Village of Sussex, WI - 2025 Water Pollution Control Facility Upgrades

January 8, 2025

ORIGINAL ADVERTISED DATE:  January 8, 2025

DUE DATE: Thursday January 23, 2025 at 10:00 AM

PROJECT MANAGER:  Robert Benson, PE

ADVERTISEMENT FOR BIDS


Sealed bids will be received by the Village of Sussex, Village Clerk until 10:00 AM Central Time on Thursday,

January 23, 2025, at the Village of Sussex, N64 W23760 Main Street, Sussex, WI 53089.


Bids submitted after this time will not be accepted. Bids will be opened and publicly read aloud immediately after

specified closing time. Interested parties are invited to attend.


If a Bid is received by mail or other delivery system, the sealed envelope containing the Bid shall be enclosed in a

separate package plainly marked on the outside with the notation, “BID ENCLOSED – 2025 WATER POLLUTION

CONTROL FACILITY UPGRADES”, and the name and address of the Bidder must be marked on the outside of the

envelope.


NON-MANDATORY PRE-BID CONFERENCE: A Non-Mandatory Pre-Bid Conference will be held at 10:00 AM

Central Time on Tuesday, January 14, 2025, at the Village of Sussex Water Pollution Control Facility (WPCF)

located at N59W23551 Clover Drive, Sussex, WI 63089. Prospective bidders are required to RSVP to

jbaumann@sussexwi.gov at least 48-Hours prior to the Pre-Bid Conference date and time, if planning to attend.

The Pre-Bid Conference will be the only date and time the prospective bidders will be given access to the facility.

 

PROJECT DESCRIPTION: The proposed construction consists of improvements to the Village of Sussex Water Pollution

Control Facility, including:


• Improvements to the existing Effluent Tertiary Filters including removal and replacement of the filter media, replacement of filter nozzle assemblies, coating of the inner cell tank walls, removal and replacement of

backwash waste butterfly valves, replacement of pneumatic valve control airlines, removal and replacement

of cell isolation butterfly valves, installation of a grated stainless-steel platform in the filter center column,

and other miscellaneous work.


• Replacement of the existing Bar Screen including removal and replacement of the bar screen, disconnecting

power and control wiring from the existing screen and reconnecting to the new screen, and fabrication and

installation of a screenings chute to connect to the new Bar Screen to the existing Screenings Washer Compactor.


• An alternate bid to also include replacement of the existing Screenings Washer Compactor with a new piece of equipment is also to be provided.


• Improvements to the existing Aeration Basin including replacement of the existing chain driven assemblies

and motors with new right-angle gearbox drives and motors, removal of existing soft motor starters, installation of variable frequency motor controllers, integration of SCADA controls, new conduit and wiring, and other miscellaneous work.


• Improvements to the existing Backwash Holding Tank including reinforcing steel and concrete repairs, minor

demolition, removal and replacement of handrails, coating of the tank concrete walls, and other miscellaneous work.


• Preparation and coating of walls, ceilings, floors, piping, and equipment in the Grit Room and Filter Room and

other miscellaneous surfaces.


• Installation of a bypass pumping connection in the existing buried heavy sludge pipeline from Final Clarifier

No. 2 to the Main Building and other miscellaneous site work.


• All other civil, mechanical, structural, electrical, and instrumentation and control work necessary for a complete and functioning project as shown or specified.


BASIS OF BIDS REQUIRED:  This is a lump sum price contract.


PROJECT SCHEDULE:  Project is to be ready for Substantial Completion on or before Friday, November 28, 2025.

Project is to be ready for Final Completion on or before Wednesday, December 31, 2025.


PROCUREMENT OF DOCUMENTS:  Bidding Documents, consisting of Advertisement for Bids, Instructions to

Bidders, General Conditions, Bid Bond, Agreement, Drawings, Specifications, and other documents contained in

the Project Manual, may be viewed and ordered online from Quest Construction Data Network, upon a nonrefundable

payment of $50.00 per set by inputting Quest Project #9468777 on the Quest CDN project search page. 

Access the Quest CDN website at www.questcdn.com and follow the instructions. Contact QuestCDN.com at

telephone 952-233-1632 or info@questcdn.com for assistance in downloading and working with the digital

documents. No hard copy/paper Bidding Documents will be provided. Documents can only be purchased through Quest CDN.  BID FORM: Electronic bids will not be accepted. Bids shall be submitted on the Bid Form provided and all blanks must be filled in for the Bid to be accepted.


BID SECURITY:  Bids shall be accompanied by Bid Security made payable to Owner in an amount of five percent

(5%) of Bidder's maximum Bid Price in the form of a Bid Bond, certified check, or cashier’s check. This requirement

serves to guarantee that, if the Village accepts the Bid, the selected Contractor will execute and deliver the proper

Contract Agreement and Bonds within 15 calendar days after the notice of award by the Village. Failure to return

these documents will result in forfeiture, to the Village of Sussex, of the selected Contractor’s cash, Bid Bond, or

cashier’s check, as liquidated damages.


PUBLIC CONTRACT REQUIREMENTS:  Bidder will be required to submit a full and complete statement of financial

ability, equipment, experience in work prescribed in documents and other items required for protection and

welfare of the public, in accordance with S.66.0901, Wisconsin Statutes. Bidder’s Qualification Form is part of the

Bidding Documents and shall be filed either prior to or with the bid. As part of their Bids, Bidders shall submit a

full and complete list of: 1) all of the proposed Subcontractors and Suppliers, and 2) the class of work which each

will perform. The selected Contractor shall not alter this list without the written consent of the Village. Procurement of the work and the award of the contract will be in accordance with the provisions of the State of Wisconsin Statutes S.61.55, S.66.0901, S.66.0903 and S.779.16.


CONTRACT SECURITY:  Bidder awarded a contract for the Work shall be required to furnish a Performance Bond

and a Payment Bond in the full amount of the contract price.


CONTRACT AWARD:  Owner reserves the right to reject any and all Bids, to waive or not to waive any and all

informalities and to select bid which best suits its needs, subject to the provisions of the Wisconsin Statutes.

Owner also reserves the right to reject any or all bids and to waive irregularities therein. All bidders agree that

such rejection shall be without liability on part of Owner or its Engineer for any penalty brought by any Bidder

because of such rejections, nor shall bidders seek recourse of any kind against Owner or its Engineer because of

such rejections. Filing of any bid in response to this Advertisement shall constitute an agreement of Bidder to these

conditions. No Bidder may withdraw its bid for a period of ninety (90) days from the date specified for opening of

bids.


Share by: