Request for Proposals Biosolids Management Contract€¦ · NOTICE TO BIDDERS Sealed proposals for...
Transcript of Request for Proposals Biosolids Management Contract€¦ · NOTICE TO BIDDERS Sealed proposals for...
Request for Proposals
Biosolids Management Contract
Fox River Water Reclamation District
NOTICE TO BIDDERS
Sealed proposals for the removal, transportation, and disposal of dewatered anaerobically digested
biosolids from the Fox River Water Reclamation District (FRWRD) will be accepted until 2:00PM,
November 26, 2019 at the District’s main office located at 1957 N. LaFox, South Elgin, IL 60177. At
that time the proposals will be opened and publicly read.
The bid is for the disposal of approximately 20,000 wet tons per year of anaerobically digested
biosolids from the District’s Albin D. Pagorski Water Reclamation Facility. Bids for a three (3) year
contract and five (5) year contract are requested. The Fox River Water Reclamation District reserves
the right to reject any or all bids and to waive any irregularities or informalities. Unless otherwise
rejected, the award of the contract shall be made to the lowest responsible and qualified bidder.
The complete Request for Proposals may be obtained from FRWRD at no cost. All questions
concerning this proposal shall be directed to FRWRD’s Laboratory Manager, Jack Russell, at 847-429-
4056. The Request for Proposals may also be downloaded from the FRWRD website at
http://www.frwrd.com/downloads-community-resources/#bidproposal-notices. All proposals
submitted shall be valid for a period of sixty (60) days beyond the opening date.
FRWRD hereby notifies all bidders that it will affirmatively ensure that the contract entered into
pursuant to this advertisement will be awarded in compliance with the Equal Employment Opportunity
provisions of the Illinois Human Rights Act.
TABLE OF CONTENTS
1. Introduction .................................................................................................................................. 1
2. Scope of Service .......................................................................................................................... 1
3. General Specifications ................................................................................................................. 7
4. Proposals ...................................................................................................................................... 9
Quotation Sheet ............................................................................................................................. 13
Appendix A – Chemical Analysis ................................................................................................. 15
Appendix B – Radium Analysis ................................................................................................... 21
Appendix C – Land Application Permit ........................................................................................ 23
Appendix D – Volatile Solids Reduction Data……… .................................................................. 31
Appendix E - April 2014 Email from Jeff Hutton ......................................................................... 33
1
1. INTRODUCTION
1.0 Background
The Fox River Water Reclamation District (FRWRD) operates three wastewater treatment plants in
Elgin, Illinois with a current annual average flow of approximately 25 MGD and a total design average
flow of 37.75 MGD. The solids processing for all three facilities takes place at the Albin D. Pagorski
(ADP) Water Reclamation Facility. The solids processing includes anaerobic digestion followed by
dewatering via belt filter presses. The ADP facility has a covered storage building and an additional 8
uncovered beds where the dewatered biosolids are temporarily stored prior to disposal. FRWRD is
seeking to enter into an agreement for the disposal of approximately 20,000 wet tons of biosolids per
year.
1.1 Purpose
The intent of this Request for Proposals (RFP) and the resulting Sludge Management Contract is to
obtain the services of a professional biosolids management firm to be responsible for all aspects of the
FRWRD Biosolids Management Program. This includes site permitting, transportation of biosolids,
and land application of biosolids in full compliance with all state and federal regulations. It is the
intent of FRWRD that as much of the biosolids as possible be land applied, however, an alternate
disposal option must be available to FRWRD when needed. The contract shall be awarded to the
lowest responsible and qualified bidder (contractor) whose proposal satisfies all the requirements of
this RFP.
2. SCOPE OF SERVICE
2.0 Estimated Quantities and Quality
FRWRD currently produces Class B biosolids that have been dewatered to approximately 15% total
solids. These biosolids are temporarily stored in a covered storage building or in uncovered beds prior
to disposal. FRWRD estimates that approximately 20,000 wet tons of biosolids per year will need to
be disposed of under this contract.
The FRWRD laboratory performs chemical analysis of our biosolids, which will be supplied to the
contractor. The results of all the analysis performed from January 2018 through September 2019 are
included in Appendix A. FRWRD’s land application permit and NPDES permit both require that
metals analysis be performed quarterly. The 503 regulations require metals analysis every other
month. Therefore, metals analysis will be performed every other month. The FRWRD laboratory will
also perform nutrient analysis monthly. The biosolids analysis will be reported to the contractor within
30 days from the end of each month. Included with the monthly analysis, FRWRD will supply a
completed NANI form and a signed Certification Statement certifying that our biosolids have met the
vector attraction reduction and pathogen requirements of 40 CFR Part 503 for land application of Class
B biosolids.
It is important to note that the total phosphorus concentration of the final cake shown in Appendix A
will increase over the next 2 - 3 years. There are three construction projects occurring at FRWRD that
are designed to achieve lower phosphorus concentrations in the final effluents at two of our treatment
2
plants. The phosphorus removed from the wastewater will end up in the final cake resulting in
significantly higher phosphorus levels in the biosolids being land applied.
The only analysis not performed by the FRWRD laboratory is the analysis for combined (226 + 228)
radium. This analysis is performed yearly by a contract laboratory. FRWRD will sample for
combined radium yearly and will report the results of the combined radium to the contractor within 10
days after receiving those results from the contract laboratory. All the radium results for FRWRD’s
biosolids from 2015 to present are shown in Appendix B.
2.1 Schedule of Operation
All biosolids will be removed from the ADP facility at the following address:
Albin D. Pagorski Water Reclamation Facility
100 Purify Drive
Elgin, IL 60120
Normally, biosolids shall be removed from the plant Monday through Friday from 7:00AM to 5:00PM.
Biosolids shall be removed from the ADP facility on days mutually agreed upon between the
contractor and FRWRD’s Operations Manager.
2.2 Equipment and Transportation
Transport vehicles shall be the type(s) approved for this application by FRWRD. General
requirements for vehicles hauling biosolids are that the hauler is licensed to transport special waste,
that the vehicles have watertight bodies, and that they are properly equipped and fitted with seals to
prohibit spillage or drainage. The contractor’s equipment for loading and transport shall be compatible
with FRWRD’s loading area. Equipment shall be maintained in a condition acceptable to FRWRD.
The loading and transport vehicles shall be cleaned as often as necessary to prevent the deposit of
biosolids on the exterior of the vehicle or on the roadways. This cleaning shall include, but is not
limited to external surfaces, wheels, and undercarriages. Cleaning of the loading area shall be done at
least at the end of every business day.
Vehicles shall be loaded within all legal weight limits. It shall be the sole responsibility of the
contractor and his drivers to monitor the load of each truck to ensure a legal weight. FRWRD reserves
the right to bar any driver who disregards the above requirements.
All haul routes to any permitted disposal site in any jurisdiction shall be determined in accordance with
all applicable federal, state and local laws, ordinances, permits, rules, and regulations (“Laws”). Said
Laws shall be strictly adhered to by the contractors and his employees, agents, and subcontractors.
The contractor shall transport biosolids in accordance with Title 35 of the Illinois Administrative
Code-Part 391, Subpart C. Any violation of environmental regulations, weight regulations, or traffic
laws shall be the sole responsibility of the contractor, who shall indemnify, hold harmless and defend
FRWRD from any penalty or sanction, civil, or criminal, imposed by reason of any such violation of
environmental regulations, weight regulations, or traffic laws.
3
The contractor is responsible for supplying the end loader and any other necessary equipment for
loading the biosolids into the trucks. The end loader may be stored overnight at the ADP facility along
with a single trailer. FRWRD assumes no responsibility or liability for equipment or vehicles stored
overnight at our facilities.
Subsequent to the awarding of the contract, but prior to the first removal of biosolids from our
facilities, the contractor shall meet with FRWRD’s Operations Manager to be instructed in the proper
procedures for the staging of trucks, weighing of empty trucks, loading of trucks, and weighing of full
trucks. It is the responsibility of the contractor to ensure that all truck drivers follow the procedures
laid out by FRWRD’s Operations Manager.
2.3 Determination of Quantity Removed
The quantity of biosolids loaded on a vehicle will be recorded as mutually agreed upon by FRWRD’s
Operations Manager and the contractor. The contractor shall provide to FRWRD a copy of a load
sheet for each vehicle used for disposal which details at least the following information:
- date of removal
- truck number
- driver name
- each time truck left the ADP facility
- each weight of full truck
- each weight of empty truck
- weight of biosolids removed
2.4 Spills and Clean-Up
The contractor shall keep his hauling route, equipment, and work area neat and clean, and shall bear all
responsibility for the cleanup of any spill which occurs during the transportation of biosolids. The
contractor shall notify FRWRD immediately should any spill occur which violates any permit
condition or applicable regulation of any entity having jurisdiction over the contractor’s operation.
The clean-up of any biosolids which are dumped, spilled, or discarded in any location other than the
site authorized for that purpose shall be the sole responsibility of the contractor and conducted by the
contractor, or at his sole expense, in accordance with all applicable Laws.
2.5 FRWRD’s Permits
FRWRD has a land application permit (2015-SC-59903) and a supplemental permit (2015-SC-59903-
1). The supplemental permit is for the application of biosolids on ice/snow covered ground. Both of
these permits are shown in Appendix C. Both permits expire on June 30, 2020. Ninety days prior to
the land application permit expiration, FRWRD will submit an application for the renewal of the
permit. FRWRD expects the permit to be renewed with similar requirements as the current permit.
FRWRD will request that the supplemental permit also be renewed at that time. There is no guarantee
that the supplemental permit will be renewed at that time. The supplemental permit was obtained in an
emergency situation in 2015 and Illinois regulations indicate that this type of permit is only issued
under emergency situations. Should the supplemental permit renewal be denied, and FRWRD finds
itself in another weather related emergency situation where there is insufficient winter storage capacity
for our biosolids, FRWRD will request from the Illinois EPA another supplemental permit for
4
application on ice and snow. In 2015, FRWRD formally requested a supplemental permit on
December 2 and it was issued by the Illinois EPA on December 15.
State of Illinois rules indicate that a sludge that is land applied should be biologically stabilized with a
percent volatile solids of 65%. FRWRD’s final cake volatile solids are typically over 70%. This is
due to the fact that FRWRD’s raw sludge volatile solids are unusually high. Therefore, FRWRD easily
achieves the minimum 38% volatile solids reduction required for land application, but still does not
reach 65% volatile solids in the final cake.
FRWRD’s volatile solids reduction data from January 2018 through September 2019 are given in
Appendix D. The data shows that FRWRD’s biosolids consistently meet the minimum requirement of
38% volatile solids reduction. It is important to note that the data in Appendix D was collected with
only partial anaerobic digestion capacity. FRWRD has been rehabilitating our anaerobic digesters over
the past couple of years and that project is now almost complete. When all FRWRD’s digesters are
on-line beginning in 2020 the volatile solids reduction will be higher, reducing the percent volatile
solids in the final cake.
FRWRD has worked with the Illinois EPA in the past to demonstrate that our biosolids are fully
digested and can be treated as a fully digested sludge. One example of this is the email from Jeff
Hutton shown in Appendix E. In April of 2014, FRWRD supplied Mr. Hutton with volatile solids
reduction data from which he concluded that the sludge was fully digested and should be treated as
such in regards to land application rules.
FRWRD will supply the Illinois EPA with the necessary volatile solids reduction data whenever
requested to do so by the Illinois EPA or the contractor.
2.6 Biosolids Removal
The ADP facility has a covered storage building and an additional eight (8) uncovered beds for the
temporary storage of biosolids. An aerial view of the biosolids storage facilities at the ADP is shown
in Figure 1. There is approximately 10,000 cubic yards (150 days) of total storage. Since it is the
intent of FRWRD to have as much biosolids as possible land applied, FRWRD will work with the
contractor by temporarily storing biosolids in these facilities until the contractor’s fields are ready for
land application. However, FRWRD’s capacity for storage of biosolids is limited and the contractor
must begin removing biosolids when the FRWRD Operations Manager determines that capacity is at
80% and gives notice to the contractor that biosolids removal must commence.
During the months of April through November, the contractor shall begin removing biosolids within
ten (10) business days of being contacted by FRWRD’s Operations Manager (via phone and email)
that capacity is at 80%. If storage is at less than 80% capacity, the contractor may coordinate with the
FRWRD Operations Manager to remove solids if the contractor’s fields are available for biosolids
applications.
The contractor must remove biosolids at the direction of the Operations Manager. The Operations
Manager may direct that:
- biosolids in one, several, or all beds be removed.
- biosolids removal operations be halted due to sloppy conditions or inclement weather.
5
- biosolids spills in the roadways or loading area be cleaned.
Generally, unless conditions are sloppy, FRWRD’s Operations Manager will seek to have as much of
the biosolids removed as possible. The contractor shall remove all remaining biosolids from the ADP
facility between November 1 and December 15 of each year to enable FRWRD to prepare all the beds
for winter storage.
It is the intent of FRWRD to temporarily store biosolids onsite in the months of December through
March each year. However, since land application in early April is weather dependent, the contractor
shall remove biosolids in the winter months whenever the contractor’s fields permitted for ice and
snow are available (and FRWRD has a valid permit for ice/snow application).
The following conditions apply for the months of December through March of each year:
- When FRWRD’s Operations Manager determines that biosolids storage is at 80% capacity, he
will notify the contractor by phone and via email to remove all the biosolids in half of the
covered storage building. It is estimated that half of the storage building is approximately 2800
cubic yards.
- The contractor will have 10 days to comply with FRWRD’s Operations Managers instruction.
- If the contractor has fields available that are permitted for land application on ice and snow
(and FRWRD has a valid permit for ice/snow application), such fields can be utilized for the
disposal of the biosolids. See Appendix C for FRWRD’s current supplemental permit for
application on ice and snow.
6
- If for any reason the contractor is unable to land apply on ice and snow, the contractor must
find an alternate disposal option at no additional cost to FRWRD. The amount of biosolids
required to be disposed of by the alternate disposal option will be limited to a maximum of
2000 wet tons per year.
