Zoo, oo 1000 , ®0 21. ., WATER MAIN -„8” HDPE - DIRECTIONALLY BORED _ L , F ............ 11 2 _w .............. \'js � 0.7 .... , lOt� . 0z)_ .....`. .................... _.._w. 22...... ....... __..�.... _. 16 cn....w ...... _ .... w. SING PIPE INmTRENCH, ....µ..m,..._...�._..,.,.....,... _....... ...,.L_F.. 71,3__._....... ....�5�0.._... .....��./... ...._,�._.. ....�.,_ 23 .._ .._µSPECIAL . �....... .._.....,_. NON -PRESSURE CONNECTIONS, SPECIAL � .,._...,_.... EACH 10 "ASoo,Co ys C)CO 00 ......-24 ............�.. .,_.._.._.. ___.......a . _ GATE VALVES $' SPECIAL...,_ ..... .........._ EACH 25 Q,'jso, otO 69,15o. 5©. 0o 25 VALVE VAULTS, 5' DIAMETER���O. EACH .....v..,l �.27 Ste, 00 ... -1 .... _ Water Mari......, ...- _._ _ ...... ........._. ....._.. ..... ,,...._ . �. IVCmerits 2024 Wa n 1m»c� ..........3.. 15 26 FIRE HYDRANT INSTALLATION, SPECIAL EACH 30 SID, 0 0� �rj� (o®,0o 27 REMOVE EXISTING FIRE HYDRANTS, SPECIAL EACH 29 500.00 1' 1Sao , u3 28 EXISTING VALVE BOXES TO BE ABANDONED, SPECIAL EACH 1 �Op.p�, 300. �6 29 EXISTING VALVE VAULTS TO BE ABANDONED, SPECIAL EACH 22 _.__.._._._ mmREPL .._._. _ 30 CAP AND PLUG EXISTING WATER MAINS, SPECIAL EACH 5 gyp® 3 31 REMOVAL,SPECIAL TEE... EACH 4 y6Do,� lb 0:» 4q 60, 00 .........._ .........,.__..................__....,..._,_,.�.....� _... PAVEMENT PATCHING, CLASS D - 5' .._ .... _.._.......w....... . ._._ _., _ .. _._. _._.m,./ .,........... .. ... 32..- I R SIDE, 1 SPECIAL SERVICE CONNEC7..ONS NEA EACH 133 'Z loo, Z9 2 (ooc� . _.......WATER ..-,..__.-, ._......� ....m_. ..... _.._v..._ . ........ .. ......._...._.._v .v...wx ....�.. �.��, _ �. ��.. ,,, . _. _.,., 33 WATER SERVICE CONNECTIONS, FAR SIDE, 1", SPECIAL EACH 140 2$vo,co 1392 coo, cvj 34 S70RM SEW ER PROTECTION L.S. 1 1009®, 10 38o,®© _.. w....__.,...,., _ ....... .. ..........._ ...._.......................... _.......__...._ . ....... 1111.. . __. 1....... 35_.-.. LANDSCAPING.......,. S Y. 5196 GS, 1,2R ! ooJ� ... ... _,,,,,...,,,, ..............� �.......... ........._,�..._ ......._..,........,,. _.,._....�... _.. 10 __ _ .w.. l 2.o,op 36 TRAFFIC CONTROL AND PROTECTIONSPECIAL s L,. 1 i'1b Soo, ' y(o S� cc _.._._ .. __ ....... X_.. ...._. ._....._.__......._.. ,,,,,,,,.,..w ..... .........�.-... _..w ..._,_,,..._,, .._.,......w...� __� ....._. ..........�.._ ... .,,,,,..,,,......,,..... ..., ........._...._.._. .TOTAL. BASE .BID ..�.�._,. ._...mom 3 5s7 Ss�,9n �.... ..... .... ADDITIVE ALTERNATE #1 (MARCELLA ROAD) .....-,_..........M..,.._, ..,_ _,.., ......w.., ...... _............................. . _.. ..... ...--.__.- _..._._,_..__...__..M_ ..M.....,_-. _..., .. ..__w., TRENCH BACKFILL, SPECIAL C.Y. 2488 ,®p 2,4 co 2 .,..- (P OCESSED GRINDINGS) CH, TEMPORARY PAVEMENT PAT (PROCESSED �S Y' � 2357 � �Ss�.�.._�7,�® _.__.._._._ mmREPL .._._. _ ....w„_. 3 COMES CONC CURB AND GUTTER REM AND SPECIAL L.F 120 5$,pp 4q 60, 00 4 PAVEMENT PATCHING, CLASS D - 5' .._ .... _.._.......w....... . ._._ �.. S.Y. _. 2357 s 5.0c, l3zlAgs'co 5.,_._ ,_.., .... HMA DRIVEWAY REMOVAL _.._, ...-- .... _. ...._......,_........, VAL AND REPLACEMENT S.Y. _..., 21 ... ...,,, ....... µ............... 30,�o _..... 63 0,0© 6............ STORM SEWER,WATER MAIN X ........- CLASS - 12” PVC L. F, 60 ,®zz. 7 STORM SEWER, WATER MAIN CLASS.., .15, PVC.........,.....,., _.... . .. .a..,..L.F......., _ 18........_.........1 �, ..,_.,..-.,,a6Ao..., os. __........,8,_.__..., STORM SEWER, WATER MAIN CLASS - 18' PV__ .......,_ ................_....__ C w._.., ...._.....,,,. L F. ww _....._ .. 20 ...... . m„ 60,00 ,.. 3 2.00,00 _... .3_.w.,.,.., WAT....,.,.,,,,, _ w _..._....-_., _. . ._ ........ _w ER MAIN - 6 D.I.P., CLASS 52 _......... L.F, _.. 10 __ _ .w.. l 2.o,op l Zo®, 00 10 WATER MAIN - 8" D.I.P., CLASS 52 LF, 2789 l Ioo,O® y`5 b)Z14O,Oo ..6 H, SPECIAL " 16' CASING PIPE IN TRENLmm..� .__..__....__.... ._. , L. F, 167 75,(o 12.E'57-5,00 12 NON PRESSURE CONNECTIONS SPECIAL L F 5 13 GATE VALVES, 8", SPECIAL L.F, 8 2-7 ,00 2.Z/00ca,c�Q. �.._ ..14 ............VALVE _...... VAULTS, S' DIAMETER......._... .,_ ..w...�EAGH ..........�..�5......-.. oa '1.Z Ofd 15„ _ FIRE HYDRANT INSTALLATION . CI EACH I 8 $Sc. _.. 16 REMOVE EXISTING FIRE HYDRANTS, SPECIAL EACH 8 Sgp,op _ _.._m. w...,.__._. goco ........ .....,,,,. _.. .__ ...... 17 _- ............. ....... ...... _.. ,...._ _.,,,,.....,,,,., _... ... _ .... .,,,...... �.....,_, EXISTING VALVE VAULTS TO BE ABANDONED, SPECIAL ..._.. EACH _._..... ..... 9 .._..w., z7oo,cl0 18 ....,...w ............._ CAP AND PLUG EXISTING WATER MAINS, EACH ., 4,00 ._... ..1 19 ..._.....,. _.,,,....., w. .._...... .....,........... ...... TEE REMOVAL, SPECIAL EACH 1 ., ... .M .,..... 000.00 ....,w............ .......,. g000, �J 2024 Water Main Improvements 16 20 WATER SERVICE CONNECTIONS, NEA... SIDE, 1', SPECIAL ......... ........._�,....,_ ..R ...... .... �� �......_.._ EACH ....._.w...,..._...�,�_ WATER SERVICE FULL REPLACEMENT NEAR SIDE 35......_..,.__ 30 2�.c�.� 7.._ �_,.. 21 ._._ WATER SERVICE CONNECTIONS, FAR. SIDE,1", SPECIAL. .. .. _. WATER SERVICE FULL REPLACEMENT, FAR SIDE EACH _ ..... w,,... .,,wv.._. 30 ...._.�...,._ 31 ., Ss�s,00 .. Z�o.po _. _........ g00 oa 22 STORM SEWER PROTECTION EACH 1 ADDITIVE ALTERNATE #2 TOTAL ��6 23 LANDSCAPING GRAND TOTAL S.Y. 1163 ADDITIONAL REQUESTED UNIT PRICES 24 TRAFFIC CONTROL AND PROTECTION SPECIAL PRICE PER EACH, WATER SERVICE CONNECTION, NEAR SIDE, 1.25" SPECIAL L'S 7e000, e� 1 33 mo,ao 33 0000-140 __ ...... _. _... ,M......,_.._.._.... WATERSERVICECONNECTION, FAR . _....,.w_,......_._ �......�.,.,._,mm...._ PRICE PER EACH SIDE, 1.5" SPECIAL _ 9�®�,�o RICE PER EACH, WATER SERVICE CONNECTION, NEAR SIDE, 2" SPECIAL (.,,w.._ _ _.......,.. .. . .,_PRICE,............. .......... .. ............. _ _. .,,.... PER L.F., WATER SERVICE REPLACEMENT, TYPE "K" COPPER PIPING, 1" ADDITIVE ALTERNATE #1 TOTAL ,oci . . ................ . ..... . . ..... . . . . __ ...... . .... . . ............... ADDITIVE ALTERNATE #2 (WATER SERVICE FULL REPLACEMENTS) - - - _-- 1 WATER SERVICE FULL REPLACEMENT NEAR SIDE EACH 30 •�S 7S,00 677 2 o, co I S I .. .....i 2 .. .. _. WATER SERVICE FULL REPLACEMENT, FAR SIDE ._, _m. EACH _ ..... w,,... .,,wv.._. 30 .....,.......,....,.. ., Ss�s,00 ......... ....._._.. _....... /167 Zjo, o0 ADDITIVE ALTERNATE #2 TOTAL 33 Al sp0 00 _...... .. ......... .... _._.........,,,,,,. _. _M_,,....... .. _.,,, __.. .. GRAND TOTAL ADDITIONAL REQUESTED UNIT PRICES PRICE PER EACH, WATER SERVICE CONNECTION, NEAR SIDE, 1.25" SPECIAL 7e000, e� . ..... ........ _...,,, PRICE PER EACH, WATER SERE CONNECTION, FAR SIDE, 1.25" SPECIAL , PRICE PER EACH, WATER SERVICE�._,......_.._._._ � TM CONNECTION, NEAR SIDE, 1.5" SPECIAL %Sa®,�y� ._,_.__ WATERSERVICECONNECTION, FAR . _....,.w_,......_._ �......�.,.,._,mm...._ PRICE PER EACH SIDE, 1.5" SPECIAL _ 9�®�,�o RICE PER EACH, WATER SERVICE CONNECTION, NEAR SIDE, 2" SPECIAL $spm, 46c, PRICE PER EACH, WATER SERVICE �......,,..�, __m ........, ._ M._ CONNECTION,, FAR SIDE, 2" SPECIAL .,_PRICE,............. .......... .. ............. _ _. .,,.... PER L.F., WATER SERVICE REPLACEMENT, TYPE "K" COPPER PIPING, 1" _ ,oci PRYIICE. PER L.F., WATER SERVICE REPLACEMENT, TYPE "K" COPPER PIPING 1.25 / S®, *PRICE PER L.F.,�WATER SERVICE REPLACEMENT, TYPE 'K' COPPER PIPING, 1.5" %, oo *PRICE PER L.F. WATER SERVICE REPLACEMENT, TYPE W" COPPER PIPING, 2.' ......... _w , _.,..., 00 ._... o , ®o .. .... .. ._,.._..... *PRICE PER L.F., INTERIOR WATER SERVICE CONNECTION TYPE "L" COPPER PIPING �®...v.. G, e9 C9 PRICE PER C.Y., REMOVE AND DISPOSE OF CONTAMINATED SOILS ..,PRICE PER EACH, SANITARY SERVICE REPAIR._ry. .,, .....,_. ,__..... ................._.. ......,,..__...,,,,..�,.. �...... ........___ _.m,...w.....m Goo. 0,!=, t4 2024 Water Main Improvements 17 TOTAL BASE BID TOTAL BASE BID PRICE (the sum of extensions of the Schedule of Prices - BASE BID); TAM WA " 1 wV � °° �.-14,moi awe Dollars and r,wJ� _ Cents (In rit ng) (In writ ig) 3 Sill SSCP Dollars and (In figure) qv (In figure) Cents ADDITIVE ALTERNATE 1 PRICE (the sum of extensions of the Schedule of Prices - ALTERNATE 1): -Cwbt4�. s ,KT, LIA? .� Dollars and Cents In writing) (In writing) 9AlZ C7 (�� Dollars and �� Cents ww_.w�..k_.w.... __� �.w�.�..-...ww._._.......w__..�...... figure) (In figure) (In g re ) ADDITIVE ALTERNATE 2 PRICE (the sum of extensions of the Schedule of Prices - ALTERNATE 2) Dollars ander_ Cents _._...._ (In writing(In writing) Dollars and 00 Cents TOTAL BID (the sum of extensions of the Schedule of Prices): t Dollars and _.._� ._w.. Cents (In wnti,.) (In wntis�g) siA Z(In figure) Dollars and.,-....-.-_, -.....�_w___90 Cents , (In figure) 2024 Water Main Improvements 18 It is expressly understood and agreed that: 1. The approximate quantities set forth in this Bid Sheet for each Unit Price Item are Owner's estimate only, that Owner reserves the right to increase or decrease such quantities, and that payment for each Unit Price Item shall be made only on the actual number of acceptable units of such Unit Price Item installed complete in place, measured on the basis defined in the Contract. 