PROJECTS FOR BID
VILLAGE OF ALGONQUIN – Algonquin Shores Lift Station Rehabilitation Original Advertisement Date : November 11 th , 2025 PRE_BID CONFERENCE: None DUE DATE: 10:00 AM on Tuesday December 9 th , 2025 PROJECT MANAGERS: Jillian Kiss, P.E. INVITATION TO BID Notice is hereby given that the Village of Algonquin, Illinois, will receive sealed bids at the William J. Ganek Municipal Center, 2200 Harnish Drive, Algonquin, Illinois 60102 until December 9, 2025, at 10:00 A.M. CST for the Algonquin Shores Lift Station Rehabilitation project at which time the bids will be publicly opened and read. Bid proposals for this project will be considered not only on the basis of cost, but also on past performance, experience and ability to perform the work. The Village of Algonquin reserves the right to accept the bid deemed to be in its own best interest, which is based on all of the above considerations. Bid will be awarded to the lowest responsible bidder determined in the exclusive discretion of the Village Board of Trustees. Bids shall be made on the forms furnished by the Village and shall be submitted no later than the specified closing time in an opaque sealed envelope addressed to: Village of Algonquin, Attention: Deputy Clerk, 2200 Harnish Drive, Algonquin, IL 60102. Envelopes should be clearly marked, “ Sealed Bid –Algonquin Shores Lift Station Rehabilitation. ” The bids will be opened at this location and read aloud. The Village of Algonquin reserves the right to reject any or all bids or parts thereof, or waive any irregularities or informalities, and to make the award in the best interest of the Village. WORK DESCRIPTION The proposed improvements will include replacement of the existing raw sewage pumps and variable frequency drives with motor starters, replacement of the existing in-channel grinder (equipment provided by Village), replacement of the interior lift station discharge piping and valves, replacement of the existing electromagnetic flow meter (equipment provided by Village), relocation of the existing backflow preventer and water meter, removal and replacement of the exterior concrete slab with floor hatch, installation of an exterior bypass vault with valve and quick-connect on the force main, HVAC upgrades, and electrical upgrades. The project will also include HMA pavement modifications and landscape restoration. DOCUMENT INSPECTION AND PROCUREMENTS The pertinent documents can be reviewed at the office of the Village Clerk, 2200 Harnish Dr., Algonquin, IL 60102. Electronic copies of “Algonquin Shores Lift Station Rehabilitation” Plans, Specifications, and Contract Documents may be obtained for free online at www.algonquin.org/bids (the project will be listed near the bottom of the page). A compact disc of the information may also be obtained at the Village of Algonquin, Office of the Village Clerk, Ganek Municipal Center, 2200 Harnish Drive, Algonquin, Illinois 60102, upon receipt of a $10.00 non-refundable deposit. If mailing is requested an additional $5.00 deposit will be required. Bidders may contact Tom Hall, Village of Algonquin at tomhall@algonquin.org or (847) 654-3459 x426 to schedule a site visit. Secondary contacts: Clifton Ganek – CliftonGanek@algonquin.org , (847) 658-1605 x4410 Jason Schutz – JasonSchutz@algonquin.org , (847) 658-2754 x4421 All questions regarding this project shall be directed to Lindsay Muth, E.I.T., Trotter & Associates, Inc. at l.muth@trotter-inc.com or (630) 587-0470. BONDS Each bid shall be accompanied by a bid bond, bank draft, cashier's check or certified check payable to the order of the Village of Algonquin, Illinois in an amount not less than five (5) percent of the amount of the bid, as a guaranty that the bidder will execute the contract, if it is awarded, in conformity with the bid form. The successful bidder will be required to furnish Performance and Completion and Payment Bonds on forms provided in the Specifications and Contract Documents, each in an amount equal to 100 percent of the contract sum. The successful bidder will be required to furnish a Maintenance Bond on a form developed by an approved corporate surety in the amount of five (5) percent of the contract sum. The bond shall be held by the Owner for a period of one year from the date of final acceptance. WAGE RATES This contract calls for the construction of a “public works,” within the meaning of the Illinois Prevailing Wage Act, 821 ILCS 130/.01 et seq. (“the Act”). The Act requires contractors and subcontractors to pay laborers, workers and mechanics performing services on public works projects no less than current “prevailing rate of wages” (hourly cash wages plus amount for fringe benefits) in the county where the work is performed. The Illinois Department of Labor publishes the prevailing wage rates on its website http://www.state.il.us/agency/idol/rates/rates.HTM . The Illinois Department of Labor revises the prevailing wage rates and the contractor/subcontractor has an obligation to check the Illinois Department of Labor website for revisions to prevailing wage rates. For information regarding current prevailing wage rates, please refer to the Illinois Department of Labor’s website. All contractors and subcontractors rendering services under this contract must comply with all requirements of the Act, including by not limited to, all wage requirements and notice and record keeping duties.” Each bidder shall adopt a written sexual harassment policy in compliance with ILCS 5/2-105 (1992). Bidder agrees to comply with Substance Abuse Prevention on Public Works Projects Act, 820 ILCS265/1 et seq. (2008). As required by the Act, the Bidder agrees to file with the Village, prior to commencing work, its written substance abuse prevention program. It is the responsibility of the vendor/contractor/subcontractor to comply with all applicable provisions of FOIA. The regulations of the State of Illinois Freedom of Information Act (FOIA) 5 ILCS 140, apply to all records of the vendor/contractor/subcontractor pertaining to this authorization or contract. When requested by the Village of Algonquin, the vendor/contractor is required to provide all records requested within no more than three (3) business days, at no cost to the Village of Algonquin. REJECTION OF BIDS The Owner expressly reserves the right to reject any or all bids or to accept the one which appears to be in the best interest of the Owner. The Owner expressly reserves the right to waive any informalities or technical irregularities in a bid if to do so is in the best interest of the Owner.
ORIGINAL ADVERTISED DATE: November 7, 2025 DUE DATE: Friday, January 9, 2026 at 1:00 PM MANDATORY PRE-BID CONFERENCE: Wednesday, December 17, 2025 at 1:00 PM PROJECT MANAGER: Robert Benson, P.E. INVITATION TO BID NOTICE is hereby given that sealed bids will be received by the City of North Chicago for the project entitled “Lead Service Line Replacements – Phase 1” until 1:00 pm of Friday, January 9, 2026, at the Building Department, 1850 Lewis Avenue, North Chicago, IL 60064. The Bids will be publicly opened and read aloud immediately afterwards in the Council Chambers. Bids shall be received in a sealed envelope addressed to: City Engineer City of North Chicago 1850 Lewis Avenue North Chicago, IL 60064 The sealed envelope shall be marked in the lower left-hand corner EXACTLY as follows: BID: City Engineer City of North Chicago Lead Service Line Replacements – Phase 1 Any Contract or Contracts awarded under this invitation for bids are expected to be funded in part by a loan from the Illinois Environmental Protection Agency (Illinois EPA). Neither the State of Illinois nor any of its departments, agencies, or employees is or will be a party to this invitation for bids or any resulting contract. The procurement will be subject to regulations contained in the Procedures for Issuing Loans from the Public Water Supply Loan Program to Provide Funding for Lead Service Line Replacement (35IAC Part 663), the Davis-Bacon Act (40 USC 276a through 276a-5) as defined by the United States Department of Labor, the Employment of Illinois Workers on Public Works Act (30 ILCS 570), the Illinois Works Jobs Program Act (30 ILCS 559/20-1), and the federal “Build America, Buy America Act” requirements contained in the Infrastructure Investment and Jobs Act, Pub. L. No. 117-58. This procurement is also subject to the loan recipient’s policy regarding the increased use of disadvantaged business enterprises. The loan recipient’s policy requires all bidders to undertake specified affirmative efforts at least sixteen (16) days prior to bid opening. The policy is contained in the specifications. Bidders are also required to comply with the President’s Executive Order No. 11246, as amended. The requirements for bidders and contractors under this order are explained in 41 CFR 60-4. WORK DESCRIPTION: Provide all labor, equipment, appurtenances, and materials necessary for the identification, replacement, and restoration of lead and galvanized (requiring replacement) water services within the City of North Chicago. Water services will be replaced with approved materials using horizontal directional drilling construction methods as well as open cut methods, as approved by the Engineer. This work may include HMA and concrete pavement removal and replacement; trench excavation; bedding and backfill; installation of new water services from water main to curb stop and box; installation of new water services from curb stop and box to building; site restoration; traffic control; testing and all other work necessary for complete and functional water service replacement installations meeting City standards as shown, specified, or required. The City of North Chicago has been awarded up to $2,465,000 in Principal Forgiveness for this project by the Illinois EPA through the Public Water Supply Loan Program (PWSLP), to reimburse the city for planning, design, permitting, bidding, loan administration, and construction costs. An additional $735,000 of loan funding is also reserved for this project. The City intends to continue the exploratory excavations and replacement of lead water services only until the available Principal Forgiveness is completely exhausted. This means that the quantity of work that will be ultimately performed and paid for under this contract may be reduced if funding is exhausted or may be incrementally increased to include subsequent Sequences until funding is exhausted. In the case that the scope of the project is incrementally increased, the successful Bidder shall complete that additional work at the Unit Prices included in their Bid Proposal. CONTRACT DOCUMENTS: The Contract Documents will be available for inspection and purchase at: Trotter and Associates, Inc. 38 W Grand Ave, Ste 300 Fox Lake, IL 60020 Contact Heidi Patla at h.patla@trotter-inc.com or 224-225-1300 to purchase the contract documents. Payment for Contract Documents is nonrefundable and shall be payable to Trotter and Associates, Inc. in the form of cash, certified check or money order. No partial sets of specifications or drawings will be issued. The non–refundable cost for plans and specifications is $150.00 for a hard copy and $50.00 for an electronic copy . Addenda will be issued only to plan holders. BIDS: Each bid shall be accompanied by a bid bond, bank draft, cashier's check or certified check payable to the order of the City of North Chicago in an amount not less than ten (10) percent of the amount of the bid, as a guaranty that the bidder will execute the contract, if it is awarded, in conformity with the bid form. The successful bidder will be required to furnish Performance and Completion and Payment Bonds on forms provided in the Specifications and Contract Documents, each in an amount equal to 100 percent of the contract sum. A Mandatory Pre-Bid Conference will be held on Wednesday, December 17, 2025, at 1:00 pm at the City Hall, 1850 Lewis Avenue, North Chicago, IL. Bids will not be received, opened, or read from Bidders/Contractors that do not attend the Pre-Bid Conference. The contractor shall pay prevailing wages in accordance with the Davis-Bacon Act (40 USC 276a through 276a-5) as defined by the U.S. Department of Labor, Local Ordinance and the Illinois Department of Labor Prevailing Wages for Lake County, whichever is greater. Rates can be obtained online at www.state.il.us/Agency/idol/ . QUESTIONS: Questions regarding the project received by 5:00 pm on Monday, January 5, 2026, will be answered by addendum. Questions submitted after this deadline may not be answered prior to the closing of the bidding period. All questions shall be submitted in writing to: Robert Benson, PE Project Manager b.benson@trotter-inc.com The City of North Chicago reserves the right to reject any or all bids. The City expressly reserves the right to waive any informal or technical irregularities in a bid. Final award of bid shall be contingent on the City of North Chicago receiving financing from the Public Water Supply Loan Program as administered by the Illinois Environmental Protection Agency. Per the IEPA’s Procedures for Issuing Loans from the Public Water Supply Revolving Fund to Provide Funding for Lead Service Line Replacement Part 663.620, Section e, unless all bids are rejected, award shall be made to the low, responsive, responsible bidder after the bid evaluation has been submitted to the IEPA and written notice of IEPA approval has been received by the City of North Chicago.
City of Elgin – 2025 Sewer Cleaning & Lining Project Original Advertisement Date : November 6 th , 2025 PRE_BID CONFERENCE: None DUE DATE: 3:00 PM on Wednesday, November 19, 2025 PROJECT MANAGERS: Terry Heitkamp, P.E. INVITATION TO BID Bids will be received online at https://cityofelgin.ionwave.net/Login.aspx by the Purchasing Department, 150 Dexter Court, Elgin, Illinois, until 3 pm, November 19, 2025 for the 2025 Sewer Cleaning and Lining Program. All bid bonds are due at 12:00 noon on November 19, 2025, in the Purchasing Department at City Hall, 150 Dexter Court, Elgin, Illinois 60120. Qualified References The bidder shall submit, if requested by the Engineering Division, a list of qualified references for projects of similar size and scope of this project. Proposals withdrawn may not be resubmitted at the same letting. Work Description The Project shall consist of cured-in-place pipe (CIPP) 6,747 feet (8” – 5,087’, 8” storm - 270’, 10” – 476’, 12” – 325’, 15” - 270’, 24” – 230’ & 30” storm - 89’), sectional lining (24” storm), and manhole rehabilitation 56 vertical feet; and all other appurtenant work and materials necessary to complete the project as specified. Project Contact Questions regarding this bid package can be directed to Terry Heitkamp ( t.heitkamp@trotter-inc.com ) of Trotter and Associates, Inc. Questions regarding this procurement process can be directed to Nickon Etminan, Procurement Manager at nickon.etminan@elginil.gov . Bonds All proposals must be accompanied by an original Bid Bond, Certified or Cashier’s Check or a Bank Draft in an amount equal to at least 5 percent of the bid, payable without condition to the City of Elgin, Illinois, which sum shall be forfeited in case the successful bidder fails to enter into a binding contract and provide a properly executed contract surety bond within 15 days after the date the contract is awarded by the City Council. The successful bidder shall be required to furnish a satisfactory contract bond to the City of Elgin by a surety company authorized to do business in the State of Illinois covering the full amount of the contract. This project must comply with the City of Elgin's Residency and Responsible Bidder's Ordinances. The successful bidder shall pay prevailing wage and shall provide certified payrolls to the City for the duration of the Project. Rejection of Bids Each bidder shall satisfy the City as to their ability, financially or otherwise, to carry out the work. The right is reserved to reject any or all bids or to waive technicalities and any informality in any bid.
ORIGINAL ADVERTISED DATE: October 23, 2025 DUE DATE: Thursday November 6, 2025 at 1:00 PM PROJECT MANAGER: Steve Cieslica, P.E. INVITATION TO BID NOTICE is hereby given that the City of North Chicago will receive sealed Bids until the 6th day of November 2025 at 1:00 PM in the Building Dept. (Attn: City Engineer), at the City Hall, 1850 Lewis Avenue, North Chicago, IL, 60064. At 1:05 PM in the City Council Chambers, the Bids will be opened and read aloud for the following: City of North Chicago 2025 Street Resurfacing Program WORK DESCRIPTION: The Project includes the resurfacing of various streets in the City of North Chicago. The proposed improvements include HMA surface removal, Class D patching, installation of HMA binder and surface courses, structure adjustments, PCC curb and gutter removal and replacement, PCC sidewalk removal and replacement, pavement markings and parkway restoration, and all other appurtenant work and materials necessary to complete the Project in accordance with the Plans, Standard Specifications and these Special Provisions. The Contractor is required to maintain two-way directional flow of traffic on each street throughout construction. CONTRACT DOCUMENTS: The Contract Documents will be available for inspection and purchase at: Trotter and Associates, Inc. 38 W Grand Ave, Ste 300 Fox Lake, IL 60020 Contact Heidi Patla at h.patla@trotter-inc.com or 224-225-1300 to purchase the contract documents. Payment for Contract Documents is non–refundable and shall be payable to Trotter and Associates, Inc. in the form of cash, certified check or money order. No partial sets of specifications or drawings will be issued. The non–refundable cost for digital plans and specifications is $50.00. Addenda will be issued only to plan holders. BIDS: Bids shall be received in a sealed envelope addressed to the City of North Chicago, Building Dept. (Attn: City Engineer), 850 Lewis Avenue, North Chicago, IL, 60064, which is marked in the lower left-hand corner EXACTLY as follows: BID: City of North Chicago 2025 Street Resurfacing Program Bidders will be required to provide Bid security equal to five (5) percent of the Bid in the form of a Bid Bond written by a company properly licensed in Illinois, a certified check or a cashier’s check. The successful Bidder will be required to furnish a Contract bond as required in the Specifications and Contract Documents, equal to one hundred percent (100%) of the total contract price. The successful Bidder also must comply with all of the provisions of (a) the Davis-Bacon Act, (b) Contract Work Hours Standards, (c) the Copeland Act (Anti-kickback), (d) the Illinois Prevailing Wage Act, and (e) Title IV of the Civil Rights Act of 1964. The project is being funded by Motor Fuel Tax funds. The City of North Chicago is an equal opportunity employer. Small, minority and women owned businesses are encouraged to submit bids. The City of North Chicago, in accordance with the Laws of the State of Illinois, hereby notifies all Bidders that the City reserves the right to reject any and all Bids, to waive minor informalities or technicalities, to advertise for new bids, or to request confirmation or clarification from any bidder regarding information contained in a bid. The City will affirmatively ensure that the contract entered into pursuant to this advertisement will be awarded to a responsible and responsive Bidder without discrimination on the ground of race, color or national origin, but the Owner reserves the right to reject any or all Bids received and to waive formalities. Your Bid will be required to be submitted under a condition of irrevocability for a period of sixty (60) days after submission.
Village of Oak Brook - Water System Disinfection Modernization Original Advertisement Date : September 17 th , 2025 PRE_BID CONFERENCE: September 24, 2025 DUE DATE: 10:00 AM on Thursday, October 8, 2025 PROJECT MANAGERS: Chris Marschinke, P.E. INVITATION TO BID Proposals will be received by the Village of Oak Brook through the Village’s eProcurement Portal at https://procurement.opengov.com/portal/oak-brook for the project entitled “Water System Disinfection Modernization” until 10:00 AM on Wednesday, October 8, 2025. Additional information regarding the submittal of bids may be found on the eProcurement Portal. Work Description The proposed improvements consist primary of the following: Well Sites (3) Remove existing chlorination equipment and associated piping and electrical components. Install new simplex peristaltic metering pump skid, piping, injection assemblies, and chemical containment as shown on the plans. Install electrical components as shown on the plans. DuPage Water Commission (DWC) Sites (2) Remove existing chlorination equipment and associated piping and electrical components. Install new duplex peristaltic metering pump skid, piping, injection assemblies, and chemical containment as shown on the plans. Install electrical components and integrator control as shown on the plans and within the specifications. Document Inspection Bidding documents may be obtained through the Village’s eProcurement Portal at https://procurement.opengov.com/portal/oak-brook . Pre-Bid Conference An optional Pre–Bid Conference will be held on September 24 th , 2025, at 10:00 a.m. at the Village of Oak Brook Public Works – 3003 Jorie Boulevard, Oak Brook, Illinois 60523. Bonds The successful bidder will be required to furnish Performance and Completion and Payment Bonds on forms provided in the Specifications and Contract Documents, in an amount equal to 100 percent of the contract sum. Wage Rates Prevailing Wage Rates as defined by the Illinois Department of Labor for DuPage County shall apply to this contract. Rejection of Bids The Village expressly reserves the right to reject any or all bids or to accept the one, which appears to be in the best interest of the Village. The Village expressly reserves the right to waive any informalities or technical irregularities in a bid if to do so is in the best interest of the Village.
Village of Bartlett - Lift Station Controls Improvements ORIGINAL ADVERTISED DATE: September 5, 2025 MANDATORY PRE-BID CONFERENCE: September 25, 2025 DUE DATE: 2:00 PM on Thursday, October 9, 2025 PROJECT MANAGERS: Chris Marschinke, P.E. INVITATION TO BID Sealed proposals will be received by the Village of Bartlett at the main office of the Village of Bartlett, 228 S. Main Street, Bartlett, IL 60103 for the project entitled “Lift Station Controls Improvements” until 2:00 PM on Thursday, October 9, 2025, at which time bids will be publicly opened and read. Sealed bids shall be addressed to the Village of Bartlett – Village Clerk, 228 S. Main Street, Bartlett, IL 60103, and shall be labeled “Lift Station Controls Upgrades”. Work Description The proposed improvements consist primarily of the following: Lift Stations / WWTP Furnish and install new PLC-based control panels at specified lift stations Convert existing radio-based communication systems at specified lift stations to cellular-based communications. Integration of specified lift stations into the WWTP Wonderware-based SCADA platform (existing is SCADATA platform). Provide training of Owner staff on new equipment and monitoring/operation of SCADA systems. Document Inspection and Procurements The Contract Documents may be inspected and purchased at Trotter and Associates, Inc. 40W201 Wasco Rd. Suite D, St. Charles, Illinois 60175. Payment for Contract Documents is non–refundable and shall be payable to Trotter and Associates, Inc. in the form of cash, certified check or money order. No partial sets of contract documents will be issued. The non–refundable cost for contract documents is $100.00. The non–refundable cost for electronic (PDF) copies of contract documents is $50.00. Addenda will be issued only to plan holders. Project Contact All questions regarding this project shall be directed to Chris Marschinke, P.E. (630) 587-0470, c.marschinke@trotter-inc.com . Mandatory Pre-Bib Conference A Mandatory Pre–Bid Conference will be held on September 25 th , 2025, at 10:00 a.m. at the Village of Bartlett Public Works – 1150 Bittersweet Drive, Bartlett, Illinois. Bidders/Contractors not attending the Pre-Bid Conference shall have their bids rejected. Bonds The successful bidder will be required to furnish Performance and Completion and Payment Bonds on forms provided in the Specifications and Contract Documents, in an amount equal to 100 percent of the contract sum. Wage Rates Prevailing Wage Rates, as defined by the Illinois Department of Labor for DuPage County, shall apply to this contract. Rejection of Bids The Village expressly reserves the right to reject any or all bids or to accept the one, which appears to be in the best interest of the Village. The Village expressly reserves the right to waive any informalities or technical irregularities in a bid if to do so is in the best interest of the Village.
