HomeMy WebLinkAbout03/03/2026 Motion to accept the lowest-cost, responsive bid for the 2026 Water Main Replacement Project including the two alternate bid items for an amount not to exceed $6,117,294.70.All
Item Cover Page
Subject Motion to accept the lowest -cost, responsive bid for the 2026
Water Main Replacement Project including the two alternate
bid items for an amount not to exceed $6,,117,,294.70.
Meeting March 3, 2026 - REGULAR MEETING OF THE MOUNT PROSPECT
VILLAGE BOARD
Fiscal Impact (Y/N) Y
Dollar Amount $6)117)294.70
Budget Source Water and Sewer Enterprise Fund
Category VILLAGE MANAGER'S REPORT
Type Action Item
Information
Funds are allocated to replace aged and deteriorating Village -owned water mains in the
current budget. Pursuant to the findings discussed in the 2017 Water Rate Study, this year's
proposed project is scaled to continue a multi -year process of reducing the life expectancy of
water mains from 600 years to 130 years. The improvements will increase the reliability and
sustainability of the water distribution system. Analysis performed during the Water Rate
Study indicated that the Village's former rate of water main renewal approached 600 years.
Staff seeks to replace 11,492 linear feet of the existing 6" water main with an 8" ductile iron
water main and 2,691 linear feet of existing 12" water main with 12" ductile iron water main.
The locations include South School Street, Wa Pella Ave, Tower Lane, Willow Lane, Catalpa
Lane, Tamarack Drive, and Cottonwood Lane. A map is attached highlighting the project area.
The project includes 42 new valves in vaults, 44 new fire hydrants, 301 water service
connections, 40 full lead service line replacements and abandonment of existing 6" water main
and requisite surface restoration.
This project also included two alternate bid items. The first alternate item was the replacement
of 874 linear feet of 8" water main on Redwood Drive with 8" ductile iron water main. This
alternative also included 3 new valves in vaults, 2 new fire hydrants, 7 water service
connections, abandonment of the existing 8" water main and requisite surface restoration.
The second alternate bid item is for landscaping, consisting of dirt, seed and blanket.
Bid Results
The Village's engineering consultant for this project, IMEG Corporation, prepared detailed
plans, specifications, and bidding documents necessary to facilitate contractual performance of
this work.
The bid documents were sent to six area firms who have experience in water main
replacement projects and all firms that previously bid on past water main replacement
projects. In addition, the bid was publicly advertised on the Village's website utilizing Euna
OpenBids services.
A non -mandatory pre -bid meeting was held with two contractors and representatives from the
Village and IMEG Corporation on February 17. Based on inquires, 2 addendums were issued to
clarify quantities. Copies of the addendums are attached.
Bids were publicly opened and read as required by the Village Code on February 23. The
following 5 firms submitted bids.
Contractor
Base Bid
Alternate 1
Alternate
Grand Total
2
DiMeo
Brothers
$5f249f229.00
$274fl48.00
$37f8OO.00
$5f561J77.00
Elk Grove
Gerardi
Sewer &
Water Co.
$5f528f522.22
$318f436-11
$47f460-00
$5f894f418-33
-(Addison)
Bluewater
Construction
$6f175,rOOO.00
$375,fOOO.00
$50,000.00
$6f6OOOOO.00
Wauconda
Acqua
Contractors
$7fOOOfOOO.00
$424fOOO.00
$7.,000.00
$7f431,,000.00
Elmhurst
J Congdon
(Carol
$7f85lf6O6.53
$455fO81.75
$35fOOO-00
$8f34lf688.28
Stream)
I
I
Engineer's Estimate Base Bid $6,189,272
Engineer's Estimate Alternate 1 & 2 $329,421
Discussion
The engineer's estimate for the base bid is $6,189,272.00. The engineer's estimate for
alternatives 1 and 2 (in total) is $329,421.00. A copy of this cost estimate is attached.
All bids were reviewed to ensure that the documents had all appropriate signatures and bid
security. All bids were submitted with requisite documents, security, and signatures.
Based on the review of the bids, reference checks and past projects, the lowest responsible
bidder is DiMeo Brothers, Inc. of Elk Grove, Illinois (DiMeo) A bid tabulation is attached.
A mathematical error was found in DiMeo's alternate bid 2, but it did not affect the order of
the results. DiMeo's alternate 2 bid amount totaled $3,500 in their bid documents and staff's
summation of DiMeo's alternate 2 bid amount totaled $37,800.
DiMeo Brothers successfully completed the Village's 2025 Oakton Street Water Main Extension
project and the Village's Levee 37 Burning Bush Trails Drainage Improvements project in
2020.
Reference checks indicated that DiMeo has also satisfactorily completed similar water main
replacement work in other communities. DiMeo has completed projects of similar scale and
scope of work for the Village of Libertyville. Notably, the firm completed a water and sanitary
sewer installation project with a total two-year contract amount of $13.,247,003. The firm also
completed a multi -year, $11,060,470.00 stormwater project for the Village of Niles. The firm
is also completing a $3,300,000 water main replacement project for the Village of Glenview.
Included in the project were two alternate bid items. Both alternate bid items are within the
project budget and can be included in the overall project scope of work.
Since the project includes underground work, there is a possibility of unforeseen repairs. Staff
is requesting a 10% contingency ($556,117.70) to address any of these unforeseen issues
should they arise. A 10% contingency would bring the project award total to $6, 117f 294.70
(the $5,249,229-00 base bid plus the $274,148-00 alternate bid # 1, $37,800.00 alternate bid
item #2 plus the 10% contingency of $556,117-70 = $6J17.,294.70).
Alternatives
1. Accept the lowest -cost responsive bid for the 2026 Water Main Replacement Project
including the two alternate bid items.
2. Action at the discretion of the Village Board.
Staff Recommendation
Staff recommends that the Village Board accept the lowest responsible bid submitted by DiMeo
Brothers, Inc. of Elk Grove, Illinois to construct the 2026 Water Main Replacement Project
including the two alternate bid items for an amount not to exceed $6,117,294.70.
Attachments
1. Mount Prospect 2026 Water Main Plans
2. 2026 Mt. Prospect Water Main Replacement Bid Tab
3. 2026 Water Main Improvements Location Map
4. Addendum 1
5. Addendum 2
6. Dimeo Brothers Bid
�I�ilklm�
;Ilr l
Rm ,I II
R
'�� lIIIII'
4 40,
sl, 7"A7
1 L
lJ1Y
�ma
mid
M Ip k�y�qn
II. �10"ami u^ m � ..
u���ry�� rc r
��17� Tiiii' 1 u"Po, � ��,
A �um� Muly4
03
uiu mII
Y%. � 'I'IIYIIIµV IIR
uriiitiWW
I��
�mmN
mm
I� �f
liliiH
IVY R��
I �lmy)i
Iry,
R L
H auk
�ulU
r�
RIV m IP, i, i (A �� IA uYrrnlm !
r U m
�" ,u
lyp
�
14
w
a
.
yo a°w-IR'
Niinnu
u ill
u,
w
rr
ih �
M .ni
m WI�Y
IIY!
pp
IoboomR" RE,, i i iwilMl
fl M
I�MiI'!i
ry
10
4.�r
31
%IUIRy
yy rfl
urrra N
o
milt
Ijig 0 k A A 0
U—�, W
J
�
W
J
J
v
Q
Q
w
�
Q�
w
LL
W
Z�
�
Z
�
2�
�
z
J>
Z
O�
Z
d
H
O}
Z
�j
O
Y
J
U
T
Z
11
�
w
W
Q
p
0
�
�
fn
o
m
z�
W
U
u
� Q
2 W
��M�
W
fn
�
�
W
fn
O
li
z
Q
fn
o
H
(n
ww
�
�
Q
�
w
�
o
o
Z
D
cn
Q
U'
J
W
H
J
W
H
w
m
li
H
J�
H
D
0
W
Z
Q���
2
U
O
�
a
z
w
Z0
�
I
� �
�
�
I
x❑
o
X
W
o
�
0
I
I
w
0
�
❑\
ry
w
5
ry
w
F-- Z
Z O
U
w
�
o
Q
w
�
w
0
�
Q
2
J
�
�
�
�
LL
U)
z
�
J
~
fn
�
w
�
O
J
�
~
o
� w
m��
zZ
z
Q0
2
Z
Q
Z
w
Q
=
W
w>
U
w
�
��
w
w
=
Q�
w
w
w
�
p
a2
Z
a
p
w
a
fn
w
o
�
Z
��
}
Z
>
w
�
w
>u�
w
w
w
w
w
w
w
aw
O
w
w
w
w
O
O
O
O�
Z
Z
W
W
W
J
J
J
m
Z
W
(D
w
z
�
O
❑
O'
oa0oOg3�0O
0
o
o�
¢��,
Q
O
a
o¢O
D
C
J
w
0
W
R o 10
ry
Oo ZJom El f 0 00 40 0 C
, /W
.....................
4 y ..
�.... ....� �...� ..� �.... ,.w�� �.�... ,,,,,,,,, a ,,,,,,,,, 0.,, ,....
. .. ....
,,,,,m,,,,,,,,,,, .... ....�
„N I �. »»»
w
W CL
CL
l
�....
O '
� N Q
U � W
O
O
M
TM
0
TM
OD
TM
CM
TM
OD
TM
qt
TM
OD
TM
b 1HS ]IS SL+S V1S 3N1� f
. ................ . ......
II II•
.. .. .. .. .. ..
V +
+
+ +
+
+ "F .... ... . .. . ....... .
. . . ........ "I
V. . ........
11.1 4.1
. .........
...... . . ..... . ... . . .. . ...
11 F
. .. .. .. . . . .. . .. .. .. .. .. .. .. .. .. .. .. .. .. .
IIp
(D 1I 1I• F
CD,................
Tom II
... . . .
( .. . . .. + + . .............
II
+
4-1 II +
il... F
. .. .. . .. .. ... . .
il... F
... . . . . . . . . ........... II. F
........ ... 1� F
ae
. . . .. .
II II
+ +
+
... ...... . + 4.
I .......... . .. .. .. .. .. .. .. .. .. ..
. .. .. .. .. .. .. .. . . .. .. .. .. .. ..
CDII H
IF
Tom f- f- + f..
I- go
.w °° II� �� II �� ����
. . . . . . . . . . . . .
+ +
............
......... . .
II II
II• II
+ +
TOM
. ......... . IF + +
il... F +
..........
9 1 HS ]IS 9Z-+LL ViS I N I�
. .........
M
( . ....... .
Z
0
9 1HS ]]IS SL+LI
+ +
.... .. . . . . . .
F 4 . ....
+
+
++ + + +
+ + + + ..........
+ + . .......... .
.. .. . . . . ...0 u ----------------
. .. .. .. .. .. . . .......
llN CX
+ + + +
+ +
+ +
. . ........... . + +
MEME -6 Ell
b1S IINI� HO1
co
O
m
TM
0
D
J
m
UQ
m�
U C'
w
O
m
w
w
r w
?Z11--] r
�P
,.�
+ +'
+ +
u..
Vv-
��u
o,
� .. V-L
a + .,,... + + ,..
I" IW
. .......... . ..... .....
.............. ............ .... ... ... .... . . . . . . . . ............. ...
V��
VIV
..� �. ��.. ..
�z
[[ II [[ W
>
J
CD
c r� > >
..a
i W
00 > Q
W >
M
O Z
CL
m
. ... ...... V +
..........
+
+
+
-8
CD
............
cm
CDII
. .......... ... ...... ...........
N
>
(3)
(I")
pp
(L) u .... . . . . )
.. . ... ..... . ...... ... . . ...... .....
0
+
o"Ill c Cc
.. . . . . . . . ............. ............... .............. . ............. . .
.. . . . . . . .
T�� . .. . ...... . ...... . ....... CY
. .. . . . . . . . ..... . .... .
II
... ....... .... . . . . .....
.. .. .. . .....
q,
224", ""1 .. .. ...... . 1+ tl+
. .......... .... N\ .. .. .. .. .. .. ...... .. ..... I
........ . . + +
00 ++
t... .........
EL EL Q,
0 t ++
LLJ
.......... . . . . ...... . . ......
..... . ............ .. .... ............ .
IL. u
l�..
+ +
+ + + +
. ............. . ........
--- - — --------------- + +
cl) +
. ...... .. .. .. .. .. .. .
.......... ... .. .. .. .. .. .. .
...................................
.............. . .... .. ......... . .
5)
......... . . . .
...................
.... ... ... . . .......... . . . .
co
Li
Ld Li
L)
........ ...... "I'll, ....... .... IF
CKCf) 011 UID ("")C . .. .. .. .. .. .. .. .. .. .. .. .. . .. .. .. .. .. .. . .. .. .. .. .. .. .. .. .. .. .. .. .. . .
A
■
...... ...... ....... ...... . . ...................
LLJ
.. ......
cm ..... ..... ...... ...... ...... .
I . ...... . ...
V)
co cl
..... ...... ...... ....... ...... ......
CD TI.
Z
. . ...... ....... ...... -'e . . . .. .. .. .. .. .. . . . .. .. .. .. .. ..
< 00
V) x
........ . .................. . . .. -- - --- . ....... ..... .....
......... . . . ................ . .... ....... . ....... . .......
LLI LLI . ......... ......
w
. . . . .. .. .. . . .. .
.. . ..... ........ . 0
z
cn
Lj F
cn LL.
LLI
LLI LLI
..... ..... 1 +
............
.......... . .........
P +
CL LLj ... .. .. .. .. .. .. .. .. . .. .. .. ..'LLI
�C
+ z . . ....
. . ... ... F" All
Ld —i .... . . ....
Z Z CL
0 0 + + +u uLLI 00
II II II a II
C)
w11. II II -.11 --f doo
l�... V., I... . 1... .1 D V)
.. .. .. .. .. .
..........
CD CL
..� ... c� o =
0 0
D CL
c
CC)
CD
M A
..........
.............
............. . .
. .. .. ..
..... .
.. . .. .. .. .. .
. . .. .. .. ..
PN
B — 111
F
11I+
-13
+ +
+
N ......
..... .
. ..... ..... ..... . L ...... ..... .....
+
..........
"I", . ..... ....
"I'll"I'll".."'. . . . . . ......... . .. . .. ..
.. ..
co
F
+
+
LLJ
+
Ln+ +
.. .. .. .. .. .. ...
.. .. .. .. .. .. .. . .. .. .. .. .. .. .. .. .. .. .. .. .. .
. . . . . . . .
II
( . . ............
. ..........
...fF-
.. . .. .... 11
1+
+
+
+
+
+
��
+
+
+
+
+
t
vN -
11-
F F
II.
... . ......
ro
...............
..F..
.... . ......
...... . .......
... .... .. ..
+
+
........ . ........
.. .. .. .. .. .. . .. .. .. .. .. . .. .. .. .. .. .
+ +
+
OD F F . .......... .
F... F
.... . . .... �!� ....... . . ..
a,x.. .. . . . . . ...II..f .. .. . . . ........ .. .. .. . . .......
J
6 1 HS ]]IS 00+9 ViS 11 N 1�I HO1b W
OL iHS ]IS 00+ZL ViS ]Nl� H3iVl
+ + + + + + + + + f +
I... + 4.1 F F I... 1... 11 -11... ........... .
1I- .6— 4- ......
. .. ........ .
. . . . . . . . . . ........................................
. . . . . . . .................................................. ........ . .. .. .. .. .. .
t f .1-
Sa aoonn on ds OS +
.......... .....................
+
....... . . . . . . . . . . . .
+ +
) .. . . . ............ . . .. ......... . ..
........ ..........
II
��� NII
jr� 1,111111if"
. ............. ......... . . . . . . . . . .
1... 4.1 4
....................... .................... . .......... ...
. .. . .......................
...............
II •II
........ . .....
...... .. . . . .
Z
lZ +
+
+
1+
+
f + +
. . ........ . .
f- 4.
Li
I's
F
c n ... .. . . . . 11 11 Li
0'
x
.. .. .. .. .. .. .. .. .. .. .. .. .. .. .
+ + .... .... . . . . . . ....... . .
+ + +
cy"")
N
Li ' II
........ . ......
....... . . .....
F + +
+
t A- +
+ + ...... ......
00II II 1...
( . . . . . ....
..... . . .
I... 1�
Ld
. .. .. .. .. . . . .. .. .. .. .
........ ..... ...... .. .........
+
+ +
+ +
U +
4.1
4... +
N 1
.. 1... 4
r -II. .... ...
. . ........
-II II
. . . . .. .. .. .. .. .. .. .. .. . 7F, 1 "I'l",��""""�:�::,��:,��:�,',���,',���',,��
L L 1 HS ]IS 00 +2L b1S II N I� HOiV W
Z O % ■ W II
Q
a
IN
N "�1�1
A J
O ..
a�
>�
d
00
Ar
Cl
Lj
.,.,�,.
W g (n
r nnv ,
1..�
Ar
N
W Ar
D:,,LLI
U ..
"v
N
W r P
O
Jr
AlAl
Al Ar
xVW 42
a�a
t,u,
Ar,,,
L.L.
Ar
4CL
r k A.
QAl A. All
A. bn
A AAr , i2
Ir k
.,�
r r�,Jr
",.
..m
m.
.... ..... 0
ZL iHS ]]IS 00+VZ ViS 11 N I� HOiVIN
LU
> U)
Z
UU)
LU U)
O
�
� J
d U
LU z
H Q
Z �
(A LU
0� F___
Lu <
W 0
U)
Q LLJ
� Z
Z J
Q Z
U) W
J w
J m
Q
2
V I
P
..........
00
LLJ
DO
m
W
Z
_
U W
W CLU
W
>W I z
O
U
D
zz
oo
_j
W D
C� Z U
CL
�.
�m a
`l .............
>J-71-1171
A
A�V,
D
Ar
�
0o Q�
o
W W
cn >
�.
O
CL
Ac
O >
Ar
Ar
� Z
Jr
Ar
A.
.
w�
.
r
..
�a
A Ar
Ar
. �. r �s
Ar
.,
k.
a oom�
AAr
�.
.�
Jr
�. Ar
A.
Ar
A
k,. A. A 1
Ar
1
2l iHS ]IS 00+02
La
> —j
> >
........ . .
�w
W.
0
Ld
00
LEI Lj
L)
La
V)
0 z
.... . .. . ..
AX
Ln
CL
0
0
:z
<
0
TM
LLI
.. . ... ...
>ro
Li
. .. . ....... .
AA
tl 1HS ]IS OO+g2 ylS 3N1� HOlb'
Z0 . .. .. . .. . .
Ld
Ld <
> >
. .. ... . ............
Ld Lij
> LLJ
>
-j
CL ...... . ..
Ld V)
00
00
zC*N4
..... . ...
LL.
Ld
... .... ...
. ... ... ...
+ ++ +
+
+ +
+IFA. +
AA. . .
IPP+
+ + +
+
+
TMTMTM
F II.. 4. F
+ 16 4- 4 II.. + ...F F .., I..'
11
7+
.. . ...... . ffi
.. . ....... . .. �:5
... . ... . .. + + + + ... . .......... ...............
All .. . ...... ....
+ +
.. . .... . ..
�u�'ry:
. . . . . . .
..... . ... . .. . ...
. . .... . .........
. . . . . . . . . . . . . . . ....II A
> I I�A 1+
/ .. . ..... . .... .. ... . ..........
. . .........
+ 1+4#
............
.. .. .. . .. . .. ... + +
.. .. .. .. . .
+ +
.................................
+ +
z
uj < LL- LLI
V)
0 LLJ C)""')
LL. Tom . .. .. ...
-J
".( . ...... . ..
+ + D D
LJ
( . .. . . . + + + + + > > CL
��," Q + +1
+ + Ld
. ...... ............... .....
"C') ("'')
.......... . . . . . . . .
. ..... .......
CO
Ln
...IL.
II IL..
....F ..F NNCL
CL +
+ +
+ +1 CL . .............. . .
+ +
Cy
0 .. .. .. .. .. ..
+ + +
+ +1
.. .. .. .. .. .
•II II
II II
.. . ..... . ...
. .. .. .. .. .. . Mot
.. .. .. . . . .. .. .
A
4... + ..ILi (",
+ +
9 L 1 HS ]EIS 00+Zt ViS ]Nl�I HOiV �
�� � gin... � � � �.�:�
C) C
a a
LLI
00 >
'Z Z
LLJ
V)
ee CNI ID (S
CL
+
u.. +...........
....... ...
w .
� u-
uw uw ammo
u.. +
. .. ,,,,,,,,,,,,a . .....
0 +.
....
LLJ
., W
„ ,,, ,,, ,,,
C Z � •uw � ad
8' M
r
�° u.. No 41
l- uw
.... m.
fz
w
u.. u..
� rr �
^ M
.� N N
L.L w II II�
.... .....
�d
_ roa
c �w
0
.. 10
.. Cr)
V I q q
a
.�. a ,... „10
44,
u u
u
F i
1 "a0
„€P
[[ <<
w
��,n , w + CL
�uuuuuNNNNNNNNNhhnnnn�u Illlllllllllnllllllllll�llllllllllll IIIIIII��IIIIIIIIIIIIIIIIIIIIIIIIIII �
�
u...
�.
.... �..
} .o)
( !0y"" a`
to
cm
. . . . . ...
.
. ........
.......... .
. . ....... .
. . .........
...... . ... .. .. .. .. . . .. .. .. ..
. ..... ............... ......... . .
+
+
+
+ +
+
\j F
. ...... ...
.
. . ......... .
+
+
+
+ +
+
+
+ +
...
..... . .... .....
. ...... ...... . . . ... . . . . . . . .
II
Ip
+ +
+ +
+
+ +
+ +
+
.. . ... ... . ..... .. . ....... .
F
......... . .
+ +
+ +
. .......... . . . . . . .......... . . . . .
+ +
+
+ +
+
+ + +
............ .
. .. .. .. . . . .. .........
+ +
+
4- +
4
N
. . .. .. .. .. . F
F
f
+
+ + II
* + +
1+ +
+
+
+
+ +
+
1I.
.. ...
•II II
and
OZ 1 HS ]IS 00+9 ViS I N I�
lZ iHS ]]IS 00+ZL ViS ]Nl� F
y U
P "- �..
LL
.
{
to
L1..I
TM€o cc .
"t,
co
G .k..
W f S..
o
m
........
Cx-
C.1 f 1 l ..
a
[ +
MM
,. W Q
Ft
W W +
f.. V
D x � �.
i €x
�" Q
€ - " a € u u
c
c O
�r,p ��..
l
a
f s.��. f �� e �,
a�� �.
"""p�,�,"�
C"'XI f€ x"') C} C.,,X
m
„.
m� �� ..
4 4 . ��� k "".. �w�. ���, If
�;� u
E ,,,a,,,, v y p €
[ [ P r "
... �," .�
pow n
�f ��
e �dx "" �.� . , . ,, nj
ISCD
ch, . .
. . . ................ -N
. ....... .. . .
;am,-w.�
"I Cy')
r:E (:xl)
Cf) all, X) ("'Y'D
U) 01
. . . . ........
2211, . .. .. .. .. .. .. .. . .
. . ......... . ........ . .........
........ . ........ . ......�" Z
. . . . .
m Z
cf
...;�
Z .� ...
..........
mk% p
ODnd Nan
2Z iHS ]IS 00+9 ViS ]Nl�
El... +
'IN
.. .... .. ...
.. .. .. .. .. .. .. .. .. . .
ell
. .. .. .. .. .
.. .. .. .. .. .. ..
00
V) El"', Y1,11)
LLI ---------
. .............. . ... ..
V)
Li 0 . ......... I"+
L L I > CL ++ ++
+ +
co —CL _j 0 1++ ++
CL < w + +
.............
Ld
z
CL
. . ... . .. .. .. . J.
0
86
00
V)
D
CM Lj LJ
Z V)
C) V) 0
LLI
Ld CL
0
> LLJ
0 CL LLj
m � I ZO CL . . ...... .
D Z Z=) 1+ +
0
0 0-1
ZUCL 49 ..... .................. . ..................... .... . . ...... ... ........ ...
.... . ........ ..... ..... . .....
. .................... .. .. .. .
... ....................... . ........
. ..........
��
e u�
.............. �-11111-""""",�:��,�,�""I'I . . ..................
+ +. . . . . . . . . . . . . . . .... ..... ... + + +
+ + + +1
DAV NDD�JO�JDAE M .. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
0 t',
. .. .. .. .. . . . .. .. .. .. .. . . .. .. .. .. .
... . ... ...
l... T 111 lI... lI... lI... I� I� I�
1-7-1 ..11.- --11.- t, 7� lI.. ..II.. ...I I..
lI.... lI... lI... lI... lwll....�... I P'll I / I....... I I lI...
w IlIf
lI... .1 .1 A-
I.- F 4 4.. .4-
.. .... ...
.. ... ........... .
.... . . ....... . . .. . .
. . .. ... . . . . .
...........
... . . . . . . . .
+ +
... . ...... . . . .. . . .
+ + ++j .............
...... . . . .. . . .
+ + +
+ + + +
. .......... ...... .... .... .. . ...... a
. ..... . . . .. .. .. .. .. .. .. .. .. .. .. .. . . . . . . . . . . . . . ........................................... P� .................. ......................... ....
LLI LIJ
........ ........ ,
U I . ... . . ... . .
CY)
u'
. ........ . . ��� �� ��} V°�i �� ... ...
U) c. . . ......
%Ask
4
Li
Ld
A-
LLI
LL.
LO
.. . .. .... .... . . . . . .... +
I
0 >
cly .. . . . . . . . f-
V) + + ��..I C) < IZ LLJ)
n.0
ox
Li
_j
L J
..... . . . . .0 Cr
CL
tZ 1 HS ]]IS 00+ZL ViS II N I�
O3nd Eissno mnn
'+ +
+ +
t + +
M + +1
.. 1u.
G....,„.,".� �"w,..
N�1
II.. I...p...
I-
�
.. .... `"
" + 1
'... + k k +
a d
., , /��yy
F
LL
•I II II 1
�.. �.Vll
f
XD
u�,.�
II .
Cl, ... ... �.... �° + +
,w. + +
�, C + +
ok ..
a
�� ....
II II
r.. II II II "
�
4 i
II
II.
+
�
t
�
+
IUI
�
u... �
.. .
.... . .
N
S . aP
II-
P II•....p
II
II
-81
�.: c J..
uuu, uuuu uuuu wuuu uuuu»»»»»»»r
"'m . IlNtlll 1 II..
II...
Ga
+ A.
9Z iHS ]]IS 00+9L ViS 11 N I�
.. . ..............
. . . . ........ . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . .
CL
I I
z
0
z
I
. ....... . .
. ............ . ...
............ ......... .. .. .. .. .. .. .. .. . .... .... ..
0
.... . ......
. . . . . . . . . . . ..... .
. . .. . .....
r r
F F
oQ uF II II
F F
V) O F F
II II
Of + +
+ + +
+ + + +
+ +
+ +
+ + +
+ + F
F
cy.
F F
tFF
F
F
WII
1+
+ +
+ +
> + +
............ . .. .. .. .. .. .. .. .
+ 1+
00 C) +...F 4..I-
0
f
Lj wUNII
1-11-
F F
+
+ lI.. •F
+
dL + +
+
+ -31:+ +
II
'++II..+ +
r II ,,.
11F�
F F
F F
F F F
r��
F +
II
II II
I-F F + + +II
If +
+/'
+ + +
+ + +
+
+
F F
F F
F F
F F
+ A-
.... . .. .. .. .
. . . . . . . . . .
II ...II..y
4- p. II..
....... .... .... ........ . .....
12
M
fl N
..�. .."
f
•i
" 4
Ld i
[ [ NI..� lll .
W
+
i N �
WW TOM �..... . . �
u) Z.. J U CD
CL LLj
LJ
CL
z Ld .... ... ....
Z Z ..�"
J� �.� ��x `z�.� " ILL
0 00 Z
V)
0 CD
Z U Q �.". �� Q
0 Ex".,��� A e
Z W L.L. J OL Q
—� 0 ., 01+ �„ Q
��
. . ... . . . .
L d W
€,° µ 0
C � f � � �. °�� R "I Q � �� ���, . u a L LI
p`Tmm^ 0
CLCL
"
CL
d+
.
II II
{ """. """w�"�"
�, w + u u
.1
l ('
�+
f u..
G f r",+ + +
[ [ ..,
1
I.„
IL..
I II. p. II.. f .p..
IL. u. IL.. II. F ..�
II II
II p. Ip. Ip. ""... F Ip. F p.
............. u. "" u. "w IL.. ..F ... III ..p ...p p N N
u xna II V V II p h II. F II II II
■ ■ Ij
,,,,,, µ
Ab NDD�9�DAD
..0 ir
�................
Ip. p. II Ip. II Ip.
' u..
0� iHS ]IS 00+9 ViS INI�
F
LO O LO O LO 0 N
00 00 I� CD
LO 0 LO LO
O�
00 00 I� co
co co co co c0
CD
O
O
W
n,,
0.00-ft%%
o
z
3: CD
0 x
�
O(D
Lu
W
w
zx
W
U
Li
U)
CD
z(D
0
U�
x
W
CD
0/
w
Q
J
W
0:� 0
L.L
O
2(
O
LO O LO O LO +
00 00 � � co O
co co c
co co o
O
U
0o W
z�
z �_
� C�
W
z
U W
I c.�
W �
� �
88'�89
�
6'�89
�
•z
L,J
W
0
LJ "
C/) 00
0 ^x
00
0 X
a- 00
� I
N lV N d31VM 662 •dodd
AA AAIL
AA
M M
NI VN &-71 VA „ 9 1 SIX-7
W
zWQ=cn
J� z
U)Qo
ULLJ
cn0F-
7; Q
W W W U
0MC;d
cnJ�ow
�
ti
ZQ-�cn
W = O
(U
cnmU J
�W=QQ
=
w
q
o m z W
mm�_o
w
cn
•
W
LL
�
cn
rl
LIJ
C
z
Q
cn
U
U
00
CO
cn o
z w
o D:f
0
w w Ld
3NOlS3M1 —NON
o � z
3NO1S 6 30Vd 10 `9—VO
w
mow=
O O
O a- :!!LCZ
0
z�Of
�m
Ld
Lij Z
C/)
w
Of
0
c
o o.
L,,
wQo
w .
:.w.
zow�
aQ. o��::
mo w LLJ a-
: o w U
_�
I --a- w
wLLJ
CD -�
n' .• m Q:m.
w
a
fn
LLJ
Q 0
L
O
c I
cn
Q
cn -i
w
w�
Ow
p
wQ
w w
z
=Q
Q� w
0�0
�0
��
UNo
CDCn
0�
0
w0
g
U
-J
zVj0
cn O
<pw
Q
�
cn�w
—
�Q
—mz
m
(nF- �
OQ0
��w
(n
�
0�pw
Qcn U(/")
w Q:�
zUw
U��
_ D
CD
DOOQ
Qw
0
w�Q
UL�
LL-
F- w
z
�
p�z0
Li
0Ld
W WD
LIJ
Wa_D
D:fw
Lij
X
QzXQ
Q�O
cn cn cn
o cnU)
Liw
m
a_cn cn
v,
O ry
w
O 3::
w
� cn
QU- 0 w
j -i
:E
""
.
CL �
„ f"N
rr< -j
:Ex z
L.Lj <
w w
U)
0 Z) 0
Z C
w
co
F Z0
< F-W
F- U)
F-Z
0
z
�
�
' ""
LO
IrA
0
0
F
z
n
W
w
z
w uj
-j
z W
w
0
z-1
z
tMtM.
<
m
LLJ :
Cr
w
co
W
X
<
z z
m
F-
< ..--a
..--
rrE�
cm vJ
R..i.l
<
0
F-
_
(f)
Z t
U)
�z
w w�
)
2
0
13
U)
D
0
e
d .`
,t
t
<
w
F-
z'::>
U)�/�
F—
<
0 z
F-
r
-i
Cf)
lqdl
<
�M"
pry*
F— z
w
w
z
F-
z F- i
0
W
W W m
z
-j
W 0
0
W
CC: W F-
.✓
rr
Z w C)
w
<
T L,
CL
C)
W
rr
c
�o CL
z
C\i
cyi
0
0
a
0 0
0 0
0
0
0
o 0
0
o
o
CCJ
(w 0)
aooz
0 -r�v� I
aM
0
^�L
Q
-•
w..�
C)
C'7
0
<
T—
pe
v7
0
0
0 F
0 0
0
0--
0 �
0 _ ,. - c
a 0
cO, E a
C ° m
0 E
— c�a
J 05
(OOE-OOZ)
ZI-8
(OOE_OOZ)_
ZT-8
ONIN �
Q
10111M ..........
(006 - O'O�L) a)
9c - 8z
Q)
0
Ul
I,� ...........
Ul
...............iiiiiiiiiiiiiiiiiiiiiiii 0
u c
LU
<
U.1
(006-OSV) o) E
c
Lr)
(D 7t
.. I ...................................................I I C)
LA
C)
CL
11
+O O
O
N
69
6a}
69
6a}
Eft
6a}
6a}
6F}
ER
� U o
(3) CO
F-
�
J
N 'tR
(D " O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
a Ln
w
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
—�CO
00
V
O
69
O
69
O
CDCO
N
O
Lid
co
�
O
69
O
It
O
U")
O
(D
O
ti
O
00
O
00
O
00
O
CDCD
LO
LO
CO
U')
O
Lid
N
O
CO
LO
f`
O
Li)
O
CDO
O
O
O
O
CDU*)
O
O
CD
O
CD
O
CDU-)U-)LO
O
O
O
�
69
O
CD
O
CD
O
CDO
O
O
O
O
CDO
O
O
CDLO
LO
O
O
O
Li)
L I' -a
M
�
69
U-)
69
69
69
69
69
r
69
�
�
N
N
N
69
O
O't
O
N
Ln
Lid
Ln
ti
N
O
O
�
C4
Cfl
O
0o
Lid
69
O
69
a
6F}
6F}
U}
6F}
U9,
609,
60!>
61}
6c>
6F}
69
LIB
M
C
zi
vi
00
N
O
�}
(E}
09,
vi
L6
N
T-
M
Ili
N
Lid
L6
N
Q
69
69
69
69
69
69
69
69
69
69
69
69
69
69
69
69
CN
Z
D
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
00
O
O
6
O
M
O
O
O
O.
O.
O
O
O
4
CD
CD
O
Ln
O.
O.
O
O
O.
O
O
O
O.
O.
O
O
O
O
O.
O
O
O
O
O
O.
O.
O
O
O
O
M
N
I`
O
O
Ln
�
N
O
N
Ln
Ln
O
O
LO
Ln
f`
Ln
�
O
I:T
O
O
O
O
O
O
O
O
O
O
Ln
O
O
O
O
O
O
O
O
O
CO
O
O
O
J
O
f`
U")M
�
N
69
N
co
O
f`
N
N
LO
LO
f`
�
LO
m
f`
LO
CD
CD
LO
O
O
LO
O
CD
CD
O
f`
O
O
O
CD
CD
O
O
w
CD
M
O
O
Q
CO
U')N
;I-
N
N
Cfl
CD
Or
Ln
N
N
N
Ln
Ln
�
00
00
T-
�
O
CD
O�
(D
�
u
O
O
N
(D
00
�
O
CD
O
00
Cfl
00
O
CO
69
N
69
69
609-
U>
6F}
61
CO
69
61}
N
69
—
69
6F}
—
69
69
6+}
N't
69
O
N
N
69
Ln
69
N
C\l
69
613-
M
69
�
69
69
ti
ti
MM
�
69
N
69
T-
69
T-
69
69
N
_M
CD
MM
I`
69
r
69
CD69
N69
69
O
O
Eft
> J
CU m
~
N
6a
cn
ML M
W O -
O U>
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
E Z(>D
W
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
00
V
M
69
N
69
00
'
N
O
69
M"t
L()
CO
Lid
LO
N
N
CD
f�
O
O
LO
O
W
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
Lid
O
LO
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
Ln
M
O
O
OCD
O
L-
00 (D
T
69
CV
T-
T-
T-
T-
N
M
�
�
�
N
69
O
Lid
O
LO
Ln
Li")
O
LO
't
Lf")
N
N
LO
O
O
CO
Lid
Lid
CO
O
69
M
�
a
69
69
69
69
69
69
69
69
69
69
69
69
69
69
69
69
69
Cfl
N
N
L!�
CA
00
69
69
69
69
N
N
M
T-:
M
M
N
Lii
O
W
�
69
69
69
69
69
69
69
69
69
69
69
69
69
69
69
69
69
Z
D
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
.
O
.
Ln
.
O
.
O
.
O
.
O
.
M
.
O
.
O
.
O
.
6
.
O
.
O
.
O
.
O
.
O
.
O
.
O
.
O
.
O
.
O
.
O
.
O
.
O
.
O
.
O
.
O
.
O
.
O
.
O
.
O
.
O
.
6
.
O
.
O
.
O
.
O
.
O
.
O
.
O
.
O
.
O
.
O
.
O
.
O
J
O
O
M
O
O
N
O
O
LO
CO
�
CO
Ln
69
O
ti
M
O
O
M
Ln
N
CO
O
CD
O
O
O
O
r—
00
;1-
N
O
00
O
O
—
�'t
;I-
CO
O
O
O
O
Ln
O
Ln
O
N
O
LO
O
O
O
O
O
O
O
00
O
CO
N
LO
O
O
O
00
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
N
O
O
O
O
O
co
N
N
O
zi
Or
N
M
O
Ili
I-
O
M
69
Ln
ti
ti
T-
N
Ln
Ln
CD
M
P-
00
N
CD
CD
O
f`
(D
lq
O
CD
00
M
O
N
00
m
69
6)-
69
69
N
69
�
69
69
69
N
CO
N
00
I`
69
69
00
�
N
�
LO
N
69
(N
LO
;l-
O
CO
O
—
69
O
Nt
�
el)-69
69
69
69
f`
LO
69
el.,
T-
69
69
�
el.,69
69
69
�
CO
69
CO
69
6`}
�
a
y
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
Z
W
w
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
a
v,
6
Lri
o
o
o
o�
o
o
o
ti
o
o
o
(D'
o
0
0
0
0
0
0
0
0
0
0
0
o
o
o
o
o
Lri
o
o
6
6
6
6
6
6
0
0
0
0
W
-W
"t
69
69
O
CO
U-)69
69
69
Il-
69
O
69
O
�
(D
�
N
O
�
O
N
CO
�
U")00
�
N
00
N
N
�
O
Lid
O
Lid
Lid
I�
O
N
O
Ln
O
00
M
N
O
Lo
CD
CO
"
f1-
�'t
O
O
N
O
O
O
O
O
O
O
O
O
O
O
O
O
�
O
N
O
O
O
�
LV
69
69
69
69
69
69
69
69
69
69
69
69
69
69
6F}
�
M
�
�
0
69
ZZ69
a
N
69
N
69
69
Li
69
co
69
69
6q
69
Li
69
69
ri
69
c�i
6}
69
Li
69
co
69
ao69
69
69
�
�
z
ui
0
m
H
O
O
O
m
CD
00
M
Ln
M
ti
M
co
O
~
co
I`
Ln
O
O
O
f`
00
N
O
LO
O
00
co
M
00
N
co�
co
N
Nt
w
N
co
O
N
I`
co
O
co
O
co
IT--N
O
N
M
(D
N
LO
N
ti
N
N
O
co
co
M
I`
00
N
0
N
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
2
m
m
2
OU)
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
LL
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
U
LL
(n
U
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
J
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
a
J
J
a
J
MLU
U
U
U
LU
(n
J
J
a
a
LU
a¢
(n
W
(D
Q
Q
J
U
-
U
LJ,J
-
Z
U
U
a
LU
_
z
c�
U
U>>>>>
a
Q
a
a
U
�
z
a
a
0-
0-
0-
0-
aLU
N
J
Q
J
U
=�
W
Lu
Ln
W
C7
�
LO
z
CD
a
CD
00
N
N
N
N
Q
U
J
J
U
a
LU
U)
J
U)
J
LL
0
J
Z
Q
1
(%�
I
N
Lf�
N
Lf�
N
Lf�
LO
Li)
Li)
(�
a
a
s
w
(n
z
W
(/j
U
w
Z
�
LU
U)
O
w
J
a
W
m
U
(n
U)
(!�
(!�
(!�
U)
(!�
(n
(n
(!�
(n
(n
(n
W
a
U)
J
J
J
U
U
�
Uj
p
Z
Z
w—
0
a
o
Z
Z
—
(n
CO(n
U)
Y
(�
(�
(�
(n
(n
(n
J
a
cn
(�
v)
u)
(n
(n
0-
a
a
a
W
w
Lu
(n
U)
0
0
o
0
J
a
co�
�U
O
z
w
O
U(n��noXUaaaaaa
W
W
a
a
J
J
J
J
J
J
U
Jaaaaaa
U
J
J
J
J
J
J
u;---aa
Z
U
U
U
(n
(n
W
Z
Z
Z
z
aU
—
W
W
X
U
(D
a
U
J
J
O
U
U
(�
(�
(�
(�
z
U
U
U
U
U
U
U
p
LU
LU
LU
---
2
p
a
a
a
U
J
a
Q
W
O
a
w
z
O
D
U
U
LU
zz
z
z
z
z
Q
z
d
z
H
(n
aaN
(n
(n
a
oQmwaazoowoma
z
J
�
(�
(�
--
J
(!�
J
a
a
Q
a
a
a
d
d
w
U
_
-
04
o
a
J�
W
a
W
a�
>
O
z
CO
co
w
0
Z)
(/�
J
�
a
Z
Z
a?
Q
�
�
�
�
�
�
�
�
�
�
�
�
�
�
�
z
�
Co
ao
W
W
Ln
J=
m
m
�
J
�
Z
a
LL
s
w�
W
Y=
O
W
W
w
w-
-
-
o
N
CD
z
z
cn
cn
0>>
U<�
O
p
C�
>w
p
LL
�
LL
w
H
U
U
U
U
O
(�
H
H
H
W
W
W
W
a
H
(D
00
—
p
W
W
W
J
J
�
Z
O
(n
(n
w
O
a
a
W
U>>>
a
>>
a
J
z
—
(�
W
>
U
Z
z
U
(n
z
w
Q
a
a
a
W
a
a
a
>-�
a
C�
J
w~
X
(n
w
J
w
z
p
p
w
p
U
w
w
a
a
a
a
?>>>
J
J>
Z
_Z
O
X�
a
z
F-
F-
Z
a
w
U~
Z
Z
Z~
Z
n
w
LL
LL
w
a
F
a
m
LU
w>
p
U
U
Z
U
J
Z
W
W
W
W
W
p
W
W
W
W
W
W
Z
—
W
H
H
H
>
_�
>
Q
w
0
U
W
Z
W
Q
w
a
w
L
Z
—
w
w
w
w
W
W
w
W
w
W
W
W
(n
a
a
a
W
W
J
a
X
W
w
W
>
F-
z
W
Z
Z
Z
U
Z
a
H
p
LU
W
W
w
a
n
W
cn
W
cn
w
w
w
w
cn
a
a
a~~~
a
F-
F->=
J
J
J
a
0
0
0
w
z
w
z
W
>>>>
(n
(n
cn
U)
a
a
a
U
a
Z:)
m
Z:)
m
w
a
s
w
_U
O
U
a
m
m
a=~
2
2
2
2
2
2
Q
z
O>>
LU
w
w>
}
a
°°
O
O
O
O
O
O~~
p
_�
LL
2
Z
a
w
U
U
w
U
LU
�►
o Z
Q
=
))
n
n
i)<<
z
w
�
Z
z
U)
U
a
�
0
�0
>0
w
n
N W
N
(n
�
a
U
w
w
w
LU
LU
LU
p
w
v W c
c,-4
a
w
w
a
Q
J
a p
w
LU
L
w
Cl) az o
~
Qw 3�,
0 d
W
m Z
pp
LL :
w
m
Cl)
z
ZO
L '
m
O
a � Q a
z
Q
N
M
Ln
CD
f`
00
O
N
_
N
N
N
N
N
N
N
N
N
OM
_
('M
CM
CM
CM
CY)
cM
cM
M
(Y)
_
Q J p Lu
LU
H
H N
Ud o o
O
U o
a� 0
od O
m J
i -
tR
N 'E
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
U) Q _�
LO
W
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
-
CO
V
O
69
O
6a
N
CD
O
Lid
co
O
6�
LO
CO
LO
O
Lid
N
O
Lid
O
CD
O
O
O
O
O
O
O
O
LO
O
Lid
6�
O
O
O
CD
O
O
Li")
O
N
O
CD
O
CD
O
O
O
O
CD
O
CD
LO
O
O
LO
N
LO
f�
O
0
CQ
U>
U-)
Ir-
N
61>
O
1-
O
Lid
Lid
f-
N
O
O
Lid
H}
H}
L()
00
O
O
O
O
N
N
N
CO
a
Lid
M
�
N
O
69
61>
u
�
C
f�
N
N
Lid
Lid
Z
D
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
O
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
O
4
N
6
6
O
T-
N
N
O
O
O
O
O
O
O
O
O
O
O
O
O
O
CO
O
00
O
O
1�
Ln
f`
IZI-
(D
;I-
N
O
ti
Ln
O
O
O
O
O
O
O
O
0
O
O
O
O
M
O
q*
O
O
1`
O
-1N
CD
CD
O
(D
6q
�
Ln
O
N
O
O
Ln
Ln
0
M
Ln
O
ta
Ln
O
�
Ln
O
r
w
00
r
p
Q
1
C
O
Ln
M
00
�
N
C
f`
N
N
00
C
N
Ili
ti
ti
p
ea
6F}
ER
6�
�
�}
Ln
ff}
�
(f}
ER
6�
T
�}
�}
ea
ER
N
Ei�
69-
6�
61>
1-
M
M
w
CD
O
b�
N�
J
Ltd
L
m O -
O U>
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
Z(D
W
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
V
69
N
6a
Ln
N
't
Ln
O
I-
69�
N
f�
00
f-
O
O
00
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
0
OO".
O
O
O
O
O
O
O
CO
f`
w
O
O
L()
p
00 (D
a/
6g
N
T-
T-
T-
bg
O
O
Lid
Lid
LO
t
LO
M
LO
O
-
,1-
�
69
O
O
O
O
O
O
613�
(f}
60!}
�}
�
a
E
69
69
6 >
CO
N
N
zi
00
69
6 >
6F}
N
11
N
69
N
Iq
vi
Ln
CO
CO
W
6F}
Ef3
69
69
69
6F}
6>
69
69
69
6a
60-
693
Z
D
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
O
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
O
O
O
0
0
0
0
0
1-
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
T-:
o
o
cli
J
CO
Iq
LO
Ln
M
N
w
00
N
6!>
M
M
O
--
O
O
O
00
O
LO
O
Ln
O
N
LO
f`
O
O
O
N
O
O
O
N
O
N
O
O
O
O
O
Cfl
LO
O
O
N
M
O
LO
O
Ili
LO
O
O
N
6o,
f`
6,3,
M
Ln
M
N
cr�
N
4
Ln
Ln
N
N
O
L6
M
M
Cn
<
Ln
T
ER
6 >
co
613-
�
6 -
6),
�
6�
6a
6R
ER
CO
6lt
6�
N
ER
t a
M
O
6>
6F}
T-
ER
6>
6>
ER
6>
m
N
LU
t0
�
a
0
y
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
z
W
w
o
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
0
O
Q
v,
V
O
L6
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
O
w
�
69
6a
Ln
6�
6�
f
M
�
U)
�
00
�
N
�
O
LO
Ln
I�
O
N
Li)
N
O
Lf)
O
CO
O
I-zl-N
O
O
O
O
O
O
O
N
69
O
O
O
O
W
603�
69
69
69
69-
69
69
Z
Z
a
11
6�}
N
6�
M
E
H
69
O
Ef}
-l-Z
6F}
vi
6F}
ui
6�
N
Ef}
O
u
6�
0
Z
Q
W
_0
m
F-
N LOM
M
N
M
N
a0
N
N
Q0 CO
ti
LO
O
I-�
M
N
CY)
N
N
LO
M
I`
T-
T-
N
�
~
p
o
co
00
.
2
2
2
2
2
2
2
2
2
2
2
W
O
m
LL
LL
LL
LL
U
U
U
U
U
U
U
U
U
U
(n
U}
(n
0�
Z
U
(n
()
()
J
J
J
J
J
Q
Q
Q
Q
Q
Q
Q
Q
Q
Q
J
Q
(n
J
U
W
W
W
W
W
W
W
W
W
W
W
Q
cn
U
a
z
D
M
�
J
Q
W
O
Q
Z
U
Q
a
wr
J
Cl)
W
0
J
aaw�
W
Q
z
J
J
U)
in
U
W
�
Q
N
ati
_a-
(Jn
WQ
JQ
Q
UJ�
FLU
Z
O
NN
iyW
-
J
J
(n
U)
U)
W
(n
J
J
d
`�'
Z
_0
Z
Z
Q
a
W
CV
U
CO
U)
o
x
U
Q
Q
Q
co
Uj
g
g
�
H
0
0
0
U)
z
CO
J
LO
W
W
Q
J
J
Q
J
J
J
U
=
Z
U
w
U
w
W
2
Z
Z
Q
Z
Q
U
U
z
~
U
U)
O
J
CV
Q
N
_Z
Z
Z
Z
a
co
U
D
O
U
U
-
U
O
a
a
a
_O
m
w
Q
W
w—
H
z
C�
w
g
(�
w
a
_
a
a
a
O
U
w
U)
J
a
a
a
Z
w
H
U_
0
W
H
Q
�
Q
W
a
(�
Z
O
Z)
z
�
O
Q
C)
U
w
w
LL
a
w
a
a
a
a
�
J
11
Z
J
Q
-
-
�
W
-
CD
_
00
Lid
J
=
w~
m
Q
(!)
a
U
a
z
-
-
Q
J
d
a
a
U)
Lq
Z
a
a
a
a
Z
W
Y=_
p
w
o
Z
z
cn
cn
(n
(�
>
O~
w
U
0
O
N
Of
"!
O
O
O
O
a
~
Q
2
U~
'
'
w>>
J
Z
LL
(n
_Z
O
O
Z
W
W
U
U
U
U
a
m
Q
Q
d
w
w
U
Q
z
z
Z
_�
w
J
Q
J
Q
Q
H
�
J
(n
W
U
W
w
z
Q
Q
J
_
(D
0
�
W
2
0
U)
W
-
=
Y
Y
Y
W
UQ
a
U)
Q
Q
Q
>
>
>
z
z
X
�
Z
W
J
O
Z
�
U)
elf
_9
U)
W
W
W
W
a
Z
Z
Z
Z
(D
D
U)
W
W
W
Q
Q
W
w
Z
�
p
Q
Q
a
a
a
a
p
W
w
w
O
z
>
>
W
w
O�
0~
H
Z
w
N
w
Z
Q
LL
w
Z
Q
LL
H
H
H
H
U
w
W
w
z
H
H
w
Q
W
(�
(�
Q
W
J
w
r
W
Z
Z
Z
Z
J
~
Q
Q
Q
?���
V
a
>=
J
U
W
H
W
F
O
O
O
O
Z
w
Z
w
Z
w
Z
w
a
a
a
a
2
CD
Z
w>>
�
O
>
U
—
Q
O
Q
U
U
U
w
w
w
w
Q
co
z
`�
z
Z
Q
w
'L
Z
_Z
z
w
w
w
U
w
a
�
w
a
a
w
z
z
z
z
z
z
z
Z
Q
Q
Q
Z
z
O
Q
=
Q
�
~
F-
V
H
O
O
O
O
a
a
a
a
O
�
O
x
U
Q
Q
U
U
U
U0�
0�
0�
LU
0
a
N H
a_
W
Q
a
z
LU
W
NU
W
�'
W
W
U
U
U
U
U
U
U
U
U
o �fl�d'
H
J
�
>
>
>
>
>
... O a O
r
H
N
H
(n
(n
(n
W
W
W
W
W
Q
W
W
0
cn a LO
0
0
W
W
W
W
~
Z W
a
J
a
J
Q
Q
Q
Q
m o
Z
Z
0
: Z
Q
O m y V
W
O
W
O'11
U
U
U
U
O LL >
H
H
Q
Q
Q
Q
J
J
J
J
J
_ O W
IZ 0
Q
a
W
W
W
W
H
Q
O
W
>
W
>
a
a
a
a
W
a
W
a
W
a
W
a
W
a
J a
z
2
H
N
M
�
LO
CD
f`
00
O
O
N
M
;I-LU")CD
ti
M
O
O
N
M't
W
W
W
W
U
m J CO W
W
U
U
U
U
U
U
U
U
CD
>
%-.d fig Ift"I
Commons Dog
Pa ric
Dryc, e w ern
SC1,1001
Ln u
Melas
Southister
Presbyterian
Church
Rd
I he Moorings
of Arlington
Feights
>
(D
o r1i i a Av le
lilt
Vet�de Dr
(A
ter, m
> VV L111COM Z)X
M
M
MIS
Ln LA a W IRLIsty Dr
W I -I a v le S t K in 0
M un >
<
�den lace I-Iolrnes,, J tIr >
CA K I" ZO 1-1 i h S M
Pi5-ql§round
8
.... .............. I
ra ri 1,58
/0% Ar"illihill, t**% 0 M AA
Uz6 Maiin I ut�j�wr
School ke-
ww
>
< (D
M >
<
W I�i a y el r° S t
CL 0
14
... .... ... J z
0
> W k-1 e n r y S t
z
4
W Ce��,,itral Rn
1110�
VV 6""sSwow
e A
L n
D r
Playground
W S lt,i s le t R d
. .........
58 (1)
..... ....... . .
.3
W Palm Dr Ln
�ra b rack Park
rr,est View Cr
(D
t 214 Admin
(D
Icon Di
11
LIncolri Junior
I
W Evergiiireen Avc,
(A
z
0)
le
0
01)
C
>
(D
M
Wefle�i�� 04'ek
a rk"/
..................
C/1)
0
Playground
X7
W
(D
ADDENDUM # 1
DATE: 02/04/2026
PROJECT: Mount Prospect 2026 Water System Improvements
IMEG #25006467.00
BID DUE DATE: 02/23/2025
ARCHITECT: IMEG Consultants Corp.
263 Shuman Boulevard, Suite 550
Naperville IL, 60540
Phone: 630.527.2320
TO: All Contract Document Holders of Record.
This Addendum forms a part of the bidding and construction documents. This Addendum supersedes and
supplements all portions of the original bidding and construction documents dated [Insert Date] with
which it conflicts. Please attach this Addendum to the Project Manual(s) in your possession.
ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE SPACE PROVIDED ON THE BID
FORM. FAILURE TO DO SO MAY SUBJECT BIDDER TO DISQUALIFICATION.
A. DRAWINGS
1. Added an additional sheet (sheet 35) to address water and sewer separation requirements
to bring total sheets in the plan set to 3 8. Also adjusted the cover sheet to show this
change.
2. Adjusted sheet 2 to clarify that the color of the fire hydrants are to be specified by the
owner prior to placement and that any material for sewer and sanitary replacement must
use water main quality pipe.
3. Adjusted water main on sheet 25 sta. 12+85 to sta. 13+30 to meet IEPA standards for
water and sewer horizontal separation.
4. Adjusted selected lengths of 16" Casing Pipe in Trench, Special on pages 4-6, 10, 11, 19-
221 25, 271 291 32 and 33 to abide by IEPA standards for water and sewer separation.
B. BID QUANTITIES
1. Adjusted bid quantity for 16" Casing Pipe in Trench, Special within Base Bid.
Mount Prospect 2026 Water System Improvements
IMEG #25006467.00 Addendum # 1 Page 1 of 2
END OF ADDENDUM # 1
[RWL]
\\files\Active\Projects\2025\25006467.00\BidPhase\AddendaSupportDocs
[Enclosure]
Mount Prospect 2025 Water System Improvements
IMEG #2400663 6.00 Addendum # 1 Page 2 of 2
ADDENDUM # 2
DATE: 02/19/2026
PROJECT: Mount Prospect 2026 Water System Improvements
IMEG #25006467.00
BID DUE DATE: 02/23/2025
ARCHITECT: IMEG Consultants Corp.
263 Shuman Boulevard, Suite 550
Naperville IL, 60540
Phone: 630.527.2320
TO: All Contract Document Holders of Record.
This Addendum forms a part of the bidding and construction documents. This Addendum supersedes and
supplements all portions of the original bidding and construction documents dated 02/03/2026 with which
it conflicts. Please attach this Addendum to the Project Manual(s) in your possession.
ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE SPACE PROVIDED ON THE BID
FORM. FAILURE TO DO SO MAY SUBJECT BIDDER TO DISQUALIFICATION.
A. BID QUANTITIES
1. Adjusted bid quantity for Trench Backfill, Special within Base Bid.
END OF ADDENDUM #2
[RWL]
\\files\Active\Prof ects\2025\25 006467.00\BidPhase\AddendaSupportDocs
[Enclosure]
Mount Prospect 2026 Water System Improvements
IMEG #25006467.00 Addendum # 1 Page 1 of 1
I'M
It"s
JJJ
DATE: 02/04/2026
PROJECT: Mount Prospect 2026 Water System Improvements
IMEG #25006467.00
ARCHITECT: IMEG Consultants Corp.
263 Shuman Boulevard, Suite 550
Naperville IL, 60540
Phone: 630.527.2320
TO: All Contract Document Holders of Record.
This Addendum forms a part of the bidding and construction documents. This Addendum supersedes and
supplements all portionsof the original bidding and construction documents dated [Insert Date] with
which it conflicts. Please attach this Addendum to the Project Manual(s) in your possession.
ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE SPACE PROVIDED ON THE BID
"MAY SUBJECTBIDDER,,,,,10 DISQ.UALIFICATIO A
0
FORM.
A. DRAWINGS
1. Added an additional sheet (sheet 35) to address water and sewer separation requirements
to bring total sheets in the plan set to 3 8. Also adjusted the cover sheet to show this
change.
2. Adjusted sheet 2 to clarify that the color of the fire hydrants are to be specified by the
owner prior to placement and that any material for sewer and sanitary replacement must
use water main quality pipe.
3. Adjusted water main on sheet 25 sta. 12+85 to sta. 13+30 to meet IEPA standards for
water and sewer horizontal separation.
4. Adjusted selected lengths of 16" Casing Pipe in Trench, Speci , al on, pages 4-6, 10, 11, 19-
22, 25, 27, 29, 32 and 33 to abide by IEPA standards for water and sewer separation.
1. Adjusted bid quantity for 16" Casing Pipe in Trench, Special within Base Bid.
Mount Prospect 2026 Water System Improvements Page I of 2
IMEG #25006467.00 Addendum #1
[RWL] \\f les cti►re Proje is 202 1250064 7,OO\BidPhaselAdciencia uppcartDcres
'-Enclosure]
Mount Prospect 2025 Water System Improve nielits Page 2 of 2
IMEG #24006636.00 Addendum 91
gpg�
DATE: 02/19/2026
PROJECT-� Mount Prospect 2026 Water System Improvements
IMEG #25006467.00
BID DUE DATE: 02/23/202J
ARCHITECT: IMEG Consultants Corp.
263 Shuman Boulevard, Suite 550
Naperville IL, 60540
Phone: 630.527.2320
TO: All Contract Document Holders of Record.
This Addendum forms a I part of the bidding and construction documents. This Addendum supersedes and
supplements all portions of the original bidding and construction documents dated 02/03/2026 with which
it conflicts. Please attach this Addendum to the Project Manual(s) in your possession.
ACKNOWLEDGE RECEIPT OF THIS ADDENDUM IN THE SPACE PROVIDED ON THE BID
'DE ALURCATIQNt
BIR R TO 'D ISI-ou
Y S"'U'B%JE1;4'CT'
FORM. FAILURE TO-DO $0 MAA-Jo 0111-1
1321MM'01
I., Adjusted bid quantity for Trench Backfill, Special within Base Bid.
[RWL]
\\fit e s\ActiveTroj ects�2 02 5\2 5 00 646 7. 00\B idPhase\Addend aS upp o rtDoc s
ym�
Mount Prospect 2026 Water System Improvements P a gre I of I
IMEG #25006467.00 Addendum #I
N""y/
IFIN
. ..........
Ag
M
MEETING MINUTES
MEETING DATE: 02/17/2026
LOCATION: Mount Prospect Public Works
ITEMS DISCUSSEDM,
11., The project will start on Wa Pella Ave where the village has requested two crews to complete
this street due to the number of lead services on the street and due to the deadline to have this
street completed before the 41h of July (including restoration). The [DOT bond for the work at
Central Rd will need to be ready after the job is awarded.
2. The official start of the Job is slated for April 1 st at the latest, but the contractor may start earlier
depending on the weather.
3. Landscaping to be completed after all the concrete work is done, will be seed and blanket if the
alternate is done and sod if the alternate is not done.
4. For lead services on Wa Pella Ave and School St, the contractor will need a plumber on site to
finish the hook up inside the house and the village will vac down behind the b-box in the parkway
to determine which houses contain lead services.
5. For short water services where the existing b-box is located behind the sidewalk, the contactor
will set a new box in the parkway and cut the top off the existing box Instead of digging behind
the sidewalk.
6. For long services, there will be service transfers wherever applicable.
7. The portion of Willow Ln east of Busse Rd will need to be completed before going over to the
west side of Willow Ln.
8. There will be a disconnect on Sunset Rd outside of the scope of the project near Tower Ln so
they can abandon the water main that runs behind the backyards of the residents there.
9. No night time work is anticipated as of now but may occur depending on the conditions, likely on
NW Hwy near School St.
10. Sweepers must Come once a week at least, twice a week if necessary.
11. The trench will need to be recapped with grindings after completing the water services.
12. Only need to sawcut concrete sections of roadways, no other special conditions.
13. Restoration of street in ID ROW to be done by contractor outside of the roadway rehabilitation
project that is also occurring in the village.
14. Will have weekly progress meetings every Thursday.
15. If a b-box is in a brick driveway, contractor needs to save the bricks, and it is the obligation of the
homeowner to restore.
16. If a broken sanitary service is found, either the village or the contractor will repair it to the main.
This will be discussed further if it occurs.
The foregoing constitutes our understanding of the matters discussed during the meeting. Participants
are requested to advise author in writing of any corrections or additions within ten (10) days of receiving
this document.
*,repared by: Rich LeBeck
Meeting Minutes
IMEG #25006467.00
Page 2 of 2
1) Bid. Bid forms are furnished by the Village. All bids must be, submitted on'the forms provided,
complete and intact, properly signed in ink in the proper spaces, and submitted n a seated
envelope. All bids shall be delivered to the office of the Village Manager, Village all, 3rd
Floor, 50 S. Emerson Street, Mount Prospect, Illinois 60056, not later than 1:00 p.m. on
Monday, February 23rd, 2026. Envelopes shall be plainly marked, "Sealed Bid for 2026 Water
Main Improvements" and with the following information: company's name, address, date and
time of opening. Bids must be signed by an authorized official of the organization submitting
the bid with the name of the official and his/her title typed below the signature.
2) Pre -Bid Conference. There will be an optional pre -bid conference at 10:00 a.m. on Tuesday,
February 17 th 1 2026. The meeting will be held at the Public Works facility at 1700 W. Central
Rd., Mt. Prospect, IL 60056
3) Bid Deposit;, Surety,. A bid deposit in the amount of ten percent (10%) of the total bid amount,
payable to, the Village, is required, unless, oth,erwlse stated 'in thebld package. I, ne deposit
must be in the form of a, bid bond, cerfifled check, or a bank cashier's check. All bid
Pp deposit checks will be retained! by the Village Lintil the, bid award is made,, at
which time the checks will be promptly returned to the unsuccessful bidders. The bid
performance deposit check of the successful bidder will be retained until surety bonding
requirements have been satisfied and proof of insurance coverage is provided.
4) Alternate Multiple Bids/Specifications
The Specifications describe the services that the Village feels is necessary to meet the
performance requirements of the Village. it is not the desire or the intent to eliminate or
exclude any bidder from bidding because of minor deviations, alternates or changes.
Bidders desiring to bid on services which deviate from these Specifications, but which they
believe are equivalent, are requested to submit alternate bids. However, alternate bids must
be clearly indicated as such, and deviations from the applicable Specifications should be
plainly noted. The bid must be accompanied by complete Specifications for the services
offered. Bidder's wishing to submit a secondary bid must submitit as an alternate, bid. There
, isto, be only one, bid, per, envelope. The Village shall be the sole -end final judge unequivocally
as to whether any substitute Is of equivalent or, better quality. This decision is final and will not
be subject to recourse by any person, firm or corporation.
If the bidder wishes to qualify its bid or make special stipulations thereto, such qualifications
or stipulations shall be stated on standard letterhead size sheets of paper, all attached to the
bid form.
5) Erasures. All erasures or revisions of the bid must be initialed by the person signing the bid.
6) Receiving Of Bids. Bids received prior to the time of opening will be securely kept, unopened.
The Village Clerk or his/her designee, whose duty it is to open the bids, will decide when the
specified time has arrived, and no bid received thereafter will be considered. No responsibility
will be attached to the Village or its representatives for the premature or non -opening of a bid
not properly addressed and identified, except as otherwise provided by law.
7) Late Bids. Bids arriving after the spec fie d time, whether sent by ma,ii, courier, or in person,
will not be accepted. These bids will either be refused or returned unopened., It. is the bidder's
responsibility for timely delivery regardless, o�f the method used. M�alled bids which are
2026 Water Main improvements 7
delivered after the specified hour will not be accepted regardless of post marked time on the
envelope.
8) Bids By Email And Fax. Email and Facsimile machine transmitted bids will not be accepted.
9) Error In Bids. When an error is made in extending total prices, the unit bid price will govern.
Otherwise, the, bidder is not relieved from errors in bid preparation.
10) Withdrawal Of 811-ds. A written request for the withdrawal of a bid or any part thereof may be
gran-ted if th,e, request 'is received bythe Director of the requesting Department, prior to the
specified time of opening. After the, opening, the bidder cannot withdraw or canceli his bid for
a perillod of ninety (90) calendar days, or such, longer time as stated in the bid documents.
11) Bidders Qualifications. All bidders shall complete and submit the Bidder's Qualification
Statement.
INK 0 s R-
T.A
13) Consideration Of Bid And Co,ntract., No bid will be accepted from or contract awarded to any
1 is in default to the Village upon any debt or
person,, firm or corporiation that, is in arrear's or
contract, or that: is, a defaulter, as surety or otherle, upon any obligation to the'Village or
had failed to perform faithfully any previous contract with the Village Within two (2), years prior
to the date of the invitation to bid.
Ak, 47
Alles
15) Interpretation Of Bid Documents, Any billdder in doubt as to the true meaning of any part of the
Specificat,*ns or other, bid documents may submit a written request for interpretation to the
Village, as provided in, the SpIecifications. Bidders will acknowledge receipt of any addendum
issued I ssued by so noting on the, bid sheet. Oral explanations are not binding.
16) Prices. Unit prices, shall be shown for each unit on which there is a bide and shall include all
destination unless
packing, crating, freight, and shipping charges, and cost, of unloading at the
otherwise stated in the bid.
2026 Water Main Improvements
altaxes. The Village is exempt, bytawj
Unit prices sh'all not include anly local, state or feder
atJon tax service occupation tax, and f�ed,eral
from paying state and village retailer's occup I J
0 1 pt" umber.
i
e a
will s.upply the successful bidder, with, its tax, exern, iion n
excistax"The'Villge
a. The lowest responsible bid.
1� and skill of the bidder to perform the contract to provide the service
b. The ability, capacity,
required
c. Whether the bidder can perform the contract or provide the service promptly, or within the
times pecified, without delay, or interference. f the bidder.
d. The character, Integrity,roputation, Judgement, experience, and efficiency o
e. The quality of performance of'previous, contracts of services. and ordinance relating to
f. The previous and existing compliance by the bidder with laws
the contract or service. and ability of the bidder to perform the contract
g. The sufficiency of the financial resources
or provide the service.
h. The quality, avai'lability, and adaptability of the supplies or contractual service to the
particular use required for the use of the
i. The ability of the bidder to provide future maintenance and service
subject ofthe contract,.
j. The number, and scope of conditions attached to the bid.
k. Whether, the, bidder has a place, of business in the Village.
1. Responsiveness to the exact requirements of the invitation to bid.
m. Ability,to work cooperatively, with the Villa and Its, administration. dence
n. Past records of the bidder"s transactionswithavid t"he, Village or with other entities as
of the bidder's responsibility, character, integrity, reputation,, 'judgment, experiencel
efficiency, and coo perativeness.,
o. Any other factor that the 'Villag e may legally consider in determining the bid that is in the
best interests of the Village.
i
Vllage, at, its sole discretion, reser�ves the right to reject, any and all,
18) Awarr d CiRectio
jen. The s, andto award
bids, or, parts thereof,to waive any -irregularit-les,,tecihnica�lities and informalitie 90)
a bid In the best, interests of the Village. Any bidesubmfitted will be binding for, ninety (*
calendar days after the date of the bid opening.
Bidders shall make all investigations necessary to, thoro,u,Ohly inform themselves, regarding
the equipment ors upplies to be furnished in accordance with, the, bid,. No plea of ignorance by
'st as a, result of failure or om'ission
the bidder of conditions that exist or that may hereafter ext,
0
on the part of the biddler, to make, the necessary examinations anid investigations 'will be
accepted as a basisf6r varying, the requirements, of the Village or the compensation to the
bidder.
Any bidder's exceptions to the terms or conditions, or, deviations from the written
Specifications must be shown in writing and attached, to the bid form. No verbal exceptions or
agreements''with employees of the Vi'llagle will be, considered valid. Such exceptions or
2026 Water Main Improvements
deviations can be cause for reject -Ion of the bid ro,pasal. Any exceptions not taken by the
bidder shall be assumed by the Village to be included.
A contract will be awarded to the lowest responsible bidder complying with the conditions of
the bid documents only when it is in the best interest of the Village to accept the bid., The
Village will take into account the Base Bid as well as each Alternate bid Item. 'The Village
resewes, the right to award any combination of the Base Bid and Alternate bid items including
but not limited to the Base Bid lus all of the Alt''ernatesand the Base Bid plus no Alternates.
p
The Village shall be the sole judge of compliance with the Specifications.
•
1W
Awl
a
T
ton
aaaii ffffff 2, 0,
10
2026 Water Main Improvements
lip
I n the event that the Village finds a questio,n to beadequately addressed In'the, existing biddi ng
documents, the question may be answered in writing by directing the requesting bidder to the
,applicable provision(s) in the, ex"sting bid documents. No furth r clar"fic t'
Bidders will acknowledge receipt of any addendum issued by so noting on the bid sheet. Oral
explanations are not binding.
D
BIDDER'S QUALIFICATION STATEMENT
Project Name: 2026 Water Main Improvements
SUBMITTED TO
Village of Mount Prospect
Village Mianager's Office, Third Floor
50 S. Emerson
Mount Prospect, IL 60056-2229
Corporation, partnership, individual, joint venture, other
Contract r license number and state
�. � � I �a� ram" i o � rW "� �� +NN" �!! '.. �tl99.
*R,
NWJF&&L, M
1110•
S 11 R
IC 11
RL U1111
7., In thtevent the Contra t is a aYr e toBidder." the ripirlifillitrea surer v t5an j,zs will us
furnished by the following surety company includin name and address of agent:
A �ILAL.4"t.'elk
2026 Water Main Improvements
Bidder possesses adequate financial resources as ind�,Icated by the following:
0,
a. Assets, and Liabilities: Attach a financial statement, audited if available,
including Bidder's latest balance sheet and income statements showing the
follow"Ing items'.1,
<11
(� }Current assets (cash, joint venture accounts, accounts receivable,
notes receivable accrued income, deposits, materials inventory, and
prepaid expenses).
(2) Net fixed assets.
(3) Other assets,,.
O Current liabiltities. (accounts payable, notes, payable, accrued d
expenses, provision for income taxes, advances, accrued salaries, an
accrued payroll taxes).
(5) Other liabilities (capital, capital stock,,, authorized; and outstanding
shares par values, earned surplus,, and retaine,d ea,mings).
(6) Name of firm preparing financial statement anddatethereof:
if financial statement is not for identical organization named herein, explain relationship and
financial responsibility of the organization furnished* 4� "I *dde".,
8. Current, �ud,grnents: The following it'd''gments are outstanding again t r
Bi
Where ocketed� and Date Amoun t 6i,
Jud ent, Creditors
a.
b.
Bidder hereby represents and warrants that all statements set forth herein are true and correct.
Name of Org@nization'.
W
M
(OFFICIAL SEAL)
of'oder is a partnership, the partnership name shall be signed, followed by the signature of at
%.,. rate name shall be signed,
least, one of the partners. If Bidder is a corporation, the corporate
followed by the signature of a duly authorized officer and with the corporate seal affixed).
2026 Water Main Improvements
all
Village of Mount Prospe-ct
Departm,ent of Public W'0*8,
FROK,
. ..........
TO: Office of the Village Manager, 3rdFloor
50 South Emerson Street
Mount Prospect, Illinois 60056
(hereinafter called "Village" or "Village of Mount Prospect")
en't .....
t2r,.-Mai
The bidders have fami,liarized themselves with thie work and probable, work conditions
required under this Bid affecting the cost, of thework and with the Bid Documents which
include:
Notice to Bidders
Table of Contents
Instructions for Bidders
General Conditions and Special Provisions
Specifications
Bid Form
Affidavit — Bid Certification Form
Bid Security
Bid Sheet — 2026 Water Main Improvements
Contract Document
Labor and Materials Payment Bond Form
Performance Bond Form
es, furnish all supervislon, technical personnel,
Therefore, the Bl*],dde,r hereby, propos to ut,"Ifty and
i
abt q es (including all, i i
lor,, mated ' als, tools appurt nances,,, e uipment, and servic
d
transportation services) requ'reld to construct an, com leitethe Work,,, all, in accordance
P,
With, the above I i Isted documents.
Bidder agrees to perform all of the Work and provide the equipment and materials
described in the Bid Documents, as follows:
Bidder has bid on all items and has provided a price for LL items.
The Bidder will complete and provide all labor, equipment7 materials and mobilization (if
applicable) to perform the Work as incl,dental 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. 12
2026 Water Main improvements
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 belowl,
k ),
Failure to acknowledge receipt,as provided above, may be considered sufficient grounds
for disqualification of the bidder and rejection of his/her bid submittal. A record of all
Addenda and copies of same will be available to all qualified bidders from the Village of
Mount Prospect Public Works Department, 1700 West Central Road, Mount Prospect,
Illinois two (2) days prior to the letting. It shall be the bidder's responsibility to become
fully advised of all Addenda prior to submitting its bid.,
Upon award the contract the Village will send Notice of Award to the successful bidder,
the bidder must then execute the contract and provide the required bonds or letter of
credit and certificate of insurance to the Village within ten (10) days. The Village will then
issue a written Notice to Proceed which starts the performance period. The contractor
shall reach substantial completion by FRID,AY's SEPTEMBER, 18thl 2026 with final
e,gM1212,1*2p, Substantial completion shall be defined
bv F R1 DAY' Oc ro BE R 2nd 20,26
SO "OOA
as the completion of all work except for site restoration. Failure to complete the work in
the designated time frame may result in the Director of Public Works withholding
compensation due the contractor for failure to
2026 Water Main Improvements 13
complete the said work in the designated time frame, calling the bonds, or taking such
other action as may be available.
Yin the sum of ten (10%) percentofthe amount" bid inform, of (check one):
ST001 B,ank Ca,sh,ier's Check
Bid Bond .'Certified, Check
i - s aixacned her
in accordance with, the "'Instructions for Bidders"s
This Bid Submittal contains the following:
1) Bid Form
2), Affidavit — Bid Certification Form
3) Bid Security
ft
4) Bid Sheet(10) — 2026 Water Main Improvements
Respectfully submitted:
Name of Eirm/Bidder:
I2R
Email:
(Signature)
ONE (1) SIGNED COPY OF THIS BID FORM AND BID SHEETS ALONG WITH TH
AFFIDAVIT - BID CERTIFCATION FORKAND BID SECURITY SHALL BE
SUBMITTED IN A SEALED MARKED ENVELOPE* I
14
2026 Water Main improvements
BID SHEET
,,e,r 2g,,2 6 = ,,, , ]
G
_n1,§
Vrroj,ec
UNIT PRICE: For providing, performing, and completing . letin all
work, the sum
of the products resulting
from multiplying the number of acceptable
units by price per unit.
COMPL T ABLE AS IN DCATI
ITEM
....
ITEM DESCRIPTION
UNIT
QUANTITY
UNIT
PRICE
TOTAL
NO.
WILLOW COTTONWOOD,
BASE BID (CA7ALP'A, TAMARACK, ,
WA RELLA, TOWER, SCHOOL)
1
TRENCH BACKFILL, SPECIAL
C.Y�
12000
v Ll 0
2
'
TEMPORARY PAVEMENT PATCH, (PROCESSED GRINDINGS) — 31
S.Y.
12$69
�
3
PAVEMENT PATCHING, CLASS B, 9"
S.Y1..
14
4
PAVEMENT PATC HIND CLASS D, 5'"
S.Y�
38
o M�
5
HMA PAVEMENT REMOVAL (COLD MILLING), 3"
S.Y.
65
A3
m
6
HMA SURFACE COURSE, MIX D, N70
TON
21
a00
11 110111 0, 0
7
BITUMINOUS MATERIALS (TACK COAT)
LBS
53
$
STORM SEWER, WATER MAIN CLASS — 61" PVC
L.F.
179
„
STORM SEWER, WATER MAIN CLASS — 8'" PVC
L.F.
233L)
0
10
STORM SEWER, WATER MAIN CLASS - 101" PVC
L.F.
40voo
11
STORM SEWER, WATER MAIN CLASS —121, PVC
L.F
167
12
M SEWER WATER MAIN CLASS — 18" PVC
STORM
L.F.
77
'
13
STORM SEWER, WATER MAIN CLASS — 241" PVC
L.F.
15
14
SANITARY SEWER, WATER MAIN CLASS — 8" PVC
L.F.
100
15
SANITARY SEINER, WATER MAIN CLASS — 121' PVC
L.F.
20
16
w
WATER MAIN 411 D.I.P., CLASS 52
L.F,,
17-i
u,
17
WATER MAIN — 6" D.I.P., CLASS 52
L.F.,
148
18
WATER MAIN �- 81" D.I.P., CLASS 52
L.F
11492
.. .. ..... .
19
WATER MAIN — 10'" D.I.P., CLASS 2
L.F.
5
Jw
20
WATER MAIN — 12" D.I.P., CLASS 52
L.
2691
21
WATER MAIN — 16" D.I.P., CLASS 52
L.F.
98
22
16 " CASING PIPE IN TRENCH, SPECIAL
L.F.
733
�
23
NON —PRESSURE CONNECTIONS, SPECIAL
EACH
38L
k,
°
24
GATE VALVES, 4"1, SPECIAL
EACH
L
25
GATE VALVES, 6"", SPECIAL1
EACH
2
2026 Water Man Improvements
15
26
GATE VALVES, 8", SPECIAL
EACH
36
otli)
27
BUTTERFLY VALVES, 12", SPECIAL
EACH
34
4�1 00
'o 0
28
BUTTERFLY VALVES, 16", SPECIAL
EACH
2
%lov
�oo
29
VALVE VAULTS, 51 DIAMETER
EACH
44
-r qo �o
30
FIRE HYDRANT INSTALLATION, SPECIAL
EACH
44
uk�o
31
REMOVE EXISTING FIRE HYDRANTS, SPECIAL
EACH
-1 .. ....
38
L`
`",,,j
32
ABANDONED, SPECIAL
EXISTING VALVE VAULTS TO BE ABA
7EACH.
42
33
EXISTING VALVE BOXES TO BE ABANDONED, SPECIAL
EACH
3
/)
34
CAP AND PLUG EXISTING WATER MAINS, SPECIAL
EACH
40
v I/
35
TEE REMOVAL, SPECIAL
EACH
4
DLO
A
oo..v
36
TEE AND VALVE REMOVAL, SPECIAL
EACH
1
U00
37
WATER SERVICE CONNECTIONS, NEAR SIDE, 111, SPECIAL
EACH
142
3
38
WATER SERVICE CONNECTIONS, FAR SIDE TRANSFER, 1",
EACH
77
iku 0
SPECIAL
39
WATER SERVICE CONNECTIONS, FAR SIDE COMPLETE, 1",
EACH
86
SPECIAL
1
40
WATER SERVICE CONNECTIONS, NEAR SIDE, 1.5", SPECIAL
EACH
20
0 iv 110
WATER SERVICE CONNECTIONS, FAR SIDE TRANSFER, 1.5",
EACH
6►
41
SPECIAL
42
LEAD SERVICE REPLACEMENT - B-BOX INTO RESIDENCE
EACH
40
43
SANITARY SERVICE REPLACEMENT
L.F.
516 6
44
STORM SEWER PROTECTION
L,&
1
63od
45
. . . .........
TREE ROOT PRUNING
EACH
20
Li V
s"'"+ ' 1,
46
LANDSCAPING
S.Y.
3206
3
47
TRAFFIC CONTROL AND PROTECTION, SPECIAL
TRA
L.S.
I I I d IV
TOTAL BASE BID
I ':I
............
1
TRENCH BACKFILL, SPECIAL
C.Y.
1254
2
.. ........
TEMPORARY PAVEMENT PATCH, (PROCESSED GRINDINGS) -3
S.Y.
836
fill
3
PAVEMENT PATCHING, CLASS D, 5"
S.Y.
23
4
HMA PAVEMENT REMOVAL (COLD MILLING), 310
S-Y�
23
5
HMA SURFACE COURSE, MIX D, N70
TON
8
v
6
...... . ...... .
BITUMINOUS MATERIALS (TACK COAT)
LBS
21
cam►
—I
7
WATER MAIN - 6" D.I.P., CLASS 52
-
LAI
8
WATER MAIN - 8" D.I.P., CLASS 52
L. F,
fL". F J
874
�1111 pl-
WATER MAIN - 10" D.I.P., CLASS 52
.......... L. F.
5
.
..... .
16" CASING PIPE IN TRENCH, SPECIAL
L. F.
40
17
NON -PRESSURE CONNECTIONS, SPECIAL
EACH
3
GATE VALVES, 6", SPECIAL
EACH
2-2
L4 0 too
GATE VALVES, 8", SPECIAL
EACHd\
1
Nov 0
VALVE VAULTS, VDIAMETER
EACH
3
Y �,)
FIRE HYDRANT INSTALLATION, SPECIAL
EACH
— ----------
2
0, 0 0
REMOVE EXISTING FIRE HYDRANTS, SPECIAL
EACH
2
U3
0
EXISTING VALVE VAULTS TO BE ABANDONED, SPECIAL
EACH
5
0
CAP AND PLUG EXISTING WATER MAINS, SPECIAL
EACH
3
30 L)
TEE REMOVAL, SPECIAL
EACH
1
15T6
WATER SERVICE CONNECTIONS, NEAR SIDE, 1.5 SPECIAL
EACH
7
�41 0 41
.0
STORM SEWER PROTECTION
L.S.
0 0
TREE ROOT PRUNING
EACH
U(0
LANDSCAPING
S.Y.:
128
L31,k
TRAFFIC CONTROL AND PROTECTION, SPECIAL
L.S.
0
TOTAL ADDITIVE ALTERNATE 1 1 -2f7vj' ,'4(
z
2026 Water Main Improvements 17
M&I
YANOmejaw PRARM
TOTAL BASE BID PRICE (the sum of extensions of the Schedule of Prices - BASE BID):
Cents
Dollars and
A4 A
(in writing) (in writing)
. . .......... Dollars and Cents(
1{In figure) In figure)
ADDITIVE ALTERNATE I PRICE (the sum, of extensions of the Schedule of Prices — ALTERNATE 1)'.
Cents
ollars and
4a
(In writing) .(In Arling)
. .................. . I . I . I Dollars and Cents
-----,(In figure) (in figure)
ADDITIVE ALTERNATE 2 PRICE (the sum of extensions of the Schedule of Prices — ALTERNATE 2):
Cents
ILA oflars and
'009,
(I I'll n wrifin- 9 (1;6 writing)
Dollars and Cents
. . . . .........
HIM
0I
Dollars and Cents
- -- --------
(I n figre) (In figure)
2026 Water Main Improvements
18
It is expressly understood and agreed that:
1 The approximate quantities set forth in this Bid Sheet for each Unit Price Item are
Owner's estimate only, that, Owner reserves the right to increase or decrease such
quantities , and that payment, for each Unit Price Item shall be made only on the
a,ctal number, of acceptable, wits of'such Unit Price Item installed complete in
place, measured on the basis defined in the Contract. h taxes
2. Owner is not subject to state or local sales, use and excise taxes and no such
are included in this Bid Sheet.
BIDDER agrees that the Work will be Substantially Completed in 170 consecutive ca,Iendar
days from the date of "Notice to Proceed" and Finally Completed in 14 calendar days.
thereafter.
BIDDER accepts the provisions of the Agreement as to liquidated damages in the event of
failure to complete the Work within the times specified in the Agreement.
The following documents are attached to and made a condition of this Bid:
(a) Required bid security in the amount of ten percent (10%) of the Bid in the form of a
bid, and cash, certified check, cashiers check or bank money order as stipulated in
the Advertisement for Bids.
(b) A tabulation of subcontractors, suppliers and other persons and organizations
required to be identified in this Bid.
(c) Required BIDDER's Qualification Statement with supporting data.
Written communications concerning this Bid shall be addressed to:
2026 Water Main improvements 19
The terms used in this Bid which are defined in the General and Supplementary Conditions of
the Construction Contract, included as part of the Contract Documents, have, the meanings
assigned to them in the General and Supplementary Conditions.
2026.
Submitted on ca)I
State Contractor License Number (if any)
Contractor Contact lnformation.'�` "'*N
LkOL�Le_
Address: %Q1, 1W.
Telephone:
E-mail:
Priz
2026 Water Main Improvements
20
Bid Certification Form Page 1
AFFIDAVIT — BID CERTIFICATION FORM
Bidder:
Company/Firm Name: -- ---------
4,ddress: . .....
Asa condition of entering into a contract with the Village of Mount Prospect, and under oath and
penal of perjury and possible termination of contract rights and debarment, the undersigned,
1, T
IAVA�A being first duly sworn on oath, deposes and states that he or she
, is partner, joint ventured, President,
, --I'll" 1.11-111. .(sole owner, partn
S 1411� e,has
� 4�k�l and the
Secretary etc.) CK' apL� . . ........
I (Name of Company)
authority to make all certifications required by this affidavit.
- 0 0 z ror, Lels I
The undersigned further states that
(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 DrUo,.Eree Workplace
J
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.
2026 Water Main Improvements 21
Bid Certification Form Page 2
AFFIDAVIT — BID CERTIFICATION FORM
Section IV Tax Pa gent
The undersigned further states that3-�?\
s
(Na''me, of'Con7pan,y) ino,*s Department of Revenue,,in accordance with
not deli payment, of any taxes to, the 111- 1
L
Illinois C,ornp'1jIe,cIStatues,, 65 ILLS 5/11,4gne
2.1 The undersid understands that making a false
t
statement, regarding delinquency iln taxes is, a Class A Misdemeanor and,, in ad,d"tion voids the
contract and allows the municipality to recover all amounts paid to the individual or entity under
the contract in civil action.
Pursuant to Section 2-105(A) of the Illinois Human Rights Act, 775 ILCS 512-105 (A), every
party to a public contract must:
"Have written sexual harassment policies that. shall include, at, ini un the, following
informatlon:1 (1) the illegality of sexual harassment, (II) thedefinition of sexual, harassment under
State, Iaw- (lll) a, descipion ofxual harassment's utilizing examptes(IV), the vendor's internal
141 1 1 R' -n I
complaint process including penalties: (V) th,e legat recourse,,, investi,gative and con plaint proc�ess,
0
avai'lable, through the Department (of Human, Rights) and the, Commisslon (Human Rights
Corn ass (VI) di,rections on how to contact, the Department and C,ommission; arid (VII)
fights Act)."
protection against retaliation as provided by Section 6-101 of the Act (lLlinois Human RJ'
A lipublic 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),
has
The undersigned further states tha
4-2:�-L
(Name of Com,pank)
a written sexual harassment policy in place in full compliance with 775 ILLS 5/2-105 (A) (4).
It is expressly understood the foregoing statements and representations and promises are made
as a condition to the right of the bidder to receive payment under any award made under the
terms and provisions of this bid.
The undersigned
that all information contained in this Affidavit is true and correct.
Title:,,,
2026 Water Main Improvements 22
DiM'eo'Brothers, Inc.
:11 Nicholas Blvd., Elk Grove, IL 60007
Phone: 847.640.2240 Fax: 847.640.2221
I I
iz9RIMM,�
Project- Henley, Pine, Depot
Owner: Village of Glenview
Contact-, Tim Schwister
Phone: 847-904-4422
Contract Amount $2,439,519
Uncompleted Dollar Amount: $903,004
Date of Completion: 5/2026
Class of Work: Site Utilities
Percentaize of work performed with own forces: 100%
Surety: Arch Insurance
Project: Scranton Ave
Owner: Village of Lake Bluff
Contact: Jeff Hansen
Phone: 847-283-6884
Contract Amount $3,869,271
Uncompleted Dollar Amount: $2,828,642
Date of Completion: 4/2026
Class of Work: Site Utilities
Percentage of work performed with own forces: 100%
Surety: Arch Insurance
Project: Algonquin Road
owner: Village of Arlington Hts
Contact: Jim ZaharoPOulOs
Phone: 847-368-5268
Contract Amount $4,046, 8 8 5
Uncompleted Dollar Amount: $3,213,575
Date of Completion: 5/2026
Class of Work: Site Utilities
Percentage of work performed with own forces: 100%
Surety: Arch Insurance
I U RVA,
:11 Nicholas Blvd, Elk GroveIL 60007
Phone: 847.640.2240 Fax: 847.640.2221
Projects Completed
Project: Copeland Manor
Owner: Village of Libertyville
Contact: Paul Kendzior
Phone: 847-918-2016
Contract Amount: $ 5,776,297.0Lk
Contract Dates: 3/2025 — 1/2026
Project: Nicholas Dowden
Owner: Village of Libertyville
Contact: Paul Kendzior
Phone: 847-918-2016,
Contract Amount: $•,
,
Contract Dates: 4/2023 — 3/2025
Project: Oakton Watermain Extensio
Owner: Village of Mount Prospect
Contact: Casey Botterman
Phone: 847-870-5640
Contract Amount: $ 1 783,289.00
Contract Dates: 5/2025 — 10/2025
Project: Greenwood Stormwater
Owner: Village of Niles
Contact: Tim O'Brien
Phone: 847-588-8000
Contract Amount: $1w1
Contract Dates: 9/2021 — 11/2024
Project: Crow Island
Owner: Village of Winnetka
Contact: James Bernahl
Phone: 847-501-6000
Contract Amount: $ 8,215,113.00
Contract Dates: 3/2024 — 10/2025
** More references available upon request **
CONTRACTOR.'
DiMeo Brothers, Inc.
800 Nicholas Blvd.
E I k Grove,. I L 60007
OWNER:
Village of Mount Prospect
50 S. Emerson Rd.
Mount Prospect, IL 60056
Arch Insurance Company
3 Parkway, Suite 1500
Philadelphia, PA 19102
130NID AMOUNT: Ten Percent of Bid Amount (10% of Bid Amou % nt)
leg4l
This document has important
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 a, x I* cable.
.. . . .......... -
PROJECT:
2026 Water Main Improvements Project Number, if any:
e Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the
ThJ Wrs, adrn,=`1str.,1,tors successors and, asisig�n,,s, jomidyand
Contractor and, Surety, buildthemselves, their heirs, etxecu , r , � I , %)
s vi'hercin. The con(fition's, of I'lus ',Bond tire such, thatiftbe ()wner accepts the blid, of thc Contractor,,
sevenally aproded'
1n the bdocuments, orw
11
id -tin such timeperiod, asniay be agyecdtobythe OwDer,and
thcume, Spec, ,
within "fied "id
I
I contract
tract With the Owner in accordanccwith. the, terims of such
Contractor, and the Contractor ekher, (1) enters' in the biddingr or, Contract'Doeumenrs,,with a surety admitted
b1d,and gives slueb bond or bonds etsbe specified "' 6 the fidthful performance of such
f , Ownet,f r Contract
m, die *uriisdiction off Pro )ect and o ffiermnse acceptable tote r th
atom
fumished 10the prosecution thcre )fi or (2) pays to the O�wnc' t, C
and for, the prompt
payment of labor and m rt I r ( , , , , h , r no Un
m i I bid, -and stic' I rg a U
the amount s ecified, ,, said
diff cncc, not to exceed theLmount oaf Bond, betwccn P
I Nvil
i i ith anoiher party to � erfiorm the nor covcred. by said bid, then this
forwhich thc Owner,'may In, good fituth contract P 11
id, othem4se to, remainin F-ull-forcc a- d e a 'The Su,rc,,,ty,,Iicreby,wa,jvesa,,,n,y nonce, of'
ff6
obligation shall, bc null and vol 'alver
c tit in
ect the Owner and, Contractor t(.y extend ine which the, Owner may, accept'dic W&W
an %xrc c ment betw 1 N �Xegate bey<xid i"Imc fior
'Ing, sixty (60), day's in, the ag
of,noicc by the' Strety shall, not a, 'ly,t,()atiy,,Cxtcns,loil,cxccc!d�,'
PIP ts, andthe Owner and Contractorshall obtwinthe �w�h�:
s consent for
ified-inthe bid, do,curn,en
ace-cptance of -bids spect I
i y, (6q) tar ys.
an exten-sion beyond sixt
If this Bond is issuedin connection with a, subcontractor's bid to a Contractor, the term Contractor in this Bond shall
be deemed to be Subcontractor and the terns Owner shall be deemed to be Contractor.
When LhlsBond, bas, been,, furnishedtocomply, with, a, statUtory or requirernentlin tbv. locabion ofthe "Project,
i ment shall, be deemed deleted herefrom and
Lmgwith veld sta-tutory or require
any provision, in, th is, Bond conflic deemcd. i cor d he J . Whet,, so
roep f g tory or otber legal, regairemem sbaeH be In puratc, rdn
C,011 to su,6 statu
fuxnis"hed,the intentlis, that, this, ° ,nd sballbe consoxtued, as a statutory bond and not as a common law bond.
Signed and sealed this 23rd day of February, 2026
DiMeo l rothers, Inc
lo
Y10
(31
4'Camille Bartyze ell
/601
-T.
John DiMeo, Sec Teas
d1010
rah Insurance Company
(Sure*)
Ilk"
� ���"
glitness) ohn Nelson, Dept. Mgr. 000P
ell"
J
Chris Bassler, Attorney -In -Fact
"anon of suwty on
By arrangement, with/ tbe A n imstitute of Architects the National, Assoc') , on
men,
Producers (NA'S13P) , �Avw.nxoLlj Wff ma s, tl�s, fonn document, avat lible �to, It,% members,, affiliate,4i,� and
"br Use the re&-x c0tuv, ety Ines,
associates in, Microso W-Ord f6rMat t ln� r -,of stir, ' bus,"'' s. NASBP vouches,ffiat
'in ,A , Al _ Doeumen
the text t A-3 1 0�_201 0, Bid Bon&
the ongmal, text of thuis, document confGnnfs Cxactly to Ite1w ,
bo 4 . eLmentby-users, so ic wfb I revi o IF Ws
t moddi c bemade �to the on'ginall text of ft do
Subsequen tri adons may
execu,fion or acceptulco.
wording and consultation with an attorney are emloiffaged before its completio
45731
T)jis,Power ofAttorney limits the, avpv #f,gisose named herein, and they have no authority to bind the Company except in the manner and to the extent herein stated.
Not validfor Note, Loan, Letter of, Credit, Currency Rate, Interest Rate or Residential Value Guarantees.
POWER OF ATTORNEY
Know, Ad, Persons fly These Preseuts: administrative office in Jersey City,
That the ArchInsurance, Cornpany, a, corporation orga,1111,zed, and existing under the laws of the State of Missouri, having its principal ad
New ,'Iersey to as; the, "Company") does hereby appoint:
Chris Basler, Jones Tragos, Monica Kalman and Roneelynn Keift of Northbrook, IL (EACH this power, for, and on, its heltalf as surety, and asits �act and deed:
its, true and, lawful execule,,seal,and deliverfromthe date of issu9n,,0e of I "ItIn- I
I p'li oas,,, in, the penal sum,not exceeding One 'undred, lift Dollars (il
4s undertakinggs, recognWAnces and other surety 6bi dollar I "�injj`of authority as set forth
and, ill bon esair-e oblIgotio'n to be split into two orniorc bonds, in order to bring each such, bond, within, the dolt i
his aotboritydoes not,P&Mlitth
herein.
The cx,ccutionof m, ich bonds, undcrtakings, recognizances and other surcty obligations in pursuance of these presents shall be as binding upon the said Carnpany as
fully and ainpky to -all intentsand purposves, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal administrative
0 ffi c 0,, iji-icr sq, City,, N c w J ers cy.
",r'h r of Attorn ely isexecuted bystithod, ty of resolutiOns adop'ted by, tuiwiimous consent of the Board of Directors of the Company on August 31, 2022, true and
is powe 'b Bill fo rosa on d effect;
accu rate copics of whii ch are hereinafter set borth .and herciby certified, to, by the undersigned Secremry as ejug in -v or their
We It �,e 'or Vice President, of the Surety Business Division
dent,, or 11b,le, Executive Vi President or any S nJ 4
VO(IrED,''That theChairmn of the Board, the Pre$i
led, with the Secreta , or the Secretary —shall have the power and authority to appoint a. eats and attarneys In lac and to
appointees des, wrt(Ifig, and, fi ry,
powers of attorney.to execute on bebalf of the Companyo and attach'the scal of the Comm any
the limitations set, forth in, their respe Agents '0
authorize them Subject,to, ers, of Cornpany rnay appoint Agins fir
t erw andother surety Obligations obli"Ptory in thenalture she reo, and any such offic
h �o, honds,'undertaki"Ings,
acceptance of process."
This Power of Attorney is signed, sealed and certified by facsimile under and by authority of the following resolution adopted by the unanimous consent ofthe Board of
Directors of the Company on August 31, 2022:
VOTED, That the signature of the Chairman of the Board, the President, or the Executive Vice President, or any Senior Vice President, of the Surety Business
Division, or their appointees designated in writing and filed with the Secretary, and the signature of the Secretary, the seal of the Company, and certifications by the
Secretary, may be affixed by facsitrdle on any power of attorney or bond executed pursuant to the resolution adopted by the Board of Directors on August 31, 2022, and
any such power so executed, sealed and certified with respect to any bond or undertaking to which it is attached, shall continue to be valid andbidpoeCompany, In Testimony Whereof, the Company has -caused this instrument to be signed, and its corporate seal to be affixed by their authorized offirs, this 15th day
of September, 2025. dA eel
Arch Insurance Company
Attested and Certified
IVA Stephen C. Ruschak, Executive Vice President
Regan Shulman, Secretary
�' ��
STATE OF PENNSYLVANIA SS
COUNTY OF PHILADELPMA I SS dohere�by certify thatRegan A,, Shulman and 11 Ste I p hen C. Ruiscfwk personally known to me to b�e the same- PerSQn-sW`h09e'`oaCs
1, Michele Tripodi, a NotarY, Public, of the, A 1, a Corporation,, organized and exisiting under the, law's, Hof tlie State, of'
'Executive Vioc President rch Insurance Company thorized signed,,
are regectfive'ly as Secretaryand' led that they being tbvreunto duty au 11 1
i severally,a�cknowlcdg ,
poared beforeme Otis day In person, and,, i or the uses and,
M'j$sour',, su tary act,s,f
t bscnibed, to die f6regoing iiistniment, up
i lie Ikee and, voluntar ofsaid corpotation, and as their own —free and, �vol,un
and delivered, the sai'd ins-turnent as t y act, 0
scaled with,, the corporate sie,41, a
purposes therein set forth. c4mrnomv*40,01 p 01"41tf000 . 1,404ry 34#3,
0
fyplutlic *1*100,TtIP014 Nas blic
P h I'm 0 411 P hIll 4 ro 0 0 MY No', oar U
Mich', e podi,,No
My *Xnn" '029 ,$Jqo ox pits* July 311. 2 commission expires 07/31/2029
MY
c,E,R1'jFlCA`T1ON' 11, 51, 12W on 4dial f of the
Regan, A. shillmati, Secretary ofthe Arch Insurance Catripany, do hereby CW,i fy tbat the attathed Power of, Attorney dated Se, tember 5 date of
I'll f fta Since the date and is in,, fh11 force and, effect, on'the
person(ss), as listed, above is atrue and, correct copy and that thesave has beenin'. ull, force and e tsiden(,,was on the date of execution
-ir of Attornq, as Executive VictPr N,
c said Stephen. C. Ru,scha'k who elxvcuted,the P,owL
cettifficate- and I do4orther, certif
"I y that the
of attached, Power of Aftimmey the duly el"Wed Hxecuti�vc- ' ice President ofthe ArchInsurance, Company.
11 1 V 'I of the Arch Comp eb J, r
IN, IvEST,,, j�MONV,'WtW'RrKOFp I have hem -unto substritwd, my o a, me and,, a ffixed the corporate sea any on chi or F a V
2026 w
A. Shulman, Secretary
ed
limits, the acts., of those nam therein to the bonds and undertakings specifically named therein and they have noauttivrity to bind the Company
This Power of Attorney
except in the manner and tothe extew Merin stated. THE FOLLOWING ADDRESS:
PLEASE SEND ALL CLAIM INQUIRIES RELATING TO THIS BOND TO
Arch Insurance Company Claims Department
Surety Claims SM
P.O. Box 542033
Omaha, NE 68154
sur
ro verify the authenticity of this Power of Attorney, please contact Arch insurance company .--t SuretyAuthentic&Mnl tS
d.
the detaih; of the bond to vohich the power is attar
he
Please refer to the above named Attorney -in -fact arx-i
Printed in U.S.A.
AICPOA040120