HomeMy WebLinkAbout12/02/2025 Motion to accept bid for the 2025 New Sidewalk Program for an amount not to exceed $163,570.Subject
Meeting
Fiscal Impact (Y/N)
Dollar Amount
Budget Source
Category
Type
Information
Item Cover Page
Motion to accept bid for the 2025 New Sidewalk Program for an
amount not to exceed $163,570.
December 2, 2025 - REGULAR MEETING OF THE MOUNT
PROSPECT VILLAGE BOARD
Y
$163,570
General Fund
VILLAGE MANAGER'S REPORT
Action Item
This year's New Sidewalk Program includes the installation of approximately 1,000 feet of new
sidewalk on the north side of Oakton Street from Lexington Drive to 2400 Oakton Street.
Completion of the sidewalk section will fill in one of two gaps needed to provide a continuous
pedestrian route on the north side of Oakton Street from Elmhurst Road to the Village's
western limits by the I-90 overpass. Sidewalk to fill in the second gap is anticipated to be
designed and constructed in late 2026.
A Notice to Bidders was posted on the EUNA OpenBids (formerly Demandstar) website and
Village staff notified local sidewalk contractors.
The bid opening for the 2025 New Sidewalk Program was held on November 19, 2025, at 1:00
p.m. Ten contractors submitted bids for this project. The bids ranged from a low of
$148,700.00 by Schroeder & Schroeder, Inc. to a high of $212,312.10 by Alliance Contractors,
Inc. Below is a summary of the bids:
Bidders
Total Bid
Schroeder & Schroeder, Inc.
$148,700.00
Triggi Construction, Inc.
$162,165.00
Martam Construction, Inc.
$171,968.00
D'Land Construction, LLC
$173,173.73
Davis Concrete Construction Company
$174,631.00
Globe Construction, Inc.
$174,902.75
A Lamp Concrete Contractors, Inc.
$175,261.50
Coperhaver Construction, Inc.
$185,015.00
Landmark Contractors, Inc.
$196,674.60
Alliance Contractors, Inc.
$212,312.10
Engineer's Estimate
$170,373.50
Ten bidders submitted bid bonds 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.
Discussion
The low bidder, Schroeder & Schroeder, Inc., is qualified to complete the work involved with
this project and meets the requirements of the contract documents. They are prequalified to
perform concrete work and have been vetted by the Illinois Department of Transportation
(IDOT). Schroeder & Schroeder, Inc. has worked on previous sidewalk projects for the Village
between the years 2015 and 2025, including the New Sidewalk, CDBG Sidewalk, and Shared
Cost Sidewalk Programs. Their work has always been satisfactorily completed.
Oakton Street is under the jurisdiction of IDOT. Staff had hoped to complete the project this
year but delays in obtaining an IDOT permit prevented such a timetable. It is anticipated that
construction will begin in April 2026 and take approximately one month to complete.
Staff recommend including a 10% contingency in the project award to allow for quantity
variances and unanticipated construction conflicts. This would result in a total recommended
award of $163,570. ($148,700.00 + $14,870.00).
Alternatives
1. Accept lowest cost, responsive bid for construction of the 2025 New Sidewalk Program.
2. Action at the discretion of the Village Board.
Staff Recommendation
Staff recommends the lowest cost, responsive bidder, Schroeder & Schroeder, Inc. of Skokie,
Illinois, be awarded the contract for the 2025 New Sidewalk Program in the amount not to
exceed $163,570.
Attachments
1. Location Map
2. Oakton St Sidewalk Plans
3. Bid Tab
4. Schroeder & Schroeder Bid
a�
z
0
c
E
PN Ja6pe8
0
i
0
0
0
0
0
0
Is
any ylL
tl 4j9
1.1�°Il(,�G�IrI �[lIf]�Jf�I� I,�fIII�CI_nI
sth4��±IIJ�II�LIL�ll.1
q []ve
[In II[i[]F[1���� �][1][l`ur`is�fl
E col] 17 �1[10 011C1[l[l���u���[II
3rd Ave
JDEEKILll[IJI]fJ`i1L01]Iflf�illl
�[1flTJ J��i1�1��1
�....
any 3s l
any 4}
r:_-rw__X
j
L
_ y C E__ 7
L
0
AC
0
r n
V o
a o�
cn a
o�
oc �
a a
z
D W
00
x m
LL U)
O H
W W
� W
a w
J
J
H
>z
O
a
O
W
LQ
"Oki
0
0
l0
N
00
0
M
Ln
00
0
O
I�
U)
00
0
0
+
�O
m
0
W
0
0
L+A
Q
Ln
O
F-
o
0
Q
(n
O
F
0
O
o
0
w
W
=
Lo
JQJ
F-
O
0
O
(n
i
J
LL
0
a
a
ozS
a
O
1.0
N
(n
i
J
LL
0
s
a
oZS
a
O
M
In
(n
i
J
LL
0
oC
a
dS
a
O
Qll
N
(n
i
J
LL
0
ci
a
d1
a
Q
~
W
,- q
1
Q
w
>
ce
0
M
1
Q
LU
aS
N
1
Q
w
>
0
Q
F-H
W
Q
w
>
QC
0
Q
W
Ln
1
Q
w
>
QC
0
O
O
Q
(n
Z
O_
F-
U
W
(n
cn
0C
U
Ln
In
Q
(n
Z
O_
F-
U
W
cn
v�
Q
�JQ
U
m
J
'-'
Q
W
0
W
(�
�
>
V
J
'-'
Q
W
0
W
C7
�
>
U)
Q
MO
O
00
O
O
o
O
o
o
0
F-
o
O
O
N
M
Q
M
M
l0
N
O
M
-q
,--�
,�
,-I
Q
cD u
ID
ID
D
Imo.
e lam'
i.
s
a
o
ID
FD
a+
0o
o
(�
�co
co
►
o—
0
4
► M
e, tD r
M �
0 M
ID
10 10
M
n
� �
ID
I
to
0 '
n
w
w
M
M
co
E
to
co
Z
cc
Ln
I
I o
co
0
a
^
ID
rn
C
D
10
10
W
W
to
U
I
co
co
u
up
I
5
u
d
o
w
M
10
�
K
I
� o
M
ID
ID
c
r
•
a
c
In
M
t0
co P
co
�u
u
o
�n
M
co
gol
0
O �
.+ w
k
to
W) m
co
co
U
U
3
D.
w
K
0
w
O
F
w
co
ri
to
CD
SEE SHEET 3
co
co
J
J
Q
w
p
0
1
10
W
Iw
U)
Iw
W
N
�
(D
M
i
o
Lu
oz
Io
�
�
M
z�
oZ
�W
�m
o
z
:Q
r
LL
oW
V)W
ii
O
�W
00
to
m
RTI
LO
a
�I
ID
O
u
a , ,
co co
1. �s `° M• `°
ID
M J
•�
e
o
to
: :
N
�,
a
�ry
I
0
J
N..
a
Q.-.
a
ui
o m
_
... .....
..... .....
: :
Q
.. ................
.. .: .
in
W v
I
v ri
M
W
>
I
ID to
N
0
LL
W W
lo u
o
I
Q
o I.
V
g u
;
W
No
M
I
Q
I
M
W
L.L.
w
I�
1
V
w
..........................
..........
a
w
®m
U
v
�•
�M—
_
LL-
CO-
O
ID
IDI
O.
L
O:
U
rn
�:
O
m
ID
10 w
(o
,
ID
10
0
.
I
•
0
I
N
%9' l
-
N
N
N
to M
ID
ID
l0
N
o......
M ___„,�,, _____
_ �,, „�,�, _____LO
i
SEE SHEET 4
co LO
M
N
co CO
tG
: CO
co to
co to
tD
co
c0 c0
SEE SHEET
SEE SHEET 5
LLJ
V)
O
I:
OEr
:........ .......:."...I..:........:........
.........................
..I
........... ........
3R1 HaLYII :-----=------- ----
co to : -* : M : N
co to co to co co
CO CO CO Co Co co
SEE SHEET 5
0 O t0
it
U V I
a
\ Ui
M
co
O
a
ID
MID
�O
II
li
ri
M M
I
k l
ID . f0
LL ��
Ln
rQ
u
�t
� I
v 1,
0
Z a
v
O
O U
M
M
N
N
a I
ID
M
N10
I°
I
I
I
'
I1O
I
M
,1
M
1
i
I
k
LO
+
M
�
w
I �
�9•Y I
�1
Z O
O
u In
I �
�►
o
IcZ
q
cc
En
om
� �
W�
J
a3
I
I
I+
co
N
O
t0
,Z Bo
I
I
............................ I.................LO
I
I
I.
1
...............................
...............
................................•.
....•........
co
to
M
N
co
co
co
co
co
co
co
CO
0
co
0
co
Ln
N
g•�
��
O
-O
M
N
M Ln
— — O — — — —
It
n M
l�
l�
C6w
o
W "
> �...
.0
,
u
N
+
0
U
a
M
rn
��
LU a
W
NO kO
N
/
C
co
Ln
M
kD lo
ko
N
� W�
��YY
W
%a:o>;
o
L
%a
Q
� � o o
wLri
D
U
♦ZLU
U)
O
01
U
N N
00
a
w
a
O
O
�p N
co
oZS
w
Q0
�
(.0
W
O
o
wLO
rrj
LO
-v
co
co
co
co
I
�
M
a
c
m
Q
W
w I
I I I I
I I I I
I I I I
eano%1 � L i earrJ%1 � L, i e8no%1 N L^ i e8no%1 m L
O LJ � O LJ CD O LJ It O LJ
O ( O (D O O
O O O O
Moa_
eano%i
O
N �
+ �
CY)o �
rri o 0
u>v
U) rn I
CD of I
� I
I
I
I
Z Z
Vj0
I
xO I
w
I
I
eano%i ----
cD O Li
r7 O
O
O
Moa
O
\ O
+
0
ry
n
I
I
o I
zz
F-D
o
LX
I
I
I
I
I
eano%i 0
0
I- O L-j
O
O
Moa
oIt 9--l- rn�
ri rri r K)
oC I cpN I oN I
Moa____
I I I
I I ►
I I I
I I
I I I
I I
�o �o 00 I
I z_I
�� c�o� z I �o I
CD I - (If I
I
I
o _
I
c\) O 04 U) O o o
000 Ln o In �
� a
c0O+ O+
[if 0'
0_ LC) 0_ (D
00 Fo F
� VI CV^I C° II
I NI)
I I �
I O
I �
I I IL
�o I o I
F-D D 04
a
w � I � I rri rrj
I I cD
I I I
mw/i i eano%1 M L� sano%1 L�
o Li o L-J o LJ
�o o Jo
co cD cD
I
Q
V J
w
2
0
❑
❑
w
a
U
z
Z)
ry
U
w
H
0
Z
cn Z
cep W Znj
w
ww
mmZ)m
WQWU)
2 2 of m 2
HCnQOc)
N
O
o Q o
IAAV' 11 �10 N0110AMO
a
J
F-
w
0
w
0
0
0
w
¢
U
Z
F-
Z
w
H
H
a
w
Z)
0
U)
J
H
w
C�
Z
z
(L
¢
w
J
m
H
U
w
H
w
0
Q w CO
LL
LJL�
x
F I
J W
Z ~
Q } LU
W
W m
Z
Q 0 W
U W W
UCL
WQ
W Q J
J
�a>
U
J W
LU
Q } W
d Co
Z
¢Ow
U)= W
W Q J
w U) J
dQ>
W
❑
m
W
LL
W
_❑
m
z
CD
Cl)
m
w
C0
W_
of
O
Z
H
U)
X
w
v
Luw
aN
0 �
00m
a vU)
q- m
I
I I
I I
I I
I I
� I I
IY I
1
p I
OI I
M I I
I I
IN
H
Z
w
w
Q
d
LL
O
w
C9
w
3
O
}
Q
~
O
j
�
o
Z
o
�
Of
F
z
M
0
O
o
CD
o
z
JLd
i
U
p
X_
Q
W
m
W
W
>
�
W
�
H
O
U
U
W
(ifLJ
U
Z
0
(n
o
Q
W
Of
N
w
U
Z
o
F-
W
W
U
0
m
Q
W
W
U
z
W
�
m
d
(N
Q
X
U
0
Z
H
W
w
0
�I
H
2
H
W
fn CL
9
Q
8
S
m
S
Z
0 0
0000000
0 0
0 0
0 0
0
0
0
0
0
0 0
otnontn
o M
o
M
r
J
y y
O O
OMn�
N W
O O
tA�
n W
to O
V
O
N
N O
n
N V
O tO�
O
n
O
O O
N
N
M
N
n O
M
Ci
F U O
W
N J
z L
EA EA
EA EA
ER ER
fR EH
fA
fA
fR fR
fA fA
fA
U
U O U
.......
O
O
....
M
O
O o �
O O
O O
O O
N O
O
O
O M
O n
LQ
Z O
N O
N N
N
N O
N
O
N N
M O
O
N v
cc
O
U
-------
-
-
------
o
h
...
HH,
0 o
0 0
0 0
0 0
o o
0 0
o o
0 0
o
0
o
0
o o
0 0
o o
0 0
o
0
0
0
6
O O
OJ (10
0 0
0 O
N
0
0 IA
IA 0
0
CO
-j
IO o
to N
2 M
tp O
v_O
O to
V N
to
Lf)
O
(p n
Nt0
N O
t0O
�
Oo
10
OI
0:
f U
C6
��
M
� O)
N
F
W
z Y o
ow
U (7 -
0o c
o 0
0 0
0 0
0 0
0 0
0 0
0 0
0 0
0
0
o
0
o o
0 0
o o
0 0
o
0
F N W
_
00 0
(V 1w
W
a-
o
o 0
0
C o
c O
N
f
va t»
E» F»
En <»
<» <»
t»
<»
<» <»
<» <»
t»
0 0
0 0
0 0
0 0
0
0
0 0
0 0
0
0
M
O
0
O
O
0
0
N
Li No
O
O N
4S 4'1
N n
0
0 0
0
ill O
In
N
N
N
In
7 n
0
0 0
0
Yf
tD
z X
{gyp y
O V
r W
(D O
N O
IA
t0
W
In O
In
_m0
FU
H 0.
w
u)
J
Z V
0
FA V3
M Y3
ER ER
ER Vi
tN
E9
ER ER
E9 E9
E9
o
U y to
o 0
0 0
0 0
0 0
0
0
0 0
0 o
o
.3
O
o 0
C o
o o
o o
o o
N o
o
co
N
o
0 0
o 0
0
0
o-
C7a V
.� o
r�NN�
vi
n
N
N oto
U
O
N
� >
fH fH
fH fA
YT fA
fA fH
H3
fA
fA fA
fA fA
fA
U
O O
O O
O O
O O
O
0
0 0
0 0
0
O
Z
O O
O O
O O
O O
O
O
O O
O V
O
O
N.
O O
O O
0
m M ap
0
O o 0
O
o 0 O
O
M
In
N
N o
N
O V
O
o
O
O
O
O M
V In
In O
N It
O
m
M
N
In O�
n
r
O
p
7
N
N
V
WOaoFU
w
w m
x
N (J d
�tox
0 0
o000000
0
0
0
0000
0
Wr (n
0 0
O
0 0
0 0
0
0 0
t0
0
0
O
0
O N
o g
o
}, y
N
N
two
W
N
0
o
a
0
C
U
n
Q'
7
S
U
fn
o 0
O O
0 o
O N
o o
O 0
0 o
0 O
o
O
o
O
o o
O N
o o
N O
o
O
0
'Al
O o
a
O O
N
O O
r O
O o
M W
o
a
O
o N
N 7
n o
M O
o
N
Vl
M
.O_. o�
FU
o
t0
�w
r2 m
(
rooio�
n
C W
M
W Q
W m
z -
-------
5 y
o o
0 0
o o
o o
O
o
o o
o o
o
Z W
W
otn
otn000
O
0
V
0
0
otnU�oo
t 0
t
C O
N N
N
N
m
M
r
p o
O
U
O
t0
_o
U
Z
0000000
o 0
0 0
0 o
0
0
000000
c
y"
oo
oonn�ov
o o
o o
t0
rn
v
�noo
Ci
w W
O O
W M
r 0
O
O
r
M
i0 i0
M
O O
D O
N
V
N
N
V
N
N
N
Va m
r U
N�
a O J
K
Y
Z J
fA ER
ER fA
fA fA
fA ER
fA
fA
fA fA
EA fA
fA
Oro
W
o 0
0 0
0
3
�
a
(o
M
J
QEA
fR
fR fA
fA f9
E9 fR
fA
EA
EA EA
EA fA
fA
(j
0 0
0 0
0 0
0 O
O
O
O O
O O
O
O
-L
0 0
I 0 V
0 0
0 O
n
O
O O
O O
O
0
vi
O
<O M
MnovM�o
O n
O
N 0
M O
0 N
N V
0
O
v i
i0
cornM
w O
n 10
O O
O O
o
�O
N
V
A
co
K
<0
N
O n
N
V
T
M N
M
w
O via
O
f J
0 > T
>�
Vj fR
fA fA
fA fA
fA fR
f9
fA
fA fA
fA f9
f9
(,)
rn C
�O 0
(V N
0 0
N (p
-
O
0
f0 O
O
000000
0
0
0 0
0
i
2
O N
M M
W W
M
n N
N
Q
(Nry o
O
N
Z
5
- -
- -
--
-
-
-
- -
- -
-
it
0000000
O
O
000000
0
Z
0 0
0 0
0 0
0 0
0 0
0 0
0 0
0 O
0
I n
0
O
0 0
O I n
0 0
I n O
0
O
0
Y 1
O f0
CO M
00 O
N N
o0 O
V N
if) O
N O
N
10
M O)
N n
f0 m
n 0
N 0
0
10
O
N (N 0
ao
v
v ao
ai
N
ui
iri N
c
Z
O ncoo
�
U J
----<»--
-
-
--
n---ix
f
W N C
O O
O O
O O
O O
O
O
O O
O O
O
=nj
0 0
�NI
0 0
NNmN
0 0
0 O
ui
O
O
O O
ni �[i
O O
riO
O
N
N
LLO''
W
a
N
O
U
e» »
» »
f» f»
f» »
e»
f»
v> F»
F» e»
e»
U
Z
0000000
O O
O O
O O
0
O O
0
O
000000
O
O N
0 0
0
0
N
N
O O
O V
o0 tp
M O
O N
f0 N
O O
O O
�O
O
CO
O n
O N
0 0
10 O
0
O
�Ci
M IQ
N
O O
N� N
O
t p cn,
M T
O
NNv
N o
r
N
A
�2coo
f 00
Z
U m
d3 ER
EA EA
fA fA
fA ER
EA
fA
EA EA
EA EA
EA
~o E
o 0000u�o
0
0
0-00
U L
0 0
W O
0 0
N T
o N
M
0 O
a c00
o
0
O
M
r g
M It
O O
W 0
o
0
Z
o
O
N
U
IL
0 0
0 0
0 0
0 O
O
000000
N
V
O O
O, O
O O
N O
O
O
O O
N O
O
1�
y
= U
y
0 0
O n
l0 fp
N T
O l0
a W
N O
0 N
OD
O
O
cO
O
a N
N
0
M O
0
O
N
O
0 0
O
N 00
r OJ
0 0
N
N
M
(O 10
O 10
O
O)
ZF J
fA f!-T
fA fA
fA fA
M f!-T
fA
f9
f9 f9
fA fA
fA
¢ C
...
O
000
...
W
O
l) O
O
O
.....
O
10O
n 00
O
W> y
'C
N V
m N
f0 N
V
o
t7
m O
O
m a
OJ r¢
o
7U
a N
N N
n
O
00
0
C7
EA EH
ER fA
fA E9
E9 EH
EA
EN
EN EA
EA EA
EA
o 0
0 0
0 0
0 o
O
o
0 0
0 0
0
0
UK
0 0
000i
0 0
oiooui
0 0
0 0
o
0
iri
0
ui00000
0 0
0 0
0
0
F d
y y
O
ip
y o�
O O
M
DOn
W
O
m
N
V LL)�
�aHU
w
U � �
OLu
F t0 J
L
V3 tR
M to
fA fA
fA tR
to
fA
fA fA
fA to
to
Lu
U
0 0
0 0
0 0
0 0
0 0
0
0 O
O
O
O
000000
O
O O
O O
O
UZ
00
>
O
Nv
�U
iris
N
Z
O
YF
Q
O
0
0
a
N
N W ¢ K
� y o z
4. 0
a
N J Z
C j ¢ X Z
�20�0
F
z03U)
LLJ IL C9ZOQN
OcgoacW
m> N O m IT
Bid Form Page 1
BID FORM
2026 New Sidewalk Program
Oakton St, Lexington Dr to 2400 Oakton St
Village of Mount Prospect
Department of Public Works
FROM:
Schroeder & Schroeder Inc.
7306 Central Park Ave., Skokie, IL 60076
(Hereinafter called "Bidder")
TO: Office of the Village Manager, 31 Floor
50 South Emerson Street
Mount Prospect, Illinois 60056
(Hereinafter called "Village" or "Village of Mount Prospect")
Bid For: "2025 New Sidewalk Program - Oakton St, Lexington Dr to 2400 Oakton St"
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.
32
Bid Form Page 2
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
No.
Addendum
Date
Acknowledgement by Bidder or
Authorized Representative
Date
Acknowledged
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 a.11 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 start of the Igerformance 2eriod is contingent
upon receipt of the IDOT hermit and not before April 1, 2026 Upon those two 12) conditions,
the Village will issue a Notice to proceed and the contractor then has ten t101 calendar
da s to commence work. The contractor shall reach substantial completion that 30
calendar days after substantial completion. Failure to complete the work in the designated
time frame may result in the Director of Public Works withholding compensation due the contractor
for failure to 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".
33
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:
By: WW
Name & Title:
Schroeder & Schroeder Inc.
IN
nature)
Joseph V. Vrabel, President
Date: 11 /19/2025
Contact Information:
Official Address:
Telephone:
Email:
Schroeder & Schroeder Inc.
7306 Central Park Ave.
Skokie, IL 60076
847-933-0526
andrew@schroederconcrete.net
34
VILLAGE OF MOUNT PROSPECT
AFFIDAVIT — BID CERTIFICATION FORM
Bidder:
Company/Firm Name: Schroeder & Schroeder Inc
Address:
7306 Central Park Ave., Skokie, IL 60076
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
is 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 Non Collusion
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
put in a sham bid or to refrain from bidding, and has not in any manner, directly or indirectly,
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 II Bid Ricaling and Rotatin
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 33E-3 and 33E-4 of the Illinois Criminal Code, 720 ILCS 5/33E-3, 33E-4.
Section III Drug�Free Workplace
The undersigned further states that Schroeder & Schroeder Inc.
(Name of Company)
provides a drug free workplace pursuant to the Drug Free Workplace Act, 30 ILCS 580/1, et seq.,
and has, to the extent not covered by a collective bargaining that deals with the subject of the
Substance Abuse Prevention in Public Works Projects Act, 820 ILCS 265/1 et seq., a substance
abuse prevention program that meets or exceeds these requirements of that Act.
Section IV Tax Payment
The undersigned further states that Schroeder & Schroeder Inc. is
(Name of Company)
not delinquent in payment of any taxes to the Illinois Department of Revenue, in accordance with
Illinois Compiled Statues, 65 ILCS 5/11-42.1. The undersigned understands that making a false
statement regarding delinquency in taxes is a Class A Misdemeanor and, in addition voids the
contract and allows the municipality to recover all amounts paid to the individual or entity under
the contract in civil action.
35
Page 2 - AFFIDAVIT — BID CERTIFICATION FORM
Section V Sexual Harassment Policy
Pursuant to Section 2-105(A) of the Illinois Human Rights Act, 775 1 LCS 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
information: (1) the illegality of sexual harassment; (II) the definition of sexual harassment under
State law; (III) a description of sexual harassment, utilizing examples; (IV) the vendor's internal
complaint process including penalties; (V) the legal recourse, investigative and complaint process
available through the Department (of Human Rights) and the Commission (Human Rights
Commission); (VI) directions on how to contact the Department and Commission; and (VII)
protection against retaliation as provided by Section 6•-101 of the Act. (Illinois Human Rights Act)."
A "public contract" includes: ... every contract to which the State, any of its political subdivisions
or any municipal corporation is a party." 775 ILCS 5/1-103 (M) (2002),
The undersigned further states that Schroeder & Schroeder Inc. has
(Name of Company)
a written sexual harassment policy in place in full compliance with 775 ILCS 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 certi es that II info atio contained in this Affidavit is true and correct.
Signed by: Title: President
Signature
Name Printed: _Joseph V. Vrabel
Signed and sworn to before me this
My commission expires:
Notary Public
19th day of November, 20 25
mm
FOFFICIAL SEAL
P+f. sub of News
C"WAMaaw.-I
MY � A 0 W Y 0k 2029
36
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
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.
SUBMITTED THIS 19th DAY OF November , 2025
SEAL (if corporation)
Schroeder & Schroeder Inc.
Bidder:
Joseph V. Vrabel, President
Bidder's Agent an&Agent's Tit :
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
37
OHIO FARMERS INSURANCE COMPANY
Westfield Center, Ohio 44251-5001
KNOW ALL MEN BY THESE PRESENTS, that we Schroeder and Schroeder Inc.
7306 Central Park Skokie IL 60076
as Principal, hereinafter called the Principal, and OHIO FARMERS INSURANCE COMPANY, Westfield Center,
Ohio 44251, a corporation duly organized under the laws of the State of Ohio as Surety, hereinafter called the Surety,
are held and firmly bound unto Viliggg of Mount Prospect
50 Emerson St Mount Prospects IL 60056
as Obligee, hereinafter called the Obligee, in the sum of Ten Percent of Attached Bid
Dollars ($10% off),
for the payment of which sum well and truly to be made, the said Principal and the said Surety, bind ourselves, our heirs,
executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the
Principal has submitted a bid for 2025 Now Sidewalk Program - Oakton St Lexington Dr to 2400 Oakton St
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with
the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or
Contract Documents with good and sufficient surety for the faithful performance of such Contract and for the prompt
payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter
such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the
penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith
contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise
to remain in full force and effect.
Signed and sealed this 19th -day of November , 2025
Schroeder and Schrmder, Inc.
(Prin (Seal)
By. r
SOT&lp�f LEE unt - r Secretary (Title)
Ohio Farmers Insurance Company
4\joy llF'0 (Surety) (Seal)
IA48 :•b /a�a:� rem
r.• * Veronica O'Connor- Attorney -in -Fact (Title)
1
Printed in cooperation with the American Institute of Architects (AIA) by the Ohio Farmers Insurance Company. The language in this
document conforms exactly to the language used in AIA Document A310, February 1970 edition.
BD5084 OF (11/97)
THIS POWER OF ATTORNEY SUPERCEDES ANY PREVIOUS POWER BEARING THIS SAME
POWER # AND ISSUED PRIOR TO 06116124, FOR ANY PERSON OR PERSONS NAMED BELOW.
POWER NO. 1212962 02
General Westfield Insurance Co.
Power
of Attorney Westfield National Insurance Co.
Ohio Farmers Insurance Co.
CERTIFIED COPY Westfield Center, Ohio
presents make, constitute and appoint
WILLIAM H. HAVES, HOWARD A. WEISS, JOEL C. EDSON, VERONICA O'CONNOR, MAGGIE GRANHOLM, JOINTLY OR SEVERALLY
suretyship In any penal limit. - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - -
LIMITATION: THIS POWER OF ATTORNEY CANNOT BE USED TO EXECUTE NOTE GUARANTEE, MORTGAGE DEFICIENCY, MORTGAGE
GUARANTEE, OR BANK DEPOSITORY BONDS.
WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY:
and on behalf of the Company subject to the following provisions:
notices and documents canceling or terminating the Company's liability thereunder,, and any such Instruments so executed by any such
Attorney -in -Fact shall be as binding upon the Company as if signed by the President and sealed and attested by the Corporate Secretary.'
'Be it Further Resolved, that the signature of any such designated person and the sea] of the Company heretofore or hereafter affixed to any
power of attorney or any oertificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signatures or facsimile
seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached., (Each adopted at a meeting
held on February 8, 2000).
In Witness Whereof, WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE
COMPANY have caused these presents to be signed by their National Surety header and Senior Executive and their corporate seals to be hereto
affixed this 16th day of MAY A.D., 2024 .
Corporate SV� �*+tS`.ProP, "*• , . WESTFIELD INSURANCE COMPANY
Seals O »•.«.a4`� .�"""'•s,". »••» WESTFIELD NATIONAL_ INSURANCE COMPANY
Affixed w�+ ocam A �``4 � �'`, «• • �`'s� OHIO FARMERS INSURANCE COMPANY
39 ;yam; a�• 4
SEAL
1648.
"'••P 4r r.4•• ay
State of Ohio By:GaryW. per, Nationa ur ty Leader and
County of Medina ss.: Senior Executive
On this 16th day of MAY A.D., 2024 , before me personally came Gary W. Stumger to me known, who, being by me duty sworn,
did depose and say, that he resides in Medina, OH; that he is National Surety Leader and Senior Executive of WESTFIELD INSURANCE
COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS INSURANCE COMPANY, the companies described in and which
executed the above instrument; that he knows the seals of said Companies; that the seals affixed to said instrument are such corporate seals; that
they were so affixed by order of the Boards of Directors of said Companies; and that he signed his name thereto by like order.
Notarial
Seal Affixed ��a` A l
A '
?4tii'
AW4900d4lbL
State of Ohio �+ o !David A. Kotnik, Attorney at Law, Notary Public
Count of Medina ss.: My Commission Does Not Expire (Sec. 147.03 Ohio Revised Code)
Y �f•C CFO
I, Frank A. Carrino, Secretary of WESTFIELD INSURANCE COMPANY, WESTFIELD NATIONAL INSURANCE COMPANY and OHIO FARMERS
INSURANCE COMPANY, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said
Companies, which Is still in full force and effect; and furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are
In full force and effect.
In Witness Whereof, I have hereunto set my hand and affixed the seals of said Companies at Westfield Center, Ohio, this 19th day of
November A.D., 2025 -
r .ry i
SMA.
k .an
•"
SEAL m: �f'"�"" ti Secretary
1848 A 1
«'••., N,«••"«+= Frank A. Carrino, Secretary
+�,t'''MPu,"* rswy,,r•'r` ,'"�ru%,«1NP,nr�'
BPOAC2 (combined) (03-22)
BID SHEET
"2025 New Sidewalk Program"
Oakton St, Lexington Dr to 2400 Oakton St
(TO BE FILLED OUT BY THE CONTRACTOR/BIDDER)
The Bidder will complete pricing for all items (# 1-15) to provide all labor, equipment, materials and
mobilization (if applicable) to perform this work. The fixed item price given is to be all inclusive.
ITEM
DESCRIPTION
UNIT
QUANTITY
UNIT
PRICE
TOTAL
NO.
1.
EARTH EXCAVATION
CUYD
160
485 •oo
coo .o0
2.
CURB AND GUTTER REMOVAL
FOOT
30
111 o . 00
* SOo• 00
3.
ASPHALT DRIVEWAY APRON REMOVAL
SQYD
29
415.00
11, 435 .00
4.
PCC DRIVEWAY APRON REMOVAL
SQYD
79
a0•oo
5.
AGGREGATE BASE COURSE, TYPE B, 4"
SQYD
560
(.00
Sbo . 00
6.
PCC SIDEWALK, 5"
SQFT
4,100
k 10 . oo
41 , 000 . 00
7.
PCC SIDEWALK, 8"
SQFT
950
1 to. oo
115, aoo • oo
8
COMB. CONCRETE CURB AND GUTTER
FOOT
160
4 65.00
lot too . 00
REMOVAL AND REPLACEMENT
9'
HOT -MIX ASPHALT DRIVEWAY APRON
SQYD
127
qp, 00►t,
L{ 30. 00
REMOVAL AND REPLACEMENT
10.
PCC DRIVEWAY APRON
SQYD
285
oB•oo
j� 2% ga?5.o0
REMOVAL AND REPLACEMENT
11.
CONCRETE CURE AND SEAL
SQYD
560
9 o, 01
1-0
COMPOUND, SPECIAL
12.
TOPSOIL FURNISH AND PLACE, 4"
SQYD
1,175
I< a •oo
2, 3 50. 00
13.
SODDING
SQYD
1,175
� ao.00
* �23, 500 •00
14.
TRAFFIC CONTROL AND PROTECTION
L SUM
1
N -j, ;,1 y.qo
- , 614. q0
15.
MAINTENANCE BOND, 24-MONTH
L SUM
1
0 400.00
400. 00
TOTAL FOR ITEMS 1 -16
� 1`1 S ► --00. 00
icM
Schroeder & Schroeder Inc.
CONCRETE CONTRACTORS (9
7306 CENTRAL PARK • SKOKIE. DWNOIS 60076
PHONE 847.933.05216 • FAX 847-933.0528
REFERENCES (2024):
Village of Algonquin
110 Meyer Drive
Algonquin, IL 60102
Michele Zimmerman
maimmerman a al o uln.ore
(847) 658-2700
2024 MFT Concrete Replacement Program
Contract Amount: $341,316.50
Village of Wilmette
1200 Wilmette Avenue
Wilmette, IL 60091
Dan Manis
manisd@wilmette.com
(847) 853-7602
Concrete Flatwork
2024 Alley, Brick Streets/Sidewalks Reconstruction & Patching
Contract Amount: $2,694,777.00
Village of Schaumburg
714 S. Plum Grove Road
Schaumburg, IL 60193
Brandon Stahl
BStahl eelweb.com
(630) 878-2608
2024 Concrete Repair Program
Contract Amount: $1,340,000.00
Village of Mt. Prospect
1700 W. Central Road
Mt. Prospect, IL 60056
Scott Moe
SMOE@mountprosp�ect.o rE
(847) 870-5640
2024 Concrete Flatwork
Contract Amount: $491,465.25
Village of Northbrook
655 Huehl Road
Northbrook, IL 60062
Jim Huff
J es.huff northbrook.il.us
(847) 272-4711
2024 Sidewalk Removal & Replacement Project
Contract Amount: $374,700.00
r •
ff
of Trarw—pbrc+n
WBureau of Construction
2300 South Dirksen Parkway/Room 322
Springfield, Illinois 62764
Affidavit of Avail ility
For the Letting of I I) I q a S
(Letting date)
Instructions: Complete this form by either typing or using black ink.
"Authorization to Bid" will not be issued unless both sides of this form are
completed in detail. Use additional forms as needed to list all work.
Part I. Work Under Contract
List below all work you have under contract as either a prime contractor or a subcontractor. It is required to include all pending low bids not yet awarded or
rejected, Ina joint venture, list only that portion of the work which Is the responsibility of your company. The uncompleted dollar value is to be based upon the most
recent engineer's or owners estimate, and must include work subcontracted to others. If no work is Contracted, show NONE.
1 2 3 4 5
Contract Number 9678965
Contract With Schaumburg Skokie
Estimated Completion Date 4/30/2026 100 Calendar Days
mug
Total Contract Price $1,448,000.00 $ 2,788,000.00 Totals
Uncompleted Dollar Value if Firm is the Prime $418,500.00 $ 457,500.00
_ $ 876,0
Uncompleted Dollar Value if Firm is the
Subcontractor
Total Value of All Work $ 876,000.00
Part II. 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
If — wnrk I. rt 1m&Pd ehnw NONF_ Totals
0.00
Earthwork
Portland Cement Concrete Paving
305,000.00
305,000.00
0.00
HMA Plant Mix
0.00
HMA Paving
0.00
Clean & Seal Cracks/Joints
0.00
Aggregate Bases & Surfaces
0.00
Highway,R.R. and Waterway Structures
0.00
.Drainage
0.00
Electrical
0.00
'Cover and Seal Coats
Concrete Construction
$ 301,000.00
$ 118,000.00
419,000.00
Landscaping
$ 75,000.00
75,000.00
0.00
Fencing
0.00
Guardrail
0.00
Painting
0.00
Signing
Cold Milling, Planning & Rotomilling
0.00
0.00
Demolition
Pavement Markings (Paint)
0.00
Other Construction (List) BRICK WORK
0.00
Totals
$ 376,000.00
$ 423,000.00
$ -
$ -
$ -
$ 799,000.00
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 III. Work Subcontracted to Others
;k A in Dart 1 list III the work vnu have quhcontracted to others
FUI coin, was u..a..w..-,w
.. ... ...... ..... ......._
1
.. _... a-� _-_ - - _.
2
3
4
5
Subcontractor
DeVinci Const.
DiVinici Const.
Type of Work
Sewer
Sewer
Subcontract Price
40,000.00
119,000.00
Amount Uncompleted
40,000.00
15,000.00
Subcontractor
DeMarr
Oro Stone Landscaping
Type of Work
Pvt. Mkgs.
Landscaping
Subcontract Price
2,500.00
59,500.00
Amount Uncompleted
2.500.00
9,500.00
Subcontractor
NAFISCO
Type of Work
Traffic Control
Subcontract Price
40,000.00
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
Subcontract Price
Amount Uncompleted
Subcontractor
Type of Work
Subcontract Price
Amount Uncompleted
Total Uncompleted
42,500.00
34,500.00
0.00
0.00
0.00
I, being duly swom, 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 !_Lday of IV oV ohrY , 20 CIS
Type or Print Name MARY L. BROUNT SECRETARY
Officer or Director Tim
Notary Public Signed
My commission expires: 18 021
Company SCHROEDER AND SCHROEDER INC.
(Notary Seal)
OFFICIAL SEAL a
A~ MMIMS M
Nd1+E F11Nfk. Stile of IOlnois f
NoA002273
MVCetANnle*n EgWu January 08, 70"; i
Address 7306 CENTRAL PARK
SKOKIE. IL 60076
BC 57 (Rev. 08/17/10
sow 0 LL
rIMON Z O
MINES M ¢ W U)
Lc) W CO 0
Z
O 2 5 W < MINEWcn
WLLI ?DWa W F-V LU
WZp U
0 z xo azo
O WZO co= CO W U
U LL w
a Z 0 U o
XJO ¢ O
LL WA > U Z
0 43_j
Qa�UJ
2p� Z
J
Q
a
<ZQ LL
oLLLO N o
L
UZLL a U
u. W (n O
J2� W F-
DWV 0O
wa=w O oc
0.LIJ
aWU O
00U-W N O
LL >- O W 0 >
ZzzU)O u O
OQOw $ 2
V0<0 8 U LL
am2N u9 2 ' Z
Z �WW N U o
Q2D O CO I
LL P O
co ZJOU) Q j ZO
I� WQOJ > CO V Z
o 2a<< U)o W O
to >- F- 2 W co
C J IL Lu z J CO N LL Z
4) Y OWO� O Z J
J O
N�W� W F-
mOh� z LL W
O O Z u-
Cl) Co -� L1. oZ�_w ccQ a
J _
ram. LL b U LL ~ U CO)
0)QZO U U Z<
UZ�ui
j U U. w
cn
V M OzOZ o o OG W
ti S' LL F- I=• U FF-
U) -