Beneficial Reuse of Biosolids from LASMA and CALSMA

Agency: Metropolitan Water Reclamation District of Greater Chicago
State: Illinois
Type of Government: State & Local
Category:
  • 66 - Instruments and Laboratory Equipment
Posted: Jan 3, 2024
Due: Jan 30, 2024
Solicitation No: 24-690-11
Publication URL: To access bid details, please log in.
contract number contract description advertise date bid opening date contract documents questions and answers plan holder list
24-690-11 Beneficial Reuse of Biosolids from LASMA and CALSMA 1/3/2024 12:00:00 AM 1/30/2024 11:00:00 AM » General Information » Invitation to Bid*
» Bidding Documents
» Ask A Question
» View Questions and Answers
Plan Holder List

Attachment Preview

I-1
NOTICE
INVITATION TO BID
TO
METROPOLITAN WATER RECLAMATION DISTRICT OF GREATER CHICAGO
FOR
BENEFICIAL REUSE OF BIOSOLIDS FROM LASMA AND CALSMA
CONTRACT 24-690-11
PROPOSALS ARE DUE JANUARY 30, 2024
Sealed proposals, endorsed as above, will be submitted to the Metropolitan Water
Reclamation District of Greater Chicago (District) via an electronic upload to the Bonfire
Portal only, from the date of the Invitation to Bid, up to 11:00 A.M. (Central Time)(CT), on
the bid opening date, and will be opened publicly by the Director of Procurement and
Materials Management or her designee at 11:00 AM CT on January 30, 2024. The public
cannot attend but can view the bid opening at https://mwrd.org/bid-opening.
NO BIDS WILL BE ACCEPTED AFTER 11:00 AM ON THE ABOVE SCHEDULED
BID OPENING DATE. ALL BIDS FAXED, MAILED, EMAILED, OR HAND
DELIVERED WILL NOT BE CONSIDERED AND WILL BE RETURNED TO THE
BIDDER. THERE IS NO BID DEPOSITORY SAFE AVAILABLE FOR MAILING OR
HAND DELIVERING BIDS. THE DISTRICT WILL ONLY ACCEPT BIDS
ELECTRONICALLY UPLOADED TO THE BONFIRE PORTAL
(HTTPS://MWRD.BONFIREHUB.COM/). PLEASE SEE SPECIFIC INSTRUCTIONS
ON HOW TO UPLOAD YOUR BID TO THE BONFIRE PORTAL IN THE BID
DOCUMENT ENTITLED “SUBMISSION VIA THE BONFIRE PORTAL.” BIDS
WILL BE DEEMED NON-RESPONSIVE IF NOT SUBMITTED USING THE
BONFIRE PROJECT-SPECIFIC URL LINK, PROVIDED BY THE DISTRICT WITH
THE BIDDING DOCUMENTS.
Tenders are invited to provide truck hauling and professional biosolids management
services for the lawful removal, transportation, land application, incorporation, and
agronomic management of partially dewatered biosolids from the Lawndale Avenue
Solids Management Area (LASMA), Calumet Solids Management Area (CALSMA), and
other loading areas, for a twelve (12) month period.
The Contract is divided, for purposes of bidding, into two Groups. Bidders may
submit a bid for either or both Groups as set forth in the Proposal. When
submitting a proposal, the Bidder must bid on every Item in that Group or the bid
will be considered non-responsive. For any Group not bid, the Bidder shall insert “NO
BID” in the appropriate place. The District reserves the right to award a Contract or
Contracts to any Bidder or Bidders for either or both Groups as it may deem to be in the
best interest of the District to do so.
The estimated cost of the work under this Contract is not to exceed the following amounts:
Group A – Lawndale Avenue Solids Management Area (LASMA): $ 4,610,000.00
Group B – Calumet Solids Management Area (CALSMA):
$ 1,330,000.00
TOTAL FOR BOTH GROUPS:
$ 5,940,000.00
I-2
There is no bid deposit for this Contract.
The successful Contractor agrees to furnish a Contractor’s bond, as a Contractor's bond
will be required. Please refer to the BOND section in the Agreement of this Contract
document, for additional information about this requirement.
Funding of all Contract items is subject to the Board of Commissioners’ approval of the
District’s budget for all years under this Contract.
Specifications, proposal forms and/or plans may be obtained from the Department of
Procurement and Materials Management by downloading online from the District's
website at www.mwrd.org(Doing Business Procurement & Materials Management
Contract Announcements). No fee is required for the Contract Documents. Any questions
regarding the downloading of the Contract Document should be directed to the following
email: contractdesk@mwrd.org or call 312-751-6643.
Further, the District assumes no liability or responsibility for the failure or inability of any
Bidder to successfully download any and all contract documents, including but not limited
to specifications, proposal forms and/or plans, as a result of any type of technological
computer and/or software system failure or breakdown that restricts, prohibits or prevents
successful downloading of any and all District contract documents by the Bidder, whether
caused by the District or other parties, directly or indirectly.
Bidding documents are only available online, and all addenda issued for this contract will
be available online at the District’s website, www.mwrd.org. The path is as follows: Doing
Business Procurement and Materials Management Contract Announcements. A
copy of such addenda will also be emailed/faxed to each person which downloads a set
of such contract documents.
Any Proposal which indicates multiple or alternate bids will be deemed non-responsive
and will be rejected by the Director of Procurement and Materials Management.
Bidders shall acknowledge receipt of each addendum issued in the space provided on
the proposal signature page or submit a signed copy of each addendum with the Bidder’s
proposal at the time and date set to receive bids.
Proposals shall conform to all the terms and conditions of the Bidding Requirements
attached hereto. Failure to submit the required documents as specified may render the
bid non-responsive and the bid may be rejected.
If any potential Bidder contemplating to submit a proposal is in doubt as to the true
meaning of any part of the specifications or other Contract documents, such inquiry
should be submitted online at the District’s website, www.mwrd.org. The path is as
follows: Doing Business Procurement and Materials Management Contract
Announcements (Find correct project) Ask a Question. The District will provide an
online response to such inquiries, as the District deems appropriate. Strings of
appropriate questions and answers regarding the bidding documents will be available
online on the District’s website until the bid opening date of the bidding documents. No
questions will be accepted by telephone, fax, email, mail, or any other such form of
delivery.
I-3
The District will only respond to questions received online up to ONE (1) WEEK prior to
the bid opening date of the bidding documents. The District will not respond to questions
received after this date. The District does not guarantee the timeliness of responses
provided online, nor does the District guarantee that such responses will be provided in
adequate time to affect the submission of bids. The District shall provide responses online
ONLY if the responses do not interpret or otherwise change the bidding documents.
The District’s responses online are NOT official responses and, therefore, are not binding
to the bidding documents. Any official interpretation or change to the bidding documents
will be made only by addenda duly issued to all plan holders on record by the Director of
Procurement and Materials Management.
Failure on the part of the prospective Bidder to receive a written interpretation prior to the
time of the opening of bids will not be grounds for withdrawal of proposal.
The contact person for this Contract is Mr. Raphael Frost. Mr. Frost will provide online
responses to online inquiries.
Bidders on Contracts in excess of Ten Thousand Dollars ($10,000.00) will be required to
comply with the President’s Executive Order No. 11246 as amended to date, regarding
NON-DISCRIMINATION IN EMPLOYMENT. The requirements for Bidders and
Contractors under this order are explained in Appendix C of the Contract Documents. The
provisions of Appendix C also apply to each Subcontractor on the Contract in excess of
Ten Thousand Dollars ($10,000.00).
Each Bidder must submit with their proposals a signed and completed MBE/WBE
Utilization Plan which lists each business intended to be used as an MBE and/or WBE
on pages UP-2 and UP-3 and supplemental pages as necessary. The Bidder must sign
the Signature Section page on UP-4. Failure to submit a signed MBE/WBE Utilization
Plan will result in a bid being deemed non-responsive and the bid will be rejected. Also,
if a Waiver is sought, the Bidder is required to sign pages UP-4 and UP-5, which are the
Signature Section and the Waiver Request Form; failure to do so will be viewed as non-
responsive and the bid will be rejected.
Each Bidder must submit with their bid package an original or facsimile copy of the
MBE/WBE Subcontractor's Letter of Intent, page UP-6 for each subcontractor listed
on their MBE/WBE Utilization Plan. The submitted MBE/WBE Subcontractor’s Letter of
Intent must be completed and signed by the subcontractor and accompanied with a copy
of the subcontractor's current Letter of Certification from a state, local government or
agency or documentation demonstrating that the subcontractor is a MBE or WBE within
the meaning of the Affirmative Action Ordinance, Revised Appendix D. Failure to
submit the MBE/WBE Utilization Plan signed by the Bidder at the time of the bid opening
and the MBE/WBE Subcontractor's Letter of Intent signed by each MBE and WBE will be
viewed as non-responsive and the bid will be rejected.
All MBE and WBE Subcontractor's Letter of Intent must conform to the MBE and WBE
Utilization Plan submitted at the time of bid opening.
If the Bidder exceeds the allowable Supplier Utilization amount which is stated in the
bid documents, the bid will be viewed as non-responsive. Therefore, the Bidder may not
exceed the use of an MBE or WBE supplier for more than 50% of each respective MBE
I-4
or WBE, goal, unless the Administrator has authorized a Supplier's Exception notated on
page AU-1.
The MBE/WBE Utilization Plan MUST be signed by the Bidder, even if the Bidder requests
a waiver and/or offers itself to meet any of the Affirmative Action Ordinance Revised
Appendix D goals. If the Bidder offers itself to satisfy any of the Affirmative Action
Ordinance Revised Appendix D goals, then its name shall be shown in the appropriate
space(s) on the MBE/WBE Utilization Plan.
Where a Bidder is a business owned and controlled by a minority woman (M/WBE), or
where the Bidder utilizes an M/WBE in a joint venture or as a subcontractor, the Bidder
may count the M/WBE participation toward the achievement of either its MBE or WBE
goal, but not both.
Each Bidder’s Utilization Plan must commit to MBE and/or WBE participation equal to or
greater than the associated goals unless the Bidder indicates a partial or total waiver
request on Page UP-5. If a waiver from Appendix D requirements is sought, the Bidder
will be required to provide documentation of “Good Faith Efforts” to meet the Appendix D
utilization goals, as defined in Section 15(e) of the Affirmative Action Ordinance Revised
Appendix D. Subsequent to the bid opening, and if it is determined by the Diversity
Administrator that a Contractor’s Information Form is required from the apparent low
Bidder, the Bidder must complete and submit the form within (3) calendar days of
receiving the written request.
The work under this Contract is classified as “Hauling Services” for the Minority-owned
Business Enterprises (MBE) and Women-owned Business Enterprises (WBE) Utilization
goals contained in the Affirmative Action Ordinance Revised Appendix D. The
associated utilization goals for both Group A and Group B of this Contract are 20%
MBE and 13% WBE. Please note: Affirmative Action goals are applicable only to
the hauling portions for Group A: Items A1 and A3, and for Group B: Items B1 and
B3. Should you have any questions, please contact the Diversity Office at 312-751-
4035.
It is required that the prospective Bidder indicate participation on Group A and/or Group
B, by signing each applicable Utilization Plan contained within the Contract Document
respective of each of these Groups, for each Group the Bidder intends to submit a bid. If
the Bidder chooses to participate only on Group A or only on Group B, the Bidder should
clearly indicate this by writing "NO BID" on the unused Utilization Plan, as is applicable.
The Contractor agrees to use the District’s online compliance monitoring system
administered by the Diversity Section for payment and reporting purposes, in order
to fulfill the Affirmative Action Program requirements.
The Bidder to whom the Contract(s) is (are) awarded must be prepared to comply with
the requirements, goals, terms, and conditions of Appendix C and the Affirmative Action
Ordinance Revised Appendix D, throughout the life of the Contract, as they pertain to
Group A, and/or Group B, as applicable. Should you have any questions, please contact
the Diversity Office at 312-751-4035.
A Voluntary Technical Pre-Bid Conference will be held online via a Zoom meeting on
Tuesday, January 16, 2024, at 10:00 a.m. CT. The link to the Zoom meeting is attached
I-5
in a separate document under the “Additional Documents” column on the District’s
website at mwrd.org (Doing Business Procurement & Materials Management
Contract Announcements (Find correct project) Bidding Documents). The purpose
of the Voluntary Technical Pre-Bid Conference is to review the scope of work, to provide
for identification and discussion of potential problems that might arise during the
administration of this Contract, and to seek clarification of technical or procedural aspects
of this Contract. There will be a Q&A session at the end of the meeting. Also, Bidders
must give their contact information in order to register for the conference, prior to entering
the Zoom Pre-Bid meeting.
In addition to being able to raise questions at this Voluntary Technical Pre-Bid
Conference, all Bidders for all Groups are hereby reminded they may raise questions to
the District’s Question and Answer Board, online at the District’s website, at
www.mwrd.org. The path is as follows: Doing Business Procurement and Materials
Management Contract Announcements (Find correct project) Ask a Question.
Bidders are STRONGLY URGED to inspect all areas of the work sites prior to bidding, in
order to familiarize themselves with the nature of the work and the method of
accomplishing the same. To schedule an appointment to inspect the work sites,
prospective Bidders may contact the Resident Engineer respective for each Group: Mr.
Raphael Frost at (708) 588-4302 for Group A, and/or Mr. Andrew Gierut at (773) 256-
3704 for Group B, between the hours of 8:00 A.M. and 3:00 P.M., Monday through Friday.
Bidders should read the bidding requirements set forth on pages R-1 through R-6, and in
particular page R-2, Paragraph 6, in regards to questions on this Contract.
All Contracts for the Construction of Public Works are subject to the Illinois Prevailing
Wage Act (820 ILCS 130/0.01 et seq.)(the “Act”). Note that submission of certified payroll
records when requested by the District’s Affirmative Action Administrator in accordance
with Section 14(b) of the District’s Affirmative Action Ordinance does not relieve a
contractor of its obligation to submit certified payroll records to the Illinois Department of
Labor pursuant to the Act.
Bidders are required to review and comply with Illinois Public Act 103-0327
regarding the removal, hauling, and transportation of biosolids, lime sludge, and
lime residue from a water treatment plant or facility and the disposal of biosolids,
lime sludge, and lime residue removed from a water treatment plant or facility at a
landfill.
The Metropolitan Water Reclamation District of Greater Chicago reserves the right to
reject any or all Proposals.
Chicago, Illinois
January 3, 2024
Metropolitan Water Reclamation District
of Greater Chicago
By Darlene A. LoCascio
Director of Procurement
and Materials Management
This is the opportunity summary page. You are currently viewing an overview of this opportunity and a preview of the attached documentation. For more information, please visit the Publication URL Web page.
Daily notification on new contract opportunities

With GovernmentContracts, you can:

  • Find more opportunities and win more business
  • Receive daily alerts for all new bid opportunities
  • Get contract opportunities matched to your business
ONE WEEK FREE TRIAL

See also

Follow Black Powder -Sources Sought Active Contract Opportunity Notice ID W519TC24R0010 Related Notice

Federal Agency

Bid Due: 11/27/2024

Follow Linen Rental Service - Scott AFB - B1560, B1650, B1192 & B1934

Federal Agency

Bid Due: 12/18/2024

Status Ref# Project Close Date Days Left Action Open P-22018 REQUEST FOR QUALIFICATIONS

Chicago Park District

Bid Due: 12/31/2027

Header Information Bid Number: 24-426DOC-SOURC-B-41407 Description: Emergency Notice - Statewide Nursing Services -

State Government of Illinois

Bid Due: 4/30/2024

* Disclaimer: Information regarding bids, requests for proposals (RFPs), or requests for qualifications (RFQs) is provided on this website only as a convenience and does not constitute official public notice. Persons wishing to respond to or inquire about bids, RFPs, or RFQs should contact the appropriate government department.