Similar Projects
Detention Pond Improvement - Pond 2 - PWFC003.0-16 - Village of Mount Prospect
Infrastructure
Conception
$835,000 CJ est. value
Mount Prospect, IL 60056

Detention Pond Improvement - Pond 6 - PWFC004.0-16 - Village of Mount Prospect
Infrastructure
Conception
$305,000 CJ est. value
Mount Prospect, IL 60056

Construction Services for 51st Street Yard Coach Maintenance Building Demolition
Demolition, Infrastructure
Sub-Bidding
$60,000 CJ est. value
Chicago, IL 60615

(IDIQ)(MAC) for Environmental Services and Remedial Actions
Post-Bid
$50,000 to $250,000 est. value

Ford Heights Green Streets Project
Alteration
Post-Bid
Ford Heights, IL

Asbestos Abatement at Jefferson Elementary School
Alteration
Results
Niles, IL 60714

2021 Capitol/Operations - Citywide PKC-6 (Forest Glen)
Renovation
Results
$6,533,000 CJ est. value
Chicago, IL 60646

Detention Pond Improvement - Pond 6A - PWFC005.0-16 - Village of Mount Prospect
Infrastructure
Conception
$305,000 CJ est. value
Mount Prospect, IL 60056

Asbestos and Mold Remediation & Air Monitoring
Term Contract, Alteration
Post-Bid
$50,000 est. value
Park Forest, IL 60466

Asbestos Abatement for 2022 Renovations at Hiawatha Elementary School
Alteration
Results
Berwyn, IL 60402

Summer 2022 Asbestos Work Two School Buildings Field Elementary School and Carpenter Elementary School
Alteration
Post-Bid
$40,000 est. value
Park Ridge, IL 60068

Asbestos Abatement at Forest View Education Center
Alteration
Results
Arlington Heights, Mount Prospect, Rolling Meadows, IL 60008

Asbestos Abatement Work at Grove Avenue School
Alteration
Post-Bid
Barrington, IL 60010

Harper ES 2022 Asbestos Abatement
Alteration
Results
Wilmette, IL 60091

Asbestos Abatement at Hillside School
Infrastructure
Post-Bid
La Grange, IL

Last Updated 07/11/2023 06:06 PM
Project Title

Influent Gate Demolition at the Stickney Water Reclamation Plant

Physical Address View project details and contacts
City, State (County) Chicago, IL 60604   (Cook County)
Category(s) Single Trades
Sub-Category(s) Environmental
Contracting Method Competitive Bids
Project Status Bidding, Construction start expected September 2023
Bids Due View project details and contacts
Estimated Value $1,571,000 [brand] Estimate
Plans Available from Agency's Affiliate
Owner View project details and contacts
Architect View project details and contacts
Description

The work sites are located within the Stickney Service Area near the Stickney Water Reclamation Plant in Cicero, IL. A more detailed description of the work locations is provided in the Detail Specifications attached hereto. NO BIDS WILL BE ACCEPTED AFTER 11:00 A.M. ON THE ABOVESCHEDULED BID OPENING DATE. ALL BIDS FAXED, MAILED, 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. Tenders are invited to furnish all necessary labor, insurance,expertise, supervision, tools, equipment, materials, and appurtenances, including transportation, necessary to remove the existing hydraulic operator, accumulator assembly, piping and associated electrical equipment for four (4) TARP Drop Shaft (DS) M13A Hydraulic Gates (E, F, G, & H) and four (4) TARP DS M14 Hydraulic Gates (E, F, G, & H), and repair an emergency power generator at the Stickney Water Reclamation Plant (SWRP) within a period of eighteen (18) months. The estimated cost of the work under this Contract is $1,571,000.00. Funding of all contract items is subject to the Board of Commissioners' approval of the District's budget for all years under this Contract. There is no bid deposit for this Contract. The Contract is divided, for purposes of bidding, into four (4) Items. Bidders must submit bids for all four Items or the bid will be rejected as non-responsive. The District intends to award one Contract to one Bidder for all the work to be performed. 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. 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). The Bidder agrees to comply with the requirements, goals, terms, and conditions of the Affirmative Action Ordinance, Revised Appendix D throughout the life of the Contract. The work under this Contract is classified as "Construction Services" for the MBE/WBE utilization goals contained in the Affirmative Action Ordinance Revised Appendix D and VBE utilization goals contained in Veteran-Owned Business Enterprise Contracting Policy Requirements Appendix V. The associated goals are 20% Minority-owned Business Enterprise (MBE), 10% Women-owned Business Enterprise (WBE), and 3% Veteran-owned Business Enterprise(VBE). Questions regarding the associated goals shall be directed to the Diversity Officer at 312-751-4035. 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 nonresponsive and the bid will be rejected. Also, if a Waiver is sought, the Bidder is required to sign pages UP-4 and UP-5, which is the Waiver Request Form; failure to do so will be viewed as non-responsive and the bid will be rejected. Each Bidder must submit with their bid package an original or facsimile copy of 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. There is no bid deposit for this Contract. The Resident Engineer for this Contract is Mr. Paul Sobanski. Mr.Sobanski 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.). The Metropolitan Water Reclamation District of Greater Chicago reserves the right to reject any or all Proposals.

Details

Division 01 - General Requirements, Special Procedures, Environmental Procedures.
Division 02 - Existing Conditions, Environmental Assessment, Hazardous Material Assessment, Site Remediation, Asbestos Remediation.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents