1 S. 649 Shaffner Road Wheaton, IL 60189
630-668-1515
Anaerobic #1 Digester Cleaning
Bid Document
April 2021
Dave Bullard
Maintenance Supervisor
TABLE OF CONTENTS
FORM PAGE
Invitation to Bid 1
Instruction to Bidders 4
Proposal 3
General Conditions 4
Contract 1
Exhibits cover page 1
Exhibit A- picture of Anaerobic #1 1
Exhibit B-WSD land application permit (2018-SC-64317) 4
EXECUTIVE DIRECTOR
MATTHEW A. LARSON, P.E., J.D.
ATTORNEY
ROGER A. RITZMAN
TRUSTEES
WILLIAM A. KINDORF III
HENRY S. STILLWELL III
JEFFREY R. WALKER
PLANT SUPERINTENDENT
SUE E. BAERT
WHEATON SANITARY DISTRICT
1S649 SHAFFNER ROAD
WHEATON, ILLINOIS 60189
PHONE: 630.668.1515
WWW.WSD.DST.IL.US
MAINTENANCE SUPERVISOR
DAVID R. BULLARD
ADMINISTRATIVE SERVICES DIRECTOR
DIANA M. SOLTESS
IT MANAGER
DANIEL R. ROGERS
OPERATIONS SUPERVISOR
DENNIS HAILE
Protecting Public Health - Preserving the Environment
IAWPCO Class A Plant of the Year – 1988 & 2003
NACWA Gold Peak Performance Award – 2004, 2012, 2013, 2014, 2015, 2018 & 2019
NACWA Silver Peak Performance Award – 2005, 2006, 2007, 2008, 2009, 2010, 2011, 2016, & 2017
Conservation Foundation Clean Water Award 1998, 2000, 2001, 2005, 2007, 2009, 2012, & 2016
USEPA Region 5 Operations and Maintenance Award 1st Place – 2005
USEPA Excellence in Operations & Maintenance Award 2nd Place – 2005
INVITATION TO BID
ANAEROBIC #1 DIGESTER CLEANING
WHEATON SANITARY DISTRICT
OWNER: The Wheaton Sanitary District hereby gives notice that sealed bids will be received for
Anaerobic #1 Digester Cleaning.
TIME: Sealed Bids will be received until 10:30am Tuesday, April 13, 2021, at the office of the
Wheaton Sanitary District, 1 S. 649 Shaffner Road, Wheaton, Illinois 60189, at which time all bids will
be publically opened and read aloud. Due to COVID 19 –bids will be placed in the District’s foyer and
either broadcasted outside or a teleconference may be set up. Watch the website for further instructions.
PROJECT: The WORK, officially known as “Anaerobic #1 Digester Cleaning”, consists of
dewatering approximately 200,000 gallons of anaerobic digested sludge and land application of bio solids
produced and the disposal of any digester debris, in accordance with all IEPA and USEPA regulations.
BIDDING DOCUMENTS: All pertinent documents may be obtained from the Wheaton Sanitary
District, website at http://www.wsd.dst.il.us/about-wsd/news, or by calling 630-668-1515, ext. 110. A $5
fee will be charged for all paper copies of the bid package. Email/digital copies will be provided for free.
WAGE RATES: The contractor shall pay prevailing wages as defined by the current DuPage County
Prevailing Wage Rates.
BID SECURITY: Bids shall be accompanied by a certified or bank check or a Bid Bond on the
prescribed form, payable to the OWNER in an amount not less than 10% of the Total Lump Sum Bid as
guarantee, that if the Bid is accepted, the Bidder will execute and file the Agreement, Performance and
Payment Bonds, and Insurance Certifications, as required by the Contract Documents, within 15 days
after the Notice to Award.
BID REJECTION/ACCEPTANCE: The Owner reserves the right to reject any and all Bids, waive any
informalities in bidding or to accept the Bid, which best serve the interests of the Owner.
BID WITHDRAWAL: No Bid shall be withdrawn for a period of 150 days after the scheduled opening
of the Bids without the consent of the Owner.
Published by authority of the Wheaton Sanitary District, Wheaton, Illinois.
Publish: March 25, 2021
Dave Bullard
Maintenance Supervisor
INSTRUCTIONS TO BIDDERS
SECTION 1. Submission of Proposal
1.0 Submission of Proposals. Each Proposal must be hand delivered in a sealed envelope
addressed to the Wheaton Sanitary District, 1 S 649 Shaffner Road, Wheaton, Illinois 60189.
Each sealed envelope containing a Proposal must be plainly marked on the outside as
“Anaerobic #1 Digester Cleaning," and the envelope should bear on the outside the name of the
bidder and his address. A Bid Bond in the amount of ten percent (10%) of bid amount must be
submitted with the Proposal.
All Proposals must be made on the Proposal form included in the Contract Documents. All
blank spaces for Proposal prices must be filled in, in ink or typewritten, and the Proposal form
must be fully completed and executed when submitted.
Attorneys in fact who sign Bid Bonds (or Performance/Payment Bonds) must file with each
Bond a certified and effective dated copy of their Power of Attorney.
1.1 Unit Prices. Unit prices shall include disposal price per gallon. This is to include
dewatering, land application, removal of all debris, washing walls/floor, and photographs.
1.2 Preparation of Proposals. The bidders shall submit their Proposal on the Proposal form
provided. The Proposal shall be executed properly, and bids shall be made for all items indicated
in the Proposal Form. The bidder shall indicate, in figures, a unit price per gallon. All unit prices
shall be conditioned on furnishing a Bid Bond executed by a corporate surety company
satisfactory to the District. All writing shall be in ink or typewritten, except the signature of the
bidder which shall be written in ink. If the Proposal is made by an individual, his name and post
office address shall be shown. If made by a firm or partnership, the name and post office address
of each member of the firm or partnership shall be shown.
If made by a corporation, the Proposal shall show the names, titles, and business addresses of the
President, Secretary and Treasurer, and the seal of the corporation shall be affixed and attested the
by the Secretary.
1.3 Rejection of Proposals. Proposals that contain omissions, erasures, alterations, additions
not called for, conditions or alternate bids, unless called for, irregularities of any kind, or
Proposals otherwise regular which are not accompanied by the proper Bid Bond shall be rejected
as informal or insufficient. However, the District reserves the right to reject any or all Proposals
and to waive such technical errors as may be deemed best for the interest of the District.
Instruction to Bidders
Page 2 of 4
1.4 Bid Bond. Each Proposal must be accompanied by a Bid Bond in the form of a Bidders'
Bond, Bank Draft, Cashier's Check or Certified Check (the “Bid Bond”) in the amount of ten
percent (10%) of the amount bid. As soon as Proposal prices have been evaluated, the District
will return the Bid Bonds to all except the three (3) lowest responsible bidders. When the
Contract is awarded, Bid Bonds for the two (2) remaining unsuccessful bidders will be returned.
The Bid Bond for the successful bidder will be retained until the Contract has been executed and
approved.
The Bid Bonds shall be made payable to the Wheaton Sanitary District.
1.5 Delivery of Proposals. Proposals shall be hand-delivered prior to the time and at the
place indicated in the Notice to Bidders. Each Proposal shall be placed in an envelope, sealed,
and plainly marked with the “Anaerobic #1 Digester Cleaning”. Only sealed Proposals will be
accepted.
1.6 Withdrawal of Proposals. Permission will be given to a bidder to withdraw a Proposal if
he makes his request in writing before the time for opening Proposals. If a Proposal is
withdrawn, the bidder will not be permitted to submit another Proposal for the same work at the
same bid.
1.7 Public Opening of Proposals. Unless otherwise specified, Proposals will be opened and
read publicly at the time and place specified in the Notice to Bidders. Bidders, their authorized
agents, and other interested parties are invited to be present.
1.8 Disqualification of Bidders. Any one or more of the following causes may be considered
as sufficient for the disqualification of a bidder and the rejection of his Proposal:
A. More than one Proposal for the same work from an individual, firm
partnership, or corporation under the same name.
B. Evidence of collusion among bidders.
C. Unbalanced Proposals in which the prices for some items are substantially out of
proportion to the prices for other items.
D. Failure to submit a unit price for each item of work listed in the Proposal.
Instructions to Bidders
Page 3 of 4
E. Lack of competency as revealed by the financial statement or the experience
questionnaire.
F. Unsatisfactory performance record as shown by past work judged
from the standpoint of workmanship and progress.
G. Uncompleted work which, in the judgment of the District, might
hinder or prevent the prompt completion of the work.
Competency of Bidders. The bidder, if a corporation, shall show the name
of the state in which the corporation is chartered. Each bidder shall
furnish the District, upon request, with satisfactory evidence of his
competency to perform the work contemplated. When requested, bidders
shall submit to the District a financial statement prepared by a Certified
Public Accountant showing his financial condition at the end of his past
fiscal year. The Accountant who prepares this statement shall certify that
he holds a valid and unrevoked certificate as a Certified Public
Accountant, issued in accordance with the laws of the state in which he is
licensed.
