Active SLED Opportunity · ILLINOIS · CITY OF NAPERVILLE, IL

    ENERGIZED TREE TRIMMING, TREE REMOVAL, AND DISPOSAL OF DEBRIS

    Issued by City of Naperville, IL
    cityInvitation For BidCity of Naperville, ILSol. 253967
    Open · 22d remaining
    DAYS TO CLOSE
    22
    due May 15, 2026
    PUBLISHED
    Apr 10, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    561730
    AI-classified industry

    AI Summary

    City of Naperville seeks bids for energized tree trimming, removal, brush collection, chipping, and debris disposal to protect overhead electrical facilities. Contract runs June 2026 to June 2029 with extensions. Safety compliance, certified arborist supervision, and electronic bid submission required.

    Opportunity details

    Solicitation No.
    253967
    Type / RFx
    Invitation For Bid
    Status
    open
    Level
    city
    Published Date
    April 10, 2026
    Due Date
    May 15, 2026
    NAICS Code
    561730AI guide
    Agency
    City of Naperville, IL

    Description

    This work includes tree trimming or removal, brush collection, chipping and wood/woodchip disposal for protection of overhead electrical facilities and lines. Note that all electric lines will remain energized while work is being completed.

    Project Details

    • Reference ID: 26-110
    • Department: Public Utilities (Electric) | DPU-E
    • Department Head: Brian Groth (Director of Electric Utility)

    Important Dates

    • Questions Due: 2026-05-08T17:00:00.000Z
    • Answers Posted By: 2026-05-11T17:00:00.000Z
    • Pre-Proposal Meeting: 2026-04-21T15:00:00.000Z — Microsoft Teams meeting Join: https://teams.microsoft.com/meet/22725999344424?p=e7rIVL2LD6tA2iY8HD Meeting ID: 227 259 993 444 24 Passcode: HH2XL6Qm ________________________________________ Need help? | System reference Dial in by phone +1 630-733-1095,,506011819# United States, Big Rock Find a local number Phone conference ID: 506 011 819# For organizers: Meeting options | Reset dial-in PIN

    Addenda

    • Addendum #1 (released 2026-04-10T17:54:35.078Z) —

      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:

      Please use the See What Changed link to view all the changes made by this addendum.

    • Addendum #2 (released 2026-04-21T13:49:05.734Z) —

      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 2026-04-21T15:52:12.732Z) —

      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:

      Please use the See What Changed link to view all the changes made by this addendum.

    Evaluation Criteria

    • Assignment

      Assignment of this contract or any part thereof, or any funds to be received there under by the Contractor shall be subject to the approval of the City of Naperville.

    • Placing of Order

      Orders against contracts will be placed with the Contractor on a Purchase Order executed and released by the Purchasing Manager. Telephonic orders placed directly with the Contractor by the ordering department may be authorized by the Procurement Manager only after execution of an Open End or Blanket Purchase Order.

    • Retention and Examination of Information, Books and Records

      The Contractor shall cooperate with the City and provide the City, when requested, with access to data, information and documentation pertaining to the work. City requests for information may be based on requests from federal or state regulatory agencies, other governmental agencies, courts of law, consultants hired by the City or other parties, which in the City’s opinion, require the information.

      Data, information and documentation will include, but not be limited to, original estimate files, change order estimate files and detailed worksheets; subcontract and supplier proposals for both successful and unsuccessful bidders; all project related correspondence; subcontractor and supplier change order files (including detailed documentation covering negotiated settlements); back-charge logs and supporting documentation; any records detailing cash, trade, or volume discounts earned; insurance proceeds, rebates, or dividends received; and any other supporting evidence necessary to substantiate charges related to the contract (both direct and indirect costs, including overhead allocations as they may apply to costs associated with the contract).

      The Contractor will provide the City with copies of all requested records in a computer- readable format (if available) as well as hard copy.

      The Contractor shall retain and preserve all information relating to the work for a period of at least four (4) years from the date of the completion of the work.

      The City will have the right to audit any records necessary to permit evaluation and verification of contractor compliance with contract requirements throughout the term of the contract and for a period of four years after final payment, or longer if required by law.

      The City will have the right to interview any of the contractor’s current and former employees, as related to this contract, during the audit.

      The Contractor will provide the City with adequate and appropriate work space, with access to photocopy machines, during the audit.

      The Contractor will include in its subcontracts a provision granting the City the right of audit provisions against subcontractors as contained in this article.

    • Description of Work

      Contractor shall perform all Work in accordance with this Contract. Contractor shall furnish all materials, equipment, tools, and labor which is reasonably and properly inferable and necessary for the proper completion of the Work, whether specifically indicated in this Contract.This work includes tree trimming or removal, brush collection, chipping and wood/woodchip disposal for protection of overhead electrical facilities and lines. Note that all electric lines will remain energized while work is being completed.

    • Criteria for Awarding Bid/Reservation of Rights

      The contract will be awarded to the lowest responsible bidder, or any other bidder determined by the City Council to be in the best interest of the City, who complies with all the provisions of the invitation to bid. The City reserves the right to reject any or all bids or to waive any non- conformity in bids received whenever such rejection or waiver is in the best interests of the City. The City also reserves the right to reject the bid of a bidder who has previously failed to satisfactorily perform a contract, has not completed contracts on time, or who investigation shows is not in a position to perform the contract.

      In determining responsibility, the following qualifications will be considered by the City:

      1. The ability, capacity, and skill of the bidder to perform the contract or provide the service required;
      2. Whether the bidder can perform the contract or provide service promptly, or within the time specified, without delay or interference;
      3. The character, integrity, reputation, judgment, experience, and efficiency of the bidder;
      4. The quality of performance of previous contracts or services;
      5. The previous and existing compliance by the bidder with laws and ordinances relating to the contract or service;
      6. The sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service;
      7. The quality, availability, and adaptability of the supplies or contractual services to the particular use required;
      8. The ability of the bidder to provide future maintenance and service for the use of the subject of the contract;
      9. Bidder's record of experience in construction improvements of the size and type required in the bid specifications;
      10. Lowest bids received including discounts for cash payments.
    • Formal Specifications

      When a formal, numbered specification is referred to in this invitation, no deviation from that specification will be permitted.

       

    • Criteria for Awarding Bid/Reservation of Rights

      The contract will be awarded to the lowest responsible bidder, or any other bidder determined by the City Council to be in the best interest of the City, who complies with all the provisions of the invitation to bid. The City reserves the right to reject any or all bids or to waive any non- conformity in bids received whenever such rejection or waiver is in the best interests of the City. The City also reserves the right to reject the bid of a bidder who has previously failed to satisfactorily perform a contract, has not completed contracts on time, or who investigation shows is not in a position to perform the contract.

      In determining responsibility, the following qualifications will be considered by the City:

      1. The ability, capacity, and skill of the bidder to perform the contract or provide the service required;
      2. Whether the bidder can perform the contract or provide service promptly, or within the time specified, without delay or interference;
      3. The character, integrity, reputation, judgment, experience, and efficiency of the bidder;
      4. The quality of performance of previous contracts or services;
      5. The previous and existing compliance by the bidder with laws and ordinances relating to the contract or service;
      6. The sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service;
      7. The quality, availability, and adaptability of the supplies or contractual services to the particular use required;
      8. The ability of the bidder to provide future maintenance and service for the use of the subject of the contract;
      9. Bidder's record of experience in construction improvements of the size and type required in the bid specifications;
      10. Lowest bids received including discounts for cash payments.
    • Bid Quantities

      SPECIFIC BID QUANTITIES: Where quantities are specifically stated, acceptance will bind the City to order and pay for, at contract prices, all such supplies or services delivered that meet the specifications and conditions of the contract.

      REQUIREMENTS OR ESTIMATED BID QUANTITIES: On "Requirements or Estimated Bid Quantities," acceptance will bind the City to pay for, at unit bid prices, only quantities ordered and delivered. Any reference to forecasted or estimated quantities within the bidding documents is intended to inform the bidder of approximate annual requirements. The City may purchase as little as zero percent (0%) or exceed as much
      as one hundred percent (100%) of the forecasted or estimated quantities.

    • Execution of a Performance Bond and Labor and Materials Bond (Payment Bond)

      When noted in the specifications, the City reserves the right to require the successful bidder to supply a Performance Bond and a Labor and Materials Bond (Payment Bond) within ten (10) calendar days of acceptance of the bidder's proposal by the City. The bonds, unless otherwise specified by the Procurement Manager, shall be 100% of the total contract price.

    • Submission of Bids

      This is an “electronic bid,” meaning that bids must be submitted via the City’s e-bidding service, OpenGov, in electronic format.  All bids submitted must be received electronically via the City’s e-bidding service before the time specified for opening the bid. A link to the City’s e-bidding service is available on the City’s website at https://www.naperville.il.us/government/city-finances/purchasing-and-bids/.

      Downloading documents and submitting bids requires registration with OpenGov.  If you aren’t already a member, you can get a FREE SUBSCRIPTION to the City of Naperville account by going to https://procurement.opengov.com/signup. Any incomplete submittals may be rejected as non-responsive.

      The Procurement Manager, or their designated agent, will decide when the specified time for the bid opening has arrived (as determined by the clock on the e-bidding system), and bids will be opened precisely at the assigned time. Formal sealed bids, amendments thereto, or requests for withdrawal of bids after the time specified for the bid opening will not be considered.

    • Timeline
      Release Bid Date / Advertised:April 10, 2026
      Pre-Bid Meeting (Non-Mandatory):April 21, 2026, 10:00am

      Microsoft Teams meeting
      Join: https://teams.microsoft.com/meet/22725999344424?p=e7rIVL2LD6tA2iY8HD
      Meeting ID: 227 259 993 444 24
      Passcode: HH2XL6Qm
      ________________________________________
      Need help? | System reference
      Dial in by phone
      +1 630-733-1095,,506011819# United States, Big Rock
      Find a local number
      Phone conference ID: 506 011 819#
      For organizers: Meeting options | Reset dial-in PIN

      Question Submission Deadline:May 8, 2026, 12:00pm
      Question Response Deadline:May 11, 2026, 12:00pm
      Bid Submission Deadline:May 15, 2026, 2:00pm

       

    • General Guaranty

      Contractor agrees to:

      (a) Save the City, its agents, and employees harmless from liability of any nature or kind for the use of any copyrighted or uncopyrighted composition, secret process, patented or unpatented invention, article, or appliance furnished or used in the performance of the contract which the Contractor is not the patentee, assignee, licensee, or owner; and
      (b) Protect the City against latent defects in materials or workmanship and to repair or replace any articles damaged or marred in transit or during delivery; and
      (c) Pay for all permits, licenses, and fees and give all notices and to comply with all laws, ordinances, and rules of the City and the State of Illinois.

