Village of Glendale Heights - WWTP Phosphorous Removal Upgrades

Oct 27, 2022


ORIGINAL ADVERTISED DATE:  October 26, 2022
* See addendum for deadline changes

PROJECT MANAGERS:  Chris Marschinke, P.E.


Receipt of Bids

Sealed proposals will be received by the Village for the project entitled “WWTP Phosphorus Removal Upgrades” until 2:00 p.m. on December 13th, 2022, at the Village of Glendale Heights located at 300 Civic Center Plaza, Glendale Heights, Illinois 60139. The sealed bids will be publicly opened and read aloud immediately afterwards in the Floyd Brown Meeting Room on the same date. A copy of the bid advertisement can be viewed online at the Village and Trotter and Associates, Inc. websites, www.glendaleheights.org and www.trotter-inc.com.


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 Public Water Supply 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), Illinois Works Jobs Program Act Apprenticeship Initiative, 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:

1.            All required labor, supervision and materials to render complete and fully functional electrical, mechanical,                and SCADA systems.

2.            Full time superintendence.

3.            Installation and maintenance of erosion control measures, site clearing and grading.

4.            Site restoration and maintenance through acceptance and re-establishment of vegetation.

5.            Excavation necessary to perform the replacement of air supply mains and other site piping

6.            Removal, relocation, or installation of certain site utilities as outlined within the plans.

7.            Conversion of existing single stage biological process to three stage process, including the installation of                     fine air diffusers, mixers, fiberglass baffle walls, and internal recycle pumps and piping. This includes all                       related miscellaneous equipment and materials to render complete and functional systems.

8.            Installation of 24-inch air main from RAS/Blower Building to Biological Process

9.            Demo and reinstallation of an existing blower and appurtenances for biological process within the                               RAS/Blower Building.

10.        Installation of chemical back-up system including aluminum sulfate storage and feed equipment in the                       RAS/Blower Building basement.

11.        Installation of chemical polishing system including aluminum sulfate storage and feed equipment in the                     Sludge Handling Building.

12.        Rehabilitation of the existing online aerobic digester, including the installation of coarse air diffusers and                   renovations to the treatment compartments. This includes all related miscellaneous equipment and                             materials to render complete and functional systems.

13.        Site restoration and maintenance through acceptance and re-establishment of vegetation.

14.        Testing of systems and training of operations personnel.

15.        Preparation and submission of operations and maintenance manuals.

16.        Warranties as specified in the Contract Documents.


Document Inspection and Procurement

The Contract Documents may be inspected and purchased at Trotter and Associates, Inc. 40W201 Wasco Rd. Suite D, St. Charles, Illinois 60175. 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 $250.00. 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 Chris Marschinke, P.E. (630) 587-0470, c.marschinke@trotter-inc.com.

 

Mandatory Pre-Bid Conference

A Mandatory Pre–Bid Conference will be held on November 15th, 2022, at 2:00 p.m. at the Village of Glendale Heights, 300 Civic Center Plaza, Glendale Heights, Illinois 60139 in the Floyd Brown Meeting Room. Bidders/Contractors not attending the Pre-Bid Conference shall have their bids rejected.

 

Bonds

Each bid shall be accompanied by a bid bond, cashier’s check, or certified check payable to the order of the Village of Glendale Heights, 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 Completion and Payment Bonds on forms provided in the Specifications and Contract Documents, in an amount equal to 100 percent of the contract sum, respectively.

 

Wage Rates

Prevailing Wage Rates as defined by the Illinois Department of Labor for DuPage County shall apply to this contract. Rates can be found online at http://www.state.il.us/agency/idol/rates/ODDMO/KANE9999.htm.

 

Award of Bid

Final award of bid shall be contingent on the Village of Glendale Heights 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 Village of Glendale Heights.


Rejection of Bids

The Village expressly reserves the right to reject any or all bids or to accept the one, which appears to be in the best interest of the Village. The Village 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 Village.




Share by: