BidTron logo BidTron
Login Register

IL

REQUEST FOR QUALIFICATIONS (“RFQ”)

Harvey

Score: 6 Validated: yes
Published
2026-03-30
Due
Not listed
Contact
Category flags
Water/Wastewater

Summary

REQUEST FOR QUALIFICATIONS (“RFQ”) FOR PROFESSIONAL ENGINEERING SERVICES SIBLEY BOULEVARD SIDEPATH AND PEDESTRIAN OVERPASS PROJECT FIVE (5) HARD COPIES OF THE RESPONSE TO BE SUBMITTED RFQ#: 2025-10-02 October 15th, 2025 All responses shall be delivered to: City of Harvey Ms. Corean Davis, City Administrator 15320 Broadway Ave Harvey, IL 60426 RESPONSES MUST BE RECEIVED NO LATER THAN 4:00 P.M. CST, ON October 29th, 2025. REQUEST FOR QUALIFICATIONS SIBLEY BOULEVARD SIDEPATH AND PEDESTRIAN OVERPASS PROJECT The City of Harvey requests Statements of Qualification (SOQ) to provide professional engineering/planning services from consultants for the Phase I Engineering Design for a sidepath and pedestrian overpass on Sibley Boulevard from Dixie Highway to the Metra 147th/Sibley Station. Qualifications submissions will be accepted until 4:00 pm, October 29th, 2025 SOQ’s received after that date and time will not be considered. SOQ’s will be reviewed by the City of Harvey evaluation team. All SOQ’s hard copies shall be submitted in a sealed envelope and identified on the outside as: CITY OF HARVEY, IL SIBLEY BOULEVARD SIDEPATH AND PEDESTRIAN OVERPASS PROJECT SOQ’s shall be delivered to the City of Harvey, at the City Hall at 15320 Broadway Ave Harvey, IL 60426. All SOQ’s will be scored and ranked with the highest rated firm being awarded a contract. Purpose The purpose of this RFQ is to invite SOQs from qualified engineering consultants to provide sidepath design, pedestrian overpass concepts, and community engagement services. The Phase I Engineering Design will cover a 2.08-mile section of Sibley Blvd., extending from Dixie Hwy to the Metra 147th/Sibley Station, on behalf of the City of Harvey, Cook County, IL. Project Overview This project includes the Phase I Engineering Design of a sidepath along Sibley Boulevard (147th Street) along one of the City of Harvey's primary commercial, residential, and transit corridors. A pedestrian overpass would considered to create safe passage for pedestrians and cyclists to access not only the City of Harvey but the surrounding region as this major thoroughfare is a connecting route to many other south suburban communities. This project is funded through the Transportation Alternatives Program administered by Chicago Metropolitan Agency for Planning. Scope of Work The selected consultant(s) will be responsible for delivering the necessary design and community engagement components for the Phase I Engineering Design of the Sibley Boulevard Sidepath and Pedestrian Overpass Project, in collaboration with the Illinois Department of Transportation. Project due diligence will include land surveying, geotechnical investigation, right-of-way coordination, railroad coordination, stormwater management, pavement design, sidepath alignment, and pedestrian overpass concepts. In addition, the consultant(s) will facilitate community engagement activities to ensure public involvement in the design process. As the project is grant-funded, the consultant(s) will also assist with grant management and administration. Proposed Tasks: • Project Preparation and Coordination: o Project Due Diligence o Right-of-Way Coordination o Railroad Coordination o Community Engagement o Grant Management & Administration • Technical Studies and Compliance: o Geotechnical Engineering o Land Surveying o IDOT Compliance Support o Railroad Compliance Support • Design and Engineering: o Sidepath Alignment and Geometry o Detailed Grading o Plan & Profiles o Pavement Design o High-Visibility Crosswalks o ADA Facilities o Pedestrian Overpass Concepts o Cost Estimating • Project Oversight: o Project Management o Grant Administration Insurance Requirements The selected consultant shall provide at its own cost the following forms of insurance through the completion of the contract period: • Commercial General Liability (CGL) coverage with limits of liability not less than $1,000,000 per occurrence and not less than $2,000,000 annual aggregate. • Commercial Liability Umbrella coverage with limits of liability not less than $2,000,000. • Comprehensive Automobile Liability coverage with limits not less than $1,000,000 per incident. • Workers’ Compensation and Employers’ Liability. The City of Harvey shall be named as an additional insured on the policies required above. The selected consultant shall furnish certificates of insurance to the City and corresponding policy endorsement setting forth the required coverage herein prior to entering any project areas or commencing any work. Such policies shall contain an endorsement requiring the carrier to give at least ten days prior notice of cancellation to the City. All insurance required by this contract shall be primary and non-contributing to any insurance maintained by the City. This policy may not include any exclusion for IL Labor Laws, injury to employees or to subconsultants. Any subconsultants shall have an unmodified