Loading...
HomeMy WebLinkAbout6.03 Motion to accept bid for the Community Development Block Grant (CDBG) Sidewalk Program for an amount not to exceed $195,000.Subject Meeting Fiscal Impact (Y/N) Dollar Amount Budget Source Category Type Information Item Cover Page Motion to accept bid for the Community Development Block Grant (CDBG) Sidewalk Program for an amount not to exceed $1951,0000 March 16, 2026 - REGULAR MEETING OF THE MOUNT PROSPECT VILLAGE BOARD Y $1951000.00 Community Development Block Grant CONSENT AGENDA Action Item This year's Community Development Block Grant (CDBG) Sidewalk Program includes the replacement of existing sidewalks at eligible locations that do not comply with Americans with Disabilities Act (ADA) standards. This year's streets include Bonita Avenue, from Busse Road to Lincoln Street; Crestwood Lane, from Hatlen Avenue to Lincoln Street; Michael Street, from Hatlen Avenue to Verde Drive; Hatlen Avenue and Hatlen Court, from Central Road to Lincoln Street; and Grindel Drive, from Hatlen Avenue to the east end of the street. The CDBG Sidewalk Program is a wholly federally funded urban neighborhood improvement program administered by the United States Department of Housing and Urban Development (HUD). It avails federal money for specific improvements in geographic areas that satisfy HUD community needs criteria. A Notice to Bidders was posted on the Euna Open6ids (formerly Demandstar) website. The bid opening for the 2026 CDBG Sidewalk Program was held on February 23, 2026, at 1:00 p.m. Eight contractors submitted bids for this project. The bids ranged from a low of $159,720 by Schroeder & Schroeder, Inc. to a high of $553,435 by Landmark Contractors. Below is a summary of the bids: Bidders Total Bid Schroeder and Schroeder, Inc. $159)720.00 Nardulli Construction Company, Inc. $162)420.00 Globe Construction, Inc. $1687140.00 Strada Construction Company $204)875.00 A Lamp Concrete Contractors, Inc. $214)270.00 Davis Concrete Construction Company $236)700.00 Alliance Contractors, Inc. $360)030.00 Landmark Contractors $553)435.00 Engineer's Estimate $191,200.00 Discussion All bidders submitted a bid bond in the amount of 10% of the total bid as required in the bid proposal packet. All bids were checked for their accuracy and no errors were found. All bidders correctly signed their bids and bid bonds. The low bidder, Schroeder & Schroeder, Inc. is qualified to complete the work involved with this project and meets the requirements of the contract documents. Schroeder & Schroeder, Inc. are pre -qualified by the Illinois Department of Transportation (IDOT) to perform concrete work on roadway projects. In addition, Schroeder & Schroeder, Inc. has worked on previous sidewalk projects for the Village of Mount Prospect between the years 2015 and 2025, including the CDBG Sidewalk, New Sidewalk, and Shared Cost Sidewalk Programs. All previous work performed was completed successfully. The Village has received a 2026 CDBG grant in the amount of $195,000 for this work. It is staff's recommendation that the proposed contract be awarded up to the full amount of the grant to allow for contingencies in the contract quantities and to replace additional ADA noncompliant sidewalk. Alternatives 1. Accept lowest cost, responsive bid for construction of the 2026 CDBG Sidewalk Program. 2. Action at the discretion of Village Board. Staff Recommendation The Village budget for this project is $195,000. To take advantage of the favorable prices, Staff recommends the contract be awarded up to the available budget of $195,000 to allow for contingencies in the contract quantities and to replace additional ADA noncompliant sidewalks on the target streets or other eligible streets should funds be available. Staff recommends that the Village Board accept the lowest cost, responsive bid for construction of the 2026 CDBG Sidewalk Program to Schroeder & Schroeder, Inc. for an amount not to exceed $195,000. Attachments 1. bid tab 2. Schroeder & Schroeder Bid 3. 2026 CDBG Sidewalk Program Map 4. CDBG Eligible Areas Map O O O O O O O O O O O O Q O O � O O L6 E U r c6 O LO � � N ti O O O �n 1` co O U N o U m M c�i o 0)O O co r N V EQD- � Q L N O N U � � a= (n O r M c� 4 0)� r M � Q � o U i Cs �j r c0 n O O O N O O O m O O O � O O O � O O O o O O O r p a) C U N 1 r M C (o CD V r r i E J {,F} OD- {f} {f} cn co C) C) C) C) O U r 0 as (n Cfl co O 00 � O 00 Oo 00 o O 6 ova ° U 0 is — O O O O O O O O O O o o 0 GO N C6 U o O 0 LO I` 0 LO r 0 N 0 CD LO N U > co a o O O ~ U CM N N N r p i O - Efl N � Z OCD � CD O CD_ O O O CO — ti U `n 0 LO 00 co �U c� Z O O o O O 6 O O 6 O O 6 O O 0 o o 0 j O f` O O O O N O O N I` C:) LO O O S � Cfl r r cn J W U Lfi O CDr O L O 1 O O r 00 CD O CD O O O CD O CO � -�e +-0 a- 4 E NO � CDti r r O t v 0 0 O 0 CD 0 CD 0 CD 0 CD 0 CD O O O NC:) N N U � Sri C\ oZ E •� N O O O O O LU W CD O O r O +-0 U) -E O O O O O Z) U r 00 O r c� L LL W Ll,l LU 0 m O O U Q r r � 0 0 LO 0 0 0 0 i 0 }' j o O O r` Cfl (D ti N o O r` o LO O L6 M Uo LO co �n LO V Q J c L Ln N-0 O CM M Cl? N G� ti Q }' }' E p N M N N N 0 0 0 0 0 0 � (0 j o O N 0 N I 0 C9 0 O LO 0 Ln ti 0 M CD • O O O � U N M N 0 CD> M V J U GJ O V O OV) Cfl v 7 m � N N N cli 0 � O }, +r r It N 00cli N m O U a O o O 0 O 0 O 0 O 0 CDo� 0 0 i 4-0 � O O ti O ti N C) o CD co U � � M U C) co N N J U), Q!)- fig} {f} Co i t� � O O O O O ti O O O O ( r r O Ln V- O Ln � O O N N '> U (3 N 0 V O O O O O O O O O O O O i O m A' V— (� N 4• O O ti O OLO CD N O O L N O LO ( N i > U N N m J O }' — V 23) QD- V> v O r CD CD CD CD 0 CDr r +-' +� r O O O CS CL C U Q A LU W LJ.I 0 m O Bid Form Page I BID FORM a00raW vlk Pr Village of Mount Prospect Department of Public Works Schroeder & Schroeder Inc. FROW, ­,"", . . ... . .......... 7306 Central Park Ave., Skokie, IL 60076 . .. .................."Bid 10 - -- (hereinafter called der" TO: Office of the Village Manager, 3rd Floor 50 South Emerson Street Mount Prospect, Illinois 60056 (hereinafter called "Village" or "Village of Mount Prospect") Bid For: 112026 CDBG Sidewalk Program" The bidders have familiarized themselves with the work and probable work conditions required under this Bid affecting the cost of the work and with the Bid Documents, which include: Notice to Bidders Table of Contents Instructions for Bidders General Conditions and Special Provisions Specifications Bid Form Affidavit — Bid Certification Form Bid Security Bid Sheet Other materials or standards provided or noted by the Village Contract Document Performance Bond Form Labor and Materials Payment Bond Form Therefore, the Bidder hereby proposes to furnish all supervision, technical personnel, labor, materials, tools appurtenances, equipment, and services (including all utility and transportation services) required to construct and complete the Work, all in accordance with the above listed documents. Bidder agrees to perform all of the Work and provide the equipment and materials described in the Bid Documents, as follows: Bidder has bid on all items and has provided a price for all items. The Bidder acknowledges that it is responsible for verification of all pipe sizes and depths prior to the ordering of materials. The Bidder will complete and provide all labor, equipment, materials and mobilization (if applicable) to perform the Work as incidental to the fixed item price for each item proposed. M Bid Form Page 2 *6# In submitting this bid, the Bidder understands that the Village of Mount Prospect reserves the right to add to or subtract from the estimated quantities. The Village of Mount Prospect intends to award one (1) contract (if at all) for the items bid. If written notice of award of this bid is mailed, emailed or otherwise delivered to the Bidder at any time before this bid is withdrawn, the Bidder agrees to execute and deliver the contract in the prescribed form and furnish payment and performance bonds, or letter of credit, and the insurance certificates required by the Bid Documents to the Village within ten (10) days after receipt. The Bidder, and as successful bidder/Contractor upon award of the Contract understands and agrees to the following: 1) The Contractor agrees to provide all Work and items and material to the Village as noted in the Bid Documents and comply with the requirements of the Bid Documents. 2) The Contractor agrees to comply with all applicable state and federal laws, rules and regulations, and county and municipal ordinances, as described in the General Conditions. All Addenda pertaining to this project shall be acknowledged by the Bidder in the spaces provided below: Addendum Addendum Acknowledgement by Bidder or Date No. Date Authorized Representative Acknowled ed Failure to acknowledge receipt, as provided above, may be considered sufficient grounds for disqualification of the bidder and rejection of his/her bid submittal. A record of all Addenda and copies of same will be available to all qualified bidders from the Village of Mount Prospect Public Works Department, 1700 West Central Road, Mount Prospect, Illinois two (2) days prior to the letting. It shall be the bidder's responsibility to become fully advised of all Addenda prior to submitting its bid. Upon award the contract the Village will send Notice of Award to the successful bidder, The bidder must then execute the contract and provide the required bonds or letter of credit and certificate of insurance to the Village within ten (10) days. The Village will then issue a written Notice to Proceed, which starts the performance period and the contractor then has ten (10) days to commence work. The contractor shall reach COM,tJ,g1,1gp ygJJW,aJh,,1*W20'1 calg[1,11',, days aft&I'Me-N-otice J!2 ftece-e.,d and fi,11MI com iaLd, J2n..MJ,*JbJJJ,J'&een i- r- ubstal),Jiai comt).,Ji ailure to complete the work in the designated time frame may result in the Director of Public Works withholding compensation due the contractor for failure to complete the said work in the designated time frame, calling the bonds, or taking such other action as may be available. Security in the sum of ten (10%) percent of the amount bid in form of (check one): X Bid Bond Certified Check Bank Cashier's Check is attached hereto in accordance with the "Instructions for Bidders". W Bid Form Page 3 This Bid Submittal contains the following: 1) Bid Form 2) Affidavit — Bid Certification Form 3) Bid Security 3) Bid Sheet (s) Respectfully submitted: Name of Firm/Bidder"., Schroeder & Schroeder Inc. M (Signature) Name & Title: Joseph V. Vrabel, President Date: 2/23/2026 Contact Information::. Schroeder & Schroeder Inc. Official Address: 7306 Central Park Ave. Skoe ki, IL 60076 ------- ......... -- 847-933-0526 Telephone: MR01 "I'll, Email: andrew@schroederconcrete.net 32 VILLAGE OF MOUNT PROSPECT AFFIDAVIT — BID CERTIFICATION FORM Bidder: Company/Firm Name: Schroeder & Schroeder Inc. Address- 7306 Central Park Ave., Skokie, IL 60076 Q� As a condition of entering into a contract with the Village of Mount Prospect, and under oath and penalty of perjury and possible termination of contract rights and debarment, the undersigned, Joseph V. Vrabel being first duly sworn on oath, deposes and states that he or she 1i , S President (sole owner, partner, joint ventured, President, Secretary, etc.) of'Schroeder & Schroeder Inc. and has the authority to make all (Name of Company) certifications required by this affidavit. Section I The undersigned certifies that this bid is genuine and not collusive or a sham, that said bidder has not colluded, conspired, connived or agreed, directly or 'indirectly, with any bidder or person, to ;0, Ing, and has not in any manner, directly or indirectly, put in a sham bid or to refrain from bidd'i sought by agreement or collusion, or communication or conference with any person, to fix the bid price element