- FRWRD shall be entitled to a credit of $500 for each calendar day delay in commencing
biosolids removal beyond the tenth (10th) calendar day after notification that removal is
required.
2.7 Land Application
It is the sole responsibility of the contractor to obtain the necessary permits for all sites receiving
biosolids for land application and for any off-site interim storage facilities. Prior to commencing any
work, the contractor shall obtain and furnish FRWRD copies of all the necessary approvals and permits
required by all government units and regulatory agencies for the transportation and land application of
biosolids.
The general requirements, site restrictions, management practices, record keeping requirements, and
reporting requirements contained in the following documents shall be strictly adhered to by the
contractor:
1. IEPA Permit No: 2015-SC-59903 Fox River Water Reclamation District – Land Application of
Sewage Sludge including supplemental permit No. 2015-SC-59903-1 (see Appendix C).
2. Title 40: Protection of the Environment, Part 503 – Standards for the use or Disposal of
Sewage Sludge
3. Title 35 of the Illinois Administrative Code, Part 391: Design Criteria for Sludge Application
on Land
4. Title 32 of the Illinois Administrative Code, Part 330.40(d): License Exemption – Radioactive
Materials other than Source Material.
Any and all soil testing, or pH adjustment of the soil, necessary for the land application of biosolids is
the sole responsibility of the contractor.
The contractor shall assure that FRWRD, or its representatives, shall be afforded the right of access to
all permitted sites where FRWRD biosolids are being land applied, however, in no event shall
FRWRD be obligated to inspect the site for the contractor’s compliance with the Law or assume the
contractor’s liability for such compliance.
The contractor shall provide FRWRD’s Laboratory Manager with copies of all monthly reports filed
with the Illinois Environmental Protection Agency. These reports must identify the parcels of land
receiving biosolids, the application rate of biosolids, and the cumulative loading rates of all required
parameters. The report must also contain all the signed certification statements for management
practices and site restrictions which are required in the 40 CFR Part 503 regulations.
The total and dry weight of biosolids applied to each parcel must be included in each report, including
the dates in which the biosolids were applied.
7
2.8 Alternate Disposal Option
Should it be necessary for the contractor to apply an alternate disposal option (such as landfilling) the
contractor shall supply FRWRD with the following information:
- The dates in which biosolids were removed from FRWRD.
- The total number of loads removed from FRWRD for each day that biosolids removal
occurred.
- The total wet tons of each load.
- The alternate disposal method.
- The name of the landfill (if applicable) where the biosolids were disposed.
This information shall be supplied to FRWRD within 1 month (30 days) of utilizing the alternate
disposal option. Note, no additional payment will be made for utilizing an alternate disposal option.
2.9 Payment
Payment shall be made on the basis of actual wet tons hauled. The contractor shall submit invoices to
FRWRD on a monthly basis for the previous calendar months activity. The invoices shall show the
number of wet tons hauled from the ADP facility for the given month. Each invoice shall be
accompanied by a current waiver of lien including an affidavit disclosing any subcontractors to be paid
and corresponding lien waivers all in a form as approved by FRWRD. The invoices will be subjected
to verification and approval by FRWRD and in the event that no discrepancies exist, will be paid
within thirty (30) days of approval of the submitted invoices and waiver of liens.
2.10 Contract Period
It is the intention of FRWRD to award this contract for a period of either three (3) or five (5) years
beginning on or about December 31, 2019.
3. GENERAL SPECIFICATIONS
3.0 Employment Discrimination
During the performance of the contract, the contractor shall agree that he will not discriminate against
any employee or applicant for employment because of race, color, religion, sex, national origin,
ancestry, age, order of protection status, marital status, physical or mental disability, military status,
sexual orientation, or unfavorable discharge from military service; that he will post in conspicuous
places, available to employees and applicants for employment, notices setting forth nondiscrimination
practices, and that he will state, in all solicitations or advertisements for employees placed by or on
behalf of the contractor, that he is an equal opportunity employer.
3.1 Insurance Requirements
The contractor shall carry the following insurance and, prior to commencing any work, shall provide
FRWRD proof of said insurance:
A. Worker’s Compensation (Statutory)
8
B. Comprehensive General Liability
Each Occurrence $ 1,000,000
General Aggregate $ 2,000,000
Products-Comp/Ops $ 2,000,000
C. Comprehensive Automobile Liability
Combined Single Limit $ 1,000,000
D. Umbrella or Excess Liability $ 5,000,000
E. Pollution $ 3,000,000
Prior to start of work, the contractor shall deliver to FRWRD a certificate of insurance indicating the
minimum coverage to be provided as shown above with FRWRD listed as additionally insured.
A guarantee that thirty (30) days notice to FRWRD prior to the cancellation of, or change in, any such
insurance shall be endorsed on each policy and shall be noted on each certificate. If any of the
insurance is cancelled, the contractor shall not resume operations until new insurance is in force.
Cancellation of insurance constitutes a breach of contract.
3.2 Hold Harmless Clause
The contractor shall, to the fullest extent permitted by laws, indemnify, hold harmless and defend
FRWRD, its officers, employees and agents against all claims, costs, losses, and damages arising out
of or resulting from any claim, or action, legal or equitable, brought by any such owner, occupant or
other person or entity against FRWRD, its employees and agents or any other party indemnified
hereunder to the extent caused by or arising from the contractor’s performance of the work or a breach
of the contract with FRWRD.
3.3 Assignments
The contractor shall not assign, transfer, convey, or otherwise dispose of the contract or his right to
execute it or his right, title or interest to it or any part thereof, or assign any of the monies due under
the contract, without the prior written consent of FRWRD.
3.4 Termination
FRWRD shall have the right to terminate the contract upon thirty (30) days written notice for non-
performance of contract terms and conditions or if the contractor fails to comply with all applicable
Laws.
3.5 Performance and Payment Bonds
The contractor shall furnish Performance and Payment Bonds in an amount equal to 20% of the
estimated annual contract amount. The bonds shall be submitted for approval by FRWRD and shall be
secured from a surety or sureties satisfactory to FRWRD. FRWRD will accept the bonds with a period
of one year provided that the bonds are renewed annually prior to expiration. Annual renewals must be
provided for the duration of the contract.
9
3.6 Financial Statement
The apparent low bidder is required to supply a recent financial statement to FRWRD prior to signing
the final contract. FRWRD reserves the right to require any additional information necessary to
determine the financial integrity of the apparent low bidder.
3.7 Safety Policy
A copy of the apparent low bidder’s safety policy and manual are required to be supplied to FRWRD
prior to the signing of the final contract.
4. PROPOSALS
4.0 Bidders Questions and Suggestions
Bidders shall promptly notify FRWRD of any ambiguity, inconsistency, or error which they may
discover upon examination of the Request for Proposals.
All requests for interpretation or clarification shall be directed to the Laboratory Manager, Jack Russell
at 847-429-4056 or [email protected]. To be given consideration, all requests and comments must
be received at least seven (7) calendar days prior to the due date for the receipt of proposals.
Any and all interpretations and modifications to the Request for Proposals will be in the form of
written addenda, which will be emailed to all prospective bidders and posted to the District’s website.
All addenda shall become part of the Request for Proposals. Each bidder shall acknowledge that he
has received all addenda issued at the bottom of the first page of the two page Quotation Sheet.
4.1 Information about the Bidder
Bidders must provide the following information and documentation with their proposal documents:
A. Name of company (or other business entity) making offer and names of all persons having an
equity or ownership interest in the company or business, irrespective of whether such person is
involved in the management or operation of the company or business.
B. Type of business entity (e.g., corporation or partnership – submit certificates of good standing,
articles, bylaws, etc.).
C. Place(s) of incorporation.
D. Name(s), address(es), and function(s) to be performed by any and all subcontractors, partners,
or consultants to be involved in the performance of the contract work.
E. Name, location, and telephone number of the representative to contact regarding all matters.
F. Inventory of Illinois permitted sites and storage facilities which bidder may use during the
current calendar year; for each site list size in acres and location. Identify those sites which are
permitted for land application on ice and snow. Also identify any sites for which there are
10
phosphorus limitations. If sites are already committed for subsequent years, that information
may be added, at the bidder’s discretion.
G. Address of office and/or equipment maintenance building where this project will be managed
and administered from, and the number of years in business at that location.
H. References of at least five (5) similar and current projects performed involving the long-term
contract hauling, and disposal via land application of de-watered cake biosolids that FRWRD
may contact regarding the work performed. References shall include a listing of a specific
contact person, contact title, contact phone number, and duration of such performance.
References shall be used as a means of demonstrating suitable current expertise and capacity
for work performed under this environmentally sensitive contract.
I. Number of years and experience in the business of land applying non-hazardous waste products
from municipalities and industries in the State of Illinois.
J. Name(s) of staff agronomist(s) who will perform the agronomic and technical reporting
requirements of this project.
K. Ancillary service capabilities (mobile de-watering, management of liquid biosolids, etc).
L. A listing of any fines or violation notices issued against the bidder within the past five (5) years
by any federal, state, or local regulatory agency.
4.2 Method of Determining Price
Bidders shall submit a firm unit price per wet ton of biosolids disposed. The unit price shall include all
costs, including but not limited to: direct costs, indirect costs, mobilization, loading, transport, storage
charges, disposal charges, use of the alternate disposal option if necessary, overhead, and profit to the
contractor in fulfillment of this contract.
The price shall remain firm until December 15, 2020, then, and on each subsequent December 15th of
the contract period, the unit price shall be adjusted by the latest yearly percentage change in the CPI-U.
For the purposes of this document the CPI-U is defined as the United States Average Consumer Price
Index (unadjusted) for All Urban Consumers for All Items.
The 20,000 wet tons per year of biosolids production at the ADP facility is an estimate only and
FRWRD makes go guarantees as to the actual yearly weight of biosolids disposed.
Bidders must submit prices for a three (3) year contract and a five (5) year contract. FRWRD reserves
the right to accept either contract term.
4.3 Bid Bond
Each proposal must be accompanied by a bid bond in the form of a bidder’s bond, bank draft, cashier’s
check, or certified check, payable to the Fox River Water Reclamation District. The amount of the bid
bond shall be equal to the cost for applying six thousand (6000) wet tons of biosolids (10% of the
estimated total contract amount for a three (3) year contract).
11
4.4 Quotation Sheet
Bids shall be submitted on the enclosed two (2) page quotation sheet. Clearly indicate the price per
wet ton in the space provided.
Bidders are asked to acknowledge all the addenda on the quotation sheet.
4.5 Proposal Format
Those interested in submitting a proposal must submit the following information by the date specified
in the Request for Proposals:
A. A completed Quotation Sheet
B. Bid bond as required in Section 4.3
C. All information requested in Section 4.1
D. Bidders shall include a second complete copy of their proposal to FRWRD.
4.6 Proposal Submissions
Prior to submitting a proposal it is recommended that the bidder visit the Albin D. Pagorski facility to
thoroughly familiarize himself with the existing conditions and the biosolids handling and loading
facilities. Visits can be arranged by calling the Laboratory Manager at 847-429-4056 or the Operations
Manager at 847-429-4068.
Proposals shall be sealed and clearly labeled “PROPOSAL FOR THE BIOSOLIDS
MANAGEMENT PROGRAM” and either mailed or delivered to:
Fox River Water Reclamation District
1957 N. LaFox
South Elgin, IL 60177
Proposals must be received before the proposal opening time stated in the Request for Proposals.
Proposals will be logged in and publicly opened at the time specified. Bidders, their authorized agents,
and other interested parties are invited to be present however, attendance at the opening is not
mandatory.
Bidders using a private delivery service or the US Postal Service must allow time to ensure receipt of
their proposals prior to the public opening of valid proposals. Proposals or unsolicited amendments to
proposals received by the Fox River Water Reclamation District after the start of the public opening
will not be considered.
FRWRD will not be responsible for any expense incurred by a firm in preparing and submitting a
proposal. All proposals shall provide a straight-forward concise delineation of capabilities to satisfy
the requirements of this request. Emphasis should be on completeness and clarity of content.
12
The contents of the proposal submitted by the successful bidder and this Request for Proposals will
become part of any contract awarded as a result of these specifications. The successful bidder will be
expected to sign a contract with FRWRD.
4.7 Evaluation of Proposals
The evaluation of proposals and bidders presenting them will be carried out by FRWRD staff.
Selection factors include:
A. cost of services (price per wet ton)
B. currently permitted facilities available to perform the services
C. credentials, references, and related experience
D. FRWRD’s judgement as to the bidders ability to successfully complete the proposed scope of
services.
FRWRD reserves the right to interview any or all bidders to determine, to the sole satisfaction of
FRWRD, the bidders knowledge, understanding and technical expertise in implementing and abiding
by all USEPA 40 CFR Part 503 regulations and all applicable IEPA regulations pertaining to the
disposal of biosolids in Illinois. FRWRD reserves the right to disqualify any or all bidders based on
this condition.
FRWRD reserves the right to reject any and all proposals and to waive any informalities or
technicalities in bidding. FRWRD reserves the right to reject any proposal from bidders who have
been delinquent or unfaithful in any former contract with the Fox River Water Reclamation District.
13
QUOTATION SHEET
2019 BIOSOLIDS MANAGEMENT PROGRAM
________________________________________ (bidder) hereby agrees to provide the
requested biosolids management services as defined in the Request for Proposals at the
following unit price per wet tons:
Unit Price ($)
per wet ton
Class B
Biosolids
3 Year
Contract
Unit Price ($)
per wet ton
Class B
Biosolids
5 Year
Contract
Hauling and Disposal of 20,000
wet tons of FRWRD biosolids
annually with CPI annual
adjustment in contract price
The following addenda receipt is hereby acknowledged:
Addendum Addendum
Date Number
Bidders must mark N/A if no
____________ ___________ addenda have been issued.
Bidders are encouraged to call
____________ ___________ the FRWRD Laboratory
Manager to confirm their
____________ ___________ receipt of all addenda prior to
submitting a Quotation Sheet.
____________ ___________
14
Name of Company: ____________________________________________________________
Address: _____________________________________________________________________
______________________________________________________________________
City, State, Zip: ________________________________________________________________
Telephone Number: ____________________________________________________________
Fax Number:___________________________________________________________________
SIGNED AND SEALED This ___________ day of _____________________ , 2019
____________________________________________________
By: (Signature)
_____________________________________________________
Printed Name of Signer
_____________________________________________________
Title
Bidders are encouraged to review the Request for Proposals, in particular Section 4 for
instructions on how to submit a complete proposal.
15
Appendix A
Chemical Analysis of
The Fox River Water Reclamation District
Biosolids Cake
January 2018 – September 2019
16
Fox River Water Reclamation District
Chemical Analysis of Final Cake
Month
Total
Solids
(%)
Volatile
Solids
(%)
pH
(S.U.)
Fecal Coliforms
(#/100ml)
Ammonia
Nitrogen
(mg/kg)
TKN
(mg/kg)
January, 2018 13.2 75.9 8.1 106,000 7510 58,600
February, 2018 14.0 76.4 8.2 83,000 8480 62,200
March, 2018 13.5 75.4 8.7 101,000 8370 63,800
April, 2018 14.6 76.8 8.5 131,000 8360 65,000
May, 2018 13.3 78.7 8.2 185,000 9020 65,800
June, 2018 14.2 72.7 8.7 163,000 9260 58,700
July, 2018 13.7 71.7 8.1 228,000 9610 59,200
August, 2018 16.1 75.3 8.0 247,000 6360 55,600
September, 2018 14.3 69.1 8.4 240,000 8220 60,000
October, 2018 14.6 74.6 8.9 209,000 6830 57,200
November, 2018 14.6 75.7 8.3 202,000 7460 58,000
December, 2018 14.7 77.6 8.3 174,000 9280 59,400
January, 2019 14.1 79.6 7.6 217,000 6400 61,900
February, 2019 13.2 80.6 8.1 229,000 7250 65,500
March, 2019 14.0 78.4 8.2 189,000 7340 58,900
April, 2019 13.6 76.3 8.0 107,000 7720 67,200
May, 2019 14.6 75.9 8.1 127,000 7900 58,000
June, 2019 16.7 73.2 8.3 72,600 7180 58,000
July, 2019 16.6 73.0 8.4 114,000 6800 57,400
August, 2019 17.6 71.1 8.2 150,000 6200 51,900
September, 2019 17.8 73.4 8.0 285,000 5090 53,700
Average 14.7 75.3 8.3 170,000 7650 59,800
17
Fox River Water Reclamation District
Chemical Analysis of Final Cake
Month Nitrate
(mg/kg)
Organic
Nitrogen
(mg/kg)
Total
Nitrogen
(mg/kg)
Phosphorous
(mg/kg)
Phenols
(mg/kg)
Cyanide
(mg/kg)
January, 2018 6 51,100 58,600 18,900 7.2
February, 2018 9 53,700 62,200 18,500 2.14
March, 2018 11 55,400 63,800 18,200
April, 2018 10 56,600 65,000 20,200
May, 2018 9.5 56,800 65,800 19,300 4.1 1.58
June, 2018 12 49,500 58,700 18,500
July, 2018 7 49,600 59,200 18,000
August, 2018 10 49,200 55,600 17,200 17.6 3.44
September, 2018 14 51,800 60,000 18,000
October, 2018 12 50,400 57,200 16,400
November, 2018 9 50,500 58,000 16,700 8.0 2.64
December, 2018 26 53,100 59,400 15,500
January, 2019 13 55,500 61,900 16,400
February, 2019 18 58,300 65,600 16,600
March, 2019 12 51,500 58,900 18,200 10.6 2.15
April, 2019 22 59,500 67,200 20,300
May, 2019 15 50,100 58,000 19,000 37.0 2.41
June, 2019 12 50,800 58,000 17,600
July, 2019 10 50,600 57,400 20,700
August, 2019 7 45,700 51,900 19,700
September, 2019 8 48,600 53,700 16,500 10.4 < 1.0
Average 12 52,300 59,800 18,100 13.6 2.4
18
Fox River Water Reclamation District
Chemical Analysis of Final Cake
Month Arsenic
(mg/kg)
Cadmium
(mg/kg)
Chromium
(mg/kg)
Copper
(mg/kg)
Lead
(mg/kg)
Manganese
(mg/kg)
January, 2018 3.6 < 4 39.9 663 23.2 551
February, 2018
March, 2018 5.7 < 4 641 27.6
April, 2018
May, 2018 3.1 < 4 30.3 604 17.0 390
June, 2018
July, 2018 5.9 < 4 37.3 671 31.4 562
August, 2018
September, 2018 6.3 < 4 685 29.9
October, 2018
November, 2018 4.3 < 4 34.8 657 25.5 547
December, 2018
January, 2019 3.8 < 4 34.2 590 21.4 526
February, 2019
March, 2019 3.4 < 4 518 18.5
April, 2019
May, 2019 < 8 < 4 48.0 586 21.5 527
June, 2019
July, 2019 < 8 < 4 46.7 593 28.7 625
August, 2019
September, 2019 < 8 < 4 714 30.4
Average 4.5 < 4 38.7 629 25.0 533
19
Fox River Water Reclamation District
Chemical Analysis of Final Cake
Month Mercury
(mg/kg)
Molybdenum
(mg/kg)
Nickel
(mg/kg)
Potassium
(mg/kg)
Selenium
(mg/kg)
Zinc
(mg/kg)
January, 2018 1.3 15.4 32.6 1310 5.8 645
February, 2018
March, 2018 1.1 13.6 49.2 5.5 581
April, 2018 1.0
May, 2018 1.0 12.7 30.6 1620 5.7 557
June, 2018
July, 2018 1.2 13.6 36.7 1400 6.4 674
August, 2018
September, 2018 1.0 14.6 32.0 6.4 743
October, 2018
November, 2018 0.8 14.6 33.2 1170 7.2 709
December, 2019
January, 2019 0.6 13.3 35.1 1410 6.2 611
February, 2019
March, 2019 0.9 11.7 31.4 5.2 515
April, 2019
May, 2019 0.8 15.7 36.4 1840 < 16 579
June, 2019
July, 2019 1.0 15.3 37.2 1230 < 16 722
August, 2019
September, 2019 1.1 17.8 41.0 < 16 839
Average 1.0 14.4 35.9 1430 6.1 652
20
Fox River Water Reclamation District
Chemical Analysis of Final Cake
Month Antimony
(mg/kg)
Barium
(mg/kg)
Beryllium
(mg/kg)
Iron
(mg/kg)
Silver
(mg/kg)
Thallium
(mg/kg)
January, 2018 < 8 1340 < 4 23,100 4.0 < 4
February, 2018
March, 2018 17,700
April, 2018
May, 2018 < 8 1280 < 4 15,800 < 4 < 4
June, 2018
July, 2018 < 8 3670 < 4 15,300 < 4 < 4
August, 2018
September, 2018 18,200
October, 2018
November, 2018 < 8 500 < 4 14,800 < 4 < 4
December, 2018
January, 2019 < 8 1250 < 4 14,000 < 4 < 4
February, 2019
March, 2019 19,100
April, 2019
May, 2019 < 8 1060 < 4 24,100 < 4 < 4
June, 2019
July, 2019 < 8 991 < 4 27,200 < 4 < 4
August, 2019
September, 2019 29,300
Average < 8 1580 < 4 19,900 < 4 < 4
* The values in the above tables (except for the averages) represent a single analysis of a composite
sample collected in that particular month.
21
Appendix B
Radium Analysis of
The Fox River Water Reclamation District
Biosolids Cake
2015 – 2019
22
Fox River Water Reclamation District
Radium Analysis of Final Cake
Month Radium 226
(pCi/g)
Radium 229
(pCi/g)
Combined Radium
(pCi/g)
8/4/2015 2.922 4.04 6.962
8/2/2016 3.525 3.564 7.089
9/7/2017 3.640 2.957 6.597
9/6/2018 3.825 3.828 7.653
7/31/2019 2.712 3.864 6.576
Average 3.325 3.651 6.975
23
Appendix C
Fox River Water Reclamation District
Land Application Permit
2015-SC-59903
and
Supplemental Permit
2015-SC-59903-1
24
25
26
27
28
29
30
31
Appendix D
Volatile Solids Reduction Data
for
The Fox River Water Reclamation District
Biosolids
January 2018 – September 2019
32
Fox River Water Reclamation District
Volatile Solids Destruction Data
Month
Raw Sludge
Volatile solids
(%)
Digested Sludge
Volatile Solids
(%)
Volatile Solids
Destruction
(%)
January, 2018 86.3 74.2 54.3
February, 2018 84.8 74.2 50.2
March, 2018 84.3 73.0 52.7
April, 2018 85.7 73.7 54.4
May, 2018 83.2 73.2 45.7
June, 2018 82.5 70.1 52.1
July, 2018 84.1 70.2 55.5
August, 2018 85.0 71.7 53.1
September, 2018 83.9 70.4 51.6
October, 2018 85.0 71.2 55.3
November, 2018 86.4 72.5 58.1
December, 2018 85.2 74.3 53.3
January, 2019 85.8 76.0 51.3
February, 2019 85.3 75.9 49.1
March, 2019 84.4 75.0 45.9
April, 2019 83.9 73.7 48.4
May, 2019 81.5 71.5 45.1
June, 2019 83.4 71.3 50.8
July, 2019 84.5 71.0 50.7
August, 2019 85.0 71.0 53.7
September, 2019 83.0 71.2 47.1
33
Appendix E
April 2014 Email
From
Jeff Hutton
34
35