Similar Projects
VA Hines Information Technology Center (HITC) Waste & Recycling Services
Bidding
Hines, IL 60141

Snow Removal Services
Term Contract
Bidding
Chicago, IL

District-Wide Waste and Recycling
Post-Bid
Des Plaines, IL 60016

Refuse and Recyclable Material Collection
Term Contract
Post-Bid
Chicago Heights, IL

2020 Pond Sediment Removal
Results
Des Plaines, IL 60016

(150-Mile) Improvement Consists of Litter/Debris Removal from Edge of Pavement to the Pedestrian Barrier on I-55 - Stevenson Expressway from IL 43 (Harlem Ave.) to I-355
Bidding
Chicago, IL 60632

Snow and Ice Removal
Post-Bid
Buffalo Grove, IL 60089

Snow and Ice Removal Services for Five Sections
Post-Bid
Glenview, IL

Chemical Collection and Disposal
Post-Bid
Chicago, IL

Contractual Sidewalk Snow Removal
Term Contract
Post-Bid
Des Plaines, IL 60016

Chemical Removal and Disposal - Ella Flagg Young ES
Post-Bid
Chicago, IL 60651

Snow Removal J0951
Term Contract
Post-Bid
Des Plaines, IL 60016

Solid Waste Disposal, Recycling Services, and Compactor Repair Services
Post-Bid
Chicago, IL 60602

2020 Municipal Leaf Hauling
Term Contract
Post-Bid
Niles, IL 60714

Snow Removal
Term Contract
Post-Bid
Des Plaines, IL

Reported 02/12/2021 12:00 AM
Project Title

Trash Collection and Recycling Services

Physical Address View project details and contacts
City, State (County) Chicago, IL 60611   (Cook County)
Category(s) Heavy and Highway
Sub-Category(s) Hauling
Contracting Method Competitive Bids.
Project Status Request for Proposals (RFPs)
Bids Due View project details and contacts
Estimated Value
Plans Available from Federal Agency
Owner View project details and contacts
Architect View project details and contacts
Description

Original Set Aside: Local Area Set-Aside (FAR 26.2) The scope of this requirement is to provide; Trash and Recycling Collection Services. This services shall be performed between the hours of 7:00 AM and 6:00 PM Monday through Saturday. Contract will be a firm, fixed price (FFP) contract with one Base Year plus two (2) Option Years. A. REQUIREMENTS: 1. Contractor will provide all necessary labor, equipment, and supervision to provide solid waste and recycling disposal and/or removal services as outlined herein. Overflow of trash from containers shall be picked up from the floor of the area used to collect the solid waste. These services include furnishing a specially sealed compactor container for storage of restaurant and food service waste. Contractor must also provide waste hauling services for all first floor commercial tenants. 2. This will require the tracking and billing of these tenants for waste hauling services directly. 3. Contractor Furnished Equipment: a. (Qty. 1) Type/Size: 23yd Self-Contained Compactor with Waste Edge Monitor Material Type: Solid Waste (NOTE: The contractor shall be responsible for any modifications to compactor if needed for use at site.) b. (Qty. 1) 23 yard trash dumpster/container. b. (Qty. 2) Type/Size: 1.5 yard Recycle Containers. c. (Qty. 25)Type/Size 96 gallon plastic totes-internal collection in the building 4. Government Furnished Equipment (GFE): a. Sonozaire System. b. Odorestor System. 3. Contractor shall be responsible for maintaining protective steel plating for container at loading dock. 4. Frequency Operated Button ("FOB" or "Key FOB") Usage: Each tenant shall be provided with two FOBs. FOBs to be specific to each tenant. FOBs to work with usage monitoring system. Tenants to be charged individually for compactor usage. 5. Frequencies: Trash/solid waste - As Needed (Minimum Mondays and Thursdays) Recycling - Monday through Saturday 6. Disposal Rate: No Charge 7. Monthly Maintenance of all equipment is included in the monthly price and covers all maintenance of compactor, yearly inspection, repair and refurbishment of Sonozaire and Odorestor Systems (Contractor shall also maintain deodorizer at proper levels for deodorizing the compactor container at the dock area. Additionally the contractor shall notify the COR as new/better systems become available), City of Chicago Container Permit Fee, and Internal and external power washing of compactor 4 times per year. 8. REPORTING REQUIREMENTS: The Contractor shall furnish a monthly consolidated report (For RRB specific waste only) in spreadsheet format showing the volume of recycled and waste materials by waste stream. The Contractor shall send this report to the COR. Contractor shall also provide onsite training as required. 9. Pricing for Monthly Maintenance is predicated on current occupancy (4 full time tenants) in the building and each tenant assuming a 25% share of the monthly cost. Should number of the tenants change, the Monthly Maintenance costs will be divided equally among the tenants. a. The RRB, at its sole discretion, may not award any option period(s). Note: The RRB has the unilateral right to exercise options. The Contractor should not assume that any options will be exercised by the Government. b. All work shall be completed as defined in this solicitation. B. ADDITIONAL REQUIREMENTS: l . All work shall be performed during normal working hours, unless otherwise arranged with the COR. Normal working hours are defined as 7:00am to 6:00pm CST. 2. All work performed shall comply with all local, state and Federal Regulations unless otherwise directed by the RRB Contracting Officer or COR. C. Hours of Performance and RRB Contacts Work shall be performed during normal working hours i.e. 7:00AM — 6:00PM, unless otherwise arranged and/or directed by the Contracting Officer (CO) or Contracting Officer's Representative (COR). D. Products 1. PERSONAL PROTECTIVE EQUIPMENT a. Special facilities, devices, equipment, and similar items used by the Contractor in execution of the work shall comply with 29 CFR Part 1910, Subpart I and other applicable regulations. b. Executive Order (EO), dated 01/20/2021, among others, instructs all contractor personnel entering a federal building will follow the CDC masking guidelines currently in effect. 2. HAZARDOUS MATERIALS a. The Contractor shall bring to the attention of the Contracting Officer, or the Contracting Officer's authorized representative, any material encountered during execution of the work that the Contractor suspects is hazardous. E. Protection of Personnel The Contract shall take all necessary precautions to prevent injury to the public, occupants, or damage to property of others. The public and occupants includes all persons not employed by the Contractor or a subcontractor. F. Environmental Protection Comply with applicable federal, state and local noise control laws, ordinances and regulations, including but not but not limited to 29 CFR 1910.95 and 29 CFR 1926.52, unless otherwise directed by the RRB Contracting Officer or COR.

Details

Division 41 - Material Processing and Handling Equipment.

Bidder's List View project details and contacts
Prospective Bidders View project details and contacts
Project Documents
 Engineered Spec Sheet
 Architectural Plans
 Other Documents