SECTION 2. Award and Execution of the Contract
2.1 Evaluation of Proposals. In awarding a contract, the District will, in addition to
considering the amounts stated in the Proposals, take into consideration the responsibility of the
various bidders as determined from investigations which the District may elect to make.
2.2 Award of Contract. Except in cases where the District exercises the right to reject any or
all Proposals, the Contract will be awarded, as soon as practical, after the opening of Proposals to
the lowest responsible and qualified bidder. Unless otherwise specified, if a Contract is not
awarded within sixty (60) days after the opening of Proposals, a bidder may file a written request
with the District for the withdrawal of his bid. The District will have a maximum of ten (10)
days after the receipt of such request to award the Contract or release the bidder from further
obligation by return of the bidder's Bid Bond.
2.3 Return of Bid Bond. The Bid Bonds of all except the three lowest responsible bidders
will be returned promptly after the Proposals have been analyzed. Bid Bonds of unsuccessful
bidders will be returned as soon as the Contract with the successful bidder has been properly
executed and approved.
Instructions to Bidders
Page 4 of 4
2.4 Failure to Execute Contract. Failure on the part of the successful bidder to execute a
Contract and provide acceptable Performance and Payment Bonds within fifteen (15) days from
the date of receipt of the Contract from the District will be considered as just cause for
cancellation of the award and the forfeiture of the Bid Bond to the District, not as a penalty, but
in payment of liquidated damages sustained as a result of such failure.
2.5 Contract Term. Final completion of the work, including land application, must be done
by September 30, 2021.
2.6 Failure to Perform. If the successful bidder fails to perform its obligations, the District
may terminate the Contract upon seven (7) days’ written notice. The remedies provided herein
shall be in addition to any other remedies available in accordance with Illinois law.
PROPOSAL
President and Board of Trustees
Wheaton Sanitary District
1 S 649 Shaffner Road
Wheaton, IL 60189
FROM:
Phone No: Fax Number: E-Mail:
1. The undersigned hereby proposes to clean Anaerobic #1 Digester at the Wheaton
Sanitary District in accordance with the Contract Documents and with all IEPA and USEPA
regulations (the “Work”).
2. In submitting this Proposal, the undersigned declares that the only persons or parties
interested in the Proposal as principals are those named herein, and that the Proposal is made
without collusion with any other person, firm or corporation.
4. The undersigned declares that he has carefully examined the Proposal, specifications,
form of contract, General Conditions, and Special Provisions (if any), and that he has inspected,
in detail, the site of the Work, and that he has familiarized himself with all of the local and
governmental conditions affecting the Work and the detailed requirements of the services to be
provided, and understands that, in making this Proposal, he waives all right to claim any
misunderstanding regarding the same.
5. The undersigned understands and agrees that if this Proposal is accepted, he is to furnish
and provide all necessary machinery, tools, equipment, chemicals and services in the manner and
at the time therein prescribed, and in accordance with the requirements therein set forth.
6. The undersigned declares that he understands that the quantities mentioned are
approximate only and that they are subject to increase or decrease; that he will accept in full
payment, therefore, the amount and the summation of the actual quantities, as finally determined,
multiplied by the unit prices shown in the schedule of prices contained herein.
Proposal
Page 2 of 3
7. The undersigned agrees that the unit prices submitted herewith are for the purpose of
obtaining a gross sum, and for use in computing the value of extras and deductions; that if there
is a discrepancy between the gross sum bid and that amount resulting from the summation of the
quantities multiplied by their respective unit prices, the latter shall apply.
8. The undersigned agrees to execute a Contract for the Work and present the same to the
District within fifteen (15) days after the receipt of the Notice of Award of the Contract.
9. The undersigned agrees to begin the Work within 30 days of approval weather
permitting.
11. Accompanying this Proposal is a Bank Draft, Cashier's Check, Certified Check or Bid
Bond complying with the requirements of the Instructions to Bidders, made payable to the
Wheaton Sanitary District.
The amount of the Check or Draft is
($ )
If this Proposal is accepted and the undersigned shall fail to execute a Contract as required
herein, it is hereby agreed that the amount of the Check or Draft or Bid Bond shall become the
property of the District, and shall be considered as payment of damages due to delay and other
causes suffered by the District because of failure to execute said Contract; otherwise said Check
or Draft, or Bid Bond shall be returned to the undersigned.
ATTACH BID BOND, BANK DRAFT, BANK CASHIER'S CHECK
OR CERTIFIED CHECK HERE:
12. The undersigned submits herewith his schedule of prices covering the Work to be
performed under the Contract. He understands that he must show, in the Proposal, the unit
prices to perform each item of work.
Proposal
Page 3 of 3
SCHEDULE OF PRICES
ITEM BID-price per gallon –to include all dewatering and all land
disposal of Biosolids and all disposal of digester debris.
Price per gallon x 200,000= _____________________________
Unforeseen work (contingency)= _____________________________
Total NOT TO EXCEED BID AMOUNT = _____________________________
Prices stated in this proposal are guaranteed for sixty (60) days from the date hereof. If awarded
the Work, we agree to complete the Work at the above prices.
Dated this __________day of ______________, 2021.
Respectfully submitted
_____________________________________
(Company Name)
By: _____________________________________
(Signature)
__________________________________
(Typed or Printed Name and Title)
GENERAL CONDITIONS
1.0 BACKGROUND INFORMATION
Anaerobic #1: Diameter, ft =60
Side water depth, ft=18
Volume, gal= 380,493
Floating cover-3 ft diameter access point
Primary sludge is pumped to the digester through a sludge grinder so that rags entering the digester
should already have been shredded. The digester contents are also mixed by continually recirculating
sludge through an 8” draw off pipe, to a recirculation pump. The sludge again passes through the
sludge grinder as it is recirculated. The recirculation pump has a 6” discharge. The digester was last
cleaned in 2014; the existing anaerobic digester mixing system is a Liquid Dynamics Corp. Jet Mix
Vortex mixing system. The District estimates 200,000gallons of anaerobically digested sludge to be
mechanically removed in accordance with all IEPA and USEPA regulations.
Exhibit A-Illustrates a dewatered and clean digester
2.0 SPECIFICATIONS
Contractor to provide:
DuPage County prevailing wages and benefits for personnel.
Personnel and equipment suitable for removal of accumulated digester debris.
Personnel and equipment suitable for removal of accumulated Biosolids from the digesters.
Personnel and equipment suitable for transportation of removed Biosolids from the digester,
dewatering, transport to field sites and land application of Biosolids from the digester.
Chemical conditioning agents for dewatering digester contents.
All necessary documentation and safety equipment for confined space entry.
Equipment and trained personnel necessary to accomplish confined space entry.
Required analytical testing of Biosolids to ensure compliance with State and Federal
regulations.
Approved land application sites suitable to accommodate the volume from the digester.
Record keeping and reporting in compliance with IEPA and USEPA regulations.
Exhibit B-Land Application Permit
General Conditions
Page 2 of 4
WSD to provide:
Suitable ingress and egress for equipment and personnel
A water source, effluent- rated at 60 psi, to wash materials for removal and wash digester
interior
Power options: 100amp/3 phase, 480, and 50amp/3 phase
Discharge location for filter press filtrate and wash water
Biosolids land application is highly influenced by weather and soil conditions,
as such the District will not be liable for any losses either directly or indirectly associated with
any weather related delays. The District is not responsible for any assessment of liquidated
damages due to weather conditions affecting land application.
3.0 GENERAL TERMS AND CONDITIONS
3.1 Hours: 7:00AM to 7:00PM, Monday through Friday.
3.2 Quantity: ~200,000 gallons of sludge, haul debris from digester and land application of
dewatered solids.
3.3 Pricing: Prices are firm for the term of this Agreement.
3.4 Safety: The bidder shall comply with District safety policies when entering into, or
working in a designated operation area.
3.5 Invoicing: Invoices will be paid by the District in a minimum of 45 days. Invoices may
be sent through the USPS to the address shown on the first page.
3.6. Certificate of Insurance: The Contractor, prior to execution of the Contract, shall file with
the District copies of completed Certificates of Insurance, satisfactory to the District, to afford
protection against all claims for damages to public or private property, and injuries to persons,
arising out of and during the progress of the Work to its completion.
Contractor shall purchase and maintain such liability and other insurance as is appropriate for the
Work as will provide protection from claims set forth below which may arise out of or result
from Contractor’s performance of the Work and Contractor’s other obligations under the
Contract, whether performed or furnished by the Contractor or by any subcontractor, or supplier,
by anyone directly or indirectly employed to perform or furnish any of the Work, or by anyone
for whose acts any of them may be liable, and shall designate the District as an Additional
Insured with an endorsement from the insurance carrier.
General Conditions
Page 3 of 4
1. Workers’ Compensation Insurance in accordance with the laws of the State of Illinois,
but not less than:
a. $500,000 each accident
b. $500,000 each employee
c. $500,000 policy limit
2. Commercial Automobile Liability
Bodily Injury per Person - $1,000,000
Bodily Injury per Occurrence - $1,000,000
Property Damage per Occurrence - $1,000,000
3. Commercial General Liability
Combined Single Limit $1,000,000 for bodily injury and property damage.
General aggregate $2,000,000
4. Umbrella Liability Policy
Bodily Injury and Property Damage per Occurrence - $2,000,000
All insurance must include an endorsement whereby the insurer agrees to notify the District at
least thirty (30) days prior to non-renewal, or cancellation.
3.7 Other Terms of the Contract:
1) Contractor shall provide a Performance Bond and Payment Bond satisfactory to
the District.
2) Performance Bonds to be provided shall contain the following language:
“Any suit under this bond must be instituted before the
expiration of the statute of limitation applicable to any claims
against the Contractor named herein.”
3) Work will not begin nor will any payment be authorized absent submission by the
Contractor to the District of proof that all required insurance coverages and bonds
are in effect. A Certificate of Insurance is not adequate proof. The Contractor
may provide a Certificate of Insurance but shall also provide the actual
endorsement from Contractor’s insurance company.
4) The responsibilities/liabilities of the District and the Contractor and their
consultants, agents and employees and any concomitant damages and/or
consequential damages shall be determined in such amount and to such extent as
provided by Illinois law.
General Conditions
Page 4 of 4
5) The Contractor shall reimburse the District for all reasonable costs and fees
incurred by the District and as a result of the Contractor’s failure to fulfill the
Contractor’s obligations including, without limitation, timely completion of the
project.
6) Contractor shall pay all reasonable attorneys’ fees, experts’ fees, and costs
incurred by the District enforcing the terms and provisions of this Contract and in
defending any proceeding to which the District is made a party as result of the
acts or omissions of the Contractor.
7) Any claims shall be commenced within the limitations stated in 735 ILCS 5/13-
214.
8) Contractor acknowledges full and sole authority for all safety programs and
precautions in connection with the work.
9) Contractor shall defend, indemnify, and hold harmless the District from and
against all claims, losses, damages, and expenses to the extent such claims, losses,
damages or expenses are caused by Contractor’s conduct, acts, errors or
omissions.
10) The Contractor’s standard of care shall be the standard of care consistent with
those usual and customary standards of care, skill and diligence, which are
commonly followed in performing the same or similar services in the locale
where the project is located.
11) Contractor acknowledges that he has examined the property and has familiarized
himself with all local conditions affecting the project.
12) Contractor shall at all times observe and comply with all laws, ordinances,
regulations and codes of any applicable governmental entity including, without
limitation, prevailing wage laws.
13) Contractor shall provide the District with all documents requested by the District
thereby the District to respond timely to any request to the District for documents
pursuant to the Freedom of Information Act.
14) IN THE EVENT OF ANY CONFLICT BETWEEN THE PROVISIONS OF THE
FOREGOING PARAGRAPHS 1 – 13 AND ANY OTHER PROVISIONS OF
THE CONTRACT, THE FOREGOING PARAGRAPHS 1 – 13 CONTROL.
THIS PARAGRAPH IS STATED IN ALL CAPITAL LETTERS AS
CONFIRMATION OF THE PARTIES’ UNDERSTANDING OF THE
PRECEDENCE THE FOREGOING PARAGRAPHS 1 – 13 TAKE OVER ANY
OTHER PROVISIONS OF THE CONTRACT.
CONTRACT
(for Anaerobic Digester cleaning services)
THIS Contract is made this _________day of , 2021 by and between the Wheaton
Sanitary District "(the District") and _______________________ ("the Contractor").
The District and the Contractor agree as follows:
1. Contractor agrees to provide services related to cleaning the District’s Anaerobic #1
Digester as described in the Contract Documents.
2. The Contract Documents, copies attached, include the following:
A. Invitation to Bid
B. Instructions to Bidders
C. Proposal
D. General Conditions
E. Contract
F. Exhibit A & B
3. The District will pay the Contractor as set forth in the Contract Documents.
4. If at any time during the term of this Contract, the District, in its sole discretion,
determines that the Contractor has failed to perform the services required, the District
may, after seven (7) days written notice, terminate this Contract.
WHEATON SANITARY DISTRICT
By:
Executive Director
Date signed _______________________________
CONTRACTOR
By: ______________________________________
Company Name, President
Date signed _______________________________
Exhibits
Exhibit A – picture of the inside of Anaerobic Digester #1
One page
Exhibit B- Wheaton Sanitary District Land Application Permit
Four pages