Loading...
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