2. Owner is not subject to state or local sales, use and excise taxes and no such taxes are included in this Bid Sheet. BIDDER agrees that the Work will be Substantially Completed in 75 consecutive calendar days from the date of "Notice to Proceed" and Finally Completed in 15 calendar days thereafter. BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of failure to complete the Work within the times specified in the Agreement. The following documents are attached to and made a condition of this Bid: (a) Required bid security in the amount of ten percent (10%) of the Bid in the form of a bid bond, cash, certified check, cashiers check or bank money order as stipulated in the Advertisement for Bids. (b) A tabulation of subcontractors, suppliers and other persons and organizations required to be identified in this Bid. (c) Required BIDDER's Qualification Statement with supporting data, Written communications concerning this Bid shall be addressed to: .�iKwt�cS Co'EA�►�: 2024 Water Main Improvements 19 The terms used in this Bid which are defined in the General and Supplementary Conditions of the Construction Cnnt[a[t, included an part ofthe Contract [JOCU[neOta. have the meanings assigned tOthem inthe General and Supplementary Conditions. Submitted on -Zia 2024. State Contractor License Number (if any Contractor Contact Information: 0 Te|ephoOe� 2024 Water Main Improvements 20 Bid Certification Form Page 1 Company/Firm Name: �OF�'- �wJGL 4,�%-�'• Address: 11'$11�; � .�o(o� Coti=K- f� .soJ �1.*aci� Coo101 As a condition of entering into a contract with the Village of Mount Prospect, and under oath and penalty of perjury and possible termination of contract rights and debarment, the undersigned, V 24,-Ou-`« being first duly sworn on oath, deposes and states that he or she is VZQ-1-11 owT (sole owner, partner, joint ventured, President, Secretary, etc.) of C"V A Cos. t�'S, �rJia"«.c--C— • and has the (Name of Company) authority to make all certifications required by this affidavit. Section I Non Collusion The undersigned certifies that this bid is genuine and not collusive or a sham, that said bidder has not colluded, conspired, connived or agreed, directly or indirectly, with any bidder or person, to put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly, sought by agreement or collusion, or communication or conference with any person, to fix the bid price element of this bid, or of that of any other bidder, or to secure any advantage against any other bidder or any person interested in the proposed contract. The undersigned further states that GF"Q,�• So'- cL*E C.... (Name of Company) is not barred from bidding or contracting as a result of a conviction for violations of state laws prohibiting bid rigging or bid rotating or any similar offense of any state of the United States, as provided in Sections 33E-3 and 33E-4 of the Illinois Criminal Code, 720 ILCS 5/33E-3, 33E-4. Section III Qtug Freg The undersigned further states that GV:11A . '%aZu- cc k)WkCA'�'' (Name of Company) provides a drug free workplace pursuant to the Drug Free Workplace Act, 30 ILCS 580/1, et seq., and has, to the extent not covered by a collective bargaining that deals with the subject of the Substance Abuse Prevention in Public Works Projects Act, 820 ILCS 265/1 et seq., a substance abuse prevention program that meets or exceeds these requirements of that Act. 2024 Water Main Improvements 21 r: h AFFIDAVIT - BID CERTIFICATION FORM The undersigned further states that GV-ZAmj�• %'r"',C4- 4' ll,�CKCA-C7.. • is (Name of Company) not delinquent in payment of any taxes to the Illinois Department of Revenue, in accordance with Illinois Compiled Statues, 65 ILCS 5/11-42.1. The undersigned understands that making a false statement regarding delinquency in taxes is a Class A Misdemeanor and, in addition voids the contract and allows the municipality to recover all amounts paid to the individual or entity under the contract in civil action. Section V �exualll Hargsstji nt Pte; Pursuant to Section 2-105(A) of the Illinois Human Rights Act, 775 ILCS 5/2-105 (A), every party to a public contract must: "Have written sexual harassment policies that shall include, at a minimum, the following information: (1) the illegality of sexual harassment; (II) the definition of sexual harassment under State law; (III) a description of sexual harassment, utilizing examples; (IV) the vendor's internal complaint process including penalties; (V) the legal recourse, investigative and complaint process available through the Department (of Human Rights) and the Commission (Human Rights Commission); (VI) directions on how to contact the Department and Commission; and (VII) protection against retaliation as provided by Section 6-101 of the Act. (Illinois Human Rights Act)." A "public contract" includes: ... every contract to which the State, any of its political subdivisions or any municipal corporation is a party." 775 ILCS 5/1-103 (M) (2002), The undersigned further states that GF-0-'An-tL �C - - W4 has (Name of Company) a written sexual harassment policy in place in full compliance with 775 ILCS 5/2-105 (A) (4). It is expressly understood the foregoing statements and representations and promises are made as a condition to the right of the bidder to receive payment under any award made under the terms and provisions of this bid. The undersigned certif°e th all rmation contained in this Affidavit is true and correct. Signed by: Title: Si natUre Name Printed. Signed and sworn to before me this J`l day ofF , 20�u My commission expires: J ry ubl— SOW&SEAL AlFANO NOTARY PUILIC, STATE OF ILLINOIS MY COMMISSION E)iRES. O&2VM7 2024 Water Main Improvements 22 Part Ill. Work Subcontracted toOthers. For each contract described in Part |. list all the work you have subcontracted to others, 'Notary _ 1, being duly sworn, do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal, 81ate, County. City and private work, including ALL subcontract work. ALL pending low bids not yet awarded or rejected and ALL estimated completion dates, Officer orDirector Title [] Add pages for additional contracts Subscribed and sworn Vobefore me this day of . Signature of N' ary Public) Mycommission expires , MARY ANN ALFANO NOTARY PUBLIC, STATE OF ILLINOIS MY COOMS" EXPIRES: OSW2027 (Notary Seal) Printed 12/11/23 17 Page 2 of 10 BC 57 (Rev 02/16/21) Subcontractor Type of Work �u�con"iract Price Amount Uncompleted Subcontractor Type of Work Subcontract Price Amount Uncompleted U01 4. Subcontractor Type of Work Subcontract Price -kCC:>, ci"�D Subcontractor Type of Work Subcontract Price A mount Uncompleted .1-s Subcontractor Type of Work Subcontract Price Amount Uncompleted Total Uncompleted[ 2-13 OS2,,2.-S 'Notary _ 1, being duly sworn, do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal, 81ate, County. City and private work, including ALL subcontract work. ALL pending low bids not yet awarded or rejected and ALL estimated completion dates, Officer orDirector Title [] Add pages for additional contracts Subscribed and sworn Vobefore me this day of . Signature of N' ary Public) Mycommission expires , MARY ANN ALFANO NOTARY PUBLIC, STATE OF ILLINOIS MY COOMS" EXPIRES: OSW2027 (Notary Seal) Printed 12/11/23 17 Page 2 of 10 BC 57 (Rev 02/16/21) PERFORMANCE REFERENCE FORM Each BIDDER shall supply three (3) names, addresses, telephone numbers and names of persons to contact as performance references. Company Name: ........ Villa g of Mount Prospect Address ............................... 50 S. Emerson St City & State ........................: IL60056 Mount Prospect, • ....._._.Mmm._,.............w_ A.......�,.._ Telephone Number ..............: 847-870-5640 Person to Contact ................: Casey Botterman 11 Title/Position....................... : Project Engineer Company Name: ................. villag.e.....a4.ak ok..............._ Address ...............................: 120 .Oakbrook......:.Rd- .... .............. City & State ........................: Oaklarook Il 60523 Telephone Number .............. : 847-823-0500 Person to Contact ................: Orion Galey Title/Position,.,... ......... Project Engineer Company Name: ............... . Villa„ge of _Bartlett Address 228S. Main City &State Bartlett, Il 60103 630-- Telephone Number..............:0811 _m837.._.. Person to Contact Nick Talarlco Pro' Engineer Title/Position................. Project _.._. �...._._w. __._.._.__. .........._............__ ._w.� . BIDDER'S QUALIFICATION STATEMENT Project Name: 2024 Water Main Improvements SUBMITTED TO: Village of Mount Prospect Village Manager's Office, Third Floor 50 S. Emerson Mount Prospect, IL 60056-2229 SUBMITTED BY: Company �oFRA�at►;.xt tA' �!�. Name V 2Aa1c- Com Q-4rz.t�- Address i�$S �7.w.TwC�� tom+ r �4.5.oJ 'ILL. (6olw Principal Office Sic Corporation, partnership, individual, joint venture, other Contractor license number and state EXPERIENCE STATEMENT t Bidder has been engaged as a General Contractor in construction for 141 years and has performed work of the nature and magnitude of this Contractfor 3o years. Bidder has been in business under its present name for ,A -I years. 2. Bidder now has the following bonded projects under contract: On a separate sheet, list project name, owner, engineer/architect, amount of contract, surety, and estimated completion date. 3. Bidder has completed the following three (3) contracts consisting of work similar to that proposed by this Contract: On a separate sheet, list project name, owner, engineer/architect, amount of contract, surety, and date of completion and percentage of the cost of the Work performed with Bidder's own forces. 