LIME SLUDGE REMOVAL

CITY OF THIEF RIVER FALLS, MINNESOTA

PAGE 1

CITY OF THIEF RIVER FALLS

SPECIFICATIONS FOR

LIME SLUDGE REMOVAL,

HAULING AND LAND APPLICATION

June 29, 2016

The City of Thief River Falls will accept bids for the following described lime sludge removal, hauling and land application of the sludge.

The City reserves the right to hold the bid for a period of 45 days from the date the bid is to be returned. The City reserves the right to reject all bids and award the bid that is in the best interest of the City.

These specifications shall include the bid advertisement and the following.

All bids shall be sealed bids. Use the bid form at the end of this specification and provide all other information required.

Provide a bidders bond or cashiers check in the amount of five per cent (5%), of the bid.

Return the bid to:

City of Thief River Falls, 405 Third Street East, P.O. Box 528, Thief River Falls, Minnesota 56701

When: 2:00 PM CDT, July 18, 2016

Mark on exterior of envelope “Lime Sludge Bid".

Bidding Contacts:

Wayne Johnson, telephone is 218-689-8967 or 218-681-3809.

Bidder Qualifications:

1.Bidder shall provide to the owner copies of the MPCA Type 4 certification for the application of lime sludge.

2.Bidder shall have been in continuous business of sludge handling for the past five (5) years. Provide one references for each of the last three years of experience.

Insurance:

1.Successful bidder shall provide proof of insurance acceptable to the City. The City shall be listed as co-insured on the proof of insurance.

Performance Bond:

1.The successful bidder shall provide a performance bond to the City in the amount of the bid cost per gallon multiplied times 1,400,000 gallons as security for the Faithful performance a of the obligations under the specifications for the project. These bonds shall remain in effect at least until 60 days after the final payment becomes due, except as provided by Laws or Regulations. Bidder shall also furnish such other bonds as are required by the specifications.

2.All Bonds shall be in the form attached except as provided otherwise by Laws or Regulations, and shall be executed by such sureties as are named in the current list of "Companies Holding Certificates of Authority Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies" as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. All Bonds signed by an agent must be accompanied by a certificate copy of such agent's authority to act.

3.If the surety on any Bond furnished by Bidder is declaredbankrupt or becomes insolvent or its right to do business is terminated in any state where any part of the Project is located or it ceases to meet the requirements of paragraph 2 above, Bidder shall within 20 days thereafter substitute andother Bond and Surety, of which shall comply with the requirements of paragraph 2 above and paragraph 4 below..

4.All insurance and bonds shall be obtained from insurance and surety companies that are duly licensed to do business in Minnesota.

Scheduling work:

1. Work is to be scheduled with Wayne Johnson, Water Systems Superintendent, 218-689-8967.

2.Work shall not commence until the fields at the Airport are ready for application of lime as determined by the City.

Work site:

The contractor shall inspect the work site before providing a bid. Failure to inspect the work site may be grounds to reject the bid. Provide on the bid the date of the site visit.

Contact Wayne Johnson to arrange inspection of pond area and the fields at the Airport.

The Airport is a secured area. Wayne Johnson must arrange for access.

Quantity of Sludge:

1.The bid shall be on a cost per gallon hauled, as requested on the bid form, and applied to the land.

2.The maximum gallons hauled shall be 1,600,000 gallons. Approval to haul more than 1,600,000 gallons shall be in writing by the City.

Lime sludge pumping:

1. Contractor is responsible for removal of Lime Sludge from ponds approved by City.

2. The bidder, at the bidder's expense, is responsible for any leaks of pond water or sludge from the ponds, repairs to the dikes to include and is not limited to:

A.Immediately notify the owner of any leaks or damage to the pond dikes.

B.Work with the owner and MPCA as required to cleanup the spill.

C.Have equipment, apparatus and materials readily available to cleanup spilled pond water or sludge and repair of the dikes.

D. Cleanup any spills as directed by the owner.

E.The owner shall approve as complete the cleanup and repairs.

3.Provide all necessary piping and required apparatus to pump the sludge from the dredge to the tanker trucks used to haul the sludge.

Labor:

1.Provide all labor required to complete the work, to include gate keeper at airport site.

Hauling of Sludge

1.All sludge is to be transported from the sludge ponds to fields at the Thief River Falls Regional Airport. Sludge shall not be delivered to any other location.

2.Transport the sludge in an enclosed tanker trucks used for this purpose.

3.Tankers shall haul a minimum of 6,000 gallons per load and not to exceed load limits for roadways.

4.Supply all equipment required for a complete transport system.

5.All equipment repair and maintenance is the responsibility of the bidder.

6.Airport security shall be maintained at all times. Unlock and lock all gates as directed by City and Airport personnel.

7.The bidder shall provide to the owner a daily listing of the number of loads and gallons hauled.

8.The owner has the right to check loads for the gallons being hauled.

9.The bidder is responsible for following all road load limits.

Application of Lime Sludge

1.Apply the lime sludge to fields at the Thief River Falls Regional Airport as directed by City Personnel.

2.Apply the lime sludge in an agricultural high floatation sludge application in an even spread of sludge on the field.

3.Provide all necessary equipment, apparatus and labor for the application of the sludge.

4.Coordinate the work with Wayne Johnson and maintain the security of the airport at all times.

5.Provide a rubber tracked tractor to pull the applicator.

Bid shall include State Sales Tax.

Pond Location: Water Department

305 Pennington Ave

Thief River Falls, MN, 56701

Municipal Airport Location: Approximately 3 miles south of the water treatment plant on Pennington Avenue.

END OF SPECIFICATIONS
CITY OF THIEF RIVER FALLS

LIME SLUDGE REMOVAL,

HAULING AND LAND APPLICATION

BID FORM

Provide this bid form with the bid.

By submitting this bid, the bidder accepts the requirements of the specifications and shall provide the operating requirements, equipment, materials, and labor set forth in the bid specifications to complete all requirements of the bid.

Bid to include tax where applicable.

Bid amount per 1,000 gallons hauled: ______

Bidder understands limits of 1,600,000 gallons.  Yes  No.

Date of site visit: ______

Bid Bond provided  Yes  No

Performance Bond will be provided  Yes  No

Manufacture of dredge: ______

Model of dredge: ______

Number of Trucks to haul sludge: _____

Gallon capacity of each truck: ______

Is a fuel adjustment included  Yes  No, If yes the City will only pay for proof of fuel costs greater than $3.50 per gallon. Proof of purchase shall be provided.

If Yes list the adjustment: ______

If yes list the gallons of fuel estimated: ______

Manufacture and model of sludge application equipment: ______

______

Copy of the MPCA Type 4 Certification provide:  Yes  No

Bidders Name: ______

Address: ______

Signature of bidders representative: ______

Printed name: ______Phone number ______

Title: ______

Email address ______

Page 1