DISPOSAL OF BIOSOLIDS

Agency: City of Saginaw
State: Michigan
Type of Government: State & Local
NAICS Category:
  • 562111 - Solid Waste Collection
  • 562998 - All Other Miscellaneous Waste Management Services
Posted Date: Mar 19, 2025
Due Date: Apr 8, 2025
Solicitation No: P2055-25
Original Source: Please Login to View Page
Contact information: Please Login to View Page
Bid Documents: Please Login to View Page
Bid Number: P2055-25
Bid Title: DISPOSAL OF BIOSOLIDS
Category: General Bids
Status: Open
Description:

The City of Saginaw is soliciting Sealed Bid Proposals for the Disposal of Lime Stabilized Biosolids with specifications as shown in bid document. Bids must be received in the Purchasing Office prior to 3:00 PM on the due date to be considered.

The City reserves the right to split said bid to our best benefit.

Publication Date/Time:
3/19/2025 12:00 AM
Closing Date/Time:
4/8/2025 3:00 PM
Related Documents:

Attachment Preview

DATE: MARCH 19, 2025
REQUEST FOR SEALED BID PROPOSAL
CITY OF SAGINAW- CITY HALL
PURCHASING OFFICE
1315 S. WASHINGTON AVENUE, ROOM #105
SAGINAW, MICHIGAN 48601
PHONE: (989) 759-1430
SEALED BID: #P2055-25
TITLE: DISPOSAL OF BIOSOLIDS
DUE BY: APRIL 8, 2025, AT 3:00 PM
The City of Saginaw is soliciting Sealed Bid Proposals for the Disposal of Lime Stabilized Biosolids with
specifications as shown in bid document. Bids must be received in the Purchasing Office prior to 3:00 PM on
the due date to be considered.
The City reserves the right to split said bid to our best benefit.
-------------------------------------------------------------------------------------------------------------------------------------------------------
The City of Saginaw does not accept sealed bid proposals via fax or email. Bid documents are available for
download on the City of Saginaw’s web site, www.saginaw-mi.com, under the ‘Find A Bid’ tab.
‘All or None’ means bidders are required to submit pricing for all years and/or all items requested. Any
proposal submitted that does not meet this requirement may be disqualified. If said bid is not listed as ‘All or
None’, the City reserves the right to split said bid to our best benefit.
‘No Substitutions’ means bidders are required to submit pricing for goods/materials as noted in specifications.
If the bid does not include no substitutions language, the respective bidder can submit pricing for a substitution
and/or alternate. You must identify the brand, model, part number, etc., method or process. Bidders may
include supporting documents. The City reserves the right to determine equivalent.
Page 1 of 10
SPECIFICATIONS:
The City of Saginaw hereby solicits bids for Land Application and all associated services required for disposal of
up to 20 million gallons of lime stabilized biosolids.
NOTE: See bid bond requirements listed under ‘FORM OF BIDS’, item g.
OVERALL MANAGEMENT: Contractor shall provide the necessary management services relative to the United
States Environmental Protection Agency (USEPA) guidance for 40 CFR Part 503, the Michigan Department of
Environmental Quality (EGLE) guidance for Part 24 regulations specific requirements for biosolids containing
PFAS, including adherence to concentration thresholds and additional actions if thresholds are exceeded, and
any approved Residuals Management Plant (City’s and Contractor’s), which outlines the guidelines and
procedures for the proper removal, transportation, and land application of biosolids from Contractor.
QUALIFICATIONS: Contractor shall have a minimum of three (3) years’ experience with biosolids management.
Contractor shall provide evidence of experience with the bid. The City shall determine the acceptability of the
experience.
ACCEPTANCE OF BIOSOLIDS: Contractor shall accept from City stabilized biosolids that are suitable for
beneficial use in a land application program and meets the minimum requirements of a Process to Significantly
Reduce Pathogens (PSRP) as determined by the regulations and guidelines of the EGLE or other federal, state,
or local regulatory agency. Contractor shall dedicate adequate equipment to remove biosolids at a rate
necessary to prevent excessive accumulation of solids at the facility and shall provide with the bid a proposed list
of available equipment to be used on the City’s job site. Contractor shall remove biosolids from the facility so
long as all of the following conditions are in place:
1. City authorizes
2. Road conditions allow
3. Township regulations allow
4. Weather conditions permit
5. Soil and cropping conditions allow
Contractor shall remove and land apply at least five (5) million gallons of biosolids between January 1st and June
1st of each year. The remaining biosolids shall be removed and land applied by December 31st of each year
unless otherwise agreed upon by the City of Saginaw.
BIOSOLIDS MIXING, PREPERATION AND CLEANOUT: Contractor shall ensure biosolids are mixed prior to
hauling to ensure concentrations are constant throughout process. Contractor shall suspend hauling if biosolids
concentrations fall below 3%, unless directed to continue by City of Saginaw representatives. Contractor shall, at