of this bid, or of that of any other bidder, or to secure any advantage against any other bidder or any person interested in the proposed contract. Section 11 M The undersigned further states that Schroeder & Schroeder Inc. (Name of Company) is not barred from bidding or contracting as a result of a conviction for violations of state laws prohibiting bid rigging or bid rotating or any similar offense of any state of the United States, as provided in Sections 3311-3 and 33E-4 of the Illinois Criminal Code, 720 ILCS 5/33E-3, 33E-4. Section III The undersigned further states that Schroeder & Schroeder Inc. (Name of Company) provides a drug free workplace pursuant to the Drug Free Workplace Act, 30 1 LCS 581, et seq., and has,, to the extent not covered by a collective bargaining that deals, with the subject of the Substance Abuse Prevention in Public Works Projects Act, 820 ILCS 265/1 et seq., a substance abuse prevention program that meets or exceeds these requirements of that Act. M Page 2 - AFFIDAVIT — BID CERTIFICATION FORM Section IV Tax Eavmenj The undersigned further states that Schroeder & Schroeder Inc. I , S (Name of Company) not delinquentin payment ofany taxes, to the Illinois Department of Revenue, in accordance,with Illinois Compiled Statues, 65 ILCS,5/11-42.1. The undersigned understands that making afalsie statement, regardlIng delinquency in taxes, is, a Class A M-sderneanorandl in addition vods, the contract and allows the municipality to recover all amounts paid to the individual or entity under the contract in civil action., Section V amy, a a raaa mnl-M, *LU Pursuant to Section 2-105(A) of the Illinois Human Rights Act, 775 ILCS 5/2-105 (A), every party to a public contract must: "Have written. sexual harassment policies that shall include, at a mini -mum, the following infor,mation: (1) the illegality of sexual harassment; (11) the definition of sexual harassment under State, law; (III) a description of sexual harassment, utilizing examples; (IV) the vendor's internal complaint process including penaltiesw, M the legal recourse, investigative and complaint process avallable through the Department (of Human Rights) end the Commission (Hurn,an Rig'.hts Commission)-; (VI) directions on how to contact the Department,, and Commission, and (�VIl) rotection agaiInst retallation as provided by, Section 6-101 of the Act., (I11ino1s Human Rights Act). p A "public contract" includes: ... every contract to which the State, any of its political subdivisions or any municipal corporation is a party." 775 ILLS 5/1-103 (M) (2002), Schroeder & Schroeder Inc. has The undersigned further states that (Name of Company) a written sexual harassment policy in place in full compliance with 775 1 LCS 5/2-105 (A) (4). It is expressly understood the foregoing statements and representations and promises are made as a condition to the right of the bidder to receive payment under any award made under the terms and provisions of this bid. The undersigned certifies that all information contained in this Affidavit is true and correct. President SiTitle. gned by: Signature V Name Printed,,, Joseph V. Vrabel Signed and sworn to before me this 23rd day of February 20 26 .w My commission expi OFFICIAL SEAL HANNAN M WILKES Notary Public, State of Illinois Notary Public Commission No. 1002273 My Commission Expires January 08,2029 IMF 1W 34 BID SECURITY Included with this bid is a bank cashier's check, certified check or bid bond in the amount of 10% BID BOND being ten percent {10%) of the total amount bid by Schroeder & Schroeder Inc. the Bidder, in favor of the Village of Mount Prospect. It is hereby agreed that, should Bidder be awarded the Work contemplated under this bid and fail or refuse to execute a contract for said Work, or to provide the required payment and performance bonds, or letter of credit, and certificate of insurance, then this security, in the amount stipulated above, shall be forfeited and may be retained by the Village of Mount Prospect as liquidated damages and not as a penalty. All bids to remain firm for a period of ninety (90) days after bid opening date. ^^rd 0 SUBMITTED THIS 4*3 11 DAY OF February --m NNNNNMMMMMM�$ 20 26 Joseph V. Vrabel, President Bid rl's Agent and,,�qipnts T'itle,*. . . . . .......... Secretary Title Note: If bidder is a partnership, the bid must be signed by at least two of the partners. Note: If bidder is a corporation, the bid must be signed by an authorized officer of the corporation, attested and sealed by the secretary or other authorized officer. If a corporation, note here the state of incorporation: Incorporated under the laws of the State of Illinois 35 Westfield Grouel Park Circle, P 0 Box 5001, Westfield Center, Ohio 44251-5001 Conforms to Document A31 OTM -2010 CONTRACTOR: (Name, legal status and address) Schroeder & Schroeder, Inc. 7306 Central Park Ave. Skokie, IL 60076 OWNER: (Name, legal status and address) Village of Mt. Prospect 50 S. Emerson St. Mt. Prospect, IL 60056 BOND AMOUNT: Ten Percent of Attached Bid (10% of Bid) PROJECT: (Name, location or address, and Project number, if any) 2026 CDBG Sidewalk Program SURETY: (Name, legal status an principal place of business) OHIO FARMERS INSURANCE COMPANY 1 Park Circle, PO Box 5001 Westfield Center, OH 44251-6001 The Contractor and Surety are bound to the Owner in the amount set forth above,, for, the payment of whichthe, Contractor and Surety bind themselves, their heirs, executors, administrators,, successors and assigns,,, jointly, and, severally, as provided herein 'The ime speciffie5d in'the, bid do'cuments, or conditions, of this Bond are such that ifthe Owner accepts the bid of the Contractor within the't* with the within such time period as may be agreed to by the Owner and Contractor,,,, and the Contractor either (1) enters into acontract wit Owner in accordance with the terms of such bid, and gives such and or bonds as, may be specified in the,bidding or Contract. Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable tolithe Owner, for, the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2), pays to, the Owner the for -which the diff,brence, not to exceed the arnount ofthis, Bond, between the, amount specified in said bid and such largeramount Owner may in good,, faith contract with another party to perform the work, covered by said bid, then this obligation shall be null and vold,, otherwise to, remain in full force and effiect. The Surety horeby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by, theSurety shall, not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified In the bid docurnents,,, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond slixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. Signed and sealed this 23rd day of Februa!y----------- 2026 Schroeder & Schroeder, Inc. Witness) Kelsey $OaUo °Witness), Printed with permission from The American Institute of Architects (AIA) and the Surety & Fidelity Association of America (SFAA) by Westfield Group'. Westfield Group vouches that the language in the document conforms exactly to the language used in AIA Document A31 OW 2010. BD5084 OF (10/2010) DECEMBER 03 1 2025 12-1444 BELMONT INS BROKERAGE INC 123 N WACKER DR STE 1160 CHICAGO, IL 60606-1841 ATTENTION: BROOKE MACH, CELIA SATTER Re: Power of Attorney No, 1214442 12 WESTFIELD' Powers of Attorney for: Westfield Insurance Company Westfield National Insurance Company Ohio Farmers Insurance Company collectively, as the context may require) (hereinafter referred to as "Company,' individually or 1W 01 lab, 1W V P ; .r �' u� " E Thank you and we look forward to working with you. Sinc rely, Gary Stumper Vice 'esident, Surety GWS Enclosures One Park Circle I P.O. Box 5001 1 Westfield Center, OH 44251 —5001 BLTRC1 (07 25) www.wes,tfie�dunsurance.com 1330.3,87.0624 1 bonds@westfieldgrp.com POWER NO. 1214442 12 General Power .0 Attorney Westfield Insurance Co. Westfield National Insurance Co. Ohio Farmers Insurance Co. CERTIFIED COPY Westfield Center, Ohio n AN y I tlw c r o dIM r dq �w j q z CorporateI�w�,���440 WESTFIELD INSURANCE"COMPANY A'" sews iw fJ,RA it I � � � WESTFI ELD NET AL INSURANCE COMPANY Affixed "�`�� "�" OHICJ FARMERS INSECOMPANY Namr" � r�w � � SEAL � +1MP^^"^' •R��, �umAlWtl uWW4k�2'4^9N➢J;N�'+IW� m.. 0, 01 State of Oh ia ��,,�,����� By: County of Medina ss.. Gary W. t m e , Vice re ie ,t°, Surety Notarial Sea) Aff ixed A p State of Ohio , County- • . at LaW, Notaq Public My Commission Does, Not Exp, re, (Sec.,147.03, Ohio Revised Code) l� Kat leen Ool van Chi 'eA l n�elve�e Corporate Secretary �eaof ��F�D INSURANCE CCO � F , NATION COMPANY and 0HIO, FARMERS INSURANCE �COM ° NY,; d hereby cue � g is a� true and �� �� rti t the above andforegoing o�n � correctcopyINSURANCE a, o���� of Attorney, executed by said Comp nli ,, which is still i tell force and effect; and furthermlore,, the resolutions of the o rd of r tors,,. set out: n tie owe of Attorney, re i ul� force and effect. u In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this day of A.D., �z SEAL Ilk Awl Kathleen Golowan, Chief' Administrative Officer %1 0 Corporate Secretary ,,%% 113 4 a �0"� � w' BPOAC2 (combined) (07 — 25) WESTFIELD° Surety Underwriting Guide and Letter of Authority The following person(s) are hereby granted authority to issue bonds on behalf of Westrield Insurance Company, Westfield National If Company and Ohio Farmers Insurance Company (hereinafter re — ferred to as "Company,"' indivilduafly or collectively, as the context may require) as expressly stated and subject to all conditions contained herein: BROOKE MACH CELIA SATTER of BELMONT INS BROKERAGE INC CHICAGO IL Power Number 1214442 12 on DECEMBER 03, 2025 The authority herein granted is to be exercised, with respect to any particular bond, only if you are thoroughly satisfied, after a careful investigation, of the facts, and circumstances surrounding the case, that it is a proper risk for the Company to assume. Your authority is, strictly limited to classes and limits of bonds as expressly provided herein, subject to any exclusions. Some bonds for which no authority is granted are Misted for clarification or emphasis, and some bonds are not listed, at all -in both cases, said bonds shall not be executed until specific authority has been secured from a proper employee of the Company"s Surety Operations. If there is any doubt or unicertainsty as to, the acceptability of the risk or if bonds, are in excess of the limits or classes herein shown, you must obtain advance approval from a proper employee of the Company's Surety Operations prior to the execution of the bond. No, authority ernbodied herein and no specla] authority given by the CoMpany for the issuance of a, spe — cific bond covers the execution of any supplementary agreement,, waiver, acceptance, of or consent to changes "in the bond or, in the contract or other Instrument cotmeicted, with the bond.Submit these matters to a proper employee of the Company's Surety Operations. Westfield Surety's automated bond issuance system should be utilized whenever possible and offers ef— ficient issuance of thousands of bonds, including many that fail outside of your authority, This Under— writing Guide and Letter of Authority and your Power of Attorney provide the means, for executing bonds manually, as needed, with the obligation they will be reported as solon as practicableb t in no event later than that which is required by your Agency Agreement. By virtue of' you taking any action, relative to surety bonds and obligations with the Company you acknowledge and agree to all terms and conditions to which you are bound under this Underwriting Guide and Letter of Authority, Power of Attorney and your agency's Agency Agreement. If any obligation is executed in VIOLATION OF THE AUTHORITY LIMITS OR CONDITIONS contained herein or to which you are otherwise bound, the Agency', anyone exercising authority and the persons i 1 1 4" slIgni"rig such unauthorized obligations may be held responsible 'for any loss or injury to the Company and prosecuted to the fullest extent of the law. BONCPG5 (09 2023) Page 1 Any authority granted herein or as an attorney— in —fefcir the Com,pany is Subject to your, e,mployment with the aforementioned agency and is immediately and simultaneously revoked at the nioment your employment with said agency is terminated for any reason. Unless otherwise indicated, the Limit of Authority provided hereafter reflects the single and aggregate authority for a bond principal. FIDUCIARY BONDS Under&r Ltin 1. Subject to EXCLUSIONS below 2. Limits up to $50,000 can be written freely for principal's you can justly recommend 3. Limits greater than $50,000 o Require supportive credit o Require completed and signed application with acceptable information and responses., 4. Limits greater than $100,000. o Require court documents in addition to the above ,Limit of'Au Bonds in Estates of Deceased Persons including Administrator, Executors and Personal Representative $25%000 Bonds in Estates of Minors Incompetents and Trust Estates including Guardians, Committees, Conservato,,rs, Custodians and'Trustees under a $1009000 Will or Deed. Masters, Referees, Trustees, Commissioners or Others for the sale of real $1000000 estate or other property Receivers, Trustees and Assignees appointed by the court... to liquidate assets for the benefit of creditors $1009000 to manage property or a business NO AUTHORITY Bond to Pay Decedent's Debts, Bond to Avoid Administration, Open Estate, Refunding Bonds, Life Tenants NO AUTHORITY JUDICIAL BONDS PLAINTIFFS BONDS: =4 n��l 1. Subject to EXCLUSIONS below 2. Limits up to $50,000 can be written freely for principal-'s you can justly recommend 3. Limits greater than $50,000 o Require supportive credit o Require completed and signed application with acceptable information and responses Urnit of AUthoft, Bonds for Costs $259000 Attachment, Claim and Delivery, Garnishment, Removal of Cause, Replevin, Sequestration Indemnity to Sheriff (other than execution, after Judgment), $1009000 DEFENDANT'S BONDS: NO AUTHORITY BONCPG5 (09 2023) Page 2 LICENSE & PERMIT and MISCELLMEOUS UnderwritiME. 1. Subject to EXCLUSIONS below 2. Limits up to $50,000 can be written freely for principal's you can justly recommend 3. Limits greater than $50,000 a. Require supportive credit b. Require completed and signed application with acceptable information and responses. Limit of,Auth Financial Guarantees including bonds guaranteeing the payment of taxes, NO AUTHORITY fees, excise taxes and utilities Other L & P bonds $1000000 Lost instrument (excluding bearer bonds) $25,000 Non —construction bid, performance& payment bonds including supply bonds NO AUTHORITY III III I W 6 1 '11513M "W UnderwritiaX,, 1. Subject to EXCLUSIONS below 2. Limits up to $50,000 can be written freely for principal's you can justly recommend 3. Limits greater than $50,000 a. Require supportive credit b. Require completed and signed application with acceptable information and responses., Limit of Auth2r]ty Notary Bonds $509000 T'reasurersi,,,Tax Collectors, or, Treasurer — Coll1ectors including any official under whatever tifle, who is charged with the duties of Treasurer or Tax Collector NO AUTHORITY All other positions $1000000 CONTRACT BONDS Construction bid, performance & payment bonds NO AUTHORITY Subdivision, Completion or Real Estate Development bonds NO AUTHORITY BONCPGS (09 2023) Page 3 EXCLUSIONS TO AUTHORITY THE FOLLOWING CIRCUMSTANCES ARE EXCLUDED FROM YOUR AUTHORITY, AND MUST ALWAYS BE REFERRED TO A PROPER EMPLOYEE OF THE COMPANY'S SURETY OPERATIONS CLASSES (a) Asbestos abatement bonds b) Completion bonds c) Customs bonds d) Immigrant bonds e) Lease bonds 0 Oil gas drilling bonds g) Quail. ing bonds, (insurance company) (h) Subdivision,, completion or real estate devel — opment bonds i) Income tax refund bonds j) Workers Compensation self —insured bonds SPECIFIC OBLIGATIONS (a) Bonds with Financial Guarantees that can be c I onstrued as credit enhancernent, obligations, guarantee of'a debt instrument, not guaran— tees, mortgage, �juarantees, guarantees of 'in — stall meat paper or appear to be, a, violation of New York State Insurance Law, (b) Loan or Bank Letter of Credit Guarantees bonds (c) Net Asset Value/Money Market Guarantees bonds (d) Bank Deposit or Excess FDIC bonds (e) Bonds guaranteeipq payment of settlements to, third party administrators 4, Bon,ds issu'ed in connection with any securitization transaction (g) Cash Flow or Premium Guarantee/Deductible/Retro bonds (h) Excess SIPC bonds (i) Golden Parachute Guarantee bonds, (j) Black Lung and United Mine Workers of America bonds FIDUCIARY BOND EXCLUSIONS (a) When the fiduciary does not,, intend to employ an attorney for the term of the bond (b) When applicant is Indebted to the estate (c) When the estate of a decedent or an incom — petent consists, wholly or in part, of going business (d) When applicant has previously furnished in the same estate, a bond which is to be super— seded by our bond (e) When applicant is to succeed a prior fiduciary in the same estate (f) When applicant is to be admInistrator or ex— ecutor of the estate of a person who, after a long absence, is legally adjudged dead (g) When applicant is, one survivor of a partner— ship and is, to administer the partnership property (h) When -applicant is survivor of a community — husband', or wife and is to administer cam — munity property (i) When applicant is a Public Administrator handling various estates LICENSE & PERM11TAND M,,I,SCELLANEO'US, BOND EXCLUSIONS (a) Bonds with no definite expiration or requiring more than 120 days—noticdo cancel EXCEPT Lost Instrument Bonds and L&P bonds where the bond release is anticipated within 12 months 111111111 111 1 ;�� 1111�11 1 41111"1": mzc (a) Mid --term successor public official (b) Public Administrators and Public Guardians BONCPG5 (09 2023) Page 4 112026 CDBG Sidewalk Program" (TO BE FILLED OUT BY THE CONTRACTOR/BIDDER) The Bidder, will complete, pflicin,g for all items, (# 1-6) to provide all labor, equipment, irnateri'als and mobilization (if applicable) to perform this work.Tire fixed item price given is tobg AJJ n,,cl,u ITEM DESCRIPTION UNIT QUANTITY UNIT -7 TOTAL PRICE NO. .. . . ........... 