PROJECTS FOR BID

15 Apr, 2024
ORIGINAL ADVERTISED DATE: April 15, 2024 * See addendum for deadline changes DUE DATE: May 29, 2024 PROJECT MANAGERS: Aaron Berry, P.E. INVITATION TO BID Sealed proposals will be received by the Glenbard Wastewater Authority for the project entitled 2024 Primary Clarifier Improvements Project until 2:00 p.m. on Wednesday, May 29th, 2024 , at the Glenbard Wastewater Authority, Address: 945 Bemis Road, Glen Ellyn, Illinois 60137. The sealed bids will be publicly opened and read aloud immediately afterward at the Glenbard Wastewater Authority, Address: 945 Bemis Road, Glen Ellyn, Illinois 60137, on the same date. Sealed bids shall be addressed to the Glenbard Wastewater Authority, Address: 945 Bemis Road, Glen Ellyn, Illinois 60137, and shall be labeled: Bid for – 2024 Primary Clarifier Improvements Project Non-Mandatory Pre–Bid Conference A Non-Mandatory Pre–Bid Conference will be held on April 25th, 2024, at 10:00 a.m. at the Glenbard Wastewater Authority, Address: 945 Bemis Road, Glen Ellyn, Illinois 60137. Work Description All required labor, supervision, and materials to render complete and fully functional electrical, mechanical, and SCADA systems. Full-time superintendent. Installation and maintenance of erosion control measures, site clearing, and grading. Site restoration and maintenance through acceptance and re-establishment of vegetation. Rehabilitation of the existing clarifiers, including demolition and reinstallation of clarifier equipment mechanisms, launder covers, odor control equipment, and the installation of miscellaneous monitoring equipment. Rehabilitation of the gravity thickener, including demolition and reinstallation of thickener equipment mechanisms, demolition of the existing geodesic dome cover, installation of a new aluminum flat cover, and the installation of miscellaneous monitoring equipment. Rehabilitation of the existing diversion structure, including removal and replacement of primary sludge pumping equipment, grinders, and appurtenances. Removal and replacement of primary scum pumping equipment and appurtenances. Removal and replacement of primary sludge, scum, and effluent monitoring devices, including but not limited to magnetic flow meters, density meters, etc. Demolition and replacement of the existing diversion structure sludge and slide gates, including the installation of new electrical and control of actuators, and appurtenances. Site restoration and maintenance through acceptance and re-establishment of vegetation. Testing of systems and training of operations personnel. Preparation and submission of operations and maintenance manuals. Warranties as specified in the Contract Documents. Document Inspection and Procurements The Contract Documents may be inspected and purchased at the following location: Trotter and Associates, Inc. 40W201 Wasco Road St. Charles, IL 60175 630/587-0470 No partial sets of specifications or drawings will be issued. Electronic (PDF) copies and hard copies of the Contract Documents are available for purchase at Trotter and Associates, Inc., St. Charles Office. Contact Aaron Berry at a.berry@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 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 $160.00 for Hard copies, and $80 for electronic. Addenda will be issued only to plan holders. Project Contact The project contact for this project is: Aaron Berry a.berry@trotter-inc.com (630) 587-0470. 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 Trotter and Associates, Inc. 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 Payment Bonds on forms provided in the Specifications and Contract Documents, each in an amount equal to one hundred (100) percent of the contract sum. Wage Rates The contractor shall pay prevailing wages in accordance with Local Ordinance and the Illinois Department of Labor Prevailing Wages for DuPage County, whichever is greater. Rates can be obtained online at www.state.il.us/Agency/idol/ . Rejection of Bids The Owner expressly reserves the right to reject any or all bids or to accept the bid, 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.
12 Apr, 2024
ORIGINAL ADVERTISED DATE: April 12, 2024 DUE DATE: April 26, 2024 * See addendum for deadline changes PROJECT MANAGERS: Cade Sundstedt, Alex Dye, P.E., CFM INVITATION TO BID NOTICE is hereby given the City of Woodstock will receive sealed bids for the project entitled “2024 Street Improvement Program” until 2:00 PM on Friday April 26, 2024, 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 2024 Street Improvement Program Work Description The Project includes furnishing all labor, materials, equipment, and other items necessary hot-mix asphalt removal; reclamation of existing pavement; base course preparation; placement of hot-mix asphalt binder and surface course; concrete curb and gutter removal and replacement (spot curb and gutter replacement as well as continuous); concrete sidewalk removal and replacement; new sidewalk; replacement of drainage structures and storm sewers; sanitary sewer replacement; and restoration in accordance with the Plans. The curb and gutter replacement on Julie Street and a portion of Fremont Street shall be installed via curb machine and not hand formed. Document Inspection and Procurements The Contract Documents will be available for inspection and purchase starting Friday April 12, 2024, 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. Bonds 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. Questions Questions regarding the project received by 12:00 pm on Wednesday April 24, 2024, 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 both : Cade Sundstedt Project Engineer c.sundstedt@trotter-inc.com AND Alex Dye, PE, CFM Project Engineer a.dye@trotter-inc.com 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.
09 Apr, 2024
ORIGINAL ADVERTISED DATE: April 9, 2024 * See addendum for deadline changes DUE DATE: May 7, 2024 PROJECT MANAGERS: Dustin Priebe, P.E. INVITATION TO BID The Village of Fox Lake will receive sealed Bids until the 7th day of May 2024 at 2:00 PM 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 Village of Fox Lake – 2024 Roadway Improvements. Bids shall be received in a sealed envelope addressed to the Village of Fox Lake, 66 Thillen Avenue, Fox Lake, IL 60020, which is marked in the lower left-hand corner EXACTLY as follows: BID: Village of Fox Lake 2024 Roadway Improvements The Village of Fox Lake is an equal-opportunity employer. Small, minority, and women-owned businesses are encouraged to submit bids. Pre-Bid Meeting A pre-bid meeting will be held on the 25th day of April, 2024 at 1:00 PM at 97 Hillside Court, Fox Lake, IL 60020 (parking along Forest Ave at the intersection with Hillside Ct). Work Description This work shall include furnishing all labor, materials, equipment, and other incidentals necessary for full pavement rehabilitation on Longwood Drive, Wildwood Drive, and Hillside Court, including hot-mix asphalt removal; pulverization of existing pavement; base course grading, placement of hot-mix asphalt binder and surface course; placement of aggregate shoulder; driveway removal and replacement; and parkway restoration in accordance with the design plans, project specifications and contract documents. Additionally, the project shall include the removal of the existing sheet pile retaining wall; removal of trees; installation of a new permanent sheet pile retaining wall; aggregate fill; removal and replacement of wooden steps; removal of storm sewer piping and structures; installation of storm sewer piping and structures; and placement of combination curb and gutter along Hillside Court in accordance with the design plans, project specifications and contract documents. 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 Dustin Priebe at d.priebe@trotter-inc.com to purchase the contract documents. Payment for Contract Documents is nonrefundable 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. Project Contact Dustin Priebe, P.E. – d.priebe@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.
04 Apr, 2024
ORIGINAL ADVERTISED DATE: April 4, 2024 * See addendum for deadline changes DUE DATE: April 19, 2024 PROJECT MANAGERS: Alex Dye, P.E., CFM INVITATION TO BID The Village of Barrington Hills will receive sealed proposals for the 2024 Road Resurfacing Program until 2:00 p.m. on April 19, 2024 , at the offices of the Village Clerk, 112 Algonquin Road, Barrington Hills, Illinois, 60010. The sealed bids will be publicly opened and read aloud immediately afterward on the same date. Bids shall be received in a sealed envelope addressed to Village of Barrington Hills, 112 Algonquin Road, Barrington Hills, IL 60010 which is marked in the lower left-hand corner EXACTLY as follows: BID: Village of Barrington Hills 2024 Road Resurfacing Program Work Description The Owner requests bids from qualified companies to provide all labor, services, equipment, materials, and all other items to complete Work necessary for hot-mix asphalt removal; placement of hot-mix asphalt binder and surface course; guardrail replacement; replacement of drainage structures and storm sewers; and restoration in accordance with the Plans, Standard Specifications, and these Special Provisions. All Work has a final completion date as specified in the Special Provisions. The Contractor shall be responsible for full-site restoration and maintenance through acceptance and re-establishment of vegetation. Document Inspection and Procurements The Contract Documents may be inspected and purchased at Trotter and Associates, Inc., 38 W Grand Ave, Fox Lake, IL 60020, beginning April 4, 2024. To purchase the contract documents, contact Heidi Patla at h.patla@trotter-inc.com . Electronic copies are available. 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. Addenda will be issued only to plan holders. Bonds All bid proposals must be accompanied by a bid bond, certified check, or bank cashier's check payable to the Treasurer of Barrington Hills 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. Wage Rates The successful Bidder must also comply with all the provisions of the Davis-Bacon Act and all wages must comply with the Illinois Department of Labor Prevailing Wages for McHenry, Lake, Cook, and Kane Counties. Rejection of Bids The Village of Barrington Hills, 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 grounds 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.
12 Mar, 2024
ORIGINAL ADVERTISED DATE: March 12, 2024 DUE DATE: March 28, 2024 PROJECT MANAGERS: JILLIAN KISS, P.E. I NVITATION TO BID The Village of Algonquin, Illinois, will receive sealed bids at the William J. Ganek Municipal Center, 2200 Harnish Drive, Algonquin, Illinois 60102 until March 28, 2024, at 10:00 a.m. CST for the Braewood Lift Station Force Main Replacement , 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 – Braewood Lift Station Force Main Replacement. ” The bids will be opened at this location and read aloud. Work Description The work is called Braewood Lift Station Force Main Replacement and shall consist of installation of 2,068 lineal feet of 16” force main via open cut and directional boring methods to replace the existing 10” force main between the Braewood Lift Station and the discharge manhole along Gaslight Drive near the Sprucetree Lane intersection. The project will also include installation of an air release valve in a valve vault and a bypass vault. The project also includes HMA pavement restoration, PCC curb and gutter restoration, 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 “Braewood Lift Station Force Main Replacement” 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. Questions All questions regarding this project shall be directed to Jeremy Plank, P.E., Trotter & Associates, Inc. at j.plank@trotter-inc.com  or (630) 587-0470. Bid Security 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. 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 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.
12 Mar, 2024
ORIGINAL ADVERTISED DATE: March 12, 2024 DUE DATE: March 28, 2024 PROJECT MANAGERS: JILLIAN KISS, P.E. INVITATION TO BID The Village of Algonquin, Illinois, will receive sealed bids at the William J. Ganek Municipal Center, 2200 Harnish Drive, Algonquin, Illinois 60102 until March 28, 2024, at 10:00 a.m. CST for the Algonquin Shores Force Main Replacement , 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. 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 Force Main Replacement. " The bids will be opened at this location and read aloud. Work Description The work is called Algonquin Shores Force Main Replacement and shall consist of installation of 606 lineal feet of 10” force main via open cut methods and 243 lineal feet of 10” force main via directional boring methods to replace the existing 6” force main between the intersection of Stratford & Riverwood Drive and the discharge manhole along Souwanas Trail near the Carriage Drive intersection. The project will also include installation of an air release valve in a valve vault, removal of the existing air release valve in a valve vault, abandonment of the existing force main, HMA pavement restoration, PCC curb and gutter restoration, PCC driveway replacement, 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 Force Main Replacement” 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. Questions All questions regarding this project shall be directed to Jeremy Plank, P.E., Trotter & Associates, Inc. at j.plank@trotter-inc.com or (630) 587-0470. Bid Security 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. 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 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.
05 Mar, 2024
ORIGINAL ADVERTISED DATE: March 5, 2024 * See addendum for deadline changes DUE DATE: April 5, 2024 PROJECT MANAGERS: JILLIAN KISS, P.E. INVITATION TO BID Sealed proposals will be received by the Northern Moraine Wastewater Reclamation District (NMWRD) for the project entitled “Holiday Hills/ Le Villa Vaupell Sewer Extension – Phase 2” until 10:00 am on April 5, 2024 at the NMWRD Offices located at 113 Timber Trail Road, Island Lake, IL 60042. The sealed bids will be publicly opened and read aloud immediately afterward in the NMWRD Office, on the same date. Sealed bids shall be addressed to the Northern Moraine Wastewater Reclamation District, P.O. Box 240, 113 Timber Trail Road, Island Lake, IL, 60042 and shall be labeled “Holiday Hills/ Le Villa Vaupell Sewer Extension – Phase 2.” A mandatory pre-bid conference will be held at 10:00 on March 12, 2024 at the NMWRD Offices located at 113 Timber Trail Road, Island Lake, IL 60042. Work Description Site Work: 6,230 LF of Sanitary Sewer along Pine Street and Northeast Shore Drive within the Village of Holiday Hills and throughout the Le Villa Vaupell Subdivision. Culvert Removal and Replacement. Pavement Patching. Restoration with Seed. Erosion and Sediment Control Measures 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 $200.00. The non–refundable cost for electronic (PDF) copies of drawings and specifications is $100.00. Addenda will be issued only to plan holders. Questions should be directed to Jeremy Plank, P.E. (630) 587-0470, j.plank@trotter-inc.com . Bonds Each bid shall be accompanied by a bid bond, bank draft, cashier's check or certified check payable to the order of the Northern Moraine Water Reclamation District 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, 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 McHenry and Lake Counties, whichever is greater. Rates can be obtained online at www.wdol.gov and www.state.il.us/Agency/idol/ Rejection of Bids The Northern Moraine Wastewater Reclamation District may reserve the right to reject any and/or all bids if it has documented sound business reasons. Funding Any contract or contracts awarded under this invitation for bids are expected to be funded in part by a grant awarded by the U.S. Environmental Protection Agency as a Community Grant and a grant awarded by McHenry County from its American Plan Rescue Act Allocation. In addition, this project is being supported, in whole or in part, by federal award number B22-UC-17-0007 awarded to the Northern Moraine Wastewater Reclamation District by the U.S. Department Housing and Urban Development – Community Development Block Grant Program. Neither the State of Illinois, United States, McHenry County, 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 Methods of Procurement and Grants and Other Federal Assistance from the Code of Federal Regulations (40 CFR Subchapter B Part 33 and CFR Part 200.320), 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 “Use of American Iron and Steel” requirements as contained in Section 436 of H.R. 3547, and the Consolidated Appropriations Act, 2014. This procurement is also subject to the grant recipient’s policy regarding the increased use of disadvantaged business enterprises. The grant recipient’s policy requires all bidders to undertake specified affirmative efforts at least sixteen (16) days prior to bid opening. Any publications must include specific language found in Specification Section 00 31 17 - CDBG Grant Guidelines. Bidders are also required to comply with Executive Order No. 11246, as amended. The requirements for bidders and contractors under this order are explained in 41 CFR 60-4.
22 Feb, 2024
ORIGINAL ADVERTISED DATE: February 22, 2024 DUE DATE: Friday March 8, 2024 at 3:00 pm PROJECT MANAGER: Alex Dye, P.E., CFM INVITATION TO BID NOTICE is hereby given that the City of North Chicago will receive sealed Bids until the 8 th day of March 2024 at 3:00 PM in the Economic & Community Development Dept. Immediately following 3:00 PM, the bids will be opened in the Council Chambers, at North Chicago City Hall, 1850 Lewis Avenue, North Chicago, IL, 60064. WORK DESCRIPTION: This work shall include furnishing all labor, materials, equipment, and other incidentals necessary to complete all described demolition work of the structures located at the following addresses located within the City of North Chicago: · 12616 W Bonaparte Ave · 12586 W Bonaparte Ave · 12615 W Bittersweet Ave · 12585 W Bittersweet Ave Including removal/disposal of debris, utility disconnections and site restoration work as shown and or described on the accompanying plans, or as specified herein, or both, for all incidental and miscellaneous items of work in accordance with the plans, standard specifications and Special Provisions or as required. CONTRACT DOCUMENTS: The Contract Documents will be available for inspection and purchase starting Thursday, February 22, 2024, at: Trotter and Associates, Inc. 38 W Grand Ave, Ste 300 Fox Lake, IL 60020 Contact Heidi Patla to make an appointment or purchase documents: h.patla@trotter-inc.com . 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, Economic and Community Development Department, 1850 Lewis Avenue, North Chicago, IL, 60064, which is marked in the lower left-hand corner EXACTLY as follows: BID: City of North Chicago 2024 Demolition Project 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. 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 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.
