SLED Opportunity · ILLINOIS · CITY OF NAPERVILLE, IL

    2026 Sidewalk Trip Hazard Removal

    Issued by City of Naperville, IL
    cityIFBCity of Naperville, ILSol. 242017
    Closed
    STATUS
    Closed
    due Apr 4, 2026
    PUBLISHED
    Mar 11, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    237310
    AI-classified industry

    AI Summary

    City of Naperville seeks contractors for 2026 sidewalk trip hazard removal using equipment mounted sawing, ensuring ADA compliance and detailed daily documentation.

    Opportunity details

    Solicitation No.
    242017
    Type / RFx
    IFB
    Status
    open
    Level
    city
    Published Date
    March 11, 2026
    Due Date
    April 4, 2026
    NAICS Code
    237310AI guide
    Agency
    City of Naperville, IL

    Description

    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.

    Background

    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.

    Project Details

    • Reference ID: 26-012
    • Department: Transportation, Engineering, and Development | TED
    • Department Head: Jennifer Louden (Director of TED)

    Important Dates

    • Questions Due: 2026-03-25T17:00:00.000Z
    • Answers Posted By: 2026-03-27T17:00:00.000Z

    Addenda

    • Addendum #1 (released 2026-03-19T15:35:54.694Z) —

      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 (released 2026-03-25T14:07:46.742Z) —

      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 (released 2026-03-25T19:16:58.148Z) —

      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:

    Evaluation Criteria

    • Summary

      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.

    • Important Instructions for Electronic Submittals

      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.

    • Timeline
      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
      Join: https://teams.microsoft.com/meet/25235905480279?p=XGboEMrR19ongSDPr8
      Meeting ID: 252 359 054 802 79
      Passcode: a6TL3rp2
      ________________________________________
      Need help? | System reference
      Dial in by phone
      +1 630-733-1095,,652169338# United States, Big Rock
      Find a local number
      Phone conference ID: 652 169 338#
      For organizers: Meeting options | Reset dial-in PIN

    • Scope of Work or Project Details

      Please see the Attachments section for specifications and attachments.

    • Project Contact

      Christopher Nichols

      SR Civil Engineer

      400 S Eagle St

      Naperville, IL 60540

    • 1. Scope of Services

      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.

    • Procurement Contact

      Shanel Gayle

      Procurement Officer

      400 S. Eagle Street

      Naperville, IL 60540

    Submission Requirements

    • Separate Cost Proposal (required)

      Confirm that your fee proposal is not attached in your Proposal and is attached separately here.

    • Affidavit of Compliance (required)

      Please download the below documents, complete, and upload.

    • Reference Form (required)

      Please download the below documents, complete, and upload.

    • Responsible Bidders Affidavit (required)

      Please download the below documents, complete, and upload.

    • Subcontractor Bid Form (required)

      Please download the below documents, complete, and upload.

    • Bid Deposit (10%) (required)
    • I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this response on behalf of my company. (required)
    • Pricing (required)
      • Choose Option 1 when you have set line items, for example:
        • This is a quote for goods or commodities.
        • This is a public works bid, with a pricing table that can be uploaded into OpenGov Procurement from an Excel spreadsheet.
        • Seeking services for hourly rate schedules.
      • Choose Option 2 when you need vendors to provide you with the line items. 
    • Evaluation Committee? (required)

      Will there be an evaluation committee to review the proposals and score them based on weights and multiple criteria?

    • Procurement and/or Project Contact

      Select the information you would like display.

    Questions & Answers

    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.


    Key dates

    1. March 11, 2026Published
    2. April 4, 2026Responses Due

    AI classification tags

    Frequently asked questions

    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

    Stop searching. Start winning.

    AI-powered intelligence for the right opportunities, the right leads, and the right time.