ORIGINAL ADVERTISED DATE: August 22, 2025 DUE DATE: 2:00 PM on Thursday, September 25, 2025 PROJECT MANAGERS: Terry Heitkamp, P.E. INVITATION TO BID Sealed proposals will be received by the Village of Bartlett at the main office of the Village of Bartlett, 228 S. Main Street, Bartlett, IL 60103 for the project entitled “Country Place Lift Station Rehabilitation” until 2:00 PM on Thursday, September 25, 2025, at which time bids will be publicly opened and read. Sealed bids shall be addressed to the Village of Bartlett – Village Clerk, 228 S. Main Street, Bartlett, IL 60103 and shall be labeled “Country Place Lift Station Rehabilitation”. Pre-Bid Conference An optional Pre–Bid Conference will be held on Thursday, September 11, 2025, at 2:00 PM at Village of Bartlett Public Works – 1150 Bittersweet Drive, Bartlett, Illinois. Primary Work - Lift Station Abandon existing dry pit pump station. Convert wet well to a submersible pump station. Install Pump Mate package system Perimeter fencing HMA/PCC pavement Electrical service Restoration Document Inspection and Procurements The Contract Documents may be inspected and purchased at the following location. Trotter and Associates, Inc. 40W201 Wasco Rd. Suite D St. Charles, Illinois 60175 630/587–0470 Payment for Contract Documents is non–refundable and shall be payable to Trotter and Associates, Inc. in the form of cash, certified check or money order. No partial sets of specifications or drawings will be issued. The non–refundable cost for hard-copies of drawings and specifications is $150.00. The non–refundable cost for electronic (PDF) copies of drawings and specifications is $75.00. Addenda will be issued only to plan holders. Questions should be directed to Terry Heitkamp (630) 587-0470 or t.heitkamp@trotter-inc.com . Project Contact All questions regarding this project shall be directed Terry Heitkamp, P.E., Trotter & Associates, Inc. at t.heitkamp@trotter-inc.com or (630) 587-0470. Bonds Each bid shall be accompanied by a bid bond, bank draft, cashier's check or certified check payable to the order of the Village of Bartlett, Illinois in an amount not less than ten (10) percent of the amount of the bid, as a guaranty that the bidder will execute the contract, if it is awarded, in conformity with the bid form. The successful bidder will be required to furnish Performance and Completion and Payment Bonds on forms provided in the Specifications and Contract Documents, each in an amount equal to 110 and 100 percent of the contract sum, respectively. Wage Rates The Contractor shall pay prevailing wages in accordance with the Davis-Bacon Act (40 USC 276a through 276a-5) as defined by the U.S. Department of Labor, Local Ordinance, and the Illinois Department of Labor Prevailing Wages for Cook County, whichever is higher. Rates can be obtained online at https://beta.sam.gov/ and https://www2.illinois.gov/idol/ . Rejection of Bids The Owner expressly reserves the right to reject any or all bids or to accept the one, which appears to be in the best interest of the Owner. The Owner expressly reserves the right to waive any informalities or technical irregularities in a bid if to do so is in the best interest of the Owner.
ORIGINAL ADVERTISED DATE: June 2, 2025 DUE DATE: Thursday, June 26, 2025, at 10:00 AM PROJECT MANAGERS: Steve Cieslica, P.E. INVITATION TO BID NOTICE is hereby given sealed bids will be received by the City of Woodstock for the project entitled “Gould Street Water Main Replacement” until 10:00 am on June 26, 2025, at the City Hall, 121 W. Calhoun Street, Woodstock, IL 60098. The Bids will be publicly opened and read aloud immediately afterwards in the Council Chambers. Bids shall be received in a sealed envelope addressed to: City of Woodstock 121 W Calhoun St. Woodstock, IL 60098 The sealed envelope shall be marked in the lower left-hand corner EXACTLY as follows: BID: City Clerk City of Woodstock Gould Street Water Main Replacement Work Description Provide all labor, services, and materials necessary for the construction of: Approximately 1180 lineal feet of 8″ water main, 4 lineal ft of 12” water main, 83 lineal feet of 6″ water main, and 23 lineal feet of 4″ water main installed by open cut construction methods, including: trench excavation; water main pipe and fitting materials and installation; connection to existing water mains; water service connections; abandonment of existing water mains; pipe bedding; trench backfill; valves and valve vaults; fire hydrant assemblies including fire hydrant and auxiliary gate valve; water main pressure testing and disinfection; and all other work necessary for a complete and functional water main replacement installation as shown, specified, or required. Approximately 261 lineal feet of 8″ sanitary sewer, and 23 lineal feet of 10″ sanitary sewer installed by open cut construction methods, including: trench excavation; sanitary sewer pipe materials and installation; connection to existing sanitary sewers; pipe bedding; trench backfill; and all other work necessary for a complete and functional sanitary sewer installations as shown, specified, or required. Approximately 15 lineal feet of 15″ storm sewer and 241 lineal feet of 12″ storm sewer installed by open cut construction methods, including: trench excavation; storm sewer pipe materials and installation; connection to existing storm sewers; storm sewer manholes, catch basins, and inlets; pipe bedding; trench backfill; and all other work necessary for a complete and functional storm sewer installations as shown, specified, or required. Full depth pavement removal including HMA pavement removal and aggregate base course removal; installation of aggregate base course, HMA binder course, and HMA surface course; aggregate base repair; driveway removal and replacement; sidewalk removal and replacement; curb and gutter removal and replacement; erosion control; parkway restoration; traffic control; and all other work necessary for a complete and functional installation as shown, specified, or required. Document Inspection and Procurement The Contract Documents may be inspected and purchased at: Trotter and Associates, Inc. 38 W. Grand Avenue, Suite 300 Fox Lake, Illinois 60020 224/225–1300 Contact Heidi Patla at h.patla@trotter-inc.com to schedule an appointment or to purchase the contract documents. Hard or electronic copies of the documents are available for purchase. Payment for Contract Documents is nonrefundable and shall be payable to Trotter and Associates, Inc. in the form of cash, certified check or money order. No partial sets of specifications or drawings will be issued. The non–refundable cost for plans and specifications is $250.00 for a hard copy and $50.00 for an electronic copy. Addenda will be issued only to plan holders. Bid Security Each bid shall be accompanied by a bid bond, bank draft, cashier's check or certified check payable to the order of the City of Woodstock in an amount not less than five (5) percent of the amount of the bid, as a guaranty that the bidder will execute the contract, if it is awarded, in conformity with the bid form. The Successful Bidder will be required to furnish Performance and Completion and Payment Bonds on forms provided in the Specifications and Contract Documents, each in an amount equal to 100 percent of the contract sum. Questions Questions regarding the project received by 2:00 pm on June 23, 2025, will be answered by addendum. Questions submitted after this deadline may not be answered prior to the close of the bidding period. All questions shall be submitted in writing to: Steve Cieslica, PE s.cieslica@trotter-inc.com Rejection of Bids The City of Woodstock reserves the right to reject any and/or all bids or to accept the one which appears to be in the best interest of the City. The City reserves the right to waive any informalities or technical irregularities in a bid if to do so is in the best interest of the City. Unless all bids are rejected, award shall be made to the lowest, responsive, responsible bidder.
ORIGINAL ADVERTISED DATE: May 29, 2025 DUE DATE: Monday June 9, 2025, at 10:00 AM* *see addendum for date modifications PROJECT MANAGERS: Mitchell Severson, Steve Cieslica, P.E. NOTICE is hereby given that the Village of Fox Lake will receive sealed Bids until the 9 th day of June, 2025 at 10:00 AM at Fox Lake Village Hall, 66 Thillen Drive, Fox Lake, IL 60020, at which time the Bids will be opened in the Board Room for the following: Village of Fox Lake 2025 MFT Roadway Program. Bids shall be received in a sealed envelope addressed to the Village of Fox Lake, 66 Thillen Avenue, Fox Lake, IL 60020, marked in the lower left-hand corner EXACTLY as follows: BID: Village of Fox Lake 2025 MFT Roadway Program The project is being funded by Motor Fuel Tax funds. The Village of Fox Lake is an equal opportunity employer. Small, minority and women owned businesses are encouraged to submit bids. Work Description Work shall include pavement removal or hot-mix asphalt surface removal, full-depth reclamation with cement, driveway removal and replacement as needed, Class D patches as needed, bituminous materials (prime and tack coat) hot-mix asphalt binder and surface courses, Type B aggregate shoulders thermoplastic pavement marking replacement, and parkway restoration as needed. Document Inspection and Procurements Electronic (PDF) copies and hard copies of the Contract Documents are available for purchase at Trotter and Associates, Inc., 38 W. Grand Ave., Ste 300, Fox Lake, IL 60020. Contact Heidi Patla at h.patla@trotter-inc.com to purchase the contract documents. Payment for Contract Documents is non-refundable and shall be payable to Trotter and Associates, Inc. in cash, certified check, or money order. No partial sets of specifications or drawings will be issued. The non-refundable cost for plans and specifications is $50.00. The addenda will be issued only to plan holders. Questions All questions must be submitted in writing, no later than 4:00 PM on June 4, 2025. Questions can be submitted to: Mitchell Severson m.severson@trotter-inc.com Bid and Performance & Payment Bond Bidders will be required to provide Bid security equal to five (5) percent of the Bid in the form of a Bid Bond written by a company properly licensed in Illinois, a certified check, or a cashier’s check. The successful Bidder will be required to furnish a performance and payment bond on forms provided in the Specifications and Contract Documents, equal to one hundred percent (100%) of the total contract price. Wage Rates The successful Bidder also must comply with all of the provisions of (a) the Davis-Bacon Act, (b) Contract Work Hours Standards, (c) the Copeland Act (Anti-kickback), (d) the Illinois Prevailing Wage Act, and (e) Title IV of the Civil Rights Act of 1964. Rejection of Bids The Village of Fox Lake, in accordance with the Laws of the State of Illinois, hereby notifies all Bidders that the Village reserves the right to reject any and all Bids, to waive minor informalities or technicalities, to advertise for new bids, or to request confirmation or clarification from any bidder regarding information contained in a bid. The Village will affirmatively ensure that the contract entered into pursuant to this advertisement will be awarded to a responsible and responsive Bidder without discrimination on the ground of race, color or national origin, but the Owner reserves the right to reject any or all Bids received and to waive formalities. Your Bid will be required to be submitted under a condition of irrevocability for a period of sixty (60) days after submission.
