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