City of Saginaw’s request, provide adequate cleanout of storage tank cells to provide access for structural
assessment by a third-party engineering firm.
BIOSOLIDS LOADING AND TRANSPORT: Contractor shall efficiently and safely load biosolids into
Contractor’s transport vehicles and transport the biosolids to approved application site in compliance with all
applicable transportation regulations.
SUBCONTRACTORS: If Contractor utilizes the services of subcontractors (such as drivers for tractor/trailers),
each subcontractor and its employees shall be trained on and oriented to the City’s job site prior to
commencement of the work. The City will provide the Wastewater Treatment Plant orientation, but this training
and orientation shall be at the Contractor’s expense.
Page 2 of 10
DETERMINATION OF GALLONS REMOVED: The tankers utilized for the transportation of Contractor’s
biosolids shall be sealed watertight tankers of a minimum of 8,000-gallon capacity legally loaded. Contractor
shall provide to City a load sheet which details the following: date of removal, time truck left facility, truck
number, and driver name, gallons of biosolids loaded on the vehicle, farmer name and approved field
identification number.
LAND APPLICATION OF BIOSOLIDS: Contractor shall provide labor and equipment to properly apply the
biosolids to acceptable application sites at agronomic rates as outlined in the EGLE approved RMP. Contractor
shall be responsible for meeting vector attraction reduction requirements through injection as defined in 40 CFR
Part 503 and Part 24 regulations. Biosolids will be subsurface injected using a Terra Gator 2505 liquid applicator,
or equivalent, with a pressure/vacuum application system.
AGRONOMIC SERVICES: Contractor shall provide management services that include locating and EGLE
permitting of suitable farmland for the exclusive use of City’s biosolids. Contractor shall utilize a staff professional
to oversee all soil sampling, analyses, and biosolids applications. Contractor shall submit staff professional
experience and credentials with the bid. Application sites shall meet the requirements for land application sites
as determined by the EGLE. A copy of the Contractor’s approved EGLE Residuals Management Plan (RMP)
shall be on file with the City. Proposed farmland application sites shall be properly documented as specified in
the EGLE approved RMP, and at a minimum shall be documented with the following:
1. City approved landowner agreement form
2. Soil analysis and fertilizer recommendations for proposed crop
3. Field Application Form outlining proposed application rate
4. Plat map indicating location and ownership of property
5. ASCS map indication application area
6. Soil survey map indicating soil types, slope, and drainage class
7. Other relative biosolids analyses, soil analyses, or cropping information
MONTLY REPORTS: Contractor shall complete all required EGLE documentation as stated in the approved
EGLE RMP. These records shall be maintained for the specified time period by Contractor and shall be provided
to the City on a monthly basis. Reports shall be submitted to City by the last day of each month for biosolids land
applied during the previous month. Any mistakes, errors, or deviations resulting in formal or information EGLE
compliance action shall be fully documented, described, and explained in the reports. Contractor shall submit a
detailed explanation of how the required reporting was accomplished, along with copies of example compliance
documentation with the bid.
ANNUAL REPORTS: Contractor shall provide all necessary current and cumulative application and analytical
information to City, and such other information as will reasonably allow City to fulfill its record keeping and
reporting requirements under applicable legal requirements. Contractor will prepare the Annual Biosolids Land
Application report no later than October 15th of each year, or 15 days prior to the due date if the date should
change during the life of the contract.
LABORATORY ANALYSES: Contractor shall sample each Storage Cell before removing Biosolids for Land
Application. Samples will be taken from each of six (6) pump-out hatches and composited. Contractor shall
perform required analyses on each composite sample, during the months that application is carried out, for total
metals and plant nutrient constituents as required in EGLE regulations. Additionally Fecal Coliform and PCB
sampling is required. The Contractor shall split each composite sample with the City at City’s discretion.
Contractor shall be responsible for all routine soil fertility analyses associated with land application of City’s
biosolids during the term of the agreement. All samples, sampling protocols, chains of custody, etc., associated
with this activity shall be approved by City.
Page 3 of 10
REVIEW OF OPERATIONS: The City and the EGLE shall, at their discretion, inspect all proposed or approved
land application sites used for disposition of City’s biosolids and allow City to monitor daily operations with
respect to the disposition of City’s biosolids.
EMERGENCY RESPONSE: In the event of a spill or regulatory problem involving City’s biosolids, Contractor
shall promptly notify City. In the event that such events are attributed to Contractor, Contractor shall provide for
the prompt clean-up of any spill from contractor equipment or shall reimburse City for any costs of cleaning up
spills which, at City option, are cleaned up by City. Contractor shall submit for City approval a spill prevention
plan and an emergency response plan. Each plan will address the respective topics as they pertain to the
hauling and disposition of City of Saginaw biosolids.
INSURANCE: The successful bidder shall carry the following insurance with a carrier authorized to do such
business in the State of Michigan and prior to commencing any work shall provide the City of Saginaw proof of
said insurance and include the City of Saginaw as an additional named insured.
COVERAGE:
1. Worker’s Compensation
Employer’s Liability -
2. Comprehensive General Liability
Each Occurrence -
Aggregate -
3. Comprehensive Automobile Liability Combined
Single Unit Including Pollution -
4. Umbrella or Excess Liability -
5. Contractor’s Pollution Legal Liability -
Insurance and Errors and Omissions
(Professional)
Statutory
$ 1,000,000
$ 1,000,000
$ 2,000,000
$ 1,000,000
$ 5,000,000
$10,000,000
PROFESSIONAL ASSOCIATION: Contractor agrees to join, or renew its membership in, the Water
Environment Federation for the life of the contract. It is recommended that the Contractor participate in the WEF
Member Association for Michigan (the Michigan Water Environment Association) to the fullest extent possible.
PERFORMANCE BOND: Contractor agrees to carry and keep in full force a performance bond that will pay the
City the difference between the price set by contract and the price the City is forced to pay in the event of the
Contractor’s failure to perform. The performance bond should cover the Contractor for not less than $75,000.
VEHICLE AND EQUIPMENT STORAGE: The Contractor may park or store hauling-related equipment or
vehicles with prior approval of the City only. Under no circumstances should the Contractor expect that
arrangements could be made for the life of the contract.
EMPLOYEE IDENTIFICATION: The Contractor will supply photo identification badges to be worn by employees
(or subcontractors, if allowed) while on City premises and application sites at all times.
AWARD OF BID AND COMMENCEMENT OF WORK: The bid will be awarded within approximately 30 days of
bid opening date. The successful bidder shall enter into a contract for the hauling and application of the liquid
sludge within ten (10) days of the award of the bid. The successful bidder shall be able to commence the hauling
and application of the liquid sludge in accordance with the specifications on July 01, 2025 and shall have
obtained and furnished the City copies of all necessary approvals and permits by said date.
BID UNITS: Total cost of loading, hauling, land application, soil and Biosolids analysis and administration of the
Land Application program will be bid as both a price per gallon.
Page 4 of 10
RESPONSE TIME AND PAYMENT: Payment for hauling the requested material shall be once a month for all
loads hauled during the month.
CANCELLATION CLAUSE: The City reserves the right to terminate this contract if vendor fails to perform
according to specifications. Either party shall have the right to cancel with a thirty (30) day written notice.
YEAR 1 COST: FY26 (7/1/25 – 6/30/26)
ITEM
GALLONS DESCRIPTION
1)
Up to 20 M LIME STABILIZED BIOSOLIDS
COST/GAL
$__________
YEAR 2 COST: FY27 (7/1/26 – 6/30/27)
ITEM
GALLONS DESCRIPTION
1)
Up to 20 M LIME STABILIZED BIOSOLIDS
COST/GAL
$__________
TOTAL COST
$__________
TOTAL COST
$__________
YEAR 3 COST: FY28 (7/1/27 – 6/30/28)
ITEM
GALLONS DESCRIPTION
1)
Up to 20 M LIME STABILIZED BIOSOLIDS
COST/GAL
$__________
TOTAL COST
$__________
TOTAL PURCHASE COST FOR ALL 3 YEARS $__________
FOB: CITY OF SAGINAW
2406 VETERANS MEMORIAL PKWY
SAGINAW, MI 48601
PAYMENT TERMS: _________________
DELIVERY LEAD TIME: _________________
Page 5 of 10
This page summarizes the opportunity, including an overview and a preview of the attached documents.
* Disclaimer: This website provides information about bids, requests for proposals (RFPs), or requests for qualifications (RFQs) for convenience only and does not serve as an official public notice. Individuals who wish to respond to or inquire about bids, RFPs, or RFQs should contact the relevant government department directly.

Sign-up for a Free Trial, Government Bid Alerts

With Free Trial, you can:

You will have a full access to bids, website, and receive daily bid report via email and web.

Try One Week FREE Now

See Also

Description: BECC Building Carpeting Removal and Installation Department: Brighton Area Schools Buyer: David

State of Michigan

Bid Due: 5/07/2025

Solicitation: 185689 Title: DSS#2 Janitorial/Custodial Services for the Department of Transportation Solicitation Type:

City of Detroit

Bid Due: 5/02/2025

West Bloomfield Curbside, Trash, Yard Waste, and Recycling Collection and Disposal Program -

West Bloomfield charter township

Bid Due: 5/13/2025

Solicitation Title Solicitation Type Status Posting Date Open Date Close Date Details 184795

City of Detroit

Bid Due: 6/15/2029