71. PCC SIDEWALK REMOVAL AND REPLACEMENT, 5" � SQFT 18 1000 15 14 6, 100 00 112. HOT -MIX ASPHALT DRIVEWAY APRON REMOVAL SQYD 50 4 (Vo -C) 0 31 000, 0 0 AND REPLACEMENT 3 PCC DRIVEWAY APRON REMOVAL AND SQYD 50 W 100. 00 ODD• 00 . REPLACEMENT 4. CONCRETE CURE AND SEAL COMPOUND, SPECIAL SQYD 21000 0.0 Q0.00 5.SEEDING, SPECIAL SQYD .... .. ........... ........ .. 500 o oo 5, coo oo I L . . . ...... --- 1!5cl -00 TOTAL FOR ITEMS (1 — 5)� ►IQO M WEST�F I EL DI February 4, 2026 Rey Schroeder & Schroeder., Inc. Village of Mt. Prospect Surety Prequalification Letter To Whom It May Concern: Ray Wohlever Surety Underwriter 100 Illinois St., Suite 242 St. Charles, IL 60174 630-207-9312 RaymondWohlever@westfieldgrp-com We are pleased to advise you that Ohio Farmers Insurance Company, a member of the Westfield Group, has acted as surety for Schroeder & Schroeder., Inc. since 2016. Our relationship and experience have been excellent. This letter is to advise that Schroeder & Schroeder, inc. has been approved for single projects up to $7,000,000 with an aggregate program of $10,000,000. Please note, these amounts do not necessarily represent our maximum support. Naturally., the issuance of any bid or final bonds is subject to normal underwriting review, including acceptable contract terms and bond forms, confirmation of financing, and favorable review of underwriting information at the time of the bond request. This letter is not an assumption of liability, nor is it a performance bond. We have issued it only as a bonding reference requested by our client. Ohio Farmers Insurance Company carries a Best Rating of A (Excellent) XV, and is also on the Federal Treasury List of approved surety companies. We do not hesitate in our recommendation of Schroeder & Schroeder, Inc.'s abilities and professionalism. Sincerely,. Ray Wohlever Surety Underwriter Attorney -in -Fact REFERENCES (2026): Lake County Division of Transportation 18 N. County St.,, 9th Floor Waukegan, IL 60085-43 50 Matt Mitchell I iiii, is M ii,ii. Itchel Za�i LIa keco u n (847) 878-8162 2025 Concrete Patching Program Contract Amount: $465,700.00 Village of Wilmette 1200 Wilmette Avenue Wilmette, IL 60091 Oliva Skwerski skweri ,skp @wilmettexorn I _LQwIo, (847) 853-7602 2025 Sidewalk & Curb Replacement Contract Amount: $367,000.00 Village of Schaumburg 101 Schaumburg Court Noah Kuchler NKUchIer@eei'we,bxo,rn (630) 670-1019 2025 Annual Concrete Repair Program Contract Amount: $1,447,700.00 Village of Mt. Prospect 1700 W. Central Road Mt. Prospect, IL 60056 Scott Moe SMQf2,Lm�iou-,,�nt �rosgect.org', (847) 870-5640 2025 Concrete Flatwork Contract Amount: $409,000-00 Village of Northbrook 655 Huehl Road Northbrook, IL 60062 Jim Huff Jannes.huf UmniortMrook-Itus, (847) 272-4711 2025 Sidewalk Removal & Replacement Project Contract Amount: $377,900.00 G, SCHR&SC-01 —I5-LLt DATE (MM10DNYYY) C IFICATE OF LIABILITY INSURANCE 11121,12,025 N THE', CERTIFICATE, HOLDER. THIS THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NORIGHTS POND CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGA���LY AMEND, EXTEND OR ALTER THE, COV5RAGE AFFORDED BYTHE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOE�S CONSTITUTE A CONTRACT BETWESN T'H'E1,SSUINGINS URCR(S),AUT]4,ORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. olicy(les) must have ADDITIONAL INSURED provisions or be endorsed. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the p If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy,, certain policles may require an endorsement. A statement on this certificate does not wnf6r flihAts to the corbif Mont's C01 U, icate holder In, flou, of such endorse, Ig 01 ' moke, M" PRODUCER FAX PH Belmont Insurance Brokerages Inc. F40—ISTU3, 5604399 123 N Wacker Dr rd-s—tbelmontcolm Ste 1160 Chicago,, IL 606064712 ERCS.)AEMMAJ(�O�VIER-Aqlk� S, LO TICA 12572 a I a, c t i v e I n s u r, a n, c a C 0M P, -A—PY AM, �s INSURED Schroeder & Schroeder, Inc. 7306 Central Park Ave Skokie, IL 600764003 INSURER F: — ---- iuv THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE 1-ISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT' RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLJCIES� DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, 'EXCLUSIONS AND CONI)ITIONS OF SUCH POLICIES,,. LIMIT$ SHOWN, MAY HAVESEEN REDUCED BY Pi CLAIMS. - - — — --------------- - - 7- F ppLIT OLIG LIMMS, ADD Sd R.POLICY NUMBER, . . . . . . . . . . )F INSURANCE 1 11 1 1 ww-� lit 1,0000 G IN ERAL S — 12JI12025 I Irc-011 EN LIABILITY A X COMMERCIAL GENERAL LIABILITY CLAMS -MADE X OCCUR -2,7309,60 12/1 121112026 12025 JES IL OR LIMIT APPLIES PER: POLICY JPPFT El LOC AUTOMOBILE LIABILITY X 1 ANY AUTO ULED SCHEDULED AC TNLY MO AUTOS AUTOS 0 NLY X UMBRELLAILLAS X l�'OCCUR EXCESS LLOS CLAIMS-W X A�,JVU�MMVTC^Q LUIVIDJ"11 IF YIN 1 ,7&111 EX-ECWM SICLI' '5 FC)? P NIA "ori Mn6 0 121112025 1 121112026 121112025 1 121112026 508721600 121112025 1211/2026 1101,00 OIS E-.L� DIS::b-" DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD i01, Additional Remarks Schedule, may be attar -had If more space Is required] SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THERSOF0 NOTICE WILL BE DEUVERED IN sample COI ACCORDANCE WITH THE POLICY' PROVISIONS. AUTHORIZED REPRESENTATIVE 1988-2015 ACORD C ORPORATION. All rights reserved. ACORD 25 (201610-31 The ACORD name and logo are registered marks of ACORD tl -I .................... - ......... ........ . Illinois Depadln*nt I ly Affidavit of Aval' abl't For the Letting of_Qla"l a of TransIx)irtabw (Letting date) Bureau of Construction 2300 South Dirksen Parkway/Room 322 Instructions: complete this form by either typing or using black ink. IlAuthorization to Bid" will not be issued unless both sides of this form are Springfield, Illinois 62764 completed in detail. Use additional forms as needed to list all work,, Part 1. 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 is the responsibility of company, The uncompleted dollar value is to be based upon the most rejected, In a joint venture, list only that portion of the work which your recent engineer's or owners estimate, and must include work subcontracted to others. If no workis contracted, show NONE. . . . ............. ........ . . . ........... . ......... Contract Number Contract With Estimated Completion Date 4/3III /2026 III!III IIIIa eIIIIndar iWays 10/17/2025 0 . . . . ... ....... ... . ........... at Total Contract Price $1,448,000,j,00 ........... ... 2,788,000-00 $ 1,700,000.00 $ 217,500.00 . .......... ... $757,500.00 III Totals Uncompleted Dollar alue if Firm is the $255,500.00 $ 456,000.00 $7571500,00 $ 1,469,00000 Contractor . ....... . Uncompleted Dollar Value if Firm is the $ 126,500-00 $ 217,500.001 $ 344,000-00 Subcoinitractor . . .......... . ..... $ 1,813,000-00 Part 11. Awards Pending and Uncompleted Work to be done with your own forces. List below the uncompleted dollar value of work for each contract and awards pending to be completed with your own forces,,, All work Accumulated subcontracted to others will be listed on the reverse of this form. In a joint venture, list only that portion of the work to be done by your Totals company, If no work is contracted, show NONE. Earthwork $ 4,500-00 4,500.00 Portland Cement Concrete Paving $ 275,000-00 $ 27,500.00 $ 6,000-00 308,600-00 HMA Plant Mix 0.00 . .......... Will--- 0.00 HMA Paving Clean & Seal Cracks/Joints 0l,'00 Aggregate Bases & Surfaces . . . $ 2,000-00 2,000-00 Highway,R.R. and Waterway Structures . .......... — - - — ---------- - 0.00 Oil Drainage 0.00 Electrical 0.00� oats Cover and Seal Coats 0.00 Concrete Construction 96,000.00 $ 150,000-00 $ 126,500-00 $ 183,500-00 $745,500-00 1,401,500-00 Landscaping $ 17,000-00 4,000.00 21,000.00 $ — Fencing 0.00 . Guardrail .................. 0 0.0 Painting 0.00 Signing 0"00 Cold Milling, Planning & Rotomilling 0.00 Demolition 0.00 Pavement Markings (Paint) 0.00 Other Construction (List) BRICK WORK 2,000-00 2,000-00 $ 213,000.00 $ 425,000-00 $ 126,500.00 $ 217,500.00 $ 757,500-00 $ 11,739,500-011 . ............ ==�Z . .......... ....... Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the "Illinois Procurement Code". Failure to comply will result in non -issuance of an "Authorization To Bid,," This form has been approved by the State Forms Management Center. BC 57 (Rev. 08/17/10 Part Ill. Work Subcontracted to Others For each contract described in Part 1, list all the work you have subcontracted to others. 2 3 - — ------ - ----- DeVincl Const Subcontractor DiVinicl Const. NONE NONE NONE Type of Work Sewer Sewer ........... Subcontract Price 40,000-00 -- - ------------ 1191000.00� Amount Uncompleted 40o000-001 14s000,0D Subcontractor DeMair Oro Stone Landscaping WMWWWAWWW� WHO Type of Work Pvt. Mkgs. Landscaping 00A WHINVI e 1 6 Subcontract Price 2,500.001 59,500.00 Him Amount Uncompleted 2,500.00 j 79000-00 . ............... Subcontractor - ------ -------- - NAFISCO - - Type of Work Traffic Control Subcontract Price 40,000.00 WHOM Amount Uncompleted 10,000.00 . ........ .. .. Subcontractor .......... Type of Work . ......... Subcontract Price Amount Uncompleted Subcontractor Type of Work . .................... Subcontract Price Amount Uncompleted Subcontractor Type of Work MW Subcontract Price . .......... Amount Uncompleted Subcontractor 1 Iloilo Type of Work Subcontract Price Amount Uncompleted . . . . . . . . . ................ . ......... ............. . . . . . . WINN - ------- ""fififi Total Uncompleted 42,500.00 31,000.00 0.001 0.00 0.001 J+ belng� duly sworn,11 do hereby dectarethis affidavit is a, true a,n,d correct statement,, relating to ALL uncompleted contracts of the tmdersigned fbr Fedemf, State, County, City and private work, including ALL,, subcontract wo rk, ALL pending low bids not yet awarded, or, rejected, and ALL estimated cornpletl= clates, Subscribed and sworn to before me this day of 20_. Type or Print Name MARY L. BROUNT SECRETARY Officer, or Director Tiffe, Notary Public Signedi, ­'im My commission expires: Company SCHROEDER AND SCHROEDER INC. ­WN (Notary Seal) Address 7306 CENTRAL PARK SKOKIE, IL 60076 NEI BC 57 (Rev. 08117/10 Affidavit of Availability MmoLs'De, v For the Letting of WO (Letting date) Of ftnsp InstmiWonw COMpjajq,th'js, fdrm by efthertyptoo or, usingblaclk Ink. Bureau of"Constructib n "Aulhoftationta Bid,`* VAlinot be 1 4 unless bothsides of, th1s, form are 2,300 South, Di rksen, Parkway/Room 322 s, needed toilstal1work, a compieted Wdeta)L tjs,e adid[Uonal, VxM5 9 Spnil gfieldt 111"in,ols 52704 'P;a,rt,, I. W ork Under Contract o tra,00r. 'it Isrequfrod, to Includeall, pending tow Lis,t'b�e,t,OW'211'WOFkYOU'h,,'av"Oun,dercontr,ad,,asem�erapd,,mocon;tra,,ttor rasubcon, " � , eM 'Th is the responsibil"ItY *TYOur`c pr�Mploted, bids: MairdIna,loin,tventuteoll'�StOnIY ftt poron, of Ohe work wjth dollar Value Is to ba, bused upon, nets estfrnata,, and must ink work subwntracted to others. If no work Is, eontracAvd,, shoes NONE OWN 6 7 8 9 10 '0 - ----- ... 0,0111~MMMMMMMMMIN 24018 25-00101-00-RS 26-00000-01-GM 26-02 Contract Number . . ......... - 25-00100-00-RS 25-OWO -A ... 0 . . . ......... . . . West Chicago - Ors Wfide it - Wilmette Wheeling -Builders Contract With Schroeder Asphalt,, BuIldem" MI'll Estimated Completion Date 10130/2026 81712026 8/28/2026 1012/2026 70 W.D. ... ---------- - MR Accuibulla $ 104000.00 $338,000-00 $1,391,000-00 Tbt—al Contract Price $370,000.00 ()0 ,NOW $795,500.00 Totals MMMMM mmmm Uncompleted Dollar Value if Firm Is the'PrIme $ 370,000-00 $ 14839,000.00 Contractor NON"**, **MMMM Uncompleted Doffor Value, if Firm Is the $104,000.00 $338,000-00 103910000.001 $ -t951600-00 $ 2,972.500-00 �Sdbcontm Total Value of All Work i L 4,811 s500-00 Part 11. Awards Pending and Uncompleted Work to be done with your own forces. F—Accl"mulated - ------ ------- ------ OWN D.00 0.00 OWI;_� R . . ........ ................ Totals 370o0013.00 104,000-00 $ 338,000.00 $ 1,391 oOOD-00 $ 795,5013.0 1 $ 4,73e,000.00 Disclosure of this information is REQUIRED to accomplish the statutory purpose as outlined in the "Illinois Procurement Code". Failure to comply W11 result in non -issuance of an "Authorization To Bid." This form has been approved by the State Forms Management Center. BC 57 (Rev. 08117110 PW' BC 57 (Rev. 08/17/10 om Depaj UTW.M, *on --A. of Tr anspi swb Bureau of Construction 2300 South Dirksen Parkway/Room 322 Springfield, Illinois 62764 Part L Work Under Contract Affidavit of Availability For the Letting of MY mom (Letting date) Instructlons"N' Cornpletethis fog, rn byeld art ping usln black Ink. oh. ton to,Bld!" will not be lssuedunless hoth, sides of this form are c= needed to list all work. , pleled In dletalt. Use-additlonal, fdrms, as n List bel'Ocell voo,,,* you have undercontratt asel.ther a, Prirne, Wntractor or a, subcontmctor. It Is required to, Include, a4l pwdl'ng low bids not yet awardad or rejectel,,. In joint,venture,', list only thatportl'onofthawork, which is,th,e responsibility of yOuroompany. The uncomp, I i0ted, dolfar,vue Is to be based upon the mast rezent engineees or own,"em, ja"5ffrnai% and must Include work s;,ub<pontractod'to othiem. Contract Number Contract With Estimated Completion Date Total Contract Price Uncompleted Dollar Value If Firm is the Prime Uncompleted Dollar Value if Finn is the 11 12 26-00119-00-RS [ 1019/2026 $ 2,473,000-00 $2o473,000-00 13 1 14 M 15 Total Value of All Work Part 11. Awards Pending and Uncompleted Work to be done with your own forces. Ust 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 byyour company. If no work Is contracted, show NONE. Totals 1 $ 2,473o000-00 'I $ I $ W. I $ 'W I $ Accumulated Totals $ 1,839,000-00 $ 5,445,500.00 $ 7,284,500-00 Disclosure of this Information Is REQUIRED to accomplish the statutory purpose as oufflned in the "Illinois Procurement Code'. Failure to comply will result In non -issuance of an "Authorization To Bid." This form has been approved by the State Forms Management Center. BC 57 (Rev. 08/17110 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 Subscribed and sworn to before me this av, dAy of', J Type or Print Name MARY L. BROUNT SECRETARY Ofter or Dirac: Title, NOW WMINNN"', Notary Public 00i Signed 1 2� . . . . . ......... . . My commission expires: I LS a 491 Company SCHROEDER AND SCHROEDER INC. (Notary Seal) Address 7306 CENTRAL PARK Im! MW I 1h, ift dft , IL 60076 OFFICIAL SEAL SKOKIE I WON IHANNAH M WILKES Notary Public, State of Illinois COMMISsion No. 1002273 My Commission Expires January 08, 202Q Wi "F 1w, 40 11"Fil MW i Irw 1w,wir *OVI-4 BC 57 (Rev. 08/17/10 munla MCI, L w, W _0 Z < I 0 5 Lu W LM o 0�Z W 0 a 4m 2W ■� Z Cf) W 0 z o ix � l W � IL Z '�� 00 > VJ 0Q C) W F W W 0 {.ice CLz > 0 ,�.[ LU 1�.�r '� 0 U� U, W U- 0 CL'3 W > IL)Z Z 0 %lm�- mom , W Z F- W D J W > Cl) Won C. Z a Lu W F < =) � Z CD LL w C!) z 0 0 Z0 U- o Nio _ L) jh� Cry U D ILW0) J 0� i-- � W <C3 W fL it Uj C � C"C 0 lit C� CL a w Z 0 W :E 00Wo � � z z U) 0 -•- UJ < Z Z < < , UJ < W 2: a (1) �C e W2:3 ' to > M 0 ~ CY < a CCU► C: -' ` ZUJ t1� CL W .-� ED !.L 32 < ix D 0 cu L F- W 0 �Z� W U. cn► D w LO -� Co/) CUw 0 F - a z F- W 0 w -Z LU 0 LL w -� `. iu Q CL. 15 CQ .� U.J 0) Z � 0 LL} -0 Q "� +f „�i C3 Q z W C3 �L) (.) - Q Z < I) C:) 0< 0 W -r w U) � � �X Z w F Indel Re co 1k 'a 0 V'111age of Mount Prospect PY25 CDBG El*igible Census Blocks pip A 0 Z 0 W�MSOLTO]ti DR W EUCU V 0 Ij CEOAR LPL 'NrING GWOOD VON 4 ERBERit RAN z Pi 1141 I JNDEN LN UBERTf C LA R K ALE LN 1, C) 43 pug M E UY 111r, MONWOO w. 0 I 'R 0 J 0 4A KNSONRD V EN KS N GTO N RD E INSINN RDE�NGT KEG aim 0 ARWOOD DR ZA z 01P E MAYFAIR F D 0 0 0 HOLL(Cr ,2 "00 > JUD TH ANN D, OLLY,kV y LAI W *HjA N i DSTJ E WiGHIND ST L­j 0 0 ild > LL MEItOR . .......... JLN J" H I ILL TPo Wauunbb 41 E GREGORY ST 11 W GRE[OR ST,� 2 j L" lA kA lA 0 �r4 z E 3REGORY' W 0<)D LOWO'00 NARVF 7 tN � EGR 0 041- �= ,5 N L LOWDEN L 2 z z [CAR7C)NAL LNI SMALL LN JEF REY R''M 10 w ;ARE LLA ;T 4 1" S 0 77T . z ....... ... z rAlTdHELL, 'HEL, R RN LIst z �JARDYC E ot ': I LU 0 V_ z U4 L" 71— z .14 "A E T A d°drril,w WL T ,4 ER, ;T z E TVAY El" S k 'T HA� --R S E Cktjj'[,Wlf43A,L DR LN_ 0 Z �2AI K i 0 21 "Ill a E fENAY S1 L> �Z . . .. .. . . W'� Rom. I. ST ZO E JENF Y ST 'i �Z I LA it z 4,UT 0 S I 104 z i iz Z! z z z z GREE LN W CENTRAL RD J w T kL Di E CENT AL RD '00,HTEGArE DR o r rA I'll 0 w I USS AV 0 E . . .. 1USS1 ..... AV ww 4C�EL, DR, 1A A RC, T 0 1 S add U %A t-A FR�011, 1CT LA.1 z UA , CL z V E'V �RGR EN !7� tA z vil EVE3GREE N AV AV > CON kA V4 z M 1- hAA z I wxu �,P A ..... "A kA JE V F ,spa'. 114 AV - jl� AA CA 0 0 %A Aw ON Uj it 0 kA V4 Y, 1 UNCO N ST 111 lrv� E LWCOL CST z Se$ t 6 1 D WA ill" _J lA ILI W*VANI RL 0 w z U Scir,37TIR NVEN ST RUSTY D J E SHA B NEETRL )ODY CT MAN `T" C) KIM AV I 40E LING DR 2 E 40UP ICIL rRL RE14CE LN 10 to �STATES DR 0 MYRTL,E DR FR, pad 8� ACW,HMVK 0 z qf,4 4 AN UEN MARTHA 011 NE'l MCR >8 ST 10 �p GREEN R DR z iz "J 6 t4li z W LOW,IQUIST RLV UJ 0 LA _j GOL "HURS AS J ROBW LN ORCHA 0 life, kA CA �%* cc W SUNSET'R L, � v � kJUSET R D 0 w UNSET R V11 i— 'Z , � � _ 11,011— Uj Z U4 0 iRCENACRES Ll 4� - Z.- ;i kA -J 8 �: 0 0A �S 0 ICI PAUA )R