Upgrade Wilmette Lift Station, NSA

Agency: Metropolitan Water Reclamation District of Greater Chicago
State: Illinois
Type of Government: State & Local
Category:
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Dec 6, 2023
Due: Jan 9, 2024
Solicitation No: 19-083-3P
Publication URL: To access bid details, please log in.
contract number contract description advertise date bid opening date contract documents questions and answers plan holder list
19-083-3P Upgrade Wilmette Lift Station, NSA 12/6/2023 12:00:00 AM 1/9/2024 11:00:00 AM » General Information » Invitation to Bid*
» Bidding Documents
» Ask A Question
» View Questions and Answers
Plan Holder List

Attachment Preview

I-1
NOTICE
INVITATION TO BID
TO
THE METROPOLITAN WATER RECLAMATION DISTRICT OF GREATER CHICAGO
FOR
UPGRADE WILMETTE LIFT STATION
NORTH SERVICE AREA
COOK COUNTY, ILLINOIS
CONTRACT 19-083-3P
PROPOSALS ARE DUE TUESDAY, JANUARY 9, 2024
Sealed Proposals, endorsed as above, will be submitted back to the District via an electronic upload
to the Bonfire Portal only, from the date of the Invitation to Bid, up to 11:00 A.M. (Central time),
on the bid opening date, and will be opened publicly by the Director of Procurement and Materials
Management or her designee at 11:00 A.M. on Tuesday, January 9, 2024. The public cannot attend
but can view the bid opening at http://mwrd.org/bid-opening.
NO BIDS WILL BE ACCEPTED AFTER 11:00 A.M. ON THE ABOVE SCHEDULED BID
DATE. ALL BIDS FAXED, EMAILED, MAILED OR HAND DELIVERED WILL NOT
BE CONSIDERED AND WILL BE RETURNED TO THE BIDDER. THERE IS NO BID
DEPOSITORY SAFE AVAILABLE FOR MAILING OR HAND DELIVERING BIDS.
THE DISTRICT WILL ONLY ACCEPT BIDS ELECTRONICALLY UPLOADED TO
THE BONFIRE PORTAL (https://mwrd.bonfirehub.com/). PLEASE SEE SPECIFIC
INSTRUCTIONS ON HOW TO UPLOAD YOUR BID TO THE BONFIRE PORTAL IN
THE BID DOCUMENT ENTITLED SUBMISSION VIA THE BONFIRE PORTAL.
Specifications, proposal forms and/or plans may be obtained from the Department of Procurement
and Materials Management by downloading online from the Districts website at www.mwrd.org
(Doing BusinessProcurement and Materials ManagementContract Announcements). No fee
is required for the Contract Documents. Any questions regarding the downloading of the
Contract Document should be directed to the following email: contractdesk@mwrd.org or call
(312) 751-6643.
Further the District assumes no liability or responsibility for the failure or inability of any Bidder
to successfully download any and all contract documents, including but not limited to
specifications, proposal forms and/or plans, as a result of any type of technological computer
and/or software system failure or breakdown that restricts, prohibits or prevents successful
downloading of any and all District contract documents by the Bidder, whether caused by the
District or other parties, directly or indirectly.
Contract 19-083-3P
INVITATION TO BID
I-2
Tenders are invited for the work consisting of furnishing all materials, labor, and equipment
required to:
1. Remove remnants of the original air pump, supports, piping, power, and controls installed in
1938 or later.
2. Remove existing centrifugal pump and install two new submersible centrifugal pumps in the
dry-well to improve performance and reliability of the lift station. Pumps shall automatically
alternate running for equal wear. Duplex arrangement will allow maintenance of individual
pumps in the system without shutting down the entire system.
3. Remove and replace 8” and 10” dia. cast iron discharge pipes, install thermal insulation and
heat-tracing on new exterior pipes.
4. Remove and replace existing sump pump and discharge pipes.
5. Remove grating located inside station at elevation +3.37.
6. Install new pipes, fittings, and valves as shown on drawings.
7. Install equipment pads and supports for new pumps and piping.
8. Install an upgraded electrical system for pumps powering and lighting.
9. Provide controls to monitor submersible pumps. All controls shall be integrated through the
terminal inside the Wilmette Pumping Station into the DCS center situated at O’Brien Water
Reclamation Plant (WRP).
10. Provide DCS programming and graphics.
11. Restore existing grading and landscaping as needed to ensure proper drainage and aesthetics.
12. Perform other work as specified in the Detail Specifications and as shown on the Plans.
The site of construction is at 613 Sheridan Road, Village of Wilmette, Illinois 60091.
The estimated cost of the work under Contract 19-083-3P is between $1,529,285.00 and
$1,851,240.00.
The Voluntary Technical Pre-Bid meeting will be held online via a Zoom meeting on Thursday,
December 21, 2023, at 9:30 a.m. CDT. The link to the Zoom meeting is attached in a separate
Word document under the Additional Documentscolumn on the Districts website at mwrd.org
(Doing BusinessProcurement & Materials ManagementContract Announcements(Find
correct project)Bidding Documents). The purpose of the Voluntary Technical Pre-Bid meeting
is to review the scope of work, to provide for identification and discussion of potential problems
that might arise during the administration of this Contract and seek clarification of technical or
procedural aspects of this Contract. There will be a Q&A session at the end of the meeting. Also,
INVITATION TO BID
Contract 19-083-3P
I-3
suppliers must give their contact information to register prior to entering the Zoom Pre-Bid
meeting. Bidders are STRONGLY URGED to inspect all areas of the work sites, prior to bidding,
to familiarize themselves with the nature of the work and the method of accomplishing the same.
The Voluntary Site Visit without confined space entry into the lift station vault (only visual
inspection thru top opening will be allowed) will be held on Wednesday, December 13, 2023 at
9:00 AM, on the south side of the channel at the main Pump Station.
Bidders can schedule an optional individual site visit with the confined space entry.
The bidder shall be responsible for providing trained personnel and equipment, and to follow
required safety protocol. To schedule an individual site visit with confined space entry, bidders are
asked to contact the Resident Engineer, Brian Bolton, Monday through Friday, 8:00 a.m. to 3:00
p.m. CST (time) at (847) 375-2589 or email: BoltonB@mwrd.org. Bidders are reminded that no
questions will be taken during any site inspections. The District’s website (www.mwrd.org) will
be used for addressing any questions, as indicated in the Invitation to Bid documents for this
contract. The path is as follows: Doing BusinessProcurement and Materials
ManagementContract Announcements(Find a correct project)Ask a Question.
THE BID DEPOSIT FOR THIS PROPOSAL IS $93,000.00.
Each proposal must be accompanied by a bid deposit in the form of a bid bond in the amount of
NINETY-THREE THOUSAND DOLLARS ($93,000.00). Each bid bond must be underwritten
by a surety licensed to do business in the State of Illinois, listed in the latest copy of the Federal
Register and approved by the Director of Procurement and Materials Management. The bid bond
must contain signatures from the Bidder and Surety Company. Failure to provide signatures on the
bid bond will result in the rejection of the bid. Photographic and/or stamped signatures are
acceptable. Any proposal submitted without being accompanied by the required bid deposit, in the
aforesaid form, will not be considered and will not be read after it is
publicly opened.
Prior to award of the Contract, the lowest responsible bidder must demonstrate compliance with
the MWRDGC Multi-Project Labor Agreement by submitting to the Director of Procurement and
Materials Management a signed Certification of Compliance with Multi-Project Labor Agreement.
The Agreement and Certificate of Compliance are contained in the Contract Documents.
The bid money value of all materials purchased directly by the Contractor, together with the bid
money value of all work performed by personnel and facilities provided directly by the Contractor,
shall not be less than 25% of the money value of all work performed under this Contract. Any bid
money value of work performed by the Subcontractors for work on the job site utilizing
Subcontractorsmaterials, labor and facilities cannot be included in the percent of work to be
completed by the Contractor.
Bidders on contracts in excess of Ten Thousand Dollars ($10,000.00) will be required to comply
with the Presidents Executive Order No. 11246, as amended to date, regarding
NON-DISCRIMINATION IN EMPLOYMENT. The requirements for bidders and contractors
under this order are explained in Appendix C of the Contract Documents. The provisions of
Appendix C also apply to each Subcontractor on contracts in excess of Ten Thousand Dollars
($10,000.00).
Contract 19-083-3P
INVITATION TO BID
I-4
The Bidder shall submit with the Proposal a signed and completed MBE or WBE Utilization Plan,
which lists the firms intended to be used as MBE or WBE the type of work or service each will
perform, and the dollar amount to be allocated to each MBE or WBE.
1.) Each Bidder must submit with the proposals a signed and completed MBE/WBE Utilization
Plan which lists each business intended to be used as a MBE and WBE on pages UP-2 and UP-3
and supplemental pages as necessary. The Bidder must sign the Signature Section page on
UP-4. Failure to submit a signed MBE/WBE Utilization Plan will result in a bid being deemed
non-responsive and the bid will be rejected. Also, if a Waiver is sought, the Bidder is required to
sign pages UP-4 and UP-, the Waiver Request Form; failure to do so will be viewed as non-
responsive and the bid will be rejected.
2.) Each Bidder must submit with their bid package an original or facsimile copy of MBE/WBE
Subcontractors Letter of Intent, Page UP-6 for each subcontractor listed on their MBE/WBE
Utilization Plan. The submitted MBE/WBE Subcontractors Letter of Intent must be completed
and signed by the subcontractor and accompanied with a copy of the subcontractors current Letter
of Certification from a state, local government or agency or documentation demonstrating that the
subcontractor is a MBE or WBE within the meaning of the Affirmative Action Ordinance,
Revised Appendix D. Failure to submit the MBE/WBE Utilization Plan signed by the Bidder at
the time of the bid opening and the MBE/WBE Subcontractors Letter of Intent signed by each
MBE and WBE will be viewed as non-responsive and the bid will be rejected.
3.) If the Bidder exceeds the allowable Supplier Utilization amount which is stated in the bid
documents, the bid will be viewed as non-responsive. Therefore, the Bidder may not exceed the
use of a MBE or WBE supplier for more than 50% of each of the respective MBE or WBE goal,
unless the Administrator has authorized a Suppliers Exception notated on page AU-1.
4.) Each Bidder must submit with their proposals a completed VBE Commitment Form which
lists each business to be used as a VBE. The Bidder must make a Good Faith Effortto identify
eligible Veteran-Owned Business by completing the VBE Commitment Form. If the Bidder is
unable to identify qualified VBE subcontractors capable of providing goods or services required
by the contract, the Bidder must write no participationon the VBE Commitment Form. Where
a Bidder has failed to meet the VBE participation goal, the Administrator shall require the
Contractor to submit a Veterans Business Enterprise Good Faith Efforts Documentation Form
and provide additional documentation of its good faith efforts in attempting to fulfill the VBE goal.
5.) The Contractor agrees to use the Districts online compliance monitoring system
administered by the Diversity Section for payment and reporting purposes, in order to fulfill
the Affirmative Action Program requirements.
The Utilization Plan MUST be signed by the bidder, even if the bidder requests a waiver and/or
offers itself to meet any of the Affirmative Action Ordinance Revised Appendix D goals. If the
bidder offers itself to satisfy any of the Affirmative Action Ordinance Revised Appendix D goals,
then its name shall be shown in the appropriate space(s) on the Utilization Plan.
Where a bidder is a business owned and controlled by a minority woman (M/WBE) or where the
bidder utilizes a M/WBE in a joint venture or as a subcontractor, the bidder may count the M/WBE
participation either toward the achievement of its MBE or WBE goal, but not both.
INVITATION TO BID
Contract 19-083-3P
I-5
The work under this contract is classified Mechanicalfor the MBE or WBE utilization goals
contained in the Affirmative Action Ordinance Revised Appendix D and for the VBE utilization
goals contained in Appendix V VBE Instructions and Commitment Form. The associated goals
are 12% MBE and/or WBE, and 3% VBE. The MBE, WBE, and VBE utilization goals do not
apply to the work assigned to the portions of the DCS work included as part of the Negotiated
Price Item with the DCS manufacturer, Emerson and ABB. Should you have any questions,
contact the Diversity Office at (312) 751-4035.
The Bidder to whom the contract is awarded must be prepared to comply with the requirements of
the Affirmative Action Ordinance Revised Appendix D during the life of the contract.
Any contract or contracts awarded under this invitation for bids are expected to be funded in part
by a loan from the Illinois Environmental Protection Agency (IEPA). Neither the State of Illinois
nor any of its departments, agencies, or employees is or will be a party to this invitation for bids
or any resulting contract. The procurement will be subject to regulations contained in the
Procedures for Issuing Loans from the Water Pollution Control Loan Program (35 IAC Part 365),
the Davis-Bacon Act (40 USC 276a through 276a-5) as defined by the United States Department
of Labor, the Employment of Illinois Workers on Public Works Act (30 ILCS 570), Illinois Works
Jobs Program Act (30 ILCS 559/20-1), and the “Use of American Iron and Steel” requirements as
contained in Section 436 of H.R. 3547, The Consolidated Appropriations Act, 2014. This
procurement is also subject to the loan recipient’s policy regarding the increased use of
disadvantaged business enterprises. The loan recipient’s policy requires all bidders to undertake
specified affirmative efforts at least sixteen (16) days prior to bid opening. The policy is contained
in the specifications. Bidders are also required to comply with the President’s Executive Order
No. 11246, as amended. The requirements for bidders and contractors under this order are
explained in 41 CFR 60-4.
Federal Regulations regarding labor standards, the Copeland Anti-Kickback Act, equal
employment opportunity and access to work shall be in effect. These regulations appear in
Appendices B and I in the Contract Documents and form a part thereof. The Bidder must execute
Grant Forms Nos. 1, 2, 3, 4, 5 and 6 in the appropriate place in Appendix B as part of the Proposal.
Any Proposal submitted without being accompanied by the executed Grant Forms Nos. 1, 2,
3, 4, 5 and 6 will be rejected as non-responsive. The Bidder shall specifically take note of
Section 7, “Certification,” of Appendix I regarding non-collusion requirements, and shall comply
with same.
Bidders should read page R-2, Paragraph 6, in regards to questions on this Contract.
Any potential bidder with questions regarding the meaning of any part of the specifications or
other bidding documents should submit such inquiries online at the Districts website,
www.mwrd.org. The path is as follows: Doing Business→Procurement and Materials
Management→Contract Announcements. The District will provide an online response to such
inquiries, as the District deems appropriate. Strings of appropriate questions and answers regarding
the bidding documents will be available online on the Districts website until the bid opening date
of the bidding documents. No questions will be accepted by telephone, fax, email, mail, or any
other such form of delivery.
Contract 19-083-3P
INVITATION TO BID
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow Linen Rental Service - Scott AFB - B1560, B1650, B1192 & B1934

Federal Agency

Bid Due: 12/18/2024

Status Ref# Project Close Date Days Left Action Open P-22018 REQUEST FOR QUALIFICATIONS

Chicago Park District

Bid Due: 12/31/2027

Header Information Bid Number: 24-426DOC-SOURC-B-41407 Description: Emergency Notice - Statewide Nursing Services -

State Government of Illinois

Bid Due: 4/30/2024

Header Information Bid Number: 24-422DNR-REALT-B-41480 Description: EMERGENCY NOTICE' DNR Replace Sluice Gate at

State Government of Illinois

Bid Due: 5/04/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.