PROJECTS FOR BID

June 2, 2025
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.
May 29, 2025
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.
May 1, 2025
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.
March 14, 2025
City of St. Charles - Well No. 8 Water Treatment Plant Rehabilitation ORIGINAL ADVERTISED DATE: March 14, 2025 PRE-BID MEETING: April 3, 2025, at 2:00 p.m. DUE DATE: Thursday, May 1, 2025, 2:00 p.m. PROJECT MANAGER: Chris Marschinke, P.E. INVITATION TO BID Sealed proposals will be received by the City of St. Charles for the project entitled “Well No. 8 Water Treatment Plant Rehabilitation” until 2:00 PM on THURSDAY, MAY 1 st , 2025, at the City of St Charles Public Works Building, located at 1405 S. 7th Avenue, St. Charles, IL, 60174. The sealed bids will be publicly opened and read aloud immediately afterwards in the Second Floor Main Conference Room of the Public Works Building on the same date. Sealed bids shall be addressed to the City of St. Charles, Public Works, 1405 S. 7th Avenue, St. Charles, Illinois 60174 and shall be labeled “Bid for Well No. 8 Water Treatment Plant Rehabilitation - City of St. Charles, Illinois”. Mandatory Pre-Bid Meeting A Mandatory Pre-Bid Conference will be held on Thursday, April 3, 2025, at 2:00 p.m. at the Well #8/Ohio Avenue Water Treatment Plant – 450 37th Avenue, St. Charles, IL 60174. Document Inspection and Procurement The Contract Documents may be viewed and downloaded at the City’s Website, https://www.stcharlesil.gov/bids-proposals . Addenda will be issued only to plan holders. Project Contact: Chris Marschinke, P.E. - c.marschinke@trotter-inc.com Primary Work Provide all labor, equipment, and materials necessary for the installation of 10” raw water main on the Well No. 8 and Well No. 14 sites to tie the new Well No. 14 into the Well No. 8 Water Treatment Plant. Efforts shall be coordinated with the limits of the “Ohio Avenue and Kautz Road Raw Water Main” project, which will occur simultaneously. The project will include replacement of the existing 2400V utility service with a new 480V service to allow for replacement of the Well No. 8 pump and associated piping and electrical equipment. Additional project scope includes installation of a new well pump and column pipe assembly for both Well No. 8 and Well No. 14, including electrical and control-related appurtenances. Improvements to the existing water treatment facility include rehabilitation to HMO filtration and ion exchange softening processes along with valves, pumps, piping, instrumentation, electrical, and control-related replacements. Improvements to the existing Booster Station at the Well No. 8 site include replacement of roofing, exterior wall façade, HVAC equipment, electrical equipment, and piping appurtenances. Miscellaneous site work shall include pavement rehabilitation, sidewalk replacement, improvements to the existing plant beds, lighting replacement, and storm sewer modifications; along with incidental landscaping and site restoration. Questions for Addendum Questions regarding the project received by 5:00 p.m. on Wednesday, April 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 to procurement@stcharlesil.gov with the subject “Well No. 8 Water Treatment Plant Rehabilitation”. Bidding Requirements 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 Water Pollution Control Loan Program (35IAC Part 365) or 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 (30 ILCS 559/20-1), and the federal “Build America, Buy America” 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. Bonds 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 St. Charles, 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 Payment Bonds on forms provided in the Specifications and Contract Documents, in an amount equal to 110 percent 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 Kane County. Rates can be obtained online at www.wdol.gov and www.state.il.us/Agency/idol/. Rejection of Bids The City of St. Charles 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 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. Award of Bid Final award of bid shall be contingent on the City of St. Charles 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 St. Charles.
March 11, 2025
Village of Addison – Home Addition Area Sewer Separation and Detention Basin ORIGINAL ADVERTISED DATE: March 11, 2025 OPTIONAL PRE-BID: 10:00 AM Tuesday, March 18, 2025 DUE DATE: 10:00 AM Friday, April 11, 2025 INVITATION TO BID The Village of Addison will receive sealed proposals for the project “Home Addition Area Sewer Separation and Detention Basin” until 10:00 AM on Friday, April 11 th , 2025, at the Information Desk of Addison Village Hall, 1 Friendship Plaza, Addison, Illinois. The Bids will be publicly opened and read aloud immediately afterward in Room 2002 on the same date. All bids must be submitted on the forms provided in a sealed envelope and include all signatures and information identified in the bid specifications. It is the responsibility of the bidder to ensure bids satisfy the requirements identified in the Bid Documents. The self- addressed label provided with the Bid Documents must be affixed to the outside of the sealed envelope. Any Contract or Contracts awarded under this invitation for bids are expected to be funded in part by a grant from the Illinois Department of Commerce and Economic Opportunity (Illinois DCEO). The procurement will be subject to regulations as outlined within the contract documents. If there are any errors or inconsistencies found in the Bid Documents, bidders must notify the Village of Addison of those errors or inconsistencies before the due date listed above. The Village of Addison reserves the right to waive all technicalities, and to accept and or reject part(s) of any or all bids which it deems advantageous. Minorities and women-owned businesses (W.B.E.) are encouraged to participate. This is an Illinois Prevailing Wage Project. Work Description Provide all labor, equipment, and materials necessary for the installation of approximately 15,000 LF of storm sewer of various size throughout the Home Addition Area of the Village of Addison. The contract also includes installation of storm structures, replacement of turf, pavement, curb & gutter, and sidewalk. The contract also includes the construction of a detention basin and associated control structures and storm sewer. Other construction items and procedures such as traffic control are described in the contract plans and specifications . Pre-Bid Meeting A Non-mandatory Pre-Bid Conference will be held on Tuesday, March 18 th , 2025, at 10:00 a.m. at in Room 2002 of Village Hall, 1 Friendship Plaza, Addison, Illinois. Document Inspection and Procurements Bidding Documents may be obtained at the office of ENGINEER, located at 40W201 Wasco Road Suite D, St. Charles, IL 60175. One set of Bidding Documents can be obtained by BIDDERS upon receipt of a non-refundable deposit, in the form of cash, certified check or money order, in the amount of $200 for each hardcopy set; electronic copies are free of charge. Partial sets of Bidding Documents will not be issued. Addenda will only be issued to plan holders. Please contact Chris Marschinke at c.marschinke@trotter-inc.com or (630) 587-0470 to request bidding documents. Bonds Each bid shall be accompanied by a bid bond payable to the order of the Village of Addison, 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 will be required to furnish Performance 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 for Addendum Questions regarding the project received by 5:00 PM on Wednesday, April 2 nd , 2025, 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 Chris Marschinke at c.marschinke@trotter-inc.com with the subject “Home Addition Area Sewer Separation and Detention Basin.” 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 doing so is in the best interest of the Village.
March 5, 2025
ORIGINAL ADVERTISED DATE: March 5, 2025 NON-MANDATORY PRE-BID CONFERENCE: Tuesday, March 11, 2025, at 1:00 PM DUE DATE: Thursday March 20, 2025, at 10:00 AM PROJECT MANAGER: Robert Benson, PE ADVERTISEMENT FOR BIDS Sealed bids will be received by the Village of Sussex, Village Clerk until 10:00 AM Central Time on Thursday, March 20, 2025 , at the Village of Sussex, N64 W23760 Main Street, Sussex, WI 53089. Bids submitted after this time will not be accepted. Bids will be opened and publicly read aloud immediately after specified closing time. Interested parties are invited to attend. If a Bid is received by mail or other delivery system, the sealed envelope containing the Bid shall be enclosed in a separate package plainly marked on the outside with the notation, “Bid Enclosed – 2025 Water Pollution Control Facility Coatings”, and the name and address of the Bidder must be marked on the outside of the envelope. NON-MANDATORY PRE-BID CONFERENCE: A Non-Mandatory Pre-Bid Conference will be held at 1:00 PM Central Time on Tuesday, March 11, 2025, at the Village of Sussex Water Pollution Control Facility (WPCF) located at N59W23551 Clover Drive, Sussex, WI 53089. Prospective bidders are required to RSVP to jbaumann@sussexwi.gov at least 48-Hours prior to the Pre-Bid Conference date and time, if planning to attend. The Pre-Bid Conference will be the only date and time the prospective bidders will be given access to the facility.  PROJECT DESCRIPTION: The proposed construction consists of improvements to the Village of Sussex Water Pollution Control Facility, including: Improvements to the existing Effluent Tertiary Filters including preparation and coating of interior filter cell walls, airwash piping, and other miscellaneous surfaces. All other work necessary for a complete and functioning project as shown or specified. BASIS OF BIDS REQUIRED: This is a lump sum price contract. PROJECT SCHEDULE: Project is to be ready for Substantial Completion on or before Friday, November 28, 2025. Project is to be ready for Final Completion on or before Wednesday, December 31, 2025. PROCUREMENT OF DOCUMENTS: Bidding Documents, consisting of Advertisement for Bids, Instructions to Bidders, General Conditions, Bid Bond, Agreement, Drawings, Specifications, and other documents contained in the Project Manual, may be viewed and ordered online from Quest Construction Data Network, upon a non-refundable payment of $25.00 per set by inputting Quest Project #9563314 on the Quest CDN project search page. Access the Quest CDN website at www.questcdn.com and follow the instructions. Contact QuestCDN.com at telephone 952-233-1632 or info@questcdn.com for assistance in downloading and working with the digital documents. No hard copy/paper Bidding Documents will be provided. Documents can only be purchased through Quest CDN. Bidding Documents will be available on March 5, 2025. BID FORM: Electronic bids will not be accepted. Bids shall be submitted on the Bid Form provided and all blanks must be filled in for the Bid to be accepted. BID SECURITY: Bids shall be accompanied by Bid Security made payable to Owner in an amount of five percent (5%) of Bidder's maximum Bid Price in the form of a Bid Bond, certified check, or cashier’s check. This requirement serves to guarantee that, if the Village accepts the Bid, the selected Contractor will execute and deliver the proper Contract Agreement and Bonds within 15 calendar days after the notice of award by the Village. Failure to return these documents will result in forfeiture, to the Village of Sussex, of the selected Contractor’s cash, Bid Bond, or cashier’s check, as liquidated damages. PUBLIC CONTRACT REQUIREMENTS: Bidder will be required to submit a full and complete statement of financial ability, equipment, experience in work prescribed in documents and other items required for protection and welfare of the public, in accordance with S.66.0901, Wisconsin Statutes. Bidder’s Qualification Form is part of the Bidding Documents and shall be filed either prior to or with the bid. As part of their Bids, Bidders shall submit a full and complete list of: 1) all of the proposed Subcontractors and Suppliers, and 2) the class of work which each will perform. The selected Contractor shall not alter this list without the written consent of the Village. Procurement of the work and the award of the contract will be in accordance with the provisions of the State of Wisconsin Statutes S.61.55, S.66.0901, S.66.0903 and S.779.16. CONTRACT SECURITY: Bidder awarded a contract for the Work shall be required to furnish a Performance Bond and a Payment Bond in the full amount of the contract price. CONTRACT AWARD: Owner reserves the right to reject any and all Bids, to waive or not to waive any and all informalities and to select bid which best suits its needs, subject to the provisions of the Wisconsin Statutes. Owner also reserves the right to reject any or all bids and to waive irregularities therein. All bidders agree that such rejection shall be without liability on part of Owner or its Engineer for any penalty brought by any Bidder because of such rejections, nor shall bidders seek recourse of any kind against Owner or its Engineer because of such rejections. Filing of any bid in response to this Advertisement shall constitute an agreement of Bidder to these conditions. No Bidder may withdraw its bid for a period of ninety (90) days from the date specified for opening of bids.
February 24, 2025
City of St Charles – Ohio Avenue and Kautz Road Raw Water Main ORIGINAL ADVERTISED DATE: February 14, 2025 OPTIONAL PRE-BID: 9:00 AM. Thursday, March 6, 2025 DUE DATE: 2:00 PM Thursday, April 3, 2025 INVITATION TO BID The City of St Charles will receive sealed proposals for the project “City of St Charles—Ohio Avenue and Kautz Road Raw Water Main” until 2:00 PM on Thursday, April 3rd, 2025, at the Public Works Building, located at 1405 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 Ohio Avenue and Kautz Road Raw Water 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 Water Pollution Control Loan Program (35IAC Part 365) or 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 (30 ILCS 559/20-1), and the federal “Build America, Buy America” requirements contained in the Infrastructure and Job 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 A. Horizontal directional drilled water main (12”). B. Valves, vaults, frames, lids and appurtenances. C. Turf, pavement, curb & gutter, sidewalk, etc. replacement. D. Other work as described within the plans and specifications. Provide all labor, equipment, and materials necessary for the installation of horizontal directionally drilled 12” water main, valves, vaults, frames & appurtenances. The contract also includes replacement of turf, pavement, curb & gutter, and sidewalk. Other construction items and procedures such as traffic control are described in the contract plans and specifications. Pre-Bid Meeting A Non-mandatory Pre-Bid Conference will be held on Thursday, March 6, 2025, at 2:00 p.m. at the Well #8/Ohio Avenue Water Treatment Plant – 450 37th Avenue, St. Charles, IL 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. Bonds 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 St. Charles, 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 will be required to furnish Performance and Payment Bonds on forms provided in the Specifications and Contract Documents, in an amount equal to 110 percent 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 Kane or DuPage Counties, whichever is greater. Rates can be obtained online at https://sam.gov/wage-determinations and www.state.il.us/Agency/idol/. Questions for Addendum Questions regarding the project received by 5:00 PM on Wednesday, March 26th, 2025, 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 to procurement@stcharlesil.gov with the subject “Ohio Avenue and Kautz Road Raw Water Main.” 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 doing so is in the best interest of the Owner. Award of Bid The final award of the bid shall be contingent on the City of St. Charles 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 Loan Program Part 662.620, Section b, unless all bids are rejected, an 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 St. Charles.
February 11, 2025
ORIGINAL ADVERTISED DATE: February 12, 2025 DUE DATE: Friday February 28, 2025, at 2:00 PM PROJECT MANAGER: Steve Cieslica, P.E. INVITATION TO BID NOTICE is hereby given that the Village of Barrington Hills will receive sealed Bids until the 28th day of February 2025 at 2:00 p.m. local time at the Village of Barrington Hills, 112 Algonquin Road, Barrington Hills, IL 60010, at which time the Bids will be publicly opened and read aloud for the following project: VILLAGE OF BARRINGTON HILLS 2025 ROAD PROGRAM 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 2025 Road Program Work Description 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; roadway striping; roadway area striping; and restoration in accordance with the Plans, Standard Specifications and these Special Provisions. 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. 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 the form of cash, certified check or money order. No partial sets of specifications or drawings will be issued. The non–refundable cost for electronic copies of the plans and specifications is $50.00. Addenda will be issued only to plan holders. 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. 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.
February 10, 2025
City of Joliet - Lois Place Lift Station Rehabilitation ORIGINAL ADVERTISED DATE: February 10, 2025 DUE DATE: 10:00 AM on February 27, 2025 PROJECT MANAGERS: Brandon Thomas, P.E. INVITATION TO BID The City of Joliet, Illinois, does hereby invite sealed bids for LOIS PLACE LIFT STATION. Bids will be received at the Office of the City Clerk, City of Joliet Municipal Building, 150 West Jefferson Street, Joliet, Illinois 60432-4156 until 10:00 A.M. local time on Thursday February 27th, 2025, at which time they will be opened and publicly read aloud in Conference Room #1, Joliet Municipal Building. Document Inspection and Procurements The Contract Documents may be inspected and downloaded at the following location. https://www.joliet.gov/government/departments/finance/purchasing/bids-proposals/ To be considered compliant, bids/proposals should follow all the instructions on the bids-proposals page. No partial sets of specifications or drawings will be issued. Project Contact All questions regarding this project shall be directed to Brandon Thomas, P.E., Trotter & Associates, Inc. at b.thomas@trotter-inc.com or (630) 587-0470. Primary Work The proposed construction consists of the demolition of the existing wet well, valve vault, controls, generator, and generator pad. A new pre-cast polymer concrete wet well with two (2) submersible pumps, valve and meter vault, controls, and a natural gas-fueled emergency power generator will be installed to replace the existing equipment. Work shall also include site piping with connections to existing gravity sewers and the forcemain. Proposed site improvements include grading and fill, concrete driveway and pads, asphalt repair and restoration of the site, as well as other miscellaneous items of work.
February 10, 2025
ORIGINAL ADVERTISED DATE: February 11, 2025 MANDATORY PRE-BID MEETING: Thursday, March 6, 2025, at 10:00 a.m. DUE DATE: Thursday, March 27, 2025, at 11:00 a.m. PROJECT MANAGER: Robert Benson, P.E. INVITATION TO BID Sealed bids will be received by the Village of Fox Lake for the project entitled Lead Service Line Replacements – Phase 2 until 11:00 am on Thursday, March 27, 2025, at the Village Hall, 66 Thillen Drive, Fox Lake, 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: Village of Fox Lake 66 Thillen Drive Fox Lake, IL 60020 The sealed envelope shall be marked in the lower left-hand corner EXACTLY as follows: BID: Village of Fox Lake Lead Service Line Replacements – Phase 2 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 Water Pollution Control Loan Program (35 IAC Part 365), 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), and Illinois Works Jobs Program Act (30 ILCS 559/20-1). 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. In addition, this procurement is subject to the “Build America, Buy America” requirements contained in the Infrastructure Investment and Jobs Act, Pub L. No. 117-58. Work description: Provide all labor, equipment, appurtenances, and materials necessary for the identification, replacement, and restoration of lead and galvanized pipe water services within the Village of Fox Lake. Water services will be examined by exploratory excavation, then 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 Village standards 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, 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 $150.00 for a hard copy and $50.00 for an electronic copy. Addenda will be issued only to plan holders. Bidders will be required to provide Bid security in an amount not less than 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 payable to the Village of Fox Lake, 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 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. A Mandatory Pre-Bid Conference will be held on Thursday, March 6, 2025, at 10:00 a.m. at the Village Hall, 66 Thillen Drive, Fox Lake, 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 12:00 pm on March 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: Robert Benson, PE Project Manager b.benson@trotter-inc.com The Village of Fox Lake 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. Final award of bid shall be contingent on the Village of Fox Lake 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 Village of Fox Lake.
Show More

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