SLED Opportunity · ILLINOIS · CITY OF NAPERVILLE, IL
AI Summary
The City of Naperville seeks bids for interior demolition and renovation of Fire Station #4, including mechanical, electrical, plumbing, fire protection, flooring, and ceiling work. Funded by Illinois DCEO with federal compliance requirements.
The City of Naperville is accepting sealed bids from qualified vendors to supply labor, equipment, supplies, and materials associated with the Fire Station #4 Improvements project. The work generally includes demolition and renovation of the interior living space of the Fire Station. The scope of work includes demolition, framing, mechanical, electrical, plumbing, and fire protection systems, located within the construction area, as well as new flooring, ceiling tiles, and fixtures where specified.
This project is funded in whole or in part by financial assistance provided by the Illinois Department of Economic Opportunity (DCEO). This DCEO Capital Grant Project is subject to adhere to the laws and regulations listed in Federal Regulation 2 CFR 200.
A MANDATORY PRE-BID MEETING will be held on Wednesday, March 25, 2026, at 11:30 a.m. at Fire Station #4, located at 1971 Brookdale Road, Naperville, Illinois 60563. Bidders must send a
representative to attend the pre-bid meeting in person. Only attendees will be able to bid on this project. Please see the solicitation for additional details.
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:
INFORMATION
A Mandatory pre-bid meeting was held on Wednesday, March 25, 2026, at 11:30 a.m.at Fire Station #4, located at 1971 Brookdale Road, Naperville, Illinois 60563. The sign-in sheet from the meeting is attached.
REVISION
Attachments:
The City of Naperville, IL is accepting electronic bid submissions. Bidders shall create a FREE account with OpenGov Procurement by signing up at https://procurement.opengov.com/signup. Once you have completed account registration, browse back to this page, click on "Draft Response", and follow the instructions to submit the electronic bid.
The City of Naperville is accepting sealed bids from qualified vendors to supply labor, equipment, supplies, and materials associated with the Fire Station #4 Improvements project. The work generally includes demolition and renovation of the interior living space of the Fire Station. The scope of work includes demolition, framing, mechanical, electrical, plumbing, and fire protection systems, located within the construction area, as well as new flooring, ceiling tiles, and fixtures where specified.
This project is funded in whole or in part by financial assistance provided by the Illinois Department of Economic Opportunity (DCEO). This DCEO Capital Grant Project is subject to adhere to the laws and regulations listed in Federal Regulation 2 CFR 200.
Please see the Attachments section for specifications and attachments.
| Release Project Date: | March 13, 2026 |
| Pre-Bid Meeting (Mandatory): | March 25, 2026, 11:30am Fire Station #4, located at 1971 Brookdale Road, Naperville, Illinois 60563 |
| Question Submission Deadline: | March 27, 2026, 12:00pm |
| Question Response Deadline: | April 1, 2026, 12:00pm |
| Bid Opening: | April 8, 2026, 2:00pm |
Verena Nunez
Facilities Project Manager
180 Fort Hill Drive
Naperville, IL 60540
Ryan La Russo
Procurement Officer
400 S Eagle St
Naperville, IL 60540
Please upload a completed Affidavit of Compliance form outlined in the solicitation package.
Please upload a completed RBO Affidavit form outlined in the solicitation package.
Please upload a copy of your Bid Bond (10% of the total Bid)
Please upload a completed Reference form outlined in the solicitation package.
Please upload a completed Subcontractor Form found within the solicitation.
Please upload a signed 44 C.F.R Part 18 Certification and DCEO BEP Utilization Plan. Both forms can be found within Attachment A of the solicitation.
Confirm that your fee proposal is not attached in your Proposal and is attached separately here.
Will there be an evaluation committee to review the proposals and score them based on weights and multiple criteria?
Select the information you would like display.
Q (Bid date): Need clarification please. On page 1 of the OpenGov Solicitation package it has a bid date of 4.8.2026 but on page 2 it has a bid date of 4.18.2026. What is the correct date?
A: 4/8/26
Q (RFI - Nail board decking): I will be providing a roofing number on this and I seen the spec’s call for nail board decking. I don’t see it called out on the plans. Can you please confirm if it gets it or not.
A: No. Nail board decking is not included on this job. The specifications refer to this have been deleted.
Q (Fire Alarm & HVAC Controls): Hello. Please provide the contact for the existing system's Fire Alarm vendor if there is one. Does the FD have a BAS/HVAC Controls system? If so, please provide the vendor contact. Thank you.
A: Fox Valley is our vendor and no BAS/HVAC controls
Q (Project Schedule): The contract says through March 31, 2027 but final completion is 8/31/26 and 12/1/26. Are all of these dates accurate? When is the anticipated start date?
A: Substantial Completion for Living Quarters shall be achieved on or before August 31, 2026. Substantial Completion for the Facility Expansion shall be achieved on or before December 01, 2026. Final Completion Date is 12/31/26. March 31, 2027, is the contract end date. All invoices must be submitted and paid by then. The City intends to bring this project to the April 21st City Council to be awarded. Construction on grant-funded line items, as detailed in the grant budget in the attached appendix, shall not begin until the City has an executed grant agreement and an approved BEP Utilization Plan. The City will notify the chosen contractor as soon as signed agreements are in place regarding the grant-funded line items.
Q (Transformer ): Is Naperville Electric relocating the transformer? Please provide a spec for a transformer pad or vault spec.
A: Naperville Department of Public Utilities – Electric (NDPU-E) will be relocating the transformer. The GC shall provide the transformer vault detailed on sheet C-8.0 of the civil engineering drawings.
Q (Existing Card Access System): Who is the Manufacturer?
A: The existing card access system is manufactured by HID Global.
Q (DCEO BEP Utilization): Please clarify the BEP goal. According to the notice of grant requirements, DCEO is requiring that $72,000 (18% of the $400,000 grant) be spent on MBE/WMBEs & $40,000 (10% of the $400,000 grant) be spent on WBE/WMBEs. The DCEO 28% BEP goal appears to clearly be tied to the $400,000 grant money and not the total project value. Please verify
A: Yes, the BEP requirement is only for the grant portion, not the entire cost of the project.
Q (RFI- Locker Benches): Please confirm if the locker benches (10.518 on A305) are to be furnish and installed by GC or F&I is by owner. Please provide specs if by GC.
A: All items not specifically listed as “by owner” must be provided by the GC, including the lockers and benches in Locker Rooms LL-2A & LL-2B. Refer to added specification section 10 51 13.
Q (RFI- Gym Mirrors): Please confirm if the gym mirrors (note 8.830 on A305) are to be furnished and installed by the GC or F&I is by owner
A: All items not specifically listed as “by owner” must be provided by the GC, including the mirrors in Fitness Room LL-1.
Q (RFI - Electric): B1616 Naperville Fire Station #4. This RFI is to clarify issues regarding the permitted flexible connections. 1. On drawing E310 note 26.305 it appears that the utility transformer primary feed is called out in two locations. This appears to be in error. Are there any additional feeds other than the (1) primary and (1) secondary utility transformer feeds? 2. Please let us know how you wish to proceed. Please let us know if there are any questions regarding the above.
A: With regard to the electrical service transformer and its feeders; the existing and proposed electrical primary is and will be provided in a loop around the building. Naperville Department of Public Utilities – Electric (NDPU-E) will be reworking and re-routing the primaries. The contractor will only be responsible for providing the transformer vault and the secondaries from the transformer to the building.
Q (RFI- Metal Lockers): Please provide the specs for the metal lockers the GC is to furnish and install per note 10.511 on A305
A: Refer to added specification section 10 51 13.
Q (Deck Heights): What is the height from existing slab to the underside of deck?
A: On the lower level, the height from existing slab to underside of the first floor deck is approximately 10’-6”, to be verified in field during construction. On the first floor, the height from the existing first floor slab to the underside of the wood roof deck is approximately 9’-6”, to be verified in field during construction.
Q (Permit Fees): Will we be required to carry any permit fees in our bid or are they being waived for this project?
A: Owner will cover permit fees.
Q (restroom wall type): Page A305, the wall in the bathrooms that the lavatories are against is called out as wall type G6e, which is a solid wall with 2.5” furring and Per the plumbing drawings, all piping will be within the wall. Please advise as to whether this should be a chase wall, type G10e.
A: G6e should be an insulated version of Type G6. See revised Drawing A1100 attached to this Addendum.
Q (window finish): The specifications for the aluminum window frames call for a painted finish, however the existing windows appear to be bronze anodized. Please confirm which finish shall be included on the new window systems.
A: Disregard the painted finish from the specifications. The aluminum storefront, doors & frames shall match the “dark bronze anodized” color of the existing. The finish shall be Class I anodized finish with a 10-year warranty.
Q (Rubber Mat Tiles): For the rubber mat tile, is there a selection or is there an allowance that we should use for the product?
A: Specification section “09 65 66 - RESILIENT ATHLETIC FLOORING” has been added.
Q (Signage): Is there any signage scope on this project?
A: Yes. See Specification Section 10 14 23 and Drawings A905 and A910.
Q (Phasing): Will the interior work need to be phased in any way or will the Contractor have full access to complete all scope at 1 time?
A: No phasing. Contractor will have full access to complete scope at one time.
Q (Relocation of lockers):
A: Is the relocation of lockers provided by the GC? Yes. Salvage and relocation of lockers must be provided by the GC.
Q (Preferred locker vendor):
A: Is there a preferred locker vendor? Refer to the added specification section 10 51 13.
Q (Sanitary Sewer):
A: Will the sanitary sewer need to remain active during construction, and will it extend through the building foundation? The portion of the existing Sanitary sewer, which will be covered by the building addition must be removed and replaced as indicated on the drawings. The sanitary sewer must be active and remain active after the completion of phase 1.
Q (Wage requirements ):
A: Please verify wage requirements. Are they looking for labor harmony, union, or open shop? This project will be subject to the Illinois Prevailing Wage Act, 820 ILCS 130/.01et seq. (“the Act”), the City’s Responsible Bidders Ordinance (the RBO Affidavit is included within the solicitation and the Grant Requirements. Please review the City’s general terms and conditions within the solicitation and the grant requirements within Attachment A.
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.