Commercial General Liability policy without limitation with respect to Employers Liability and injury to independent contractors. The consultant agrees to cause each subconsultant to furnish the City with copies of certificates of insurance and the corresponding policy endorsements setting forth the required coverage herein prior to any such consultant entering any project area or commencing any work. Non-Collusion Certification By submission of this response, each bidder and each person signing on behalf of any bidder certifies under penalty of perjury, that to the best of their knowledge and belief: 1. No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. Statement of Qualifications Requirements Qualifications should be submitted in hard copy format. Qualifications are to be limited to 12 single sided pages on standard 8 ½” x 11” letter size paper using 12-point font, excluding title sheet, resumes and project examples. Complete Qualifications shall include the following: • Cover Page: A project cover page will outline the following elements. o Project team o Project lead, with contact information o Brief overview of previous similar experience o Effort to meet Disadvantaged Business Enterprise requirements • Consultant Team Overview: Describe the project team members’ firm, background, and project organization structure. • Relevant Work Experience: Describe your team’s experience related to Phase I Engineering Design for similar sidepath, sidewalk, or trail projects and experience related to grant management and administration. Include at least three examples. • Project Approach: Outline the consultant(s)’ project approach, including details about the following: o Schedule o Community Engagement Strategy o Design Approach o Any other project elements that may make your team’s approach unique • References: Please provide three professional references. • Fee Schedule: Please provide standard fee schedule. • Insurance: Confirm your team meets necessary insurance requirements. • Certification Statement (Optional): In the interest of supporting local goals, additional consideration will be given for bids, which include a certification statement of any M/WBE proposed project participants. Evaluation Criteria The Evaluation Committee will review the submittals in accordance with the following criteria: • Accurate and full understanding of the project scale, type, unique elements, and general approach to achieve the project goals. – (30%) • Demonstrated success of proposed approach/methodology in past or current similar projects, including sub-consultants. – (30%) • Availability and strength of committed personnel. – (20%) • Organizational staffing plan to accomplish the goals and objectives of the project. – (15%) • Commitment to meet the M/WBE goals. – (5%) The Evaluation Team may choose to conduct interviews, oral presentations and/or seek clarification from selected Respondents. The City of Harvey will then contact the consulting firm the Evaluation Team finds most qualified for the project to negotiate the scope of services and contract fee. Should the first selected firm be unable to reach an agreement regarding the terms of a contract, the City of Harvey may enter into negotiations with another consultant/engineering firm of the top three (3) selected, and so on until an agreement is reached with a qualified firm. This will be a qualifications- based selection. The City reserves the right to terminate this procurement at any stage if it is determined to be in the best interest of the City. In no event will the City be liable to Respondents for any cost or damages incurred by Respondents or other interested parties in connection with the procurement process, including but not limited to any and all costs of preparing responses to the RFQ and participation in any conferences, oral presentation or negotiations. All responses submitted to the City are subject to the Freedom of Information Act. Respondent agrees not to pursue any cause of action against the City about disclosure of information. Compliance with Laws The selected firm agrees to be bound by all applicable Federal, State and Local laws, regulations and directives as they pertain to the performance of the contract. No City of Harvey elected official, officer, or employee who participates in the procurement, management, or administration of engineering services contracts or subcontracts has, directly or indirectly, any financial or other interest in connection with the proposed engineering contracts or subcontracts. No person or entity performing services for the City of Harvey has, directly or indirectly, any financial or other interest in any real property to be acquired for the project. Questions Questions concerning this request for qualifications should be addressed to Ms. Corean Davis, City Administrator at (708) 210-5300 ext. 365; cdavis@cityofharveyil.gov. Statements of Qualifications should be delivered to the City of Harvey, at the City Hall at 15320 Broadway Ave, Harvey, IL 60426 by the specified date and time. A bid opening will take place on October 29th, at 4:30 PM at City Hall.

Document text

REQUEST FOR QUALIFICATIONS (“RFQ”) 
FOR PROFESSIONAL ENGINEERING SERVICES 
 
SIBLEY BOULEVARD SIDEPATH AND  
PEDESTRIAN OVERPASS PROJECT 
 
FIVE (5) HARD COPIES OF THE RESPONSE TO BE SUBMITTED 
 
RFQ#: 2025-10-02 
October 15th, 2025 
 
 
All responses shall be delivered to: 
City of Harvey 
Ms. Corean Davis, City Administrator 
15320 Broadway Ave 
Harvey, IL 60426 
 
 
RESPONSES MUST BE RECEIVED NO LATER THAN 4:00 P.M. CST, ON October 29th, 2025. 
 

REQUEST FOR QUALIFICATIONS  
SIBLEY BOULEVARD SIDEPATH AND PEDESTRIAN OVERPASS PROJECT 
 
 
The City of Harvey requests Statements of Qualification (SOQ) to provide professional 
engineering/planning services from consultants for the Phase I Engineering Design for a sidepath and 
pedestrian overpass on Sibley Boulevard from Dixie Highway to the Metra 147th/Sibley Station. 
Qualifications submissions will be accepted until 4:00 pm, October 29th, 2025 SOQ’s received after that 
date and time will not be considered. SOQ’s will be reviewed by the City of Harvey evaluation team.  
 
All SOQ’s hard copies shall be submitted in a sealed envelope and identified on the outside as:  
 
CITY OF HARVEY, IL 
SIBLEY BOULEVARD SIDEPATH AND PEDESTRIAN OVERPASS PROJECT 
 
SOQ’s shall be delivered to the City of Harvey, at the City Hall at 15320 Broadway Ave 
Harvey, IL 60426. All SOQ’s will be scored and ranked with the highest rated firm being awarded a 
contract.  
 
Purpose 
The purpose of this RFQ is to invite SOQs from qualified engineering consultants to provide sidepath 
design, pedestrian overpass concepts, and community engagement services. The Phase I Engineering 
Design will cover a 2.08-mile section of Sibley Blvd., extending from Dixie Hwy to the Metra 147th/Sibley 
Station, on behalf of the City of Harvey, Cook County, IL.  
 
Project Overview 
 
This project includes the Phase I Engineering Design of a sidepath along Sibley Boulevard (147th Street) 
along one of the City of Harvey's primary commercial, residential, and transit corridors. A pedestrian 
overpass would considered to create safe passage for pedestrians and cyclists to access not only the City 
of Harvey but the surrounding region as this major thoroughfare is a connecting route to many other 
south suburban communities.  This project is funded through the Transportation Alternatives Program 
administered by Chicago Metropolitan Agency for Planning. 
 
Scope of Work 
The selected consultant(s) will be responsible for delivering the necessary design and community 
engagement components for the Phase I Engineering Design of the Sibley Boulevard Sidepath and 
Pedestrian Overpass Project, in collaboration with the Illinois Department of Transportation. Project due 
diligence will include land surveying, geotechnical investigation, right-of-way coordination, railroad 
coordination, stormwater management, pavement design, sidepath alignment, and pedestrian overpass 
concepts. In addition, the consultant(s) will facilitate community engagement activities to ensure public 
involvement in the design process. As the project is grant-funded, the consultant(s) will also assist with 
grant management and administration. 
 
 
Proposed Tasks: 
• Project Preparation and Coordination: 
o Project Due Diligence 
o Right-of-Way Coordination 
o Railroad Coordination 
o Community Engagement 
o Grant Management & Administration 
• Technical Studies and Compliance: 
o Geotechnical Engineering 
o Land Surveying 
o IDOT Compliance Support 
o Railroad Compliance Support 
• Design and Engineering: 
o Sidepath Alignment and Geometry 
o Detailed Grading 
o Plan & Profiles 
o Pavement Design 
o High-Visibility Crosswalks 
o ADA Facilities 
o Pedestrian Overpass Concepts 
o Cost Estimating 
• Project Oversight: 
o Project Management 
o Grant Administration 
 
Insurance Requirements   
The selected consultant shall provide at its own cost the following forms of insurance through the 
completion of the contract period: 
 
• Commercial General Liability (CGL) coverage with limits of liability not less than $1,000,000 per 
occurrence and not less than $2,000,000 annual aggregate.  
• Commercial Liability Umbrella coverage with limits of liability not less than $2,000,000. 
• Comprehensive Automobile Liability coverage with limits not less than $1,000,000 per incident. 
• Workers’ Compensation and Employers’ Liability.  
 
The City of Harvey shall be named as an additional insured on the policies required above. The selected 
consultant shall furnish certificates of insurance to the City and corresponding policy endorsement 
setting forth the required coverage herein prior to entering any project areas or commencing any work. 
Such policies shall contain an endorsement requiring the carrier to give at least ten days prior notice of 
cancellation to the City. All insurance required by this contract shall be primary and non-contributing to 
any insurance maintained by the City. This policy may not include any exclusion for IL Labor Laws, injury 
to employees or to subconsultants. Any subconsultants shall have an unmodified Commercial General 
Liability policy without limitation with respect to Employers Liability and injury to independent 
contractors. The consultant agrees to cause each subconsultant to furnish the City with copies of 
certificates of insurance and the corresponding policy endorsements setting forth the required coverage 
herein prior to any such consultant entering any project area or commencing any work. 
 
Non-Collusion Certification 
By submission of this response, each bidder and each person signing on behalf of any bidder certifies 
under penalty of perjury, that to the best of their knowledge and belief: 
 
1. No attempt has been made or will be made by the bidder to induce any other person, 
partnership or corporation to submit or not to submit a bid for the purpose of restricting 
competition.  
 
Statement of Qualifications Requirements 
Qualifications should be submitted in hard copy format. Qualifications are to be limited to 12 single 
sided pages on standard 8 ½” x 11” letter size paper using 12-point font, excluding title sheet, resumes 
and project examples. Complete Qualifications shall include the following: 
• Cover Page: A project cover page will outline the following elements. 
o Project team 
o Project lead, with contact information 
o Brief overview of previous similar experience 
o Effort to meet Disadvantaged Business Enterprise requirements 
• Consultant Team Overview: Describe the project team members’ firm, background, and project 
organization structure. 
• Relevant Work Experience: Describe your team’s experience related to Phase I Engineering 
Design for similar sidepath, sidewalk, or trail projects and experience related to grant 
management and administration. Include at least three examples. 
• Project Approach: Outline the consultant(s)’ project approach, including details about the 
following: 
o Schedule 
o Community Engagement Strategy 
o Design Approach 
o Any other project elements that may make your team’s approach unique 
• References: Please provide three professional references.  
• Fee Schedule: Please provide standard fee schedule. 
• Insurance: Confirm your team meets necessary insurance requirements. 
• Certification Statement (Optional): In the interest of supporting local goals, additional 
consideration will be given for bids, which include a certification statement of any M/WBE 
proposed project participants.  
 
Evaluation Criteria 
The Evaluation Committee will review the submittals in accordance with the following criteria: 
• Accurate and full understanding of the project scale, type, unique elements, and 
general approach to achieve the project goals. – (30%) 
• Demonstrated success of proposed approach/methodology in past or current similar 
projects, including sub-consultants. – (30%) 
• Availability and strength of committed personnel. – (20%) 
• Organizational staffing plan to accomplish the goals and objectives of the project. – (15%) 
• Commitment to meet the M/WBE goals. – (5%)

[Document text extracted]
REQUEST FOR QUALIFICATIONS (“RFQ”) 

FOR PROFESSIONAL ENGINEERING SERVICES 

SIBLEY BOULEVARD SIDEPATH AND  

PEDESTRIAN OVERPASS PROJECT 

FIVE (5) HARD COPIES OF THE RESPONSE TO BE SUBMITTED 

RFQ#: 2025-10-02 
October 15th, 2025 

All responses shall be delivered to: 
City of Harvey 
Ms. Corean Davis, City Administrator 
15320 Broadway Ave 
Harvey, IL 60426 

RESPONSES MUST BE RECEIVED NO LATER THAN 4:00 P.M. CST, ON October 29th, 2025. 

 
 
 
 
 
 
 
 
 
 
REQUEST FOR QUALIFICATIONS  
SIBLEY BOULEVARD SIDEPATH AND PEDESTRIAN OVERPASS PROJECT 

The City of Harvey requests Statements of Qualification (SOQ) to provide professional 
engineering/planning services from consultants for the Phase I Engineering Design for a sidepath and 
pedestrian overpass on Sibley Boulevard from Dixie Highway to the Metra 147th/Sibley Station. 
Qualifications submissions will be accepted until 4:00 pm, October 29th, 2025 SOQ’s received after that 
date and time will not be considered. SOQ’s will be reviewed by the City of Harvey evaluation team.  

All SOQ’s hard copies shall be submitted in a sealed envelope and identified on the outside as:  

CITY OF HARVEY, IL 
SIBLEY BOULEVARD SIDEPATH AND PEDESTRIAN OVERPASS PROJECT 

SOQ’s shall be delivered to the City of Harvey, at the City Hall at 15320 Broadway Ave 
Harvey, IL 60426. All SOQ’s will be scored and ranked with the highest rated firm being awarded a 
contract.  

Purpose 
The purpose of this RFQ is to invite SOQs from qualified engineering consultants to provide sidepath 
design, pedestrian overpass concepts, and community engagement services. The Phase I Engineering 
Design will cover a 2.08-mile section of Sibley Blvd., extending from Dixie Hwy to the Metra 147th/Sibley 
Station, on behalf of the City of Harvey, Cook County, IL.  

Project Overview 

This project includes the Phase I Engineering Design of a sidepath along Sibley Boulevard (147th Street) 
along one of the City of Harvey's primary commercial, residential, and transit corridors. A pedestrian 
overpass would considered to create safe passage for pedestrians and cyclists to access not only the City 
of Harvey but the surrounding region as this major thoroughfare is a connecting route to many other 
south suburban communities.  This project is funded through the Transportation Alternatives Program 
administered by Chicago Metropolitan Agency for Planning. 

Scope of Work 
The selected consultant(s) will be responsible for delivering the necessary design and community 
engagement components for the Phase I Engineering Design of the Sibley Boulevard Sidepath and 
Pedestrian Overpass Project, in collaboration with the Illinois Department of Transportation. Project due 
diligence will include land surveying, geotechnical investigation, right-of-way coordination, railroad 
coordination, stormwater management, pavement design, sidepath alignment, and pedestrian overpass 
concepts. In addition, the consultant(s) will facilitate community engagement activities to ensure public 
involvement in the design process. As the project is grant-funded, the consultant(s) will also assist with 
grant management and administration. 

 
 
 
 
 
 
 
 
 
 
Proposed Tasks: 

•  Project Preparation and Coordination: 
o  Project Due Diligence 
o  Right-of-Way Coordination 
o  Railroad Coordination 
o  Community Engagement 
o  Grant Management & Administration 

•  Technical Studies and Compliance: 

o  Geotechnical Engineering 
o  Land Surveying 
IDOT Compliance Support 
o 
o  Railroad Compliance Support 

•  Design and Engineering: 

o  Sidepath Alignment and Geometry 
o  Detailed Grading 
o  Plan & Profiles 
o  Pavement Design 
o  High-Visibility Crosswalks 
o  ADA Facilities 
o  Pedestrian Overpass Concepts 
o  Cost Estimating 

•  Project Oversight: 

o  Project Management 
o  Grant Administration 

Insurance Requirements   
The selected consultant shall provide at its own cost the following forms of insurance through the 
completion of the contract period: 

•  Commercial General Liability (CGL) coverage with limits of liability not less than $1,000,000 per 

occurrence and not less than $2,000,000 annual aggregate.  

•  Commercial Liability Umbrella coverage with limits of liability not less than $2,000,000. 
•  Comprehensive Automobile Liability coverage with limits not less than $1,000,000 per incident. 
•  Workers’ Compensation and Employers’ Liability.  

The City of Harvey shall be named as an additional insured on the policies required above. The selected 
consultant shall furnish certificates of insurance to the City and corresponding policy endorsement 
setting forth the required coverage herein prior to entering any project areas or commencing any work. 
Such policies shall contain an endorsement requiring the carrier to give at least ten days prior notice of 
cancellation to the City. All insurance required by this contract shall be primary and non-contributing to 
any insurance maintained by the City. This policy may not include any exclusion for IL Labor Laws, injury 
to employees or to subconsultants. Any subconsultants shall have an unmodified Commercial General 
Liability policy without limitation with respect to Employers Liability and injury to independent 
contractors. The consultant agrees to cause each subconsultant to furnish the City with copies of 
certificates of insurance and the corresponding policy endorsements setting forth the required coverage 

 
 
 
 
herein prior to any such consultant entering any project area or commencing any work. 

Non-Collusion Certification 
By submission of this response, each bidder and each person signing on behalf of any bidder certifies 
under penalty of perjury, that to the best of their knowledge and belief: 

1.  No attempt has been made or will be made by the bidder to induce any other person, 

partnership or corporation to submit or not to submit a bid for the purpose of restricting 
competition.  

