SLED Opportunity · ILLINOIS · CITY OF NAPERVILLE, IL

    SPRINGBROOK PRAIRIE SANITARY SEWER REHABILITATION

    Issued by City of Naperville, IL
    cityRFQCity of Naperville, ILSol. 235753
    Closed
    STATUS
    Closed
    due Mar 9, 2026
    PUBLISHED
    Feb 13, 2026
    Posting date
    JURISDICTION
    City of
    city
    NAICS CODE
    237110
    AI-classified industry

    AI Summary

    Invitation for Bid for sanitary sewer rehabilitation including pipe lining, bypass pumping, manhole rehabilitation, and prairie restoration in Naperville, IL.

    Opportunity details

    Solicitation No.
    235753
    Type / RFx
    RFQ
    Status
    open
    Level
    city
    Published Date
    February 13, 2026
    Due Date
    March 9, 2026
    NAICS Code
    237110AI guide
    Agency
    City of Naperville, IL

    Description

    This project consists of the cured-in-place pipe lining of a 42” concrete sanitary sewer interceptor through Springbrook Prairie.  Approximate length is 5,135 FT and includes bypass pumping, auger and push of a 30” bypass under 75th Street and manhole lining rehabilitation of 15 manholes.  The project also includes removal of two manholes and their replacement with a single vortex flow drop structure.  Work will involve the restoration of native prairie plantings disturbed by construction in accordance with DuPage County and the Forest Preserve District of DuPage County requirements.

    Project Details

    • Reference ID: 25-009
    • Department: Public Utilities (Water) | DPU-W
    • Department Head: Darell Blenniss (Director of Water and Wastewater)

    Important Dates

    • Questions Due: 2026-03-18T17:00:00.000Z
    • Answers Posted By: 2026-03-23T17:00:00.000Z
    • Pre-Proposal Meeting: 2026-02-19T16:00:22.703Z — Virtual - Microsoft Teams

    Addenda

    • Addendum #1 (released 2026-02-20T21:58:39.337Z) —

      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:

      A Mandatory pre-bid meeting was held on February 19, 2026 at 10:00am virtually via Microsoft Teams. The attendance record from the meeting is attached. 

      Also attached are additional clarifications as mentioned in the meeting.

       

    • Addendum #2 (released 2026-02-23T19:58:31.188Z) —

      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:

      CLARIFICATION:  The following table for chemical grouting of manholes (Section 8 – Part xvii of the Specifications) shall be completed and submitted with the bidder’s proposal. The unit costs provided will be used if chemical grouting of any manhole is required during construction. The bid worksheet has been revised. 

      Unsupported image type.

      CLARIFICATION: The attached Design Parameters Worksheet shall be completed by the bidder and included with the Bid submittal. The awarded bidder will be required to submit all associated calculations, prepared and stamped by a Professional Engineer.

    • Addendum #3 (released 2026-03-02T18:41:16.532Z) —

      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:

      Timeline Change

      The Bid Opening Date is being pushed back by 3 weeks, with the new date being March 30, 2026 at 1:00pm. In addition, Q&A submission deadline is being extended to March 13, 2026 at 12:00pm. 

    • Addendum #4 (released 2026-03-13T13:12:19.536Z) —

      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 Q&A submission deadline is being extended to March 18, 2026 at 12:00pm. The City's Question Response Deadline has also been extended to 3/23/2026.

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

    • Addendum #5 (released 2026-03-17T20:32:08.899Z) —

      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:

       

      CLARIFICATIONS

      CLARIFICATION:  Bidders shall submit the name of the firm performing the cured-in-place-pipe installation.

       

      CLARIFICATION:  Please note that the access routes have been revised in the attached pages. Instead of using the trail north of the Forest Preserve parking lot, the contractor shall access the site via the Plainfield/Naperville Sanitary Easement at Bailey Road (as shown with Access Route 1in the attached sheet). The following access routes remain unchanged and may continue to be used:

       

      • Access Route from the 75th Street sanitary easement (as shown on the attached sheet)
      • Access Route from the Forest Preserve Parking Lot (Access Route 2)
      • Access Route from Naperville Fire Department Station 5 (Access Route 3)

       

      For Access Route 1, the contractor shall comply with the requirements in the attached DuPage County Division of Transportation Temporary Construction Entrance Standard. The contractor shall restore the parkway to its preexisting condition and replace any damaged curb as necessary. Traffic control for this access route shall be included in Line Item #22 (Traffic Control and Protection), and restoration shall be included in Line Item #7 (Restoration). If curb replacement is required, it will be compensated on a time-and-materials basis or at an agreed unit price.

       

      CLARIFICATION: In accordance with DuPage County Forest Preserve requirements, the bypass pipe crossing the trail just south of 75th Street shall be installed under the trail. Trenching through the trail is acceptable. Upon project completion, the bypass pipe shall be removed and the trail restored in accordance with the attached trail cross section. The cost for this crossing shall be included in Line Item #13 (Bypass Pumping), and the associated restoration shall be included in Line Item #7 (Restoration).

       

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

    Evaluation Criteria

    • Important Instructions for Electronic Submittals

      The City of Naperville, IL is accepting electronic bid submissions. Bidders shall create a FREE account with OpenGov Procurement by signing up at https://procurement.opengov.com/signup. Once you have completed account registration, browse back to this page, click on "Draft Response", and follow the instructions to submit the electronic bid.

    • Summary

      This project consists of the cured-in-place pipe lining of a 42” concrete sanitary sewer interceptor through Springbrook Prairie.  Approximate length is 5,135 FT and includes bypass pumping, auger and push of a 30” bypass under 75th Street and manhole lining rehabilitation of 15 manholes.  The project also includes removal of two manholes and their replacement with a single vortex flow drop structure.  Work will involve the restoration of native prairie plantings disturbed by construction in accordance with DuPage County and the Forest Preserve District of DuPage County requirements.

    • Bid Document

      Please see the attachment labeled "25-009 SPRINGBROOK PRAIRIE SANITARY SEWER REHABILITATION , OpenGov" for the full solicitation document.

    • Timeline
      Release Project Date:February 13, 2026
      Pre-Bid Meeting (Mandatory):February 19, 2026, 10:00am

      Virtual - Microsoft Teams

      Question Submission Deadline:March 18, 2026, 12:00pm
      Question Response Deadline:March 23, 2026, 12:00pm
      Bid Opening:March 30, 2026, 1:00pm
    • Project Contact

      Joshua Strait

      Engineering Manager

      3612 Plainfield-Naperville Rd

      Naperville, IL 60564

    • Scope of Work or Project Details

      Please see the attachment labeled "25-009 SPRINGBROOK PRAIRIE SANITARY SEWER REHABILITATION , OpenGov" for the full solicitation document.

    • Springbrook Prairie Sanitary Sewer Rehabilitaion

      This project consists of the cured-in-place pipe lining of a 42” concrete sanitary sewer interceptor through Springbrook Prairie.  Approximate length is 5,135 FT and includes bypass pumping, auger and push of a 30” bypass under 75th Street and manhole lining rehabilitation of 15 manholes.  The project also includes removal of two manholes and their replacement with a single vortex flow drop structure.  Work will involve the restoration of native prairie plantings disturbed by construction in accordance with DuPage County and the Forest Preserve District of DuPage County requirements.

    • Procurement Contact

      Zachary Martinez

      Procurement Officer

      400 S Eagle St

      Naperville, IL 60540

    Submission Requirements

    • Affidavit of Compliance (required)

      Please upload your Affidavit of Compliance here

    • RBO Affidavit (required)

      Please upload your RBO Affidavit here (also include Apprenticeship Certificates here also!)

    • Bid Deposit (10%) (required)

      Please upload your bid deposit here. 

    • References (required)

      Please upload your reference documents here.

    • IDOT Qualifications (required)

      Please upload your IDOT Qualifications here.

    • I certify that I have read, understood and agree to the terms in this solicitation, and that I am authorized to submit this response on behalf of my company. (required)
    • Design Parameters Worksheet (required)

      Please upload your Design Parameters Worksheet here.

    • Pricing (required)
      • Choose Option 1 when you have set line items, for example:
        • This is a quote for goods or commodities.
        • This is a public works bid, with a pricing table that can be uploaded into OpenGov Procurement from an Excel spreadsheet.
        • Seeking services for hourly rate schedules.
      • Choose Option 2 when you need vendors to provide you with the line items. 
    • Evaluation Committee? (required)

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

    • Procurement and/or Project Contact

      Select the information you would like display.

    Questions & Answers

    Q (Shotcrete/Thermoform): Would Shotcrete or Thermoform be an acceptable alternative liner in lieu of the CIPP?

    A: Shotcrete and Thermoform are not acceptable alternatives. Cured-in-place pipe rehabilitation shall meet the requirements of the Contract specifications.


    Q (Project Specs - Bid Due Time): In the first page of the 106 page document for the project, it states the Bid Due Time is 2:00pm, however all other resources state 1:00pm CST. Can you please confirm the correct Bid Due Time? Thank you.

    A: The correct time is Monday, March 9, 2026 at 1:00 p.m.


    Q (Manhole Rehabilitation): Would the owner consider Quadex Structure Guard an approved equal to the specified Raven 405? Quadex® Structure Guard® is a 100% solids, high-build epoxy coating that provides both long-term corrosion protection and structural enhancement for critical wastewater infrastructure. This includes manholes, pump stations, treatment plants, and any other facilities that experience high levels of corrosion and abrasion. Whether in municipal or industrial applications, Structure Guard is formulated to withstand the most aggressive and turbulent environments, ensuring that your infrastructure remains reliable and effective.

    A: A Raven 405 substitute will not be accepted.


    Q (CIPP Alternative): Would the owner consider Quadex GeoKrete an acceptable alternative in lieu of CIPP? GeoKrete® is a fully structural and corrosion-resistant geopolymer mortar that provides exceptional protection in environments with high hydrogen sulfide levels. This eco-friendly, one-component material is easy to use—simply add water. It is formulated from industrial byproducts, enhanced with monocrystalline quartz aggregate, ensuring superior physical properties and chemical resistance.

    A: Any alternative to the specified CIPP method will not be accepted.


    Q (Site Walk): Can you please clarify if there is a set bid date for a site walk? If not, are there any restrictions for Bidders for site walk visits? Thank you!

    A: A formal walkthrough is not scheduled. Springbrook Prairie is open to the public and bidders are encouraged to visit. Please note, the site is only accessible by foot, and all Forest Preserve regulations shall be followed.


    Q (ISO 9001): On p. 36 of the specs, it says the liner manufacturing facility is to be registered with ISO 9001:2008. Is this facility referring to the liner tube manufacturer?

    A: Correct


    Q (Inversion Process Description): On p. 37 of the specs, it says we are to submit with our bid a description of our inversion process but the list of documents required for submission does not mention this item. Is this something that would be submitted after award? Or does it need uploaded with the other required documents?

    A: Installation methods do not need to be provided at the time of bid.


    Q (Gravity Pipe Leakage Testing): On p. 41 of the specs, it calls for gravity pipe leakage testing when under hydrostatic head. If the liner is cured with steam instead of hot water, would this requirement be removed? Also, in the same paragraph it lists an ASTM standard to use if the liner is not in direct contact with the pressurizing fluid but I believe that standard is referring to testing HEPA filter performance and not anything to do with a gravity pipe. It is very rare to see leakage testing required on steam cured CIPP, so please clarify whether any gravity pipe leakage testing is required for this project.

    A: Gravity pipe leakage testing is not required for steam cured CIPP installations.


    Q (Lateral Grouting): There is a section in the specs for lateral grouting but no laterals are shown on the plans or the bid form. Is this spec language included in case a lateral is discovered and then a change order would be submitted for this additional scope of work?

    A: Bidders should assume no laterals will be encountered - if found, any lateral grouting will be compensated for on a time and material or agreed unit price basis,


    Q (CIPP Design Parameters): I did not see any design parameters (groundwater depth, ovality, soil modulus, etc.) in the CIPP spec that are to be used to govern the thickness calculations. There is some info on flex mods, flex strength, etc. but those are only for the UV cure GRP systems. Are there specific values you would like us to use for the thickness designs?

    A: Please see Addendum #2 for these details.


    Q (References / Project Experience): Page 27 states all bidders shall provide a statement of experience showing 2-3 projects of similar character, successfully completed within the last 2 years, however on the Responsible Bidder Affidavit it states all bidders to provide 3 projects completed in the last 5 years. Could you please confirm which timeframe the Owner intends to use for evaluation?

    A: 3 projects completed within the last 5 years is what we need to see.


    Q (DBE Requirements): Can the Owner please confirm if there are any DBE Requirements or good faith efforts to complete for this project?

    A: This project does not have these requirements.


    Q (MH Chemical Grouting): Page 66 of the spec calls out three bid items for chemical grouting in manholes, but they are not in the bid schedule. Can they please add the 3 items called out in the spec?

    A: Please see Addendum #2 for more information, we have added these line items to the bid worksheet.


    Q (Mandatory Pre Bid): Given the competitive nature of this project, Will the Owner consider offering a second mandatory pre-bid meeting to allow contractors who were unable to attend the initial meeting to remain eligible?

    A: Attendance to the pre-bid was mandatory to being eligible to submit a bid for this project. An additional meeting is not being conducted for this project.


    Q (Extension ): Would the Owner kindly consider extending the bid due date by 1-week?

    A: Please see Addendum #3 for bidding deadline extension.


    Q (No subject): 1. Page 43 states, “v. The contractor shall remove any steel/metal internal drop assemblies prior to rehabilitation and reinstall after rehabilitation has been completed. The Contractor shall indicate the cost of this extra work in the Bid Calculation Worksheet.” Page 66 states, “xv. Contractor is responsible for removing manhole drop assemblies. The contractor will install new PVC drop assemblies with stainless hardware after the manhole rehabilitation is completed.” Page 82 states, “removal and replacement of 42” RCP is incidental to the installation of the drop structure.” Addendum #1 states, “LMK T-Liner used for drop assembly rehabilitation shall have a manufacturer warranty of ten (10) years.” a. How many drop assemblies are there on the project? Which manholes have the drop assemblies? b. Pg 43 indicates the removal and reinstall (the same material) after rehabilitation is complete. Pg 66 says the contractor will install new PVC drop assemblies. Addendum #1 says the LMK T-Liner is to be used for drop assembly rehabilitation. These all seem to contradict each other. Which is correct? c. Can you add a bid item for the removal and reinstallation of these drop assemblies? d. Can you add a bid item for the LMK T-Liner used for drop assembly rehabilitation? e. A 10-year warranty creates significant financial exposure because accounting standards require us to estimate and carry warranty liabilities for the full term, which affects our balance sheet and risk profile. For this reason, we typically do not pursue projects with warranties longer than five years. Would you consider reducing the warranty on the LMK T-Liners for the drop assembly?

    A: The note on page 82 (sheet 9 of the plans) regarding the removal and replacement of the 42" RCP for installation of the drop structure applies specifically to existing manholes T01-030 and T01-031, which will be replaced with a new 9 FT diameter drop structure. Aside from the work related to the new drop structure, the presence of additional drop assemblies is not anticipated. If work related to additional drop assemblies is encountered, it will be compensated for on a time and material or agreed unit price basis. The 10-year warranty is based on the manufacturer’s published warranty and will remain unchanged for this project.


    Q (No subject): 2. There is a bid item for “removal and disposal of contaminated soil.” a. Is the City already aware that there is contaminated soil? b. Can this potential work be moved to an allowance bid item?

    A: The City is not aware of presence of contaminated soil. If the removal and disposal of contaminated soil is needed during construction, it will be compensated based on the unit price of bit item #2 (Removal and Disposal of Contaminated Soil).


    Q (No subject): 3. There are a lot of issues to figure out with this project. Bypass is very involved with directional drilling and route issues. CIPP installation is extremely challenging with limited access and restoration. Laying down matting, exploratory excavation and MH installation adds to the project complexity. There is a lot to coordinate both internally and with subcontractors. a. Can you please extend the bid date by 3 weeks to allow for more onsite meetings with subcontractors to develop the best approach to build this challenging project?

    A: Please see Addendum #3 for bidding deadline extension.


    Q (Question Deadline Extension): Would the City consider extending the question deadline until March 18th?

    A: Please see Addendum #4 for information on the question deadline extension.


    Q (Access to Manholes): On Sheet 6 of the plans, timber/composite matting is shown to access some of the manholes but there are other manholes that we will need to access as well. For instance, at T01-35 are we able to drive along the existing sewer route from the adjacent manholes without having matting in place?

    A: Yes, you can drive along both the existing sewer route (the 30 inch wide easement) and the bypass route shown in yellow on the plan. Timber or composite matting is required wherever the route crosses wetland or wetland buffer areas (note 16 on sheet 6 - Erosion and Sediment Control Plan)


    Q (Groundwater Depth): On the Design Parameters Worksheet, it says we are to base our design on a soil depth of 32.5 feet from the top of the pipe and a groundwater depth of 32.5 feet from the bottom of the pipe. Shouldn't those values match? Or are you wanting a groundwater depth of 42" below grade?

    A: On the Design Parameters Worksheet for the interceptor liner, please change the value for ground water over bottom of pipe (Line 7) from 32.5 ft to 36 ft. Please see Addendum #5 for the revised Design Parameters Worksheet.


    Q (CIPP Thickness Design Calc Depth of Cover): On the Design Parameters Worksheet, it says we are to base our design on a soil depth of 32.5 feet from the top of the pipe. According to the MH rehab table, there is only 1 manhole where the pipe is that deep- the next closest MH is over 5 feet shallower, and a number of them are shallower than that. Do all of the segments have to be based on a depth of 32.5 feet from the top of the pipe?

    A: Correct. For bidding purposes, the contractor may assume a single liner thickness for all sanitary sewer main segments. During construction, the contractor will then be required to submit design calculations for each individual shot to confirm the final liner thickness.


    Q (MH Depths): On page 43 of the specs, there is a table listing the approximate depths of each manhole. Are the depths based on rim to invert, or rim to top of pipe?

    A: Rim to top of pipe. These measurements shall be verified by the awarded contractor.


    Q (42" Pipe Joint Grouting): Based on the videos provided, there are locations where groundwater is infiltrating the pipe. Would the City consider adding pay items for grouting the pipe joints, similar to the grouting pay items that were added for the MH joints?

    A: Please see Addendum #5 for specification and bid worksheet for Pipeline Packer Injection Grouting. Bidders are required to complete the bid worksheet and submit it with their bids.


    Q (No subject): These installations and access are extremely challenging. In an effort to access fewer MHs, we’d like to have a larger installation area approved for our equipment to facilitate our installation plan. Can you please approve a 30’ W x 200’ L installation area (laydown area) at MH T01-040 and MH T01-035?

    A: Both requested installation areas are acceptable. At MH T01 040, the City has an existing water main running along the street, and the water main easement can be used as the installation area (see W line next to G line on sheet 4). For the work near MH T01 035, the 30 ft north-south sanitary easement can also serve as the installation area. In addition, there is another 30 ft easement east of manhole T01 036 that runs east–west; this easement along the sanitary main can also be used as laydown area if additional space is needed.


    Key dates

    1. February 13, 2026Published
    2. March 9, 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.