SLED Opportunity · ILLINOIS · VILLAGE OF SCHAUMBURG
AI Summary
The Village of Schaumburg seeks bids for a 3-year contract to provide school crossing guard services at 13 locations, including recruitment, training, supervision, and compliance with safety and legal requirements. Bids due April 17, 2026.
The Village of Schaumburg, IL will accept sealed bids via the Village's e-Procurement Portal, OpenGov (https://procurement.opengov.com/portal/villageofschaumburg) for 2026-IFB-019, School Crossing Guard Services to be received no later than Friday, April 17, 2026, 1:00 pm. Bids submitted after the specified time will not be accepted.
Schaumburg is the largest center of economic development in the State of Illinois, outside the City of Chicago. In addition to the 9.5 million square feet of retail and restaurant space, the village has over 12 million square feet of office space and 13.5 million square feet of industrial space.
With a daytime population of 150,000, thousands of businesses, 30 hotels, over 200 restaurants, highly educated workforce, superb location and high quality of life, Schaumburg is 'The Place for Business’.
The Village of Schaumburg, IL will accept electronic bids via the Village's e-Procurement Portal, OpenGov (https://procurement.opengov.com/portal/villageofschaumburg) for 2026-IFB-019, School Crossing Guard Services.
Specifications and all Contract Documents are available via the Village’s e-Procurement Portal, OpenGov. Prices quoted must be valid for a minimum of 90 days from the date of the bid opening.
Bids will be received until 1:00 pm on Friday, April 17, 2026. All bid tabulations will be made publicly available after submission deadline.
The Village of Schaumburg reserves the right to reject any and all bids or to waive any technicalities, discrepancies, or information in the bids. The Village of Schaumburg does not discriminate in admission, access to, treatment, or employment in its programs and activities.
All questions regarding this Legal Notice and the actual bid specifications shall be submitted in writing through the OpenGov Question/Answer Tab via the Village's e-Procurement portal, on or before, Monday, April 13, 2026 by 12:00 pm. Please include the section title for each question, if applicable, in order to ensure that questions asked are responded to correctly. All questions submitted and answers provided shall be electronically distributed to bidders following this solicitation on the Village's e-Procurement Portal.
Village of Schaumburg
Purchasing Division
The Village of Schaumburg Police Department is seeking a qualified contractor to provide for School Crossing Guard Services. This is a (3) three year contract with option to renew for (2) two years. The Village of Schaumburg (hereafter Village) has a total of (13) thirteen Crossing Guard posts each school day. Prospective bidders shall submit a bid including all costs associated with the management and daily operation of the crossing guard program. The bid shall include providing crossing guard coverage at each designated crossing in accordance with the Schaumburg School District 54 school calendar as well as daily supervision of the crossing guards. The successful bidder (hereafter Contractor) shall be prepared to begin School Crossing services on the first calendar day of the School District 54 2026/27 school year. It shall be the Contractor's responsibility to obtain the school calendar and schedule accordingly.
The intent of this Invitation for Bid is to enable the Village of Schaumburg's Department of Police Department to establish relationships with vendors for School Crossing Guard Services.
This Invitation to Bid is open to all vendors actively engaged in supplying goods/services as specified herein. A detailed description of each item/service request is listed in this solicitation.
The Bidder shall verify all measurements relative to the work, shall be responsible for the correctness of same. The Bidder will examine the site and the premises and satisfy themselves as to the existing conditions under which the Bidder will be obligated to operate. Failure of the Bidder to notify the Village, in writing, of any condition(s) or measurement(s) making it impossible to carry out the work as shown and specified, will be construed as meaning no such conditions exist and no additional moneys will be added to the contract. The successful Bidder must notify all utility companies that are a part of J.U.L.I.E. of the responsibility of each utility company to locate its utilities. The Village will not accept any liability or pay any additional costs in the event any unknown utilities are uncovered which may result in the redesign, delay, or need for additional equipment on the job site.
No claim whatsoever will be allowed to any contract for changes, extra work, or material, not included in the Bidder’s original bid, or for a greater amount of money than the contract states is to be paid, for any reason, including, but not limited to subsurface or latent physical conditions, or unknown physical conditions at the site. The Bidder is responsible for making a full examination of the site of the proposed work, and bid documents, specifications, general conditions, plans, special provisions, and contract forms before submitting their bid. The Bidder is responsible for fully informing themselves as to the quality and quantity of materials required, and the character of the work to be performed.
After the contract award, changes in or additions to the work and/or a change in the amount of money to be paid to the firm must be the result of an approved change order first ordered by the Director of the lead department and approved by the Village Manager and/or the Village Board.
50 ILCS 525/5 require the successful contractor verify any change order request you receive from a subcontractor will not exceed 49% of your original subcontract amount. Any needed change order that will increase the subcontract by 50% or more will require your opening up that portion of the work to competitive Proposal.
The Bidder will provide certificates of insurance evidencing the following types and limits of insurance. The certificates of insurance will specifically address each of the requirements noted below. Each insurance company shall be acceptable to the Village. The General Liability coverage shall name the Village of Schaumburg as additional insured. All insurance noted below is primary and in no event will be considered contributory to any insurance purchased by the Village. All insurance noted below will not be canceled, reduced, or materially changed without providing the Village thirty (30) days advance notice, via certified mail.
The Bidder will provide written Proof of Endorsement, with the General Liability policy number on the endorsement.
Any and all deductibles or other forms of retention are the responsibility of the Contractor. All deductibles or other forms of retention are subject to the approval of the Village. Contractor will disclose to the Village in writing the amounts of any deductible or self-insured retentions on the insurance required under this contract.
Contractor waives any right of subrogation it may have or later acquire against the Village.
The Bidder shall not commence work under this contract until they have obtained all insurance required under this section and such insurance has been approved by the Village, nor shall Bidder allow any subcontractor to commence work on their subcontract until the same insurance has been obtained by the subcontractor. The Bidder and their subcontractor(s) shall maintain all insurance required under paragraphs A through D of this Section for not less than one (1) year after completion of this contract.
After the contract award, changes in or additions to the work and/or a change in the amount of money to be paid to the Bidder must be the result of an approved change order first ordered by the Director of the lead department and approved by the Village Manager and/or the Village Board.
50 ILCS 525/5 require the successful contractor verify any change order request you receive from a subcontractor will not exceed 49% of your original subcontract amount. Any needed change order that will increase the subcontract by 50% or more will require your opening up that portion of the work to competitive bidding.
If requested, the interested Bidder must provide a detailed statement regarding the business and technical organization of the Bidder that is available for the work that is contemplated. Information pertaining to financial resources, experiences of personnel, previously completed projects, plant facilities, and other data may also be required to satisfy the Village of Schaumburg that the Bidder is equipped and prepared to fulfill the Contract should the Contract be awarded to him. The competency and responsibility of Bidders and of their proposed subcontractors will be considered in making awards.
If requested by the Village, the Bidder shall include a complete list of all equipment and manpower available to perform the work intended on the Plans and Specifications. The list of equipment and manpower must prove to the Village that the Bidder is well qualified and able to perform the work, and it shall be taken into consideration in awarding the Contract. The list shall be included with the sealed bid package.
The Village may make such investigations as it deems necessary, and the Bidder shall furnish to the Village under oath, if so required, all such information and data for this purpose as the Village may request. A responsible Bidder is one who meets all of the following requirements:
If the Bidder possesses a current Illinois Department of Transportation “Certificate of Eligibility” with an amount for the work specified at least equal to the minimum amount of qualification indicated on the Legal Notice or as described within the Contract Documents, they may choose to provide the Village a copy of the certificate in lieu of providing the above mentioned Bidders Qualification requirements.
The Bidder shall at all times observe and conform to all laws, ordinances, and regulations of the Federal, State, and local governments, which may in any manner affect the preparation of bids or the performance of the contract.
The initial term of this contract shall be for three (3) year to begin on award, subject, however, to the right of the Village to cancel and terminate the same at any time by giving a thirty (30) day notice in writing to the contractor. The Village invokes the right to cancel the contract for poor performance, and/or for other issues that the Village deems unacceptable or below the standard specified in the contract. In the event of such cancellation, the Contractor shall be entitled to receive payment for services and work performed, and materials, supplies, and equipment furnished under the terms of the contract prior to the effective date of such cancellation, but will not be entitled to receive any damages on account of such or any further payment whatsoever. Upon normal expiration of the contract, the Contractor shall continue, at the sole option of the Village, to provide services on a month by month basis, under the same terms and conditions, for a period not to exceed four (4) months.
This contract may be renewed for two (2) years, one (1) year optional extensions. The optional years will automatically renew providing the Village of Schaumburg has not notified the vendor by written notice, not less than ninety (90) days prior to the contract expiration date, of the Village’s intent to re-solicit new bids.
A one-time economic adjustment for labor, material, and equipment costs may be negotiated for each one year extension to the contract after the initial one year contract period. This economic adjustment may not exceed the published local Consumer Price Index (CPI) for the previous twelve month period. The contracted vendor shall be responsible for notifying the Village (by written notice) of any requested increase not less than ninety (90) days prior to expiration of the contract year.
This contract places no obligation on the Village to appropriate funds for this service beyond the initial fiscal year term of the contract and is dependent upon sufficient funds being appropriated each fiscal year by the Village for this work.
Failure to execute the contract shall, at the option of the Village, constitute a breach of the agreement made by acceptance of the proposal, and the Village shall be entitled to forfeiture of the certified check, bank draft, or proposal Bond accompanying the proposal that is required, not as a penalty, but as liquidated damages. In the event of failure of a Proposer to whom an award of contract has been made, to execute the contract and furnish a Performance Bond within ten (10) days after notification of award, such award may be nullified and an award may be made to the next lowest responsive and responsible Proposer approved by the Village.
Any drawings, plans, standard conditions, special conditions, supplemental additional conditions, specifications, bid notice, bid sheet, and addendum, if any, as specified herein shall form the “Contract Documents.” For the purpose of this bid, the word “Village” shall refer to the Village of Schaumburg, and the word “Bidder” shall refer to any person, company, or entity submitting a bid. Any work shown or described in one of the documents shall be construed as if described in all the documents.
The Contractor will provide a school crossing guard each school day at
(13) pre-determined locations within the Village. The Village shall retain the right to determine school crossing guard locations and the number of school crossing guards to be provided at each school. Any addition or subtractions to the list of crossing guard locations will result in an increase or decrease of billable hours at the hourly price quoted in original bid.
Crossing guards will be present at the designated school. posts for the opening and. closing times each day, allowing adequate time to ensure all students, parents and staff are crossed safely. The Contractor will be responsible for contacting the school district, obtaining a school schedule and providing specific post times for service each school year.
A trained and experienced field supervisor will manage the crossing guards and the crossing guard program. The cost of the field supervisor shall be included in bid price. The supervisor shall be responsible for daily oversight at all times school crossing guards are on duty and will be
required to be in the field, initiating on-site field visits. The supervisor will be identifiable and available to police staff.
The Contractor shall provide a roster of the names for all crossing guards including their assigned posts, substitute crossing guards and any/all supervisors associated with this contract. The roster shall be provided no later than (7)'days prior to the start of the school year and will be updated by the Contractor as changes occur. The report shall be submitted to the Police Department Traffic Unit supervisor by email.
Minimum Standards/Requirements for Crossing Guards
• Must be physically and mentally capable of performing duties of crossing guard
• Able to communicate clear and effective directions to children and adults
• Ability to remain alert, calm and able to exercise good judgement during daily operations as well as potential emergency situations
Minimum Standards/Requirements for Crossing Guard Supervisor
• Supervisor shall meet all of the above requirements
• Shall demonstrate the ability to manage and evaluate the school crossing guards
• Shall have the skills and knowledge necessary to properly handle complaints and route traffic safety concerns brought forward by the school crossing guards
Hiring and Recruitment
All recruitment, hiring/interviewing and background procedures will
be the responsibility of the Contractor. The Contractor shall provide documentation to the Police Department Traffic Unit supervisor that a fingerprint criminal background check has been completed on each individual crossing guard, substitute crossing guard and supervisor, including checks for sexual predator and sex offender status. The required fingerprint background check shall be conducted at no cost to the Village, no more than 45 days before the official start date of each school year. The Contractor shall provide a copy of the background check results for each individual employee to the Police Department Traffic Unit supervisor. This shall be accomplished prior to any crossing guard being deployed. The Chief of Police shall retain authority to reject a potential crossing guard based on results of the background check. The Contractor shall mandate that all employees assigned to this contract report any criminal charges brought against them immediately. Upon notification, the Contractor shall immediately contact and report to the police department.
Training
The Contractor will ensure all crossing guards, substitute crossing guards and supervisors receive proper training prior to being deployed in any capacity. The Contractor will provide documentation of training completion for each employee to the Police Department Traffic Unit supervisor. Training curriculum shall include traffic control and
instruction on basic traffic laws; classroom and field instruction on crossing children safely; recognition of dangerous/hazardous situations including emergency reporting procedures (injuries, traffic accidents, suspicious activity); knowledge of scope of authority and limitations
of assigned position; customer service skills. Annual refresher training shall be provided to all crossing guards, substitute crossing guards and
supervisors associated with this contract, prior to the start of each new school year. Documentation of this training will be provided to the Village annually, no later than (7) days prior to the start of the new school year.
Equipment and Uniforms: All equipment and uniform items for school crossing guards, including any costs associated with purchase, maintenance or replacement, will be the responsibility of the Contractor. At a minimum, this will include a reflective stop sign no smaller
than 13 inches in diameter, a whistle, a mini Cade to be placed in the street, a fluorescent safety vest with the words "School Crossing Guard" clearly visible and a high visibility rain coat, also with the words "School Crossing Guard" visible.
Required attire for school crossing guards will be conservative in nature. Attire shall be kept neat and professional and appropriate to the position of School Crossing Guard. Revealing clothing or any outerwear, t -shirts and/or sweatshirts with inappropriate slogans or advertising will not be
acceptable.
Traffic and Safety Violation Reporting
The Contractor must provide a procedure for reporting traffic and safety violations observed by the crossing guards to the police department shall be prepared by the Contractor. The Contractor will assume all responsibility for handling complaints about school crossing guards or the program itself, with the exception of those that require immediate/emergency police follow up. The Contractor shall create a reporting procedure for handling, responding to and documenting actions regarding all complaints received. The report shall include the date of
complaint, post location, guard name, type of complaint, action taken and total number of complaints for that reporting period. A report of all complaints will be provided to the police department Traffic Unit supervisor quarterly, or upon request. It shall be the Contractor's responsibility to make sure all complaints of a criminal nature or emergency safety related issues are brought to the police department's attention immediately.
Prohibited Acts
Any school crossing guards provided by the Contractor shall be prohibited from the following while performing the duties of school crossing guard:
• Smoking/use of tobacco products
• Listening to audio/multimedia device
• Use of any electronic communication device other than for emergency situations
Invoices/Billing
Monthly invoices for services rendered shall be submitted directly to the
Village of Schaumburg Police Department Traffic Unit supervisor. .
Each proposal shall be accompanied by a proposal security in the amount of 10% of the total amount proposal. proposal security shall be in the form of a certified check or cashier’s check, drawn on a responsible bank doing business in the United States and made payable to the Village of Schaumburg, or a proposal Bond by a surety company which is satisfactory to the Village and is qualified to do business in Illinois.
Electronic copies are acceptable for submission, with the original being submitted no later than Friday, April 17, 2026, 1:00 pm to:
Village of Schaumburg
Purchasing Division
Atcher Municipal Center
101 Schaumburg Ct
Schaumburg, IL 60193
Electronically produced proposal security, with digital signature and notary stamp, will be acceptable. proposals not accompanied by a proposal security will be rejected. The proposal security of the unsuccessful Proposers (if in the form of a certified check or cashier’s check) will be returned after the contract is awarded, or earlier, if the Village does not deem it necessary to retain the proposal Security. The proposal security of the accepted Proposer, (if in the form of a certified check or cashier’s check) will be returned either upon execution of a contract and submittal of a performance bond, if required by the specifications or, where no performance bond is required, when, in the Village’s estimation, the contract has been satisfactorily completed. When the proposal security is submitted in the form of a proposal bond, the bond will become null and void following the award of contract and the Village’s receipt of the Performance Bond, if required by the specifications. Should the Proposer fail to fulfill the contract as set forth, the proposal security shall become payable to the Village as liquidated damages.
Campanelli Elementary School
310 S. Springinsguth Road
- Front of school - Weathersfield Way west of Springinsguth
Edwin Aldrin Elementary School
617 Boxwood Drive
- Front of school/east end
Elizabeth Blackwell Elementary School 345 N. Walnut Lane
- Front of school/west end
Enders-Salk Elementary School
345 N. Salem Drive
- Front of school
Everett Dirksen Elementary School
116 W. Beech Drive
- Front of school
Herbert Hoover Elementary School
315 N. Springinsguth Road
- Front of school
Michael Collins Elementary School
407 Summit Drive
- Summit Drive and Langley Drive
- Weathersfield Way and Summit Drive
Nathan Hale Elementary School
1300 W. Wise Road
- Wise Road and Braintree Drive
- Springinsguth and Hartmann
Thomas Dooley Elementary School
622 Norwood Lane
- Norwood Lane and Lowell Lane
Jane Addams Jr. High School
700 N. Springinsguth Road
- Springinsguth Road in front of Atcher Island —just south of school
Current hours:
All Elementary Schools
8:00 a.m. to 8:45 a.m.
2:50 p.m. to 3:20 p.m.
Jane Addams Jr. High School
7:00 a.m. to 7:45 a.m.
2:10 p.m. to 2:40 p.m.
Early Release (every Wednesday)
Elementary Schools - 2:20 p.m. to 2:50 p.m.
Jane Addams Jr. High School—1:40 p.m. to 2:10 p.m.
The Contractor shall submit with each payment request the Certified Payroll case file number and Contractor’s Partial Waiver of Lien for the full amount of the requested payment. All invoices must include the PO number associated with the order and shall be submitted to the Village of Schaumburg, Accounts Payable Division, 101 Schaumburg Court, Schaumburg, IL 60193. The Contractor’s request for final payment shall include the Contractor’s Certified Payroll case file number and Final Waiver of Lien which shall be for the full amount of his contract, including any change orders thereto, and Final Waivers of Lien from all subcontractors and suppliers for which Final Waivers of Lien have not previously been submitted. Failure to submit Certified Payroll case file numbers and Waivers of Lien as specified may result in a delay of invoice payment
Each request for interpretation of the Contract Documents shall be made in writing through the OpenGov Question/Answer Tab via the District's e-Procurement portal, on or before, Monday, April 13, 2026 by 12:00 pm. Interpretations and supplemental instructions will be electronically distributed to bidders following this solicitation on the Village’s e-Procurement Portal.
Any reference in these specifications to manufacturer’s name, trade name, or catalog number (unless otherwise specified) is intended as a standard only. The Village’s written decision of approval or disapproval of a proposed substitution shall be final.
Alternate bids will be considered only if received at the time stated for receipt of the bids. Bidders are cautioned that, if an alternate bid(s) involves an increase in the Bid Sum, the Bid Deposit, if required, shall be ample or be increased to cover the alternate Bid Sum or the entire bid may be rejected.
The successful firm shall furnish as performance security a Performance Bond acceptable to the Village prior to the start of any work. The bond shall be in the sum of 100% of the contract amount. The performance bond shall: 1) serve as security for faithful performance of the work; and 2) guarantee the work against defective workmanship and material for a period of not less than one (1) year following acceptance of the work. The Labor and Material Bond shall serve as security that all wages are paid and materials provided for the work are paid by the successful firm. For contract awards that are less than $100,000.00, a Letter of Credit, in a form suitable to the Village, may be submitted as performance security, instead of a Performance Bond.
The Village is required by Public Act 96-542 to comply with freedom of information requests (FOIA) within five (5) business days of a record request. All contractors used by the Village may be in possession of records covered by this act and therefore will be required to provide the Village with those records upon request and within the time frame of the Act.
Upon completion of the final inspection and the correction of any noted deficiencies, a written letter of acceptance will be sent to the Contractor. Final invoicing will only be prepared and processed once the letter of acceptance has been distributed. All final pay item quantities shall be agreed upon between the Engineer and the Contractor, and a final invoice shall be submitted by the Contractor, complete with all required waivers of lien and surety. Approval of the final pay estimate by the Director of Engineering and Public Works shall constitute acceptance of the project by the Village of Schaumburg, and written notice of such action shall be given to the Contractor. The date of approval of the final pay estimate shall be the Date of Acceptance, and shall also be the date of the Start of Guarantee.
Bidders intending to respond to this opportunity must create a FREE account with OpenGov by signing up at https://procurement.opengov.com/signup. This step is necessary to establish a communication link with the Village. The Bidder, not the Village, is responsible for obtaining any addenda to the original specification. Addenda and other relevant information will be posted on the Village’s e-Procurement Portal. Addenda notifications will be emailed to all persons on record as following this ITB. Failure of any bidder to receive any such addenda or interpretation shall not relieve such bidder from any obligation under their bid as submitted. All addenda so issued shall become part of the contract documents.
Each bid shall be accompanied by a bid security in the amount of 10% of the total amount bid. Bid security shall be in the form of a certified check or cashier’s check, drawn on a responsible bank doing business in the United States and made payable to the Village of Schaumburg, or a Bid Bond by a surety company which is satisfactory to the Village and is qualified to do business in Illinois.
Electronic copies are acceptable for submission, with the original being submitted no later than Friday, April 17, 2026, 1:00 pm to:
Village of Schaumburg
Purchasing Division
Atcher Municipal Center
101 Schaumburg Ct
Schaumburg, IL 60193
Electronically produced bid security, with digital signature and notary stamp, will be acceptable. Bids not accompanied by a bid security will be rejected. The bid security of the unsuccessful Bidders (if in the form of a certified check or cashier’s check) will be returned after the contract is awarded, or earlier, if the Village does not deem it necessary to retain the Bid Security. The bid security of the accepted Bidder, (if in the form of a certified check or cashier’s check) will be returned either upon execution of a contract and submittal of a performance bond, if required by the specifications, or where no performance bond is required, when, in the Village’s estimation, the contract has been satisfactorily completed. When the bid security is submitted in the form of a bid bond, the bond will become null and void following the award of contract and the Village’s receipt of the Performance Bond, if required by the specifications. Should the Bidder fail to fulfill the contract as set forth, the bid security shall become payable to the Village as liquidated damages.
Where applicable, a Waiver of Lien and Contractor’s Affidavit must be submitted by the firm, verifying that all subcontractors and material invoices have been paid prior to the Village approving final payment.
Neither the final certificate of payment nor any provision in the Contract Documents, nor partial or entire occupancy of the premises by the Village, shall constitute an acceptance of work not done in accordance with the Contract Documents or relieve the Contractor of liability in respect to any express warranties or responsibility for faulty materials or workmanship. The Contractor shall remedy any defects in the work and pay for any damage to other work resulting therefrom, which shall appear within a period of 1 year from the date of final acceptance of the work unless a longer period is specified. The Village will give notice of observed defects with reasonable promptness. The Contractor shall guarantee all materials and workmanship as defined by the Performance Bond.
Unless otherwise amended in writing by the Director of Engineering and Public Works, the date of the Start of any Guarantees, Warranties, and Maintenance Bonds shall be coincident with the Date of Acceptance of the entire project.
As a public agency, the Village is required to adhere to Freedom of Information Public Act 96-542. If a responding firm intends to request confidentiality on any portion of a bid, the submittal shall also include a redacted copy of the bid. Limited redactions will be considered. However, entire full redaction of bid submittals will not be considered for award. If a redacted copy is not provided, the original submittal may be released by the Village as received.
The successful Bidder shall furnish as performance security a Performance Bond acceptable to the Village prior to the start of any work. The bond shall be in the sum of 100% of the contract amount. The performance bond shall: 1) serve as security for faithful performance of the work; and 2) guarantee the work against defective workmanship and material for a period of not less than one (1) year following acceptance of the work. For contract awards that are less than $100,000.00, a Letter of Credit, in a form suitable to the Village, may be submitted as performance security, instead of a Performance Bond.
Bids may be withdrawn through the Village's e-Procurement Portal, the responding firm may “unsubmit” their proposal in OpenGov. After withdrawing a previously submitted proposal, the responding firm may submit another proposal at any time up to the deadline for submitting proposals prior to the bid opening. Bidders may withdraw or cancel their bid, in written form, at any time prior to the advertised bid opening time.
No award will be made to any Bidder who cannot satisfy to the Village that they have sufficient ability and experience in this class of work, as well as sufficient capital and equipment to do the job and complete the work successfully within the time named (i.e. responsible). The Village’s decision or judgment on these matters shall be final, conclusive, and binding. The Village may make such investigations as it deems necessary. The Bidder shall furnish to the Village, under oath if so required, all information and data the Village may request for the purpose of investigation.
The Village reserves the right to terminate the whole or any part of this Contract, upon written notice to the Contractor, in the event that sufficient funds to complete the Contract are not appropriated by the Board of Trustees of the Village.
The Village further reserves the right to terminate the whole or any part of this Contract, upon written notice to the Contractor, in the event of default by the Contractor, in accordance with section 108.10 of the Standard Specifications.
Default is defined as failure of the Contractor to perform any of the provisions of this Contract, or failure to make sufficient progress so as to endanger performance of this Contract in accordance with its terms. In the event of default and termination, the Village may procure, upon such terms and in such manner as the Village may deem appropriate, supplies or services similar to those so terminated. The Contractor shall be liable for any excess costs for such similar supplies or service unless acceptable evidence is submitted to the Village that failure to perform the Contract was due to causes beyond the control and without the fault or negligence of the Contractor.
The Village reserves the right to reject any or all bids and/or to waive any irregularities or disregard any informality in the bids and bidding when, in its opinion, the best interest of the Village will be served by such action. Furthermore, the Village reserves the right to award each item to a different Bidder, or all items to a single Bidder unless otherwise noted on in this solicitation. The Village may determine as follows: 1) an equal or alternative is a satisfactory substitute; 2) an early delivery date is entitled to more consideration than price; 3) an early delivery date is to be disregarded because of the reputation of the Bidder for not meeting delivery dates; 4) a Bidder is not a responsible Bidder; and 5) what exceptions or deviations from written specifications will be accepted.
No bid will be accepted from or contract awarded to any person, firm, or corporation that is in arrears or is in default to the Village upon any debt or contract, or that is a defaulter, as surety or otherwise, upon any obligation to the Village, or had failed to perform faithfully any previous contract with the Village.
The Bidder’s submittal shall include all required Documents and any further specified documentation as pertaining to this solicitation. The Village will strictly hold the Bidder to the terms of the bid. The bid must be executed by a person having the legal right and authority to bind the Bidder.
The form of contract between the Village and the successful Bidder will be a purchase order referencing the bid specification, the bid submitted by the successful Bidder, and the resulting purchasing order.
The Contractor shall notify the Engineer or project manager forty-eight (48) hours prior to commencement of work and twenty-four (24) hours prior to each inspection.
Following the bid opening, bid tabulations will be posted on the Village’s e-Procurement Portal. Bid tabulations posted on-line represent “as read” submittals at time of the bid opening. They do not represent contract award. Final awards will be posted when approved.
The Village shall obtain all the necessary permits to facilitate construction of the project, unless otherwise specified in the Contract Documents. The Contractor shall comply with all requirements of the necessary permits for the project.
During construction, the Contractor and their subcontractors shall remove from the premises, rubbish, waste material, and accumulations, and shall keep the premises clean. The Contractor shall keep the premises clean during construction to the satisfaction of the Engineer.
Where applicable, all materials shipped to the Village must be shipped F.O.B. delivered, designated location, Schaumburg, Illinois. If the delivery is made by truck, arrangements must be made in advance by the Bidder, with concurrence by the Village, for receipt of the materials. The materials must be delivered where directed. Truck deliveries will be accepted at the Public Works Facility between 7:00 a.m. and 3:30 p.m. and at all other Village locations 8:00 a.m. and 4:00 p.m., weekdays only.
NOTE: The Public Works Facility does have a raised loading dock. All other Village locations do not have access to a raised loading dock. Deliveries requiring removal from the delivery truck via a forklift provided by the Village must be arranged with the Village twenty-four (24) hours in advance of the expected delivery date.
The Contractor shall not close any street, private entrance, limit access to Village facilities or disrupt utility service without the consent of the Engineer, or representative of the Engineer, and the proper notification of the affected parties.
The Village shall have the right to inspect any materials, components, equipment, supplies, services, or completed work specified herein. Any of said items not complying with these specifications are subject to rejection at the option of the Village. Any items rejected shall be removed from the premises of the Village and/or replaced at the entire expense of the successful Bidder.
No fire hydrants shall be used to obtain water for non-emergency use. Water can be purchased and obtained at the Village of Schaumburg Public Works Building, 714 S. Plum Grove Road.
Not less than the Prevailing Wages as found by the Illinois Department of Labor (IDOL) or determined by the court on review shall be paid to laborers, workmen, and mechanics performing work under this contract. Current standards are available on the Illinois Department of Labor website at www.state.il.us/agency/idol/ (820 ILCS 130/1 et. seq.) (Wages of employees on Public Works – Prevailing Wage Act, Illinois Revised Statutes, Chapter 48, Section 39S-1 et seq.) Contractors are responsible for paying prevailing wage, when required, based on the most current IDOL standards, throughout the term of the contract.
In 2018, the Illinois General Assembly passed legislation to make changes to the certified payroll portion of the Prevailing Wage Act. When Governor Pritzker took office in 2019, SB 203 was signed into law (PA 100-1177). Prior to the law, certified payrolls were submitted to the local or state public body funding the project. Under the new law, the Illinois Department of Labor is charged with developing and maintaining an online portal where all prevailing wage construction contractors file their certified payrolls with the department, otherwise known as Certified Transcript of Payroll portal.
820 ILCS 265/15 requires the successful contractor, before work commences, to file with the Public Body certification that they have a substance-abuse program and provide drug testing.
Payment shall be made within 30 days of invoice receipt and approval, unless otherwise specified in the agreed upon contract. All invoices must include the PO number associated with the order and shall be submitted to the Village of Schaumburg, Accounts Payable Division, 101 Schaumburg Court, Schaumburg, IL 60193. If prevailing wage is a requirement of the contract, the invoice must include IDOL filing certificate and waivers. Failure to submit all documentation as specified may result in delay of invoice payment.
Public Act 30 ILCS 570 Employment of Illinois Workers on Public Works Act must be adhered to in entirety by the awarded contractor. This act requires the use of Illinois workers on Public Works projects during periods of excess unemployment, which means any month immediately following 2 consecutive calendar months during which the level of unemployment in the State of Illinois has exceeded 5% as measured by the United States Bureau of Labor Statistics in its monthly publication of employment and unemployment figures. Due to the COVID-19 pandemic, this provision is currently applicable.
Prior to delivery of any material which is caustic, corrosive, flammable, or dangerous to handle, the supplier will provide written directions as to methods of handling such products, as well as the antidote or neutralizing material required for its first aid. (Materials Safety Data Sheet).
All guarantees and warranties required shall be furnished by the Bidder and shall be delivered to the Village before final payment on the contract is issued.
The Village reserves the right to terminate in whole or any part of this contract, upon written notice to the Bidder, in the event of default by the Bidder. Default is defined as failure of the Bidder to perform any of the provisions of this contract or failure to make sufficient progress so as to endanger performance of this contract in accordance with its terms. In the event of default and termination, the Village may procure, upon such terms and in such a manner as the Village may deem appropriate, supplies, or services similar to those terminated. The Bidder shall be liable for any excess costs for such similar supplies or service unless evidence is submitted to the Village that, in the sole opinion of the Village, clearly proves that failure to perform the contract was due to causes beyond the control and without the fault or negligence of the Bidder.
The Bidder shall, without regard to the availability or unavailability of any insurance either of the Village or the Bidder, indemnify and save harmless, the Village, its officials, and its employees, against any and all damages, liabilities, losses, and expenses, including reasonable attorneys’ fees and administrative expenses recoverable under applicable law, to the extent arising, out of or caused by, the Bidder’s negligent or wrongful acts or omissions in the performance of, or failure to perform, the Services or any part thereof, except to the extent caused by the negligence of the Village.
* Special Requirement: If the Bidder is an architectural firm or engineering firm, said Bidder shall file a certificate of insurance for professional liability, errors and omissions coverage subject to final acceptance by the Village of said coverage.
Please provide the following information for each person(s) authorized to submit a response on behalf of your organization:
Name
Title
Phone Number
Email Address
EQUAL EMPLOYMENT OPPORTUNITY CLAUSE required by the Illinois Fair Employment Practices Commission as a material term of all public contracts.
During the performance of this contract, the contractor agrees as follows:
The Village of Schaumburg does not discriminate on the basis of disability status in admission or access to, or treatment or employment in, its programs and activities.
Please provide any proposed substitution to the specifications in this solictation for consideration by the Village of Schaumburg. If you will not be requesting any alternates, please provide a document stating that.
Each bid shall be accompanied by a certified cashier’s check, or bid bond, in the amount of ten percent (10%) of the total bid price, payable to Village of Schaumburg, Illinois, as a guarantee that the bidder, if its bid is accepted, will promptly execute the Agreement.
Please upload a copy of your bid bond/cashier's check. Bidder must also submit an original copy of the bid guarantee to be received no later thanFriday, April 17, 2026 addressed to:
Village of Schaumburg
Purchasing Division
Jillian Ostman
Atcher Municipal Center
101 Schaumburg Ct
Schaumburg, IL 60193
Please have the Bidder Name, Contract Title ("School Crossing Guard Services"), and Contract Number ("2026-IFB-019") listed clearly on the outside of the envelope.
The successful Bidder shall furnish as performance security a Performance Bond acceptable to the Village prior to the start of any work. Each of the bonds shall be in the sum of 100% of the contract amount. The performance bond shall: 1) serve as security for faithful performance of the work; and 2) guarantee the work against defective workmanship and material for a period of not less than one (1) year following acceptance of the work. For contract awards that are less than $100,000.00, a Letter of Credit, in a form suitable to the Village, may be submitted as performance security, instead of a Performance Bond.
By submitting a response to this solicitation, the authorized person(s), confirms having examined the specifications and all conditions affecting the specified project, offer to furnish all services, labor, and incidentals specified for the price as provided with their response.
The Bidder certifies that they are not barred from bidding on this contract as a result of a conviction for the violation of state laws prohibiting bid rigging or bid rotating, (720ILCS 5/33E-1, et seq.) and is not delinquent in any taxes to the Illinois Department of Revenue. (65ILCS 5/11-42.1-1)
It is understood that the Village reserves the right to reject any and all bids and to waive any irregularities and that the prices contained herein will remain valid for a period of not less than sixty (60) days.
The bidder proposes to complete the following project as more fully described in the specifications for the following: in this solicitation document.
If it is the Contractor’s intention to utilize a subcontractor(s) to fulfill the requirements of this contract, the Village must be advised of the subcontractor’s company name, address, telephone and fax numbers, and a contact person’s name at the time of bid submittal.
Will you be utilizing a subcontractor?
Please provide the following information for each subcontractor that will be utilized on this project:
Subcontractor's Company Name
Address
Telephone
Email Address
Contact Person's Name at the time of Bid Submittal
If no subcontractor will be utilized, please type "N/A".
The Bidder hereby agrees to protect, defend, indemnify, and save harmless the Village against loss, damage, or expense from any suit, claim, demand, judgment, cause of action, or shortage initiated by any person whatsoever, arising or alleged to have arisen out of work described herein, except that in no instance shall the Bidder be held responsible for any liability, claim, demand, or cause of action attributable solely to the negligence of the Village.
By submitting a response to this solicitation, the bidder hereby certifies that the item(s) proposed is/are in accordance with the specifications as noted and that the prices quoted are not subject to change; and that on behalf of the organization, is not barred by law from submitting a bid to the Village for the project contemplated herein because of a conviction for prior violations of either Illinois Compiled Statutes, 720 ILCS 5/33E-3 (Bid Rigging) or 720 ILCS 5/33-4 (Bid Rotating).
By submitting a response to this solicitation, the bidder hereby certifies that the item(s) proposed is/are in accordance with the specifications as noted and that the prices quoted are not subject to change; and that on behalf of the organization, is not delinquent in payment of any taxes to the Illinois Department of Revenue in accordance with 65 ILCS 5/11-42.1.
By submitting a response to this solicitation, the bidder hereby certifies that the item(s) proposed is/are in accordance with the specifications as noted and that the prices quoted are not subject to change; and that on behalf of the organization, provides a drug free workplace pursuant 30 ILCS 580/1, et seq.
By submitting a response to this solicitation, the bidder hereby certifies that the item(s) proposed is/are in accordance with the specifications as noted and that the prices quoted are not subject to change; and that on behalf of the organization, certifies they have a substance-abuse program and provide drug testing in accordance with 820 ILCS 265/1 et. seq., Public Act 095-0635
By submitting a response to this solicitation, the bidder hereby certifies that the item(s) proposed is/are in accordance with the specifications as noted and that the prices quoted are not subject to change; and that on behalf of the organization, is in compliance with the Illinois Human Rights Act 775 ILCS 5/1.101, et seq. including establishment and maintenance of sexual harassment policies and program.
Any exceptions must be clearly noted on the Detail Exceptions Sheet(s). Failure to do so may be reason for rejection of the bid. It is not our intention to prohibit any potential Bidder from bidding by virtue of the specifications, but to describe the material and services actually required. The Village reserves the right to accept or reject any or all exceptions.
DETAIL EXCEPTIONS SHEET MUST BE SUBMITTED WITH THE BID RESPONSE.
Please download the below documents, complete, and upload.
Project Name: _______________________
Year Completed: _____________________
Location and Agency: _________________
Contact Person Name and Number: _____
Will alternates be permitted for this project?
Does this project require Prevailing Wage?
Will this project require an architectural or engineering firm to bid?
Is this a Construction Bid?
Is this an Engineering Bid?
If you Require A Bid Security, Select Options 1, 3, 4 and 5
If you Require A Performance Security Select Option 2, 3 and 4
If your project does not require any of the below options, please leave this question blank.
What is the initial term of the contract resulting from this solicitation?
Use the following format: one (1) year
Will the contract resulting from this solicitation have contract extensions available?
Please provide the contract extension term.
Use the following format: three (3)
If no extensions are permitted, please type "N/A".
Will subcontractors be permitted on this project?
Q (4.0 Scope of Work; 4.2 General Requirements - Training): Are school crossing guards currently conducting "true" traffic control at the intersections they work?
A: I don't know what you mean by "true" traffic control. The crossing locations vary from small residential streets to larger thoroughfares. Some are at 4-way stops, marked crosswalks, and have flashing crosswalk lights.
Q (4.0 Scope of Work; 4.2 General Requirements - Training): If Crossing Guards are conducting "True" Traffic Control, does the Police Department provide training or certifications for this additional level of training?
A: No we do not.
Q (4.0 Scope of Work; 4.2 General Requirements - Training (Equipment and Uniforms)): Industry standards do not typically require School Crossing Guards to use traffic cones or mini-cades, would this requirement be waived? As there is no better visual deterrent than an active Crossing Guard.
A: Yes it could be waived.
Q (2025/2026 Crossing Guard Program Details): How many paid hours per day do the current Crossing Guards receive during the 2025/2026 school year?
A: The hours of the crossings are listed in the Scope of Work.
Q (2025/2026 Crossing Guard Program Details): How many hours per day is the Crossing Guard Supervisor being paid for the 2025/2026 school year?
A: The hours for the crossings are listed in the Scope of Work.
Q (2025/2026 Crossing Guard Program Details): What is the current rate of pay for the School Crossing Guards for the 2025/2026 school year?
A: $24.30
Q (2025/2026 Crossing Guard Program Details): What is the current Crossing Guard Supervisor rate of pay for the 2025/2026 school year?
A: $24.30
Q (No subject): Is there an estimated annual budget for the crossing guard program?
A: $132,870
Q ( 4.0 Scope of Work; 4.2 General Requirements - Training ): "True" Traffic Control would be where guards are in roadway conducting traffic control. Requires additional training and certifications that cover lane closures, traffic light outages, etc. Crossing Guard indirectly impact the flow of traffic by periodically stopping traffic to allow pedestrians to cross the street. Typically most Crossing Guards do not conduct traffic control duties and wanted to confirm the requirements.
A: Not as you described. They do go out in roadway and stop/hold traffic while pedestrians are crossing, but it is done in coordination with other traffic control devices (stop sign/traffic light intersection, walk/don't walk signal, etc.).
Q (No subject): I understand you mentioned the current rate for crossing guards is $24.30 per hour. Could you please clarify whether this reflects the hourly wage paid directly to the guards, or the billable rate charged by the current provider?
A: Billable rate charged by current provider.
Q (ITB - School Crossing Guard Services): Are all sites/locations in the Village program staffed? If not, how many locations require immediate staffing please?
A: They are all currently staffed. The start date would be for the fall 2026 District 54 school year.
Q (Costing): For the pricing sheet there is only one costing that is listed, is there a manner in which annual rate increases are to be calculated?
A: Not on the bid sheet. If you are requesting annual rate increases you can include in your submitted draft/comments.
Q (Post Coverage): Is there a penalty, fee, or other liquidated damage that will be assessed to the awarded vendor for a failure to fill a post? If yes, what is the cost of the penalty/fee?
A: The expectation is that the crossing will be filled every day, but if there is a random no-show for a crossing, we will not pay for the time that was not covered.
Q (Supervisor Coverage): Can the Village please advise on the amount of daily hours required for the supervisor role?
A: Should be the same hours as the guards.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.