HomeMy WebLinkAbout11/17/1992, 7 - WASTEWATER SLUDGE (BIOSOLIDS) MANAGEMENT AND DISPOSAL/RECLAMATION AGREEMENT WITH PIMA GRO SYSTEMS, INC. FROM REQUEST FOR PROPOSALS WW 92-08. IIIII�IbNI�IIIIIII�pflIlln1l MEETING DATE:
B UI City or san IS QBISpO November 17., 1992
COUNCIL AGENDA REPORT STEM NUMBER:
FROM: John E. Moss Prepared By: David C. Hix
Interim Utiliti9eirector Industrial Waste Coordinator
SUBJECT:
Wastewater Sludge (Biosolids) management and disposal/reclamation agreement with
Pima Gro Systems, Inc. from Request For Proposals WW 92-08.
CAO RECOMMENDATION:
By motion, approve agreement with Pima Gro Systems Inc. (contractor) for management and
disposal/reclamation of the City's biosolids. Authorize CAO to execute agreement with
contractor subject to submission of regulatory permits and materials. Agreement with
contractor subject to the following terms:
a. Cost for services will be $19.50 per ton biosolids removed to a facility in San Luis
County and/or $27.75 per ton biosolids removed to a facility in Merced County.
b. Biosolids will be hauled and applied to permitted farmland(s) in compliance with
applicable rules and regulations.
C. Contract duration of two years (with option for at least one additional year).
REPORT IN BRIEF:
In July 1990, proposals were sought for disposal/reclamation of approximately 7,000 cubic
yards of biosolids stockpiled at the City of San Luis Obispo's Water Reclamation Facility
(WRF). After negotiations with the California Regional Water Quality Control Board
(CRWQCB), a contract was approved by Council with Bio-Gro, Inc. and the stockpiled
biosolids were applied at a site in Buellton, California. Regulatory constraints imposed by
the CRWQCB would not allow the City to continue application of its biosolids at this site on
an on-going basis. Stockpiles of approximately 4,000 yards have again accumulated at the
WRF.
Council approved Request for Proposal for Operations Maintenance Services for Management
and Disposal/Reclamation of the City's biosolids and authorized staff to solicit bids on
August 18, 1992. Six proposals were received and the lowest responsible proposal was
submitted by Pima Gro Systems, Inc. with two options: 1) Use the stockpiled biosolids and
all future generated biosolids as a beneficial soil amendment on a large ranch located in the
northern part of San Luis Obispo County. This option is favored by staff.but requires
permitting by the CRWRCB; 2) Application of the biosolids at Pima Gro's currently
permitted facility in Merced County.
7%
�������►r�►i�l11111111p° 9111111 city of san t s oBispo
Hia; COUNCIL AGENDA REPORT
Biosolids Dis/Rec
November 17, 1992
Page 2
Pima Gro's proposal covers both the City's short and long-term disposal/reclamation needs
by beneficial reuse of the City's stockpiled biosolids and continued reuse of future generated
biosolids for a recommended period of two years. The two options provide the City with a
flexible biosolids reuse program should permitting or operational problems preclude the use
of either site.
Staff estimated approximately $150,000 would be required to remove existing stockpiles as
well as that being generated during the 1992-93 fiscal year. Funding for disposal/
reclamation of the biosolids has been identified in the 1991-93 Financial Plan and $150,000
approved funding is available in the 1992-93 Water Reclamation Facility Operating Program
Budget. Adequate funding is available to support the recommended disposal/reclamation
program.
DISCUSSION:
Over the past several years, the City has experienced significant difficulty in management
and disposal/reclamation of the sludge residuals (biosolids) from the wastewater treatment
process.
In July 1990, proposals were sought for disposal/reclamation of approximately 7,000 cubic
yards of biosolids stockpiled at the City's Water Reclamation Facility. After lengthy
negotiations with the California Regional Water Quality Control Board (CRWQCB), a
contract with Bio-Gro Inc. was approved by Council and the stockpiled biosolids were
applied as an agricultural soil amendment at the Gardner Ranch near Buellton, California in
May 1991 at a cost of $250,000 or $34.50 per yard. Staff was attempting at that time to
negotiate a long term contract for disposal/reclamation of the biosolids, however regulatory
constraints imposed by the CRWQCB would not allow the City to continue application of its
biosolids on the Gardner Ranch on an on-going.basis.
Staff's next course of action was to attempt to identify a lower cost, local solution to the
City's problem with biosolids. A conceptual program for composting the biosolids with
wood chips generated by the City Parks Division and agricultural land application to City
owned properties located adjacent to the Water Reclamation Facility and Laguna Lake Park
was brought before Council on March 24, 1992. This program wasrejected by Council as it
was not consistent with Council direction regarding the aesthetics of the southerly entrance to
the City. Additionally, sufficient space does not exist for exclusive land application to these
proposed sites. Staff was directed by Council to pursue negotiations with local area
landowners and Cal Poly in an effort to establish a local agricultural land application
program. Staff has made extensive efforts in this regard and to date has been unsuccessful in
�����►�►►►�IIIIIIIIIII°�"'9@III city of San ' is OBISPO
NiiN COUNCIL AGENDA REPORT
Biosolids Dis/Rec
November 17, 1992
Page 3
locating a willing landowner. Several contacts have been made with Cal Poly and there
seems to be very little interest in participating in a biosolids reclamation program with the
City.
The stockpiles at the City's Water Reclamation Facility (WRF) have again accumulated to a
point where removal is critical. It is estimated there is 4,000 cubic yards of biosolids
currently stockpiled at the WRF in addition to the 2,000 cubic yards produced each year.
With all other options being nearly exhausted or proceeding at a pace which is inconsistent
with current needs, staff requested Council approval to request proposals from qualified
firms for management and disposal/reclamation of the City's Biosolids (WW 92-08). The
RFP was advertised on August 22 and opened on September 24, 1992. Six firms submitted
proposals, below is a brief overview of the firms proposals and their respective costs for
management and disposal of the City's biosolids.
1. Pima Gro Systems, Inc. - Proposed beneficial reuse through land application on
farmlands) in Northern San Luis Obispo County or Merced County. Cost: $19.50
per ton in Northern .San Luis Obispo County and/or $27.75 per ton in Merced
County.
I
2. San Joaquin Composting, Inc. - Proposed beneficial reuse through composting the
City's Biosolids at their Kern County Facility. Cost: $36.00 per ton.
3. Residuals Processing, Inc. - Proposed beneficial reuse through land application,
composting with various wastes and a back-up disposal option of landfilling at
Chicago Grade Landfill. This proposal provides no operational proposal for compost
disposal and/or marketing. Cost: $56.03 per cubic yard for land application and
composting and $35.10 per cubic yard for landfill disposal.*
4. Bio Gro Systems, Inc. - Proposed beneficial reuse through land application on
farmland(s) in Northern San Luis Obispo County. Cost $29.80 per cubic yard.*
5. Earth Renewal Organic Composting Systems. - Proposed beneficial reuse using on-
site, in-vessel composting. This proposal would be based at the City's Water
Reclamation Facility and offers no disposal or marketing plan for the compost. Cost:
no cost estimate provided with proposal.
6. Gardner Ranch. - Proposed beneficial reuse through land application on farmland in
Central Santa Barbara County. Cost: $28.00 per cubic yard.*
7
����,��►►►IUIIIIIIIIIP► ll�lll city Of San t_1 S OBI SPO
COUNCIL AGENDA REPORT
Biosolids Dis/Rec
November 17, 1992
Page 4
* One cubic yard of the City's biosolids is approximately 85% of a ton.
PROPOSED RECLAMATION PLAN
The lowest responsible proposal was submitted by Pima Gro Systems, Inc. with two options.
The first option is to use the stockpiled biosolids and all future generated biosolids as a
beneficial soil amendment on a large ranch located in the Northern part of San Luis Obispo
County. The biosolids application will serve to enhance the agricultural productivity of the
site by improving the soil fertility, water holding capacity and micronutrient requirements of .
the soil. This is considered a beneficial use.
Pima Gro Systems is currently working with the Regional Water Quality Control Board
(CRWQCB) and the County to secure the proper permits for land application of the biosolids
on farmland in Northern San Luis Obispo County. CRWQCB staff favors and supports an
ongoing.management plan for the City's Biosolids, like Pima Gro's, and have implied that a
temporary permit or exemption may be granted to allow rapid application of the City's
stockpiled biosolids pending a full permit. City staff will attend the CRWQCB November
13, 1992 meeting to seek a temporary permit exemption for disposal/reclamation of the
City's stockpiled Biosolids. Long term permits should be obtained by Pima Gro by April of
1993 pending CRWQCB staff review and Board approval. When permitted the Northern San
Luis Obispo County operation will meet all Federal, State and Local rules and regulations for
beneficial use of biosolids. Pima Gro Systems has managed a similar operation since 1990 in
Merced County under a permit from the Central Valley Regional Water Quality Control
Board and has been land applying biosolids in Southern California and Arizona since 1988
and 1983 respectively.
The second option is similar to the Northern San Luis Obispo option but the application of
biosolids would occur at Pima Gro's currently permitted facility in Merced County. Hauling
of stockpiled and generated biosolids could commence immediately to this facility if Pima
Gro has difficulty obtaining an exemption and/or permit for the San Luis Obispo facility.
This option offers the City a prompt method of disposal/reclamation for its stockpiled
biosolids if required permits cannot be properly granted by the CRWQCB. Operations at the
Water Reclamation Facility may be negatively impacted due to lack of storage space and off-
site migration of the biosolids may occur with heavy winter rains.
Pima Gro's proposal covers both the City's short and long-term disposallreclamation needs
by beneficial reuse of the City's stockpiled biosolids and continued reuse of future generated
biosolids for two years. Staff feels that this proposal will provide the City with the most cost
effective and responsible beneficial use for the City's stockpiled and generated biosolids.
7-4�1
�,�H�►�ui�IIIIIII�p�l II81Il city Of San ' 'I s OBI SPO
COUNCIL AGENDA REPORT
Biosolids Dis/Rec
November 17, 1992
Page 5
Staff is recommending that Council approve the agreement with Pima Gro with the San Luis
Obispo County option being primary choice and allowing staff to proceed with the Merced
County option if the required permits cannot be obtained from the CRWQCB for removal of
the existing stockpiles prior to the winter rains.
FISCAL IMPACT
The estimated cost for this project is detailed below:
i
SHORT TERM (Stockpiled)
Cost per ton $ 19.50
Currently stockpiled (tons) 3,400
Cost without contingencies $66,300
Contingencies @ 10% $6.630
TOTAL COST FOR SAN LUIS COUNTY OPTION $ 72,930
Cost per ton $27.75
Currently stockpiled (tons) 3.400
Cost without contingencies $94,350
Contingencies @ 10% $9,435
TOTAL COST FOR MERCED COUNTY OPTION $103,785
LONG TERM (Generation)
Cost per ton $ 19.50
Annual generation of biosolids (tons) 1.700
Cost without contingency $33,150
Contingencies @ 10% $ 3,315
ANNUAL COST FOR SAN LUIS OBISPO OPTION $ 36,465
Cost per ton $ 27.75
Annual generation of biosolids (tons) 1.700
Cost without contingency $477175
Contingencies @ 10% $ 4,717
ANNUAL COST FOR MERCED COUNTY OPTION $ 51,892
�I�� ��►i�illllll�i° ����U City of San t"_,S OBISpo
COUNCIL AGENDA REPORT
Biosolids Dis/Rec
November 17, 1992
Page 6
Staff estimated that approximately $150,000 would be required to remove existing stockpiles
as well as that being generated during the 1992-93 fiscal year. Assuming a worse case
scenario of both the stockpiled and generated (short and long-term) biosolids being hauled to
Pima Gro's Merced County site, the 1992-93 cost would be $141,525 excluding contingency.
Funding for disposal/reclamation of the biosolids has been identified in the 1991-93 Financial
Plan, and $150,000 approved funding is available in the 1992-93 Water Reclamation Facility
Operating Program Budget (052-5071-008-110). Adequate funding is available to support
this disposal/reclamation program.
ALTERNATIVES
1. Select another proposal. Staff does not recommend this alternative as some of the
other proposals do not adequately address disposal of composted products, have not
submitted a cost estimate and/or have higher costs.
I
2. Take no action. Staff does not recommend this alternative because.lack of storage
sites for accumulating biosolids may hinder efficient operation of the Water
Reclamation Facility. Biosolids may also pose a threat to environmental and water
quality should heavy rains occur this winter and cause off-site migration of the
biosolids.
Staff is continuing to pursue other options for long-term disposal/reclamation of the City's
biosolids, however these options do not address the immediate need of the City to remove the
existing stockpiles from the Water Reclamation facility. Co-composting with yard waste is j
being reviewed with the City's Solid Waste Program and may be done in the
future on a regional basis with the County. In any event, staff feels the cost provided with
the recommended proposal would be far lower than the capital and operating costs of a co-
composting program. Additionally, development of a co-composting program would take at
least two (2) years to develop, implement and construct. Therefore staff recommends the
Council approve the agreement with Pima Gro for a period of two years with an option for at
least one additional year.
Attachment: Agreement
A copy of Pima Gro's proposal is available in the Council Office for review.
7-4
AGREEMENT FOR SLUDGE MANAGEMENT
AND DISPOSAL/REUSE SERVICES
This agreement is made between:
The City of San Luis Obispo hereinafter referred to as the "City
AND
PIMA GRO SYSTEMS, INC. registered to do business in the State of
California, hereinafter referred to as "Contractor".
The Contractor agrees to provide sludge management and disposal/reuse services for the City of
San Luis Obispo's Water Reclamation Facility located in the City of San Luis Obispo, California.
The City is currently stockpiling sludge at it's Water Reclamation Facility.
The intent of this agreement is for the contractor to provide an absolutely reliable and continuous
sludge removal service during the agreement term. The contractor shall provide all services related
to transportation, disposal/reuse, permitting and monitoring of the City's wastewater sludge and
the site of application in accordance with all applicable Local, State and Federal requirements. The
following specific items are a part of the agreement.
1. SLUDGE VOLUME
A. Contractor agrees to accept and remove the entire quantity of sludge currently
stockpiled at the City's Water Reclamation Facility, approximately 4,000 cubic
yards.
B. Contractor agrees to haul up to 100 percent of the sludge being generated by the
City's facility, approximately 1,500 cubic yards per year.
These quantities are approximations only, based on anaerobically digested sludge
dewatered to 50% total solids.
2. PERMITS
The Contractor agrees to provide the City with copies of all required approved regulatory
permits for hauling and disposal/reuse of the entire quantity of sludge as specified in item 1
above. The contractor agrees to pay all fees associated with permitting.
3. MONITORING AND REPORTING
The Contractor agrees to provide all required monitoring and reporting imposed by all
regulatory agencies having jurisdiction over the Contractor's disposal/reuse operations, and
shall provide the City with copies of all reports involving the City's sludge. In addition the
contractor agrees to provide the City with a document for each load of sludge received
from the City which is to include the date, time, driver, destination and estimated load
volume. The estimated load volume shall be signed by a City representative prior to
removing the load from the City's facility.
1
—7'
4. ENVIRONMENTAL
The Contractor agrees to provide all necessary capital improvements and operating
expenses needed at the disposal/reuse site, to protect surface and groundwaters and the air
resources environment per the requirements of the responsible regulatory agencies. The
Contractor also agrees to design and operate the hauling and disposal/reuse program for the
City's sludge in full compliance with all Federal, State and Local environmental
requirements. The Contractor shall provide covers for the trailers to prevent any loss of
sludge while being transported from the Water Reclamation Facility to the final point of
application.
5. SLUDGE QUALITY
The City shall be responsible for providing a sludge of quality acceptable by the California
Department of Health Services as a non-hazardous material. In the event that, for any
reason, the material supplied by the City is not acceptable under State and Federal
guidelines, the City will stockpile that sludge which is not acceptable at its Water
Reclamation facility and shall be responsible for the classification of the waste and its
subsequent disposal.
The City shall be responsible for providing periodic testing of the sludge in accordance with
the provisions of the City's NPDES Permit No. CA0049224. The current requirement for
sludge monitoring is once annually. In addition, the City performs periodic process control
and quality analyses on the sludge treatment process and sludge for internal use. The City
shall maintain and make available to the Contractor all documentation related to sludge
quality and treatment process for the sludge to be hauled by the Contractor.
6. SLUDGE LOADING
A. The contractor shall provide sufficient trailers, loaders and equipment operators to
remove the currently stockpiled sludge within a 6 month time frame. Contractor
will be responsible for loading all sludge currently stockpiled at the Water
Reclamation Facility.
B. The contractor shall provide sufficient trailers, loaders and equipment operators to
remove the sludge being continuously generated at least quarterly.
7. LOAD WEIGHT
The Contractor shall be responsible for insuring that each trailer is loaded to the proper
weight for hauling the sludge. The contractor shall be responsible for periodically checking
the load weight and shall be responsible for and pay any and all expenses incurred due to
an overloaded trailer and all traffic violations incurred as a result of hauling operations.
8. SCHEDULE
The Contractor will provide a sufficient number of trailers and a pickup frequency sufficient
to handle the sludge volume at all times. The Contractor shall develop a mutually agreeable
schedule based on accommodating the City's sludge production schedule and the
requirements of the Contractor's disposal/reuse.site and haul routes.
2
7-8
9. LICENSING
The Contractor shall be responsible for insuring that all equipment utilized in connection
with this contract shall be fully licensed to operate in the State of California and all public
highway drivers and operators of such equipment shall be fully licensed by the State of
California Department of Motor Vehicles.
10. INSURANCE
The Contractor shall secure and maintain in force throughout the duration of the contract all
insurance as required, and shall also provide all endorsements of such insurance as
identified in the attached Exhibit 1.
11. PROJECT START-UP
The Contractor shall begin hauling sludge to the proposed discharge area within 30 days
following notice to proceed.
12. SITE INSPECTION
The Contractor shall provide access to the disposal/reuse site to City representatives upon
request of the City.
13. INCLEMENT WEATHER
There may be times during the year due to inclement weather where it will be impossible to
load the trailers or haul sludge. The Contractor and the City shall mutually modify the haul
schedule to make up for lost sludge removal time and avoid excessive stockpiling of sludge
on City properties.
14. DISPOSAL SITE AND OPERATIONS
The Contractor shall provide sufficient facilities (land) to accommodate 150 percent of the
total anticipated amount of the sludge to be disposed/reclaimed during the contract period.
The Contractor shall also be responsible for furnishing all equipment, labor and materials
required for the Contractor's disposal/reuse operations.
15. AGREEMENT TERM
Two years from the date of execution of the agreement (with option for at least one
additional year).
16. PAYMENT
The Contractor shall be paid by the City for completed work and services rendered under
this agreement as follows:
a. Payment shall be made on a basis of $19.50 per ton of sludge hauled from
the City's facility to Pima Gro's San Luis Obispo County site and $27.75 per
ton of sludge hauled to Pima Gro's Merced County site.
3
b. The Contractor may submit vouchers to the City once per month during the
progress of the work. Such vouchers will be checked by the City and upon
approval thereof, payment will be made to the Contractor in the amount
approved.
C. Final payment of any balance due the Contractor of the total contract price
earned will be made promptly by the City upon its ascertainment and
verification by the City after the completion of the work under this
agreement and its acceptance by the City.
d. Payment as provided in this section shall be full compensation for work
performed, services rendered and for all materials, supplies, equipment and
incidentals necessary to complete the work.
e. The Contractor's records and accounts pertaining to this agreement are to
be kept available for inspection by representatives of the City and State for
a period of three (3) years after final payments. Copies shall be made
available upon request.
f. The San Luis Obispo County site is the primary site - removal of biosolids to
the Merced County site shall be on approval of the Utilities Director.
17. COMPLIANCE WITH LAWS
The Contractor shall, in performing the services contemplated by this agreement, faithfully
observe and comply with all Federal, State, and local laws, ordinances and regulations
applicable to the services to be rendered under this agreement.
18. INDEMNIFICATION
Contractor agrees to defend, indemnify, protect and hold City and its agents, officers and
employees harmless from and against any and all claims asserted or liability established for
damages or injuries to any person or property, including injury to Contractor's employees,
agents or officers which arise from or are connected with or are caused or claimed to be
caused by the acts or omissions of Contractor, and its agents, officers or employees, in
performing the work or services herein, and all expenses of investigating and defending
against same; provided, however, that Contractor's duty to indemnify and hold harmless
shall not include any claims or liability arising from the established sole negligence or willful
misconduct of the City, its agents, officers or employees.
19. DISCRIMINATION PROHIBITED
The Contractor, with regard to the work performed by it under this agreement, will not
discriminate on the grounds of race, color, national origin, religion, creed, age, sex, or the
presence of any physical or sensory handicap in the selection and retention of employees or
procurement of materials or supplies.
20. ASSIGNMENT
The Contractor shall not sublet or assign any of the services covered by this agreement
without the express written consent of the City.
4
�D
21. NON-WAIVER
Waiver by the City of any provision of this agreement or any time limitation provided for in
this agreement shall not constitute a waiver of any other provision.
22. TERMINATION
a. The City reserves the right to terminate this agreement at any time by giving ten
(10) days written notice to the contractor.
b. In the event of the death of a member, partner or officer of the contractor, or any
of its supervisory personnel assigned to the project, the surviving members of the
contractor hereby agree to complete the work under the terms of this agreement, if
requested to do so by the City. This section shall not be a bar to renegotiations of
this agreement between the surviving members of the contractor and the City, if
the City so chooses.
23. NOTICES
Notices to the City of San Luis Obispo shall be sent to the following address:
City of San Luis Obispo
Utilities Department
955 Morro Street
San Luis Obispo, CA 93401
Notices to the contractor shall be sent to the following address:
Pima Gro Systems, Inc.
P.O. Box 7547
Redlands, CA 92375-0547
24. INTEGRATED AGREEMENT
This agreement together with attachments or addenda, represents the entire and integrated
agreement between the City and the contractor and supersedes all prior negotiations,
representations, or agreements written or oral. However, the proposal submitted by the
contractor and related documents establish the background and framework in which the
contract was prepared and do set forth the expectations of each party to the contract.
This agreement may be amended only by written instrument signed by both the City and
Contractor. • .
DATED this day of 1992.
CITY OF SAN LUIS OBISPO CONTRACTOR
City Administrative Officer
Attest:
Diane Gladwell, City Clerk
5