PROJECTS FOR BID

December 22, 2025
ORIGINAL ADVERTISED DATE: December 22, 2025 DUE DATE: Friday, January 23, 2026 at 2:00 PM MANDATORY PRE-BID CONFERENCE: NONE PROJECT MANAGER: Steve Cieslica, P.E. INVITATION TO BID Notice is hereby given sealed bids will be received by the City of North Chicago for the project entitled Water Distribution System – Valve Exercising and Hydrant Flushing Services until 2 PM on January 23rd, 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 Water Distribution System – Valve Exercising and Hydrant Flushing Services Work Description Provide professional services, personnel, equipment, and materials necessary to conduct comprehensive Valve Exercising and Hydrant Flushing Programs within the City of North Chicago. The water distribution system contains approximately 650 water main valves and 550 fire hydrants. Work includes planning, field investigation, valve assessment and exercising, hydrant flushing, minor maintenance and repairs, documentation, and reporting. The completion of Insurance Services Office (ISO) documentation is required as part of the scope of work for hydrant flushing services. Document Inspection and Procurements 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 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 $30.00 for an electronic copy . Addenda will be issued only to plan holders. Wage Rates The contractor shall pay prevailing wages in accordance with Local Ordinance and the Illinois Department of Labor Prevailing Wages for Lake County. Rates can be obtained online at www.state.il.us/Agency/idol/ . Questions for Addendum Questions regarding the project received by 3:00 pm on January, 16, 2026 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 North Chicago reserves the right to reject any or all bids or to accept the one which appears to be in the best interest of the City. The City 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 City.
December 22, 2025
ORIGINAL ADVERTISED DATE: December 22, 2025 DUE DATE: Friday, January 23, 2026 at 2:00 PM MANDATORY PRE-BID CONFERENCE: NONE PROJECT MANAGER: Steve Cieslica, P.E. INVITATION TO BID Notice is hereby given sealed bids will be received by the City of North Chicago for the project entitled Water Distribution System - Leak Detection Services until 2 PM on January 23rd, 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 Water Distribution System - Leak Detection Services Work Description Provide professional services, personnel, and equipment necessary to conduct a comprehensive Leak Detection Survey on approximately 53 miles of water mains that are 12 inches or less in size of the approximate 62 miles of water main within the City of North Chicago. Work includes planning, field investigation, acoustic leak surveying, correlation, leak pinpointing, documentation, and reporting. Document Inspection and Procurements 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 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 $30.00 for an electronic copy . Addenda will be issued only to plan holders. Wage Rates The contractor shall pay prevailing wages in accordance with Local Ordinance and the Illinois Department of Labor Prevailing Wages for Lake County. Rates can be obtained online at www.state.il.us/Agency/idol/ . Questions for Addendum Questions regarding the project received by 3:00 pm on January, 16, 2026 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 North Chicago reserves the right to reject any or all bids or to accept the one which appears to be in the best interest of the City. The City 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 City.
December 22, 2025
ORIGINAL ADVERTISED DATE: December 22, 2025 DUE DATE: Thursday, January 22, 2026 at 2:00 PM MANDATORY PRE-BID CONFERENCE: NONE PROJECT MANAGER: Steve Cieslica, P.E. INVITATION TO BID NOTICE is hereby given that sealed proposals will be received by the City of North Chicago for the project entitled 2026 CDBG Sanitary Sewer Lining until 2:00 p.m. on January 22, 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 City 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 2026 CDBG Sanitary Sewer Lining Work description Provide all labor, services and materials necessary for the televising, cleaning and CIPP lining of approximately two thousand eight hundred ten (2,810) lineal feet of sanitary sewer pipe on Argonne Dive Street from Jackson Street to Broadway Avenue, and Broadway Avenue from Park Ave to Sheridan Road ; and all other work necessary for a complete and functional sanitary sewer cleaning and lining project as shown, specified, or required. Document Inspection and Procurements The Contract Documents will be available for inspection on Monday, December 22, 2025, 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 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 $30.00 for an electronic copy . Addenda will be issued only to plan holders. Questions Questions regarding the project received by close of business on Thursday, January 15, 2026, 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 Bid Security Bidders will be required to provide Bid security equal to ten (10) 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. The successful Bidder also must comply with all of the provisions of the Davis-Bacon Act, Contract Work Hours Standards, the Copeland Act (Anti-kickback), the Illinois Prevailing Wage Act, and Title IV of the Civil Rights Act of 1964. The contractor shall pay prevailing wages in accordance with Local Ordinance and the Illinois Department of Labor Prevailing Wages for Lake County. Rates can be obtained online at www.state.il.us/Agency/idol/ . This project is being funded utilizing CDBG grants funds from HUD. Section 3 and MBE/WBE participation is strongly encouraged. 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 ninety (90) days after submission.
December 19, 2025
CITY OF ST. CHARLES – UV Rehab Project ORIGINAL ADVERTISED DATE: December 19, 2025 OPTIONAL PRE-BID: Tuesday, January 6th, 2026 DUE DATE: 2:00pm, Thursday, February 5th, 2026 PROJECT MANAGER: Jerry Ruth, P.E. INVITATION TO BID The City of St. Charles will receive sealed proposals for the project “City of St. Charles – UV Rehab Project” until 2:00 PM on Thursday, February 5th, 2026 , at the Public Works Building, located at 1405 S. 7th Avenue, St. Charles, Illinois, 60174. The Bids will be publicly opened and read aloud immediately afterward in the Second Floor Main Conference Room of the Public Works Building on the same date. Bids shall be received in a sealed envelope addressed to: City of St. Charles Public Works Department 1405 S. 7th Avenue St. Charles, Illinois 60174 The sealed envelope shall be marked in the lower left-hand corner EXACTLY as follows: BID: City of St. Charles, Illinois UV Rehab Project Work Description The City of St. Charles (“City”) is requesting bids from contractors to 1. Remove existing UV Disinfection Equipment and NPW Filters. 2. Construct new cast-in place concrete and masonry structure to house new UV equipment and NPW filters along with electrical and mechanical support systems. Pre-Bid Meeting An optional Pre–Bid Meeting will be held 10AM on Tuesday, January 6th, 2026, on the Second Floor of the Public Works Facility, 1405 S. 7th Ave, St. Charles, Illinois, 60174. Document Inspection and Procurements The Contract Documents may be viewed and downloaded at the City’s website: https://www.stcharlesil.gov/bids-proposals . The addenda will be issued only to plan holders. Wage Rates The Contractor shall comply with all provisions of the Illinois Prevailing Wage Act, 820 ILCS 130/.01 et seq. (“Act”). Both the City and the Contractor agree that the Contractor has the sole responsibility to procure legal counsel with respect to any Contractor or subcontractor question regarding the Act. Contractor shall not pay less than the prevailing rates of wages to all laborers, workmen, and mechanics performing work under this contract; the submission of certified monthly payroll reports are required per 820 ILCS 130/5. Act provisions are attached in the “Prevailing Wage Act FAQ” by the Illinois Department of Labor at https://www2.illinois.gov/idol/FAQs/Pages/prevailing-wage-faq.aspx Statute 820ILCS 103/.01 et seq. is attached at http://www.ilga.gov/legislation/ilcs/ilcs3.asp?ActID=2405&ChapAct=820%26nbsp%3bILCS%26nbsp%3b130/&ChapterID=68&ChapterName=EMPLOYMENT&ActName=Prevailing+Wage+Act The current Illinois Department of Labor Prevailing Wage Rates for the County of Kane and the County of DuPage are available at http://www.state.il.us/agency/idol/ . Prevailing wage rates are subject to revision. Failure on the part of Contractor or its subcontractor to access the attachments does not relieve the Contractor or its subcontractor from strict adherence to the Act and all of its Codified provisions. Contractor is responsible for all subcontractor compliance with the Act, pursuant to this Contract. Effective September 1, 2020, all Certified Transcripts of Payrolls shall be submitted electronically to the Illinois Department of Labor at: https://www2.illinois.gov/idol/Laws-Rules/Conmed/Pages/certifiedtranscriptofpayroll.aspx Questions All questions shall be submitted to procurement@stcharlesil.gov with the subject “UV Rehab Project” by January 15, 2026, at 8AM . Rejection of Bids The City reserves the right to reject any or all offers for any reason including but not limited to: budgetary constraints, unclear solicitation documents, change in needs, suspicion of collusion, pricing aberrations, front end loading; mathematically unbalanced proposals in which prices for some items are substantially out of proportion to comparable prices, materially unbalanced proposals in which material requirements for some items are substantially higher to comparable proposals; poor quality or poor performance in past City contracts, and other reasons deemed important to the City. Award of Bid The City endeavors to select the offer meeting the best interests of the City as stated by its City Council/City Administrator based on the totality of lawful considerations, price and other factors considered. Award is based on the lowest responsive responsible offer; offering the lowest life-cycle cost; providing the best overall value to the City; and deemed most advantageous to the City, price and other factors considered.
December 17, 2025
VILLAGE OF ALGONQUIN – High Hill Park Sanitary Sewer Relocation – Phase 1 Original Advertisement Date : December 17 th , 2025 PRE_BID CONFERENCE: None DUE DATE: 10:00 AM on Tuesday January 13 th , 2026 PROJECT MANAGERS: Terry Heitkamp, 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 Tuesday, January 13, 2026 , at 10:00 a.m. CST for the HIGH HILL PARK SANITARY SEWER RELOCATION – PHASE 1, 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. WORK DESCRIPTION The Work is called HIGH HILL PARK SANITARY SEWER RELOCATION – PHASE 1. The project is described as the construction of a 18-inch sanitary sewer replacing the existing 12-inch sanitary sewer between Kirkland Drive and Hanson Road along a multi use path, Ratt Creek, and the edge of the wetlands of High Hill Park Nature Preserve. This project consists of approximately 2,500 linear foot of new 18-inch sanitary sewer main. The existing 12” sanitary sewer will be abandoned or removed to facilitate the construction of the new sanitary sewer interceptor. Tree removal, pavement patching, multi use path replacement, bypass pumping and sidewalk replacement will be completed as necessary in Algonquin, Illinois, as further described in the contract documents for the said work prepared by Trotter and Associates, Inc. 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 “HIGH HILL PARK SANITARY SEWER RELOCATION – PHASE 1.” 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. All questions regarding this project should be directed to Terry M. Heitkamp, P.E., (630) 587-0470, t.heitkamp@trotter-inc.com , 40W201 Wasco Road, Suite D, St. Charles, Illinois, 60175. BONDS All bid proposals must be accompanied by a bid bond, certified check, or bank cashier's check payable to the Village of Algonquin for 5% of the amount of the base bid as provided in the Bidding Documents. No proposals or bids will be considered unless accompanied by such bond or check. REJECTION OF BIDS 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 – HIGH HILL PARK SANITARY SEWER RELOCATION – PHASE 1.” 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. 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.
November 17, 2025
ORIGINAL ADVERTISED DATE: November 17, 2025 DUE DATE: Friday, January 9, 2026 at 2:00 PM MANDATORY PRE-BID CONFERENCE: Wednesday, December 17, 2025 at 2:00 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 “Water Tower No. 1 and Transmission Main, Contract B - 24-inch Transmission Main” until 2:00 pm on Friday, January 9, 2026, at the City Hall, 1850 Lewis Avenue, North Chicago, IL. 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 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 Clerk City of North Chicago Water Tower No. 1 and Transmission Main Contract B - 24-inch Transmission Main 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 (35IAC Part 662), 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), Illinois Works Jobs Program Act Apprenticeship Initiative (30 ILCS 559/20-1), and the federal “Build America, Buy America Act” requirements as contained in the federal 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, services and materials necessary for the construction of 6-inch, 16-inch, 18-inch, and 24-inch DIP water main installed by open cut and horizontal directional drilling construction methods, including: pavement removal; trench excavation; water main pipe materials and installation; valves and valve vaults; fire hydrant assemblies including hydrant and auxiliary valve; water service connections; pipe bedding; trench backfill; pavement replacement; driveway replacement; curb and gutter replacement; parkway restoration; traffic control; water main pressure testing and disinfection; and all other work necessary for a complete and functional water main installation as shown, specified, or required. 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 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. 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 2:00 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 or McHenry County, whichever is greater. Rates can be obtained online at www.state.il.us/Agency/idol/ . 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 close 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 informalities 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 Part 662.620, Section b, 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.
November 17, 2025
ORIGINAL ADVERTISED DATE: November 17, 2025 DUE DATE: Friday, January 9, 2026 at 1:30 PM MANDATORY PRE-BID CONFERENCE: Wednesday, December 17, 2025 at 1:30 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 “Water Tower No. 1 and Transmission Main, Contract A – 0.75 MG Elevated Storage Tank” until 1:30 pm on 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 Water Tower No. 1 and Transmission Main Contract A – Elevated Storage Tank 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 (35IAC Part 662), 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 Apprenticeship Initiative (30 ILCS 559/20-1) and the federal “Build America, Buy America Act” requirements contained in the federal 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, services, and materials necessary for the construction of a 0.75 MG elevated water storage tank of the spheroid design; site improvements including: elevated storage tank; tank foundation; buried and above grade piping and valves; entrance driveway; site grading; retaining wall; structural work; electrical work; instrumentation and SCADA integration; and all other work necessary for a complete and functioning elevated water tower as shown and specified 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 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. 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 1:30 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 or McHenry County, whichever is greater. Rates can be obtained online at www.state.il.us/Agency/idol/ . 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 close 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 informalities 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 Part 662.620, 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.
November 11, 2025
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.
November 6, 2025
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.
November 6, 2025
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.
Show More

GET IN TOUCH
HAVE AN ENGINEERING PROBLEM THAT YOU'D LIKE OUR HELP WITH?