Statement of Qualifications Requirements 
Qualifications should be submitted in hard copy format. Qualifications are to be limited to 12 single 
sided pages on standard 8 ½” x 11” letter size paper using 12-point font, excluding title sheet, resumes 
and project examples. Complete Qualifications shall include the following: 

•  Cover Page: A project cover page will outline the following elements. 

o  Project team 
o  Project lead, with contact information 
o  Brief overview of previous similar experience 
o  Effort to meet Disadvantaged Business Enterprise requirements 

•  Consultant Team Overview: Describe the project team members’ firm, background, and project 

organization structure. 

•  Relevant Work Experience: Describe your team’s experience related to Phase I Engineering 
Design for similar sidepath, sidewalk, or trail projects and experience related to grant 
management and administration. Include at least three examples. 

•  Project Approach: Outline the consultant(s)’ project approach, including details about the 

following: 

o  Schedule 
o  Community Engagement Strategy 
o  Design Approach 
o  Any other project elements that may make your team’s approach unique 

•  References: Please provide three professional references.  
•  Fee Schedule: Please provide standard fee schedule. 
• 
•  Certification Statement (Optional): In the interest of supporting local goals, additional 

Insurance: Confirm your team meets necessary insurance requirements. 

consideration will be given for bids, which include a certification statement of any M/WBE 
proposed project participants.  

Evaluation Criteria 
The Evaluation Committee will review the submittals in accordance with the following criteria: 
•  Accurate and full understanding of the project scale, type, unique elements, and 

general approach to achieve the project goals. – (30%) 

•  Demonstrated success of proposed approach/methodology in past or current similar 

projects, including sub-consultants. – (30%) 

•  Availability and strength of committed personnel. – (20%) 
•  Organizational staffing plan to accomplish the goals and objectives of the project. – (15%) 
•  Commitment to meet the M/WBE goals. – (5%) 

 
 
 
 
 
The Evaluation Team may choose to conduct interviews, oral presentations and/or seek clarification 
from selected Respondents. The City of Harvey will then contact the consulting firm the Evaluation 
Team finds most qualified for the project to negotiate the scope of services and contract fee. Should 
the first selected firm be unable to reach an agreement regarding the terms of a contract, the City of 
Harvey may enter into negotiations with another consultant/engineering firm of the top three (3) 
selected, and so on until an agreement is reached with a qualified firm. This will be a qualifications-
based selection.  

The City reserves the right to terminate this procurement at any stage if it is determined to be in the 
best interest of the City. In no event will the City be liable to Respondents for any cost or damages 
incurred by Respondents or other interested parties in connection with the procurement process, 
including but not limited to any and all costs of preparing responses to the RFQ and participation in 
any conferences, oral presentation or negotiations. 

All responses submitted to the City are subject to the Freedom of Information Act. Respondent 
agrees not to pursue any cause of action against the City about disclosure of information. 

Compliance with Laws 
The selected firm agrees to be bound by all applicable Federal, State and Local laws, regulations and 
directives as they pertain to the performance of the contract. 

No City of Harvey elected official, officer, or employee who participates in the procurement, 
management, or administration of engineering services contracts or subcontracts has, directly or 
indirectly, any financial or other interest in connection with the proposed engineering contracts 
or subcontracts. 

No person or entity performing services for the City of Harvey has, directly or indirectly, any 
financial or other interest in any real property to be acquired for the project. 

Questions 
Questions concerning this request for qualifications should be addressed to Ms. Corean Davis, City 
Administrator at (708) 210-5300 ext. 365; cdavis@cityofharveyil.gov. Statements of Qualifications 
should be delivered to the City of Harvey, at the City Hall at 15320 Broadway Ave, Harvey, IL 60426 by 
the specified date and time. A bid opening will take place on October 29th, at 4:30 PM at City Hall.

AI Analysis

Validation: Hybrid score 6 (confidence 79)

Contract Type
Estimated Value
Bid Bond
Site Visit
Local Req
License
Construction
PLC Details
HMI/SCADA
Comms
Subcontractor
Pre-selected

Related

Similar RFPs

Bid Postings • Engineering Services - Stormwater Lift Statio

IL · Score 67

View

GPSD 2942: PLC-7 & 8 Replacement

IL · Score 67

View

WASTEWATER FLOWMETERS REPLACEMENT AT WAUKEGAN WATER RECLAMATION FACILITY

IL · Score 60

View

MWRD - 21-0192-3P - Battery E Activated Sludge Facility OWRP - Dewatering

IL · Score 60

View

2026 Eastside Wastewater Plant Final Clairifiers 1-3 Reconditioning

IL · Score 60

View

Packages

Related Bid Packages