Rehabilitation of Elevated Deck and Boat Dock at North Branch Pumping Station, NSA

Agency: Metropolitan Water Reclamation District of Greater Chicago
State: Illinois
Type of Government: State & Local
Category:
  • 19 - Ships, Small Craft, Pontoons, and Floating Docks
  • Y - Construction of Structures and Facilities
  • Z - Maintenance, Repair or Alteration of Real Property
Posted: Oct 18, 2023
Due: Nov 14, 2023
Solicitation No: 22-094-3D
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
22-094-3D Rehabilitation of Elevated Deck and Boat Dock at North Branch Pumping Station, NSA 10/18/2023 12:00:00 AM 11/14/2023 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
REHABILITATION OF ELEVATED DECK AND BOAT DOCK AT
NORTH BRANCH PUMPING STATION, NSA
COOK COUNTY, ILLINOIS
CONTRACT 22-094-3D
PROPOSALS ARE DUE TUESDAY, NOVEMBER 14, 2023
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
(“CT”), 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. CT on Tuesday, November 14, 2023. 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. CT ON THE ABOVE SCHEDULED
BID DATE. ALL BIDS FAXED, MAILED, E-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.” BIDS
WILL BE DEEMED NON-RESPONSIVE IF NOT SUBMITTED USING THE BONFIRE-
PROJECT SPECIFIC URL LINK, PROVIDED BY THE DISTRICT WITH THE BIDDING
DOCUMENTS.
Specifications, proposal forms and/or plans may be obtained from the Department of Procurement
and Materials Management by downloading online from the District's 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 22-094-3D
INVITATION TO BID
I-2
Tenders are invited for the work consisting of furnishing all materials, labor, and equipment required
to:
1. Remove and replace exterior elevated concrete deck at EL. +20’-0”, concrete stairs to EL.
+20’-0” deck, boat dock at EL. +1’-7”, boat dock stairs and stair landings, and stair/dock
support brackets.
2. Install structural steel framing and metal decking to support new elevated concrete deck at
EL. +20’-0”.
3. Install reinforced concrete jackets on existing concrete beams supporting the elevated
concrete deck at EL. +20’-0”.
4. Perform partial depth concrete repairs on exterior walls of pumping station deck.
5. Remove asphalt topping on elevated plaza deck at EL. +15’-0”, install hot fluid-applied
waterproofing membrane, and install new asphalt topping.
6. Following structural rehabilitation, provide and install architectural cast stone balustrade,
pylon, pedestal, pilaster, bracket complete watertight system at boat dock and elevated
decks at EL. +2’-0 3/4”, +15’-0”, and +20’-0”, including stairs and landings, stainless steel
handrails, electrical power distribution system and electrical light fixtures, including
mockups.
7. Remove, salvage, store, protect, cut, prepare, and reinstall partial existing granite stone
water table; remove, salvage, store, protect and reinstall existing limestone; and install new
masonry assemblies at EL. +20’-0” elevated deck to allow for deck rehabilitation, including
watertight and supported installation.
8. Remove partial masonry and limestone assemblies to allow for spandrel beam repair at
existing north elevation window. Install waterproofing membrane; salvage, store, protect
and reinstall existing limestone assemblies; and install masonry assemblies above window
opening.
9. Remove and replace existing floor drains on deck at EL. +15’-0” and +20’-0”.
10. Remove and replace steel rod supports for five (5) storm discharge pipes by the river on the
west side of the pumping station.
11. Furnish and install new mechanical intake louvers and associated accessories, including
installation of new decorative aluminum frames in front of louvers within rebuilt new
masonry jambs at existing window openings. Rebuild existing unit masonry jambs and
install new limestone sills at existing window openings to support mechanical louver and
decorative aluminum frame installations.
12. Replace the existing 120/208V Lighting Switchboard with a new lighting distribution panel
LDP-1 and Manual Transfer Switch MTS-1. Furnish and install a new 120/208V Panelboard
LP-5. Replace existing cables to Transformers #5 and #6 and to all 120/208V Panelboards.
INVITATION TO BID
Contract 22-094-3D
I-3
13. Modify MCC-P1 to power the new louver actuators located on the North and West walls,
and install a District supplied Automatic Transfer Switch (ATS) in MCC-P2.
14. Furnish and install new conduit and wire to power new equipment, relocate existing
receptacles and light fixtures, temporarily reroute the existing sluice gate power/control
feeds at EL. -3’-6”, and temporarily reroute the existing TARP power feed as shown on
contract drawings.
15. Furnish and install new outdoor light fixtures and electric handholes for the pylons on the
concrete deck, including installation of decorative metal bands at light fixtures.
16. Remove asphalt pavement and concrete curbs in south driveway and replace with concrete
pavement and concrete curbs.
17. Remove two (2) existing 10 foot by 10 foot timber tide gates and appurtenances, repair
spalled concrete if any, and replace with two (2) new 10 foot by 10 foot metal flap gates and
appurtenances in the tide gate vault of the connecting structure at Drop Shaft DS-91 located
adjacent to the NBPS. Raise the existing tide gate vault access above grade and replace
removeable concrete slabs with new metal grating covers.
18. Perform all other work as specified in the Specifications and as shown on the Plans,
including all incidental work.
The site of construction is at the North Branch Pumping Station, 4860 North Francisco Avenue, City
of Chicago, County of Cook, State of Illinois.
The estimated cost of the work under Contract 22-094-3D is between $14,250,000.00 and
$17,250,000.00.
The Voluntary Pre-Bid Site Walkthrough will be held on Tuesday October 31, 2023, at 10:00 a.m.
CT at the North Branch Pumping Station. Bidders will meet at the parking lot north of the Pumping
Station Building. Bidders are advised that parking at the North Branch Pumping Station is limited and
Bidders may need to use public street parking near the facility. 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. Form SV-1 (Site Visit Release and Indemnity
Agreement), which is included in the contract documents, will be required to be completed for
each individual choosing to participate in the optional site walkthrough. The completed SV-1
form will need to be provided via e-mail to Max Affrunti at affruntim@mwrd.org prior to
the scheduled site walkthrough. 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
Business Procurement & Materials Management Contract Announcements(Find correct
project)Ask a Question.
The Voluntary Technical Pre-Bid meeting will be held online via a Zoom meeting on Thursday,
November 2, 2023, at 10:00 a.m. CT. 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
Business Procurement and Materials Management Contract Announcements (Find correct
project) Bidding Documents). The purpose of the Voluntary Technical Pre-Bid meeting is to
Contract 22-094-3D
INVITATION TO BID
I-4
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.
Each proposal must be accompanied by a bid deposit in the form of a bid bond in the amount of
SIX HUNDRED THOUSAND DOLLARS ($600,000.00). 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 2017 Multi-Project Labor Agreement by submitting to the Director of Procurement and
Materials Management a signed Certification of Compliance with 2017 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
Subcontractors' materials, 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 President's 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).
The Bidder agrees to fulfill the Special Training Provisions 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 Provisions for Apprentices are 1350 minority hours and 480
female hours for the purposes of this contract.
The Bidder shall submit with the Proposal a signed and completed MBE, WBE Utilization Plan,
which lists the firms intended to be used as MBE, WBE, the type of work or service each will perform,
and the dollar amount to be allocated to each MBE, WBE.
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.
INVITATION TO BID
Contract 22-094-3D
I-5
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 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 proposals 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 Owned-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 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.
If a waiver from the Affirmative Action Ordinance Revised Appendix D requirements is sought,
subsequent to the bid opening, and if it is determined by the Diversity Administrator that a
Contractor’s Information Form is required from the apparent low bidder, the bidder must complete
and submit the form within three (3) days of receiving the written request.
The work under this Contract is classified as “General Construction” for the MBE, WBE Utilization
Goals contained in the Affirmative Action Ordinance Revised Appendix D. The associated goals are
20% Minority-owned Business Enterprises (MBE), 10% Women-owned Business Enterprises
(WBE), and 3% Veteran Business Enterprises (VBE). Should you have any questions, please contact
the Diversity Office at 312-751-4035.
Contract 22-094-3D
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.