Glenbard Wastewater Authority - 2024 Primary Clarifier Improvements Project

Apr 15, 2024

ORIGINAL ADVERTISED DATE: April 15, 2024

* See addendum for deadline changes

DUE DATE: May 29, 2024

PROJECT MANAGERS:  Aaron Berry, P.E.

 

INVITATION TO BID


Sealed proposals will be received by the Glenbard Wastewater Authority for the project entitled 2024 Primary Clarifier Improvements Project until 2:00 p.m. on Wednesday, May 29th, 2024, at the Glenbard Wastewater Authority, Address: 945 Bemis Road, Glen Ellyn, Illinois 60137. The sealed bids will be publicly opened and read aloud immediately afterward at the Glenbard Wastewater Authority, Address: 945 Bemis Road, Glen Ellyn, Illinois 60137, on the same date.


Sealed bids shall be addressed to the Glenbard Wastewater Authority, Address: 945 Bemis Road, Glen Ellyn, Illinois 60137, and shall be labeled:


      Bid for – 2024 Primary Clarifier Improvements Project


Non-Mandatory Pre–Bid Conference

A Non-Mandatory Pre–Bid Conference will be held on April 25th, 2024, at 10:00 a.m. at the Glenbard Wastewater Authority, Address: 945 Bemis Road, Glen Ellyn, Illinois 60137.


Work Description       

  • All required labor, supervision, and materials to render complete and fully functional electrical, mechanical, and SCADA systems.
  • Full-time superintendent.
  • Installation and maintenance of erosion control measures, site clearing, and grading.
  • Site restoration and maintenance through acceptance and re-establishment of vegetation.
  • Rehabilitation of the existing clarifiers, including demolition and reinstallation of clarifier equipment mechanisms, launder covers, odor control equipment, and the installation of miscellaneous monitoring equipment.
  • Rehabilitation of the gravity thickener, including demolition and reinstallation of thickener equipment mechanisms, demolition of the existing geodesic dome cover, installation of a new aluminum flat cover, and the installation of miscellaneous monitoring equipment.
  • Rehabilitation of the existing diversion structure, including removal and replacement of primary sludge pumping equipment, grinders, and appurtenances. Removal and replacement of primary scum pumping equipment and appurtenances. Removal and replacement of primary sludge, scum, and effluent monitoring devices, including but not limited to magnetic flow meters, density meters, etc.
  • Demolition and replacement of the existing diversion structure sludge and slide gates, including the installation of new electrical and control of actuators, and appurtenances.
  • Site restoration and maintenance through acceptance and re-establishment of vegetation.
  • 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 location:


     Trotter and Associates, Inc.

     40W201 Wasco Road

     St. Charles, IL 60175

     630/587-0470


No partial sets of specifications or drawings will be issued. Electronic (PDF) copies and hard copies of the Contract Documents are available for purchase at Trotter and Associates, Inc., St. Charles Office. Contact Aaron Berry at a.berry@trotter-inc.com to purchase the contract documents. 

 

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 plans and specifications is $160.00 for Hard copies, and $80 for electronic. Addenda will be issued only to plan holders.


Project Contact

The project contact for this project is:


     Aaron Berry

a.berry@trotter-inc.com

     (630) 587-0470.

 

Bid Security

Each bid shall be accompanied by a bid bond, bank draft, cashier's check or certified check payable to the order of the Trotter and Associates, Inc. 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.


Wage Rates

The contractor shall pay prevailing wages in accordance with Local Ordinance and the Illinois Department of Labor Prevailing Wages for DuPage County, whichever is greater. Rates can be obtained online at www.state.il.us/Agency/idol/.


Rejection of Bids

The Owner expressly reserves the right to reject any or all bids or to accept the bid, which appears to be in the best interest of the Owner. The Owner expressly reserves the right to waive any informalities or technical irregularities in a bid if to do so is in the best interest of the Owner.




Share by: