PROJECTS FOR BID

April 21, 2026
FOX METRO WATER RECLAMATION DISTRICT - 2026-04 Aeration Tanks Structural Repairs Advertisement Date : April 17 th , 2026 MANDATORY PRE-BID: 10:00 AM WEDNESDAY, MAY 6 th , 2026 DUE DATE: 10:00 AM Wednesday, May 20 th , 2026 Project MANAGER : Dan Gillespie, CPII INVITATION TO BID Notice is hereby given Fox Metro Water Reclamation District (OWNER) will receive sealed bids at the Fox Metro Water Reclamation District W.J. Ben Baines Memorial Administration Building located at 682 State Route 31, Oswego, Illinois 60543, until Wednesday, May 20th, at 10 A.M., local time. At that time the Bids received will be publicly opened and read aloud. 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 OWNER 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 OWNER’s Board of Trustees. Work Description The project consists of repairing multiple areas of failing and deteriorated concrete and guardrails at the Fox Metro Water Reclamation District North WWTP Aeration Tanks, and will involve the following: 1. Concrete edge repairs 2. Concrete spalling repairs 3. Concrete full-depth repairs 4. Concrete pitting repairs 5. Concrete crack repairs 6. Guardrail replacement Document Inspection and Procurement The Contract Documents may be inspected and purchased at the following locations. 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 $100.00. The non–refundable cost for Electronic (PDF) copies of drawings and specifications is $50.00. Addenda will be issued only to plan holders. Pre-Bid Conference A Mandatory Pre–Bid Conference will be held on Wednesday, May 6th, 10 A.M at the Fox Metro Water Reclamation District W.J. Ben Baines Memorial Administration Building located at 682 State Route 31, Oswego, Illinois 60543. An optional site visit will follow . Bonds Each bid shall be accompanied by a bid bond, bank draft, cashier's check or certified check payable to the order of Fox Metro Water Reclamation District, Illinois in an amount not less than ten (10) percent of the amount of the bid, as a guaranty that the bidder will execute the contract, if it is awarded, in conformity with the bid form. The successful bidder will be required to furnish Performance and Completion and Payment Bonds on forms provided in the Specifications and Contract Documents, each in an amount equal to 100 percent of the contract sum. The successful bidder will be required to furnish a Warranty Bond in the form of EJCDC® C612, Warranty Bond (2018). The warranty bond must be in a bond amount of 10 percent of the final contract price. The warranty bond period will extend to a date 1 year after Substantial Completion of the work. Rejection of Bids The Owner expressly reserves the right to reject any or all bids or to accept the one which appears to be in the best interest of the Owner. The Owner expressly reserves the right to waive any informalities or technical irregularities in a bid if to do so is in the best interest of the Owner. Bids shall be made on the forms furnished by the OWNER and shall be submitted at the identified designated receiving location at the W.J. Ben Baines Memorial Administration Building. All bids must be hand delivered and deposited at the designated receiving location. Bids received by mail or other delivery methods will not be accepted. Bids shall be submitted no later than the specified closing time in an opaque sealed envelope addressed to: the Fox Metro Water Reclamation District, Attention: Karen Clementi, District Manager, 682 State Route 31, Oswego, Illinois, 60543. Envelopes should be clearly marked, “Sealed Bid – 2026-04 Aeration Tanks Structural Repairs”. The bids will be opened at this location and read aloud. The OWNER reserves the right to reject any or all bids or parts thereof, or waive any irregularities or informalities, and to make the award in the best interest of the OWNER. 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 OWNER, 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 OWNER, the vendor/contractor is required to provide all records requested within no more than three (3) business days, at no cost to the OWNER. If at the time this Contract is executed, or if during the term of this Contract, there is excessive unemployment in Illinois as defined in the Employment of Illinois Workers on Public Works Act, 30 ILCS 570, as two consecutive months of unemployment exceeding 5%, CONTRACTOR agrees to employ a work force that consists of at least 90% Illinois laborers. An “Illinois laborer” is defined as any person who has resided in Illinois for at least 30 days and intends to become or remain an Illinois resident. The Bidder shall require all subcontractors (if any) to conform with said laws, and any rules or regulations now and thereafter issued pursuant to said laws by Bidder, his subcontractors, and/or anyone working through or on behalf of Bidder or Bidder’s subcontractors.
April 7, 2026
ORIGINAL ADVERTISED DATE: April 7, 2026 DUE DATE: Friday May 1, 2026 at 1:00 PM MANDATORY PRE-BID CONFERENCE: Thursday April 16, 2026, 3:00 PM PROJECT MANAGER: Steve Cieslica, P.E. INVITATION TO BID Notice is hereby given sealed bids will be received by the City of North Chicago for the project entitled “Lewis Ave Detention Basin - Phase II” until 1:00 pm on Friday May 1, 2026, at the Building Department, 1850 Lewis Avenue, North Chicago, IL 60064. The Bids will be publicly opened and read aloud immediately afterwards in the Council Chambers. Bids shall be received in a sealed envelope addressed to: City Engineer City of North Chicago 1850 Lewis Avenue North Chicago, IL 60064 The sealed envelope shall be marked in the lower left-hand corner EXACTLY as follows: BID: City Engineer City of North Chicago Lewis Ave Detention Basin - Phase II Any Contract or Contracts awarded under this invitation for bid are expected to be funded in part by a grant from the Illinois Department of Economic Opportunity (DCEO). 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 all applicable provisions of State and Federal laws and regulations contained in the DCEO Grant Compliance Requirements; the Illinois Public Act 94-0515, the Prevailing Wage Act (820 ILCS 130/0.01 et seq.), the Steel Product Procurement Act (30 ILCS 565/1 et seq.), Domestic Preferences for Procurements (2 CFR 200.322), the Employment of Illinois Workers on Public Works Act (30 ILCS 570), the Illinois Works Jobs Program Act Apprenticeship Initiative (30 ILCS 559/20-1). This procurement is also subject to Business Enterprise for Minorities, Women, and Persons with Disabilities Act and Illinois Human Rights Act (30 ILCS 575/0.01; 775 ILCS 5/2-105.). The DCEO Grant policy requires all bidders to undertake specified affirmative efforts prior to bid opening. The policy is contained in the specifications. Bidders are required to submit a completed Business Enterprise Program (BEP) Goal DCEO BEP Utilization Plan with their bid. The Cumulative BEP for this project is thirty (30) percent for BEP firm designations: MBE/WMBE/WBE. Work Description : The Project includes the construction of storm sewer removal and replacement at the locations shown on the plans. The work also includes excavation & disposal, trench backfill and compaction, water main adjustments, HMA pavement removal & replacement, PCC curb & gutter and sidewalk removal & replacement, and parkway restoration. The proposed improvements (see Project Location Map and Typical Sections for additional information) also include structure adjustments, pavement markings, and all other appurtenant work and materials necessary to complete the Project in accordance with the Plans, Standard Specifications and these Special Provisions. The Contract Documents may be inspected and purchased at: Trotter and Associates, Inc. 38 W Grand Ave, Suite 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. Each bid shall be accompanied by a bid bond, bank draft, cashier's check or certified check payable to the order of the City of North Chicago in an amount not less than ten (10) percent of the amount of the bid, as a guaranty that the bidder will execute the contract, if it is awarded, in conformity with the bid form. The successful bidder will be required to furnish a Performance and Payment Bond on forms provided in the Specifications and Contract Documents, in an amount equal to 100 percent of the contract sum. A Mandatory Pre-bid Conference is scheduled for Thursday, April 16th, 2026, at 3:00 pm for all bidders and prime contractors. The meeting will be held in the North Chicago City Council Chambers, located at 1850 Lewis Avenue, North Chicago, Illinois 60064. The contractor shall pay prevailing wages in accordance with the Prevailing Aage Act (820 ILCS 130/0.01 et seq.) as defined by the Illinois Department of Labor Prevailing Wages for Lake County. Rates can be obtained online at www.state.il.us/Agency/idol/ . Questions regarding the project received by 3:00 pm on Friday April 24, 2026, will be answered by addendum. Questions submitted after this deadline may not be answered prior to the close of the bidding period. All questions shall be submitted in writing to: Steve Cieslica, P.E. Project Manager s.cieslica@trotter-inc.com The City of North Chicago reserves the right to reject any or all bids. The City expressly reserves the right to waive any informalities or technical irregularities in a bid. Final award of the bid shall be contingent on DCEO approval of the Contractor’s BEP plan that meets thirty (30) percent MBE/WMBE/WBE utilization.
March 9, 2026
ORIGINAL ADVERTISED DATE: March 9, 2026 DUE DATE: Wednesday April 1, 2026 at 2:00 PM MANDATORY PRE-BID CONFERENCE: NONE PROJECT MANAGER: Steve Cieslica, P.E. INVITATION TO BID NOTICE is hereby given that the Township of Nunda Road District will receive sealed Bids until the 1st day of April, 2026 at 2:00 p.m. local time at 3518 Bay Road, Crystal Lake, IL 60012 , at which time the Bids will be publicly opened and read aloud immediately following for the following project: NUNDA TOWNSHIP 2026 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 leveling binder and surface course; and restoration in accordance with the Plans, Standard Specifications and these Special Provisions.  Contract Documents The Contract Documents may be inspected and purchased at Trotter and Associates, Inc., 38 W Grand Ave, Suite 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 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. All bidders must be prequalified 003 “Producer Only”. 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 Township of Nunda Road District, in accordance with the Laws of the State of Illinois, hereby notifies all Bidders that the Township 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 Township 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. Submittals Bids shall be received in a sealed envelope, addressed to Nunda Township Road District, 3518 Bay Road, Crystal Lake, IL 60012 , and marked in the lower left-hand corner EXACTLY as follows: BID: Nunda Township Road District 2026 Road Program
February 24, 2026
Village of Fox Lake – UV Replacement ORIGINAL ADVERTISED DATE: February 24 th , 2026 MANDATORY PRE-BID: 10:00 AM Tuesday, March 10 th , 2026 DUE DATE: 2:00 PM Wednesday, April 15 th , 2026 Project Contact: Elizabeth Heise, P.E. INVITATION TO BID The Village of Fox Lake (The Village) is requesting bids from contractors for the Village of Fox Lake - UV Replacement and additional work. The bid is due Wednesday April 15 th , 2026 at 2:00 PM at Fox Lake Village Hall Offices, 66 Thillen Drive, Fox Lake, IL 60020, in which the bids will then be open immediately after. Work Description The Village of Fox Lake (The Village) is requesting bids from contractors to: UV Disinfection (BLDG 65) - UV Disinfection System Replacement: The existing UV Disinfection system, located in the existing north chlorine contact tanks, will be demolished. The existing south chlorine contact tanks will be retrofit to install a new UV Disinfection system. A pre-engineered metal building will be constructed to protect the UV equipment. Tertiary Building (BLDG 60) - The existing Make-up Air Unit is to be removed and replaced while the existing ductwork remains in place. Tertiary Building (BLDG 60) - The roofing membrane and insulation will be removed and replaced. Odor Control (BLDG 92) – This building will provide power to the proposed UV disinfection system and pre-engineered metal building. Maintain operation of the existing UV disinfection system throughout construction and until the proposed UV disinfection system is operational. Mandatory Pre-Bid Meeting A mandatory pre-bid conference will be held on Tuesday, March 10 th , 2026 at 10:00 am. The location of the pre-bid was incorrect in the newspaper advertisement. It will be held at the Northwest Regional Water Reclamation Facility - 200 Industrial Drive, Fox Lake, IL 60020. This will be clarified in the first addendum. Contract Documents The Contract Documents will be available for inspection and purchase starting Wednesday, February 25 th , 2026, at: 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 plans and specifications is $120.00 for a hard copy and $30.00 for an electronic copy. Addenda will be issued only to plan holders. Questions Questions regarding the project received by close of business on Wednesday, April 8 th , 2026, will be answered by addendum. Questions submitted after this deadline may not be answered prior to the close of the bidding period. All questions shall be submitted in writing to: e.heise@trotter-inc and i.hix@trotter-inc . Rejection of Bids The Owner expressly reserves the right to reject any or all bids or to accept the one which appears to be in the best interest of the Owner. The Owner expressly reserves the right to waive any informalities or technical irregularities in a bid if to do so is in the best interest of the Owner. See the Trotter Website for more information: https://www.trotter-inc.com/projects-for-bid
February 19, 2026
ORIGINAL ADVERTISED DATE: February 19, 2026 DUE DATE: March 11, 2026, at 2:00PM MANDATORY PRE-BID CONFERENCE: NONE 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 11th day of March 2026 at 2:00 p.m. local time at Trotter and Associates, Inc., 40W201 Wasco Road, Suite D, St. Charles, IL 60175 , at which time the Bids will be publicly opened and read aloud immediately following for the following project: VILLAGE OF BARRINGTON HILLS 2026 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 leveling binder and surface course; roadway striping; roadway area striping; and restoration in accordance with the Plans, Standard Specifications and these Special Provisions. Contract Documents The Contract Documents may be inspected and purchased at Trotter and Associates, Inc., 38 W Grand Ave, Suite 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 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. 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. Submittals Bids shall be received in a sealed envelope, addressed to Trotter and Associates, Inc. 40W201 Wasco Road, Suite D, St. Charles, IL 60175 , and marked in the lower left-hand corner EXACTLY as follows: BID: Village of Barrington Hills 2026 Road Program
February 16, 2026
City of Des Plaines – City Hall Electrical Rehabilitation ORIGINAL ADVERTISED DATE: February 16, 2026 OPTIONAL PRE-BID: 10:00 AM Tuesday, February 24, 2026 DUE DATE: 10:00 AM, Thursday March 5, 2026 Project Contact: Jose Chavez, P.E. INVITATION TO BID All bids will be received at the Office of the City Clerk, Room 602, 1420 Miner Street, Des Plaines, Illinois 60016 until: 10 a.m. Friday, March 5, 2026, at which time they will be publicly opened and read aloud in Room 101. Work Description Provide all labor, equipment, appurtenances, and materials necessary for the replacement of all switchgear at City Hall for three of the five existing electric services. New equipment shall include a new sequence-service switchboard, new 480V power panels, 208Y/120V lighting panels, transformers, distribution disconnects, and a supply/exhaust fan starter riser. New work shall also include an additional door in the main electrical room. Mandatory Pre-Bid Meeting A mandatory Pre-Bid Conference will held on Tuesday, February 24, 2026, at 10:00 AM at Des Plaines City hall Room 101, 1420 Miner Street, Des Plains, IL. Document Inspection and Procurement The Contract Documents may be downloaded directly from the City's Bids and Proposals website at https://www.desplainesil.gov/access-your-government/city-departments/finance-department/bids-and-proposals at no charge. Security Deposit and Bond Each Bidder’s Proposal shall be accompanied by a security deposit of at least five percent (5%) 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– and a financial size category of Class X or better in Best’s Insurance Guide. The successful Bidder will be required to furnish a Performance Bond and a Labor and Material Payment Bond upon 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. 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, upon award of the Contract to the Bidder. Wage Rates The successful Bidder must also comply with all provisions of the Illinois Prevailing Wage Act. Rejection of Bids Owner reserves the right to accept the Bidder’s Proposal that is, in its judgment, best and most favorable to the interests of Owner and the public; to reject the low Price Proposal; to accept any item of any Bidder’s Proposal; to reject any and all Bidder’s Proposals; to accept and incorporate corrections, clarifications, or modifications following the opening of the Bidder’s Proposals when, in Owner’s opinion, doing so would not prejudice the bidding process or create any improper advantage to any Bidder; and to waive irregularities and informalities in the bidding process or in any Bidder’s Proposal submitted; provided, however, that the waiver of any prior defect or informality shall not be considered a waiver of any future or similar defects or informalities, and Bidders should not rely on or anticipate such waivers in submitting their Bidder’s Proposals.
February 13, 2026
ORIGINAL ADVERTISED DATE: February 16, 2026 DUE DATE: Thursday March 12, 2026 at 11:00 AM MANDATORY PRE-BID CONFERENCE: NONE PROJECT MANAGER: Robert Benson, P.E. INVITATION TO BID NOTICE is hereby given that the Village of Fox Lake will receive sealed Bids until the 12th day of March 2026 at 11:00 am at the Village Hall, 66 Thillen Drive, Fox Lake, IL, at which time the Bids will be publicly opened and read aloud in the Council Chambers for the following project: MENARDS LIFT STATION IMPROVEMENTS Work Description Provide all labor, equipment, appurtenances, and materials necessary for improvements to the Menards Lift Station including removal and replacement of flat top wet well slab with access hatch; replacement of submersible pumps, discharge elbow and guiderails; new pump control panel; new metering manhole; site restoration; and all other work necessary for a complete and functional Menards Lift Station installation as shown, specified, or required. Contract Documents The Contract Documents may be inspected and purchased at Trotter and Associates, Inc., 38 W. Grand Avenue, Suite 300, Fox Lake, Illinois 60020, 224/225–1300. Contact Heidi Patla at h.patla@trotter-inc.com to schedule an appointment or to purchase the contract documents. Hard or electronic copies of the documents are available for purchase. Payment for Contract Documents is non–refundable and shall be payable to Trotter and Associates, Inc. in the form of cash, certified check or money order. No partial sets of specifications or drawings will be issued. The non–refundable cost for plans and specifications is $150.00 for a hard copy and $50.00 for an electronic copy . Addenda will be issued only to plan holders. Bid Security Bidders will be required to provide Bid security equal to ten (10) percent of the Bid in the form of a Bid Bond written by a company properly licensed in Illinois, a certified check or a cashier’s check. The successful Bidder will be required to furnish Performance and Completion and Payment Bonds on forms provided in the Specifications and Contract Documents, each in an amount equal to 100 percent of the contract sum. The successful Bidder also must comply with all of the provisions of the Illinois Prevailing Wage Act. 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. Submittals Bids shall be received in a sealed envelope addressed to the Village of Fox Lake, 66 Thillen Drive, Fox Lake, IL 60020, which is marked in the lower left-hand corner EXACTLY as follows: BID: Village of Fox Lake Menards Lift Station Improvements
February 4, 2026
ORIGINAL ADVERTISED DATE: February 4, 2026 DUE DATE: Friday February 20, 2026 at 2:00 PM MANDATORY PRE-BID CONFERENCE: NONE PROJECT MANAGER: Steve Cieslica, P.E. INVITATION TO BID NOTICE is hereby given that the City of North Chicago will receive sealed proposals for the project entitled FY20266 Storm Sewer Cleaning and Televising until 2 p.m. on February 20, 2026, at the Building Department (1850 Lewis Avenue, North Chicago, IL 60064). The Bids will be publicly opened and read aloud immediately afterwards in the City Council Chambers. Work Description This project is an annual storm sewer cleaning and televising program for the City of North Chicago. The City has budgeted approximately $150,000 for the annual cleaning and televising program. It is the intent of the program to clean and televise the entire City storm sewer system over the next couple of years. If the project is successfully completed the City may choose to extend the contract for additional years. A Pre-Bid Conference will not be held for this project. All questions must be submitted by close of business on Friday February 13, 2026 to Steve Cieslica at s.cieslica@trotter-inc.com . Contract Documents The Contract Documents will be available for inspection on Wednesday February 4, 2026, at Trotter and Associates, Inc. 38 W Grand Avenue, Fox Lake, Illinois 60020, (224) 225-1300. Cost of the bid documents is $30.00 and may be purchased by contacting Heidi Patla at h.patla@trotter-inc.com . Addenda will be issued only to plan holders. Prevailing Wages 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 Rejection 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. Submittal 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 FY2026 Storm Sewer Cleaning and Televising
January 30, 2026
ORIGINAL ADVERTISED DATE: February 5, 2026 DUE DATE: Thursday February 26, 2026 at 11:00 AM MANDATORY PRE-BID CONFERENCE: NONE PROJECT MANAGER: Robert Benson, P.E. INVITATION TO BID NOTICE is hereby given that the City of Burlington will receive sealed Bids until the 26th day of February 2026 at 11:00 AM at the Department of Public Works, 2200 S. Pine Street, Burlington, Wisconsin. Electronic submissions will also be received. Sealed and electronic proposals will be opened and read aloud immediately afterward in the Public Works Conference Room for the following project: Primary Digester Mixing System Improvements Work Description Provide all labor, services, and materials necessary for the demolition of the existing induced gas mixing equipment and the installation of a pump nozzle mixing system including all pipe and fittings; valves; mixing pump; mixing nozzles; structural work; electrical work; instrumentation and SCADA integration; and all other work necessary for a complete and functioning primary digester mixing system as shown and specified. Contract Documents The Contract Documents may be inspected and purchased at Trotter and Associates, Inc., 700 Geneva Parkway North, Suite B, Lake Geneva, Wisconsin 53147, (262) 729–4350. 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 printed 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 of record. Bid Security Bidders will be required to provide Bid security equal to ten percent (10%) of the Bid in the form of a Bid Bond written by a company properly licensed in Wisconsin, a certified check or a cashier’s check. The successful Bidder will be required to furnish performance and payment bonds on forms provided in the Contract Documents, each equal to one hundred percent (100%) of the total contract price. Rejection of Bids The City of Burlington, in accordance with the Laws of the State of Wisconsin, 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. Submittals Bids shall be received in a sealed envelope addressed to the City of Burlington, Department of Public Works, 2200 S. Pine Street, Burlington, WI 53105, marked in the lower left-hand corner as follows:  BID: Director of Public Works City of Burlington Primary Digester Mixing System Improvements Electronic submissions will also be received. Electronic submission must be sent with a delivery and read receipt(s) to Howard Moser ( hmoser@burlington.gov ) and Robert Benson ( b.benson@trotter-inc.com ).
January 14, 2026
ORIGINAL ADVERTISED DATE: January 15, 2026 DUE DATE: Wednesday February 18, 2026, at 3:00 PM MANDATORY PRE-BID CONFERENCE: Wednesday January 21, 2026, at 3:00 PM PROJECT MANAGER: Steve Cieslica, P.E. INVITATION TO BID Notice is hereby given sealed bids will be received by the City of North Chicago for the project entitled “Lewis Ave Detention Basin - Phase I” until 3:00 pm on Wednesday, February 18, 2026, at the Building Department, 1850 Lewis Avenue, North Chicago, IL 60064. The Bids will be publicly opened and read aloud immediately afterwards in the Council Chambers. Bids shall be received in a sealed envelope addressed to: City Engineer City of North Chicago 1850 Lewis Avenue North Chicago, IL 60064 The sealed envelope shall be marked in the lower left-hand corner EXACTLY as follows: BID: City Engineer City of North Chicago Lewis Ave Detention Basin - Phase I Any Contract or Contracts awarded under this invitation for bid are expected to be funded in part by a grant from the Illinois Department of Economic Opportunity (DCEO). 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 all applicable provisions of State and Federal laws and regulations contained in the DCEO Grant Compliance Requirements; the Illinois Public Act 94-0515, the Prevailing Wage Act (820 ILCS 130/0.01 et seq.), the Steel Product Procurement Act (30 ILCS 565/1 et seq.), Domestic Preferences for Procurements (2 CFR 200.322), the Employment of Illinois Workers on Public Works Act (30 ILCS 570), the Illinois Works Jobs Program Act Apprenticeship Initiative (30 ILCS 559/20-1). This procurement is also subject to Business Enterprise for Minorities, Women, and Persons with Disabilities Act and Illinois Human Rights Act (30 ILCS 575/0.01; 775 ILCS 5/2-105.). The DCEO Grant policy requires all bidders to undertake specified affirmative efforts prior to bid opening. The policy is contained in the specifications. Bidders are required to submit a completed Business Enterprise Program (BEP) Goal DCEO BEP Utilization Plan with their bid. The Cumulative BEP for this project is thirty (30) percent for BEP firm designations: MBE/WMBE/WBE. Work Description : Provide all labor, equipment, services, and materials necessary for the construction of a 5.7-acre-foot storm water detention basin. Work includes clearing and grubbing, earth excavation, burrow and furnished excavation, furnish and place topsoil, disposal of spoils, grading work, water main adjustments, storm sewer removal and installation, seeding, HMA pavement removal and replacement, PCC curb and gutter and sidewalk removal and replacement, dewatering, supplemental watering, landscape maintenance and monitoring work, installation and maintenance of erosion control measures, and all other work necessary for a complete and functioning storm water detention basin as shown and specified. The Contract Documents may be inspected and purchased at: Trotter and Associates, Inc. 38 W Grand Ave, Suite 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. Each bid shall be accompanied by a bid bond, bank draft, cashier's check or certified check payable to the order of the City of North Chicago in an amount not less than ten (10) percent of the amount of the bid, as a guaranty that the bidder will execute the contract, if it is awarded, in conformity with the bid form. The successful bidder will be required to furnish a Performance and Payment Bond on forms provided in the Specifications and Contract Documents, in an amount equal to 100 percent of the contract sum. A Mandatory Pre-Bid Conference will be held on Wednesday, January 21, 2026, at 3:00 pm at the City Hall, 1850 Lewis Avenue, North Chicago, IL. Bids will not be received, opened, or read from Bidders/Contractors who do not attend the Pre-Bid Conference. The contractor shall pay prevailing wages in accordance with the Prevailing Aage Act (820 ILCS 130/0.01 et seq.) as defined by the Illinois Department of Labor Prevailing Wages for Lake County. Rates can be obtained online at www.state.il.us/Agency/idol/ . Questions regarding the project received by 5:00 pm on Wednesday, February 11, 2026, will be answered by addendum. Questions submitted after this deadline may not be answered prior to the close of the bidding period. All questions shall be submitted in writing to: Steve Cieslica, P.E. Project Manager s.cieslica@trotter-inc.com The City of North Chicago reserves the right to reject any or all bids. The City expressly reserves the right to waive any informalities or technical irregularities in a bid. Final award of the bid shall be contingent on DCEO approval of the Contractor’s BEP plan that meets thirty (30) percent MBE/WMBE/WBE utilization.
Show More

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