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