NMWRD Holiday Hills/ Le Villa Vaupell Sewer Extension - Phase 2

Mar 05, 2024

ORIGINAL ADVERTISED DATE: March 5, 2024

* See addendum for deadline changes

DUE DATE: April 5, 2024

PROJECT MANAGERS:  JILLIAN KISS, P.E.


 
 

INVITATION TO BID


Sealed proposals will be received by the Northern Moraine Wastewater Reclamation District (NMWRD) for the project entitled “Holiday Hills/ Le Villa Vaupell Sewer Extension – Phase 2” until 10:00 am on April 5, 2024 at the NMWRD Offices located at 113 Timber Trail Road, Island Lake, IL 60042. The sealed bids will be publicly opened and read aloud immediately afterward in the NMWRD Office, on the same date. Sealed bids shall be addressed to the Northern Moraine Wastewater Reclamation District, P.O. Box 240, 113 Timber Trail Road, Island Lake, IL, 60042 and shall be labeled “Holiday Hills/ Le Villa Vaupell Sewer Extension – Phase 2.” A mandatory pre-bid conference will be held at 10:00 on March 12, 2024 at the NMWRD Offices located at 113 Timber Trail Road, Island Lake, IL 60042.


Work Description       

Site Work:

  1. 6,230 LF of Sanitary Sewer along Pine Street and Northeast Shore Drive within the Village of Holiday Hills and throughout the Le Villa Vaupell Subdivision.
  2. Culvert Removal and Replacement.
  3. Pavement Patching.
  4. Restoration with Seed.
  5. Erosion and Sediment Control Measures


Document Inspection and Procurements

The Contract Documents may be inspected and purchased at the following location:

 

      Trotter and Associates, Inc.

       40W201 Wasco Rd. Suite D

       St. Charles, Illinois 60175

       630-587–0470


Payment for Contract Documents is non–refundable and shall be payable to Trotter and Associates, Inc. in the form of cash, certified check or money order. No partial sets of specifications or drawings will be issued. The non–refundable cost for hard-copies of drawings and specifications is $200.00. The non–refundable cost for electronic (PDF) copies of drawings and specifications is $100.00. Addenda will be issued only to plan holders.


Questions should be directed to Jeremy Plank, P.E. (630) 587-0470, j.plank@trotter-inc.com.


Bonds

Each bid shall be accompanied by a bid bond, bank draft, cashier's check or certified check payable to the order of the Northern Moraine Water Reclamation District in an amount not less than ten (10) percent of the amount of the bid, as a guaranty that the bidder will execute the contract, if it is awarded, in conformity with the bid form.

 

The successful bidder will be required to furnish Performance and Completion and Payment Bonds on forms provided in the Specifications and Contract Documents, in an amount equal to 110 and 100 percent of the contract sum, respectively.

 

Wage Rates

The contractor shall pay prevailing wages in accordance with the Davis-Bacon Act (40 USC 276a through 276a-5) as defined by the U.S. Department of Labor, Local Ordinance and the Illinois Department of Labor Prevailing Wages for McHenry and Lake Counties, whichever is greater.


Rates can be obtained online at www.wdol.gov and www.state.il.us/Agency/idol/


Rejection of Bids

The Northern Moraine Wastewater Reclamation District may reserve the right to reject any and/or all bids if it has documented sound business reasons.


Funding

Any contract or contracts awarded under this invitation for bids are expected to be funded in part by a grant awarded by the U.S. Environmental Protection Agency as a Community Grant and a grant awarded by McHenry County from its American Plan Rescue Act Allocation. In addition, this project is being supported, in whole or in part, by federal award number B22-UC-17-0007 awarded to the Northern Moraine Wastewater Reclamation District by the U.S. Department Housing and Urban Development – Community Development Block Grant Program. Neither the State of Illinois, United States, McHenry County, 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 Methods of Procurement and Grants and Other Federal Assistance from the Code of Federal Regulations (40 CFR Subchapter B Part 33 and CFR Part 200.320), 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), the “Use of American Iron and Steel” requirements as contained in Section 436 of H.R. 3547, and the Consolidated Appropriations Act, 2014.


This procurement is also subject to the grant recipient’s policy regarding the increased use of disadvantaged business enterprises. The grant recipient’s policy requires all bidders to undertake specified affirmative efforts at least sixteen (16) days prior to bid opening. Any publications must include specific language found in Specification Section 00 31 17 - CDBG Grant Guidelines.


Bidders are also required to comply with Executive Order No. 11246, as amended. The requirements for bidders and contractors under this order are explained in 41 CFR 60-4.



Share by: