HomeMy WebLinkAbout09/02/2025 Motion to accept the lowest-cost, responsive bid for the 2025 Kensington Business Center Basin #6 Rehabilitation Project for a cost not to exceed $191,428.M+awn �'xyt�lts�=e
Item Cover Page
Subject Motion to accept the lowest -cost, responsive bid for the 2025
Kensington Business Center Basin #6 Rehabilitation Project for
a cost not to exceed $191,428.
Meeting
Fiscal Impact (Y/N)
Dollar Amount
Budget Source
Category
Type
Information
September 2, 2025 - REGULAR MEETING OF THE MOUNT
PROSPECT VILLAGE BOARD
Y
$191,428.00
Community Investment Program (CIP) Fund
CONSENT AGENDA
Action Item
The Village of Mount Prospect is responsible for the maintenance of 11 stormwater retention
basins in the Kensington Business Center. Per an agreement with the business park developer
in the 1980s, Village maintenance includes sediment dredging, slope erosion protection, and
outlet structure upkeep.
The 2025 Village Budget has allocated funds for construction of the Kensington Business
Center Basin #6 Dredging Project. Ciorba Group, Inc. has provided design engineering
services to complete the construction plans and specifications for the project. The scope of
construction will include pumping water out of the retention basin, loading accumulated
sediment, and hauling it to an offsite landfill. The bottom and sides of the retention basin will
then be reshaped to conform to the original design. In addition, the contractor will make
repairs as necessary to the outlet structures. At the project's end, the shoreline will be
stabilized with stone and the site restored with grass. Subsequent rainfall will naturally refill
the retention basin.
Staff is seeking at this time to enter into a construction contract. Work is expected to begin in
early October and be completed before the end of the year.
This will be the loth retention pond rehabilitation project completed in the Kensington
Business Center. One (1) more pond is slated for work in 2027. When that work is completed,
all the retention ponds (11) will have been successfully restored.
Bid Results
A Notice to Bidders was posted on the EUNA Open Bid website (formerly DemandStar) and
staff contacted local contractors. Ten (10) contractors downloaded the bid documents. A bid
opening for the project was held on August 18, 2025 at 1:00 p.m. Five (5) contractors
submitted a bid. Below is a summary of the bids:
Bidder
Total Bid
Copenhaver Construction
$174,025.73
Martam Construction
$264,492.10
V3 Construction Group
$266,500.00
Earthwerks
$278,722.50
Tigris Aquatic Services
$308,942.00
Engineer's Estimate
$295,226.00
Discussion
All bid submittals were checked for accuracy. One minor calculation error was made in
Earthwerks bid that did not affect the order of bids. The bidders submitted a bid bond in the
amount of 10% of their total bids, as required in the bid proposal packet. All required forms
were completed and signed.
The lowest bidder, Copenhaver Construction, specializes in pond, creek, and river restoration.
They have provided dredging services on four other retention basins in the Kensington
Business Center, including last year's project. Copenhaver has also recently completed similar
work in the Village of Addison, Village of Buffalo Grove, Village of Hoffman Estates, and City of
Naperville. Their work has been acceptable. Copenhaver is prequalified by the Illinois
Department of Transportation to bid on earthwork, drainage and landscaping projects.
Staff recommends including a 10% contingency in the project award to allow for quantity
variances and unanticipated construction conflicts. For the construction contract, a 10%
contingency added to the bid would result in a total contract award of $191,428.00. (Base
Bid: $174,025.73 + Contingency: $17,402.27 = Total Recommended Award: $191,428.00).
Alternatives
1. Accept lowest cost, responsive bid for the Kensington Business Center Retention Basin
#6 Rehabilitation Project.
2. Action at the discretion of the Village Board.
Staff Recommendation
Staff recommends that the Village Board accept the bid from Copenhaver Construction of
Gilberts, Illinois for construction of the Kensington Business Center Basin #6 Rehabilitation
Project for an amount not to exceed $191,428.
Attachments
1. Location Map
2. KBC Basin #6 Final Plans
3. Copenhaver Bid
4. KBC Basin #6 Bid Tab
RETENTION BASIN #6-KENSINGTON BUSINESS PARK
VILLAGE OF MOUNT PROSPECT
LEGEND
TRANSPORTATION SURFACE - - - - -
RAILROAD
SINGLE POST SIGN p
POWER LINE H} H}
TELEPHONE OR TELEGRAPH -0- -0-
LIGHT STANDARD zi
TRAFFIC SIGNAL 0
FIRE HYDRANT tf
MANHOLE / VAULT
INLET o
CATCH BASIN O •
ABOVE GROUND SPLICE BOX ❑
HANDHOLE e
VEGETATION OUTLINE
SINGLE TREE OR BUSH
EVERGREEN TREE
i7
STUMP
&
FENCE
-----
STRUCTURE TO BE ADJUSTED
RP
INLET & PIPE PROTECTION OR
NLET FILTER
DITCH CHECK
4-
JUNCTION BOX
SIDEWALK REMOVAL
PAVEMENT REMOVAL
ROW LINE
ELECTRIC CABLE
GAS PIPE
STORM SEWER
TELEPHONE CABLE
WATER PIPE
SANITARY SEWER
WETLAND
SILT FENCE
CONTOURS
--746----746--
100'
200'
300'
- 1" =
100'
0
10"
20'
30'
- 1" =
f0'
0
50'
100'
1"=
50'
0
50
100'
1"=
40-
0
50'
100'
-
1" = 30'
N 0
50'
VILLAGE OF MOUNT PR(
DEPARTMENT OF PUBLIC W01
COOK COUNTY, ILLINOIS
SECTION 35, TOWNSHIP 92N, RAI1
KENSINGTON BUSINESS PARK BA
2025
GENERAL NOTES
1. ALL UNDERGROUND UTILITY LOCATIONS, INCLUDING SANITARY SEWERS, STORM SEWERS,
WATER MAINS, AND THEIR SERVICE LINES, SHOWN ON THE PLANS ARE APPROXIMATE ONLY.
IT SHALL BE THE CONTRACTOR'S RESPONSIBILITY TO HAVE THE RESPECTIVE UTILITY
COMPANIES FIELD -LOCATE ALL UTILITIES, ASCERTAIN THEIR STATUS AND ADJUST OR
RELOCATE THESE UTILITIES, AS NECESSARY, PRIOR TO STARTING CONSTRUCTION. THIS
WORK SHALL BE CONSIDERED INCIDENTAL TO THE CONTRACT. THE CONTRACTOR SHALL
NOTIFY ALL PUBLIC AND PRIVATE UTILITIES BEFORE STARTING CONSTRUCTION,
INCLUDING, BUT NOT LIMITED TO:
A. BOBBY AKHTER
AT&T CABLE SERVICES
(630)390-0089
(630)719-1483
B. VIRGINIA RODRIGUEZ
COMED
860 OAK CREEK DR
LOMBARD, IL
(630)396-8226
C. ANNA TRAN
NICOR GAS
(224)239-7693
D. DICKY PATEL
VINAKOM COMMUNICATIONS
860 REMINGTON RD
SCHAUMBURG, IL 60173
(847)592-5785
E. MARTHA GIERAS
COMCAST
698 INDUSTRIAL DRIVE
ELMHURST, IL 60126
(224)229-5862
E. WILLIAM NG
ASTOUND BROADBAND
2640 W. BRADLEY PLACE
CHICAGO, IL 60618
(312)955-3356
F. JOHN FERRARESI
ZAYO FIBER SOLUTIONS
(847)417-9609
G. MCl/VERIZON
INVEST IGATIONS@VERIZON.COM
H. BRANDON ALLEN
WEST SHOIRE PIPE LINE
(216)318-2124
I. MR. ROBERT TOBEN
NORTHWEST WATER COMMISSION
1525 NORTH WOLF ROAD
DES PLAINES, IL 60016
(84 7)635 -0777
J. MR. PAUL FLINKOW
FIBER ENGINEER
WOW INTERNET CABLE PHONE
1674 FRONTENAC ROAD
NAPERVILLE, IL 60563
0(630)536-3139
C(630)803-9660
2. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE PROTECTION OF ALL UNDERGROUND OR
SURFACE UTILITIES EVEN THOUGH THEY MAY NOT BE SHOWN ON THE PLANS. ANY UTILITY
THAT IS DAMAGED DURING CONSTRUCTION SHALL BE REPAIRED OR REPLACED TO THE
SATISFACTION OF THE VILLAGE OR THE OWNER. THIS WORK SHALL BE CONSIDERED
INCLUDED IN THE CONTRACT.
3. DURING THE CONSTRUCTION OPERATION WHEN ANY LOOSE MATERIAL IS DEPOSITED IN
THE FLOW LINE OF DITCHES, GUTTERS OR DRAINAGE STRUCTURES SO THE NATURAL FLOW OF
WATER IS OBSTRUCTED, THE MATERIAL SHALL BE REMOVED AT THE CLOSE OF EACH WORKING
DAY. AT THE CONCLUSION OF THE CONSTRUCTION OPERATIONS ALL DRAINAGE STRUCTURES
SHALL BE FREE FROM ALL DIRT AND DEBRIS. THIS WORK SHALL NOT BE PAID FOR
SEPARATELY BUT SHALL BE CONSIDERED INCLUDED IN THE CONTRACT.
4. IT IS THE CONTRACTOR'S RESPONSIBILITY TO ASCERTAIN EXISTING FIELD CONDITIONS
PRIOR TO BIDDING ON THIS PROJECT. NO ADDITIONAL COMPENSATION WILL BE ALLOWED
FOR FAILURE TO VERIFY EXISTING DIMENSIONS OR CONDITIONS.
5. THE CONTRACTOR SHALL LIMIT HIS CONSTRUCTION ACTIVITIES TO THE WORK AREAS
DESIGNATED ON THE PLANS. THE CONTRACTOR WILL NOT BE ALLOWED ON PRIVATE
PROPERTY TO ACCESS THE POND OR STORE MATERIALS UNLESS WRITTEN PERMISSION
IS GRANTED BY THE PROPERTY OWNER. ANY DAMAGE TO AREAS OUTSIDE OF THESE
LIMITS SHALL BE REPAIRED BY THE CONTRACTOR TO THE SATISFACTION OF THE
ENGINEER AT NO ADDITIONAL EXPENSE TO THE VILLAGE.
6. PROPER DRAINAGE SHALL BE MAINTAINED IN THE IMPROVEMENT AREA DURING
CONSTRUCTION. THE COST OF THIS WORK SHALL BE CONSIDERED INCLUDED IN THE
CONTRACT.
7. ALL FRAMES, GRATES, FLARED END SECTIONS OR OUTLET PIPES DAMAGED BY THE
nnKITD AnTno nIIo TAIL nnKICTOI PTT-1 MITI I or DCDI Anrn QV Tor- n KlTDAnTnD
9. THE CONTRACTOR SHALL BE REQUIRED TO RELOCATE ALL SIGNS WHICH INTERF
CONSTRUCTION OPERATIONS. THIS WORK SHALL BE CONSIDERED INCLUDED IN
CONTRACT. ALL WORK INVOLVING SIGNS SHALL BE COVERED BY THE FOLLOWIN
REQUIREMENTS:
A. SIGNS SHALL NOT BE REMOVED UNTIL PROGRESS OF WORK REQUIRES REM(
B. EVERY SIGN REMOVED MUST BE RE -ERECTED AT A TEMPORARY LOCATION
MANNER VISIBLE TO TRAFFIC ON THE HIGHWAY. ALL SUCH SIGNS MUST E
STRAIGHT AND NEAT APPEARING FOR THE DURATION OF THE TEMPORARY �
C. ALL SIGNS MUST BE RE -ERECTED IN THEIR PERMANENT LOCATIONS AS DE
ENGINEER AS THE WORK IS COMPLETED.
D. ALL SIGNS NOT REQUIRED FOR REUSE AFTER CONSTRUCTION IS COMPLET
THE PROPERTY OF THE VILLAGE. THE CONTRACTOR SHALL BE REQUIRED T
THE JOB SITE FOR PICKUP BY THE VILLAGE.
E. ANY SIGN OR SIGN POST DAMAGED BY THE CONTRACTOR SHALL BE REPLAI
EXPENSE. THE CONTRACTOR SHALL SUBMIT TO THE ENGINEER A LIST OF
DAMAGED SIGNS PRIOR TO THE COMMENCEMENT OF CONSTRUCTION.
F. THE CONTRACTOR SHALL SUBMIT TO THE ENGINEER AN INVENTORY OF ALL
DURING CONSTRUCTION.
10. DURING DEWATERING, ALL WATER MUST BE FILTERED TO REMOVE SEDIMENT. P(
OPTIONS FOR SEDIMENT REMOVAL INCLUDE BAFFLE SYSTEMS, ANIONIC POLYMEI
DEWATERING BAGS, OR OTHER APPROPRIATE METHODS. WATER SHALL HAVE SED
REMOVED PRIOR TO LEAVING THE SITE. DISCHARGE WATER IS CONSIDERED CLE
DOES NOT RESULT IN A VISUALLY IDENTIFIABLE DEGRADATION OF WATER CLAP
11. ALL ELEVATIONS ARE BASED ON USGS DATUM.
ITEM
1
2
3
4
5
6
7
8
9
l0
11
THE FOLLOWING PLAN IS ESTABLISHED AND INCORPORATED IN THE PROJECT TO DIRECT THE CONTRACTOR IN THE
PLACEMENT OF TEMPORARY EROSION CONTROL SYSTEMS AND TO PROVIDE A STORM WATER POLLUTION PREVENTION PLAN
FOR COMPLIANCE UNDER NPDES.
THE PURPOSE OF THIS PLAN IS TO MINIMIZE EROSION WITHIN THE CONSTRUCTION SITE AND TO LIMIT SEDIMENTS
FROM LEAVING THE CONSTRUCTION SITE BY UTILIZING PROPER TEMPORARY EROSION CONTROL SYSTEMS AND
PROVIDING GROUND COVER WITHIN A REASONABLE AMOUNT OF TIME.
AT THE BEGINNING OF CONSTRUCTION. CERTAIN EROSION CONTROL FACILITIES SHALL BE INSTALLED BY THE CONTRACTOR.
OTHER ITEMS SHALL BE INSTALLED BY THE CONTRACTOR AS DIRECTED BY THE ENGINEER ON A CASE BY CASE SITUATION
DEPENDING ON THE CONTRACTOR'S SEQUENCE OF ACTIVITIES, TIME OF YEAR, AND EXPECTED WEATHER CONDITIONS.
THE CONTRACTOR SHALL INSTALL PERMANENT EROSION CONTROL SYSTEMS AND SEEDING WITHIN A TIME FRAME SPECIFIED
HEREIN AND AS DIRECTED BY THE ENGINEER. THEREFORE MINIMIZING THE AMOUNT OF AREA SUSCEPTIBLE TO EROSION AND
REDUCING THE AMOUNT OF TEMPORARY SEEDING. THE ENGINEER WILL DETERMINE IF ANY TEMPORARY EROSION CONTROL
SYSTEMS SHOWN IN THE PLAN CAN BE DELETED AND IF ANY ADDITIONAL TEMPORARY EROSION CONTROL SYSTEMS, WHICH ARE
NOT INCLUDED IN THIS PLAN, SHALL BE ADDED.
SITE DESCRIPTION
DESCRIPTION OF CONSTRUCTION ACTIVITY°
1. THE PROJECT CONSISTS OF DREDGING POND NUMBER 6 IN MOUNT PROSPECT KENSINGTON BUSINESS PARK.
2. CONSTRUCTION INCLUDES EARTH EXCAVATION, RIPRAP OUTLET PROTECTION, PLACEMENT OF SHORELINE STABILIZATION
AND OTHER MISCELLANEOUS ITEMS OF CONSTRUCTION.
DESCRIPTION OF INTENDED SEQUENCE FOR MAJOR CONSTRUCTION ACTIVITIES WHICH WILL
DISTURB SOILS FOR MAJOR PORTIONS OF THE CONSTRUCTION SITE:
1. TREES SHALL BE PROTECTED AGAINST DAMAGE.
2. PLACEMENT. MAINTENANCE. REMOVAL AND PROPER CLEAN-UP OF TEMPORARY EROSION CONTROL.
3. DEWATERING
4. TERMINATION, REMOVAL, AND REPLACEMENT OF AERATION SYSTEM
5. EXCAVATION OF SEDIMENT WITHIN THE POND.
6. CONSTRUCTION OF RIPRAP OUTLET PROTECTION AT EXISTING PIPE OUTLETS TO THE POND.
7, REPLACEMENT OF FLARED END SECTIONS.
B. FINAL GRADING, PLACEMENT OF SHORELINE STABILIZATION, AND PLACEMENT OF SEED AND BLANKET.
AREA OF CONSTRUCTION SITE:
THE TOTAL AREA OF THE CONSTRUCTION SITE IS ESTIMATED TO BE 1.25 ACRES OF WHICH 1.11 ACRES WILL BE DISTURBED BY
EXCAVATION. GRADING. AND OTHER ACTIVITIES.
OTHER REPORTS, STUDIES AND PLANS WHICH AID IN THE DEVELOPMENT OF THE STORM WATER
POLLUTION PREVENTION PLAN AS REFERENCED DOCUMENTS
CONTROLS - EROSION CONT
DESCRIPTION OF STABILIZA
1. THE DRAWINGS AND SPECIFIC
WHERE ATTAINABLE. ANY DIS
TEMPORARY SEEDING. PERMAI
AND OTHER APPROPRIATE ME
AS SOON AS PRACTICABLE II
PERMANENTLY CEASED, BUT
THE SITE HAS TEMPORARILY
(A.) AREAS OF EXISTING V
IDENTIFIED BY THE Et
DESCRIPTION OF STABILIZA
1. DURING CONSTRUCTION AREA
PROTECTED. THE CONTRACT
DIRECTED BY THE ENGINEER)
OTHER CONSTRUCTION RELAT
(A.) WITHIN THE CONSTI
SHALL REMAIN UND
(B.) AS CONSTRUCTION
I. PLACE RIP
(C.) EXCAVATED AREAS
THEY SHALL BE TE
(D.) CONSTRUCTION EOU
SHALL BE TAKEN T
LEAKING EQUIPMEN
(E.) SEDIMENT COLLECT
OF AT AN APPROPF
INCLUDED IN THE L
(F.) THE TEMPORARY EF
OR NO LONGER FUN
EROSION CONTROL
(G.) THE RESIDENT ENG
ALSO BE DONE WEE
THE WINTER SHUTD
BI-WEEKLY BASIS
EROSION CONTROL
DESCRIPTION OF STRUCTUR
1. TEMPORARY EROSION CONTRC
CONTROL IS IN PLACE AND I
2. ONCE PERMANENT EROSION C
TEMPORARY ITEMS SHALL BE
MAINTENANCE AFTER CONST
1. INFORMATION OF THE SOILS AND TERRAIN WITHIN THE SITE WAS OBTAINED FROM TOPOGRAPHIC SURVEYS AND
SOIL BORINGS THAT WERE UTILIZED FOR THE DEVELOPMENT OF THE PROPOSED TEMPORARY EROSION CONTROL SYSTEMS.
2. PROJECT PLAN DOCUMENTS, SPECIFICATIONS AND SPECIAL PROVISIONS, PLAN DRAWINGS AND APPROXIMATE SLOPES
ANTICIPATED AFTER GRADING ACTIVITIES WERE UTILIZED FOR THE PROPOSED PLACEMENT OF THE TEMPORARY
1. CONSTRUCTION IS COMPLETE
WILL BE BY THE CONTRACTO
POND 6
l
F k
\�\ \l �a4 IN OFF I4 —
FEEHANVILLE DRIVE
NOTE:
I }
II /I I
II x
I
I
CGI 10
_
CHISELED "X"
IN CURB
II I.
N=1971398.34
= _
E=1099565.32
GRADING LIMITS
II x
ELEV=648.554
560 SO YD (0.12 AC)
x
TOPSOIL, SEEDING, AND EROSION
CONTROL BLANKET, SPECIAL
�I x
II __
865 SO YD
PROPOSED SHORELINE
I =_
STABILIZATION
STA 9+06.23
/I
N= 1971372.15
E= 1099652.77
CGI 11
CGI 10
=
CHISELED "X"
IN CONCRETE SIDEWALK
STA 8+82.84
N=1971361.66
N= 1971350.93
E-1099750.53
E= 1099642.39
ELEV=649.695
EXISTING
18" FES
TEMPORARY CHAINLINK FENCE INV. 643.70
XXX�
______________
O
STA 8+52.36
N= 1971330.82
E= 1099619.86
+00
CGI 12
// = =
STA 7+82.94
8
STA 8+20.86
CHISELED "X"
IN / __
I
S
N= 1971307.09
E= 1099554.75
N= 1971318.1!
CONCRETE SIDEWALK /� x _=
E= 1099591.0
N=1971193.26
E=1099493.38
ELEV=648.926
STABILIZED
CONSTRUCTION
�nENT-RAt4CE_
NOTES:
1. FENCING SHALL BE POSITIONED SUCH THAT DRIP LINE OF TREE IS PROTECTED.
2.INSTALL AT TREES & LANDSCAPE AREAS WITHIN LIMITS OF CONSTRUCTION OR
AS DIRECTED BY THE ENGINEER.
TEMPORARY FENCE DETAIL
PLAN
TEMPORARY CULVERT w
IF DRIVEWAY CROSSESPl
SWALE I >
25' RADIUS
SECTION
6"
CRUSHED
STONE
AVERAGE EXISTING
POND BOTTOM VARIES
±632 - ±639
TYPICAL PROPO'.
FOR RE-
SECTION A -A
vA
?L
a
v
Q
'a
F-
L
4-
Slope
1 1
Same reinforcement as
outer cage. 4
(100)
7
ul
2 - No. 4 (No. 13) bars
Standard reinforcement for
circular Class [I[, Wall B
reinforced concrete pipe.
Precast or cast in
place end block.
m n G�
8 (200) for pipe dia. <_ 36 (900)
10 (250) for pipe dia. > 36 (900)
E
RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #6
Bid Form Page I
BID FORM
Retention Basin Dredging Project
Kensington Business Park, BASIN #6
Village of Mount Prospect
Department of Public Works
FROM: Copenhaver Construction, Inc.
17622 Depot Street, Union, IL 60180
(hereinafter called "Bidder")
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: "Retention Basin Dredging Project, Kensington Business Park,
BASIN #611
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
Bid Security
Bid Sheet — Spot Repairs
Affidavit — Bid Certification Form
Other materials or standards provided or noted by the Village
Contract Document
Performance Bond Form
Labor and Materials Payment 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:
41
RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #6
Bid Form Page 2
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.
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
No.
Addendum
Date
Acknowledgement by Bidder or
Authorized Re resentative
Date
Acknowled ed
D4,
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.
Bid Form Page 3
42
RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #6
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 and the contractor
then has ten (10) days to commence work. The contractor shall reach substantial
completion within eight 8 weeks after the Notice to Proceed with final completion two
2 weeks thereafter. 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 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):
X 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
3) BID SHEET(S)
%� %IiIIPtill,
Respectfully submitted: s�`''''�,
° 4 v °
Name of Firm/Bidder: Co enhaver Construc
Z
Byn (Signature) •"
Title: n Cooenhaver, Pres'"
2664
Date: AuggSt 18 2025 lhlfgmW,
Contact Information:
Official Address: 1 522 Depot Street
Union IL 60180
Telephone: - -
Email: copenhaverinc@yahoo.com
ONE (1) SIGNED COPY OF THIS BID FORM AND BID SHEET (Page 43) ALONG WITH THE AFFIDAVIT
- BID CERTIFICATION FORM, AND BID SECURITY SHALL BE SUBMITTED IN A SEALED MARKED
ENVELOPE.
43
RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #6
VILLAGE OF MOUNT PROSPECT
AFFIDAVIT — BID CERTIFICATION FORM
Bidder:
Company/Firm Name: Qope[ihav - gr pffwlnlfi!�N
,&ddress: 17622 Depot Street Union IL 6018*
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, Ken Copenhaver being first duly sworn on oath, deposes
and states that he or she is (sole owner,
partner, joint ventured, President, Secretary, etc.) of
Copenhaver Construction, Inc. and has the authority to make all
(Name of Company)
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.
Section 11 Bid Rigaing and Rotatin
The undersigned further states that Cooenhaver Qgnata&1bAJn-Q,—
(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 Drug Free Workplace
The undersigned further states that
(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.
44
RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #6
Page 2 - AFFIDAVIT - BID CERTIFICATION FORM
Section IV Tax Payment
The undersigned further states that Co h v r Co tru ion Inc,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 Sexual Harassment Policy
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 mini -mum, the following information: (1) the
illegality of sexual harassment; (11) the definition of sexual harassment under State law; (111) 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 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 bi tPersito,ceive payment under any award
made under the terms and provisions of ''`��,
The undersigned certifies that all infor 0,ve&aine '"ir"r, Affidavit is true and correct.
X.
a : Z
Signed by: Title: President
Signature , -o, " it
Name Printed: Ken Co enhari .Ar
Signed and sworn to before me this 18th day of A � 2025•
My commission expires: 4/12/2027
Notary P6, blic
16
OFFICIAL SEAL
ROSEMARY SIMARANO
NOTARY PUBLIC, STATE OF ILLINOIS
MY COMMISSION EXPIRES 04/12/27 45
RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #6
BID SECURITY
Included with this bid is bank cashier's check, certified check nrbid bond inthe amount of
10% of submitted bid , being ten percent (10%) of the total amount bid by
Copenhaver Construction, Inc., the Bidder, in favor of the Village of Mount Prospect. It is hereby
agreed that, should Bidder be awarded the Work contemplated under this bid and fail or refuse to
execute a contract for said Work, or to provide the required payment and performance bonds, or
letter of credit, and certificate of insurance, then this security, in the amount stipulated above,
shall be forfeited and may be retained by the Village of Mount Prospect as liquidated damages
and not as a penalty. All bids to remain firm for a period of ninety (90) days after bid opening
date.
n«',,
Ei7id—derls Agent and Agen
Livia Nelson, Asst. Secretary
Note: |fbidder isapartnership, the bid must be signed by at least two of the partners.
Note: |fbidder kaa corporation,the bid must besigned bvanauthorized officer ofthe corporation,
attested and sealed bvthe secretary orother authorized offiner.
If corporation, note here the state of :
Incorporated under the laws of the State of Illinois
46
RETENTION BASIN DREDGING PROJECT/ KENSINGTON BUSINESS PARK, BASIN #6
BID SHEET
"Retention Basin Dredging Project, Kensington Business Park, BASIN #6"
(TO BE FILLED OUT BY THE CONTRACTOR/BIDDER)
The Bidder will complete pricing for all items (# 1-16) to provide all labor, equipment, materials and mobilization (if
applicable) to perform this work. The fixed item price given is to be all inclusive.
---------------
ITEM
DESCRIPTION
UNIT
QUANTITY
UNIT PRICE
TOTAL
NO.
1
CONSTRUCTION LAYOUT
L SUM
1
6,000
$6,000.00
2
1
EARTH EXCAVATION
CU YD
199
155
1-, . .
$30,845.00
......... --
3
FURNISHED EXCAVATION
CU YD
141
0.01
$1.41
4
SHORELINE STABILIZATION
SQ YD
865
60
$51,900.00
5
RIPRAP OUTLET PROTECTION
EACH
3
—
900
------------
$2,700.00
6
SEEDING, CLASS iA
ACRE
0.2
10,000
$2,000,00
7
EROSION CONTROL BLANKET,
SO YD
787
4
$3,148.00
SPECIAL
STABILIZED
SQ YD
8
CONSTRUCTION ENTRANCE
227
30
$6,810.00
9
TEMPORARY FENCE (TREE
FOOT
120
6
$720.00
PROTECTION)
10
WATER MANAGEMENT, SPECIAL
L SUM
1
50,000
$50,000.00
PRECAST REINFORCED CONCRETE
EACH
11
FLARED END
1
3,000
$3,000,00
SECTION 21
PRECAST REINFORCED CONCRETE
EACH
12
FLARED END SECTION 24"
1
3,500
$3,500.00
13
TOPSOIL EXCAVATION AND
CU YD
132
0.01
$1.32
PLACEMENT
14
MAINTENANCE BOND (24-
L SUM
1
500
$500.00
MONTH)
15
REMOVE EXISTING FLARED
EACH
2
600
$1,200.00
END SECTION
16
TEMPORARY CHAINLRK FENCE
FOOT
1170
10
$11,700.00
TOTAL FOR ITEMS (1 — 16)
$174,025.73
47
Document ent 31 OT f - 2010
Conforms with The American institute of Architects AIA Document 310
Bid Bond
CONTRACTOR:
legal stalrrs and addraswj
Copenhaver Construction, Inc.
17622 Depot Street
Union, IL 60180
OWNER:
(Name, legal stales and addnw)
Village of Mount Prospect
50 S. Emerson Street
Mount Prospect, IL 60056
SURETY:
(Ximre,legalstaler.►widnrfntcipalplace rfbi iOle cs)
Frankenmuth Insurance Company
One Mutual Avenue
Frankenmuth, MI 48787-0001
Mailing Address for Notices
1411 Opus Place Suite 450
Downers Grove, IL 60515
BOND AMOUNT: $ 10% Ten Percent of Amount Bid
PROJECT:
(Name, location or address and Project rnranber, (jarO
Retention Basin Dredging Project Kensington Business Park, Basin #6
This document has Important
legal consequences. Consultation
with an attorney is encouraged
with respect to Its completion or
modification.
Any singular reference to
Contractor, Surety, Owner or
other party shall be considered
plural where applicable.
The Contractor and Sutcty are bound to the Owner in tite amount set forth above. for the payment of which tiro Contractor slid Surety bind
themselves,. their heirs, oxootitors,. administrators, sucoossors and as tgim jointly and severally, as provided herein. The conditions of this
Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period
as may be agreed to by the Owner and Contractor, and the Contractor either (1) caters into a contract with tho Owner in accordance with
the terms of such bid,and gives such bond or bonds as may be specified in the bidding or Contract Documents, %th a surety admitted in
the jurisdiction of the Project and otherwwiso acceptable to the Owner, for the faitlifial performance of such Contract and for the prompt
payment of labor and material furnished in the prosecution thereof„ or () pays to the Owner the difference, not to exceed ttte amount of
this Bond, between the antount specified in said bid and such larger antount for which the Owner may in good thith contract with another
party it) perlbma the iv orl: covered by said bid,tiwen this tobligatiton shall be cull and void, olherw ise to remain in Bell liorce and eltect.
The
Surety hereby waives any notice of"an agrcemeut between the Owner and Contractor to extend the time in which die Owner may ucccpt the
bid. Vluiwer tol"mitice by the Surety %hall not upply two any extension exceeding sixty (60) days in the aggregate beyond the time liver
acceptutwo orbidet specitied in the bird documents, and the Owner and Camtruclor %hall obtain the Surety's conscnt liar an o-rtensiou beyond
sixty (60) days.
If this Bond is issued in connection with a subcontractor's bid to a Contractor, the temi Contractor in this Bond shall be deemed to be
Subcontractor and the term Owwmcr shall be deemed to be Contractor.
When this Bond has been fwrrnished its comply with a statutory or other legal requirement in the location ortho project, any provision in
lhis notwd conflicting wwitla suid slatulosy or legal requirement shall he deemed deleted ltorefnam and provisions conforming its suet)
statutory for other legal requiretnertl shall be deemed inctorpwaralcd herein.'V When so funwisltcd, the intent is that this Mind shall be constrmed
ON a statutory bond and not as a dominion low bond. wwwwww w t I r 1 t 111 /1,r
Signed and scaled this 18th day of August, 2025,
Copenhaver Construction, Ind` �'0 �A
ll"rl:rcl)+crl) S9"°` l°) ; C
111"itrnusMs) Livia NelsonL�
B
en Copenhaver - Pry t* (tlr400
Frankenmuth Insurance m an et t% 0."
tit"llr Hwy Sherry Be skal B� rese
r"%µfrle) i titrt Moss
Attorney -in -Fact a 41CHIGPN ,..
S•0054/AS 8110
State of Illinois
County of DuPa e
SURETY ACKNOWLEDGEMENT (ATTORNEY -IN -FACT)
I, Jacqueline DeRidder Notary Public of DuP'age County, in the State of Illinois ,
do hereby certify that Martin Moss Attorney -in -Fact, of the Frankenmuth Insurance
Company who is personally known to me to be the same person whose
name is subscribed to the foregoing instrument, appeared before me this day in person, and
acknowledged that he signed, sealed and delivered said instrument, for and on behalf of the
Frankenmuth Insurance Company
for the uses and purposes therein set forth.
Given under my hand and notarial seal at my office in the City of Downers Grove in
said County, this 18th day of August , 2025
=STATE
L
IDDER
NF ILLINOIS t tl�llb
Notary Public Jac ueline DeRidder
My Commission expires: November 2, 2025
FRANKENMUTH INSURANCE COMPANY
POWER OF ATTORNEY
KNOW ALL MEN BY THESE PRESENTS, that Frankenmuth Insurance Company (the "Company"), a corporation duly organized
and existing under the laws of the State of Michigan, having its principal office at I Mutual Avenue, Frankenmuth, Michigan 48787,
does hereby nominate, constitute and appoint: Martin Moss
Their true and lawful attorneys) -in -fact, each in their separate capacity if more than one is named above, to make, execute, seal,
acknowledge and deliver any and all bonds, contracts and undertakings of suretyship, with the exception of Financial Guaranty
Insurance, provided, however, that the penal sum of any one such instrument shall not exceed the sum of:
Fifty Million and 00/I00 Dollars ($50,000,000)
Surety Bond#: Bid Bond
Pdn Copenhaver Construction, Inc.
obligee: Village of Mount Prospect
This Power of Attorney is granted pursuant to the following Resolution duly adopted at a meeting of the Board of Directors of
Frankenmuth Insurance Company:
"RESOLVED, that the President, Senior Vice President or Vice President and each of them under their respective
designations, hereby is authorized to execute powers of attorney, and such authority can be executed by use of facsimile
signature, which may be attested or acknowledged by any officer of the Company, qualifying the attorney(s) named in the
given power of attorney, to execute on behalf of, and acknowledge as the act and deed of Frankenmuth Insurance Company
on all bonds, contracts and undertakings of suretyship, and to affix the corporate seal thereto."
IN WITH ,,5 WHEREOF, the Company has caused these presents to be signed and attested by its appropriate officers and its corporate
seal hei° unto ll""ed this 15th day of D cem ier, 2022.
N, xMr °Ix
Frankenmuth Insurance Company
Frederick A. Edmond, Jr.,
President and Chief Executive Officer
S'TE`' N )
C0111�I AW) ss:
Sworn to before me, a Notary Public in the State of Michigan, by Frederick A. Edmond, Jr., to me personally known to be the individual
and officer described in, and who executed the preceding instrument, deposed and said the Corporate Seal and his signature as Officer
were affixed and subscribed to said instrument by the authority of the Company.
�.egyw ` r a' w,
� �r `R,r" °� 'µ"✓°AN"„' �";y„��"`
IN TESTIMONY WHEREOF, I have set my hand, and affixed my Official Seal this Sth day of Per
ta11r,
d5 . (Seal) : ^�!
Susan L. Fresorger, Notary Public
Saginaw County, State of Michigan, "' y
My Commission Expires: April 3, 2028 SO, .,
,
I, the undersigned, Executive Vice President of Frankenmuth Insurance Company, do hereby certify that the foregoing is a true, correct
and complete copy of the original Power of Attorney; that said Power of Attorney has not been revoked or rescinded and is in full force
and effect as of this date.
IN WITNESS WHEREOF, I have set my hand and affixed the Seal of the Company, this 18th day of August 2025
Andrew H, Knudsen, Executive Vice President,
Chief Operating Officer and Secretary
ALL CORRESPONDENCE RELATED TO BOND VALIDATION ANDIOR A CLAIM SHOULD BE DIRECTED TO
VP SURETY, 701 U.S. ROUTE ONE, SUITE I, YARMOUTH, ME 04096
Copenhaver Construction, Inc.
Permanent Place of Business
Documentation
t.
Request for Taxpayer
Give Form to the
Form
Identification Number and Certification
requester. Do not
;Rev. November2017)
send to the IRS.
Department of the Treasury
Untemal Revenue Service
► Go to www.irs.gov/FormW9 for instructions and the latest information..
1 Name (as shown on your income tax return). Name is required on this line; do not leave this line blank.
Copenhaver Construction, Inc.
2 Business nanne/disaeglarded entity name, if different from above
M
3 Check appropriate box for federal tax classification of the person whose name is entered on line 1. Check only one of the
4 Exemptions (codes apply only to
certain entities, not individuals; see
o,
to
following seven boxes.
instructions on page 3):
a
o
❑ Individual/sole proprietor or ® C Corporation ❑ S Corporation ❑ Partnership ❑ Trust/estate
w
single -member LLC
Exempt payee code (if any)
m c
ao
❑ Limited liability company. Enter the tax classification (C=C corporation, S=S corporation, P=Partnership) ►
`p
Note: Check the appropriate box in the line above for the tax classification of the single -member owner. Do not check
'... Exemption from FATCA reporting
+• ti
LLC It the LLC is ofassified as a single -member U..0 that is disregarded from the owner unless the ownerof the LLC is
code (if any)
5
another LLC that is not disregarded from the owner for U.S. fesderai tax purposes, Otherwise, a single -member LLC that
a
is disregarded from the owner should check the appropriate box for the tax classification of its owner.
f7
El Other (see instructions) r"
(Applies to accounts mein raln,±d outside the US)
NRequester's
name
and address (optional)
17622 De cot Street
Union, IL 60180
7 List account number(s) here (optionai)
H Iris
l axpa er ldenMica on aiarn er
Enter your TIN in the appropriate box. The TIN provided must match the name given on line 1 to avoid Social security number
backup withholding. For individuals„ this is generally your social security number (SSN). However, for a
resident alien, sole proprietor„ or disregarded entity, see the Instructions for fart I„ later, For other
entities, it is your employer Identification number (EIN). If you do not have a number, see How to get a
TIN, later. or
Note: If the account is in more than one name, see the instructions for line 1. Also see What Name and Employer identification number
Number To Give the Requester for guidelines on whose number to enter.
M2O FOT7T6 F 8 3 8
Under penalties of perjury, I certify that:
1. The number shown on this form Is my correct taxpayer Identification number (or I am waiting for a number to be issued to me)„ and
2. l ant not subject to backup withholding because: (a) i am exempt from backup withholding, or (b) I have not been notified by the Internal Revenue
Service (IRS) that I am subject to backup withholding as a result of a failure to report all interest or dividends, or (c) the IRS has notified me that I am
no longer subject to backup withholding; and
3. 1 am a U.S. citizen or other U.S. person (defined below); and
4. The FATCA code(s) entered on this font (if any) indicating that I am exempt from FATCA reporting is correct.
Certification instructions. You must cross out Item 2 above if you have been notified by the IRS that you are currently subject to backup withholding because
you have failed to report all interest and dividends on your tax return. For real estate transactions„ Item 2 does not apply. For mortgage interest paid,
acquisition or abandonment of secured property, cancellation of debt, contributions to an individual retlrenlent arrangement (IRA)„ and generally, payments
other than Interest and dividends, you are not required to sign the certification„ but you must provide your correct TIN. See the Instructions for Part 11, later.
Sign 1U.S.
Signature 0,Here person ta Date ►
General Instructions
Section references are to the Internal Revenue Code unless otherwise
noted.
Future developments. For the latest information about developments
related to Form W-9 and its instructions„ such as legislation enacted
after they were published, go to www.irs.gov/FormW9.
Purpose of Form
An individual or entity (Form W-9 requester) who is required to file an
information return with the IRS must obtain your correct taxpayer
Identification number (TIN) which may, be your social security number
(SSN)„ Individual taxpayer identification number (ITIN), adoption
taxpayer iderrifioation number (ATIN)„ or employer Identification number
(EIN), to report on an information return the amount paid to you or other
amount reportable on an Information return. Examples of information
returns include, but are not limited to, the following.
• Form 1099-INT (interest earned or paid)
• Form 1099-DIV (dividends, including those from stocks or mutual
funds)
• Form 1099-MISC (various types of income, prizes, awards, or gross
proceeds)
• Form 1099-B (stock or mutual fund sales and certain other
transactions by brokers)
• Form 1099-S (proceeds from real estate transactions)
• Form 1099-K (merchant card and third party network transactions)
• Form 1098 (home mortgage interest), 1098-E (student loan interest),
1098-T (tuition)
• Form 1099-C (canceled debt)
• Form 1099-A (acquisition or abandonment of secured property)
Use Form W-9 only if you are a U.S. person (including a resident
alien), to provide your correct TIN.
If you do not return Form W-9 to the requester with a TIN, you might
be subject to backup withholding. See What is backup withholding,
later.
Cat. No. 10231X Form W-J (Rev. 11-2017)
_ " DATE (MMIDD/YYYY)
CC>R 'I CERTIFICATE OF LIABILITY INSURANCE
8/15/2025
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED" BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the p-olicy(les) must have ADDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on
this certificate does not confer rights to the certificate holder in lieu of such endorsement(s).
PRODUCER tSAAtC". CSU Constambon ... ..,
Hub International Midwest West PHONE FAX
1411 Opus Place (U � oXxtI 630 468 5600""" .. ..._.. .....f tNIP _ L6 C} 468 ris�t r
Suite 450 0 . ""CSi1C onstruclipn hubrnternatianal cOm
....
Downers Grove IL 60515 INSURER IStAFFORDING COVERAGE
e Fire Insuranc G rnpar °............. 21113
INSURERA llniti States,., . �.,. .. ....,....". ......,..
INSURED.. ....."_... ............ ._.. ......... COPE"sCO1114'N";, Insurance1 River 21105
Copenhever Construction Inc. INSURER C Hanover insurance COmpp ny ...... .." .... 22292
INSURER
17622 Depot Street
Union IL 60160 IN URER D ICW Groyp 27847
__. ...---. _.—_-- ... ..... ...... »..,...-.� CMCttlQlt*IAI Al11MRFR•
THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN
ISSUED TO THE INSURED
NAMED ABOVE FOR THE POLICY PERIOD
THIS IS TO CERTIFY
ANY REQUIREMENT, TERM OR CONDITION OF ANY
CONTRACT OR OTHER
DOCUMENT WITH RESPECT TO WHICH THIS
INDICATED. NOTWITHSTANDING
MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY
THE POLICIES DESCRIBED
HEREIN IS SUBJECT TO ALL THE TERMS,
CERTIFICATE
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED
BY PAID CLAIMS
_..
_..... ....,. ....._..... ....... ...... ....
INSR TYPE OF INSURANCE II,tYC7lrY$N.NtCtt - ..."_.... POLICY NUMBER
LTR
�." .
MMIDD YCYY1' P � OCIIFYYYY
LIMITS
LIMITS
A
X COMMERCIAL GENERAL LIABILITY
Y
Y
506-919386-7
7/8/2025
7/8/2026
EACH OCCURRENCE
$1 000 000_ ,
CLAIMS -MADE �.X.,. OCCUR
UAW(6 I'd IV NfCb`
rRL"PerBI E,�.IlFa.csrWg9nsra_.
1007000
....
6
PERSONAL ADV INJURY"..
10DF1 DOG
GEN'L AGGREGATE LIMIT APPLIES PER:
GENERAL AGGREGATE
$ 2 000 000
-...._.. .._...!`
`�..PRO-
LOC
["$ -COMP/OP AGG
.. .......$.
00
$ 2. C70CB, 0 ...._. ......,...._',.
_ POLICY I._:...:....6 JE ........k
...PHf,ADUt„
...,,rs- ...
AUTOMOBILE LIABILITY
Y
Y
506919386-7
7/8/2025
7/8/2026
C MBINI O SpN(LL I.NMIr
$1 000 000
X ANY AUTO
„BODILY INJURY Per person)
( P
$
.-.....-
OWNED SCHEDULED
BODILY INJURY (Per accident)'....
$
,, AUTOS
AUTO..,....,.... ONLY ....
&"tOPCRC'tl" DAMa :5 ,
..., .
$
H REDS NON -OWNED
X X
PPr_P tM7
���
"
AUTOS ONLY AUTOS ONLY
„Eq) .",.._._.........
B
X UMBRELLA LIAB X OCCUR
Y
Y
582131111-4
7/8/2025
7/8/2026
EACH OCCURRENCE � _ -„
S 10,000,000
EXCESS LIAB '... CLAIMS -MADE
AGGREGATE
$„10,000„000 ""
X RErEN"INON$
$
DED
WORKERS COMPENSATION
Y
VVIL508508800
7/8/2025
7/8/2026
I�ER OCIW
X".w.�
AND EMPLOYERS LIABILITY YIN
E L. EACH ACCIDENT
S1,000,000
ANYrROPM(IE1"ORJPARTNERPEXE:C'Ur'IVE � g I
OFF kCE R#,4L:M'BER F. xCLUCNED"M
NIA
(Mandatory W NH)
E L DISEASE EA EMPLOYEE_
$ N 0£YOwODD .�........�.
Ifya s„ daaor4ae tarad8;
F,.E,,.DISEwAaC.-POLICYLIhAN'i
$1„0t.I0,00GI
DE SCRIPTION OE OPERATIONS; boo
3/28/2025
3/28/2026
Limit:
$900,000
C Leased/Rented Equipment
RHC J998282 00
Limit:
$620,000
Installation Floater
DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required)
*Sample*
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
�J
W Ivoo-Au I MVVM ..y..w ........ .....+
ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD
File Number 6334-748-5
To all to whom these Presents Shall Come, Greeting:
I, Alexi Giannoulias, Secretary of State of the State of Illinois, do
hereby certify that I am the keeper of the records of the
Department of Business Services. I certify that
COPENHAVER CONSTRUCTION, INC., A DOMESTIC CORPORATION, INCORPORATED
UNDER THE LAWS OF THIS STATE ON FEBRUARY 19, 2004, APPEARS TO HAVE
COMPLIED WITH ALL THE PROVISIONS OF THE BUSINESS CORPORATION ACT OF THIS
STATE, AND AS OF THIS DATE, IS IN GOOD STANDING AS A DOMESTIC CORPORATION
IN THE STATE OF ILLINOIS.
1n Testimony r'o I hereto set
my hand and cause to be affixed the Great Seal of
the State of Illinois, this 13TH
day of JANUARY A.D. 2025
Authentication #: 2501301788 verifiable until 01/13/2026
Authenticate at: https://www.ilsos.gov
SECRETARY OF STATE
Copenhaver Construction, Inc.
Equipment List
Copenhaver Conatruotlon, Inc,
Schedule of Contractor's Equipment
3/13/2022
Asset Description
2022 ApKalsed
Vatrre
Compaction Equlpment
Wacker Neuson Vibratory Plate Compactor SN I OW060 Model DPU6646HEH
0,000.00
Wacker Neuson Vibratory Plate Compactor SN 10863499 Model DPU6645HEH
9,000.00
Wacker TR82SC Sheeploot Roller SN 20167666
16,000,00
R 6
2012 Case SV212-PD Compaction Roller SIN DDD001110
49,000,00
R 8
Wacker RD12A 1 TN Vibratory Asphafl Roller SIN: 20190327
10,000,00
R 6
2008 Ingersoll-Rand DD29 Tamdem Vibratory Roller - SIN: 19072 49" drum
9.000.00
R 4
2011 Wacker RD12A-90 Vibratory Roller SIN 20012893
1,000.00
C 2
Wacker Hand Held Compactor WP1660AW SIN: 30026954
1,OD0,00
R 3
Vlb,Sheepsfoot 32" Roller SIN: W41700 _
4,ODO.00
2006 JOB VM76D Vibratory Roller - S/N JC81800589 69" Front Drum, Drum Drive, rear tires
R 2
OROPS
20,000,00
01
19M Cal Compactor SIN: 117Z0D443 4 Wheel 38" Wide Padded Drums, leveling Blade, DROPS
66,0D0.00
Total Compacdon Equipment
$ 196,oD0,00
Hydraulic Excavator
Komatsu PC68MR-11 SN WOW Werk Brau 30" HD Bucket SN W30-107
$ 115,000,00
Komatsu P0238USLC-11 SN 7759; Esco ES1B161241.85 CU Bucket; HN20018 Hensley 48" 2,'
222,000.00
Komatsu 130238USLC-11 SN 6023; 18V Mono Boom
220,000.00
E 19
2020 Komatsu PC21 OLC-11 SN 081116 w/ .24" e5 CY HI Cap Bucket (3 teeth) & 489210 CY H
I eo,D00, 00
E 16
2013 JD 36DGLO Excavator SN1FF350GXTCE809O%5 N795
75,DDQDO
E 17
2011 John Deere 450D Hydraulic Excavator SN 1FF450DXPBD914203
85,D00.D0
E 18
2017 Komatsu PC88MR-10 SIN 8046
06,000.00
E 15
2004 JD 460C LC Excavator SN CX091397 36" Pads, 26" Bucket
55,0D0.00
E 14
2012 Kubota KX080 3 Midl Excavator SIN 25694
66,000.00
2014 Case CX460XL Excavator On DAC160K6NES6F1451 38,0D011 class 1Y arm, 40" pin on
E 6
bucket, aux hydroullo, a/c
85,000.00
E 4
2011 Cat 320DL Excavator SIN CAT320DLSPNO0957 We" arm, aux hyd, a/c 1 bucket
80,000,00
2014 JD 350GLO Excavator - SIN 1 FF350GXEEEW9940 77,000Ar class, 2.75 Cu Yd Med Arm,
E 2
Quick Coupler, 2 Buckets
110,000,00
2012 Case CX180C Excavator SIN: DAC16oKeNCSAF1107 38000# class,1.2 Cu Yd Med Arm,
E 3
Quick Coupler, Auxiliary Hydraulic
85,000.00
2015 Case CX100 Excavator SIN 0 DAC160K6NF86F1542 3800D# class,1.2 Cu Yd Med
Arm, Quick Coupler, Auxiliary Hydraulic
95,000,00
2013 Case CX146C aln, DAC145K6NDSAE1207 31,500# class, 1.0 Cu Yd Med Arm, Quick
E 5
Coupler
90,000.00
E 1
2007 JD 3501) Excavator SIN: FF350DX805922 72,600# 2.76 Cu Yd, Med Arm
65,000.00
E 9
2006 Komatsu P027MR-2 Mini Excavator S/NXMTPC120T06016111
12:000,00
E 10
20D6 Komatsu PC160LC-7EO Excavator- S/N: K45151
45,000.00
Ell
2D06 Case Excavator OX290 - SIN DAC291347 66,000 8 Class 2.15 Cu Yd Long Arm Aux Hyd
40,000.00
2006 Kobelco SK160LC Excavator - SIN YM03UI357 375000 class, 1.0 Cu Yd Long Arm,
E 12
Quick Coupler, Aux Hyd
30,000.00
E O
2006 Takeuchl TB176 Excavator SIN 17616104
18,000.00
Total Hydraulic Excavator
$ 1,827,000,00
Copenhaver Construction, Inc.
Schedule of Contractor's Equipment
3/13/2022
2022 APP AWW
Asset Description
Value
Loaders & Dozers
Komatsu WA270-8 Wheel Loader SN A29467 wl Fork ZZ1927196" X72" Tines; JAB JM 031
3.0 Coupler
$ 176,000,00
99 New Holland LW130 Loader wl 2 314 Yd 8 1/4' Bucket SN OD6328
30,000.00
02
MS992 GPS Rmmlver - Control Box - Mast KH
26,000.00
963D Track Loader- SIN LCS01076
90,000,00
D 3
GPS - MS992 Reoetver for new Dozer
30,0W.00
2013 Cat DOT LGP Crawler Tractor- SIN: CATDODSTJKSBD1351 6.0 Cu Yd 6-Way Dozer
Blade, DROPS, 36" SBG Track Shoes, EROPS, GPS Equipped
125,000.00
D 1
GPS - MS992 Receiver for new Dozer
30,000.00
2016 Case Crawler Dozer -1150M - SIN: NFDC11008 6.0 Cu Yd 6-Way Dozer Blade, DROPS,
L 4
36" SSG Track Shoes, EROPS. GPS Equipped
160,000,00
2003 JD 624H WHeel loader SIN DWS24HX588508 3.0 Cu Yd Bucket, Forks, Quick Attach,
L 1
EROPS, 20.6x25 Tires
36,000.00
2012 621 F Case SIN: NCF216069 3.0 Cu Yd Bucket, Forks, Quick Attach, EROPS, 20,5x25
L 2
Tires
76,000,00
2012 Case 621 F Wheel Loader - SIN NCF216217 3.0 Cu Yd Bucket, Forks, Qulck Attach,
L 5
EROPS, 20.SX25 Tlres
75,000.00
2011 Kubota Loader SIN C2012 68751 Utility Wheel Loader, 1.0 Cu Yd Remote Hydraulics
0 5
DROPS
18,000.00
L 3
2006 John Deere 680J 6-way Slade - SIN 66WX127467 2.3 Cu Yd 6-way Dozer Blade, OROPS
45,000.00
2011621E Case Wheel Loaderw/Forks- SM NBF210666 3.0 Cu Yd Bucket, Forks, Quick
D 4
Attach, EROPS, 20.5X25 Tires
75,000,00
2008 Cat 963E Crawler Loader - SIN: BBLO2249 2,6 Cu Yd Bucket, EROPS, 22" DBG Track
Shoes
30,000,00
Total Loaders A Dozers
¢ 1100,000,00
Other Equipment
Sweeper Attachment BC72" SN 783750532
5,000,00
Gas Pressure Washer Model OWC7004 S/N:11072409
7,ODD.00
Vibratory Plate WAC WP15650A SN 14273776
2,000,00
Pao Van 16' Container SN 4716535
4,000,00
Pao Van I& Container SN 4716640
4,000.00
Covalen Pump, Panels
5,DDO.00
Honda Generator FM36MX
500100
Chloago Pneumatic CPS 185 KD7T4 Air Compressor SN HOPOWS66
10,000,00
2017 Bobcat 72" Sweeper Attachment SN 783741673
4,000.00
2016 LII Beaver Wood Splitter
12,0W,00
2011 Yale GLCD80 4650 Lb ForkllR SN E818V03996J
7;g00,00
72" Bucket for 470G SN 201340
6,000,00
Forks for Skidsteer
600,00
Trimble 6603 DR 200+ SE-18211 SN 63325126
3,000,00
76" TAG GP Bucket wl2 new Plns for Model P04601PC400 SN $517501
6,000.00
2018 FrontierSS2WTB Broadcast Spreader SN IXFSS20BPJ0353404
1,000.DO
Lights - Diesel SIN 6F131D1414F1004672 Model WAN-WLT-,4148K
4,000.00
Paving Breaker - Electric Model 90 13H2760VCB S7N 801000370
1,000,D0
Copenhaver Construallon, Inc,
Schedule of Contractors Equipment
3/13/2022
2022 Appraised
Asset Descripflon
Valui
Hydraulic Hammer CP RXG SIN SES097163
6,000.00
Plug, Sleeve w/3(Y Inflation Hose & Guage SIN 314-4WO04 SIN 323-30-063
2,000,00
2019 CForce400 ATV SN LCELDSZ22K6000373
4,000,00
3" Centrifugal Pump Honda Tsuruml NPFI-3
600.00
3" Centrifugal Pump Honda Tsururn) I ~34" 142GPM
WOO
Pontoon Boat
1,000,00
JD 460 68" Bucket
4,000.00
Cat 320B 54" Bucket - HES Equipment
3,000.00
PC160 48" Bucket - HIES Equipment
2,000.00
Saw Model FS7000 DUE SM 001368672001 w/ 7 blades
26,000.00
H 1
2016 Ranger XP 900 EPS - SIN; 3NSRTE870GG816431
13,000.00
2006 Ground Heater EB3600 Trailer - S/N; 1GOUP16235S201276
18,000.00
T 15
2015 FRD (KF19) Hydraulio Breaker$4982
20,000.00
T 14
26WA Multiquip Generator w/180 Gal Trailer SIN: 7108528
5,000.00
C 1
25KVA Mulflqulp Generator w/180 Gal Trailer
6,000,00
Sullalr Green 186 CFM Air Compressor SIN: 201206270061
6,000,00
3OWW Portable Radial Staching Conveyor SIN;13316
8,000.00
L 1
1097 Rosoo RB48 Rkte on Broom SM: 1`8049A69
6,000.00
4 Light Towable Light Tower - S/N; GKF22210 •
2,000,00
IS91 Powerecareen MK111 SIN: 3204618
30,000,0G
Symons Forms
20,000.00
Total other Equipment
$ 264,000.00
Skid Steer Loader
813
2021 Cat 2991133 Track Loader SN; DY903813
$ 80,000.00
S 16
2021 Cat 299D3 Trade Loader SN: DY903822
Sp,000.00
r941 e ` •
�ouy
2016 Cat 299D Track Loader SN CGTC01654
40,000.00
� P�y�y., �, J
2017 to t t 760 Track Loader SN AT6V 2208
35,000.00
a
825
2015 Bobcat 8750 2 spd Skid Steer SN ATDZ16112
25,000.00
S24
2014 Bobcat S760 2 Spd Skid Steer WIN ATDZ14396
25,000.00
S 2
20U Case TR320 2 speed Loader SIN NEM482716
25,000.00
83
2013 Bobcat 8560 2 SpeedSkkisteer Loader - S/N: A3NV20567
20,000,00
S 1
2012 Cat 299D Terrain Loader SM: CA60299PENCLOO467
20.000.00
S 22
2009 Bobcat S300 Skid Steer S/N: A5GP35021
20,000.00
S 4
2011 Bobcat S660 Skkisteer Loader S/N: AW6396
16,000,00
S 6
2011 Case SR260 High Flow Skid Steer - S/N JAFSR26OPBM434141
26,000,00
S 6
2010 Bobcat T300 MuIU Terrain Loader - SIN: A5GU35694
15,000,00
S 7
2010 Cat 262C Skid Steer S/N;CAT02620EMST02719
15,000.00
so
2011 Cat 289C Multi Terrain loader SIN:JMP01974
20,OX00
so
2008 JO 328 Skidetser Loader S/N: T00326M182967
12,000,00
Sill
2009 Cat 299 C - SIN JSP00746
15,000,00
516
2000 1300 Bobcat SIN; 532014104
18,000.00
623
2004 Bobcat T300 Crawler $626411627
15,000.00
S20
2001 Gehl SL76M Skidsteer SN 701068
6,000.00
Total Skid Steer Loader
$ 525,000.00
k
Copenhaver Constructlon, Inc,
Schedule of Contraotor's Equipment
3/13/2022
2022 Appraised
Asset Description
Value.
Measuring Equipment
GL-270D Sewer Laser SIN; GW 1391
$
11000,00
Sewer Laser ZOP01300
1,000,00
Total Measuring Equipment
=
2,000,00
Crane
Demolition Overhang Box
$
12,000.00
ICE Model 28 Vibratory Driver SN V13167 wI360 Power Unit P06425 & 140C Clamp C09608
140,000,00
ICE Model VD-40 Vlbrstlon Dampener
26,0DO.00
2014 15010 Mantle Crane SN 160-165
$30,000.00
Timber Mat 60 -12" X 48" X 20" for Crane
20,000,00
-
Total Crane
$
527,000.00
Flnlsher
Qomaco C450-X Finisher
$
140,000.00
Gomaw Spannit 2000 Bridge
12,000.00
Rails for Gomaco Finisher
10,000.00
Total Finisher
;
162,000.00
Safety
Emergent Safety Equipment
$
7,000.00
Minotaur Giant I Beamer
1,000.00
Angel Wing Seekete (2) 24' X 57" X 65'
6,000.DO
Total Safety
S
13,000.00
Attachments
Werk Brau 36" Pavement Removal Bucket W812PRB36 SIN 0023228.1-1
$
5,0W,D0
2018 Woods SU104BT Roller SN 1226796
3,000.00
Trencher Attachment
6,000.00
JBR 60" Wheel Loader Forks
3,000.00
SEC 2 OVER TINE GRAPPLE FOR CAT 345
4,000.DD
24" GP HI CAP Bucket - SIN: 13090-01
2,000.DO
Eeco Bucket Model "SIPC170 - SN 017-48-42
2,000.00
24" HD HI CAP BUCKET- SIN: 116340-01
2,000.00
24" Bucket for John Deere 200 - SIN: 40567-1
1,000.00
Gellh 24" HD Bucket for JD 200 Exc - SIN: 458887A
1,000.DO
Ott" Cat 320 Bucket - SIN: NBC07669
2,000.00
640 Bucket for 36ODLC SIN; 61858-1
2,000.00
John Deere Quick Coupler
2,000.00
18 x 50 Hyd Thumb
1,000.00
Brooker TNB4MB SIN 04M-11610
2,DD0,00
38" P036 Heavy Duty Bucket- SIN:C36-36-73
600.00
36" Bucket for Cat MC Excavator - SIN: OZIK11368
2,000,00
HT2458 Hydraulic Thumb Cylinder
1,000,00
Kent KF6 Skkleteer Hammer SIN 13130
3,000.00
,
Copenhaver Construction, Inc.
Schedule of Contractor's Equipment
3/13/2022
2022 APprallssd
Asset Description Value
BUCKET -HEAVY DUTY
1,000.00
2 each 84" buckets M1201AA1201 and pale[ forms 832WB3266
2,6W.00
Hydraulic Hammer OP RX6 SIN BES041523
2,000.00
Planer 24' High Flow BC 24" HF SIN 231712853
2,000.00
Sweep Brush MN: 20572M0022 SIN: 14IM040
2,000.00
2016 AJLR 4e" Hydraulic Skidsteer Trencher
1,000.00
4 each - WSW Steer Fork Frames
1,000.00
Harley MX7H Power Box Rake SIN; MXT7A126
1,000.00
2-Palelt Forks - SM's 63973 5430331 Buckets - SM's None
2,000,00
Kent KF6 Hyd Breaker - SIN: 8440
2,000.00
Bobcat Sweeper
500.00
2012FFC New Holland 42" Tree Spade SM:1215204
1,000.00
Bucket FOR 297
$00.00
G72 Skid Steer Brush Grapple,
1,000.00
2006 Bradcc 625 Trencher (per C
2,000.00
Harley 72" Power Rake SN MX78AD081
6,000,00
24" Auger
2,000.00
Total Attachments
$ 71,600.00
Copenhaver CoriMmeilon, [no,
Schedule of Contractor's Equipment
3/13/2022
2,022 Appraised
Asset Description
Vahr'e
Support Equip
Twin Post Hydraulic UR FOR-DP�I&SNOD0
4,000.00
*8081 Wrap Robot Tying Tool *12818503E
600.00
*BX*9 1 Wrap Rebar lying Tod #12C10604E
500,0D
146 each 28" Cones
600.00
150 each 2W Cones
6W.00
20 A shipping Container $ N: BNGU208054S
1,000.00
20 Ft, One Way Container - S/N DSM2034862
1,0D0,00
20 Fi, One Way Container - SM: DSZU2036107
1,000,00
20 Ft. One Way Container - S/N: DSZU2036030
1,000,00
20 Ft, One way Container - SM: DSZU2034883
1,000,00
2007 Sod Cutter
1,000.00
2008 Indsoo HP 3000 Concrete Breaker SM: 1656
6,000.00
13x5' Rock Box
2,000.00
5ft Bin x 13R Rock Box - $2,68B.13
2,000.00
Hercules Dig BY x 27' Leadsftmmer SN 11 D6611
10,000.00
Correct D19/w leads #1106611
10,000,00
Alum trench shield, Telescoping Adj Struts, ATS Pins & Keeper
2,000.00
ArrowBoard BIN: 5F116101681226439
3,000,00
ArrowBoard SIN:6Fi 181016B1000285
3,000.00
AT-MP830A Breaker 1" X 4-114" SIN:124212
2,000.00
AT-MPB30A Breaker 1"X 4-114" SIN: 124214
2,000,00
100 - Orange Bartels
1,000.00
100 - Type 1 w1 Flasher
1,D00,00
100 -Type 1 wl fisher
1,000.00
12 - Type 111 Barricades
1,000.00
Barricades
11000,00
Barricades
1,00D.00
Barricades
1,000,00
Barricades
1,000,00
Sarrlcades
1,000.00
Type 1 W/Flashe►s- Barricades
1,000,D0
Sign/Barricades
1,DD0, Do
100 Traffio Barrels w/ lights & Tire Rings
6,000.00
200 Traffic Bartels w/ lights & Tire Rings
12,000.00
36 signs -10 RCA; W Men Working, 1D Detour, 5 Flagger
5,000.00
35 signs - 10 RCA; 10 Men Working, 10 RT Lane Closed, 6 Flagger
5,000,00
Concrete Equipment - From Stettner
1,000,00
Concrete Forms
1,000,00
Concrete Forms
1,000.00
12'-6" Concrete Barriers w/Connecting Pin
1,000,00
Coupler, Fork, Cartage, Blanks
6,000.00
Gopenhavar Construction, Inc.
Schedule of Contractor's Equipment
3/13/2022
2022 Appraised
Asset Description Value
Double Wall, Spreader Pipe & pins 2,000.00
Forming Equipment - Dayton Superlor 1,OD0.00
Gas Pressure Washer Model MITM CWC7004 SIN:971013208 1,000.00
GME 81-7 Book Box SIN 0804IS66 2,DOO.00
Gtundomal 76P Boring Tool SIN P76625618220
Hammer Drill
Kubota RTV9o0 04 Utility Vehicle - SM; KRTV9wA51036368
Landprlde Cutter Model RC2512 - SM 696228
Mustang Plate Compactor
Piste Compactor - Mulpqulp
Plate Compactor - SIN: N062012007
Plate Compactor - SIN, 30008441
Plate Compactor 15.5" x 25" SIN; 6702859
Plate Compactor SIN: 282012516
Purchase 24" x 310" Panel
Q.T. Signs -- Signs
Sandblaster SCH 3,5C SIN; iBL4487
Scaffold Brkt/Stralghl Plate
Stone Saver 4a"x64"x16o', 5,000lbs - SM: 20208
Steel Plate 86x20'x1" - SIN: 8X20X1 SP
Steel Plates
81x10'xl" Steel Plates, Trench Box eta. -
Bx10x1" Street Plates _
8'x2V Steel Road Plate - $14,430,09
ex8xi" Street Plates
8'x8'x1" Street Plates - 88-003I88-0D4
2 EACH - B'X20'X1" Street Plates - 820-009/620-008
Street Plate 8'X20'21" SIN: 8X2OX1SP-005
u
Street Plate 87C20'XI"-SM: OX20XISP-006
Street Plate 02UX1" - SIN: 8X20X1 SP-251
Street Plate 8%20'X1" SIN; 8X2DX1SP-021
Street plates
Street Plates 4'XS%l - SIN:4XBX15P-029 / 4'XI&Xi" - SM: 4XiUl SP-001
Street Plates 8'XS9(1" SIN: 8XBX1•SP-007 160%W SIN: 4.8OX8-D42
Streetpletes, manhole shield, Spreader, pin, 8 keeper
Trailblazer $25 Welder and Accessories
Trallblazet Welder - SIN MDD40420R
Honda WT30XKA SM WABJ-1107218
Sub Pump - SIN; B-10832933
Trash Pump (Tsuruml EPT3-100HA) SIN: 031992
4" Self -Priming Trash Pump (Sykes) wITraller SIN AP12091 and accessories
10 Ft X 8 Ft Trench Box
10 Ft X 8 Ft Trench Box
2,000,00
1,000.00
2,000.00
1,000.00
1,D00.D0
1,000.00
1,000.D0
1,ODO.00
1,000.00
1,OD0.00
1,000.00
1,000.00
i,000.00
1,000,00
2,000.D0
i,000.00
1,DD0.00
1,000.00
1,000.00
2,000,00
1,DDO,00
1,000.00
2,000.00
1,000.00
1,000.00
1,000.00
1,000.00
1,000.00
1,000.00
1,000.00
1,D00.00
2,000.00
2,000.00
1,000.00
1,000.00
i ,000A0
10,000.00
2,000,00
2,000.00
Copenhaver Construction, Inc,
Schedule of Contractoes Equipment
3/13/2022
0
2022 Appr#Ised
Asset Description
Value
Trenc x and Awessonas
5,000.00 r
Trench Boxes Double Well - SM: 3D129
6,000,00
Trench Box Double Wall, Spreader Pipe, Spreader Pln b Keeper
6,000.00
Trench Box wlih Accessories
6,000,00
Trench Box, Stack pins, Spreader Pins S Keeper
3,000.00
Trench Boxes
3,000.00 q
Trench Shields and Mast/ (see invoice)
3,000,00
p Truax Flexll-86 Drill Seeder
6,000,00
Y Used 12.8' Bernier W/Plna
1,000.00
Walk Behind Concrete Saw,
1,000.00
W 2 2016 Muliquip, Arc Welder 40D Amp Dual Operator
2,000.00
w 1 2007 Miller DU -OP 600 AMP Portable Welder SM: I.HM 3106
2,000.00
211,OQD.00
Total Construction Equipment
I
4,806,600,00
0
t
u
Copenhaver Construction, Inc.
Schedule of contractor's Equipment
3/13/2022
2022 Appraised
Asset Description
Value
Dump Trucks & Flatbeds
2017 Kenworth TS80 SN lNKZLPDX7HJ162300
$
120,000,00
2019 Ford P460 SD SN 1FDUF4HT1 KFG67795
45,000.00
2013 Cat CTOW Day Cab Thick Tractor SN 1HSJKT'KT8DJ239603
20,000.00
35
2008 Ford F550 SIN: 1 FDAFMMSED36070 2.0 Cu Yd Dump Body
10,000,00
32
2004 Chevy Slhrerado White - VIM: 109JC34004E22420i 2.0 Cu Yd Dump Body
4,000.00
30
2000 Sterling Dump L9511 - SIN 2FZNNWEBXYA84OB09 TIA Truck wN Yd Dump Body
26 000,00
28
1999 Kenworth T300 VINANKMLD9X08816217 Flatbed Truck
12,000.00
27
2004 Ford Super F460 DRW - White - VIN: 1 FDXX46P44ED65096 2.0 Cu Yd Dump Body
6,000.00
26
2005 Volvo Dump - VIN: 4V5KC9GHX5N377347 TIA Truck w1l3 Yd Dump Body
30,000.00
Total Dump Trucks i4 Fite*ds
$
272,000.00
Trallera
2019 PJ Rondo 83X1614000# 2 Axel Trailer SN 3CVCCi823K2593818
S
4,000,00
2019 Eager Beaver 25 TN Troller SN 112HAX365KL083655
23,000.00
2017 Eager Beaver Trailer 26XPT SIN 112HAX365HLOB1638
22,000,00
T 13
2007 Ravens Metal Flatbed Trailer SN 1R1F445237K870488
6,000.00
r
T 12
2014 PJ Rondo 96'x2O' 1400004P5FB2022EI214902
3,000,00
T16
2013 Atlae Traller SIN: 51HICKW423DE028670
2,000,00
T 2
1997 Belshe 96x23 26600 #GVW Troller- SIN 16JF01823V1030039
3,000.00
T 3
2011 PJ 83x14' 7000#Troller-VIN; 4KU81422B2i6485O
1,000,00
T 4
20DO P,J, Trailer- SIN: 4P6F8422811 i3714
1,000.00
T 6
Gooseneck, Tandem Axel
18,000,DO
T 1 i
2006 Homemade Hydro -Seeder Trailer Mn: TD285842
2,000.00
2008 Eager Beaver Trailer - SIN: 112HOV3208LO73937 Tandem Axel, Dual Wheel, Air Brakes,
T 6
Beaver Tall & Ramps, 20 TN
9,000.00
T 7
2005 Cargo Mate Trailer • SIN: 5NHUCM4295HO50270 (Green Enclosed Trailer)
2,0DC.00
T 10
2004 P.J, Trailer 04PSDE202641062399
1,000.00
96,000.00
Vehicle
k
2022 Ford Bronco SN iFMDE5DH5MLA90469
55,000.00
43
2021 Chevy Slhrerado 2600 HD 02 Double Cab SN 1GB2WLE74MF232236
60,000.00
2021 Chevy Sllverado 2500 HD 02 Crew Cab SN 1GB4WLE79MF192937
50,000,00
2019 Ford F250 Super Duty SN iFT7W2BT6KEF99119
60,000.00
41
2019 Ford 5350 XL Crew Cab 4 X 4 SN IFTBW386XKEC71478
30,000.00
2016 Ford F-450 SN 1FDUF4GT4FED71953
18,000.00
a
2012 Ford Taurus $N 1FAHP2EW4CG121977
5,000,00
t is
2012 Ford F350 XL SNiFD8W3GT6CF_A80872
18,000,00
39
2012 Ford F360 SD SN I FT7W3ATOCEA1 7976
17,000.00
W
W 42
2012 Ford F150 04 Crew Cab s/n 1 FTFWI ETDCFA75778
9,000.00
33
2012 Ford F450 XL Super Duty Flatbed aln 1 FDUF40YXCEC50765
12,000.00
t I
Copenhaver Construction, Inc.
5chadule of Contractor's Equipment
3/13/2022
ti
2022 Appalled
Asset Description
Val" '
37
2016 Ford F260 SIN 1FMB656E1364971
20,000.00
0
2012 GMC Denall Black SN 1GKS2MEF2CR113184
20,000.00
16
2008 Fond F55D Whhe 993046.87- SIN 1FAAF67R68EC69199
$ 10,000.00
N 40
2008 Ford F550 Red 6AL V8 Diesel SM IFDAF66R68ED76021
10,000.00
Y
2010 Chevrolet Express C3500 Van
5,D00.00
3
2014 Ford F250 XL SupetDuty Ctew Cab 04 Pickup SIN 1FT7W2867EEAD7807
10,000.00
7
2011 Ford F260 XL SuperDuty Extended Cab 4X4 Pickup SIN 1 MX2B60SEC69029
7,000,00
4
2017 Ford F460 - SM iFDTF4GT1 HEB16199
32,000.00
8
2012 Ford F350 Pickup SIN 1 FTBX31161CFC96361
12,000,00
2
2014 Ford 1:250 White - SM: 1 MX2B66EEA14911
12,DDO.00
6
2013 Ford F260 White - SIN; I FT7X2WADEA51 4 19
11,000.00
11
2011 Ford F260 Silver - SM: 1 F MB6XBEA64284
10,000,00
10
2011 Ford F2604x4 Crew SIN: 1FTTW2863SEC96143
8,000.00
17
2006 Ford F460 4x4LMIKy Truck SIN: ISFXF471346EA70966
7,000.00
6
2015 Ford F350 - white - VIN: 1 FT8X3861 FED25737 Pick up Crew Cab, 4x4 SD
22,OD0,00
16
2012 White Chevy 15o0 Crew - SIN 3GCPKREA6CG223076 Pick up
12,000.00
13
2008 F250 XL Red 04 Pick Up Vln: 1FTSW21528EB24914 Pick up 4x4
6,000.00
14
2008 Chevy 26M Pick up S/N; 1GSHK23KOBFZ23528 Pick up 4x2
3,OW,00
1
2014 Ford F260 Super Black - SIN: 1 FT7W2B83EEB32660 Pick up Crew Cab, 4x4 SD
16,ODD.DO
19
2014 Ford F250 Super White - S/N;1 FTM2868EEB20049 Pick up Crew Cab, 44 SD
16,OD0.00
21
2001 Ford F-250 White - SIN: 3FTNF21 LBiM86939 Pick Up Truck
2,OD0.00
12
2011 Chevy Silverado Red -VIN; 1GCNKPEX7BZ436289 Pick Up Truck
4,000.00
$ 678,000.00
Total Vehicles, Trailers, Trucks & Flatbeds
$ 946,000,00
2022 Total S 5,761,500.00
Copenhaver Construction, Inc
Summary of Category Totals
Total Compaction Equipment $ 195,000.00
Total Hydraulic Excavator
$ 1,827,000.00
Total Loaders & Dozers
$ 1,008,000,00
Total Other Equipment
$
264,000.00
Total Skid Steer Loader
$
525,000.00
Total Measuring Equipment
$
2,000.00
Total Crane
$
527,000.00
Total Finisher Equipment
$
162,000.00
Total Safety
$
13,000.00
Total Attachments
$
71,500.00
Total Support Equipment
$
211,000.00
Total Construction Equipment
$ 4,05,500.00
Total Dump Trucks & Flatbeds
$
272,000.00
Total Trailers
$
96,000.00
Total Vehicles
$
578,000.00
Total Vehicles, Trucks, Trailers
$
946,000.00
2020 Appraisal Total $ 5,751,500.00
Copenhaver Construction, Inc.
Similar Projects
Project References
Pond and Dredging/Shoreline Stabilization
17622 Depot Street, Union, IL 60180 Phone (847) 428.6696 Fax (847) 428.6798 j.ply,i,1:11.j,1�'t9Dy1ijIfd.4 tl.1P
Project References
Pond and River Dredging/Shoreline Stabilization
Fox Lake/Lakefront Park Expansion and Reconstruction
Cost: $9,481,025.00
Project: Project consists of the reconstruction and expansion of Lakefront Park, a lakefront property on Nippersink Lake
in the Village of Fox Lake. Site preparation includes the removal of Nippersink Road within the project limits. Park
improvements include removals and grading, roadways and parking lots, sanitary and storm sewer utilities„ electrical, site
lighting, outdoor shower and drinking fountains, walking paths, site furnishings, playgrounds, installation of site
structures, construction of restroom with Romtec building, splash pad, construct Poligon band shelter, Poligon shade
structure, swimming beach, and landscape work. Earthwork, demolition for site preparation, survey g: layout, clearing &
grubbing, tree removal, concrete vehicular and pedestrian pavements, curb and gutter, ADA ramps and warnings,
permeable unit pavers, integral color concrete paving, poured in place surfacing, natural stone: flagstone paving, wood
deck paving, steps and terraces, sand paving, pickleball court, volleyball court, CIP concrete seat walls, site walls, planter
walls, stone steps and outcropping boulders, HMA parking lots and interior driveways, striping„ signage, ornamental fence
and gates, wood split rail fence, handrails, pedestrian kiosks, ornamental trees, shrubs, perennials, native planting
seeding, bike racks, receptacles, top lit flagpole, benches
Contact: Harlan M. Dolan, P.E. IMEG 847-833-1214 K1 (b'1tal ijOJlI1I5)2t"gam o0t
Completion: August 2024
Mt. Prospect/Kensington Business Park Basin #2 Dredging Project -
Cost: $518,406
Project: 1,633 SY Shoreline stabilization, excavation, erosion control, seeding, concrete flared end sections, stone riprap,
water management special, temporary fence, topsoil excavation and placement.
Contact: Martin Lattner, P.E. .lg¢� t:9 6i2nt1 l� ,i i g (847)870-5640
Start: June 2024
Completion: September 2024
Fox Lake/Boating Access Improvements
Cost: $387,850.90
Project: 8,000 CY Shoreline stabilization and harbor dredging, stone riprap, slope toe protection, shoreline stabilization
and shaping.
Contact: Gewalt Hamilton, Dan Strahan, Engineer; di13�,t'1a a1.0gjos"1&o01(847)226 9335
Start: November 2021
Completion: April 2022
Fox Lake/Fox Waterway Agency_,- 2019 Site Improvements
Cost: $513,175.00
Project: Metal Seawall„ Interlocking Type Z steel sheet piling, excavation, bank stabilization, CIP Concrete Wharf, CIP boat
ramp removal and replacement, precast concrete boat ramp planks, concrete pad removal and replacement, site lighting
and electrical improvements, erosion control, riprap, site restoration.
Contact: Rob Bowman - Fox Waterway Agency, (847) 587-8540 x 1101;0
Contact: Alex Dye - Trotter and Associates, P.E. (715) 577-1777 4 —dy0
Completion: June 2020
Lake County Division of Transportation, Washington Street Shoreline Stabilization, Carpentersville
Cost: $191,697.00
Project: Shoreline stabilization (800 LF) Gabion wall installation, drainage, cofferdams, vegetated concrete erosion
control mat installation, earth excavation, porous granular backfill, stone riprap installation.
Contact: Robert Gibbons, 224-246-3909
Completion: May 2019
Village of Addison/Westwood Creek Dam and Pump Station-Forebay & Spillway Restoration
Cost: $418,000.00
Project: Westwood Creek dredging of approx. 3,000 CY of sediment and disposal of the dredged spoils in an upland
offsite disposal area, remove invasive tree species, wetland restoration, geo-grid, clean fill, site restoration, testing,
surveying.
Contact: Rick Federighi, Village of Addison -Public Works, (630)620 2020 r11*i9i 1BJ:pi�4o.�si�t .i.(d1:B f
Contact: Christopher B. Burke Engineering, William Schultz, (847) 417-7502
Completion: April 2020
Village of Hoffman Estates/Stonegate Pond Restoration
Cost: $358,100.00
Project: Stonegate Pond dredging of approx. 7,200 cubic yards, remove invasive tree species, wetland restoration, and
new storm sewer utilities.
Contact: W-T Civil Engineering, Chris Slykas, P.E., CFM (224)293-6333Ili'.ls syJJ.iI,ss1G"111 t1Brf�iitll
Completion: 2019
Village of Buffalo Grove, Buffalo Creek Restoration
Cost: $279,179.00
Project: Streambank stabilization of (1,500 LF), slope regrading, install three) -hook rife structures and one cross vane,
installation of stone toe protection and vegetated geogrid, and a twenty (20) foot wide native vegetation buffer along with
erosion control matting adjacent to the stream that will total 1.5 acres. Received APWA Lake Branch Project of the Year
Award for Environment January 2020.
Contact: Darren Monico, P.E. Village Engineer (847) 459-2523
Completion: November 2018
CDB #102-311-094/Illinois Beach State Park, Zion Shoreline Stabilization Project
Cost: $1,370,419.06
Project: Dredging of Lake Michigan, approx. 33,000 cubic yards and furnish and install Armor Stone rock barrier wall,
CDB Contract #14-0569-81
Contact: Justin Jessogne, P.E. Wssng,41t NMtaltNlj .i',wt'i:i o
Contact: Jim Underwood, CDB Executive Director, (217) 782-2864
Completion: 2014
City of Naperville/River Walk Renovation Phase 1
Cost: $1,543,570.00
Project: Dredging DuPage River, GEO TECH Installed, Seawall Installation, retaining walls, irrigation, cofferdams,
dewatering, riprap, concrete, brick pavers, Landscaping, fencing, and stone masonry.
Contact: Bill Novak, P.E., (630) 918-5223 1kh Clli' ervilio.il-us
Completion: 2014
Village of Mt. Prospect/Kensington Business Park Retention Basin #513 Dredging
Cost: $186,763.00
Project: Retention Basin Dredging, Business Park Basin #5B.
Contact: Donna Brown, P.E. Public Works, (847) 870-56401IJn1, al w:,1I �i'1g1,11111,1 '�ti'�l,iMl P1*1
Completion: 2014
IDOT 40 Contract 60108/Four Locations Kane/Cook Counties
Cost: $1,264,110.00
Project Des Plaines River dredging and excavation, cofferdam installation, rip rap installation in water,
gabions/stabilization, and dewatering, by-pass pumping.
Contact: Iggy Bangash (847) 846-4328,
Completion: April 2012
Village of Mt. Prospect/Kensington Business Park Retention Basin #7 Dredging
Cost: $161,432.70
Project: Retention Basin Dredging, Business Park Basin #7.
Contact: Donna Brown, P.E. Public Works, (847) 870-5640.oj?I.o,4,1°1,1',0+,�1p.i.3J1PtrrE
Completion: 2012
2 1 P a g e
Village of Mt. Prospect/Kensington Business Park Retention Basin #4 Dredging
Cost: $154,000.00
Project: Retention Basin Dredging, Business Park Basin #4.
Contact: Donna Brown, P.E. Public Works.,,i'pwa'ii4i3ilpPl1?.t..ig
Completion: 2011
Fox Waterway Agency/Ackerman Island
Cost: $ 467,000.00
Project: Fox Lake Dredging and shoreline stabilization, weir structures, restoration, earth excavation, concrete, and
landscaping. (2008 APWA Lake Branch Project of The Year Award)
Contact: Christine Pierson (847) 220-0810
Completion: 2008
3 1 P a g e
Copenhaver Construction, Inc.
Projects Currently Under Contract
IDOT Affidavit of Availability
Copenhaver Construction, Inc.
17622 Depot St UNION, IL 60180
Contractor No 1216
WHO HAS FILED WITH THE DEPARTMENT AN APPLICATION FOR PREQUALIFICATION STATEMENT OF EXPERIENCE, EQUIPMENT AND
FINANCIAL CONDITION IS HEREBY QUALIFIED TO BID AT ANY OF DEPARTMENT OF TRANSPORTATION LETTINGS IN THE CLASSES OF
WORK AND WITHIN THE AMOUNT AND OTHER LIMITATIONS OF EACH CLASSIFICATION, AS LISTED BELOW, FOR SUCH PERIOD AS
THE UNCOMPLETED WORK FROM ALL SOURCES DOES NOT EXCEED $41,607,000 00
001
EARTHWORK
$5,850,000
012
DRAINAGE
$10,925,000
017
CONCRETE CONSTRUCTION
$6,450,000
034
DEMOLITION
$1,375,000
09A
HIGHWAY STRUCTURES
$6,600,000
THIS CERTIFICATE OF ELIGIBILITY IS VALID FROM 5/29/2025 TO 4/30/2026 INCLUSIVE, AND SUPERSEDES ANY
CERTIFICATE PREVIOUSLY ISSUED, BUT IS SUBJECT TO REVISION OR REVOCATION, IF AND WHEN CHANGES IN
THE FINANCIAL CONDITION OF THE CONTRACTING FIRM OR OTHER FACTS JUSTIFY SUCH REVISIONS OR REVOCATION.
ISSUED AT SPRINGFIELD, ILLINOIS ON 5/29/2025.
Engineer of Construction
C 494-0646
Affidavit of Availability
Illinois Department
For the Letting of 8/1/2025
of [�"anspo on
(Letting date)
Bureau of Construction
Instructions; Complete this form by althertyping or using bisck Ink.
2300 South Dirksen Parkway/Room 322
'Authorization to Bld" wlll not be Issued unless both sides of Into form are
Springfield, Illinois 62764
completed In detall. Use additlonal 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 Bs required to Include all pending tow bids not
yet awarded or rejected. Ina yolnt venture, tWt only that portion of the work which is the responWbO ty of your company. The uncompleted dollar
Is to be based upon the most recent englneer"s or owners estimate, and must include work subcontracted to other's. If no M* Is
value
contracted, show NONE.
1 2
3 4 5
Contract Number NOW Arena Retaining Pedestrian Bridge
Wall
Washington St Linden Avenue
Reconstruction Improvements
Contract With Hoffman Estates Glenview Park
Dtstrlct
Franklin Park Highland Park
Estimated Completion Date 3/2212025 6/30/2025
SOWD 10/31/2025
Accumulated
Total Contract Price
140,495.00
527,200.00
1,790,478.85
2,893,459.96
Totals
Uncompleted Dollar Value If Finn Is the Prime
r....�..,..�...
140.495.00
478,200.00
1,790,478.86
2,693,459.96.
0.00
5,302,633.81
Value of All Work
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 Accumulated
Subcontracted to others will be listed on the reverse of this forth. In a Joint venture, list only that portion of the work to be done by your
company. If no work Is contracted, show NONE. Totals
Earthwork
16,213.00
103,000.00
177,400.00
279,633.00
576,246.00
Portland Cement Concrete Paving
0.00
Demolition
0.00
HMA Paving
240,800.00
22,006.05
262,806.06
Structures Repair
9,000.00
9,000.00
Aggregate Bases & Surfaces
84,268.00
84,268.00
Hlghway,R.R. and Waterway Structures
309,700.00
309,700.00
Drainage
60,912.00
17,000.00
984,498.00
1,764,151.00
2,826,561.00
Electrical
0.00
Cover and Seal Coats
14.70
3,969.95
3,984.65
Concrete Construction
14,980.001
28,00.00
1112,970.00
226,274.00
452,224.00
Landscaping
6,500.00
60,471.15
66,971.15
Fe11 ncing
42,390.00
3,000.00
500.00
19,892.00
65,782.00
Guardrail
7,410.00
7,410.00
Seeding & Sodding
6,000.00
21,870.01
27,870.01
Signing
6,000.00
8,530.00
14,530.00
Tree Trim/Removal
0.00
Cold Wiling, Planning & Rotomllling
0.00
Pavement Markings (Palntlrhermo/Poly/lJrethane)
2,825.00
618.00
3,443.00
Raised Pvt Markings/Pavement Texturing
0.00
Misc. Bonds/Layout Etc.
11,000.00
135,000.00
159,000.00
305,000.00
Engineer Field Office
0.00
Trainees/Trainee Training Program
0.00
Traffic Control & Protection
0.00
Totals
140,495.00
478,200.00
1,790,476.65
2,806,822.01
0.00
5,015,795.86
Disclosure of this Informatlon Is REQUIRED to accomplish the statutory purpose as outlined In the "Illinois Procurement Goae", rauure to compiywin
result In non -Issuance of an "Authorization To Bid." This forth has been approved by the State Fortes Management Center.
Printed 7/18/2025 Page 1 of 8 BC 67 (Rev. 08/17/10
Part III. Work Subcontracted to Others
Fcr each rnntrant rl—rihmri In Part I- list all the wnrk you have subcontracted to others.
1
2
3
4
5
Subcontractor
Western UtllltieslHylan
Type of Work
HDD
Subcontract Price
27,384.00
Amount Uncompleted
27,384.00
Subcontractor
Clean Cut Tree
Type of Work
Clearing & Grubbing
Subcontract Price
24,900.00
Amount Uncompleted
24,900.00
Subcontractor
Peter Baker & Son Co.
Type of Work
Asphalt Paving
Subcontract Price
226,210.95
Amount Uncompleted
226,210.95
Subcontractor
TruSeal
Type of Work
Pavement
Markin slSl na e
Subcontract Price
8,343.00
Amount Uncompleted
8,343.01
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
Subcontract Price
Amount Uncompleted
Total Uncompleted
0.00
0.00
0.00
286,837.95
0.00
I, being duty 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
Subscribed and sworn to before me Type or Print Name Ken Coaver Presiden
on this 18th day of July, 2025. erOwe4ar ¢tans
Notary Public Slgned�
c�aancAaseaL �' Company enhe er n�ction Inc.
MEt�d*A*)WLLiAht4 Address 75 Kopple Chive, Gilberts IL 60136
NOTARY PUBLIC, STATE OF iLLi
COMMISSION NO.8MI
MY COMMISSION EXPIRES 08l28I2028
Printed 7/18/2025 Page 2 of 8 BC 57 (Rev. 08/17/10
Affidavit of Availability
Illinois Department For the Letting of 8/1/2025
of Transportation (Letting date)
Bureau of Construction instructions: ComIlioto this fomt by eithertypirV or uspng black ink.
2300 South Dirksen Parkway/Room 322 "Authof4zation to Sid'WO not be issued uniess both sides of tfds form are
Springfield, Illinois 62764 rampfated In dotall. Use additional forms as needed to astall work.
Part I. Work Under Contract
i 6st below all work you have urador contract as either a prime contractor or a subcontractor. It Is required to indude oil pending low bids not yet awarded or
rejected. In a joint venture, Itst only thatportion of the work which is fire responsibility of your company. The uncompleted dollar value Is to be based upon the most
recent enginaees or owners estimate, and must IW, udo work subcontracted to others, if no work is ca ttracted, show, NONE.
1 2 3 4 5
Farmington Lakes Spring Lake Bridge Main 5t Downtown Public
Contract Number Beautification& Place DepotPark
' Perk Improvement Repl
Contract With Dswegoland Park Lincolnshire Lake Zurich Crystal lake
District
Estimated Completion Date 10/15/2026 11/08/2025 11128/2025 5/01/2026
Accumulated
Total Contract Price 1,421,002.00 392,136.15 11,561,306.73 6,677,095.00 Totals
Uncompleted Dollar Value If Firm Is the Prime
Contractor 1,421,002.00 392,136.15 5,861,244.23 6,169,095.00 0.00 19,146,111.19
Uncompleted Dollar Value If Firm is the
0.00
Subcontractor
Total Value of All Work 19,146,111.19
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
..,. . IF .... u,nr4 Ic rnn}rocruri ehnw NrINF
Accumulated
Totals
Earthwork
196,658.00
96,840.00
964,479.00
280,250.00
2,114,473.00
Portland Cement Concrete Paving
0.00
Demolition
0.00
HMA Paving
110,660.00
373,466.05
Clean & Seal Cracks/Joints
9,000.00
Aggregate Bases & Surfaces
73,368.00
1,000.00
158,626.00
Highway,R.R. and Waterway Structures
241,200.00
728,000.00
1,278,900.00
Drainage
238,670.00
166,450.00
1,786,000.00,
1,342,298.53
6,359,979.53
Electrical
141,645.00
141,545.00
Cover and Seal Coats
12,495.00
8,135.00
1,326.23
900.00
26,840.88
Concrete Construction
152,704.00
48,295.00
633,034.00
1,250,100.00
2,536,357.00
Landscaping
70,000.00
5,484.00
437,785.00
622,500.00
1,202,740.16
Fencing
18,330.00
23,850.00
55,900.00
163,862.00
Guardrail
11,600.00
19,010.00
Seeding & Sodding
42,000.00
9,202.16
25,273.00
104,345.16
Signing
3,930.00
400.00
145,000.00
42,380.00
206,240.00
Tree Trim/Selective Removal
8,250.00
8,250.00
Cold Milling, Planning & Rotomllling
0.00
Pavement Markings (PaintrrhermolPolylUrethane)
1,827.00
21,950.00
3,138.38
30,358.38
Misc. Bonds/LayoutNideo
277,600.00
38,000.00
248,820.00
250,000.00
1,119,3201.00
Traffic Control & Protection
0.010
Engineer Field Offlcentems by Engineer
0.00
Install Raised Pvt/Pvt Texture Removal
0.00
Trainees/Trainee Training Program
0.00
Painting and Cleaning
Totals
1,421,002.00
392,136.15
4,307,367.23
4,717,011.91
0.00
15,853,313.15
Disclosure of this Information Is KF-UUIREo to accompnsn me srarurory purpose as ouunleu nl sxer, ,,,,,.. o • ,, �•, •••••
result In non -issuance of an "Authorization To Bid." This form has been approved by the State Forms Management Center.
Printed 7/18/2025 Page 3 of 8 BC 57 (Rev. 08/17/10
Part III. Work Subcontracted to Others
o..A .,—k ......+—f .I—A0.e14 In P.rf I Ik+ .II +ha work unre haves cuhnnntrantad to others
1
2
3
4
5
Subcontractor
A Horn Masonry
A Horn Masonry
Type of work
Masonry
Masonry
Subcontract Price
36,600.00
288,200.00
Amount Uncompleted
36,000.00
288,200.00
Subcontractor
Geske & Sons
Royer Asphalt
Type of Work
Asphalt
Asphalt
Subcontract Price
702,797.89
77,811.47
Amount Uncompleted
452,797.00
77,811.47
Subcontractor
HlghStarTraffic
Smock Fansler
Type of Work
Traffic Control
Fountain Installation
Subcontract Price
107,350.00
289,500.00
Amount Uncompleted
57,350.00
289,500.00
Subcontractor
Kim Construction
TruSeal
Type of Work
Manhole Recon
Pavement Markings
Subcontract Price
70,000.00
12,996.62
Amount Uncompleted
70,000.00
12,996.62
Subcontractor
Utility Dynamics
Associated Electric
Type of Work
Electrical
Electrical
Subcontract Price
935,175.00
833,455.00
Amount Uncompleted
785,175,00
735,455.00
Subcontractor
Visu-Sewer
Aqua Design
Type of Work
Sewer Llning(relev
Irrigation
Subcontract Price
232,565.00
48,120.00
Amount Uncompleted
152,555.00
48,120.00
Subcontractor
TBD
Type of Work
Fencing
Subcontract Price
Amount Uncompleted
Subcontractor
Type of Work
Subcontract Price
Amount Uncompleted
Subcontractor
Type of Work
Subcontract Price
Amount Uncompleted
Total Uncompleted
0.00
0.00
1,553,877.00
1,452,083.09
0.00
I, being duly swom, do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts or
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
Subscribed and sworn to before me
on this 18th day of July, 2025.
OFFK ALSEAL Nola P5 c
SSAA. WILLIAMS
[NOT:ARYBLIC, STA"rE OF ILLINOIS Ssk �l3 on epir �a
Type or Print Name Ken Copenhaver , President
O oa or Director Title
Signed^
Company Cta enhsver Construction Inc.
Address 75 Kogpie DKve, Gilberts, IL 60136
Printed 7/18/2025 Page 4 of 8 BC 57 (Rev, 08/17/10
Illinois Department Affidavit of Availability
UV ofTransportation
�. ox tail For the Letting of 8/1/2025
(Letting date)
Bureau of Construction instructions: Complete this fomi byetlthertyping or using black Ink.
2300 South Dirksen Parkway/Room 322 'Authohratlon to 6iOl will not be lssued unless both sides of this form are
Springfield, Illinois 62764 completed In detail. Use additional fortes as needed to list all work.
Part I. Work Under Contract
Ltst below all work you have under contract as either a prime contractor Ora subcontractor. It Is required to include all pending low bids not yet awarded or
rejected„ Ines Joint venture, list only that port6on of the work which Is the responsibility of your company. The uncompleted dollar value Is to be based upon the most
meant engineers or owners estimate,and must include work subcontracted to others. If no work Is contracted, show NONE.
1
2
3
4
5
Contract Number
0tae2Pos
cWv^rt Ext^nelon
West Electric Park
Town Center Park
Dugdale Park
Renovation
Hoff. E.W..
Contract With
IDOT
Plainfield
Deer Park
Waukegan
Estimated Completion Date
45 WD
8/15/2025
9/30/2025
9130/2025
Total Contract Price
666,605.77
474,403.00
924,131.00
1,764,263.00
Uncompleted Dollar Value If Firm Is the Prime
Y"+wrkwwnfnw
666.505.77
474.403.00
756,131.00
1,153,189.09
0.00
0.00
Total Value of All Work 1 221
Part IL 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 fonn. In a Joint venture, list only that portion of the work to be done by your Accumulated
company. If no work Is contracted, show NONE.
Totals
— ---------
Earthwork
95,635.00
-
19,416.00
- - - ---------31,760.00
65,904.00
2,327,188.00
Portland Cement Concrete Paving
0.00
Demolition
0.00
HMA Paving
10,030.00'
261,314.00
644,810.06
Soil Stabilization / Modification
9,000.00
Aggregate Bases & Surfaces
2,640.00
37,600.00
22,000.00
220,866.00
Highway,R.R. and Waterway Structures
106,820.00
204,000.00
106,000.00
181,000.00
1,876,720.00
Drainage
106,590.80
42,000.00
31,650.00
68,155.00
6,608,375.33
Electrical
6,885.20
2,971.00
16,000.00
167,401.20
Cover and Seal Coats
26,840.88
Concrete Construction
69,225.00
61,268.00
123,000.00
27,746.00
2,817,596.00
Landscaping
59,392.00
73,720.00
61,876.00
1,397,728.15
Fencing
15,645.87
3,000.00
24,666.00
108,248.00
315,421.87
Guardrail
17,178.34
36,188.34
Seeding & Sodding
4,983.47
9,657.00
34,994.00
128,020.00
281,999.63
Signing
6,070.00
8,000.00
1,300.00
2,000.00
223,610.00
Tree Trimming/Selective Removal
1,680.00
9,930.00
Cold Milling, Planning & Rotomilling
34,145.00
34,145.00
Pavement Markings (Paint/Thermo/Poly/Urethane)
14,222.00
12,885.26
3,000.00
60,465.63
Misc. Bonds/LayoutNldeo
14,000.00
26,000.00
8,000.00
48,000.00
1,215,320.00
Traffic Control & Protection
31,214.63
31,214.53
Engineer Field Officentems by Engineer
24,000.00
24,000.00
install Raised Pvt/Pvt Texture Removal
9,312.00
9,312.00
Trainees/Trainee Training Program
7,900.00
7,900.00
Painting and Cleaning
Totals
558,622.01
452,288.20
488,546.25
993,283.00
0.00
18,346,032.61
Dlscltosure of this Intomlatlon IS Kt61UIKtU to accompusn ine siaiuiory purpose as ouumeu m uee ,nee a "uwla,,,ol.I w..o . . — — ... —+W.,.,>,r ...+.
m., .4 J1 nnn l—„nnnn of nn Tn 1II.1 ^ 'e°FwBn fnrrr, r.nn L.nnn nnnm.,nr1 ti„ 6k. CInIn Cnm.n RA--- mein•
Printed 7/18/2025 Page 5 of 8 BC 57 (Rev, 08/17/10
Part III. Work Subcontracted to Others
C. r mnrh —#—f 1—rlh-i In Part l lict all the wnrk vrm have subcontracted to others.
1
2
3
4
5
Subcontractor
Tyro Construction
Jasco Electric
Jasco Electric
Jasco Electric
Type of Work
Asphalt Patching
Electrical
Electrical
Electrical
Subcontract Price
69,752.00
22,114.80
81,289.00
26,593.00
Amount Uncompleted
69,752.00
22,114.80
81,289.00
26,583.00
Subcontractor
Industrial Fence
US Tennis Courts
American Sealcoating
Type of Work
Fence/Guardrail
Color Coat/Striping
Color Coat/Striping
Subcontract Price
38,131.76
38,940.00
6,500.00
Amount Uncompleted
38,131.76
38,940.00
6,500.00
Subcontractor
J&R1stAsphalt
TBD
Type of Work
Asphalt Paving
Asphalt Paving
Subcontract Price
100,464.76
Amount Uncompleted
100,464.75
Subcontractor
Complete Fence
Prollne Fence
Type of Work
Fencing
Fencing
Subcontract Price
45,891.00
126,843.09
Amount Uncompleted
45,891.00
126,843.09
Subcontractor
Paul Herrera Const
Type of Work
PG Equip Install
Subcontract Price
68,995.00
Amount Uncompleted
0.00
Subcontractor
Type of Work
Subcontract Price
Amount Uncompleted
Subcontractor
Type of Work
Subcontract Price
Amount Uncompleted
Subcontractor
Type of Work
Subcontract Price
Amount Uncompleted
Total Uncompleted
107,883.76
22,114.80
266,584.75
159,926.09
0.00
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
Subscribed and sworn to before me
on thisj8h day of July, 2025.
Type or Print Name Ken CO enhever , President
Offs er or t melor Title
Notary Pubic Signed
C� �
MELISSAA. V1f11 LIP Company Co enhaver Construction, Inc.
NOTARY PUBLIC, STATE OF ILLINOIS
(NotcVOWjSION NO.838091 Address 75 Ko ie Drive, Gilberts IL 60136
MY COMMISSION EXPIRES p8/28l202a
Print Page 6 of 8 BC 57 (Rev. 08/17/10
r
result in nun-rssuanue or an rwuronzanun re ow. i nis roan nos ueen eppruveu vy ura grace runny tvtanayernene c.encer,
Affidavit of Availability
11finoisDepadment For the Letting of 8/1/2025
of Thanspo ion (Letting date)
Bureau of Construction Instructions: Complete this form by elthar typing or using black Ink.
2300 South Dirksen Parkway/Room 322 'Authorization to DId`will not be Issued unless both sides of this form are
Springfield, Illinois 62764 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 pandfng Gov+ bids not yet awarded or
rejected. In a Jolm, venture, list only that portion of the work which is the rosponsib0hyr of your company. The uncompleted dollar value is to be based upon the most
record engineer's or owners esdnv4% and must Include work subcontracted to others. If no work is contracted, show NONE.
1
2
3
4
5
Contract Number
Oakwood Park
St Joseph Creek Bldgs
A&B
at Joseph Creek Bldg
C
Village Center Nature
Trail Imp
Contract With
Winfield Park
District
County of DuPage
County of DuPage
Grayslake
Estimated Completion Date
6/16/2026
6130/2025
6/30/2026
8101/2025
Total Contract Price
1,274,691.01
2,035,871.00
1,720,415.00
831,287.00
Uncompleted Dollar Value If Firm Is the Prime
�. ..
646.536.00
1.473.871.00
1,133,305.00
616,287.00
Total Value of All Work
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 A
ccumulated
company. If no work is contracted, show NONE.
otals
Earthwork
46,000.00
47,108.00
76,029.00
42,665.00
2,538,990.00
'Portland Cement Concrete Paving
0.00
Demolition
0.00
HMA Paving
104,557.00
14,750.00
16,800.00
2,656.33
783,573.38
Clean & Seal Cracks/Joints
9,000.00
Aggregate Bases & Surfaces
20,761.00
4,095.00
3,756.00
8,500.00
257,978.00
Highway,R.R. and Waterway Structures
78,680.00
393,723.00
225,619.00
438,800.00
3,013,442.00
Drainage/Drainage Cleaning
0.00
245,085.00
233,210.00
3,300.11
7,089,970.33
Electrical
46,507.00
18,580.00
232,488.20
Cover and Seal Coats
1,461.00
1,932.00
1,267.00
31,500.88
Concrete Construction
23,384.00
187,942.00
130,706.00
25,840.00
3,185,468.00
Landscaping
57,764.00
10,000.00
13,980.00
3,200.00
1,482,672.16
Fencing
50,613.00
375.00
366,309.87
Guardrail
36,188.34
Seeding & Sodding
55,000.00
2,940.00
1,652.00
13,520.00
355.111.63
Signing
700.00
224,310.00
Tree Trimming/Selective Removal
3,700.00
0.00
1,200.00
14,830.00
Hot In Place Recycling
11,160.00
45,305.00
Pavement Markings (PalntrrharmolPoiy/Urethane)
940.00
940.00
62,345.63
Mlsc Bonds/Layout/Video
0.00
0.00
94,500.00
0.00
1,309,820.00
Traffic Control & Protection
31,214.53
Engineer Field Offlcelitems by Engineer
24,000.00
Install Raised Pvt/Pvt Texture Removal
9,312.00
Traineesrrrainee Training Program
7,900.00
Painting and Cleaning
7,500.00
7,500.00
Totals
456,019.00
953,251.00
817,804.0701541,323.3321,119,229.94
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 7/18/2025 Page 7 of 8 BC 57 (Rev. 08/17/10
Part III. Work Subcontracted to Others
r... .....d.........,..f ae— 3-4 L. Dom.+ 1 11c1 .11 the wnrk irnah haua aiihnnntrnniAd to others
1
2
3
4
5
Subcontractor
Peerless Fence
Hayes Mechanical
Hayes Mechanical
Schroeder Asphalt
Type of Work
Fencing
Pump Station
Pump Station
Asphalt Paving
Subcontract Price
73,267.00
12,000.00
12,000.00
74,963.67
Amount Uncompleted
73,257.00
12,000.00
12,000.00
74,963.67
Subcontractor
Herrera Construction
Jasco Electric
Jasco Electric
Type of Work
PG Equip Install
Electrical
Electrical
Subcontract Price
38,320.00
43,493.00
71,420.00
Amount Uncompleted
0.00
43,493.00
71,420.00
Subcontractor
Perfect Turf
MBE Fence
MBE Fence
Type of Work
PIP Surface
Guardrail/Handrail
Guardrail/Handrail
Subcontract Price
132,100.00
37,800.00
10,800.00
Amount Uncompleted
0.00
37,800.00
10,800.00
Subcontractor
J&R Asphalt
FloodProofing
FloodProofing
Type of Work
Asphalt Paving
Floodgates
Floodgates
Subcontract Price
69,660.00
598,877.00
391,481.00
Amount Uncompleted
69,560.00
398,877.00
221,481.00
Subcontractor
US Tennis Courts
Hylan Inc
Type of Work
Color Coat & Lines
Directional Drilling
Subcontract Price
47,700.00
23,450.00
Amount Uncompleted
47,700.00
23,450.00
Subcontractor
Type of Work
Subcontract Price
Amount Uncompleted
Subcontractor
Type of Work
Subcontract Price
Amount Uncompleted
Total Uncompleted
190,517.00
515,620.00
315,701.00
74,963.87
0.00
I, being duly sworn, do hereby declarer this affidavit is a true and oorraot Statement relating to ALL unoornpieneo connracrs o! LIM
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
Subscribed and sworn to before me
on this 18th day of Jam, 2025.
Notary P fo
My commission expires: S ___
(Notary Seal)
Type or Print Name Ken Copenhaver , President
OFFICIAL SEAL
MELISSAA. WILLIAMS
NOTARY PUBLIC, STATE OF ILLINOIS
COMMISSION NO. SW91
MY COMMISSION EXPIRES e6J2812o28
Officer or Director Title
Signed
Company C O enha»iver Con tru ton Inc.
Address 75 Koppie Drive, Gilberts, IL 60136
Printed 7/18/2025 Page 8 of 8 BC 57 (Rev. 08/17/10
17622Depot Street, Union, O.6O18OPhone 047 428.6696Fax k847 4286798
References: Back -wound Check
Fox Lakell-akefront Park Expansion and Reconstruction
Cost: $9,481,025
Project: Project consists of the reconstruction and expansion of Lakefront Park, a
lakefront property on Nippersink Lake in the Village of Fox Lake. Site preparation
includes the removal of Nippersink Road within the project limits. Park improvements
include removals and grading, roadways and parking lots, storm sewer utilities, site
lighting, walking paths, site furnishings, playgrounds, installation of site structures, a
restroom building, a swimming beach, and landscape work, Earthwork, demolition for
site preparation, survey & layout, clearing & grubbing, tree removal, concrete vehicular
and pedestrian pavements, permeable unit pavers, integral color concrete paving,
natural stone flagstone paving, wood deck paving, steps and terraces, sand paving, CIP
concrete seat walls, s,ite walls, planter walls, stone steps and outcropping boulders,
HMA parking lots and interior driveways,
Contact: Harlan M. Dolan, P.E. [MEG 847-833-1214 hadan.i-n.doland@tLmeqcorp.com
Completion: August 2024
Mt. Prospect/Kensington Business Park Basin #2 Dredging Project
Cost: $518,406
Project: 1,633 SY Shoreline stabilization, excavation, erosion control, seeding,
concrete flared end sections, stone riprap, water management special, temporary fence,
iopsoil excavation and placement,
Start: June 2024
Completion: September 2024
Fox Lake/Fox Waterway Agency — 2019 Site Improvements
Cost: $513,175.00
Project: Metal Seawall, Interlocking Type Z steel sheet piling, excavation, bank
stabilization, CIP Concrete Wharf, CIP boat ramp removal and replacement, precast
concrete boat ramp planks, concrete pad removal and replacement, site lighting and
electrical improvements, erosion control, Oprap, site restoration.
Contact: Rob Bowman - Fox Waterway Agency, (847) 587-8540 x 110
Contact: Alex Dye - Trotter and Associates, P.E. (715) 577-1777 adye@trotter-inc.,co,,m
Completion: June 2020
17622 Depot Street, Union, IL 60180 Phone (847) 428.6696 Fax (847) 428.6798
Financial References
Kevin Scanlon
Executive Vice President — Construction Practice
HUB International Limited
1411 Opus Place, Ste 450
Downers, Grove, IL 60515
Kevin sgaLilo n@b ulainte rnationql.co ni
Phone: 815-215-4711
Mobile: 630-674-3077
Surety RepresentativelAttorney-in-Fact for Frankenmuth Insurance Company
Nolan R.
Construction Account Manager
HUB International Limited
1411 Opus Place, Ste 450
Downers Grove, IL 60515
Notan.[Ieayy
Phone: 217-971-1919
Insurance Representative
Michael A. Carlson
Vice President
Algonquin Bank &Trust
A Wintrust Community Bank
4049 West Algonquin Road
Algonquin, IL 60102
Phone: 847-669-7500
Banking Representotive
IDHR: 118216-00
FEIN: 20-076 78 38
Copenhaver Construction, Inc.
Key Personnel
Project Contacts
Resumes
17622 Depot Street, Union, IL 60180 Phone (847) 428-6696 Fax (847) 428-6798rQpq
Ken Copenhaver
President/Owner
Cell: 847-627-0080
Email: c.9j) -ge
Steve Scanlan
Construction Manager/Project Superintendent
Cell: 847-417-6793
Email: f.(24L vtE,,� ftiui &.,r Quha— _51L
Matt Chada
General Manager/Project Superintendent
Cell: 847-722-1158
Email: 1i A—ri2Lo
IL ptnLIgALv
Rosie Simarano
Project Coordinator
Office: 847-428-6696, Ext. 106
Email: 1mj,,(LC(-bLopeL 1[Ljvorm)Iqtq.. ( n , i
Kim Josko
Project Coordinator
Office: 847-428-6696, Ext. 110
Email:
Howard Whatmore
Project Superintendent
Cell: 630-659-9545
Email: Jl LQwebp s.-ligniiii 1.5 r EdiL -Y'ex� u(It.i.Q
-.L QW.
Anastasia Austin
Project Superintendent
Office: 847-428-6696, Ext. 112
Melissa Williams
Pay Application Process Specialist
Office: 847-428-6696, Ext. 111
Email: �tCgq i5.trIX, JqLi&f)rn �Iy( _L _C
17622 Depot Street, Union, IL 60180 Phone (847) 428.6696 Fax (847) 428.6798
Steve Scanlan
Email: c :�oeiih�aver�.ssl c �)rnla�jlxom
Phone: 847-417-6793
. .......... . ......... ... ... .
Copenhaver Construction, Inc.
Construction Manager - 2005 to Present
Summary of Qualifications:
Protecting and promoting the interests of both the business and client in all matters as well as
demonstrating the personal characteristics of a developing leader. Excellent resource, planning, and
tilne management skills, Superior management and delegation capabilities with a high level of
financial responsibility.
• Coordinate subcontractors and the construction team to meet contractual conditions of
performance.
• Prepare external and internal reports relating to job status, daily progress, estimates, and
deliverables.
• Review active projects on a daily basis to ensure quality construction standards exist and
estimates remain within budget.
• Effectively manage project scopebyensuring any changes to scope are documented and
approved wit project change request forms.
S.
• Work with project client and stakeholders to complete project charter outlining scope,
goals, deliverables, required resources, budget and timing.
• Supervise construction projects to ensure they are completed on time and all quantities are
paid accurately,
• Work under deddline,s in a fast -paced environment to plan and coordinate all aspects of the
project.
• Ensure all project documents are organized and archived following project completion
• Enforce job site safety and implement company safety policy and procedures
Education
University of Arizona, BA
17622 Depot Street, Union, IL 60136 Phone (847) 428.6696 Fax (847) 428.6798 Kp_Ld�t9.giI .lt�� &?ti.
Howard Whatmore
Email : iow° rc c e uj er°c al r clj al .cc I
Phone: 630-659-9545
Copenhaver Construction, Inc.
Project Manager/Superintendent - 2017 to Present
Summary of Qualifications:
Having more than 20 years project management experience in Heavy Construction and 22 years as
Resident Engineer, he has a proven track record of successful management of 100 thousand, to 20
million dollar projects. He has skilled communication skills and the ability to deliver complex
information to diverse audiences.
0 Plan, schedule and coordinate construction team and, project activities to meet contractual
conditions of performance and deadlines.
# Prepare external and internal reports relating to job status, daily progress, estimates, and
deliverables.
# Inspect or review projects to monitor compliance with building and safety codes, or other
regulations.
0 Determine labor requirements for dispatching workers to construction sites.
0 Investigate damage, accidents, or delays at site to ensure proper construction procedures
are in place and followed.
Oversee contracts or negotiate revisions to contractual agreements with consultants,
suppliers, or subcontractors;
Implementation of a new or modified schedule in response to unforeseen delays, bad
weather or site emergencies.
0 Work with project client and stakeholders to complete project charter outlining scope,
goals, deliverables, required resources, budget and timing.
# Work under deadlines in a fast -paced environment to plan and coordinate all aspects of the
project.
« Ensure all project documents are organized and archived following project completion
Education
,.So uthe_rn Illinois University - Carbondale, IL Civil Engineering, BA
-1Vlorrison Institute of Technology - Morrison, IL Civil Engineering, Associate Degree
17622 Depot Street, Union, IL 60180 Phone (847) 428.6696 Fax (847) 428.6798
Anastasia Austin
Email: aria cbco i�iiavei—coii,;ti,uction cQm
Phone: 518-697-9133
Copenhaver Construction, Inc.
Project Manager/Superintendent - 2019 to Present
Summary of Qualifications:
With 15 years in Landscape Architecture, as a planner, designer, and project manager. Strong in
interpreting, explaining, and adhering to codes and regulations. Proven ability to organize and
manage multiple projects simultaneously. Develops positive relationships with clients and
community leadership. Strong background working construction projects for various branches of
Federal government. -
• Plan, schedule and coordinate construction team_and project activities to meet contractual
conditions of performance and deadlines.
• Prepare external and internal reports relating to job- status, daily progress, estimates, and
deliverables.
• Inspect or review projects to monitor co npliance with building and safety codes, or other
regulations. - ==
• Determine labor requirements far dispatching workers to construction sites.
• Investigate damage, accidents, or delays at site to ensure proper construction procedures
are in place and followed, -
• Oversee contracts or negotiate revisions to contractual agreements with consultants,
suppliers, or sttbcontiattoz`s.
• Implementation of a new or modified schedule in response to unforeseen delays, bad
weather or site emergencies.
• Work with project=client and stakeholders to complete project charter outlining scope,
goals, deliverables, required resources, budget and timing.
• Work tinder deadlines in a fast -paced environment to plan and coordinate all aspects of the
project_
• Ensure all project documents are organized and archived following project completion
Education
University of Wisconsin -Madison, Landscape Architecture - BA
Landscape Designer in New York, NY working with various NY City government agencies and
multiple design disciplines to create and implement designs of parks, schools, green roofs, athletic
facilities, plazas and waterfront developments.
BID OPENING: AUGUST 18, 2025
VILLAGE OF MOUNT PROSPECT
RETENTION BASIN DREDGING PROJECT
KENSINGTON BUSINESS PARK, POND #6
BID TABULATION
Item Description
Unit
Quanti
1
CONSTRUCTION LAYOUT
L SUM
1
2
EARTH EXCAVATION
CU YD
199
3
FURNISHED EXCAVATION
CU YD
141
4
SHORELINE STABILIZED
SQ YD
865
5
RIPRAP OUTLET PROTECTION
EACH
3
6
SEEDING, CLASS 1A
ACRE
0.2
7
EROSION CONTROL BLANKET, SPECIAL
SQ YD
787
8
STABILIZED CONSTRUCTION ENTRANCE
SQ YD
227
9
TEMPORARY FENCE (TREE PROTECTION)
FOOT
120
10
WATER MANAGEMENT, SPECIAL
L SUM
1
11
PRECAST REINFORCED CONCRETE FLARED
END SECTION 21"
EACH
1
12
PRECAST REINFORCED CONCRETE FLARED
END SECTION 24"
EACH
1
13
TOPSOIL EXCAVATION AND PLACEMENT
CU YD
132
14
MAINTENANCE BOND (24-MONTH)
L SUM
1
15
REMOVE EXISTING FLARED END SECTION
EACH
2
16
TEMPORARY CHAIN LINK FENCE
FOOT
1170
ENGINEER'S
ESTIMATE
COPENHAVER CONSTRUCTION, INC
17622 Depot St.
Union, IL 60180
Unit
Cost
Total
Cost
Unit
Cost
Total
Cost
$
15,000.00
$
15,000.00
$
6,000.00
$
6,000.00
$
175.00
$
34,825.00
$
155.00
$
30,845.00
$
31.00
$
4,371.00
$
0.01
$
1.41
$
45.00
$
38,925.00
$
60.00
$
51,900.00
$
4,500.00
$
13,500.00
$
900.00
$
2,700.00
$
8,000.00
$
1,600.00
$
10,000.00
$
2,000.00
$
5.00
$
3,935.00
$
4.00
$
3,148.00
$
50.00
$
11,350.00
$
30.00
$
6,810.00
$
30.00
$
3,600.00
$
6.00
$
720.00
$
125,000.00
$
125,000.00
$
50,000.00
$
50,000.00
$
2,500.00
$
2,500.00
$
3,000.00
$
3,000.00
$
3,000.00
$
3,000.00
$
3,500.00
$
3,500.00
$
40.00
$
5,280.00
$
0.01
$
1.32
$
5,000.00
$
5,000.00
$
500.00
$
500.00
$
800.00
$
1,600.00
$
600.00
$
1,200.00
$
22.00
$
25,740.00
$
10.00
$
11,700.00
$295,226.00
$174,025.7311