4. Has Bidder ever failed to complete any project? If so, state when, where, and why. 5. Bidder normally performs the following work with his own forces: _!1!,1 . _ ► , 1 __.._. X -- - _. _.w w_ .............. � � w ..._.... �.,._.. . _....... - 6. Construction experience of key individuals in the organization is as follows (continued on attached sheets if needed): w KK _..�i fit,.. __..........._.... .. 7 �www..�_.�.... .........�__� In the event the Contract is awarded to Bidder, the required surety Bonds will be furnished by the following surety company including name and address of agent. 2024 Water Main Improvements FINANCIAL STATEMENT Bidder possesses adequate financial resources as indicated by the following: a. Assets and Liabilities: Attach a financial statement, audited if available, including Bidder's latest balance sheet and income statements showingthe following items: (1) Current assets (cash, joint venture accounts, accounts receivable, notes receivable, accrued income, deposits, materials inventory, and prepaid expenses). (2) Net fixed assets. (3) Other assets. (4) Current liabilities (accounts payable, notes payable, accrued expenses, provision for income taxes, advances, accrued salaries, and accrued payroll taxes). (5) Other liabilities (capital, capital stock, authorized and outstanding shares par values, earned surplus, and retained earnings). (6) Name of firm preparing financial statement and date thereof: If financial statement is not for identical organization named herein, explain relationship and financial responsibility of the organization furnished. 8. Current Judgments: The following judgments are outstanding against Bidder: Judgment Creditors Where Docketed and Date Amount a. b. 4 Bidder hereby represents and warrants that all statements set forth herein are true and correct Date Z'b , 20 Z -`i (OFFICIAL SEAL) Name of Organization„ CpmA 9 � 1,.tiaTa. C. . By4�Z2 � Title V2*5•ff4.sr (if Bidder is a partnership, the partnership name shall be signed, followed by the signature of at least one of the partners. If Bidder is a corporation, the corporate name shall be signed, followed by the signature of a duly authorized officer and with the corporate seal affixed). 2024 Water Main Improvements THE AMERICAN INSTITUTE OF ARCHITECTS AIA Document A310 Bid Bond KNOW ALL MEN BY THESE PRESENTS, THAT WE Gerardi Sewer&. Water Co. 1785 W Armitage Court Addison IL 60101 as Principal, hereinafter called the Principal, and Swiss Re Corporate Solutions America Insurance Corporation 1200 Min Lqgt, 5uite800 Kgn§a§ QXMO 6410 a corporation duly organized under the laws of the State of MO as Surety, hereinafter called the Surety, are held and firmly bound unto Village of Mount Prospect 50 South Emerson Street Mount Prospect, IL 60056 as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of Amount Bid Dollars ($ 10% ), for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for 2024 Water Main Improvements NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and materials furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this rnandez 4th day of March 2024 Co. N WE Gerardi President Swiss Re t orporate Solutions America Insurance R. Holmes AIA DOCUMENT A310 0 BID BOND 0 AIA • FEBRUARY 1970 ED. 0 THE AMERICAN INSTITUTE OF ARCHITECTS, 1735 N.Y. AVE., N.W., WASHINGTON, D.C. 20006 sn STATE OF ILLINOIS COUNTY OF DuPAGE i Notary ��UbliCOf County, in the State of 3 ly -in-Fact, of the Illinois, do hereb certify that Kirn C Holmes Attorney Swiss De Corporate Solutions America Insurance Corporation who ispersonally known tOrne to bethe same person whose name ks subscribed to the foregoing instrument, appeared before me this day in person, and acknowledged that she signed, sealed and delivered said instrument, for and Swiss De Corporate Solutions America Insurance Corporation ODbehalf 0fthe for the used and purposes therein set forth. Given under my hand and notarial sea] at my office in the City of � Rpp.erville in said County, this q'&%. day of _A.D�, 20 q I N~ L 0�4r (Notary Public) My Commission expires: 07/05/2025 Notary Seal- "OFFICIAL ANN MARIE WATERS NOTARY PUBLIC, STATE OF ILLINOIS MY COMMISSION EXPIRES 715/2025 SWISS RE CORPORATE SOLUTIONS SWISS RE CORPORATE SOLUTIONS AMERICA INSURANCE CORPORATION (-SRCSAIC-) SWISS RE CORPORATE SOLUTIONS PREMIER INSURANCE CORPORATION VSRCSPIC-) GENERAL POWER OF ATTORNEY KNOW ALL MEN BYTHESE PRESENTS, THAT SRCSAIC, a corporation duty organized and existing under laws of the State of Missouri, and having its principal office in the City of Kansas City, Missouri, and SRCSPIC, a corporation organized and existing under the laws of the State of Missouri mid having its principal office in the City of Kansas City, Missouri, each does hereby make, constitute, and appoint: Kimberly R. Holmes Principal; Gerardi Sewer & Water Co. Obligee: Village of Mount.Prospect Road Description. 2024 Water Nfain Improvements Bond Number,. Bid Bond Bond Amount: See Bond Form Its true and lawful Attomey(s)-in-Fact, to make, execute, sea] and deliver, for and on its behalf and as its act and deed, bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by law, regulation, contract or otherwise, provided that no bond or undertaking or contract or suretyship executed under this authority shall exceed the amount of FIFTY MILLION ($50,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors of both SRCSAIC and SRCSPIC at meetings duly called and held on the 9th of May 2012: "RESOLVED, that any two of the President, any Managing Director, any Senior Vice President, any Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is, authorized to execute a Power of Attorney qualifying the attorney named in the given flower of Attorney to execute on behalf of the Corporation bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein die seal of the Corporation, and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Corporation may be affixed to any such Power of Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Corporation when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached." 0o*' "00 1„0 4 "Y' P 0 Pp* Frik Jx#wns. Senior Viae President of S RC &OC & Senior Vitt President or SRCSPIC S E A LS E AL.* :f1c 0711 . .... ............ , Gerald Jagrowski. Vice President of SRCSAIC & Vice President orsilicspic IN WITNES"""S.. SRCSAIC - and SRCSPIC have caused their official seals to be hereunto affixed, and these presents to be signed by their authorized officers this LOTH day of --.NO—VLEMS—ER, 20-9L— State of Illinois County of Cook FS1 Swiss Re Corporate Solutions America Insurance Corporation Swiss Re Corporate Solutions Premier Insurance Corporation On this 10TH day of NOVEMBER_ 20 22 . before me, a Notary Public personally appeared Erik Janssens , Senior Vice President of SRCSAIC and Senior Vice President of SRCSPIC andOgg isga,,L w- q , Vice President of SRCSAIC and Vice President of SPCSPIC, personally known to me, who J�LL being by me duly sworn, acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. OFFICAL SEAL C14RIS11NA MANISCO NMW PLMIX STATE OF 41j" le -a L kfljQL(k4AkM the duly elected Sgnior ViccPr,esi atandem arti-SmIm of SRCSAIC and SRCSPIC, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney given by said SRCSAIC and SRCSPIC, which is still in full force and effect. IN WITNESS WHEREOF, I have set my hand and affixed the seals of the Companies this 4th day o(,:,,„,",„ _March 20L2-4. Jeffrey Goldberg, Senior Vice President & Assistant Secretary of SRCSAIC and SRCSPIC o O O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o O o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 W N O O V of O O O N O O O O N O O O (O O O O O O O O O O O O O O O O N J O � N (O W � � � M � N � W O m O O O M N O W O N N O N V W O O O O M M O W Q N W (V N O O N O N N N M (p (p N M m r - - O r` r W V c0 N of O V n V r N (O N H3 (O W N M ER N Y? - - - - - Y3 Y3 fA N O V h h h � E9 Y3 H3 W 7 V3 � L p O O ffi V3 Efj ElT m EA El? EA EA EA EA O d J U x d ' 3 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 m _m o 0 0 o 0 0 o 0 0 0 0 o 0 m o o o 0 o o o 0 0 0 0 o o o o 0 o o o 0 u) a U W W O O w W N N O O cp N O O N O O O W O O O O O O O O O O O O O O O N p N m E9 f0 O I� W m N EA N N r W O N O E9 E9 EH fH m N N N O O O O O O O O O O O N N N� � K3 H3 N E9 V3 V3 EA ER EA M Y3 H3 N N O � � M N 7 M O O O (O M EA ❑ a Efj fA Hi EA EA EA V rj rj aj E9 E9 E9 N M R I� fR fR fA EA H3 V3 E9 H3 fA g r z <o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 r -m V V O O (O V V N V (D O O O O O O O N I O O O O O O O O O O O O O O O M_ fA W O O N O O O M N a N O O O O N_ N O O O O O O N _ J E9 � V I� I� M fD N OJ OJ I� OJ V . fD fD O O O O E9 (O O O W O O W Q W � � N >. W r E9 N E9 W O r W EA N V3 H3 V3 E9 H3 H3 <fl r N M (D I� N r � E9 M M M (O V3 O U I6 W O V3 V3 fA fR V fA fA fR fA fA N EA V3 63 V N O to to � to to to V3 � � J 3 x E N O O O O N O O O O O O O O O O O O O O O O O O O O O O O O O O O O O O N Qp u% w r O W O 7 M � � O O O O N N O O N N O O O O O O O O O O O O O O O Q V Efj H3 6J I� W N N (H I� fA M O W r W 6J V InW N O O O O M O O O O O O N -a V3 63 EA EA fA fA fA EA fA V3 63 N fA O O O O M fA fA m R H3 H3 EA to to V3 - M N m m M O O - M O O o � U d E» E» E» E»- e> e» e» e» U r 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 tD V O O (O M I� N N V W O O O O O O O O O O In O O O O O O O N O O O O O s3 O O O O O � J R N V I` ti � M � � N m N R O r N I` O (O V O In O � M W O W O O W U +- Q W W t0 N M N N N N N N N 6� M N W W N a V3 W (O N N O m r V3 to N V3 <O r W V3 N H3 H3 V3 H3 to V3 to N s3 — - V - W N to N O O O H3 6A EA H3 N EA EA V3- EA N EA EA N M EA U � r eA s3 � H3 s3 s3 V3 W � � J ry E o o O O O N O O o O o o o O O o 0 00 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 d Q rq W o 0 0 o N o u'1 to o 0 0 0 0 0 0 0 ui o 0 6 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 w ,n U W o a o vi r o 0 0 o ui o 0 Y3 Y3 Y3 f9 Y3 V3 Y? Y3 Y3 N EA N h h N N M M O N W O EA (6 r ¢ a fR E9 EA EA V3 E9 fA ffl V N N W E9 fA E9 V N N O c7 z 7 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O O O O O N O O W CO O O O O O O O O O O O N O O O O O O O O O O O O O O O O W M N M O N O O a O O n O O Q O O O O O O O O O O O O N N N M V N M (D V N N W M f0 O W (O N W O O Ln O V m W N O O O O W (jj F m N N V3 V c0 N V EA � E9 V3 V3 V3 V3 V3 V M W V W W V � V3 V3 N M W � O O V3 ffj fR O EA EA fR fR EA N� H3 H3 M� 7� f� fA W Q ❑ y o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Z W W 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Q y U o vi o 0 o vi ori ori (ri � � o 0 0 o r o 0 0 0 o vi o 0 0 0 0 0 0 0 0 0 0 0 0 W 7 cp O N h M 7 Ef3 O H3 W N O� O M O N N O O O O O O O O O O O O N �' V3 V3 E9 M N N EA EA V3 V3 V3 M O N N O (D M V m O O N O EA W a CDz W 2 M o W m M N M M 7 O M O W O O O r N �2 �2 O O 6J N N V M 7 Ci W W N N M 6] N N S S S S S S S S S S S z } } LL } } } } } } O m } } LL LL LL LL LL LL LL LL LL U U U U U U U U U U U (n } Z U 6 J u) u) 6 u) y 6 r J 6 y J J J J J J J J J Q ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ ¢ J y W W W W W W W W W W W N Q r J ¢ J y wK a- W ❑ ¢ U J W W N Z W U W Z a r, U` r_ �LLI Q a d d d Um J ¢ ¢ U u) [� W N (n W (V M Z Q W a O (V N N ¢ U W 0 ❑ V) U Q Q d Z O ¢ W N N N J U d W u) W Z u) w W J¢ oW p U U❑❑ o U J N u> u> u) u) u) ,¢ a N J w cL u> O U z g O Z u) W u) u) Y a ❑ y (n (n u) u) ¢ J N U N ¢ u) d a u) N ❑ x U W Z < ¢ ¢ ¢ Q Q ¢ Z N U) r - r owzzp ❑ ¢ ¢ V) r Lu W J N N Q Q J ¢ K Q U J J J J J U Q = Z W O Q ¢ 2 U Q w U O F p J U U U U U r U a m tr W W ¢ W (n U U U U U W Z ¢ Z Z Z Z U Z r N Q r ❑ m Q W a z LL r C� W � I x N J y N Q> 6 6 6 6 d d a f W U -' ❑ g } w W ¢ N (6 u) w d LL Lu F N Z Z¢g Q o o❑ o Z W Q W m m J Z z a- 7' Q W Y= r¢ 5 5=_> O�> w � Gc � o z z 6 0 r w o o ¢ o = v QU x a U U U U U U w O W w w w a, O W r W r r > r r w (n r U W = r r w¢ }¢ r r r a w U J z a (-- � Z p U U W❑ m Q r= ¢¢ w ¢¢¢ z z a r r W z p U a a� U� W¢� ?❑ w¢ Q r U W J (n w W z W x z z Q U Q d z z z p } w w (j m j w W p O w LL w w w O ¢ > w w w Lu w z r J W ce O W F z > w�� W z_ N w ¢> w> w r w w o F-- W W W W p W W W I-- Q a J r W U U W > > > ¢ > a. y V) u) u) ¢ ¢ Q ¢ U a > x W Q J d U U y QU m U ¢ ¢ ¢ r W g- w > > ¢ > > a U z a a a x ❑ > a 2 in z of O > ❑ f m 2 Lu o o 0 m d 0 0 0 o w z LL w z z d N r o m U = S U N y y y N N U w c V o O K w X Q ¢ M wa p o a O m w R o w w o r 0 m zT w Zy v a LL Lu W m O O W r W JC� 3 R z N M V In W r W OJ O N M 7 I2 (O N W T O N M 7 IIJ (p N W W O N M 7 In (u N N N N N N N N N N M M M M M M m j N W W H > N r 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 O 0 O 0 O 0 O V (O O O N N N A O O O O O O O O r A 0 N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0. 0 0 O OJ N a N 0 0 0 0 0 0 0 J N of N a N O A N 0 tD O O o o N O A 0 0 0 N O N A c O O O �p 7 R O Q F � O E9 OJ r E9 W E9 OJ O r r E9 cp 4A N 4A V fA r fA r CO M u1 N fA O N EA V V N N EA EA W V A EA ER N V EA Y3 M N E9 O� r N th Y3 N O N N E9 fA W r r O M M N M 7 Y> o A L O y � (O O F E9 EA E9 E9 IA VT fR O N J — U Y d ' 3 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 00 0 0 0 0 0 0 0 y m W r a U 0 co M 0 ro E9 0 o W 0 co V 0 u; A 0 o O 0 o N 0 N N 0 o O 0 ai M 0 0 u7 0 0 0 0 0 0 0 0 0 0 0 0 0 N 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 N N 0 0 0 0 O 0 O 0 O 0 O 0 O 0 O 0 N 0 O 0 N 0 O N N r p a H3 H3 H3 H3 Efl to N V3 V3 FA M O V r r M M��� o N M 0 r 0 0 M M cp O V M H3 A O o O r_ V O 7 N N O N N o O 0 O o i9 N f9 N bi M C bi 6 r fR fR fR Y3 H3 H3 H3 H3 H3 EH fA fA f9 t9 t9 t9 t9 f9 z mo m o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 o ro m 0 0 0 0 0 0 U V N A N O cp N N O M O O O r O 0 O 0 N Ol O N O 0 o o 0 0 o o 0 0 o o 0 0 o o 0 0 o o 0 o cp O o M O O O O O O _ J E9 M W OJ fp A O V N M O O O O J A O O N c c O O N O Of O O O N >. � U I6 O F O H3 t9 W V3 H3 to to V3 M V V3 KT M fR N r fA fA A to fA H3 N EA H3 r H3 N t9 H3 N W fA to o r � � N A N N HT 3 x E m p r 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0< U Q Q U% W V O Efj H3 o N c0 M O M N OJ N 6] O O O V N N 0 0 0 0 0 0 0 0 0 0 N 0 0 0 0 0 0 0 0 0 0 0 0 0 N O 0 0 0 0 0 0 O 0 0 O 0 0 O 0 0 O 0 0 O 0 0 O 0 0 O 0 In N 0 0 V 0< 0< o< -Q iA ti R � V3 63 EA EA EA to to V3 fR 0 (D 0 0 M N 0 M m�� M O (D O M N M c O O V N V3 O O O a0 O Oi O V o V Ili V r h r r 0 W r < r C o r U d E» E» E» E» E» E» E» e> e> m F» v3 U r 0 0 0 0 0 0 0 0 o 0 0 0 0 0 0 0 0 0 0 0 0 0 o 0 0 o 0 0 0 0 0 0 o o 0 0 0 0 0 0 00 0 0 o o 0 0 0 0 0 0 0 0 0 0 OJ A O N m 00 M O 0 SO o O o 0 V In N 0 0 0 0 0 0 0 0 o 0 V o 0 V3 0 0 O O 0 o O O N O A O o R O N O N C O U + J Q N M N O] (O V N (O O OJ N N N u7 N 0 0 0 0 A N O O 7 A OJ O c0 N O O m M O N N n N r N V � � r O O � F V3 to V3 0� 63 s3 s3 s3 eA V 7 u3 r EA N V3 N N H3 V3 (D H3 EA V3 to A 63 of to 63 N M 63 EA 7 A en o Ip r M M w U o � m o F N' 3 Eo 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0< Q y w V 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0< 9 A Q d' ffi E9 N E!j M EA M Y3 O O (O N (D A 6? O N N N A A 0 0 N N 0 fA M O O O N O O OJ O N O Y3 O A N A N O O O 1 N O N O O O N O O N r N A r O< N Y e< r a En E9 E9 to EA V N N o V N N N M N� r f n T of O y C7 F z K3 Y? Y? Y? Y3 Y3 Y3 EA M� EA 6? 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 W - - - M W - - - - 6 0 O N 0 N N 0 O O 0 N c0 0 O M 0 O N 0 O a 0 O 0 0 O 0 0 O 0 0 N 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 c0 O 0 N M 0 O M 0 O V 0 O A W N A c0 A N M c0 O) O N c614 a 4 M m N N N W N M 0 M A O NF O K3 M K3 Efj O EA V3 EA Efl EA O M� r ER N fR N N fR ER (D V3 EA V3 V3 V3 O V3 O V3 V3 N r A W N N W u O Q ❑ y Z W Q y w V 0 0 o 0 0 N 0 0 o 0 0 N 0 0 o 0 0 A 0 0 o 0 0 0 0 0 0 0 0 o 0 0 vi 0 0 o 0 0 0 0 000000000000 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0� w7 �' � fA V3 cp E9 7 E9 N Efl r M_ N_ r O N N 0 (D V M O O N O E9 O r N W d 7 M M o r N M M N O Z 2 � EA EA V3 V3 V3 V3 V3 E9 E9 V3 �2 EA ER w 0Z D w 2 W o CL W N O N r 0 OJ O O W A N r (MO r O O N � r r r r r r i i i i i r r r r r r r r r r r r r v v z ti b d c_i c i c i c i c i c i (i u d ci ci ci ci ci ci ti b d ti ui c i w w N Lu U K a F z N D y ¢ Q F C7 U Q J U U w Lu N - ry z Jn w LL LL LL J ¢ J¢ U W y -' U CS J ¢ J J C7 C7 C7 ( (� w N U N a U LL p y r r W LL. LL D' W g Q U J Q¢ J J LL LL LL LL Q N N N N U W LL LL, N Z fn w LLI N Z J LL W w U U¢ LL a a a c g ow z LL LL N¢ w N u> O? J O O z z Q N w w LL a w� l l l n y¢ n w¢¢¢¢¢ � F U w _ H z z p Q z g¢ cn — F w rL Z w w z O N_ N - N n n LL W a W a Lau a a= W N w U W Q p J U J U J U J U J= U U Z g QQ K m W W w U LL W W 2 W r r N N r N - (V fn LL O LL O LL O LL u O O U Z Z Z Z ' z F LL (n p W Q LL Z F O Ur z F U W U W r W r W N U U U U J LL (7 ¢ ¢ ¢ ¢ d d — w K U W ❑ OJ g } W F ¢ N N rq O LL W a J ¢ J ¢ J ❑ ui ❑ ❑ u.i ❑ ❑ u.i ❑ Y Y Y Y - y LL W Z J Q ❑❑ F Z n J= W Co 2i J Z Z LL O Q LL 1 w LL LL W Q y U fn Lu Y= U F F=> U l W of W of- W - °� Z Z O aiNF<-�OC9>OF�Up W F vi — F Q w �n W K CC ¢ y w¢ CC w w Q N w W LL W LL W LL W LL F F m F F F F w U> J z❑¢ J J J w¢ w Q w Q}}}} c Q ¢ LL W ¢¢¢ Z Z _LL W J p— Q Q F U' F F� J fn w W W w z Z J J J Z LL Z LL Z LL F F F F u `- = LL Z F Q Q d K>> Z Z p X CC Z Z y 0 LL LL Z Z Z z z z F F F F a z z Q z} ¢ O N W LL, N Q w w 0 0 2 U w w w w �= O O O O O O W W W W O w W W 0] K W W W W w W LL' W Z in y w¢ F J —> ❑ X ('J W p W U F W O z O # U > U _ �j N # F U F U F U F U F U F U Lu W Lu W Lu W L W u J F � W > U W >> W W (n W (n W (n F Q F Q Q U K LL (') ¢} > W> S W J J Q LL W U_ U F — cn > U w F W w w. W w F W W W W W W U U U U U LL❑ in z W> l 0>❑ > K W U LL Q z (� y y a z Z O Z O Z O Z O Z O Z O J LL J LL J LL J LL I� Z W V LL } Z O ¢ K O K O K O r O Z LL (J Q W rn LL W W N W w W W U U U U U U W l W W If W If �^ Q. W LL' U F F F w z LL F K Q F F# Q W F F F W U W U W U W U W U W U W W W 0 W G Q Q Q = N N u) Q X U w W Q � J a 3 a Q¢ 3 J a >>>>>> U U U U a i z O ¢ Lu z M W p a C a ❑ m W LL O V W > F ❑ m W > F W y W rn W rn W y W y W cn w w w w w w w < w o 1� 0 0 y o W w w w w w w (n (n o o a g M u F ~ ❑ u ~ ❑ F F F F F F w w w w a y "+ W F Q W ❑ W F a W ❑ Q Q Q Q Q Q F F F F u ❑ m z O Z? z> ❑ Q F ❑ Q F U U U U I U I U U U U U Q y U w W F ❑ o w W F ❑ O ¢ ¢ ¢ ¢ ¢ ¢ LL LL LL LL U O W W a a F Q a F W W W W W W K O a w ¢ w w w w w w w w w a w a w a w u a a m J? (u z W > F r N M V N co A W O O r N M 7 N co A m W O r N N N N M 7 N N > F r N d W U d W U d W U d W U a W U a W U W U W U W U W u U C a> o W F❑ ❑ ❑ ❑ a F> N — a ¢ d d d d a o - a a a a a