Original Advertised Date: September 11, 2020
* See addendum for deadline changes
Project managers: Chris Marschinke, P.E.
Receipt of Bids
Sealed proposals will be received by the Glenbard Wastewater Authority for the project entitled 2020 Biosolids Dewatering Improvements until 10:00 a.m. on October 27th, 2020 at the Glenbard Wastewater Authority. The sealed bids will be publicly opened and read aloud immediately afterwards at the Glenbard Wastewater Authority, on the same date. Sealed bids shall be addressed to the Glenbard Wastewater Authority, located at: 945 Bemis Road, Glen Ellyn, IL 60137 and shall be labeled “Bid for – 2020 Biosolids Dewatering Improvements”.
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 (Illinois EPA). 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 (35IAC 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) and DBE Policy per 40 CFR Part 33, as amended. 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. In addition, this procurement is subject to the “Use of American Iron and Steel” requirements as contained in Section 436 (a) – (f) of the Consolidated Appropriations Act, 2014.
Work Description
The proposed improvements consist primary of the following:
All required labor, supervision and materials to render complete and fully functional electrical, mechanical, and SCADA systems.
Full time superintendence.
Installation and maintenance of erosion control measures, site clearing and grading.
Minor sitework modifications to the existing concrete driveway approaches, and high strength waste containment areas.
Removal of the existing Gravity Belt Thickener
Removal and replacement of HVAC equipment.
Removal and replacement of non-potable water, sludge, filtrate, and drain lines.
Removal and replacement of doors and windows.
Removal, relocation, and reinstallation of the existing polymer units.
Installation of new polymer tote system.
Installation of new high strength waste receiving equipment.
Rehabilitation of the existing two belt filter presses.
Removal and replacement of the existing dewatered sludge conveyors.
Installation and programing of electrical and control devices.
Removal and replacement of fire alarm system.
Site restoration and maintenance through acceptance.
Testing of systems and training of operations personnel.
Preparation and submission of operations and maintenance manuals.
Warranties as specified in the Contract Documents.
Document Inspection and Procurements
The Contract Documents may be inspected and purchased at the following locations.
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 nonrefundable cost for plans and specifications is $200.00 for hard copy, and $100 for electronic. Addenda will be issued only to plan holders. Questions should be directed to Chris Marschinke, P.E. (630) 587-0470, c.marschinke@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 Glenbard Wastewater Authority, Illinois 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 Payment Bonds on forms provided in the Specifications and Contract Documents, each in an amount equal to one hundred (100) percent of the contract sum.
Mandatory Pre–Bid Conference
A Mandatory Pre–Bid Conference will be held on September 29th, 2020 at 10:00 a.m. at the Glenbard Wastewater Authority, 945 Bemis Road, Glen Ellyn, IL 60137. Bidders/Contractors not attending the Pre-Bid Conference shall have their bids rejected.
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 DuPage County, whichever is greater.
Rates can be obtained online at www.wdol.gov and www.state.il.us/Agency/idol/.
Rejection of Bids
Per the IEPA’s Procedures for Issuing Loans from the Water Pollution Control Revolving Fund Part 365.620, Section b, the Glenbard Wastewater Authority may reserve the right to reject any and/or all bids if it has documented sound business reasons.
Award of Bid
Final award of bid shall be contingent on the Glenbard Wastewater Authority receiving financing from the Water Pollution Control Loan Program as administered by the Illinois Environmental Protection Agency. Per the IEPA’s Procedures for Issuing Loans from the Water Pollution Control Revolving Fund Part 365.620, Section b, unless all bids are rejected, award shall be made to the low, responsive, responsible bidder after the bid evaluation has been submitted to the IEPA and written notice of IEPA approval has been received by the Glenbard Wastewater Authority.
Glenbard Wastewater Authority
Authorized Representative