Loading...
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) -