RFP – Sodium Hypochlorite, Sodium Bisulfite, & Alum for the City of Niles Wastewater Treatment Facility

Advertisement for tender of bids for Sodium Hypochlorite, Sodium Bisulfite, & Alum for the City of Niles Wastewater Treatment Facility.

Sealed proposals will be received by the City of Niles Auditor’s Office, in the City Hall, 34 West State Street, Ohio, until 10:00 a.m. on April 30, 2025, for the following project:

SODIUM HYPOCHLORITE, SODIUM BISULFITE, & ALUM FOR THE CITY OF NILES WASTEWATER TREATMENT FACILITY

Envelopes should be plainly marked “Bids for Sodium Hypochlorite, Sodium Bisulfite, & Alum for the City of Niles Wastewater Treatment Facility”

Each proposal shall contain the full name and address of every person, firm, or corporation interested in the same, and if a corporation, the name and address of the president and secretary, and shall comply with the ORC, including 735.06 and bid and performance sureties if applicable. The City reserves the right to reject any or all bids.

For specs and bidding instructions contact Michael Nicastro at 330-544-9000 ext. 1603

Submittals shall be mailed in a sealed envelope and received no later than 10:00 a.m.  on April 30, 2025, to:

Attention: City Auditor

34 West State Street

Niles, Ohio 44446

Apr. 2, 9, 2025

RFP – Polymer for Sludge for the City of Niles Wastewater Treatment Facility

Advertisement for tender of bids for Polymer for Sludge for the City of Niles Wastewater Treatment Facility.

Sealed proposals will be received by the City of Niles Auditor’s Office, in the City Hall, 34 West State Street, Ohio, until 10:00 a.m. on April 30, 2025, for the following project:

POLYMER FOR SLUDGE FOR THE CITY OF NILES WASTEWATER TREATMENT FACILITY

Envelopes should be plainly marked “Bids for Polymer for Sludge for the City of Niles Wastewater Treatment Facility”

Each proposal shall contain the full name and address of every person, firm, or corporation interested in the same, and if a corporation, the name and address of the president and secretary, and shall comply with the ORC, including 735.06 and bid and performance sureties if applicable. The City reserves the right to reject any or all bids.

For specs and bidding instructions contact Michael Nicastro at 330-544-9000 ext. 1603

Submittals shall be mailed in a sealed envelope and received no later than 10:00 a.m.  on April 30, 2025, to:

Attention: City Auditor

34 West State Street

Niles, Ohio 44446

2t: Apr 2, 9, 2025

RFP – Line Trucks Garage Door

Request for Bid

City of Niles Light Department Ware Room Garage Door Replacements

  The City of Niles seeks proposals from contractors with experience removing and installing new industry grade garage doors for a Ware Room where the Light Department’s Line Trucks are housed. This work will require removing the current four (4) doors, proper adjustments to framing, and the installation of four (4) new doors at the Ware Room located at the City’s Main Governmental building at 34 West State St. Niles, Ohio 44446.

RFP Issuance: March 17, 2025

Deadline for Response: April 9, 2025

Questions regarding the RFP should be directed to Dave Liste, Light Department Superintendent, dliste@thecityofniles.com .

Project Description:

The City of Niles, owner of the building and ware room located at 34 West State St. Niles, OH 44446, seeks a qualified contractor to remove and install new industry grade garage doors for a Ware Room where the Light Department’s Line Trucks are housed. The project must follow all construction project requirements outlined by the State of Ohio.                         

All improvements must meet standards of accessibility as required by the Americans with Disabilities Act and the 2017 – ICC A117.1, and the final product must be attractive to the public and completely functional for the Light Department and Line Trucks.

The budget for this project, including labor and materials, is to not exceed the price of $80,000.

Scope of Work:

The contractor, working with plans approved by the City and Parks & Recreation Director, will remove the current four (4) garage doors and install four (4) new garage doors following the State of Ohio requirements and the 2024 Ohio Building Code.

The activities will include:

  • 1 – First Door
    • 22’-0” X 14’-0” 7S-6P CHT-716B
    • V-Groove 1.75 BROWN
    • 50K Torsion 15” STD 3 CSRA STEEL
    • Section 3 – ALL
    • ½” Ins Temp 25 X 12
    • Lite Openings 5.1% of Door, Tested & Verified U-Factor 0.103
    • 1” 2-Piece Ext. Solid
    • Slide Lock
    • 10-Ball Steel
    • DES
    • 7-2×3 E Strut
    • TH SEAL
    • PREC BRGS
    • 11 GA Hinges
    • HFO Foam
  • 1 – Second Door
    • 22’-0” X 15’-0” 8S-6P CHT-716B
    • V-Groove 1.75 BROWN
    • 50K Torsion 15” STD 3 CSRA STEEL
    • Section 3 – ALL
    • ½” Ins Temp 25 X 12
    • Lite Openings 4.7% of Door, Tested & Verified U-Factor 0.103
    • 1” 2-Piece Ext. Solid
    • Slide Lock
    • 10-Ball Steel
    • DES
    • 8-2×3 E Strut
    • TH SEAL
    • PREC BRGS
    • 11 GA Hinges
    • HFO Foam
  • 1 – Third Door
    • 22’-0” X 16’-0” 8S-6P CHT-716B
    • V-Groove 1.75 BROWN
    • 50K Torsion 15” STD 3 CSRA STEEL
    • Section 3 – ALL
    • ½” Ins Temp 25 X 12
    • Lite Openings 4.4% of Door, Tested & Verified U-Factor 0.103
    • 1” 2-Piece Ext. Solid
    • Slide Lock
    • 10-Ball Steel
    • DES
    • 8-2×3 E Strut
    • TH SEAL
    • PREC BRGS
    • 11 GA Hinges
    • HFO Foam
  • 1 – Fourth Door
    • 22’-0” X 17’-0” 9S-6P CHT-716B
    • 22’-0” X 1.75 BROWN
    • 50K Torsion 15” STD 3 CSRA STEEL
    • Section 3 – ALL
    • ½” Ins Temp 25 X 12
    • Lite Opening 4.2% of Door, Tested & Verified U-Factor 0.103
    • 1” 2-Piece Ext. Solid
    • Slide Lock
    • 10-Ball Steel
    • DES
    • 9-2×3 E Strut
    • TH SEAL
    • PREC BRGS
    • 11 GA Hinges
    • HFO Foam
  • 1 – LiftMaster Maximum
    • 2200LB Capacity
    • DC Drive
    • 1HP Commercial Operator with Battery Back-Up Pack
    • 1PH/208V Transformer Kit
    • O/C/S Wall Station
  • LC – 36M 36” Tall Light Curtain Monitored (Primary)
  • Remote 4-Button, LiftMaster 894LT (Security+) *7113
  • Remove Old Door
  • Haul Away Old Door
  • 2x6x10 SPF To Face Frame Openings for Adjustment to Track if Hit

 

Job Familiarization:

Contractor is urged to make itself fully aware of all job and facility requirements. Contractor shall be responsible to question any discrepancies, errors, and/or omissions in the specification and totally familiarize itself with the full intent of this invitation for proposal. Failure to do so will not relieve Contractor of the responsibility to perform to the full scope and quality of work expected by the City of Niles.

Submissions should include:

  • A brief overview of company, length of time in business, and location of offices, including contact person for this RFP;
  • Federal and state taxpayer identification numbers of the company;
  • Description of company’s experience in rehabilitating outdoor sport courts (preferably tennis or pickleball courts);
  • Details about which personnel, including any subcontractors, will be assigned to this project;
  • Include names and contact information for three references;
  • Briefly state your understanding of the services to be performed and commitment to provide the services as specified;
  • Describe timeline for project, including specifics about various components and time expected for completion detailed by milestones in a construction schedule;
  • Not-to-Exceed cost proposal, including all personnel and materials associated with this project;
  • The letter must be signed by a corporate officer or other individual who is legally authorized to bind the applicant to both its proposal and cost schedule;
  • Statement which indicates “proposal and cost schedule shall be valid and binding for ninety (90) days following proposal due date and will become part of the contract that is negotiated with the City of Niles.”

Evaluation and Selection Criteria:

The successful applicant will be selected based on:

  • Quality and responsiveness to this proposal;
  • Degree to which proposal addresses all terms in the Scope of Work;
  • Qualifications, experience, and expertise of personnel in completing similar projects;
  • Cost of services, labor, and materials.
  • Ability to provide requested services on schedule
  • Project approach
  • References
  • Satisfaction of clients/end users

 

 

 

Submission Process:

  • Contractors are to submit 3 copies of their proposal by mail or an electronic PDF. Submissions must be postmarked no later than 10:30 a.m. on Deadline for Response: April 9, 2025, to the City Auditor at the address indicated below. All submittals must be clearly marked as “City of Niles Light Department Ware Room Garage Door Replacements” on the face of the submittal envelope.

Deliver all proposals to:

City of Niles – Auditor Department

Attn: City Auditor

34 W. State St.

Niles, OH 44446

 

RFQ – Request for Qualifications Wastewater Treatment Plant SCADA & IT

Request for Qualifications Wastewater Treatment Plant SCADA & IT

City of Niles’ Advertisement to issue a Request for Qualifications

Wastewater Treatment Plant SCADA & IT.

Sealed proposals will be received by the City of Niles Auditor’s Office, in the City Hall, 34 West State Street, Niles, Ohio, until 10:00 a.m. on March 12, 2025 for the following project:

Request for Qualifications Wastewater Treatment Plant SCADA & IT.

Envelopes should be plainly marked “Request for Qualifications Wastewater Treatment Plant SCADA & IT”

Each qualification shall contain the full name and address of every person, firm, or corporation interested in the same, and if a corporation, the name and address of the president. Qualifications will be based on section (D) of the Ohio Revised Code 153.65. The City reserves the right to reject any or all submissions.

For more information regarding Requests for Qualifications please contact Michael Nicastro at 330-544-9010 ext. 1603

RFG Submittals shall be mailed in a sealed envelope and received no later than 10:00 a.m. on March 12, 2025 to:

Attention: City Auditor

34 West State Street

Niles, Ohio 44446

REQUEST FOR QUALIFICATIONS

 

CITY OF NILES SCADA AND IT AT THE WASTEWATER TREATMENT PLANT

The City of Niles, Ohio is seeking Statement of Qualifications (SOQ) from Integrators qualified to provide professional services to provide technical support for the City’s Wastewater Treatment Plant’s Scada and IT work.

The City of Niles intends to select an Integrator to perform technical services over a period not to exceed two‐years.

System Integrator Qualifications Specification

  • Integrator must be Control System Integrator Association (CSIA) certified.
  • Integrator must be a listed Rockwell Premier Solution Partner for the following disciplines:
    • Control
    • Process
    • Information Solutions
    • Industrial IT
  • Integrator must be MISSION certified for Wastewater controllers and to backup water tower controllers where needed.
  • PLC Control maintenance and programming
    • Should be certified in the following controllers and automation software
      • Siemens Controllers and Automation platform
      • Schneider Electric Hardware and automation software
      • Rockwell automation software

  Integrator must have staff within a 45 min. coverage area of our location in the event of and emergency and staff are needed to respond to emergency situations.

  Sealed proposals will be received by the City of Niles Auditor’s Office in the City Hall, 34 West State Street, Niles Ohio, until 11:30 a.m. on February 28, 2025, for the following project.

  Envelopes should be clearly marked:

  “ Request for Qualifications Wastewater Treatment Plant Scada & IT”.

  Consultants must present their qualifications in a neat and orderly fashion and not exceed five double‐sided pages in length.  Cover letter and two page resumes will not be included in page count.

  The City of Niles will not consider late submittals.

  A narrative that describes the consultant’s specific qualifications and understanding of the services for which the City of Niles is requesting assistance;

  A narrative that describes specific challenges associated with the required work and unique solutions available to deliver successful projects;

  An example project schedule that depicts the tasks typical of a project classification for which the City of Niles is requesting the consultant’s qualifications;

  Information for the key members of the consultant team, including names, capacity, unique capabilities, professional background, technical experience, and two page resumes only, (will not be included in the page count); and A completed and signed Non‐Discrimination Affirmation Form (Attachment A)

  CONSULTANT SELECTION: A selection committee consisting of City of Niles staff will choose, in its opinion, the most qualified consultant to provide services under this procurement action.

  Consultants understanding of specific challenges and unique solutions available to deliver successful SCADA and IT projects. The qualifications of professional personnel to be assigned to the project.  Capability to meet time and project budget requirements; Location; Present and projected time available to designate to project.

  The City of Niles may decide to select a consultant directly upon review of RFQs received, or it may elect to perform a round of interviews to aid in the determination.

  Once a selection is made, the City and selected consultant will negotiate the initial scope of work. Note that scope and fee for individual project task orders will be negotiated individually as projects arise over the on‐ call term.

  If the City is unable to negotiate a satisfactory contract with the initially selected consultant, it will formally terminate negotiations with that consultant and choose another party to negotiate. The City of Niles will continue this process until they reach an agreement or cancel the process.

ADDITIONAL INFORMATION AND CONDITIONS

  Direct questions or requests for additional information to:

  Michael Nicastro, Assistant Superintendent

  mnicastro@thecityofniles.com

Subject line should read “Request for Qualifications”

330-544-9010 ext. 1603

RFQ – Pre-Treatment Program Professional Engineering

REQUEST FOR QUALIFICATIONS

 

CITY OF NILES PRETREATMENT PROGRAM PROFESSIONAL ENGINEERING

 

INTRODUCTION

The City of Niles, Ohio  is seeking Statement of Qualifications (SOQ) from engineering consultants qualified to provide professional services  to provide technical support for the City’s pretreatment program, a required compliance element of our discharge permit.

The City  intends to select a single engineering consultant  to perform technical services over a period not to exceed three‐years as program support needs or pretreatment projects arise and funding is available.

Assistance with overall pretreatment program compliance with 40 CFR Part 403 – General Pretreatment Regulations for Existing and New Sources of Pollution (the “General Pretreatment Requirements”).

Development and implementation of pretreatment operating procedures compliant with the minimum General Pretreatment Regulations at 40 CFR Part 403.8, including the development of written standard operating procedures and templates.

 

ANTICIPATED SCOPE OF SERVICES

The organization and completion of the work should not be looked at as a data dump but an ongoing partnership with the City of Niles to assist in creating a viable and ongoing pretreatment program that will be approved by the Ohio EPA.

The city has an existing pretreatment program but is lacking updated information from both industries and the new updated plant’s performance ability, as it would relate to setting updated pretreatment limits.

Work includes coordination with the Ohio EPA and the City of Niles. The city has budget limitations that the project must adhere to.

The work will include but not be limited to the following:

Industrial User Survey

Industrial User Inspections

Data Evaluation and Initial Determination of Local Limits

Organize and Oversee in plant sampling, testing and data organization.

Sewer Use Ordinance Revisions

Evaluation of Local Limit Allocation Methods
Industrial User Permits

 

 

Sealed proposals will be received by the City of Niles Auditor’s Office in the City Hall, 34 West State Street, Niles Ohio, until 11:30 a.m. on March 14, 2025, for the following project. Envelopes should be clearly marked “ Request for Qualifications for Engineering Consultants Services to provide Technical Support for the City’s Pretreatment Program.” Consultants must present their qualifications in a neat and orderly fashion and not exceed five double‐sided pages in length.  Cover letter and two page resumes will not be included in page count.

The City of Niles will not consider late submittals.

A narrative that describes the consultant’s specific qualifications and understanding of the services for which the City of Niles is requesting assistance;

A narrative that describes specific challenges associated with the required work and unique solutions available to deliver successful projects;

An example project schedule that depicts the tasks typical of a project classification for which the City of Niles is requesting the consultant’s qualifications;

Information for the key members of the consultant team, including names, capacity, unique capabilities, professional background, technical experience, and two page resumes only, (will not be included in the page count); and A completed and signed Non‐Discrimination Affirmation Form (Attachment A)

 

CONSULTANT SELECTION:

 A selection committee consisting of City of Niles staff will choose, in its opinion, the most qualified consultant to provide engineering services under this procurement action.

Consultants understanding of specific challenges and unique solutions available to deliver successful pretreatment program projects. The qualifications of professional personnel to be assigned to the project.  Capability to meet time and project budget requirements; Location; Present and projected time available to designate to project.

The City of Niles may decide to select a consultant directly upon review of RFQs received, or it may elect to perform a round of interviews to aid in the determination.

Once a selection is made, the City and selected consultant will negotiate the initial scope of work. Note that scope and fee for individual project task orders will be negotiated individually as projects arise over the on‐ call term.

If the City is unable to negotiate a satisfactory contract with the initially selected consultant, it will formally terminate negotiations with that consultant and choose another party to negotiate The City of Niles will continue this process until they reach an agreement or cancel the process.

 

ADDITIONAL INFORMATION AND CONDITIONS

Direct questions or requests for additional information to:

Michael Nicastro, Assistant Superintendent

mnicastro@thecityofniles.com

Subject line should read “Request for Qualifications”

330-544-9010 ext. 1603

 

 

Sludge Hauling Specificatons

Specification for Sludge Hauling and Disposal
For The City of Niles, Ohio
Wastewater Treatment Facility
999 Summit Street Ext.

Duration: June 1, 2023 to June 1 , 2024, with option to extend.

Hauling Bid: Haul rate per load including fuel surcharge.

Disposal Bid: Any all fees including but not limited to inspection fees, County, State, Federal and EPA fees. Disposal fees at the landfill are to be stated and part of bid. Shall be quoted per ton. And a separate hauling fee must be submitted. Award will be based on total cost to the city.

Liner Bid: One (1) liner per box (must be provided by the contractor).

Location: The disposal site must be within 40 miles of the Niles WWTP and be approved by the Ohio EPA for Municipal Sludge Disposal.

Provision: Contractor will provide two (2) well maintained 20 cubic yard roll off boxes.
Other: Roll off dumpster will be in place in the solids building no later than 7:00 am daily, generally Monday -Thursday. One roll off dumpster per day is needed with exceptions when 2 rolls offs per day will be needed. In the case of 2 rolls offs per day the provider will switch out roll offs at noon, with the second empty roll off being in place at the same time, or as other specified times determined by the City of Niles. The city of Niles may adjust these times.
Penalty for delay: Contractor is responsible for meeting the deadline times of 7:00am and Noon for box switch-outs at the City’s discretion. If Contractor is late, the financial penalty of $ ___150 per occurrence will be assessed.
The award will be based on total cost to the city per ton and the hauling per load cost. The city has the right to accept or refuse any bid.