    • Requirements or Estimated Bid Quantities

      On "Requirements or Estimated Bid Quantities," acceptance will bind the City to pay for, at unit bid prices, only quantities ordered and delivered. Any reference to forecasted or estimated quantities within the bidding documents is intended to inform the bidder of approximate annual requirements. The City may purchase as little as zero percent (0%) or exceed as much as one hundred percent (100%) of the forecasted or estimated quantities.

    • Termination of Contracts

      Contracts will remain in force for full periods and until all articles ordered before date of termination shall have been satisfactorily delivered and accepted and thereafter until all requirements and conditions shall have been met, unless:

      (a) Terminated prior to expiration date by satisfactory deliveries of entire contract requirements.
      (b) Extended upon written authorization of the Procurement Manager and accepted by Contractor, to permit ordering of unordered balances or additional quantities at contract prices and in accordance with contract terms.

    • Project Overview

      This work includes tree trimming or removal, brush collection, chipping and wood/woodchip disposal for protection of overhead electrical facilities and lines. Note that all electric lines will remain energized while work is being completed.

       

      Title: ENERGIZED TREE TRIMMING, TREE REMOVAL, AND DISPOSAL OF DEBRIS

      Bid No:  26-110

      Bid Due Date/Time: Friday, May 15, 2026, 2:00 pm

    • Bid Security (Electronic)

      When a bid deposit is required as indicated on the Invitation to Bid, each bid must be accompanied by a bid bond signed by a surety company authorized to do business in Illinois. For construction projects the bid deposit shall be in an amount equal to at least 10% of the amount of the bid. Any bid deposit shall be in an amount equal as indicated in the Invitation to Bid.

    • Non-Appropriations Clause

      This contract is contingent on the receipt of funding in future years. The terms of this contract and any Purchase Order issued for multiple years under the Contract are contingent upon sufficient appropriations being approved by the City Council. Notwithstanding any language to the contrary in the solicitation, purchase order, or any other Contract document, the City may terminate its obligations if sufficient appropriations are not approved by the City Council. The City’s decision as to whether sufficient appropriations are available is final and binding on all parties.

    • Trade Name Used by City

      Any reference in the City's specifications to a manufacturer's catalog number is descriptive, not restrictive, indicating articles that are satisfactory. Bids on other makes and catalogs will be considered, provided the bidder clearly states on the face of his proposal exactly what he proposes to furnish; or forwards with his bid, a cut, illustration, or other descriptive matter which will clearly indicate the character of the article covered by his bid.

    • Responsibility for Materials Shipped

      The successful bidder shall be responsible for the materials or supplies covered by this contract until they are delivered at the designated point. Rejected materials or supplies must be removed by and at the expense of the contractor promptly after notification or rejection.

    • Failure to Furnish Bond

      In the event that the bidder fails to furnish the above mentioned bonds within ten (10) calendar days after acceptance of bid by the City, then the bid deposit of the bidder shall be retained by the City as liquidated damages, it being now agreed that said sum is a fair estimate of the amount of damages that said City will sustain due to the bidder's failure to furnish said bonds.

    • Pre-Bid Meeting

      A Non-Mandatory Pre-Bid Meeting will be held on Tuesday, April 21, 2026 at 10:00 am Virtually on Microsoft Teams.  This is your only opportunity to speak directly with staff from the Public Utilities (Electric) | DPU-E regarding the project. 

      Microsoft Teams meeting

      Join: https://teams.microsoft.com/meet/22725999344424?p=e7rIVL2LD6tA2iY8HD

      Meeting ID: 227 259 993 444 24

      Passcode: HH2XL6Qm


      Need help? | System reference

      Dial in by phone

      +1 630-733-1095,,506011819# United States, Big Rock

      Find a local number

      Phone conference ID: 506 011 819#

      For organizers: Meeting options | Reset dial-in PIN

      ________________________________________________________________________________

       

    • Delivery Failures

      Failures of a Contractor to deliver within the time specified, or within a reasonable time as interpreted by the Procurement Manager, or failure to make replacement of rejected articles when so requested, immediately or as directed by the Procurement Manager, shall constitute authority for the Procurement Manager to purchase in the open market articles of comparable grade to replace the articles rejected or not delivered. On all such purchases, either: (1) the Contractor shall reimburse the City, within a reasonable time specified by the Procurement Manager, for any expense incurred in excess of contract prices; or (2) the City may deduct such amount from monies owed the defaulting Contractor. Such purchases shall be deducted from contract quantities. Should public necessity demand it, the City reserves the right to use or consume articles delivered which are substandard in quality, subject to an adjustment in price to be determined by the Procurement Manager.

    • Warranties

      Unless otherwise specified, the Contractor shall unconditionally guarantee the materials and workmanship on all equipment furnished by him FOR A PERIOD OF ONE YEAR from date of delivery and installation if required unless otherwise specified in the specifications. If within the guarantee period, any defects or signs of deterioration are noted which, in the opinion of the City, are due to faulty design and installation, workmanship, or materials, the City shall notify the Contractor. At theContractor's expense, the Contractor shall repair or adjust the equipment or parts to correct the condition or replace the part or entire unit to the complete satisfaction of the City.

    • Description of Work

      The Contractor will perform line clearance tree trimming, brush collection, chipping and wood/woodchip disposal within the borders of the City of Naperville for the protection of overhead electrical facilities. All electric facilities will remain energized during this project. Trimming shall be completed at the request of the Owner within a reasonable agreed upon time frame for routine trimming, and within 2-hours for emergency situations involving public safety. The City reserves the right to determine whether a situation is deemed an emergency. No additional trimming shall be completed if requested from a resident or business outside the scope agreed upon between the Contractor and the Owner under this contract unless prior approval is received in writing from the Owner as a change order.

    • Civic Access Portal for Vendors

      The City of Naperville has developed a new portal for vendors to register and update existing information within Civic Access. The City of Naperville will only accept vendor forms from vendors currently working with the Procurement and/or Accounts Payable teams. It will allow you to:

      • Register as a new vendor.
      • Sign up for ACH payments.
      • Update existing vendor information (e.g. new mailing address, new TIN/W9, new banking information).

      How do I register?

        1. To create an account, please visit the City of Naperville Civic Access portal
        2. Once you have created an account, submit your vendor information Accounts Payable – Vendor Form Submission application. Vendors can find step-by-step instructions in the Knowledge Center. An accounts payable staff member will verify your submission and follow up if there are any questions on your submission. 
        3. Please send an email message to FSDAccountsPayable@naperville.il.us for assistance if needed.
    • Bidding Forms

      Bids must be accompanied by an Affidavit of Compliance, and shall be submitted on the forms provided or in an identical format typed by the bidder, properly signed in the appropriate places, and submitted electronically via the City’s e-bidding service.

    • Default

      The contract may be canceled or annulled by the City Council in whole or in part by written notice of default to the Contractor upon non-performance or violation of contract terms. Upon receipt of such notice, the Contractor shall have fourteen (14) days with in which to cure any default or violation. If the default or violation is not cured with in the specified time an award may be made to the next lowest Bidder, or articles specified may be purchased on the open market. In either event, the defaulting Contractor (or his surety) shall be liable to the City for costs incurred by the City in excess of the defaulted contract prices. However, the Contractor shall continue the performance of this contract to the extent not terminated under the provisions of this clause.

    • Electronic Bidding

      This bid is being conducted ELECTRONICALLY. No hard copies will be accepted. 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. Incomplete submittals may be rejected as non-responsive. Infrequent or first-time users of electronic bidding are encouraged to upload their bid responses at least 24 hours prior to bid opening. The City is not responsible for submittal errors or incomplete bid submissions. Incomplete submittals may be rejected as non-responsive. Infrequent or first-time users of electronic bidding are encouraged to upload their bid responses at least 24 hours prior to bid opening. The City is not responsible for submittal errors or incomplete bid submissions.

      All bids must be received prior to the Due Date and Time set forth above and on the cover page of this document. A Virtual Bid Opening will be conducted where all bids received will be publicly opened and read aloud immediately following the Due Date and Time. Bidders, their authorized agents, and interested parties are invited to join.

    • Award of All or Part

      Unless otherwise specified by the City, the City reserves the right to make an award on all items, or on any of the items according to the best interests of the City. Bidder may restrict his bid to consideration in the aggregate by so stating but must name a unit price on each item bid upon. The City reserves the right to accept or reject any bid in which the bidder names a total price for all the articles without quoting a price on each and every item.

    • Trade Name Used by Bidder

      Where the bidder identifies an item by manufacturer's name, trade name, catalog number, or reference, the bidder shall furnish the item so identified and shall not propose to furnish an "equal" unless the proposed "equal" is definitely indicated within the bid.

    • Award of All or Part

      Unless otherwise specified by the City, the City reserves the right to make an award on all items, or on any of the items according to the best interests of the City. Bidder may restrict his bid to consideration in the aggregate by so stating but must name a unit price on each item bid upon. The City reserves the right to accept or reject any bid in which the bidder names a total price for all the articles without quoting a price on each and every item.

    • Questions During the Bid Process

      All questions concerning this bid shall be submitted in writing prior to the question due date.  The deadline for questions is Friday, May 8, 2026 by 12:00 pm.  If required, a written response in the form of an addendum will be issued no later than 5 days prior to bid opening.  No contact with the DEPARTMENT(S) shall be made during the bid process.  Questions asked after the deadline are not guaranteed a response.

       

    • Virtual Bid Opening

      To attend the Virtual Bid Opening on your computer or mobile app:

      Microsoft Teams meeting

      Join: https://teams.microsoft.com/meet/270833955219779?p=Cz4JmNFumFPwQhquDa

      Meeting ID: 270 833 955 219 779

      Passcode: Lw2jG6vJ


      Need help? | System reference

      Dial in by phone

      +1 630-733-1095,,835354268# United States, Big Rock

      Find a local number

      Phone conference ID: 835 354 268#

      For organizers: Meeting options | Reset dial-in PIN 

      Attendees should join approximately 5 minutes prior to the Due Date/Time.

      Due at Bid Opening:

      • Affidavit of Compliance
      • Responsible Bidder Ordinance Form
      • Bid Worksheet
      • Bid Deposit (10% of Total Bid)
      • Prevailing Wage Applies (DuPage and/or Will County as applicable)
      • References
      • Subcontractor Bid Form

      Due Before Award:

      • Certificate of Insurance (with signed endorsements)
      • Performance and Labor and Material bond
      • Substance Abuse Prevention Program

      Due within thirty (30) days of Award:

      • Contractors Safety Checklist (before work begins)

      If you choose not to respond, please select NO BID on https://procurement.opengov.com/portal/naperville.

    • Packaging and Containers

      Unless otherwise specified, goods shall be delivered in commercial packages in standard commercial containers, so constructed as to insure acceptance by common or other carrier for safe transportation, at the lowest rate, to the point of delivery. Containers become the property of the City unless otherwise specified by bidder in his bid.

    • Registration Required

      Companies awarded bids should be registered to do business in the State of Illinois. Procurement Services may verify status with the State by calling 217-782-7880 prior to awarding contract.

    • Material Safety Data Sheets

      It is a federal law that chemical manufacturers and importers must develop an MSDS for each hazardous chemical they produce or import and must provide the MSDS automatically at the time of the initial shipment of a hazardous chemical to a downstream distributor or user, or anytime the chemical makeup of the product is changed. Distributors must also ensure that downstream employers are similarly provided an MSDS.

      Vendors who are awarded this contract, and if the above paragraph applies to this bid, must submit Material Data Sheets which include information regarding the specific chemical identity of the hazardous chemical(s) involved and the common names. In addition, information must be provided on the physical and chemical characteristics of the hazardous chemical; known acute and chronic health effects and related health information; exposure limits; whether the chemical is considered to be a carcinogen by NTP, IARC, or OSHA; precautionary measures; emergency and first-aid procedures; and the identification of the organization responsible for preparing the sheet.

    • Proposed Equivalents

      The Procurement Manager hereby reserves the right to approve as an equal, or to reject as not being equal, any article the bidder proposed to furnish which contains major or minor variations from specifications requirements, but which may comply substantially therewith. If no particular brand, model, or make is specified, and if no data are required to be submitted with the bid, the specifications may require the bidder to submit working drawings or detailed descriptive data sufficient for the City to determine if each requirement of the specifications is being complied with prior to manufacture or shipment.

    • DEFINITIONS: Throughout this specification the following definitions shall apply:

      CONTRACTOR:

      The business entity or its authorized representative that successfully enters into a contract for the work included under this specification.  Any reference to Vendor is equivalent to Contractor.

      CREW LEADER:

      Responsible for the crew functions and workload, functions as representative between the Crew, Contractor and Owner, and performs duties outlined within this contract.

       

      OWNER(S):

      The City of Naperville’s Electric Utility, or their authorized representatives. Any reference to the Utility, Naperville, or the City is equivalent to “OWNER”.

       

      TRIMMER:

      Responsible for performing duties outlined within this contract, and functions as a representative between the Crew, Contractor, and Owner.

       

      TRIMMING:

      Trimming is the proper pruning of trees/bushes according to Government Standard ANSI A300 Standards for Tree Care Operations.

      WORKING FOREMAN:

      Organizes workload, functions as representative between the Contractor and the Owner, and duties outlined within this contract, and may also be known as the “Crew Leader”.

    • Addendum

      When submitting a sealed bid in the e-bidding system, bidders are acknowledging the receipt of any addendum interpreting the specifications.

    • Insurance

      At the Contractor's expense, the Contractor shall procure and maintain in effect throughout the duration of this contract, insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, his agents, representatives, employees or subcontractors.


      The Contractor must furnish Certificates of Insurance to the City before staff recommends award of the contract to City Council. If requested, the awardee of this bid will give the City a copy of the insurance policies. The policies must be delivered to the City within two weeks of the request. All insurance policies shall be written with insurance companies licensed to do business in the State of Illinois and having a rating of not less than A: VII according to the A.M. Best Company. Should any of the insurance policies be canceled before the expiration date, the issuing company will mail 30 days written notice to the City. The Contractor shall require and verify that all subcontractors maintain insurance meeting all of the requirements stated herein.


      Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor shall provide a financial guarantee satisfactory to the City guaranteeing payment of losses and related investigations, claim administration and defense expenses.


      The limits of liability for the insurance required shall provide coverage for not less than the following amounts, or greater where required by law. If the Contractor maintains higher limits than the minimums shown below, the City shall be entitled to coverage for higher limits maintained by the contractor.


      (A) Commercial General Liability: Coverage shall be at least as broad as Insurance Services Office Commercial General Liability coverage (Occurrence Form CG 00 01) and include Premise/Operations,
      Products/Completed Operations, Independent Contractors, Contractual and Personal Injury/Advertising Injury.

      Limits:
      General Aggregate $2,000,000.00
      Products/Completed Operations $2,000,000.00
      Each Occurrence $2,000,000.00
      Personal Injury $2,000,000.00


      (B) Automobile Liability: Coverage shall be at least as broad as Insurance Services Office Form CA 00 01 to include all Owned, Hired, Non-owned vehicles.

      Limits:
      Combined Single Limit Per Accident $2,000,000

      City of Naperville General Terms and Conditions and Instructions to Bidders is modified as follows:

      The City of Naperville and their officers, officials, employees and volunteers are to be covered as additional insured’s with respect to liability arising out of automobiles owned, leased, hired or borrowed by or on behalf of the Contractor; and with respect to liability arising out of work or operations performed by or on behalf of the Contractor including materials, parts or equipment furnished in connection with such work or operations. General Liability coverage shall be provided in the form of an Additional Insured endorsement to the Contractor’s insurance policy, or as a separate owner’s policy.


      (C) Workers’ Compensation: Coverage shall be as required by the State of Illinois, with Statutory Limits, and Employers’ Liability insurance with a limit of no less than $1,000,000 per accident for bodily injury or disease.


      (D) Employers’ Liability:

      Limits:
      Each Accident $1,000,000
      Each Employee Bodily Injury by Disease $1,000,000
      Policy Limit Bodily Injury by Disease $1,000,000


      (E) Other Insurance Provisions: The Commercial General Liability and Automobile Liability policies are to contain, or be endorsed to contain, the following provisions:


      1. The City, its officers, officials, employees and volunteers are to be covered as insured’s with respect to liability arising out of automobiles owned, leased, hired or borrowed by or on behalf of the Contractor; and with respect to liability arising out of work or operations performed by or on behalf of the Contractor including materials, parts or equipment furnished in connection with such work or operations. General Liability coverage shall be provided in the form of an Additional Insured endorsement to the Contractor’s insurance policy, or as a separate owner’s policy.

      2. For any claims related to this project, the Contactor’s insurance coverage shall be primary insurance as respects to the City, its officers, officials, employees and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees or volunteers shall be excess of the Contractor’s insurance and shall not contribute with it. The Workers’ Compensation policy shall be endorsed with a waiver of subrogation in favor of the City for all work performed by the Contractor, its employees, agents and subcontractors. The Contractor understands that the acceptance of Certificates of Insurance, policies and any other documents by the City in no way releases the contractor from the requirements set forth herein.

      A Certificate of Insurance and policy endorsements are required before the award of the contract. The Certificate of Insurance and policy endorsement must be consistent with the requirements in the City's General Terms and Conditions and Instructions to Bidders except as modified as follows:

      General Aggregate limit:
      If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit.

      Professional Liability (Errors and Omissions)
      Insurance appropriate to the Consultant’s profession, with limit no less than $2,000,000 per occurrence or claim, $2,000,000 aggregate. If Professional Liability is written on a claims-made form:

      1. The retroactive date must be shown and must be before the date of the contract or the beginning of contract work.

      2. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the contract of work.

      3. If coverage is canceled or non-renewed, and not replaced with another claims-made policy form with a retroactive date prior to the contract effective date, the Contractor must purchase an extended period coverage for a minimum of five (5) years after completion of contract work.

      4. A copy of the claims reporting requirements must be submitted to the Entity for review.

    • DESCRIPTION OF PROJECT
      1. The Contractor will perform tree trimming, brush collection, chipping, and wood/woodchip disposal within the borders of the City of Naperville for the protection of electrical facilities as well as other City assets. All electric facilities will remain energized during this project. Trimming shall be completed at the request of the Owner within a reasonable agreed upon time frame for routine trimming, and within 2-hours for emergency situations involving public safety. No additional trimming shall be completed if requested from a resident or business outside the scope agreed upon between the Contractor and the Owner under this contract prior to approval from the Owner.

       

      1. All Owner electrical facilities and assets are subject to tree trimming during the duration of this contract. Bids shall include all tools, equipment, and labor to complete the job. Bids will be submitted and evaluated on a Lump Sum + Time and Equipment basis as outlined in the Bid Worksheet and in the Offer to Contract form.  Lump sum for the itemized circuits + estimated T&E for estimated emergent and emergency work will be the basis for the bid award.  Circuits have been on a three-year trim cycle for a number of years.  Contractor is encouraged to field review each circuit prior to bidding. Maps of primary are provided.  Secondary line trimming where no primary exists, as needed, will be handled on a case-by-case basis using T&E rates.

       

      1. Some facilities may be owned by other utilities. These facilities will be described to the Contractor prior to commencement of the work.

       

      1. Daily/Weekly/Monthly job forecasting, and progress sheets must be filled out by the Contractor and returned to the Owner in a timely manner. Failure to keep records may result in loss of payment.  Specifically, Contractor will be required to provide a daily route sheet each day.  The route sheet will need to be submitted by 0630 hours for that day’s work. The format, mode of entry, and information required will be determined by the Owner; however, Contractor will be required to provide Crew leader name, phone number, work location, City WO or SR number, and whether they will be closing a lane of traffic to perform the work.

       

      1. The Contractor must adherence to all applicable OSHA and IDOL standards including ANSI Z133.1-2006 Safety Standard and OSHA regulation 29 CFR Parts 1910.268, 1910.269, and 1910.333.
    • Basis of Award (Unit Price)

      The City of Naperville intends to award a contract to the responsible bidder submitting the lowest responsive bid. Lowest price shall be determined by the Total Bid amount listed on the Bid Worksheet resulting from multiplying the actual number of acceptable units by the unit price items incorporated into the work or service, all as set forth in bid worksheet. In addition, if requested within bid documents, the City may elect to include, within the Total Bid, any combination of additive, alternate, or optional Bid items for which the City determines funds will be available at the time of award. The City will review and make adjustments associated with arithmetic errors to ascertain whether the order of bids is correct.  In the event of arithmetic errors in any of the line items, the unit price will be the controlling factor to correct the arithmetic error.  The City will not assume that the error exists in the unit price.

      Bids submitted are offers only and the decision to accept or reject is a function of quality, reliability, capability, reputation, and expertise of the bidders. The City reserves the right to reject any and all bids or to waive any non-conformity in bids received whenever such rejection or waiver is in the best interests of the City.  The City also reserves the right to reject the bid of a bidder who has previously failed to satisfactorily perform a contract, has not completed contracts on time, or whom investigation shows is not in a position to perform the contract.  The City of Naperville reserves the right to award individual bids to more than one vendor if it is deemed to be in the best interest of the City. The City reserves the right to increase or decrease the contract quantity without penalty from the contractor to the City.

    • Disclaimer Document Distribution

      The City of Naperville Procurement Services and its e-Procurement Portal  https://procurement.opengov.com/portal/naperville are the only authorized sources of solicitation documents.  Solicitation documents and forms obtained from any other source may be an incomplete set of documents. Reproduction of these documents without the express permission of the City of Naperville is prohibited.

    • Basis of Award (Unit Price)

      The City of Naperville intends to award a contract to the responsible bidder submitting the lowest responsive bid. Lowest price shall be determined by the Total Bid amount listed on the Bid Worksheet resulting from multiplying the actual number of acceptable units by the unit price items incorporated into the work or service, all as set forth in bid worksheet. In addition, if requested within bid documents, the City may elect to include, within the Total Bid, any combination of additive, alternate, or optional Bid items for which the City determines funds will be available at the time of award. The City will review and make adjustments associated with arithmetic errors to ascertain whether the order of bids is correct.  In the event of arithmetic errors in any of the line items, the unit price will be the controlling factor to correct the arithmetic error.  The City will not assume that the error exists in the unit price.

      Bids submitted are offers only and the decision to accept or reject is a function of quality, reliability, capability, reputation, and expertise of the bidders. The City reserves the right to reject any and all bids or to waive any non-conformity in bids received whenever such rejection or waiver is in the best interests of the City.  The City also reserves the right to reject the bid of a bidder who has previously failed to satisfactorily perform a contract, has not completed contracts on time, or whom investigation shows is not in a position to perform the contract.  The City of Naperville reserves the right to award individual bids to more than one vendor if it is deemed to be in the best interest of the City. The City reserves the right to increase or decrease the contract quantity without penalty from the contractor to the City.

    • Compliance with the Law

      The Contractor and Contractor’s employees, agents, subconsultants and subcontractors shall comply with all applicable federal, state and local laws, rules, ordinances, regulations, orders, federal circulars and license and permit requirement in the performance of any Contract pursuant to this bid, including, without limitation and to the extent applicable, the Illinois Prevailing Wage Act, the federal Davis-Bacon Act, and the Employment of Illinois Workers on Public Works Act. The Contractor shall be in compliance with applicable tax requirements and shall be current in payment of such taxes.

    • Inspection of Goods

      Inspections and acceptance of materials or supplies will be made after delivery. Final inspection shall be conclusive except as regards latent defects, fraud, or such gross mistakes as to amount to fraud. Final inspection and acceptance or rejection of the materials or supplies will be made as promptly as practicable. All delivered materials shall be accepted subject to inspection and physical count.

    • Packing Slips or Delivery Tickets

      All shipments or deliveries shall be accompanied by packing slips or delivery tickets and shall contain the following information for each item delivered:

      1. Purchase Order
      2. Number Quantity Ordered
      3. Name of the Article
      4. Stock Number
      5. Quantity Shipped
      6. Name of the Contractor
      7. Quantity Back Ordered

       

    • Damages/Indemnification

      The Contractor shall defend, indemnify, and hold harmless the City and its officers, agents and employees, from any and all liability, losses or damages as a result of claims, demands, suits, actions, or proceedings of any kind of nature,, including but not limited to costs and fees, including reasonable attorney’s fees, resulting from any negligent or willful act or omission on the part of the Contractor or Contractor’s subcontractors, subconsultants, or sub-vendors, or their respective employees, agents and representatives, during the performance of this Agreement, including without limitation, failure to comply with all applicable federal, state, and local laws, rules, ordinances, regulations, orders, federal circulars and all license and permit requirements. Such defense, indemnification, and hold harmless provisions shall not be limited by reason of any insurance coverage provided for herein. Nothing contained herein shall be construed as prohibiting the City, or its officers, agents, or employees, from defending through the selection and use of their own agents, attorneys, and experts, any claims, actions or suits brought against them in which case the Contractor shall be liable for the reasonable cost, fees, and expenses incurred in the defense of any such claims, actions, or suits. Nothing herein shall be construed as a limitation or waiver of defenses available to the City and employees and agents, including but not limited to the
      Illinois Local Government and Governmental Employees Tort Immunity Act, 745 ILCS 10/1-102 et seq. The provisions of this paragraph shall survive completion, expiration or termination of this Agreement.

    • Laws Governing

      This contract shall be governed by and construed according to the laws of the State of Illinois except that sections 2 through 8 of the Local Government Prompt Payment Act (50 ILCS 505/2-8) shall not be applicable. Venue for any action related to this agreement shall be in the Circuit Court for the 18th Judicial Circuit, DuPage County, Illinois.

    • Samples

      Samples or drawings requested shall be delivered free of charge with the bid. Rejected samples shall be removed by the bidder at his own expense after the bid opening. Accepted samples will be retained during the life of the contract.

    • SCOPE OF WORK
      1. The Contractor shall furnish all supervision, labor, tools, equipment, and transportation to trim and/or remove trees, brush, or other vegetation interfering with the Owner’s facilities.
      2. Ground clearing around the Owner’s facilities relating to transmission lines, pad mount electrical equipment, utility poles, rear lot/parkway tree removals, and general land clearing (for emergencies) will be part of this bid. Given this work function is outside the scope of line clearance tree trimming, EHAP training is not required but preferred.
      3. Contractor crews must work in a professional manner while working near and around customer owned property. All customer owned properties must be returned to the original condition or better after work is completed. The cleanup of customer-owned properties should be considered of the utmost customer service practices under this contract. All work shall be done, and all complaints handled by the Contractor with due regard to the Owner’s public relations.  Contractor is advised to include taking “before” pictures for any area where landscape restoration may become an issue.  Without conclusive evidence to defend against a customer complaint, Contractor will be responsible for satisfying the customer request.

       

      1. The Contractor agrees that complaints of any nature shall receive immediate attention and shall make all efforts to affect a proper adjustment. All complaints and the actions taken by the Contractor shall be reported to the Owner. It is understood that the Contractor does not represent the Owner and has no authority to obligate the Owner for any payment or benefit of any kind.

       

      1. The Contractor is responsible for any damages which may occur on private or public property while performing work functions. The Contractor shall make all efforts to correct any damage in a timely manner in the same, if not better, condition prior to the damage occurring.

       

      1. The Contractor shall furnish, maintain, and erect the necessary guards, warning signs and traffic control protective devices at work locations to prevent accidents to the public or damage to property.
      2. The Contractor shall secure all information as to the nature of the electrical facilities involved in every case prior to starting work. The Contractor is solely responsible for providing and using all necessary protective equipment for the safety of their employees, and to guard against interference with the normal operation of the Owner’s facilities.

       

      1. The Contractor is responsible for the storage of vehicles and equipment off the Owner’s premises during the duration of this contract. The Owner shall not incur any costs associated with the offsite storage.

       

      1. The Contractor shall legally dispose of all debris resulting from their work and shall leave the work area in the condition equal to or better than before the work was undertaken. Written permission for leaving wood must be obtained by property owner.

       

      1. The Contractor is responsible for disinfecting equipment after each use to prevent the spread of disease and contamination from one tree or bush to another tree or bush.

       

      1. At all times the Contractor shall utilize planking to minimize the risk of damaging any personal, private, or public property. The Contractor shall furnish all planking for a vehicle to enter said areas to prevent damage. Planking shall be readily available for use by multiple crews if needed.

       

      1. Where permission to perform work is not obtained, the Contractor shall submit a Tree Trimming written report to the Owner containing the following:

       

        1. Identify the location of the tree to be trimmed or removed, the work deemed necessary by the Contractor
        2. The identity of the property owner and public authorities having ownership or control of the tree
        3. The dates when the Contractor contacted the property owner or public authority to obtain permission
        4. Affected facilities needing trimming
        5. A summary of the objection by the property owner or public authority to the work proposed to be performed by the Contractor. Notwithstanding the lack of permission, the Contractor must notify the Owner in writing of the inability to perform said work
      1. The workday shall be 7:00 a.m. until 5:00 p.m. The work will commence on-site at 7:00 a.m. and complete by 5:00p.m. Should work be required past 5:00 p.m., the Contractor shall notify the Owner prior to 3:30 p.m., of the work function at hand and obtain permission to work later than 5:00 p.m. The Contractor must have all equipment ready for operation for each day. All vehicles and equipment must be fueled up and all dump beds empty. This must be completed to ensure vehicular preparedness in the event of an emergency call out as well as timely response to the work site for the following workday.

       

      1. The Contractor shall perform all work to the complete satisfaction of the Owner and in accordance with all municipal, county, state and other laws, ordinances, or regulations applicable to such work.
      2. All tree trimming shall be done in such a way as to obtain the maximum clearance possible to safeguard the integrity of the Owner’s facilities and public health, safety, and welfare. All tree trimming shall be done with due consideration of current and future tree health and symmetry, but such considerations are secondary to safeguarding the integrity of the Owner’s facilities and public health, safety, and welfare. Clearance requirements will be; poles are to be cleared of vegetation and to allow for minimum 5’ circumference around the pole for climbing space, and for pad mount equipment 5’ on sides, and 10’ on the front or where doors are located. If required, specific details will be given to the Contractor regarding additional required clearances.

       

      1. When the Owner requests additional crews for additional trimming to augment the current crew structure in place, the Contractor shall arrange for qualified personnel, equipment, and tools to begin within two (2) calendar days after notification or an agreed upon start date. The Owner shall not incur any additional costs for additional crews utilized for routine tree trimming.

       

      1. The Contractor shall remove any hazard tree, which poses danger to the Owner’s facilities in a timely manner. Should the tree be deemed “Dangerous to climb” or “Unable to climb” the Contractor shall obtain appropriate equipment to safely remove the trees from the facilities within 48 hours. The Owner shall not incur any costs associated with the specialized equipment.

       

      1. The Contractor shall be responsible for utilizing only appropriate, effective tools and equipment as required under this contract, which must be in a constant state of good repair and operation. Any tools or equipment which fails in the execution of such work, shall immediately be repaired, or replaced. The Owner shall not be responsible for any cost or time, including associated labor, related to ineffective or defective tools and/or equipment. All vehicles and associated equipment must always present a clean appearance and shall display the company name on the door or side of the vehicle. All maintenance on the Contractor’s equipment must be made on “OFF” hours (times other than normal business hours/the workday) or the personnel and equipment hours must be deducted from billing charges submitted to the Owner at the end of the pay period. The Working Foreman’s business obligations required by the Contractor, not the Owner, including but not limited to phone calls, training, etc. and will not be compensated to the Contractor under this contract.

       

      1. The Contractor must clearly identify on each vehicle the following: Contractor’s name and local phone number, identification indicating the Contractor is only a Contractor for the Owner and must also include a vehicle number. The size of the lettering must conform to the Illinois Department of Motor Vehicles and or the Illinois Department of Transportation.

       

      1. The Contractor shall make the crews normally working in Naperville, no less than two crews, available to Naperville for storm response with a 2 hour response time.  The City shall have the first right of refusal should the Contractor wish to use their crews outside of Naperville for storm response.  The Contractor can request the City to release the Contractor crews to work on storm response outside Naperville after the storm has passed, and such approval shall not be unreasonably withheld.  The City, at its’ discretion, may request the Contractor to stage crews prior to the storm event, and such wait time shall be compensated on time and material rates.  In the event, additional crews are required due to factors outside the control of the Owner, such as a severe weather event, the Contractor will have 6 hours to gather the additional resources and have them on the Owner’s property for dispatching. The Working Foreman will contact Owner when the crew arrives on site and when the crew completes work. If additional personnel are required, Working Foreman will call and gain permission from the Owner. The Owner shall not incur any additional costs for additional crews beyond labor relating to any additional hours or shifts worked.
      2. A callout schedule must be given to the Owner and by the first of each month. This schedule must list the names, phone numbers and job title of the employees who will be on “stand by”. It is the understanding that the listed personnel are on “stand by” and will be responding to after hour calls. All changes to this schedule will be given to the Owner as soon as they are made. The Owner shall not incur any charges associated with the “stand by”. In the event of an after hour call out, the Owner will pay the Contractor the wage rate per the bid pricing for the hours personnel worked outside the normal working hours of 7:00am-3:30pm.
      3. Pursuant to the Intergovernmental Cooperation Act, this contract may be utilized by other governmental agencies.

       

      Any public entity may elect to participate under the same terms, conditions, and pricing. Each participating agency shall be responsible for its own purchases, payments, and contract administration. The issuing agency assumes no liability for the actions of participating agencies

    • REMOVAL OF DEBRIS/CLEAN UP
      1. After working on any tree, all pruning equipment must be disinfected before working on another tree.

       

      1. Immediately after trimming/pruning of a tree has been completed, the entire affected area must be raked and thoroughly cleaned up.

       

      1. Except for storm damage, the Contractor must remove all debris from the site, right of way or other private property where tree trimming/pruning has occurred by the end of the next workday. Therefore, no debris may remain on the right of way or private property where trimming operations have occurred for more than one night, over the weekend (Saturday/Sunday) or on Holidays unless approved by the Owner.

       

      1. For storm damage, Contractor is not responsible for debris removal.  Limbs or trees worked on during storms shall be felled to ground level and made safe but can otherwise be left on site.
    • No Bid Response

      If you choose not to respond, please select NO BID on https://procurement.opengov.com/portal/naperville.

    • Force Majeure

      Whenever a period of time is provided for in this Agreement for either the CITY or Contractor to do or perform any act or obligation, neither party shall be liable for any delays or inability to perform due to causes beyond the control of said party such as war, riot, strike or lockout by or against either party’s own employees or suppliers, unavoidable casualty or damage to personnel, materials or equipment, fire, flood, storm,
      earthquake, tornado or any act of God; provided, however, that said time period shall be extended for only the actual amount of time said party is so delayed. Except as to a strike or lockout by or against either party’s own employees or suppliers, an act or omission shall not be deemed to be “beyond Contractor’s control” if committed, omitted or caused by Contractor, Contractor’s employees, officers or agents or a subsidiary, affiliate or parent of Contractor or by any corporation or other business entity that holds a controlling interest in Contractor, whether held directly or indirectly.

    • Cercla Indemnification

      The Contractor shall, to the maximum extent permitted by law, indemnify, defend, and hold harmless the City, its officers, employees, agents, and attorneys from and against any and all liability, including without limitation, costs of response, removal, remediation, investigation, property damage, personal injury, damage to natural resources, health assessments, health settlements, attorneys' fees, and other related transaction costs arising under the Comprehensive Environmental Response, Compensation, and Liability Act (CERCLA) of 1980, 42 U.S.C.A. Sec. 9601, et seq., as amended, and all other applicable statutes, regulations, ordinances, and under common law for any release or threatened release of the waste material collected by the Contractor, both before and after its disposal.

    • Employment of Illinois Workers on Public Works Act

      Contractor agrees to comply with the Employment of Illinois Workers on Public Works Act (30 ILCS 570/0.01 et seq.) and employ Illinois laborers if, at the time this contract is executed or during the term of this contract, there is excessive unemployment in Illinois as defined in the Act.

    • Basis of Award (Grouping Line Items)
    • Prevailing Wages

      If this contract calls for the construction of a “public work”, within the meaning of the Illinois Prevailing Wage Act, 820 ILCS 130/.01et seq. (“the Act”), the Act requires contractors and subcontractors to pay laborers, workers and mechanics performing services on public works projects no less than the “prevailing rate of wages” (hourly cash wages plus fringe benefits) in the county where the work is performed. For
      information regarding current prevailing wage rates, please refer to the Illinois Department of Labor’s website at:

      https://www2.illinois.gov/idol/laws-rules/conmed/pages/prevailing-wage-rates.aspx.

      All contractors and subcontractors rendering services under this contract must comply with all requirements of the Act, including but not limited to, all wage, notice and record keeping duties.


      Pursuant to PA 100-1177 and in accordance with 820 ILCS 130/5.1, Contractors shall submit to the Illinois Department of Labor (IDOL) all certified payroll records for prevailing wage work performed by contractor employees or subcontractors. IDOL is charged with developing and maintaining an online portal for prevailing wage construction contractors to file their certified payrolls. The portal may be accessed by visiting

      https://www2.illinois.gov/idol/Laws-Rules/CONMED/Pages/CertifiedTranscriptOfPayroll.aspx.

    • Responsible Bidders Ordinance (RBO)

      Section 1-9B of the Naperville Municipal Code requires that bidders for City of Naperville construction contracts in excess of $34,999.99 must participate in active apprenticeship and training programs approved and registered with the United States Department of Labor’s Bureau of Apprenticeship and Training to be considered a responsible bidder. A bidder must affirm such participation with a signed Responsible Bidder Affidavit submitted with any bid.

    • Alternate Proposals

      Unless the proposal form states that an alternate proposal is permissible, each vendor may submit only ONE proposal. If an unsolicited alternate is included in the bid, only the first proposal seen by the City will be read and considered.

    • Basis of Award (Grouping Line Items)
    • DAMAGE TO PRIVATE OR PUBLIC PROPERTY
      1. Any damage to private or public property because of the Contractor’s operation shall be repaired within three (3) workdays by Contractor.

       

      1. If the repair is not completed within the three (3) workdays, or completed satisfactorily in the opinion of the Owner, the Owner reserves the right to make the necessary repairs and deduct these costs from any money due the Contractor.
    • Notice of Award

      The City will accept in writing one of the bids within ninety (90) days from the date of opening of bids, or the time specified within the specifications, unless the lowest responsible bidder extends the time of acceptance to the City. Notice of Award will be posted on https://procurement.opengov.com/portal/naperville, our e-bidding site, for all bidders within the time for acceptance specified in the Invitation to Bid.

    • Notice of Award

      The City will accept in writing one of the bids within ninety (90) days from the date of opening of bids, or the time specified within the specifications, unless the lowest responsible bidder extends the time of acceptance to the City. Notice of Award will be posted on https://procurement.opengov.com/portal/naperville, our e-bidding site, for all bidders within the time for acceptance specified in the Invitation to Bid.

    • Illinois Drug Free Workplace Act

      The undersigned will publish a statement:

      A. Notifying employees that the unlawful manufacture, distribution, dispensation, possession, or use of a controlled substance is prohibited in the aforementioned company’s workplace;

      B. Specifying the actions that will be taken against employees for violations of this prohibition;

      C. Notifying the employees that, as a condition of their employment to do work under the contract with the City of Naperville, the employees will:

      1. Abide by the terms of the statement; and

      2. Notify the aforementioned company of any criminal drug statute conviction for a violation occurring in the workplace not later than five(5) days after such a conviction.

      D. Establishing a drug free awareness program to inform the aforementioned company's employees about:

      1. The dangers of drug abuse in the workplace;
      2. The aforementioned company's policy of maintaining a drug free workplace;
      3. Any available drug counseling, rehabilitation, and employee assistance programs; and
      4. The penalties that may be imposed upon employees for drug violations.

      E. Making it a requirement to give a copy of the statement required by Section to each employee engaged in the performance of the contract with the City of Naperville and to post the statement in a prominent place in the workplace;

      F. Notifying the City of Naperville within ten (10) days after receiving notice under Section 5.C.2. from an employee or otherwise receiving actual notice of such a conviction;

      G. Imposing a sanction on, or requiring the satisfactory participation in drug abuse assistance or rehabilitation program by, any employee who is so convicted, as required by Section 6., below;

      H. Training personnel to effectively assist employees in selecting a proper course of action in the event drug counseling, treatment, and rehabilitation is required and indicating that an effectively trained
      counseling and referral team is in place;

      I. Making a good faith effort to continue to maintain a drug free workplace through implementation of this policy. Section 6. The undersigned further affirms that within thirty (30) days after receiving
      notice from an employee of a conviction of a violation of the criminal drug statute occurring in the aforementioned company's workplace he/she shall:

      A. Take appropriate personnel action against such employee up to and including termination; or

      B. Require the employee to satisfactorily participate in a drug abuse assistance or rehabilitation program approved for such purposes by a federal, state, or local health, law enforcement, or other appropriate agency.

    • REPORTING/MANAGING
      1. Prior to the beginning of the initial work period, the Owner will meet with the Working Foreman for the Contractor and perform a walk through in the designated area to identify trees to be trimmed/pruned and to answer any related questions the Contractor may have. Should a face to face walk down not be feasible, an agreed upon paint marking system will be utilized to indicate what vegetation needs to be trimmed or removed.
      2. During the contract period, the Owner will meet with the Contractor a minimum of once each week to review completed items and future assignments.
      3. Upon completion of assignments, the Owner will meet with the Contractor to perform a final walk through, and review all completed trimming/pruning sites.
    • Party Interested in More than One Bid

      A party who has quoted prices for work, materials, or supplies to a bidder is not thereby disqualified from quoting prices to other bidders or from submitting a bid directly for the work, materials, or supplies.

    • PUBLIC RELATIONS
      1. The Contractor shall obtain consent or permission for the necessary work from the property owner or public authorities having ownership or control over each tree to be trimmed or removed, except when such work is to be performed along public parks and parkways belonging to the Owner.

       

      1. The Contractor shall notify property occupant by knocking on the door of the property and/or hanging a door tag confirming what work will be taking place. Hanging door tags will be provided by the Owner but the contact information shall be the Contractor.

       

      1. Permission for a tree removal shall be obtained in writing. Whenever permission to do any work cannot be obtained, no such work shall be initially performed, and follow proper documentation per #12 under the Scope section.

       

      1. At time of bid, the Contractor will provide annually to the Owner all necessary documentation of personnel training and certification as it relates to Tree Line USA recognition – including but not limited to safety topics/trainings performed throughout the duration of this Contract.
    • Tax Compliance

      The undersigned on behalf of the entity making the foregoing proposal certifies that neither the undersigned nor the entity is barred from contracting with the City of Naperville because of any delinquency in the payment of any tax administered by the State of Illinois, Department of Revenue, unless the undersigned or the entity is contesting, in accordance with the procedures established by the appropriate revenue
      act, liability of the tax or the amount of tax.

    • Bids Binding for 90 Days

      Unless otherwise specified in the specifications, all formal bids submitted shall be binding for ninety (90) calendar days following date of opening.

    • Veterans Preference Act

      In the event of a tie, the City will give preference according to the Veterans Preference Act; Illinois Revised Statutes, Chapter 126-1/2, Section 23, Effective July 1, 1935 as amended September 6, 1990; In the employment and appointment to fill positions in the construction, addition to, or alteration of all public works undertaken or contracted for by the State, or by any political subdivision there, preference shall be given to persons who have been members of the armed forces of the United States or who, while citizens of the United States, were members of the armed forces of allies of the United States in time of hostilities with a foreign country, and have served under one or more of the following conditions:

      1. The veteran served a total of at least six months, or
      2. The veteran served for the duration of hostilities regardless of the length of engagement, or
      3. The veteran served in the theater of operations but was discharged on the basis of hardship, or
      4. The veteran was released from active duty because of a service connected disability and was honorably discharged. But such preference shall be given only to those persons who are found to possess the business capacity necessary for the proper discharge of the duties of such employment. No political subdivision or person contracting for such public works is required to give preference to veterans, not residents of such districts, over residents thereof, who are not veterans.
    • Withdrawal of Bids

      A bid submission may be withdrawn any time prior to the submission deadline by selecting "unsubmit" at the bottom the application.

    • Equal Employment Opportunity

      This EQUAL EMPLOYMENT OPPORTUNITY CLAUSE is required by the Illinois Human Rights Act and the Rules and Regulations of the Illinois Department of Human Rights published at 44 Illinois Administrative Code Section 750, et seq.. Section 10. In the event of the contractor's noncompliance with any provision of this Equal Employment Opportunity Clause, the Illinois Human Right Act, or the Rules and
      Regulations for Public Contracts of the Department of Human Rights (hereinafter referred to as the Department) the contractor may be declared non-responsible and therefore ineligible for future contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations, and the contract may be canceled or avoided in whole or in part, and such other sanctions or penalties may be imposed or remedies involved as provided by statute or regulation.

      During the performance of this contract, the contractor agrees:


      A. That it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, age, disability, citizenship status, national origin, veteran status, marital status, sexual orientation, gender identity or any other characteristic that is protected by law. Further, that it will examine all job classifications to determine if minority persons or
      women are underutilized and will take appropriate affirmative action to rectify any such underutilization.


      B. That, if it hires additional employees in order to perform this contract, or any portion hereof, it will determine the availability (in accordance with the Department's Rules and Regulations for Public Contracts) of minorities and women in the area(s) from which it may reasonably recruit and it will hire for each job classification for which employees are hired in such a way that minorities and women are not underutilized.


      C. That, in all solicitations or advertisements for employees placed by it or on its behalf, it will state that all applicants will be afforded equal opportunity without discrimination because of race, color, religion, sex, marital status, national origin or ancestry, age, physical or mental handicap unrelated to ability, or an unfavorable discharge from military service.


      D. That it will send to each labor organization or representative of workers with which it has or is bound by a collective bargaining or other agreement or understanding, a notice advising such labor organization or representative of the contractor's obligations under the Illinois Human Rights Act and the Department's Rules and Regulations for Public Contract. If any such labor organization or representative fails or refuses to cooperate with the contractor in its efforts to comply with such Act and Rules and Regulations, the contractor will promptly so notify the Department and the contracting agency will recruit employees from other sources when necessary to fulfill its obligations thereunder.


      E. That it will submit reports as required by the Department's Rules and Regulations for Public Contracts, furnish all relevant information as may from time to time be requested by the Department or the contracting agency, and in all respects comply with the Illinois Human Rights Act and the Department's Rules and Regulations for Public Contracts.


      F. That it will permit access to all relevant books, records, accounts and work sites by personnel of the contracting agency and the Department for purposes of investigation to ascertain compliance with the Illinois Human Rights Act and the Department's Rules and Regulations for Public Contracts.


      G. That it will include verbatim or by reference the provisions of this Equal Employment Opportunity Clause in every subcontract it awards under which any portion of the contract obligations are undertaken or assumed, so that such provisions will be binding upon such subcontractor. In the same manner as the other provisions of this contract, the contractor will be liable for compliance with applicable provisions of this clause by such subcontractors; and further it will promptly notify the contracting agency and the Department in the event any subcontractor fails or refuses to comply therewith. In addition, the contractor will not utilize any subcontractor declared by the Illinois Human Rights Department to be ineligible for contracts or subcontracts with the State of Illinois or any of its political subdivisions or municipal corporations.

      For these purposes, "Subcontract" means any agreement, arrangement or understanding, written or otherwise, between a public contractor and any person under which any portion of the public contractor's obligations under one or more public contracts is performed, undertaken or assumed; the term "subcontract," however, shall not include any agreement, arrangement or understanding
      in which the parties stand in the relationship of an employer and an employee, or between a bank or other financial institution and its customers.

      It is expressly understood that the foregoing statements and representations and promises are made as a condition to the right of the bidder to receive payment under any award made under the terms and provisions of this bid.


      Have written sexual harassment policies that shall include, at a minimum, the following information: (i) the illegality of sexual harassment; (ii) the definition of sexual harassment under State law; (iii) a description of sexual harassment, utilizing examples; (iv) the vendor's internal complaint process including penalties; (v) the legal recourse, investigative and complaint process available through the Department and the Commission; (vi) directions on how to contact the Department and Commission; and (vii) protection against retaliation as provided by Section 6-101 of this Act. A copy of the policies shall be provided to the Department upon request.

       

    • Substance Abuse Prevention on Public Works Projects Act

      The successful bidder must be in compliance with State of Illinois HB-1855 (Public Act 095-0635), which amends the Prevailing Wage Act. Before an employer commences work on a public works project, the employer shall have in place a written program which meets or exceeds the program requirements in this Act, to be filed with the public body engaged in the construction of the public works and made available to the general public, for the prevention of substance abuse among its employees. The testing must be performed by a laboratory that is certified for Federal Workplace Drug Testing Programs by the Substance Abuse and Mental Health Service Administration of the U.S. Department of Health and Human Services.

    • EQUIPMENT
      1. The following equipment (or equivalent) may be requested:

       

        • One-Ton Dump with all necessary equipment and tools including but not limited to:
          • Pruning tools-Loppers, hand pruners and pole pruners,
          • Chain saws up to 32” bar
          • Leaf blower

       

       

        • Split-Dump Truck with all necessary equipment and tools including but not limited to:
          • climbing saddles, ropes, block & tackle, ladder, pruner

      and wheelbarrow

          • Chain saws up to 32” bar
          • Leaf blower

       

        • Bucket Truck with all necessary equipment and tools including but not limited to:

       

          • 5-point harness, climbing saddles, Hydraulic pruner and saw ropes, block & tackle, ladder, and wheelbarrow
          • Chain saws up to 32” bar
          • Leaf blower

       

        • Chipper
          • 12” diameter self-feeding chipper required (no smaller than 12”)
        • Stump Grinder

       

          • Self-propelled on person capable of grinding 18’ stumps to a depth of at least 24”.

       

      The Owner shall use personnel from their current staff to operate the stump grinder. The hourly rate for this unit must include all associated personnel and equipment. Timelines for the assignment and completion of work for this unit will be agreed upon between the Owner and the Contactor.

       

        • Flail Mower

       

          • Off road tractor or skid steer with flail mower capable of land clearing various terrains. This unit must be capable of turning debris into wood chips typically generated from a chipper. The hourly rate for this unit must include all associated personnel and equipment. Timelines for the assignment and completion of work for this unit will be agreed upon between the Owner and the Contactor.

       

      1. Under no circumstances shall any motorized vehicle/equipment be permitted to be driven on the parkways, driveways, or public walks while performing work under the provisions of this Contract unless prior consent is given by the property owner. The Contractor assumes 100% liability for any associated damages.

       

    • Americans with Disabilities Act

      The Americans with Disabilities Act (42 U.S.C. 12101 et seq.) and the regulations thereunder (28 CFR 35.130) (ADA) prohibit discrimination against persons with disabilities by the State, whether directly or through contractual arrangements, in the provision of any aid, benefit or service. As a condition of receiving this contract, the undersigned vendor certifies that services, programs and activities provided under this
      contract are and will continue to be in compliance with the ADA.

    • Contractor Safety Orientation Checklist

      Prior to the start of any work, the Contractor and the Jobsite Manager/Supervisor will be required to complete the City’s Contractor Safety Orientation Checklist at a pre-construction meeting. No work can begin until the completed form has been received and signed by the Jobsite Manager/Supervisor. A sample of the Contractor Safety Orientation Checklist is included as part of the bid document.

    • Bidders Invited to Bid Opening

      At the time assigned for the opening of formal bids, the bids will be opened electronically and read aloud. Bidders are encouraged to attend all openings and to offer constructive suggestions for improvements to the bid format or any way in which greater savings can be realized in future bidding opportunities.

    • WORK HOURS
      1. The Contractor shall perform the work under this contract during normal business hours of 7:00 a.m. to 3:30 p.m., Monday through Friday, except holidays unless otherwise authorized by the Owner. Should work be required past 3:30 p.m., the Contractor shall notify the Owner prior to 3:30 p.m., of the work function at hand and obtain permission to work later than 3:30

      p.m. The Contractor must be on site at 7:00 a.m. to begin working on designated areas to be trimmed. If the crew is not at the job site by 7:00 a.m., the Working Foreman will call the Owner with cause for delay. All instances will be monitored and tracked.

    • Payment Terms

      The City of Naperville’s payment terms are net 30. The payment date will be calculated based on the invoice receipt date or delivery date, whichever is later. All payments shall
      be made with electronic payment transfer.

       

    • Non-Resident Executive and Technical Experts

      Every contractor on a public works project or improvement or hazardous waste clean-up and on-site disposal project in this State may place on such work no more than 3, or 6 in the case of a hazardous waste clean-up and on-site disposal project, of his regularly employed non- resident executive and technical experts, even though they do not qualify as Illinois laborers as defined in Section 1 of Article 2 of this Act.

    • Tax Exempt

      Sales to the City of Naperville are exempt from state and local retailers' occupation tax, state and local service occupational tax, use tax, and service use tax pursuant to Rule No. 40 of the Illinois Retailers Occupation Tax Rules issued April 15, 1965. Our tax exemption number is E9997-4398-07.

    • TERMS
      1. In some cases, the Owner may cancel certain work ahead of the following workday without cost to the Owner. If other work is available, a crew may stay to work. In the event of inclement weather, and the crews are unable to work, the Contractor will not be compensated.

       

      1. The duration of this contract will be from date of award through June 16, 2026 through June 15, 2029  with three(3) one-year options for extension.

       

      1. For bidding purposes only, estimated T&E needs will be calculated. The vehicle structure should set as the following: one-bucket crew, and one-climbing crew. This number may increase or decrease. The “2 total crew” structure is only for tabulation purposes. All work will be paid at a Time and Equipment (T&E) rate of pay. These calculations are an estimate and does not guarantee work will be assigned.

       

      1. Overtime will be paid at a rate of 1.5 after 8 hours of work or hours exceeding 40 hours of work in a work week for personnel specifically under this contract. Vehicles and equipment will remain at the hourly rate provided.  Other OT rates (Sunday/Holiday) shall be defined in Contractor bid response.
      2. Work is an estimate and does not guarantee work will be assigned.
      3. The Contractor shall submit the following information on each invoice:
      • Contract #
      • Bid #
      • Job Description
      • Week Ending
      • Detailed Billing
        • WO# or SR#
        • Description (Crew Leader/ Trimmer/ Equipment, etc.)
        • Quantity
        • Unit
        • Rate
      • Total
    • PAYMENT
      1. All invoices shall be e-mailed to:

      City of Naperville: Laura Hanna hannal@naperville.il.us and the invoice must include vendor’s name and phone number, and all content as required in Terms #6 above.

    • Bid Rigging and Bid Rotating

      By submitting a bid for this project, bidder adheres to the following in connection with this procurement:


      A.   The bid is not made in the interest of or on behalf of any undisclosed person, partnership, company, association, organization or corporation;

      B.   The bidder has not in any manner directly or indirectly sought by consultation, communication or agreement with anyone to fix the bid price of said bidder or any other bidder or to fix any 
      overhead profit or cost element of such bid price or that of any other bidder or to secure any advantage against the public body awarding the contract or anyone interested in the proper contract;

      C.  The bid is genuine and not collusive or sham;

      D. The prices or breakdowns thereof and any and all contents which had been quoted in this bid have not been knowingly disclosed by the bidder and will not be knowingly disclosed by the bidder directly or indirectly to any other bidder or any competitor prior to opening;


      E. All statements contained in such bid are true;

      F. No attempt has been made or will be made by the bidder to induce any other person or firm to submit a false or sham bid;
      G. No attempt has been made or will be made by the bidder to induce any other person or firm to submit or not to submit a bid for the purpose of restricting competition;

       

      1. He/she is the person in the bidder's organization responsible within that organization for the decision as to the prices being bid herein and that he/she has not participated, and will not participate, in any action contrary to paragraphs A through G above; or

      2. He/she is not the person in the bidder's organization responsible within that organization for the decision as to the prices being bid herein but that he/she has been authorized to act as agent for the persons responsible for such decision in certifying that such persons have not participated, and will not participate, in any action contrary to paragraphs A through G above and as their agent does hereby so certify; and

      3. That he/she has not participated, and will not participate, in any action contrary to paragraphs A through G above. Section 4.

       

      The person submitting a bid for this project certifies that the bidder has never been convicted for a violation of State laws prohibiting bid rigging or bid rotating.

    • Order of Precedence of Contract Documents

      The order of precedence of the component contract parts shall be as follows:

      1. Addenda if any.
      2. Project Specific Instructions to Bidders.
      3. Project Specific Supplementary Conditions to Project Specific General Conditions.
      4. Project Specific General Conditions.
      5. City of Naperville General Terms and Conditions and Instruction to Bidders.
      6. Special Conditions, Detailed Specifications and Special Provisions.
      7. Plans or City drawings.
      8. Standard Specifications of the City, State, or Federal Government.
      9. Performance Bond, if required.

      The foregoing order of precedence shall govern the interpretation of the contract in all cases of conflict or inconsistency therein, except as may be otherwise expressly provided by the City.

      In addition, in the case of a conflict between any term or provision contained in the contract documents which cannot be resolved by the order of precedence set forth above, the term or condition that is more stringent and/or specific shall govern and apply.

    • CONTRACTOR PERSONNEL
      1. The employees of the Contractor must always present themselves in a professional manner and appearance including customer interaction and appearance. The employee must wear photo identification and company uniform always while on the jobsite.

       

      1. Employees of the Contractor are to always work at a steady pace. All breaks will be taken in accordance with state laws at a time agreed upon with Owner for all crews. Lunches (30 minute) are to be taken on the job site. Lunches must be taken on parkway instead of homeowner’s lawns. Employees should bring their lunches or make other arrangements for obtaining a lunch in such a way that will not interfere with daily tasks. The Contractor will not be compensated monetarily for any infractions to these established break and lunch schedules.

       

      1. The Contractor shall employ only qualified, competent, and skilled workers in the conduct of work under this contract. All workers should possess the certifications and knowledge of procedures, and practices required for tree trimming, crown reduction tree trimming, tree removal, and tree falling. The Owner will not incur labor costs for training of crews. This time will be deducted from labor charges. The Owner shall have the authority to order the removal any of the Contractor’s employees who refuses or neglects to obey any instructions, or who is deemed incompetent, unfaithful, abusive, threatening, or disorderly conduct. Any such person shall not again be employed for the duration of this contract.

       

      1. All employees must obtain the proper license to operate the vehicles under this contract.

       

      1. The Contractor must have an established drug and alcohol-testing program for their employees. All CDL (Commercial Driver’s License) drivers must be tested per the State of Illinois Department of Motor Vehicles and/or the Illinois Department of Transportation requirements. The Owner will require verification that all workers under this contract have been tested prior to the start of this contract.  Proof of the program shall be required with the bid, verification of all workers status prior to award of contract.
      2. The Working Foreman for the Contractor shall give his/her personal supervision to the work, and function as a Working Foreman. All associated expenses for this position shall be considered incidental to this contract – no financial compensation will be granted for this position. A suitable replacement must fill in for the Working Foreman during vacations or illnesses. Insofar as practical, the individual who has been approved to represent the Contractor shall so act, and follow without delay, instructions of the Owner’s management in the completion of the directed work.
    • Illinois Freedom of Information Act

      1. Cooperation with disclosure under the Illinois Freedom of Information Act.

      The Illinois Freedom of Information Act (“FOIA” or “Act”) (5 ILCS 140/1, et seq.), provides that records in the possession of others whom the City has contracted with to perform a governmental function are covered by the Act and subject to disclosure within limited statutory timeframes (5 working days with a possible 5 working day extension, or within such other time frame as agreed upon in writing by the requester). Upon notification from the City that it has received a FOIA request that calls for records within the proposer’s control, the proposer shall promptly provide all requested records to the City so that the City may comply with the request within the required timeframe. The City and the proposer shall cooperate to determine what records are subject to such a request and whether or not any exemptions to the disclosure of such records or part thereof, are applicable.

      2. Information that may be exempt from disclosure under FOIA.

      The underlying principle of FOIA is that public records should be available to the public. However, there are many exemptions under FOIA which permit specific information to be withheld from disclosure for certain reasons. (See 5 ILCS 140/7 and 7.5).

      If the City receives a FOIA request which calls for production of any or all of the materials you have submitted in response to the City’s request for proposal, the City will consider whether any of the exemptions are applicable. To assist us in that regard please review and comply with the following:

      a. Trade Secret/Proprietary information/(7(1)(g)). You may seek to have information submitted by it to the City withheld from disclosure to third parties to the extent that such information constitutes trade secrets or commercial or financial information that is proprietary, privileged or confidential, the disclosure of which would cause competitive harm to a person or business. Please clearly indicate, specifically, any portions of your proposal that you believe fall within this exemption.

      i. Note: Please be careful to designate only those sections of your submittal that you believe, in good faith, fall within this exemption. If entire documents or submittals are designated as exempt, the City may determine that you have not complied with this direction and may not respect your claim for the exemption.

      b. Security measures/7(1)(v)). You should clearly designate, with specificity, any portions of its submittal which falls within the following exemption:

      Vulnerability assessments, security measures, and response policies or plans that are designed to identify, prevent, or respond to potential attacks upon a community's population or systems, facilities, or installations, the destruction or contamination of which would constitute a clear and present danger to the health or safety of the community, but only to the extent that disclosure could reasonably be expected to jeopardize the effectiveness of the measures or the safety of the personnel who implement them or the public. *Information exempt under this item may include, such things as details pertaining to the mobilization or deployment of personnel or equipment, to the operation of communication systems or protocols, or to tactical operations. [*Note: The examples provided above are not exclusive.]

      c. Maps/Locations/(7(1)(x)). You should clearly designate, with specificity, any portions of its submittal which falls within the following exemption:

      Maps and other records regarding the location or security of generation, transmission, distribution, storage, gathering, or switching facilities owned by a utility, by a power generator, or by the Illinois Power Agency.

      In light of this standard, please note with a red P in the upper right hand corner of only those pages containing information that you are seriously requesting to be considered as Confidential and Proprietary and a red S in the upper right hand corner of only those pages containing information that you are seriously requesting be considered to contain Security Related information, thereby meeting the applicable exemption criteria of the Illinois Freedom of Information Act.  You also must highlight in yellow the specific information you claim to be exempt on that page.  The City will evaluate only appropriately marked pages and highlighted sections.

      SUBMITTALS THAT ARE GLOBALLY MARKED CONFIDENTIAL WILL BE CONSIDERED SUBJECT TO FULL DISCLOSURE UNDER THE ILLINOIS FREEDOM OF INFORMATION ACT WITHOUT REDACTION.

    • TRAFFIC CONTROL AND PROTECTION
      1. The Contractor shall be responsible for furnishing, installing, maintenance, replacement, relocation, and removal of all traffic control devices used for the purpose of regulating, warning, or directing traffic as necessary to perform the work safely and legally under this contract. The traffic control and protection shall be in accordance with the Illinois Manual on Uniform Traffic Control Devices for Streets and Highways as well as the any Owner specific rules or regulations.

       

      1. The governing factor in the execution and staging of work for this contract is to provide the motoring public with the safest possible travel conditions along the roadway through the construction zone. The Contractor shall arrange their operations to keep the closing of any lane of the roadway to a minimum. The Contractor shall, always, comply with the requirements and specifications of the Owner, or any specific rules or regulations. Notification of road closures must be relayed to the Owner at least 48 hours in advance.

       

      1. The Contractor shall be responsible for the proper location, installation, and arrangement of all traffic control devices. Special attention shall be given to advance warning signs during construction operations to keep lane assignment consistent with barricade placement at all times. The Contractor shall remove, cover, or turn from the view of the motorists all traffic control devices, which are inconsistent with detour or lane assignment patterns during the transition from one state of work to the other.

       

      1. Traffic control devices include signs and their supports, signals, pavement markings, barricades with sandbags, channelizing devices, warning lights, arrow boards, flaggers, or any other device used for the purpose of regulating, detouring, warning, or guiding traffic through or around the construction zone.

       

      1. The Contractor shall ensure that all traffic control devices installed are operational, functional, and effective during work.

       

      1. The Contractor shall provide a telephone number where a responsible individual can be contacted during normal business hours to receive notification of any deficiencies regarding traffic control protection. The Contractor shall dispatch workers, materials, and equipment to correct any such deficiencies if requested by the Owner. The Contractor shall respond to any call from the Owner concerning any request for improving or correcting traffic control devices and begin making the requested repairs within two hours from the time of notification at the Contractor’s cost.

       

      1. Travel upon any street or alley shall not be hindered or inconvenienced needlessly nor shall any portion of the same be wholly obstructed without the direction of the Owner in which case the Contractor shall cause plain properly worded signs announcing the fact to be placed with proper barricades at the nearest cross streets, upon each side of such obstruction where travel can pass around the same in the shortest and easiest way.
    • EXPERIENCE
      1. Bidder should include samples of previous contracts that required right of way clearance. These contracts will serve as references and shall include the firm’s name, address, telephone number, and a contact person for each contract. A minimum of three independent references are required. Contractor must have a minimum of ten (10) years of experience in tree trimming around electrical and municipal facilities.
    • AVAILABLE EQUIPMENT
      1. Bidder is to include the number and type of equipment which will be designated for use in the performance of the contract. Bidder shall include the location where the equipment may be inspected by the Owner. Bidders to this contract agree that such equipment inspections may be made by the Owner prior to the award of the contract and may be subsequently always made by the Owner at the premises of the Contractor during the term of this contract. Additional equipment must be readily available in the event of a breakdown so as not to interfere with normal daily workload.
    • LICENSED PERSONNEL
      1. Bidder is to provide a list of all personnel who will be assigned to the work under this contract and who are licensed by the State of Illinois as tree experts. Bidder is to include the individual’s name, license number, and a brief history of prior experience in the trade.

       

      1. The Working Foreman for this contract must be a State of Illinois Certified International Society of Arboriculture (I.S.A) Arborist. A copy of the certification must be submitted with the bid package for the Working Foreman.
    • EXHIBIT A - Service Request Form

      SEE ATTACHED

    • Net Prices

      Bid prices, unless otherwise specified in the specifications, must be net, including transportation and handling charges fully prepaid by the contractor to delivery point. All prices are subject to Net 30 on commodities, rentals and services unless otherwise specified.

      Prices must be a firm monetary figure for the cost of the commodity, service, or project. In the event the City invites bids for the purchase of any item or real property, the City shall not accept a bid which is based upon any other bid, contract, or reference to any other document or numbers not included in the bidder’s bid documents.

    • Errors in Bid Prices

      When an error is made in extending total prices, the unit bid price will govern.

    • Criteria for Awarding Bid/Reservation of Rights

      The contract will be awarded to the lowest responsible bidder, or any other bidder determined by the City Council to be in the best interest of the City, who complies with all the provisions of the invitation to bid. The City reserves the right to reject any or all bids or to waive any non- conformity in bids received whenever such rejection or waiver is in the best interests of the City. The City also reserves the right to reject the bid of a bidder who has previously failed to satisfactorily perform a contract, has not completed contracts on time, or who investigation shows is not in a position to perform the contract.

      In determining responsibility, the following qualifications will be considered by the City:

      1. The ability, capacity, and skill of the bidder to perform the contract or provide the service required;
      2. Whether the bidder can perform the contract or provide service promptly, or within the time specified, without delay or interference;
      3. The character, integrity, reputation, judgment, experience, and efficiency of the bidder;
      4. The quality of performance of previous contracts or services;
      5. The previous and existing compliance by the bidder with laws and ordinances relating to the contract or service;
      6. The sufficiency of the financial resources and ability of the bidder to perform the contract or provide the service;
      7. The quality, availability, and adaptability of the supplies or contractual services to the particular use required;
      8. The ability of the bidder to provide future maintenance and service for the use of the subject of the contract;
      9. Bidder's record of experience in construction improvements of the size and type required in the bid specifications;
      10. Lowest bids received including discounts for cash payments.
    • Award of All or Part

      Unless otherwise specified by the City, the City reserves the right to make an award on all items, or on any of the items according to the best interests of the City. Bidder may restrict his bid to consideration in the aggregate by so stating but must name a unit price on each item bid upon. The City reserves the right to accept or reject any bid in which the bidder names a total price for all the articles without quoting a price on each and every item.

    • Basis of Award (Unit Price)

      The City of Naperville intends to award a contract to the responsible bidder submitting the lowest responsive bid. Lowest price shall be determined by the Total Bid amount listed on the Bid Worksheet resulting from multiplying the actual number of acceptable units by the unit price items incorporated into the work or service, all as set forth in bid worksheet. In addition, if requested within bid documents, the City may elect to include, within the Total Bid, any combination of additive, alternate, or optional Bid items for which the City determines funds will be available at the time of award. The City will review and make adjustments associated with arithmetic errors to ascertain whether the order of bids is correct.  In the event of arithmetic errors in any of the line items, the unit price will be the controlling factor to correct the arithmetic error.  The City will not assume that the error exists in the unit price.

      Bids submitted are offers only and the decision to accept or reject is a function of quality, reliability, capability, reputation, and expertise of the bidders. The City reserves the right to reject any and all bids or to waive any non-conformity in bids received whenever such rejection or waiver is in the best interests of the City.  The City also reserves the right to reject the bid of a bidder who has previously failed to satisfactorily perform a contract, has not completed contracts on time, or whom investigation shows is not in a position to perform the contract.  The City of Naperville reserves the right to award individual bids to more than one vendor if it is deemed to be in the best interest of the City. The City reserves the right to increase or decrease the contract quantity without penalty from the contractor to the City.

    • Notice of Award

      The City will accept in writing one of the bids within ninety (90) days from the date of opening of bids, or the time specified within the specifications, unless the lowest responsible bidder extends the time of acceptance to the City. Notice of Award will be posted on https://procurement.opengov.com/portal/naperville, our e-bidding site, for all bidders within the time for acceptance specified in the Invitation to Bid.

    Submission Requirements

    • Bid Worksheet (required)

      Please download the below documents, complete, and upload.

    • Reference 1 (required)

      Name of Client or Municipality: Address:

      Contact Person: 

      Title:

      Phone Number:

      Email Address:

      Size of the facility:

      Contract Dates:

      Contract Amount:

    • Reference 2: (required)

      Name of Client or Municipality: Address:

      Contact Person: 

      Title:

      Phone Number:

      Email Address:

      Size of the facility:

      Contract Dates:

      Contract Amount:

    • Reference 3 (required)

      Name of Client or Municipality: Address:

      Contact Person: 

      Title:

      Phone Number:

      Email Address:

      Size of the facility:

      Contract Dates:

      Contract Amount:

    • Affidavit of Compliance (required)

      Please download the below documents, complete, and upload.

    • Responsible Bidder Affidavit (required)

      Please download the below documents, complete, and upload.

    • Will Surety 2000 be used for the Bid Deposit? (required)
    • Surety2000 Bid Bond (required)

      Please enter your Bid Bond information from Surety2000 below.

    • Upload Bid Deposit (required)
    • Subcontractors Bid Form (required)

      Please download the below documents, complete, and upload.

    • Licensed Personnel (required)

      1. Please provide a list of all personnel who will be assigned to the the work under this contract and who are licensed by the State of Illinois as Tree Experts.

      Include the following information:

      1. Name of Individual
      2. License Number
      3. Brief history of prior experience in trade

      2. The Working Foreman for this contract must be a State of Illinois Certified International Society of Arboriculture (I.S.A) Arborist. A copy of the certification must be submitted for the Working Foreman. 

       

    • Equipment Listing (required)

      Pease include the number and type of equipment which will be designated for use int he performance of the contract. Bidder shall include the location where the equipment may be inspected by the owner.  Bidder to this contract agree that such equipment inspections may be made by the Owner prior to the award of the contract and may be subsequently always made by the Owner a the premises of the Contractor during the term of this contract.  Additional equipment must be readily available in the event of a breakdown so as not to interfere with normal daily workload. 

    • Additional Information
    • Will there be subcontractors? (required)
    • Scope of Work (required)
    • Bid Worksheet (required)

      Section preferred 

    • Is there a pre-bid meeting? (required)
    • Award Type (required)

    Questions & Answers

    Q (Bid Bond ): Does the city have a bid bond form for contractors to use? Or should they use their own copies?

    A: The City does not have a bid bond form.


    Q (Previous Contract): Can you please provide any incumbent information for the previous contract? Contractor name, pricing, etc.

    A: This information can be give through a formal FOIA request, a request can be submitted though the City's website


    Key dates

    1. April 10, 2026Published
    2. May 15, 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.