Flood Control Project on Midlothian Creek in Robbins, Illinois, CSA

expired opportunity(Expired)
From: Metropolitan Water Reclamation(Utilities)
14-253-5F

Basic Details

started - 14 Feb, 2024 (2 months ago)

Start Date

14 Feb, 2024 (2 months ago)
due - 02 Apr, 2024 (24 days ago)

Due Date

02 Apr, 2024 (24 days ago)
Bid Notification

Type

Bid Notification
14-253-5F

Identifier

14-253-5F
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 14-253-5F INVITATION TO BID Revised 02/2024 NOTICE INVITATION TO BID TO THE METROPOLITAN WATER RECLAMATION DISTRICT OF GREATER CHICAGO FOR FLOOD CONTROL PROJECT ON MIDLOTHIAN CREEK IN ROBBINS, ILLINOIS, CSA CONTRACT 14-253-5F PROPOSALS ARE DUE TUESDAY, APRIL 2, 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 (“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, April 2, 2024. 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. CT ON THE ABOVE SCHEDULED BID DATE. ALL BIDS FAXED, EMAILED, 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 Material Management by downloading online from the District’s website at www.mwrd.org (Doing Business→Procurement & 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. Tenders are invited for the work consisting of furnishing all materials, labor, and equipment required for: a. Construction of a rain garden (approximately 12,000 square feet) and approximately 1,250 linear feet of bioswales along Sawyer Ave. and Spaulding Ave. between 139th St. and 137th St., and on 138th St. between Kedzie Ave. and Sawyer Ave. in Robbins, IL, including clearing; debris removal and disposal; topsoil stripping and stockpiling; unsuitable and surplus topsoil, soil, rock, and other material removal and disposal; grading; topsoil import; plantings; culvert and manhole installation; pavement removal and replacement associated with culvert installation; and monitoring, maintenance, and reporting. https://mwrd.bonfirehub.com/ http://www.mwrd.org/ mailto:contractdesk@mwrd.org I-2 Contract 14-253-5F INVITATION TO BID Revised 02/2024 b. Improvements to Midlothian Creek between 139th St. and 137th St. in Robbins, IL, including clearing; debris removal and disposal; topsoil stripping and stockpiling; excavation; unsuitable and surplus topsoil, soil, rock, and other material removal and disposal; fill; grading; construction of diversion weir structure; removal and replacement of existing sidewalk; topsoil import; plantings; installation of in-channel pools and riffles; and monitoring, maintenance, and reporting. c. Construction of 1,120 linear feet of storm sewer along Midlothian Creek between 139th St. and 137th St. and 130 linear feet of storm sewer beneath Kedzie Ave. in Robbins, IL, including manholes; and connection to existing 84-inch diameter storm sewer near the intersection of 137th St. and Kedzie Ave.; and including associated pavement removal and replacement. Storm sewer beneath Kedzie Ave. requires bored and jacked installation. d. Construction of a stormwater park near 137th St. and Kedzie Ave. in Robbins, IL, including clearing; debris removal and disposal; utility removal; topsoil stripping and stockpiling; earth and rock excavation; unsuitable and surplus topsoil, soil, rock, and other material removal and disposal; contaminated soil removal and disposal; grading; construction of pond inlet structure; construction of fish habitats; landscaping; topsoil import; plantings; mown lawn paths; channel dredging and debris clearing in Midlothian Creek between 137th St. and Sacramento Ave.; and monitoring, maintenance, and reporting. e. Construction of approximately 800 linear feet of diversion channel from the stormwater park to the intersection of 135th St. and Claire Blvd. in Robbins, IL, including clearing; debris removal and disposal; utility removal; topsoil stripping and stockpiling; earth and rock excavation; unsuitable and surplus topsoil, soil, rock, and other material removal and disposal; contaminated soil removal and disposal; grading; landscaping; topsoil import; plantings; mown lawn paths; and channel drop structures. f. Construction of paved access and walking paths in the stormwater park and along the diversion channel, including asphalt road and parking area, precast concrete bridge, asphalt paths, concrete sidewalks, and decomposed granite landings. g. Perform other work as detailed in the Specifications and as shown on the Plans. The project site is bounded by W. 139th to the south, W. 135th St. to the north, Spaulding Ave. to the West, and Sacramento Ave. to the east. The District intends to issue one Contract to one bidder for all the work to be performed. The Engineer’s estimated cost for this contract, including all cost items, is between $17,225,823.70 and $20,852,312.90. The bid deposit for this proposal is $600,000.00. A Voluntary Pre-Bid Site Walk-Through will be held on Wednesday, February 28, 2024, at 10:00 A.M., CT, at the Robbins Village Hall, 3327 W 137th St, Robbins, Illinois. Potential bidders must meet at the Robbins Village Hall, 3327 W 137th St, Robbins, Illinois, in the Village Board Room, at 9:45 A.M. Potential bidders will walk to the project site for the Walk-Through. There will be no question and answer session during the Mandatory Pre-Bid Site Walk-Through. Attendees are advised I-3 Contract 14-253-5F INVITATION TO BID Revised 02/2024 to bring a hard hat and appropriate foot wear for an industrial type of facility, along with a current copy of their business card. Potential bidders may raise any questions they may have at the Technical Pre-Bid Conference. The Voluntary Technical Pre-Bid Conference will be held on Wednesday, February 28, 2024, at 11:30 A.M., CT, at the Robbins Village Hall, 3327 W 137th St, Robbins, Illinois, in the Village Board Room. The purpose of the Pre-Bid Technical Conference 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 to seek clarification of technical or procedural aspects of this Contract. Bidders are STRONGLY URGED to inspect all areas of the worksites prior to bidding, and shall familiarize themselves with the nature of the work and the method of accomplishing the same. 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 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 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. 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 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. http://www.mwrd.org/ http://www.mwrd.org/ I-4 Contract 14-253-5F INVITATION TO BID Revised 02/2024 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 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 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 by submitting to the Director of Procurement and Materials Management a signed Certification of Compliance with the 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 1,240 minority hours and 440 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. I-5 Contract 14-253-5F INVITATION TO BID Revised 02/2024 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. 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 "General and Heavy Construction Services" for the MBE, WBE, and VBE utilization goals contained in the Affirmative Action Ordinance Revised Appendix D. The associated goals are 20% Minority-owned Business Enterprises, 10% Women-owned Business Enterprises, and 3% Veteran-owned Business Enterprises. I-6 Contract 14-253-5F INVITATION TO BID Revised 02/2024 It is required that the prospective bidder indicates participation by signing each applicable MBE/WBE Utilization Plan contained with the Contract Documents. 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 the Appendix V during the life of the contract. 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 District’s website, www.mwrd.org, under the “Contracts and Proposals” section of the website. 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 issued 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 George Velez. 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/.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 By Darlene A. LoCascio Chicago, Illinois Director of Procurement and Materials Management February 14, 2024 http://www.mwrd.org/

100 East Erie Street,Chicago, IL 60611Location

Address: 100 East Erie Street,Chicago, IL 60611

Country : United StatesState : Illinois