Westchester Pumping Station Relief Sewer, SSA

Agency: Metropolitan Water Reclamation District of Greater Chicago
State: Illinois
Type of Government: State & Local
Category:
  • Y - Construction of Structures and Facilities
Posted: Aug 30, 2023
Due: Oct 24, 2023
Solicitation No: 21-168-3S
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
21-168-3S Westchester Pumping Station Relief Sewer, SSA 8/30/2023 12:00:00 AM 10/24/2023 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
WESTCHESTER PUMPING STATION RELIEF SEWER, SSA
CONTRACT 21-168-3S
PROPOSALS ARE DUE TUESDAY, OCTOBER 24, 2023
Sealed proposals, endorsed as above, will be submitted back to the Metropolitan Water
Reclamation District of Greater Chicago (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 Daylight Time (CDT)), on
the bid opening date, and will be opened publicly by the Director of Procurement and Materials
Management or designee at 11:00 AM on OCTOBER 24, 2023. The public cannot attend but can
view the bid opening at https://mwrd.org/bid-opening.
No bids will be accepted after 11:00 A.M. (Central Daylight Time) on the above scheduled
due date. Faxed, mailed, emailed, or hand delivered proposals will not be accepted. There
is no Bid Depository safe for this purpose. 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.”
Tenders are invited for the work consisting of furnishing all materials, labor, and equipment required
to install approximately 215 linear feet of 45-inch diameter glass-fiber reinforced plastic (GRP) pipe
by microtunneling, approximately 60 linear feet of 45-inch diameter GRP by open cut, 1 connecting
structure, 1 microtunnel launching shaft, 1 microtunnel receiving pit and paving and surface
restoration work.
The construction is located in the Village of Westchester and Village of Broadview, County of Cook,
State of Illinois.
The Contract 21-168-3S consists of 4 items. The work shall be completed within 450 calendar days
after approval of the contractor’s bond. The Bidder must bid on all items for a bid to be considered
responsive. The District intends to issue one Contract to one bidder for all the work to be performed.
The estimated cost of the work under Contract 21-168-3S is between $6,317,500.00 and
$7,647,500.00.
THE BID DEPOSIT FOR THE PROPOSAL IS THREE HUNDRED FIVE THOUSAND
NINE HUNDRED DOLLARS AND ZERO CENTS ($305,900.00).
Contract 21-168-3S
INVITATION TO BID
I-2
The Voluntary Technical Pre-Bid Conference will be held online via Zoom meeting on
Thursday September 14, 2023, at 11:00 a.m. CDT. The link to the Zoom meeting is attached in a
separate Word document under the “Additional Documents” column on the District’s website at
mwrd.org (Doing BusinessProcurement & Materials ManagementContract
Announcements(Find correct ProjectBidding 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, 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. A
Voluntary Pre-Bid Walk-Through will be held on Wednesday, September 13, 2023, at 11:00
a.m. CDT at the Westchester Pumping Station, 1140 Gardner Road, Westchester, IL 60154.
Attendees are advised to bring a hard hat and appropriate footwear for an industrial type of facility
and a current business card. 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 & Materials ManagementContract Announcements(Find correct
ProjectAsk a Question. Potential bidders may also contact the Project Manager, Patrick Jensen at
jensenp2@mwrd.org Monday through Friday, 8:30 a.m. to 4:00 p.m. CDT to schedule additional site
visits within the Westchester Pumping Station if needed and upon availability of the District.
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.
If any potential Bidder contemplating to submit a proposal is in doubt as to the true meaning of any
part of the specifications or other contract documents, such inquiry should be submitted online at the
District’s website, www.mwrd.org. The path is as follows: Doing BusinessProcurement and
Materials ManagementContract 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 District’s 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.
The District will only respond to questions received online up to ONE WEEK prior to the bid opening
date of the bidding documents. The District will not respond to questions received after this date. The
District does not guarantee the timeliness of responses provided online, nor does the District guarantee
that such responses will be provided in adequate time to affect the submission of bids. The District
shall provide responses online ONLY if the responses do not interpret or otherwise change the bidding
documents.
Contract 21-168-3S
INVITATION TO BID
I-3
The District’s responses online are NOT official responses and, therefore, are not binding to the
bidding documents. Any official interpretation or change to the bidding documents will be made only
by addenda duly issued to all plan holders on record by the Director of Procurement and Materials
Management.
Bidding documents are only available online, and all addenda issued for this contract will be available
online at the District’s website, www.mwrd.org. The path is as follows: Doing
BusinessProcurement and Materials ManagementContract Announcements. A copy of such
addenda will also be emailed/faxed to each person which downloads a set of such contract documents.
Failure on the part of the prospective bidder to receive a written interpretation prior to the time of the
opening of bids will not be grounds for withdrawal of proposal.
Each proposal must be accompanied by a bid deposit in the form of a bid bond in the amount of Three
Hundred Five Thousand Nine Hundred Dollars and Zero Cents ($305,900.00). 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.
The contract will be awarded to the lowest responsible, responsive Bidder, unless all bids are rejected.
Prior to award of the contract, the lowest responsible bidder must demonstrate compliance with the
District’s Multi-Project Labor Agreement (Cook County) by submitting to the Director of
Procurement and Materials Management a signed Certification of Compliance with the Multi-Project
Labor Agreement (MPLA). The Agreement and Certificate of Compliance are contained in the
Contract Documents.
Bidders on contracts in excess of Ten Thousand Dollars ($10,000.00) will be required to comply with
the President's Executive Order No. 11246 as amended to date regarding NONDISCRIMINATION
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 the Contract in excess of Ten Thousand Dollars ($10,000.00).
1. Each Bidder must submit with their 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-5, 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 the
MBE/WBE Subcontractor's Letter of Intent, page UP-6 for each subcontractor listed
on their MBE/WBE Utilization Plan. The submitted MBE/WBE Subcontractor’s Letter
of Intent must be completed and signed by the subcontractor and accompanied with a
copy of the subcontractor's current Letter of Certification from a state, local government
or agency or documentation demonstrating that the subcontractor is a MBE or WBE
Contract 21-168-3S
INVITATION TO BID
I-4
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 Subcontractor's 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 respective MBE or
WBE, goal, unless the Administrator has authorized a Supplier's Exception notated on
page AU-1.
4. Each Bidder must submit with their proposal a completed VBE Commitment Form which
lists each business intended to be used as a VBE. The Bidder must make a “Good Faith
Effort” to identify eligible Veteran Owner-Businesses 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
participation” on the VBE Commitment Form. Where a Bidder has failed to meet the VBE
participation goal, the Administrator shall require the Contractor to submit a Veteran’s
Business Enterprise Good Faith Efforts Documentation Request Form and provide
additional documentation of its good faith efforts in attempting to fulfill the VBE goal.
5. The Contractor must use the District’s online compliance monitoring system
administered by the Diversity Section for payment and reporting purposes, in order to
fulfill the Affirmative Action Program requirements.
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 be not less than 35% 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 the
Subcontractors’ materials, labor and facilities cannot be included in the percent of work to be
completed by the Contractor.
The Bidder agrees to fulfill the Special Training for Apprentices as specified in the Appendix K and
to provide training opportunities throughout the life of the contract. The requirements of the Special
Training for Apprentices for the purpose of this contract, the requirements Special Training Provisions
for Apprentices are 400 Minority and 140 Female Hours.
The MBE/WBE Utilization Plan MUST be signed by the Bidder, even if the Bidder requests a waiver
and/or offers itself to meet any of the Appendix D goals. If the bidder offer itself to satisfy any of the
Appendix D goals, then its name shall be shown in the appropriate space(s) on the MBE/WBE
Utilization Plan.
Where a Bidder is a business owned and controlled by a minority women (M/WBE) or where the
Bidder utilized an M/WBE in a joint venture or as a subcontractor, the Bidder may count the M/WBE
participation toward the achievement of either its MBE or WBE goal, but not both.
Subsequent to the bid opening, and if it is determined by the Affirmative Action Administrator that a
Contractor’s Information form is required from the apparent low bidder, the bidder must complete
and submit the form within (3) days of receiving the written request.
Contract 21-168-3S
INVITATION TO BID
I-5
The work under this contract is classified "General Construction” for the Socially and Economically
Disadvantaged Individuals utilization goals contained in the Affirmative Action Ordinance, Revised
Appendix D. The associated goals are 15% Minority-owned Business Enterprises (MBE) and/or
Women-owned Business Enterprises (WBE) and 3% Veteran-owned Businesses (VBE). Should you
have any questions, please contact the Diversity Office at 312-751-4035.
It is required that the prospective bidder indicates participation by signing each applicable MBE/WBE
Utilization Plan contained with the Contract Document.
The Bidder to whom the Contract is awarded must be prepared to comply with the requirements of
the Affirmative Action Ordinance Revised Appendix D and Appendix V during the life of the
Contract.
Bidders should read the bidding requirements set forth on pages R-1 through R-6, and in particular
page R-2, Paragraph 6, in regards to questions on this Contract.
The Project Manager for this contract is Patrick Jensen. This Project Manager will provide online
responses to online inquiries.
All Contracts for the Construction of Public Works are subject to the Illinois Prevailing Wage Act
(820 ILCS 130/1 et.seq.)
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 federal “Build America, Buy America Act” requirements contained
in the Infrastructure and Investment and Jobs Act, Pub. L. No. 117-58. 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
Contract 21-168-3S
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-41826 Description: EMERGENCY NOTICE - STATEWIDE - IDOC -

State Government of Illinois

Bid Due: 5/24/2024

Status Ref# Project Close Date Days Left Action Open P-22015 REQUEST FOR QUALIFICATIONS

Chicago Park District

Bid Due: 12/31/2027

* 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.