A/B AND C/D SERVICE TUNNEL REHABILITATION – PHASE THREE, STICKNEY WATER RECLAMATION PLANT (RE-BID)

expired opportunity(Expired)
From: Metropolitan Water Reclamation(Utilities)
16-127-3DR

Basic Details

started - 31 Aug, 2022 (20 months ago)

Start Date

31 Aug, 2022 (20 months ago)
due - 06 Dec, 2022 (16 months ago)

Due Date

06 Dec, 2022 (16 months ago)
Bid Notification

Type

Bid Notification
16-127-3DR

Identifier

16-127-3DR
Metropolitan Water Reclamation District of Greater Chicago

Customer / Agency

Metropolitan Water Reclamation District of Greater Chicago
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

I-1 Contract 16-127-3DR INVITATION TO BID NOTICE INVITATION TO BID TO THE METROPOLITAN WATER RECLAMATION DISTRICT OF GREATER CHICAGO FOR A/B AND C/D SERVICE TUNNEL REHABILITATION – PHASE THREE STICKNEY WATER RECLAMATION PLANT STICKNEY, IL CONTRACT 16-127-3DR (RE-BID) PROPOSALS ARE DUE TUESDAY, OCTOBER 11, 2022 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 Standard 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, October 11, 2022. 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, 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.” 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 Business→Procurement and Materials Management→Contract 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. http://mwrd.org/bid-opening http://www.mwrd.org/ I-2 INVITATION TO BID Contract 16-127-3DR Tenders are invited for the work consisting of furnishing all materials, labor, and equipment required to: 1. Structurally rehabilitate approximately 1050 lineal feet of the A/B Service Tunnel, 1050 lineal feet of the C/D Service Tunnel, 733 lineal feet of the South R&D Tunnel, and 225 lineal feet of the E-W Aerated Grit Tunnel. 2. Replace the roof and walls on approximately 100 lineal feet of the South R&D Tunnel. 3. Perform concrete repairs in the gallery between Buildings 70 and 71. 4. Install waterproofing membrane at locations which are excavated to perform tunnel repairs. 5. Provide temporary and/or permanent relocation of electrical, mechanical, and process utilities inside the tunnels. 6. Permanently remove abandoned electrical conduits and mechanical piping from the tunnels. 7. Install new pipe racks, piping, electrical conduits, lighting, and mechanical equipment in the A/B & C/D Service Tunnels, and the South R&D Tunnel. 8. Modify and upgrade the A/B and C/D Service Tunnel ventilation systems, including electrical feeds, fans, ductwork, and associated appurtenances. 9. Repair and insulate the Battery A, B, C, and D Air Mains inside the operating galleries. 10. Perform localized excavation and backfilling required for the repairs of the A/B & C/D Service Tunnels and the South R&D Tunnel. Provide earth retention as indicated and as required. 11. Perform roadway and parking area improvements including new pavement. 12. Install buried piping, manholes, and sumps for the tunnel drainage system. 13. Regrade and reseed the area of work. The site of construction is at the Stickney Water Reclamation Plant, 6001 West Pershing Road, Stickney, County of Cook, State of Illinois The estimated cost of the work under Contract 16-127-3DR, is between $23,845,000.00 and $28,865,000.00. The Voluntary Technical Pre-Bid meeting will be held online via a Zoom meeting on Tuesday, 9/13/2022, at 10:00 a.m. Central Standard time. 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 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 I-3 Contract 16-127-3DR INVITATION TO BID 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. To schedule a site inspection, bidders are asked to contact the Resident Engineer, Brian Hines, Monday through Friday, 8:00 a.m. to 2:00 p.m. CST at HinesB@mwrd.org (Preferred) / (708) 588-3624 (Office). 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 pro-ject) ➔ Ask a Question. 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 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 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 3520 minority hours and 1240 female hours for the purposes of this contract. The Bidder shall submit with the Proposal a signed and completed MBE, WBE, SBE Utilization Plan, which lists the firms intended to be used as MBE, WBE, SBE, the type of work or service each will perform, and the dollar amount to be allocated to each MBE, WBE, SBE. I-4 INVITATION TO BID Contract 16-127-3DR 1. Each Bidder must submit with the proposals a signed and completed MBE, WBE, SBE Utilization Plan which lists each business intended to be used as a MBE, WBE, SBE on pages UP-2, UP-3 and UP-4 and supplemental pages as necessary. The Bidder must sign the Signature Section page UP-5. Failure to submit a signed MBE, WBE, SBE 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-5 and UP-6, 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, SBE Subcontractor’s Letter of Intent, Page UP-7 for each subcontractor listed on their MBE, WBE, SBE Utilization Plan. The submitted MBE, WBE, SBE 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, WBE, or SBE within the meaning of the Affirmative Action Ordinance, Revised Appendix D. Failure to submit the MBE, WBE, SBE Utilization Plan signed by the Bidder at the time of the bid opening and the MBE, WBE, SBE Subcontractor’s Letter of Intent signed by each MBE, WBE, SBE 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, WBE, SBE supplier for more than 25% of each of the respective MBE, WBE, SBE 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 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 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 Form and provide additional documentation of its good faith efforts in attempting to fulfill the VBE goal. 5. The Contractor agrees to 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. I-5 Contract 16-127-3DR INVITATION TO BID If a waiver from the Affirmative Action Ordinance Revised Appendix D requirements is sought, the bidder should include with the bid package documentation of good-faith efforts to meet the Affirmative Action Ordinance Revised Appendix D utilization goals. Subsequent to 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 three (3) days of receiving the written request. The work under this Contract is classified as “Construction Services” for the MBE, WBE, SBE 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), 10% Small Business Enterprises (SBE), and 3% Veteran Business Enterprises (VBE). Should you have any questions, please 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), IL Works Jobs Program Act (30 ILCS 559/20-1) Apprenticeship Initiative, DBE Policy per 40 CFR Part 33, as amended, and the “Use of American Iron and Steel” requirements as originally contained in Section 436 of 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. 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 Business ➔ Procurement and Materials Management ➔ Contract Announcements. A copy of such addenda will also be emailed/faxed to each person which downloads a set of such contract documents. Bidders should read page R-2, Paragraph 6, in regards to questions on this Contract. I-6 INVITATION TO BID Contract 16-127-3DR 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 District’s 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 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 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. 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 e-mailed to all plan holders on record by the Director of Procurement and Materials Management. 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 Project Manager for this contract is Mr. Kevin Chu. This Project Manager will provide online responses to online inquiries. The Contact person for site visits is Mr. Brian Hines at HinesB@mwrd.org (Preferred) / (708) 588 - 3624 (Office). All Contracts for the Construction of Public Works are subject to the Illinois Prevailing Wage Act (820 ILCS 130/.01 et.seq.) The contract will be awarded to the lowest responsible, responsive bidder, unless all bids are rejected. The Metropolitan Water Reclamation District of Greater Chicago reserves the right to reject any or all proposals. Metropolitan Water Reclamation District of Greater Chicago Darlene A. LoCascio Chicago, Illinois Director of Procurement and Materials Management August 31, 2022 about:blank

100 East Erie Street,Chicago, IL 60611Location

Address: 100 East Erie Street,Chicago, IL 60611

Country : United StatesState : Illinois

You may also like

SAUGUS WATER RECLAMATION PLANT FILTER REHABILITATION AND MEDIA CHANGEOUT

Due: 09 May, 2024 (in 16 days)Agency: Los Angeles County Sanitation Districts

N3319124R0017 D-B Renovate Three (3) Schools Bulgaria

Due: 10 May, 2024 (in 17 days)Agency: DEPT OF DEFENSE