SLED Opportunity · ILLINOIS · CITY OF NAPERVILLE, IL
AI Summary
City of Naperville seeks contractors for 2026 sidewalk trip hazard removal using equipment mounted sawing, ensuring ADA compliance and detailed daily documentation.
This work shall consist of removing vertical surface discontinuities between ¼” to 1 ½”. Approved methods of removal include: equipment mounted sawing. All vertical surface discontinuities will be removed in complete accordance with the American with Disabilities Act. Vertical surface discontinuities between ¼” and 1 ½” will be sawn back at a maximum slope of 1:12 or less. All removals shall have a smooth, uniform appearance and texture and shall result in ¼” or less of resultant differentials, with 0” desired. Grinding or pulverization of the concrete will NOT be allowed.
The Contractor must track and document all surface discontinuity removals on a daily basis listing the location (GPS coordinates preferred, address and description allowed), the measurements of both vertical surface discontinuities, width of removal, and show quantity calculations. The Contractor will also be responsible continually monitoring the total costs of work as project progresses so that it will not exceed awarded contract amount unless specifically directed by City Engineer.
This is an annual maintenance project to improve the pedestrian accessibility throughout the City by removing vertical differentials along the walking path. The contract includes multiple locations throughout the City with the aim of eliminating sidewalk replacements on the upcoming resurfacing programs.
Addendum #1
The attention of bidders is called to the following changes, clarifications and/or additions/deletions to the original contract specifications and drawings and they shall be taken into account in preparing proposals and shall be part of the Contract Documents:
Addendum #2
The attention of bidders is called to the following changes, clarifications and/or additions/deletions to the original contract specifications and drawings and they shall be taken into account in preparing proposals and shall be part of the Contract Documents:
Addendum #3
The attention of bidders is called to the following changes, clarifications and/or additions/deletions to the original contract specifications and drawings and they shall be taken into account in preparing proposals and shall be part of the Contract Documents:
This work shall consist of removing vertical surface discontinuities between ¼” to 1 ½”. Approved methods of removal include: equipment mounted sawing. All vertical surface discontinuities will be removed in complete accordance with the American with Disabilities Act. Vertical surface discontinuities between ¼” and 1 ½” will be sawn back at a maximum slope of 1:12 or less. All removals shall have a smooth, uniform appearance and texture and shall result in ¼” or less of resultant differentials, with 0” desired. Grinding or pulverization of the concrete will NOT be allowed.
The Contractor must track and document all surface discontinuity removals on a daily basis listing the location (GPS coordinates preferred, address and description allowed), the measurements of both vertical surface discontinuities, width of removal, and show quantity calculations. The Contractor will also be responsible continually monitoring the total costs of work as project progresses so that it will not exceed awarded contract amount unless specifically directed by City Engineer.
The City of Naperville, IL is accepting electronic bid submissions. Bidders shall create a FREE account with OpenGov Procurement by signing up at https://procurement.opengov.com/signup. Once you have completed account registration, browse back to this page, click on "Draft Response", and follow the instructions to submit the electronic bid.
| Release Project Date: | March 11, 2026 |
| Question Submission Deadline: | March 25, 2026, 12:00pm |
| Question Response Deadline: | March 27, 2026, 12:00pm |
| Bid Opening: | April 3, 2026, 2:00pm Microsoft Teams meeting |
Please see the Attachments section for specifications and attachments.
Christopher Nichols
SR Civil Engineer
400 S Eagle St
Naperville, IL 60540
1.1. Scope of Services
This project consists of removing vertical differentials between adjacent sidewalk squares along the pedestrian walking path. Removals to be performed in various subdivisions scheduled for upcoming resurfacing work. Acceptable methods to accomplish this task include: equipment mounting sawing.
The quantities presented at the time of bid are estimated quantities based on historic cut-per-mile and average in-ft-per-cut values from previous projects and have NOT been field located. Locations to be treated through this contract have NOT been pre-marked in the field by City Staff.
See attached special provisions and other documents for scope of work and other additional project information.
Shanel Gayle
Procurement Officer
400 S. Eagle Street
Naperville, IL 60540
Confirm that your fee proposal is not attached in your Proposal and is attached separately here.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Will there be an evaluation committee to review the proposals and score them based on weights and multiple criteria?
Select the information you would like display.
Q (sidewalk removel): On the removal of the sidewalk for example Brookdale and Tudor Dr. Both side North Aurora Rd and Brookdale Rd ( road Length 1985 /sidewalk length (FT) 3957 / Sidewalk length 0.75 / estimate (in ft.) 237.00 This is just asking me to grind or remove a small piece of sidewalk and not the whole square so we are just eliminating the trip on the sidewalk the grinding or removal is going to be with in (1/4 or 1-1/2 inch) is that correct?
A: This contract is to eliminate the trip hazard of existing concrete sidewalk squares by approved methods of removal. Grinding is not an approved method of removal. There is no placement of concrete as part of this contract, removal and replacement of entire sidewalk squares is not an approved method of removal. Please see the Special Provisions (Pages 23 - 32 of the Attachment) for more information.
Q (RFI - Site Visit): Good afternoon, Can you please arrange a non-mandatory site visit for this project? Thank you!
A: Staff will not participate in a pre-bid site visit for this advertisement. See Special Provision "Examination of Plans, Specifications, Special Provisions, and Site Work". For reference of recently completed projects of similar nature, the following areas are recommended as potential locations to witness final conditions expected as result of this project: Naper Blvd between 75th Street and River Oak Dr, Fort Hill Dr between Ogden Av and 75th Street, or Junebreeze Ln between Mistflower and Saganashkee Ln.
Q (No subject): Relative to previous contracts, what are the reasons for the change to this year's approved method of removal?
A: Following review of recent projects, staff determined we prefer the final product afforded by the equipment mounted saw approach. This approach resulted in far less damage to adjacent squares, did not have dust mitigation issues, and resulted in a cleaner looking final product.
Q (No subject): We acknowledge your preference for the use of mounted sawing and want to point out that grinding results depend heavily on the skill of the vendor. Would grinding be considered if it met an approved threshold for quality and value?
A: City specifications for the trip hazard removal project were rewritten in 2022 to allow for grinding and scarifying as alternate methods to the equipment mounted saw. In review of the projects since that change was implemented, we have seen consistent issues with these other approaches. The decision was made to revert back to only allow equipmented mounting sawing as an acceptable method of repair for the 2026 project, as noted in the Special Provisions. This repair method has proven consistent throughout over a decade of programs performed by various vendors. Staff will treat proposals which do not utilize the approved method of repair as non-responsive bids.
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.