ORIGINAL ADVERTISED DATE: May 2, 2025 DUE DATE: Thursday, May 22, 2025, at 2:00 PM PROJECT MANAGERS: Steve Cieslica, P.E. INVITATION TO BID NOTICE is hereby given the City of Woodstock will receive sealed bids for the project entitled “Woodstock 2025 Street Improvement Program” until 2:00 PM on Thursday, May 22, 2025, at City Hall, 121 W Calhoun St, Woodstock, IL 60098. Bids will be publicly opened and read aloud immediately afterwards. Bids shall be received in a sealed envelope addressed to: City Engineer - City of Woodstock 121 W Calhoun St. Woodstock, IL 60098 The sealed envelope shall be marked in the lower left-hand corner EXACTLY as follows: BID: City of Woodstock 2025 Street Improvement Program Work Description The Project includes furnishing all labor, materials, equipment, and other items necessary for hot-mix asphalt removal; concrete pavement removal, full depth reclamation (select streets); base course preparation and grading, placement of hot-mix asphalt binder and surface course; curb and gutter removal and replacement; new curb installation; sidewalk removal and replacement; new sidewalk installation; replacement of drainage structures and sewers; sanitary sewer replacement, restoration, and all other items of Work in accordance with the Plans, Standard Specifications, and Special Provisions. Portions of combination curb and gutter shall be installed by curb machine and not hand formed. Document Inspection and Procurements The Contract Documents will be available for inspection and purchase starting Friday May 2, 2025, at: Trotter and Associates, Inc. 38 W. Grand Ave., Ste 300 Fox Lake, IL 60020 Contact Heidi Patla at h.patla@trotter-inc.com to schedule an appointment or to purchase the contract documents. Hard or electronic copies of the documents are available for purchase. Payment for Contract Documents is non–refundable and shall be payable to Trotter and Associates, Inc. in the form of cash, certified check or money order. No partial sets of specifications or drawings will be issued. The non–refundable cost for plans and specifications is $150.00 for a hard copy and $50.00 for an electronic copy. Addenda will be issued only to plan holders. Questions Questions regarding the project received by 12:00 pm on Tuesday May 20, 2025, will be answered by addendum. Questions submitted after this deadline may not be answered prior to the close of the bidding period. All questions shall be submitted in writing to: Cade Sundstedt Project Engineer c.sundstedt@trotter-inc.com Bid Security Bidders will be required to provide Bid security equal to five (5) percent of the Bid in the form of a Bid Bond written by a company properly licensed in Illinois, a certified check or a cashier’s check. The successful Bidder will be required to furnish a Contract bond as required in the Specifications and Contract Documents, equal to one hundred percent (100%) of the total contract price. Wage Rates The successful Bidder also must comply with all of the provisions of (a) the McHenry County Prevailing Wages, (b) Contract Work Hours Standards, (c) the Copeland Act (Anti-kickback), (d) the Illinois Prevailing Wage Act, and (e) Title IV of the Civil Rights Act of 1964. Rejection of Bids The City of Woodstock, in accordance with the Laws of the State of Illinois, hereby notifies all Bidders that the City reserves the right to reject any and all Bids, to waive minor informalities or technicalities, to advertise for new bids, or to request confirmation or clarification from any bidder regarding information contained in a bid. The City will affirmatively ensure that the contract entered into pursuant to this advertisement will be awarded to a responsible and responsive Bidder without discrimination on the ground of race, color or national origin, but the Owner reserves the right to reject any or all Bids received and to waive formalities. Bids will be required to be submitted under a condition of irrevocability for a period of sixty (60) days after submission.
