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.
December 22, 2025
ORIGINAL ADVERTISED DATE: December 22, 2025 DUE DATE: Friday, January 23, 2026 at 2:00 PM MANDATORY PRE-BID CONFERENCE: NONE PROJECT MANAGER: Steve Cieslica, P.E. INVITATION TO BID Notice is hereby given sealed bids will be received by the City of North Chicago for the project entitled Water Distribution System – Valve Exercising and Hydrant Flushing Services until 2 PM on January 23rd, 2026 at the Building Department, 1850 Lewis Avenue, North Chicago, IL 60064. The Bids will be publicly opened and read aloud immediately afterwards in the Council Chambers. Bids shall be received in a sealed envelope addressed to: City Engineer City of North Chicago 1850 Lewis Avenue North Chicago, IL 60064 The sealed envelope shall be marked in the lower left-hand corner EXACTLY as follows: BID: City Engineer City of North Chicago Water Distribution System – Valve Exercising and Hydrant Flushing Services Work Description Provide professional services, personnel, equipment, and materials necessary to conduct comprehensive Valve Exercising and Hydrant Flushing Programs within the City of North Chicago. The water distribution system contains approximately 650 water main valves and 550 fire hydrants. Work includes planning, field investigation, valve assessment and exercising, hydrant flushing, minor maintenance and repairs, documentation, and reporting. The completion of Insurance Services Office (ISO) documentation is required as part of the scope of work for hydrant flushing services. Document Inspection and Procurements The Contract Documents may be inspected and purchased at: Trotter and Associates, Inc. 38 W. Grand Avenue, Suite 300 Fox Lake, Illinois 60020 (224) 225–1300 Contact Heidi Patla at h.patla@trotter-inc.com to schedule an appointment or to purchase the contract documents. Hard or electronic copies of the documents are available for purchase. Payment for Contract Documents is non–refundable and shall be payable to Trotter and Associates, Inc. in the form of cash, certified check or money order. No partial sets of specifications or drawings will be issued. The non–refundable cost for plans and specifications is $30.00 for an electronic copy . Addenda will be issued only to plan holders. Wage Rates The contractor shall pay prevailing wages in accordance with Local Ordinance and the Illinois Department of Labor Prevailing Wages for Lake County. Rates can be obtained online at www.state.il.us/Agency/idol/ . Questions for Addendum Questions regarding the project received by 3:00 pm on January, 16, 2026 will be answered by addendum. Questions submitted after this deadline may not be answered prior to the close of the bidding period. All questions shall be submitted in writing to: Steve Cieslica, PE s.cieslica@trotter-inc.com Rejection of Bids The City of North Chicago reserves the right to reject any or all bids or to accept the one which appears to be in the best interest of the City. The City expressly reserves the right to waive any informalities or technical irregularities in a bid if to do so is in the best interest of the City.
December 22, 2025
ORIGINAL ADVERTISED DATE: December 22, 2025 DUE DATE: Friday, January 23, 2026 at 2:00 PM MANDATORY PRE-BID CONFERENCE: NONE PROJECT MANAGER: Steve Cieslica, P.E. INVITATION TO BID Notice is hereby given sealed bids will be received by the City of North Chicago for the project entitled Water Distribution System - Leak Detection Services until 2 PM on January 23rd, 2026 at the Building Department, 1850 Lewis Avenue, North Chicago, IL 60064. The Bids will be publicly opened and read aloud immediately afterwards in the Council Chambers. Bids shall be received in a sealed envelope addressed to: City Engineer City of North Chicago 1850 Lewis Avenue North Chicago, IL 60064 The sealed envelope shall be marked in the lower left-hand corner EXACTLY as follows: BID: City Engineer City of North Chicago Water Distribution System - Leak Detection Services Work Description Provide professional services, personnel, and equipment necessary to conduct a comprehensive Leak Detection Survey on approximately 53 miles of water mains that are 12 inches or less in size of the approximate 62 miles of water main within the City of North Chicago. Work includes planning, field investigation, acoustic leak surveying, correlation, leak pinpointing, documentation, and reporting. Document Inspection and Procurements The Contract Documents may be inspected and purchased at: Trotter and Associates, Inc. 38 W. Grand Avenue, Suite 300 Fox Lake, Illinois 60020 (224) 225–1300 Contact Heidi Patla at h.patla@trotter-inc.com to schedule an appointment or to purchase the contract documents. Hard or electronic copies of the documents are available for purchase. Payment for Contract Documents is non–refundable and shall be payable to Trotter and Associates, Inc. in the form of cash, certified check or money order. No partial sets of specifications or drawings will be issued. The non–refundable cost for plans and specifications is $30.00 for an electronic copy . Addenda will be issued only to plan holders. Wage Rates The contractor shall pay prevailing wages in accordance with Local Ordinance and the Illinois Department of Labor Prevailing Wages for Lake County. Rates can be obtained online at www.state.il.us/Agency/idol/ . Questions for Addendum Questions regarding the project received by 3:00 pm on January, 16, 2026 will be answered by addendum. Questions submitted after this deadline may not be answered prior to the close of the bidding period. All questions shall be submitted in writing to: Steve Cieslica, PE s.cieslica@trotter-inc.com Rejection of Bids The City of North Chicago reserves the right to reject any or all bids or to accept the one which appears to be in the best interest of the City. The City expressly reserves the right to waive any informalities or technical irregularities in a bid if to do so is in the best interest of the City.
December 22, 2025
ORIGINAL ADVERTISED DATE: December 22, 2025 DUE DATE: Thursday, January 22, 2026 at 2:00 PM MANDATORY PRE-BID CONFERENCE: NONE PROJECT MANAGER: Steve Cieslica, P.E. INVITATION TO BID NOTICE is hereby given that sealed proposals will be received by the City of North Chicago for the project entitled 2026 CDBG Sanitary Sewer Lining until 2:00 p.m. on January 22, 2026, at the Building Department (1850 Lewis Avenue, North Chicago, IL 60064). The Bids will be publicly opened and read aloud immediately afterwards in the City Council Chambers. Bids shall be received in a sealed envelope addressed to: City Engineer City of North Chicago 1850 Lewis Avenue North Chicago, IL 60064 The sealed envelope shall be marked in the lower left-hand corner EXACTLY as follows: BID: City Engineer City of North Chicago 2026 CDBG Sanitary Sewer Lining Work description Provide all labor, services and materials necessary for the televising, cleaning and CIPP lining of approximately two thousand eight hundred ten (2,810) lineal feet of sanitary sewer pipe on Argonne Dive Street from Jackson Street to Broadway Avenue, and Broadway Avenue from Park Ave to Sheridan Road ; and all other work necessary for a complete and functional sanitary sewer cleaning and lining project as shown, specified, or required. Document Inspection and Procurements The Contract Documents will be available for inspection on Monday, December 22, 2025, at Trotter and Associates, Inc. 38 W Grand Avenue, Suite 300 Fox Lake, Illinois 60020 (224)225-1300. Contact Heidi Patla at h.patla@trotter-inc.com to schedule an appointment or purchase the contract documents. Hard or electronic copies of the documents are available for purchase. Payment for Contract Documents is non–refundable and shall be payable to Trotter and Associates, Inc. in the form of cash, certified check or money order. No partial sets of specifications or drawings will be issued. The non–refundable cost for plans and specifications is $30.00 for an electronic copy . Addenda will be issued only to plan holders. Questions Questions regarding the project received by close of business on Thursday, January 15, 2026, will be answered by addendum. Questions submitted after this deadline may not be answered prior to the close of the bidding period. All questions shall be submitted in writing to: Steve Cieslica, PE s.cieslica@trotter-inc.com Bid Security Bidders will be required to provide Bid security equal to ten (10) percent of the Bid in the form of a Bid Bond written by a company properly licensed in Illinois, a certified check or a cashier’s check. The successful Bidder will be required to furnish a performance and payment bond on forms provided in the Specifications and Contract Documents, equal to one hundred percent (100%) of the total contract price. The successful Bidder also must comply with all of the provisions of the Davis-Bacon Act, Contract Work Hours Standards, the Copeland Act (Anti-kickback), the Illinois Prevailing Wage Act, and Title IV of the Civil Rights Act of 1964. The contractor shall pay prevailing wages in accordance with Local Ordinance and the Illinois Department of Labor Prevailing Wages for Lake County. Rates can be obtained online at www.state.il.us/Agency/idol/ . This project is being funded utilizing CDBG grants funds from HUD. Section 3 and MBE/WBE participation is strongly encouraged. The City of North Chicago, in accordance with the Laws of the State of Illinois, hereby notifies all Bidders that the City reserves the right to reject any and all Bids, to waive minor informalities or technicalities, to advertise for new bids, or to request confirmation or clarification from any bidder regarding information contained in a bid. The City will affirmatively ensure that the contract entered into pursuant to this advertisement will be awarded to a responsible and responsive Bidder without discrimination on the ground of race, color or national origin, but the Owner reserves the right to reject any or all Bids received and to waive formalities. Your Bid will be required to be submitted under a condition of irrevocability for a period of ninety (90) days after submission.
December 19, 2025
CITY OF ST. CHARLES – UV Rehab Project ORIGINAL ADVERTISED DATE: December 19, 2025 OPTIONAL PRE-BID: Tuesday, January 6th, 2026 DUE DATE: 2:00pm, Thursday, February 5th, 2026 PROJECT MANAGER: Jerry Ruth, P.E. INVITATION TO BID The City of St. Charles will receive electronic proposals for the project “City of St. Charles – UV Rehab Project” until 2:00 PM on Thursday, February 5th, 2026 , on the DemandStar platform. The Bids will be electronically submitted and there will not be a public opening. Results of Openings will be published on DemandStar.  Work Description The City of St. Charles (“City”) is requesting bids from contractors to 1. Remove existing UV Disinfection Equipment and NPW Filters. 2. Construct new cast-in place concrete and masonry structure to house new UV equipment and NPW filters along with electrical and mechanical support systems. Pre-Bid Meeting An optional Pre–Bid Meeting will be held 10AM on Tuesday, January 6th, 2026, on the Second Floor of the Public Works Facility, 1405 S. 7th Ave, St. Charles, Illinois, 60174. Document Inspection and Procurements The Contract Documents may be viewed and downloaded at the City’s website: https://www.stcharlesil.gov/bids-proposals . The addenda will be issued only to plan holders. Wage Rates The Contractor shall comply with all provisions of the Illinois Prevailing Wage Act, 820 ILCS 130/.01 et seq. (“Act”). Both the City and the Contractor agree that the Contractor has the sole responsibility to procure legal counsel with respect to any Contractor or subcontractor question regarding the Act. Contractor shall not pay less than the prevailing rates of wages to all laborers, workmen, and mechanics performing work under this contract; the submission of certified monthly payroll reports are required per 820 ILCS 130/5. Act provisions are attached in the “Prevailing Wage Act FAQ” by the Illinois Department of Labor at https://www2.illinois.gov/idol/FAQs/Pages/prevailing-wage-faq.aspx Statute 820ILCS 103/.01 et seq. is attached at http://www.ilga.gov/legislation/ilcs/ilcs3.asp?ActID=2405&ChapAct=820%26nbsp%3bILCS%26nbsp%3b130/&ChapterID=68&ChapterName=EMPLOYMENT&ActName=Prevailing+Wage+Act The current Illinois Department of Labor Prevailing Wage Rates for the County of Kane and the County of DuPage are available at http://www.state.il.us/agency/idol/ . Prevailing wage rates are subject to revision. Failure on the part of Contractor or its subcontractor to access the attachments does not relieve the Contractor or its subcontractor from strict adherence to the Act and all of its Codified provisions. Contractor is responsible for all subcontractor compliance with the Act, pursuant to this Contract. Effective September 1, 2020, all Certified Transcripts of Payrolls shall be submitted electronically to the Illinois Department of Labor at: https://www2.illinois.gov/idol/Laws-Rules/Conmed/Pages/certifiedtranscriptofpayroll.aspx Questions All questions shall be submitted to procurement@stcharlesil.gov with the subject “UV Rehab Project” by January 15, 2026, at 8AM . Rejection of Bids The City reserves the right to reject any or all offers for any reason including but not limited to: budgetary constraints, unclear solicitation documents, change in needs, suspicion of collusion, pricing aberrations, front end loading; mathematically unbalanced proposals in which prices for some items are substantially out of proportion to comparable prices, materially unbalanced proposals in which material requirements for some items are substantially higher to comparable proposals; poor quality or poor performance in past City contracts, and other reasons deemed important to the City. Award of Bid The City endeavors to select the offer meeting the best interests of the City as stated by its City Council/City Administrator based on the totality of lawful considerations, price and other factors considered. Award is based on the lowest responsive responsible offer; offering the lowest life-cycle cost; providing the best overall value to the City; and deemed most advantageous to the City, price and other factors considered.
Show More

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