Corporate Office
40W201 Wasco Road, Suite D
St. Charles, IL 60175
Phone: 630.587.0470
Fax: 630.587.0475
ORIGINAL ADVERTISED DATE: September 9, 2024
BID DUE DATE: 9am, September 20, 2024
MANDATORY PRE-BID DATE: 10am, September 12, 2024
PROJECT MANAGERS: Terry Heitkamp
INVITATION TO BID
All bids will be received at the Office of the City Clerk, Room 602, 1420 Miner St., Des Plaines, Illinois, 60016 until 9 a.m. Friday, Sept. 20, 2024, at which time they will be publicly opened and read aloud.
Pre-Bid Meeting:
Every prospective bidder is required to attend a Pre-Bid Meeting scheduled for 2024 Capital Improvements Program Water Mains at 10am, September 12, 2024 at the Department of Public Works, 1111 Joseph J. Schwab Rd in the City of Des Plaines, to review the scope of the improvements and the project specifications. Failure to attend this meeting will disqualify the bidder.
Bid Opening:
The owner will receive sealed Bidder’s Proposals for the Work until 9am, September 20, 2024, at the Office of the City Clerk, 6th Floor, City Hall, City of Des Plaines, 1420 Miner Street, Des Plaines 60016, at which time, or as soon thereafter as possible, all Bidder’s Proposals will be publicly opened and read aloud. Bidders or their agents are invited to be present.
Work description:
The contractor shall furnish and install infrastructure to replace various water mains within the City of Des Plaines water system. The Contractor shall furnish and install polyvinyl chlorine water main, gate valves, tapping valves, fire hydrants, and water services per the design. The contractor shall implement traffic control and protection as needed to complete all work within the existing roadway and parkway.
Work under this Contract will generally include, but is not limited:
The Work shall be performed at various locations within the City of Des Plaines.
Document Inspection and Procurement:
Bid Documents may be obtained only via the Internet at:
http://www.desplaines.org/, at no charge.
The Bid Package may be examined at the Department of Public Works, 1111 Joseph J. Schwab Rd. 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.
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.
The Contract specifications may include the Illinois Department of Transportation’s General Conditions of the Contract, "State of Illinois Standard Specifications for Road and Bridge Construction" (SSRB); "Standard Specifications for Water and Sewer Main Construction in Illinois" (SSWS); "Illinois Manual on Uniform Traffic Control Devices for Streets and Highways" (MUTCD). The specifications also may include Owners’ City Code and Building Code. References to any of these manuals, codes, and specifications means the latest editions effective on the date of the bid opening.
Project Contact:
Terry Heitkamp - t.heitkamp@trotter-inc.com
Bid Security:
Each Bidder’s Proposal shall be accompanied by a security deposit of at least 5 percent of the Bidder’s Price Proposal in the form of (1) a Cashier’s Check or Certified Check drawn on a solvent bank insured by the Federal Deposit Insurance Corporation and payable without condition to Owner or (2) a Bid Bond in a form satisfactory to Owner from a surety company licensed to do business in the State of Illinois with a general rating of A minus and a financial size category of Class X or better in Best’s Insurance Guide.
Performance and Payment Bonds:
The successful Bidder will be required to furnish a Performance Bond and a Labor and Material Payment Bond on award of the Contract, each in the penal sum of the full amount of the Contract Price, on forms provided by, or otherwise acceptable to, Owner, from a surety company meeting the requirements set forth above. Each Bidder’s Proposal must be accompanied by a letter from such a surety company stating that it will execute Bonds on forms provided by, or otherwise acceptable to, Owner, on award of the Contract to Bidder.
Insurance:
The successful Bidder will be required to furnish certificates and policies of insurance as required by Section 4.2 of the Contract on award of the Contract. Each Bidder’s Proposal must be accompanied by a letter from Bidder’s insurance carrier or its agent certifying that said insurer has read the requirements set forth in the Contract and will issue the required certificates and policies of insurance on award of the Contract to Bidder.
CORPORATE OFFICE
© Trotter & Associates, Inc.
CORPORATE OFFICE
© Trotter & Associates, Inc.