Loading...
HomeMy WebLinkAbout9.1 Motion to award a contract for the 2026 Street Resurfacing — Group 1 project in the amount not to exceed $3,500,000.Subject Meeting Fiscal Impact (Y/N) Dollar Amount Budget Source Category Type Information Item Cover Page Motion to award a contract for the 2026 Street Resurfacing — Group 1 project in the amount not to exceed $3,,500.,000, February 17, 2026 - REGULAR MEETING OF THE MOUNT PROSPECT VILLAGE BOARD Y $375007000.00 Motor Fuel Tax Fund VILLAGE MANAGER'S REPORT Action Item The Village of Mount Prospect maintains 137.3 centerline miles of roadway. To preserve the quality and safety of the overall roadway network, the Village conducts an annual Street Resurfacing Program. In addition to street resurfacing, the program replaces damaged and deficient sidewalks, curbs, and drainage structures. The goal of the Street Resurfacing Program is to rehabilitate all Village streets on an average 20-year service life cycle. To meet this goal, approximately 6.85 miles of Village streets must be resurfaced annually. The budget amount available for the Village's 2026 Resurfacing Program is $7,118,454.00. This total amount utilizes the following fund sources: Motor Fuel Tax $3,500,000.00 + Street Improvement Construction $3f6l8f454.00 = Total Authorized Work: $7,118,454.00. Historically, the entire budget amount available for the resurfacing program was included in one construction project. This total amount was typically larger than other nearby communities and limited the pool of contractors available to bid on the project. Last year, 2025, staff split the resurfacing program into two projects to attract more competition and smaller contractors. Four proposals were submitted in 2025, and unit prices were competitive. For comparison, the Village received one proposal in 2024, and two proposals in 2023. Based on the success of last year's program, staff determined that the two -project approach is appropriate and will be implemented in 2026. The two street resurfacing projects are referred to as Group 1 and Group 2. The Group 1 Project utilizes Motor Fuel Tax (MFT) funds and was routed through IDOT for review and approval. The length of improvement for Group 1 streets is 3.69 miles of roadway at various locations throughout the Village. Attached are a location map and a list of streets to be improved by this project. The Group 2 Project utilizes Street Improvement Construction Funds and is coordinated and performed in conjunction with the Village's water main improvement program, which is a separate bid project (no water main work is included with the Group 1 project). The length of improvement for Group 2 streets is 3.30 miles. The overall length of the 2026 Street Resurfacing Program (Group 1 plus Group 2) is 6.99 miles. A Notice to Bidders was posted on the Euna OpenBids website on January 6, 2026, and in the IDOT Contractors Bulletin on January 8, 2026, and January 15, 2026. Eleven (11) general contractors obtained the bid documents. On January 26, 2026, at 1:00 pm, sealed bids for the 2026 Street Resurfacing Group 1 project were publicly opened and read aloud. Seven (7) contractors submitted a bid for this project. Below is the engineer's estimate and a summary of the bids received, from lowest to highest: :..-111111 11111 Amount • - . . 31062,207-35 BuildersPaving, LLC $ 00 Schroeder Asphalt Services $ 3,226,214.28 A. Lamp Concrete Contractors ,_ 3,364,891.75 Everlast Blacktop 3,454,079.49 . • - Construction 3,461,984.84 Construction,McGill $3,506,552.84 Engineer"s Estimate i 314821289-75 The bid submittals were checked for accuracy. All bidders submitted the required bid bond in the amount of 5% of their total bid. These bidders also correctly signed their bid and bid bond. Discussion A total of seven bids were received for the Group 1 Project. The overall number of bids received is greater than in past years, likely a result of bidding for the project early in the construction season combined with the overall competitive environment for work of this size and scope. Bids ranged from 12.06% below the engineer's estimate to 0.70% above the engineer's estimate. The low bid from Brothers Asphalt Paving is 12.06% below the engineer's estimate, and $437.,792.65 below the budget amount. Review of the unit prices showed that most items fell within a nominal percentage difference and/or dollar amount difference from that estimated by the engineer. It is noted that a better-than-expected price was received from the low -bidder for the asphalt removal, asphalt placement, and traffic control items. For reference, a copy of Brothers Asphalt Paving bid submittal is attached. The low bidder, Brothers Asphalt Paving (Brothers), has not previously completed work within the Village. Staff reviewed references and spoke with representatives from the following municipalities where Brothers completed similar work in 2025: • Village of Algonquin • Village of Addison • Village of Bloomingdale • Village of Carol Stream • City of Rolling Meadows The message received from the municipal representatives was consistent and positive. Representatives stated that they were satisfied with the work provided by Brothers, and that Brothers was capable, responsive, and good to work with. None of the representatives expressed any concern about Brothers being able to complete the work associated with the Street Resurfacing - Group 1 Project. Staff recommends including a contingency in the project award to allow for quantity variances, unanticipated construction conflicts, and the potential to include street resurfacing improvements to additional streets. An award equal to the established budget of $3,500,000 results in a 14.3% contingency compared to the bid amount. Staff will monitor the status of the quantities expended throughout the duration of construction to confirm that all streets planned for resurfacing are improved accordingly. Contingency dollars, if available near the end of the project, will be used to expand the limits of improvement to streets of greatest need, allowing the Village to utilize favorable prices to further improve the overall roadway network. Alternatives 1. Accept the lowest cost, responsive bid for the 2026 Street Resurfacing Groupl Project. 2. Action at the discretion of the Village Board. Staff Recommendation Village staff recommends that the lowest -cost responsive bidder, Brothers Asphalt Paving of Addison, Illinois, be awarded the 2026 Street Resurfacing - Group 1 Project at the full Motor Fuel Tax budget amount of $3,500,000. Attachments 1. Group 1 Bid Tab 2. Group 1 Brothers Asphalt bid 3. Group 1 Location Map 4. Group 1 Street List V W CL a 0 N LM O O N Z d0 0 lD r _ N Z �� F- i J � O m LL O W }� m � 0 Q N 00 J 0 J N O O O O O O O O O 00 [V Ln Ln Ln 0 0 0 Rq 0 0 0 0 Ln O O O Ln 0 0 0 0 0 0 0 t O o 0 0 0 0 o N 0 tD M N M r-I M M O t.0 O O O O I� M Ln 0 [*l 0 0 M M O� M L V O O u1 O O O O u1 01 I� O r4 4 M 6 o0 6 00 u1 o0 O O M I� [V O r4 0 u1 rV I_� O O O ` = 01 00 r4 O O O tD rl M rl 00 I� m u1 N O u1 mt U Ln N zt M M 00 to tD m rl rl O u1 m can N 1p zt O Ln O N fV ri m O ri M o0 Ln N O Ln O u1 1p zt Ln a1 00 F m ri �q N ri c 0 � rl N Ln I� N rl I� I� O tD rl I� rl O rl l0 00 44 11 t.0 qt M M rl Ln m t.0 M Ln 44 44 dA - r-I tn• tn• M M I� •i/)- tD M O 0 1^ 1j)- m N i^ tn• r-I N O M V)- tn• tn• V)_ tn• tn• tn• tn• tn• V)- ::I- .� tn• tn- tn• tn• rl tn• I;t 1;t lD tn• 00 tn• r-I tn- to tn- 0 a s (A o o o o o o ozi- o (,D zt m m Ln m m o w m o0 o o Ln o o o m o o Ln Ln o o m c Q O O O O O O O O O M u1 N 00 Ln O r-I Iz;j: 00 N 00 O O" u1 Cl O N O u1 " r 00 tD 01 L m rl rl Ln O O ri M ri t,D I� Ln I� cV r-I M o0 � tD O O O I� N M O N O I� (10 00 tD cV O Lon 1p fV N N tD 00 N JI)- tn- 00 00 J^ N M tn- tn- IA- tJ)- N I� Ln rl ;t Ln I� (V Ol 00 a) O O ri rl _Ln t 4-1 tn- tn- tn- tn- tn- V)_ _Ln in tn- i^ -tn- tn- to tn- tn- il)- tn- t4 RZI- dl tD O I� 00 tn- V)_ to n- i^ � V -V)-•cM- tjn- tNn- 0 +� 0a r4 0 0 0 0 0 0 0 m O o 0 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o c 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 o c . o0 . O . �n . 0 . 0 . 0 . 0 . M . m . O . tD . �n . O . tD . N . O . u1 . . N . O . 1p . N . 0 . 0 . 0 . 0 . 0 . 0 . 0 . 0 . 0 . 0 . o0 . 4 c 4-, N tD N O Ln O O I� 9t N M N M r-I r-I 00 O cV M Ln I� Q0 O Ln O O O O O O O Ln �� R cn rl Ln � O � O O fV r-I I�t t.0 r-I M fV M I� O O I� M � 00 O I� M W M tD 9t N IZT � 0 qzt r N tn- r-I N M N M r-I I� I� tD r-I I� r-I 00 tn- Ln r-I zi O [V 9t tD W [V M I� M M M M N tn- V tn- tn- Rzl- Rzl- � tn- W M r-I (V IJ)- tn- fV I� tJ)- M N N Ln t4 tn- tn- t n qt in- if- in- in- tn- _Ln � t tn• tn• tn• N tn- � 9t t0 tn- 00 tn• rl tn- th tn- E W N i O O O O O O 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 c O O O O O O O I� O O O O O O O O O O O O O O O O O O O O O O O O O 0 L o0 r-� u� O O O O 4 rl 0 r� un O rV 4 N r-� o0 r%� CV rV r4 O O O O O O O O O n cV rl . CA r-I M I� 00 Ln a1 Ol M M N o0 r-I r-I 00 m O r-ir*-. O 0 000 O Or-i 0 r-I r-I V ri rl � N � W 4-J E +J C O �n Op �n O O Ln O rn m m �n �n m 00 O �n 00 0000 w� M fV Ln Ln Ln 0) 0 p r M W N 00 r-I r-I � N O � wLn� O r-I O N N W� N 0) M dl M M r-I r M rl m M � � I\ I\ N O r-I �n N cV N N Ln (*4 Ln, I� c cr Ln M rl r-I 0 rl ._ >->->->- H F— F— F— F— F— F— F— 0 0 0 F— >>> z D z z 0 0 0 0 'L 'L 'L 'L >->->- O O O D U U U U U O c O c� cr 0 0 c� O O O O o O o c cr 0 c1 cs c cO O O a a a a a a cf c1 o c U U� cn cn cn to cn F— F— w w w w cn to cn V)c n to to w w w w w w w w w cn cn w L +� C _ cu m E \ \ w 0 L-n U co N E J \ z a - a� V) Ln z = cli U \ ° ` O Ln ' O N N' M Ol • X _ ca _� (D L= N E 00 rl rl J = J O O }' N U r-I r-I rl 06 06 f6 qA CA CO >— p � V) > _M Q Q Q Q a, L LL - U U QJ Q Q) L � L 0 - L L � L x a Q� O E N >, F- >` F- >` F- 4-J U > �_ •V � O U N X i co LL LL H e cu 4 L U O?S — 0C c6 �.n M M m� a-+ V) N E O i t/) to 0 u V' V' V' V — � > aj U > DC DC DC O m \ \ _ ai Q � o?S co o2S 0O > O cn E ca i O E to to to L w p = N _ t.0 = 00 ca > tJ) oD c/) -0 U — ca E — .� U U U Q DC N N Q > O iU vi Vi vi O E ±' ±' 0 _ �n �, N N N •— ca N s N s N s N s U U U E E \ N � i i i p p \ a Q v — V +_+ > _O •� Q v v u p a1 m a1 v v +-+ +-+ N vi vi ~ Q Q m m Q Q Q O O O U DC > � � � (n � Q 'N 'N vi to Ln - U X +-+ c6 +-+ cu Q_ Q_ Q_ X N +� X X U U U = — �C — ca > • � >' N to N cn N to >� � c6 m ca m — t�A t�0 Q O cn w w w 0 0 0 w +-+ �_ to to +� N L 0 p U U O E +� L 4A 4A N cn N cn N V) > +-+ +-+ +-+ E E F U U +i U a > L L L � � aU-+ aU-+ � N G� w ELO C6 ——— C6 C6 ca O a-+ O O O O O O L � — U U � U i O O O L L — C 3 H }' w Q Q U U U o_ 2 m 2 2 0 0 0 w cn p_ Q_ D Q_ 2 0 ci ci ci ci ci U U cpn t1 F O r-I c'V cM � Ln w I� 00 Ol 0 � [V m � Ln tD I� 00 Ol 0 r-I N M qt Ln w I� 00 Ol O N M z r-I r-I r-I r-I r-I r-I r-I rl rl rl N N N N N N N N N N M m m m M c V W CL a 0 N LM O O N Z d0 0 lD r — N Z •u Q i J =3 OLL m O— W }� m � 0 Q N 00 J 0 J N LL 0 0 0 0 0 0 O m m 0 0 0 O 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Q0 c 0 0 0 0 0 0 o ri m o o Ln o m o 0 0 0 0 0 m o 0 0 0 0 0 0 0 0 0 0 0 tD q . 4 . o . o . N . un . o . O . o . r4 . 00 . 00 . r\ . un . o0 . �o . o . un . cm . 4 . �n . M . 4 . o . o . O . O . o . 0 . 0 . 0 . o . O . gi . M c gi 13 M r-. N o N r\ r\ N ri m o0 t m 0 mt�o r\ r\ m Ln o o m o 0 0 0 0 0 m R4 Ln r (A O � Ln o0 rl 00 M l0 M l0 00 N l0 r\ r-I M M N l0 N M Ln Ln N Ln O r\ 0 W fV I� Ln r\ L M rI N Ln m M ri ri rI ri r.. m m � 0 N r*-. � Q0 � N � � M r\ m (.0 00 V -U )- IA- IA- N 4:1- r\ tn- N m rl vi- tn l0 M tn- tn- 00 N O ri rl tn- tn- tn- Ln t/- tn- tn• tn• in- tn- M 0 R -Ln -Ln -Ln N qt Ln t o V)- 00 -Ln rl tn- -Ln to to tn• tom- t!� tn- tn• tn- U H m m N O O O o0 O O O M rl 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 0 0 0� 0 0 0 0 0 0 0 m O �n O O O �n �n O �n O O O O O O O O O O O O �n c QJ . R4 . N . N . 00 . Ol . N . N . 4 . O� . . rl �n . 01 . R4 . N . 4 01 . 00 . (,0 . M . tT r\ . O . O . O . O . O . O . O . O . O . O; . r4 . rl c M CV cl V r lD M N tn- 1^ 0 rI tn• (N M i^ -Ln-Ln V)-N r--. rl r M lD lD 0) O 0 Ln O O 0 rl rl ih i W N tn- i^ tn• tn• ih ih tn• rI rl tn• V)- ih i^ tn- 1^ tn• tn• 1^ Ln N o0 Ln a) ri -u} in- O -Ln -Ln tn' rl rl M rl M • V tn- to tn- tn• tn- �A � E O O O O O O (5 O a) O O O Ln O o0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 ' U. 0 . 0 . 0 . 0 . 0 . 0 . 0 . 0 . ZY . 0 . 0 . �n N . �n . r\ . M . O . N . O . O . O . O . O . O . O . O . O . O . O . O . O . O . O . M O O O O O O O 01 rl 01 01 � lD o0 �n (,O � 4 rV 0-4 c; Ln* 0 0 c; Ln' O O O O O O r\ - Ln O qzt O Ln O r\ rl � N N 00 O 1;t a) N M rl M Ln Ln N � Ln Ln O N O O Ln Ln O N o0 c Vf CA N rl O N O rl O M M M Q0 l0 r*-r-I Ln m r*-r\ 00 � M r\ r*-t,0 r,-- N m N m Ln Ln 3 i 0 \ CD \ M \ 4 \ Ln \ QO \ N \ rI \ C) \ N \ N \ rl \ 0) \ Ol \ CD \ qt \ 4 \ N \ �� \ \ M \ M \ rl \ m \ 1 m \ Ln \ M 1 Ln \ N \ I� 0 u tn- tn- tn- M M r-,tn• O qt V)--Ln (.0 tn- N cV M N tn- tn- tn- V)- 9t tn- V)- tn• tn- tn- V)-rI t u U _ i^ i^ i^ N l0 Ol tn- rl i/)- ifs ifs m i O V a� o 0 0 0 0 0 0 o ri o 0 0 Ln o ri Ln o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 Ln c L- o 0 0 0 0 0 Lq oo O Lq Lq Ln N Ln O M O (3� o 0 0 0 0 0 o O O o 0 0 0 o Ozi: r c Sri o to Ln o0 o m m o Sri Ln r; o o ri of w r-. o 00 0 Sri o 0 0 m o o Sri Ln o m ri O (N M N M o0 rl tn- tn- M M tn- M M tn• tn• tn• tn- cV o) m rl q Ln � O :i- O Ln N � rl tn- tn- i V tn- to to to to to to to to to to to to tn- tn- tn- -Ln -Ln l0 0') (.0l0 tn- O tom/) tor) rl N rl (",4 V tn• tn- tn- tn- E J •� a +� Q0 0 Ln Op Ln O O Ln 0 rn � ro ro Ln Ln m � 00 � O Ln 00 0000 Q0 � M fV Ln Ln Ln 0) 0 p c �O N r-I � � N Q0 O 0 0 r-I � � N N lO N Ln a) M r-I r\ \ rl 0) m r., � � I\ I\ N O rl Ln N cV N N Ln N r\ c qz;j- M Ln � 0j dl 00 ri M cr Ln M rl rl 0 4-1 >> z>->->->->-::) z z 0 0 0 0 'L 'L 'L 'L >->->- O O O D U u U U U>- >- 0 c 0ccr00c000000 oc�crcrcresc�c�OOO Q Q Q Q Q Q 0cro c U U F— V) V) V) V)v) F— F— w w w w cn cn cn V) V)v) v) w w w w w w w w w cn cn w L +-1 C _ L.n cu m r4 E \ �.n \ 0 cu U N J Ln cu -a E \ z pi - bo aJ U \ °z ` �n Q U� N ' M Ol • X ctz ca L N E = 00 rl rl J tL = J O O }' N ai co ai rl rl rl co co cu tw Ln dJ CO >,� p ai cn QJ QJ CD — roU > _M Q Q Q Q ai E w E L - U U QJ Q L L 0 - � x a O N >` >` >` (z Q Q >� cu Va O L W L W L W QJ E F- F- F- U i AJ co L.L L— L.L � a e •V � U a-+ a-+ a-+ °� O6 N oC X �.�') M Lli M Lli m a-+ tL 4-1 CD a) � � � + L � � � � U — cu cu � � E � � � � O i CL c/) V) M O u V' V' V' V cu > U ca > O DC DC DC cn O L \ \ _ U 06 co 06 � O tw 0 i � cn cn cn � � w I � p U N l0 00 co > V) oD V) -0 -0 -0 U — ca E — •� w U U U Q = o- tL Q > O iO aj vi cn vi O ±' ±' >O _ u1 �, N N H H dJ ca •— co — c N s N s N s tL ca H ca s U U U E E \ N i i i p p \ Q a. v V +_+ > _O CU •� Q v v u p dJ ca cu m dJ dJ dJ +-+ +-+ N vi vi ~ Q Q 4J 4J Q Q Q O O O= U DC > Q 'N 'N vi a cn - U x +-+ m +-+ cu o_ o_ o_ C N x N +� x x U U U —— �C ca > •� >' N cn N cn N Ln w w 5. F cc m cu m N — t�A t�A O cn w 0 ca w +-+ c0 -0� cn cn +� L p ai E E E u uLn O E -C +j L t xo t o cn V, cn cn cn cn V) > +-+ +-+ +-+ O D U +� u Q > L L L � � N u u c N QJ G- UO to ——— C6 C6 ca O a-+ O O O O O O L � — U U � U � i O O O L L — CD }' w Q Q U V U o_ 2 00 2 2 0 0 0 w cn o_ o_ M o_ 2 0 can U- U- ci ci - U U V) chin H F O r-I cV M � I_n lD r\ 00 0) 0 r-I N M Ln CD � 00 Ol 0 rI cV M 9t I n (.0r-.. 00 O) 0 rI N m � L z rl rl rl rl rl rl rl rl rl rl N N N N N N N N N r*-4M M M M M c Bid Request For 2026 Street Resurfac'mg so; Group 1 BID OPENING: January 26th, 2026 — 1:00 P.M. Local Time Mount Prospect Public Works Department 1700 W. Central Road, Mount Prospect, Illinois 60056-2229 NOTICE TO BIDDERS Bid for 2026 Street Resurfacing — Group Sealed bids will be received until 1:00 p.m. on January 26th, 2026, in the office of the Village Manager, 3rd Floor, 50 S. Emerson Street, Mount Prospect, Illinois 60056. In a separate, sealed envelope please submit bid clearly marked: "Sealed Bid for 2026 Street Resurfacing - Group 1 " The project consists of resurfacing approximately 3.69 miles of local streets at various locations throughout the village. The project includes but is not limited to the following bid items: HMA Surface Removal 311 1 HMA Binder and Surface Course, Curb and Gutter Replacement, Sidewalk Replacement, Driveway Replacement, Utility Structure Repair and Replacement, Thermoplastic Pavement Markings and Storm sewer. Illinois Department of Transportation Prequalification is required. Plans and specifications may be obtained at the Village of Mount Prospect's Euna OpenBids website by using the following link: www.mountprospect.org/bids All work und,er� this Bid and the resulting contract shall comply with the Illinois Prevailing Wage Act, 8�20 ILCS 130/0.01 et se and and the other applicable laws and ordinances. Offers may not be withdrawn for a period of ninety (90) days after the bid date without the consent of the Board of Trustees. Any Bid submitted unsealed, unsigned, sent via email or fax or received subsequent to the aforementioned date and time, will be disqualified and returned to the bidder. The Village reserves the right in its sole discretion, to reject any and all bids or parts thereof, to waive any irregularities technicalities and informalities in bid procedures and to award the contract in a manner best serving the interests of the Village. Questions regarding this project should be directed to Matt Lawrie, Village Engineer, Village of Mount Prospect, Public Works, 847-870-5640. Village Manager Michael Cassady 11fin D`i wtm 'Of, mftnsporWon Proposal Submitted By'. Contractor's, Name Brothers Asphalt PayLing, Inc.. Con tTact 2Les Addre,,,,,ss 315 S. Stewart Avenue Local Public Agency Formal Contract Proposal ch State Zt Code I �Addison STATE OF ILLINOIS Section Number Coum Local, Publ'tc, let 26-00183-00-IRS Vi1lage of Mount Prospect r, T, p.e of Funds Route I S � Street/Road Name MFT` 2026 St. Resurfacing -Group I Proposal Only 0 Proposal and Plans F] Proposal only, plans are separate Submitted/Approved For Local Public Agency-, . ..... — - - — ------- --------- ..... For a municiplat rivir-LA I M; a Submitted/Approved/Passed e Public Works Director Released for bid based on limited review e ion n veer Si natr� at, A 1/2/2026 Checks or Proposal Bid Bonds, should be stapled together to prevent loss Note-. All proposal documents, including Proposal Guaranty when bids are processed. I of 6 BLR 12200 (Rev. 01 /19/23) Completed 12/31/25 Page LocaPublic ens I Alt Section Number Route( _.(StreeV'Road Name, l paCOU Vll[age of Mount Prospect Coo �26-0,0183-00-RS 2026 St. Resurfacing -Group 1 k '14 Sealed proposals for the project described below will be received at the office of Village Manager Name of Office 50 S. Emerson Street, Mount Prospect IL 60056 until 1:00 PM on 01/26/26 Address Time Date Sealed proposals will be opened and read publicly at theoffice of Village Manager Name of office 50 S. Emerson Street, Mount Prospect IL 60056 at 1:00 PM on 01/26/26 Address Time Date DESCRIPTION OF WORK Locatton Various Streets throughout The Village of Mount Prospect 3.69 Miles Proposed Im ' ,re vIernient HMA Surface Removal 3", HMA Binder and Surface Course, Curb and Gutter Replacement, Sidewalk Replacement, Utility Structure Repair and Replacement, Thermoplastic Pavement Markings, Roadway Patches and Storm Sewer. 1 . Plans and �ro �qsa�lfqr�ms will be available �inth�,e o�fficeo Mount Prospect Public Works Department 1700 W. Central Rd, Mount Prospect IL, 60056 Contact, Proiect Engineer W 1W -W W MM "R, All" Completed 12/31/25 Page 2 of 6 BLR 12200 (Rev. 01 /19/23) . ............ . ..... . . . .......... Village of Mount Prospect Cook, 001 83-00-RS1 2026 St. Resurfacing -Group 1 1. Prop osalof Brothers Asphalt Paving, Inc. Contractor's Name 315 S. Stewart Avenue, Addison, IL 60101 Contractor's Address 2. The plans for the proposed work are those prepared byVillage of Mount Prospect Public Works Department and approved by the Department of Transportation on Jan 8, 2026 3. The specifications referred to herein a,re those prepared by the Department of Transportation, and designated as "Standard Specifications for Road and Bridge Construction'" and the " Supplemental Specifications and Recurring, Specifal Provisions" thereto, adopted and in effect on the date of invitation for bids. 4. The undersigned agrees to accept, as part of the contract, the applicable Special Provisions indicated on the "Check Sheet for Recurring Special Provisions" contained in this proposal. 5. The undersigned agrees to complete the work within working days or by 08/14/26 unless additional time is granted in accordance with the specifications. tra be required to depost a. contract bondfor, thefull, amount of 6. Thesuccessfull bl",ddooo eratthe time f executinf the con etWil the awrard. When a contract bondis not required,, the proposal guaranty check will be, held in'lleu thereof Ifthis proposal is accepted Bid Bond of check shall be mid the underst"Ved fails ' toj execute a contract and contract bond as required, it, "I's hereby agreed that the forfeited to the Awarding Authority. 7. Each pay, itern should havea, unit phice and a total Price. If'no total price is shown or if 0 there, is a discrepancy between, the products of the unit price multiplied by the quantity, the unit price shall govern. If a unit price is omitted, the total price will be divided by the quantity 'in orderto: establish a unit price,,, A bid may be declared unacceptabit if neither a, unit price, nor a total price, is shown. 8. The undersigned submits herewith the schedule of prices on BLR 12201 covering the work to be performed under this contract. 9. The undersigned further agrees that if awarded the contract for the sections contained in the combinations on BLR 12201, the work shall be in accordance with the requirements of each individual proposal for the multiple bid specified in the Schedule for Multiple Bids below. 10. A proposal guaranty in the proper amount, as specified in BLRS Special Provision for Bidding Requirements and Conditions for Contract Proposals, will be required. Bid Bonds Will be allowed as a proposal guaranty. Accompanying this proposal is either a bid bond, if allowed, on Department form BLR 12230 or a proposal guaranty check, complying with the specifications, made payable to: Village of Mount Prospect Treasurer of The amount of the check is -five percent (5%) of the total bid amount Attach Cashier's Check or Certified Check Here Inth,e event that one proposal gua,ranty check is intend'edto cover two or more bid proposals, the amount must be equal to the sum of the, proposal paranties w hich wouldbe required for each individual bid proposal. If the proposal guaranty check is placed in another bid, prop osall, state below where it m ay be, fo und - The proposal guaranty check will be found in the bid proposal for: Section Number Completed 12/31/25 Page 3 of 6 BLR 12200 (Rev. 01/19/23) Local Co Section Number Routefs) (Street/Road Name) Village of Mount Prospect Cook 26-00183-00-RS 11?0,26 St. Resurfacing -Group I CONTRACTOR CERTIFICATIONS The certifications hereinafter made by the bidder are each a material representation of fact upon which reliance is placed should the Department enter into the contract with the bidder. 1. Debt Definq,tiency. The bidder or contractor or subcontractor,, respectively, certifies that it is not, delinquent in the payment of any tax administered by the Department of Revenue, unless,the, individual or other entity contlesting,, in accordance with the procedure established by,the appropriate Revenue Act, its fiabibity, for the tax, or the 'amount of the tax. Making a, false, statement voids, the contract and allows the Department ,to recover all amounts paid to the individual or entity under the contract in a civil action. 2. Bid-Rigging,or Bold Rotating. The bidder or contractor or subcontractor, respectively, certifies that it is not barred from contracting with the Departm, ent by reason of a violation of either 720 ILLS 5/33E-3 or 720 ILLS 5/33E-4. A violation of section 33E-3 would be represented by a conviction of the, crime of bid -rigging which,,, in additlon to Class, 3 felony sentencing, provides that any person convicted of this offense, or any similar, offense of any state or the'United States which contains w"th any, unit of State or the same elements, as this offenses be barred for 5 years fro the date of conviction from contracting i �lo'cal government. No corporation shall be barred from contrading,with any unit of State or local govemment as a, result of conviction under this Section. of any employee, or a, I gent, of such corporation if theemployee so convicted is, nolonger, employedby the, i , I corporation, (1) it has beenfinally adjudicated not guilty or, (2) if it, demonstrate s to the, governmental entity with w Wich it seeks to i , manded,nor pe,rWrned by a contract''that entity finds that the commission of the offense was neither author"zed,,, requested,, corn director, officer or a high an genial agent on behalf of the, corporation. A violation of Section 33E-4 would be represented by a conviction of the crime of bid -rotating whick, 'in addition to Class 2 felony sentencing, provi'des that any person convicted of this offensie,or anysimilar offense of any state orthe United �Stat es Which contains the same elements as this offense shall be permanently, batted from contracting with any unit of ate of Local government. No corporation, shall be barred from, contracting with any unit of State, or, Loca 19 overn rn ent as a result of a co nviction u nder, th is, Section of any employee or agent of such corporation if''the ernploylee so convicted is no longer employed by the corporation and: (1) it has been finally adjudicated not guilty or (2) if It demonstrates tothe govemmental entity with which it seeks to contract and thatentity, finds that the commission ofthe offense as neither authorized, requested,, commanded, nor, performed by a, director, officer or a high managerial agent on behalf of the corporation. 3. Bribery. The bidder, or contractor, or subcontractor, respectively, certifies that, it has not been convicted of bribery or attempting to bribe an officer or employee of the State of Illinois or any tinit of local government, nor has the firm, made an admission of guilt of such conduct which is a matter or record, nor has an official, agent, or ernployee of thefirm cornmitted briliberyor attempted bribery on behalf of the firm and pursuant to the direction or authorization of a responsible official of the firm. 4. Interim Suspension or S,u,spen�sion. The bidder or contractor or subcontractor,, respectively,,, certifiesthat, it is not currently under a 6 of` the Illinois AdminIstrative code. Furthermore,,, if suspension, as defined in Subpart, I of Title 44 Subtitle A Chapter Ill Part suspended prior to, complebon ofthis work,the contract or contracts executed,for the completion of this work may be canceled. Completed 12/31/25 Page 4 of 6 BLR 12200 (Rev. 01 /19/23) Local Public Agen2y colun Section Number RouteLs) (Street/Road Name 26-00183-00-RS 20,26 St. Resurfacing -Group 1 'Village of Mount Prospect C, o ol, k SIGNATURES 17 M =.- (if a partnership) Insert the Names and Addresses of all Partners (If a corporation) Corporate Name Brothers Asphalt Paving, Inc. Si nature & Date "I'Viw I 01/26/2026 Business, Add,,ress 1315 S. Stewart Avenue City State ... Zip Gode Addison I L 60101 Insert Names of Officers President", I Natalia Colella Completed 12/31/25 Page 5 of 6 BLR 12200 (Rev. 01/19123) Attest, . ... ...... . ..... . . ......... . . OR,,mmW0 ......... . .. .. .. .. .. .. .. .. . ......... . .. .. .. .. .. .. .. .. . . Secretary eicretaFy ........ . Nick Colella. Treasu re r Natalia Colella Completed 12/31/25 Page 6 of 6 BLR 12200 (Rev. 01/19/23) Min artmwt Schedule of Prices of, Transpollaon Brothers Asphalt Paving, Inc. Contractors Address C 315 S. Stewart Avenue Local �yillage ofMount Prospect Ro lVarloul's Streets Throughout the Village of Mount Prospect Schedule f- o r M, u 1 t- I P I e 8 i d s tier_ ter Section sTotal , Included in Combinations Combination Le . ........... on ons . .... Schedule for Single Bid (For complete information covering these items, see plans and specifications.) Item Number Items Unit . .......... . .. .... . Quantity Unit Price Total 1 _lEarth Excavation CU YD 266 _$65.00 $17,290.00 2 Aggregate for Temp. Access CUYD 80 $21.00 $1,0.00 3 Agg Base Course, Type B, 4" TON 115 $21 .00 $2141,5.00 Class D Patches, 211 SQ YD 1400 $25.00 $35,000.00 5 Class D Patches, 6" (Special) SQ YD 625 $60.00 $37, 500.00 6 Class D Patches, 811 SQ YD 900 $80-00 $72,000r00 7 Special Pavement Removal,- SQ YD 60 $21.00 $11260.00 8 HMA Surface Removal, 3.011 SQ YD 55005 $3.04 $167,215.20 9 Edit Material (Tack Coat) POUND 37149 $1.00 $37,149.00 - 10 HMA BC, IL-9.5, N501 1.511 I TON 4638 $86. 36 $400, 537. 68 �11 HMA SC, Mix "D", N50, 1.5" TON 4638 $8754 $4061010.52 - 12 onib Cone. Curb & Gutter Rerini, FOOT 225 $5.25 $1,� 181.25 13 Comb Cone. Curb & Gutter FOOT 265 $27.83 $7}374.95 14 Comb Cone. Curb & Gutter R&R FOOT 19413 $32.55 $6317893.15 115 Front Fill Comb. Cone. C&G FOOT 19578 $1.05 $20,556.90 ......... . 11 n­ I 6 'Sidewalk Removal SQ FT 390 $3.15 $1,228.50 17 �PCC Sidewalk, 5 SQ FT 715 $8.40 $67006.00 18 PCC Sidewalk R & R, 5" SQ FT 1038-78 $7.88 $818,558.64 19 Detectable Warnings SQ FT 916 $26.25 $24)045.00 20 PCC Driveway R&R, 6" SQ YD 1475 $70.88 $104,548.00 21 A Driveway Surface R, 3 SQ YD 733 $50.00 f $36,650-00 22 Driveway Base R&R, 8 " SQ YD 442 $ 10.00 $4,420-00 123 Storrn: Sewer SDR 35, TY1, 8" FOOT 75 $47.25 $3,543.75 ... 24 Storm Sewer SD1 35, TY1 1 101' FOOT 75 $52.50 1 $3,937.50 Printed 11/19/25 Page 1 of 2 BLR 12201 (Rev, 05/07/21) Loc cod f Section Nu,mber Rou (s 1Stree,VRqa,,d 'Name Wlage of Mount Prospect Cook ..... .... 125 011, 83-00-RS arious Streets Through LItem Number Items - ---- . Unit Quantity Unit Price.= Total � 25 Storm Sewer SCAR 35, TY1 1211 FOOT 25 $73.30 $1183,12-50 126 Structures to be Adjusted EACH 109 $420.00 $45,780.00 '27 Structures to be Reconstructed EACH 5 $992.25 $4, 961.25 ,28 Inlets, Type A, MP Frame & Lid EACH 2 $11680-00 $3,360-00 �29 Catch Basins, Type--A MP F&L EACH 2 $3,097.50 $6,195.00 30 Catch Basins, Type-C, MP F&L EACH 2 $1,706.25$3,412.50 3 1 Manholes, Type -A, MP F&L EACH 2 $2,808.75 $57617.50.��, 32 Sodding, Special SQ YID 250 $16.80 $4,200.00 33 Seeding, Special SQ YD 3504 $12.60 $44,150.40 34 The rrnoplastic PM - Line 4" FOOT 474 $0.95 -7 $450.30 i35, Thermoplastic PM - Line 6" FOOT 832 $1.58 $1,314.56 36 Thermoplastic PM - Line 12" FOOT 1592 $3.15 $5,014.80 37 'Thermoplastic PM - Line 24" FOOT 185 $6.30 $1 165.50 38 'T'hermoplastic PM - Letter&SYM .......... SO FT 00 $6.30 $31150-00 - 39 Traffic Contr & Protect, 701501 L SUM I $671550.00� $67,550-00 11140 Traffic Contr & Protect, 701801 L SUM 1 $2.00 $2.00 41 Mount Prospect Brick SO FT 500 $31.50 $1517 5 0 - 0 0 11 42 Mount Prospect Brick R&R SO FT 300 $21-00 ------ #� $61300.00 lidder's Total Proposal' 1. Each pay item should have a unit price and a total price. 2. If no total price is shown or if there is a discrepancy between the product of the unit price multiplied by the quantity, the unit price shall govern, 3. If a unit price is omitted, the total price will be divided by the quantity in order to establish a unit price. 4. A bid may be declared unacceptable if neither a unit price or total price is shown. Printed 11 /19/25 Page 2 of 2 BLR 12201 (Rev. 06/07/21) P (Minois Department F,r Of Transportation Viltage of Mount Prospect - . ........... Coun'' Section Number cook 800 3--RS 179 0 1 0 ..... L......... . �_J� WE, Brothers & r� , Incc,, as PRINCIPAL, and _�a It P aVl Western SurehLqom, anyas SURETY, are held jointly, severally and firmly bound unto the above Local Public Agency (hereafter referred to as "LPA") in the penal sum of 5% of the total bid price, or for the amount specified in the proposal documents in effect on the date of invitation for bids, whichever is the lesser sum. We bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly pay to the LPA this sum under the conditions of this instrument. WHEREAS THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that, the said PRINCIPAL is submitting a written proposal to the LPA acting through its awarding authority for the construction of the work designated as the above section. THEREFORE if the proposal is accepted and a contract awarded to the PRINCIPAL by the LPA for the above designated section and the PRINCIPAL shall within fifteen (15) days after alward enter into, a formal contract, furnish surety garnteeing the faithful performance of work,,,, and furnish evidence, of th ' e required insurance covlerage,4, all,[ as, provided in the "Standard Specifii,cations for Road and l3didge Construction" and applicable Sup pleniental Specifications, then this obligation, shall become voi& otherwaise it shall remain in full force and effect. IN THE EVENT the LPA determines the PRINCIPAL has failed to enter into a formal contract in compliance with any requirements set forth in the preceding paragraph, then the LPA acting through its.awardil authority shall 'immediately be entitled to recover the full penal sum set out above, together with all court costs, all attorney fees, and any other expense of recovery. IN TESTIMONY WHEREOF, the said PRINCIPAL and the said'SURE"TY have caused this "Instrument to be signed by their respective officers this 26th of January, 2026 ,ay Month an ear Principal Cloilin, a Name Compan,y, Name BrothersAsphaltPaving, Inc. S Si,nature & Date .aWnature & Date By: B y., 7 '1 /26112026 I .. ........ f TiFe Natalia Colella President E1' (If Principal is a joint venture of two or more contractors, the company names, and authorized signatures of each contract�A& W: 10 affixed.) el Surety Name of SuretySil, nature of Al�to�r'ne,,!I,-in-Faci,t!Slllli�,�� nature LAAk , Western Surety Company By60 ', J nua 2026,�� STATE OF IL ­­11 William "eidinger COUNTY OF Will I Zora Grace Mihelich a Notary Public in and for s 11d county do hereby certify that an( 15- (Insert names oll—ndWivid Cialls- 11 ning on bi, a f o(P, who are each personally known to me to be the same persons whose names are subscribed to the foregoing instrument on behalf of PRINCIPAL and SURETY, appeared before me this day in person and acknowledged respectively, that they signed and delivered said instruments as their free and voluntary act for the uses and purposes therein set forth. Given under my hand and notarial seal this 2.E6:t h day of January, 2026 Day, mant and ear (SEAL, if required by the LPA) 11i la Will �'�1CIAL" a:§'EFA L ACE MIHELICH 5Expires A L HE C H e of 1 0] III n Is 0 C)842 9 XP ir _ M: % I iic, State of Illinois commission No. 1008429 1 My Commission ExPires 0 9 April 14, 2029 Completed 11/19/25 Page 1 of 2 Nat,arr Public Slignature, & Date lei ate te commission expires BLR 12230 (Rev. 01/19/23) Local Public A I en . ...... Section Number ... Cook, �26-00183-00-RS Village of Mount Prospect ELECTRONIC BID BONU. Electronic bid bond is allowed (box must be checked by LPA if electronic bid bond is allowed) The Principal may subrnit andectronic bid bond in lieu of completing the above section, of the Proposal Bid and Form. By providing an electronic,bid bond ID co,de and signiri,, I g, below , the Principal Is ensuriing the, idenfiflied electronic bid, bond has been exec'uted and the Principal, and Suretly, are firmly bound unto the LPA under the conditions, of the bid bow as shown above., (If'PRINCIPAL J's a joint venture of �two or morecontractors, an electronic bid bond ID code, com pany/Bidder name title, and date must be affixed for, each contractor in the venture.) �nyffiiddNameNae . ...... . ..... . . . . ........ 0" ectroniCqrnpp c Bid Bond ID Code F- -- T Completed 11/19/25 Page 2 of 2 BLR 12230 (Rev. 01/19/23) Western Suret / Company POWER OF ATTORNEY APPOINTING INDIVIDUAL .,AkTTORNEY--1N---FACT t M u its Klum,v, en Rv "I'liese Prip-s,,ctits, That NV1,-',",tTFRN a Soil(h Dnkota 'C� oil - I'S ,I (111,11v ore.all zvl alld� llal� "If , OSmr o"Mt)iic1"Iall d SeaIleiv, I] affixed herebyul, ;iL prilicipaofficf� III the "ItyOIUX11a]]S11)(AtfSo"'nal)D:01a, iilI((�SbY Willia in Rcoidinggvt, Individ'unfly ilf I - -eby c -red to m , i� seal ajid expente forand oil its beh, of IL tstrive, alld lawful ili-Fact with fill] poxVel Md alltholit-y litm -oiifit pri In Tniiiinited Amounts — ,Suveh- Bond NNn: Bid on I PH11CIF 11: Brothers Asphalt Paving. Inc. Village of Mount Pro�pect ,d to bliul as fully 4aud to thq,,- Same exlent as if Such 111"trulneffis 'xcre slaiied by a Ofthe colP01"at'011 '111(lall the acts of,.al d Attomov. p,ursuam to the authcmity hereby givoi)-, art,� herobv riltifled "'llid (011fifilled- This Power of Attomey is itiacle and executed puiswant to alit d by afflholitv cat" the Authorizing Bey -Laws and Rewlutlons� pillited at the bL)tjorjj oftlus page. duly adopted. asdi icated, by the shareholderion s of the cot rat u I In Nyitiless WhereoU WES-MRN SU'RETY COMPANY has caused these preselit; to be si2gned by its Vice, Presideiit sod its cot vol"ite'seal to be hereto affixed (11, this 1. oth of January., 2 024 Al E r C 0 M P -A N Y WESTERN SURETY 7 . . . ......... . . ...... . . . . ..... . ........ 77 1,any K;v;teu, Vice President �Tate of South Dakota Como; of Milinelialla On this 10di, day of kanuary, 2024, before niepersonally came Lani, Kfisleu, to tile kiiown, vvho, beiury by ixte dLll�,` diddepcise atid sil-v� that lie rvstdes in the Clt)r Of SIOILX Falls, State of Sot.�th Dakota" that lie is a VICC, pres,idelit of X�TSTERN SURETY CGIMPANY dewilbed ill and which ( ek-Alted the ,,ibow ii Anu nit, thal lie the [d kiloNvs ill(, seal Of �wlid coiponitiow,' that tile seal affixed to the sald uistruillent is such coP0111fe that It was so ItlN, Boa of it to -jut lior i bv Ity. alicl icknowledne�,saine, to be the actaud deed of Said colporation Direaw.; of Said coo, poratim wid that lie sigiied his tiaiiie thereto puvsuallt to like atirliot' Z7� M. SENT IF NOTARY PUBLIC ),AKOTA, .Marcli 2--Z026-.--,,- IF6R�)SOUTHC (ZF, . . .......... .. .. ...... ........ .. CERTIFICATE I- Pailla Kolsnid, Assistant Secretary of WTSTER-N SURETY COMPANY do hereby ceilify that the Power of Attorlit�v llereijuibol�,-e set forth is citill ill fbrc`e"Xild fiii-thei- ceitih- Mat the Bv-Lav-v And Resolutions of the coll)0113ti011 pritited below this celllfic,'IleRfe still la force. Jii testint citIvvvijej�eof I sit bsuit bed and of xe(I tote seal of the said colpointion II)IS -)6tjl day; of January 2026 Noll 044'j*11, r WESTERN SURETY COMPANY �f it 0 . . . ........................... Msistank Secretary 1%,414-two 1 44,40 .Wt,hoi,izing By -Laws au(I Rmlifflons niBy-Lw�v ditty adopted by the shoareliolders of the C0111puly, This Power of Attoniq is illadewid execated pursumit to and by auid s of I f 11 g (*d ill the coivof�frate vlatilfl� olf th,4"? Cotnpgatiy Secttoti[ 7, Ml "o,", PowenN',"', o )ktioniey, or of th"k'� corpor-atiall "sha"D be exectit', �1, i;,)ffiCPr5, a?" the Roardo!" Djv�m),)1'4�ut,,,ay auttiolve. "Irlie pres,df tit, anl Presifte"11,t, !S"ecrtmall" alid Seeretan", 11111P Vzre bl)- michcilhi, , 1, vice,kesidet,v, " sectiviary, ary t'll-FaMor xge"nlsiwlw'� sh"'I'llhave akittwnit� -'s x� u x4 ic e "S" 0,,I,� I'luder 1" I h lie s c rl!wy, or of liel, ob, , gati oasi ol"'I wee's"s"t J afidity cif.any, Ix 1(15- p0helle"S", Power 4 Alto in t"I've, ujartw of tlle C'otut')�,trly, 11te, om"I'v'riaw, w- i�#, aQ, !or t1he., I he,,�tgnartireof arty, the coq,)*raTJA 510,411 1,11411Y I'lited by filesillu'le, idBrit, xflio has beeii atittimized pursuatit to the above Byla,%vio execut e power oil f attomeys obelialf'of Western This Power of Attoi,'I",vevis sigued by Larr� Kasten', vice Pretl surety Company. o, k1 ,h -d coi1) ora te 2s ea I wider zu idby fli e avi ClioIli ty ofthefoil Wil fatsPwerAtIOn1Vilwy b-sigaMby dittitasigjjaadsealed digital Or ottlerwiseelectrolicflIiltt et.i1tiAuti adott4d11tBarorctonofdiCouipany unalu niouswrattmi, consent clot the-7" day ofApill, 2022 I-, yand confinuarily coil s I g, 1, 1 aw porate doctuyieiit5 ms,d I)y cligital im vs� -1 -1 latili nd to i, Ti� RDS ()'L VED That it rs in tive b"e'st interest of tile Conip:iti.y to peri,odicaliv attf, confilln sire use of a digital oi,, othei-aise electi,ovic-fonviatled each to be considered tbi,%, ncl, ajicj of the Coinpany.' > owuer / Obligee Services --, Validate Bond Cov'erage, ifyou warit to Fw,rn F.10780-6-2023 Iffinois Depar tm ent Affidavit of Availability of lanspixtabon For the Letting of 01 /26/2026 Bureau of Construction Instructions: Complete this form by eithertyping ei r using black, ink. "Authorization to Bid" will 2300 South Dirksen Parkway/Room 322 not be issued unless both side of this form are, completed in detail. Use additional forms Springfield, IL 62764 as needed to list all work. Part I. work Under Contract List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or rejected. In a Jointventure, list only that portion of the work which is the responsibility of your company. The uncompleted dollar value is to be bayed upon the most recent engineer's or owners estimate, and must include work subcontracted to others. If no work is contracted, show NONE. Awards Accumulated 2 3 4 Pending Totals Contract Number Contract With Estimated Completion Date z < Total Contract Price Uncompleted ollar Value of Firm, is the Prime Contractor U ncompleted DollarValue if Firm is the Subcontractor Total Value of All Workl Part Il. Awards Pending. and Uncompleted Work to be done with your owns forces. List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces. All work subcontracted to others will be listed on the reverse of this form. In a joint venture, list only that portion of the work to be done by your company., If no work is contracted, show NONE. - ----- Earthwork i Portland Cement Concrete P ing° HMA Plant Mix HMA Paving Clean & Seal Cracks/Joints Aggregate Bases, Surfaces Highway, R.R., Waterway Struc. Drainage r Electrical Cover and Seal Coats , Concrete Construction Landscaping Fencing ,Guardrail Painting Signing Cold Milling, Planning, Rotomilling Demolition Pavement Markings (Paint) Other Construction (List) Totals iscl'osure of this informationP is REQUIRE to accomplish the statutory, e as outlined in the "11,11nois Procurement Code Failure to com ly will result ... in non -issuance of an "Authorization To Bid." This form has been approved by the State Forms Management Center,, Printed 01 /13/26 Page 1 of 10 BC 57 (Rev. 02/16/21) :Part 111. Work Subcontracted to Others. For each contract described in Part 1, list all the workyou have subcontracted to others. i 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 2 3 4 Awards Pendi Notary 1, being duly sworn, do hereby declare this affidavit is a true and correct statement relating to ALL uncompleted contracts of the undersigned for Federal, State, County, City and private work, including ALL subcontract work, ALL pending low bids not yet awarded or rejected and ALL estimated completion dates. Officer or Director Natalia Colella Title President S nature late 01 /25/2026 Brothers Asphalt Paving, Inc. Address 15 S. Stewart Avenue State Zip Code, Adson IL '0101 Add pages for additional contracts Subscribed and sworn to before me this 26th day of January {Signature of Notary Public} My commission expires 05/01 /2029 OFFICIAL SEAL . NICOLA COLELLA Notary Public, State of Illinois Commission No. 784580 LMy Commission Expires May 01, 2029 (Notary Seal) Printed 01 /13/26 Page 2 of 10 BC 57 (Rev. 02/16/21) .......... t parment T port n of ra Affidavit of Illinois Business Office Local Public Aqqency Count Street Narnia/Road Name, Section Number lVillage of Mount Prospect 9;i ok 2,026 St Resurfacing -Grp 111216-00,-183-00-RS -1-C 1, Natalia Colella . . ....... - of Addison Illinois State of Affiant Name of Affiant City of Affiant being first duly sworn upon oath, state as follows' As halt Paving, Inc. 1. That I am the President of Brothers officer or Position Bidder 2. That I have personal knowledge of the facts herein stated. 3. Thatp if selected under the proposal described above, Brothers 'Bidder rig, Inc. will maintain a business office in the State of Illinois, which will be located in DuPage County, Illinois. County 4. That this business office will serve as the primary place of employment for any persons employed in the construction contemplated by this proposal. 5. That this Affidavit is given as a requirement of state law as provided in Section 30-22(8) of the Illinois Procurement Code. Notary Public State of IL County DuPage Si ned (o r subscribed or attested) before me on 0 1126/26 by (date) Natalia Colella (names of peirso,nTs)-' Brothers Asphalt Pav,iaglt Inc. Bidder O;FFICIA'L SEAL ,NICOLA COLELLA Notaty tjAte, 01 Illinois 79,45,80 10,tes, MON 01 ,202.9 Y Slanature, & Date ame of Affiant ,N Colella , authorized agent(s) of M my commission expires 05/01/29 Completed 01 /22/26 Page I of 1 BLR 12326 (Rev. 01/20/23) 2' CL CO E co m E E m a) :3 a 26- O) C: C> 0 j m > (L 2 oo 2 r- Ln .0.0 4) co m CD w Z x co L- CN CN (1) 0) to o co oc 0) Z 75 o (1) . cc M 0 04 C.4 C:) CN C)o m 0 = (D Cf: 0 L.w 't, � u 43 (VIA 41 a 1 2 :31 1"0 0 'E 1 C 4(0 0 CD 2 11 a. -W C: 0 E 0 C 4-0 C.q r- C a) a) b >P- E (o ,Mft %Mw cr C X 0 p W > (0 C),) J M (0 0 r- Lo CD Ce.- F- CN CCI 4 - LE .0 0 m 53 L L 44* Lo 0 > co (1) c T-.a 2 CF) C) 0)0)r_0 C4 rnLC)n a > C*4 C-4 m4.-! P.-6pt > 0 L: Cal (1) r- r_ wo 01 0 CL <'o T- • 2 CC) a. C) a 0 CD 0 C) 0) 0 to • • CU E 00 0 0) LO "a C:) a LO 0 CO 0 CV) 04 0 N 4- . 00 co cq ca CO 0 C:) T- m•C-4 vq� CD a) c: a (D (D M Od- 2 0 E• E o c 0 0 = 0 01 Lwul u 0-. to cn 2 CL. C cc C 0 ca C CL 0 o 0 to DWO- *C—L 0 LO (0 co cq U) N*I- 0 LL U) U7 0 m 0 cq C*4 a) m CD U.019o.C>O) a) U.) > 0 C: C 0 a 0 ?: 2 E o c o = 0, CL Luuj 0 ICIL. CNA tm 2 a. 0 M CO ca OCL = C C) CA 0 j C CI4 .. —M m 0 0) • C: 0 WC LO UJ 0 E E CO CD C*14 U) NPO -Z 0 0 0 m . ca L: 0 w 0 a 0 01 < 01 Lul (.)10-1 • i IF S .10 u*v_;DP • p �U I&� all uJil V "Yw%eM 4. �YYY�AAA�NNVVViiIIIAAA���pp �TM �,➢I MIrNR" w , r- grvw NN M 44 f yy M �'o 1 C 0 8 y� o fi o� 0 yr uu. N f bb all Vg p , 04 �I 40 mown COO 0, 41 i pry C� U r , D� C 04 �. C%q .. ..0 cn cn U 04 ..0 ... Y •+r0 06 t1__� '^R""' � GU ll1 cU °" c cU .... 0 ':. LA 0 � W LU bd0 m CLoil . 0 uj 4) ujr� CD l"", in GCS PAn > to, kC own N Zr 44 wool ". CL fu ,0 ui yw. 4 a � 40-4IA—jo ' . , ZI 'low .. G3 0 -, 01, Arl " , 0!1 CA 60 al 0 CA 00 art rn c► .. 75 CD to t o �= r (n C � p�jl V X � abu � 0 � E k� d ,w r0 0) � Z 4 01 1 U20�0, n • ..: + Cb °L LA U z D u u •^ I �v �u m UL New C I' CL U) f.. Vow. Ui �. ■YYW� o ul wl 0 • ya+++M' 0. 4 W Z 0�� t; ❑ LU AAWL C) p all U) Z LL 0 co, C� z uj (n 8—i t6' C) 0 U. I CID 04 >- 0 .UL w I H ,W L) x OW ILL C44I LL 0� � . u- CD mom LL �.��.. o. I�Go 0 iteU). W xr �� �► , .... .» C , , 06 W LL ( W c + 0 � � U- o �0 ';Xftw > UJ a. C%4 1 ICU 0 cu W M Z - it LL CJ .Lo z0IUJ ' w W as �... V. c 0 c� � C.r? � -- co U., I • H (n w W U) LL O x W 0 Z N �aa3aM3" I �.- „ � p Nl a3NaoH ' 3 uJ �"l 3aowvJ�.s� uIpf aa39M3N ° z NO11tla1S r Wm NI "lle� 1J ro �, °°Nl ,,,,,,,m, i mr v> NO1S9NIA "" NVll3 Jt1dW V1137aVW� w " Oa S31V91S3Mm m" Y x z d l� o � o z r o a'a 3iV9is3"M 1J ONIIVJz IIII IIIIIIIIIIII.�Iiilii� '� n✓"""' o " ,,,""m% vim- 3 ...����i� o H m „„ tiro cnV d �.." �,� m 3 SM JIa3 0 7 " Om m mP �a� /—"111,�A, ,1,Sla3915m""mm"m,� 3 K a - 1s ""a'a"vr�a'3""maavMa3 w o o = 0a 9NIl33HMI d0a31N3J ao Ndw" istl3 iJ s 1s slnol Nll H f a Oa 9 33 M "p P� o 11� }NVW1Stl3 x I oz 3 r o� ¢ 0 J �m, z I II ¢ ��o'-' � ¢ WVIIIIM 1S v� WVIIIIM � �" m WtlIIIIM i 1 m J �P�w a0 OOOMXO�B __ �,,,,n ,,,m,,,,,,,,,,,,, ,,,,,,,,, 1S ������������,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,m,, as dOSONIM OH � G m gym" 1 r " o� is 3Id tlw is 1s Nosa3w3 Ee 3inoa NI oa 0OOM3903M n� nm' 0 0 V � J a n"n CD o AV iSdAHWI CE U _ I a�THOMd�9�011l 0 0 V W o � o ,wpm, Oa11739N30HJSL"➢� AV 1S3a03 Z 0 z �o m" 1S 3I VW 0 Om"" " .. .. . o lQ Q ,,,,,,,,,,,,,,,,m,m,m „ HHHH 1S 3llI,,+_�`r,A� ,�������� 1S ?w.. IIIM�iIM , � ["- " 4"i� / � � ",,,,�,�A,S�,,,,, I �I 1 S 3 N z 1S 3 l N 1S 3NId sn"' m'""n ,„„m..,,1S,,,,3Nld,,,,, Z,,,,,,,, O - ,,,,,,,, "�,ro�0000000mmi000r 1S 3NId ,,, ,,,,,,, ,,,,,,, m " ,,,,,,,, „ �,,,,,, Z m W F oW �I PI " m" " m .m Y is I3SSna nv isan3wl3 ^tl .m, r ¢ A ¢ ntl 3901a .. .. .. .. .... .... .... .. ntl1sanHwl3 E . .. . . ... .. .. .. .. .. .. .. .. . .. .. .. .. . m �,�" .. ..,,,,,,m.. ..,,,,,,,, m" ,,,,,,,. C, ,,,,,,,,,, �,�� ��������� �,�`� ����� z �'dp tl1101 ". ,� x @p o nV� tlN01� AV 000M1SV3 �o } },,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, e� Va Yi V,m" I� V," f f� f ¶ "�j V �mJ¢ V o ,,,,,,ld ,,,,,,ld Vma ,�m.11 V,r ��w .., , 'd ISII . .. .. . nV aONVW 133dS0ad z w "' w �1" �����N u� w Vim � � ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, �,�" �,�" �i,Id V V,l3dGM ,mn, naltl3 tl ntl iS3ao3 V100Ntl Im 1S3a03 z � wmoiin U n��7 1S � „� w �,� „:."„�k�„ O33S uuuuuu „mmmm 3,,,,,,,,,,,,m,,,,,,,,,,,,,,,,,, t „m'a,,,,,n ,„d� f�,,,,,„> ,,,,, a v� , ���� ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, AV 31V0 �� w '^ ,,,,„ ;;,,,a"1,����o�9'�31��I� NW°zml" a1 ,093 �,�,`;";III",,,, �o �� 1' " z 1S a31 Stl7 Ntll 7y M ""'"W" } a'0 N01SNVn3 ,,,,, ,,,,µ. a31SVJNVI ¢ YI" ,, el,bl,;;�;����������������������������� o nd 1111 ,,,,,,,,,,,,,,,,, ''^^pp ld Ala3nVM z ',��,� ^gylb3AV������������������ m la3nV N J ,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,,, II AV H1dOMlIND II' ui................n.iiiiiii II„im �nnmiwumNlrvr�9909 m�nvm�nnui�u ww�niwmrrii J nV NVWa31tlM up���ll dN o z w;,N 3 a"3113 M . ................................ LU Z p Q O LU � W LU WW W 1 2 Z O Q U) L/U W Q \ � \ O W W U) Q Z Z Q LU o O W Q 0 W p � W � J � F— Q W S E E § W Q m U) D_ Z m \ W Q W O Z W p W ry W W F— Z w 0 LL C) W z a Q Q W� W F— w�� 0 = >- U) Q E Cn Q � F- Lw J J Lw Y � � Q Q Q LJLJ F- W O p U) W W F O � � J J Z W � � U) U)w LL i Z � FL w J O W>- Z Q O N Q 0= Q p 0 0 0 0� Q-j U Q 23�- IL � 2 W -j 0 r � � N N N N C`7 C9 00 r r N M ,;I- L ti CA N co 1` 00 O CO L ti C) N r r r r N N N N N m z O U X w O LL z O O LL z O U O m � N J O. p N W Z) 00 ti Jz_C) O 00 r` "O V"�"V N3l1VH 1S DIAIS is o IIIIIIIIIIIIIIIIIIIIIIIIII' S3a] m . .mmmm Nl DOOM P- � , �l �,m Nl� V„ V„a0930 D e AV'' N311VH,,,, "..,�,,J�JI,QI.;��,,�������, ������., NI khonv Spdfm,,,mm......m as a"3i3w ntl 31aroa pd]� �. .. .. ..... AV �a""N"37 ., 0 �_ ",,,,,^,D' 1J SI � INI 3 SVl9n 2026 Street Resurfacing - Group 1 LIMITS STREET FROM TO ANDOA LN LARCH DR SEMINOLE LN LAUREL DR MAYA LN AZTEC LN CORKTREE LN INDIGO LN COLUMBINE DR PEARTREE LN CREE LN CORKTREE LN PEACHTREE LN CREE LN CORKTREE LN AZALEA PL CUL DE SAC BASSWOOD LN BASSWOOD LN QUINCE LN EUCLID AV HEMLOCK LN BARBERRY LN EUCLID AV WESTGATE RD BARBERRY LN EUCLID AV BARBERRY LN HEMLOCK LN- SYCAMORE LN FOREST AV NW HWY ISABELLA ST PROSPECT MANOR AV NW HWY HENRY ST WALNUT ST PROSPECT MANOR AV RIDGE AV E THAYER ST MAIN ST E END N MAPLE ST HENRY ST ISABELLA ST N ELM ST CENTRAL RD THAYER ST N LOUIS ST CENTRAL RD RAND RD GREGORY ST & MEMORY ST INTERSECTION GOLF RD FRONTAGE W END S ROBERT DR Village of Mount Prospect Public Works Department