Active SLED Opportunity · ILLINOIS · CITY OF NAPERVILLE, IL
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.
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.
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.
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:
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.
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.
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.
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.
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.
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:
When a formal, numbered specification is referred to in this invitation, no deviation from that specification will be permitted.
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:
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.
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.
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.
| Release Bid Date / Advertised: | April 10, 2026 |
| Pre-Bid Meeting (Non-Mandatory): | April 21, 2026, 10:00am Microsoft Teams meeting |
| Question Submission Deadline: | May 8, 2026, 12:00pm |
| Question Response Deadline: | May 11, 2026, 12:00pm |
| Bid Submission Deadline: | May 15, 2026, 2:00pm |
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.
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.
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.
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
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.
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.
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.
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.
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.
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
Dial in by phone
+1 630-733-1095,,506011819# United States, Big Rock
Phone conference ID: 506 011 819#
For organizers: Meeting options | Reset dial-in PIN
________________________________________________________________________________
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.
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.
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.
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:
How do I register?
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.
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.
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.
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.
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.
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.
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.
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
Dial in by phone
+1 630-733-1095,,835354268# United States, Big Rock
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:
Due Before Award:
Due within thirty (30) days of Award:
If you choose not to respond, please select NO BID on https://procurement.opengov.com/portal/naperville.
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.
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.
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.
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.
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”.
When submitting a sealed bid in the e-bidding system, bidders are acknowledging the receipt of any addendum interpreting the specifications.
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.
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.
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.
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.
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.
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.
All shipments or deliveries shall be accompanied by packing slips or delivery tickets and shall contain the following information for each item delivered:
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.
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 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.
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
If you choose not to respond, please select NO BID on https://procurement.opengov.com/portal/naperville.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
Unless otherwise specified in the specifications, all formal bids submitted shall be binding for ninety (90) calendar days following date of opening.
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:
A bid submission may be withdrawn any time prior to the submission deadline by selecting "unsubmit" at the bottom the application.
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.
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.
and wheelbarrow
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.
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.
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.
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.
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.
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.
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.
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.
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.
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.
The order of precedence of the component contract parts shall be as follows:
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.
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.
SEE ATTACHED
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.
When an error is made in extending total prices, the unit bid price will govern.
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:
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.
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.
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.
Please download the below documents, complete, and upload.
Name of Client or Municipality: Address:
Contact Person:
Title:
Phone Number:
Email Address:
Size of the facility:
Contract Dates:
Contract Amount:
Name of Client or Municipality: Address:
Contact Person:
Title:
Phone Number:
Email Address:
Size of the facility:
Contract Dates:
Contract Amount:
Name of Client or Municipality: Address:
Contact Person:
Title:
Phone Number:
Email Address:
Size of the facility:
Contract Dates:
Contract Amount:
Please download the below documents, complete, and upload.
Please download the below documents, complete, and upload.
Please enter your Bid Bond information from Surety2000 below.
Please download the below documents, complete, and upload.
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:
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.
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.
Section preferred
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
SLED stands for State, Local, and Education. These are solicitations issued by state governments, counties, cities, school districts, utilities, and higher education institutions — as opposed to federal agencies.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.