12 Feb, 2024
ORIGINAL ADVERTISED DATE: February 12, 2024 OPTIONAL PRE-BID: 9:00 a.m. Tuesday, February 20, 2024 DUE DATE: 10:00 AM, Monday, March 11, 2024 Bids/Proposals will be received electronically through QuestCDN VirtuBid online bidding platform or by sealed paper copy submitted to The City of Crystal Lake Municipal Complex, 100 W. Woodstock St., Crystal Lake, IL 60014. Bids/Proposals will be accepted until March 11, 2024 at 10:00 AM. OWNER: City of Crystal Lake 100 W. Woodstock St. Crystal Lake, IL 60014 PROJECT MANAGER: Chris Marschinke, PE INVITATION TO BID Owner invites sealed Bidder's Proposals for the Work described in detail in the Contract and generally described as follows: WORK DESCRIPTION Rehabilitation of an existing lift station by converting a dry well/wet well lift station into a submersible lift station. Work includes: Cleaning and lining of the existing wet well Removal of the existing dry well Installation of new valve vault Removal and installation of 16” diameter pipe between upstream manhole and the wet well Bypass pump piping Connection to the existing force main from the new valve vault Placing of concrete pad for new control panel and generator Installation of new, natural gas generator and natural gas piping Installation of controls and integration into the City’s SCADA network Painting of new piping Installation of site electrical Installation of site piping Landscaping Replacement of existing asphalt residential driveway and roadways Placing of new asphalt driveway to control panel/generator pad General site restoration The Work shall be performed at the following Work Site: Lift Station is located adjacent to the north side of the roadway in front of 1132 North Shore Drive, Crystal Lake, IL. Generator, control panel and staging, laydown and stockpile area is located on City-owned property west of Sunnyside Avenue. Document Inspection and Procurements The Bid Package may be examined at the office of Owner as listed above. Persons requesting documents to be sent by mail shall include an additional $1.50 per set to cover postage and handling. In making copies of the Bid Package available to prospective Bidders, Owner does so only for the purpose of obtaining Bidder's Proposals and such provision does not confer a license or grant for any other use. The Bid Package may be downloaded from QuestCDN. https://qcpi.questcdn.com/cdn/posting/?group=8012882&provider=8012882&projType=all Each prospective Bidder shall, before submitting its Bidder's Proposal, carefully examine the Bid Package. Each prospective Bidder shall inspect in detail the Work Site and the surrounding area and shall familiarize itself with all local conditions, including subsurface, underground, and other concealed conditions, affecting the Contract, the Work and the Work Site. The Bidder whose Bidder's Proposal is accepted will be responsible for all errors in its Bidder's Proposal, including those resulting from its failure or neglect to make a thorough examination and investigation of the Bid Package and the conditions of the Work Site and the surrounding area. Questions Cut-off for questions shall be seven (7) days prior to bid opening.
12 Feb, 2024
ORIGINAL ADVERTISED DATE: February 12, 2024 MANDATORY PRE-BID: Tuesday February 20, 2024, at 1:00 pm DUE DATE: Tuesday, February 27, 2024, at 2:00 pm PROJECT MANAGER: Stephen P. Cieslica, PE INVITATION TO BID NOTICE is hereby given that sealed proposals will be received by the City of North Chicago for the project entitled 2024 WTP Painting Project until 2:00 pm on Tuesday, February 27, 2024, 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. Work description: Provide all labor, services, materials, and incidentals necessary for the cleaning, preparation, priming and painting of various surfaces at the City of North Chicago Water Treatment Plant. This includes piping, fittings, valves, and appurtenances; walls, floors and ceilings; doors, door and window frames; and all other items listed on the bid schedule and on the drawings; and all other work necessary for a complete and functional project as shown, specified or required. Bids: Bids shall be received in a sealed envelope addressed to City Engineer, City of North Chicago, 1850 Lewis Avenue, North Chicago, Illinois 60020, which is marked in the lower left-hand corner EXACTLY as follows: BID: City Engineer City of North Chicago 2024 WTP Painting Project 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, IL 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 $50.00. Addenda will be issued only to plan holders. Mandatory Pre-Bid Conference: A Mandatory Pre-Bid Conference will be held on site (35 Lakeview Drive, North Chicago) on Tuesday February 20, 2024, at 1:00 pm. 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/ . Bid Security and Bonds: 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 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. Questions: All questions regarding the project must be submitted by close of business on Friday, February 23, 2024. Rejection of 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 ninety (90) days after submission.
Show More

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

Share by: