HomeMy WebLinkAbout11/15/1994, C-3 - AMENDMENT NO. 1 TO AGREEMENT WITH PIMA GRO SYSTEMS, INC. FOR WASTEWATER SLUDGE (BIOSOLIDS) MANAGEMENT AND DISPOSAL/RECLAMATION OF THE CITY'S BIOSOLIDS. pp I�I Luis
DATE:
VI ��II� IUUIu city Of sm Luis OBISPO November 15, 1994
of j COUNCIL AGENDA REPORT NUMBER _
FROM: John E. Moss Prepared By: David C. Hix
Utilities Dire Industrial Waste Coordinator
SUBJECT:
Amendment No. 1 to Agreement with Pima Gro Systems, Inc. for wastewater sludge
(biosolids) management and disposal/reclamation of the City's biosolids.
CAO RECOMNIENDATION:
By motion, amend the Agreement with Pima Gro Systems Inc. (contractor) for management
and disposal/reclamation of the City's biosolids for an additional year. Authorize Mayor to
execute amendment with contractor subject to the following terms:
a. Cost for services will be $27.75 per ton biosolids removed to a facility in Fresno or
Merced County and/or $19.50 per ton biosolids removed to a facility in San Luis
Obispo County when permitted.
b. Biosolids will be hauled and applied to permitted farmland(s) in compliance with
applicable rules and regulations.
C. Contract duration of one year.
DISCUSSION:
During the past two years the City has contracted with Pima Gro Systems Inc., to land apply
the Water Reclamation Facility's (WRF) biosolids. Pima Gro has hauled and land applied
approximately 6,000 tons of the City's biosolids over the past two years to permitted
agricultural land in Merced and Fresno Counties. The City's contract with Pima Gro has an
option for at least a one year extension.
One.element of Pima Gro's contract is to pursue a biosolids reclamation site in San Luis
Obispo County. The site would provide a savings of $8.25/ton and offers a more sensible
alternative to hauling out of the county. Last year Pima Gro submitted a permit application
to the California Regional Water Quality Control Board (CRWQCB), but several problems
with requirements have slowed permitting. Pima Gro is worldng expediently to attain a
permit in the County, but have been held up due to the CRWQCB's stringent permit
requirements.
C�3-�
city of San IDIS OBISPO
COUNCIL AGENDA REPORT
Btosolids Dis/Rec
October 24, 1994
Page 2
Pima Gro has provided the City with a high level of service and professionalism at a very
competitive price. Staff feels that Pima Gro is committed to obtaining a San Luis Obispo
County facility which will offer the best long term price for responsible biosolids
reclamation. Problems with the CRWQCB's requirements should be worked out in the
future and a San Luis Obispo County facility should be operating soon.
FISCAL EMPACT
The identified cost for biosolids disposal at 27.75/ton for 1994-95 is $137,000, adequate
funds have been budgeted and are available in the Water Reclamation Facility Budget.
Staff budgeted $137,000 for 1994-95 to have all annually generated biosolids and some
biosolids which have been stored from the past two years to be hauled. Because start-up
operations at the WRF have made estimating biosolids production difficult, staff feels that
some savings may be seen in the future because of more stable biosolids production and fine
tuned operations at the WRF. Additionally, as stated earlier, continued efforts with Pima
Gro and the CRWQCB should yield a local reuse site within the requested period of contract
extension and offer additional significant ongoing savings.
ALTERNATIVES
1. Solicit new bids. Staff does not recommend this alternative because Pima Gro has
provided competitive prices with excellent service. Staff does not believe that better
prices and/or service can be secured by soliciting new bids.
2. Land apply biosolids on City owned properties. Staff does not recommend this
alternative because lack of adequate acreage would only allow a small portion of the
City's biosolids to be applied. Land applying on City property would also require a
permit from the CRWQCB and include costs for the permit fee, hauling, application,
monitoring, laboratory analysis and reporting. Staff believes that it would cost more
to land apply on City property then to have Pima Gro haul the City's biosolids. All
these items are included in Pima Gro's contract. Land application to City owned
property is also contrary to instructions from Council in March, 1992, where staff
was directed to pursue other methods of disposal.
3. Co-composting with yard waste. Staff does not.recommend this alternative because
large amounts of additional staff time would be needed to implement a composting
program and currently the City lacks an appropriate site. Costs for a contractor to
operate a composting operation for the City are unknown but may be somewhat
C 3-oZ
city of San LUIS osIspo
AWirms COUNCIL AGENDA REPORT
Biosolids Dis/Rec
October 24, 1994
Page 3
higher. Currently the City of Santa Maria has hired a contractor to compost biosolids
from their Wastewater Treatment Plant at $29.00/ton. Additional costs for disposal
may also be encountered if the composted biosolids can not be given away or
effectively marketed.
Attachment: Amendment
Agreement
A copy of Pima Gro's proposal is available,in the Council Office for review.
X33
AMENDMENT NO. 1
AGREEMENT FOR SLUDGE MANAGEMENT AND DISPOSAL/REUSE SERVICES
BETWEEN CITY OF SAN LUIS OBISPO AND PIMA GRO SYSTEMS, INC.
THIS AMENDMENT NO. 1, entered into this day of November, 1994, by
and between the City of San Luis Obispo (herein referred to as CITY) and Pima Gro
Systems, Inc. (herein referred to as CONTRACTOR), provides for changes to the
CONTRACTOR Agreement dated November 30, 1992, as follows:
WITNESSETH
WHEREAS, CONTRACTOR was hired by the City to land apply the Water
Reclamation Facility's biosolids to agricultural land in Fresno and Merced Counties;
WHEREAS, CONTRACTOR is working expediently to attain a permit to obtain a
biosolids reclamation site in San Luis Obispo County providing a cost savings and alternative
to hauling out of the County through the California Regional Water Quality Control Board;
WHEREAS, CONTRACTOR has provided the City with a high level of service and
professionalism at a very competitive price;
NOW, THEREFORE, in consideration of their mutual covenants the parties hereto
agree as follows:
1. Cost for services will be $27.75 per ton biosolids removed to a facility in Fresno or Merced
County and/or$19.50 per ton biosolids removed to a facility in San Luis Obispo County when
permitted.
2. Biosolids will be hauled and applied to permitted farmland(s) in compliance with applicable
rules and regulations.
3. Contract duration of one year.
4. All other terms and conditions of the "Agreement for Sludge Management and Disposal/Reuse
Services" (A-84-92-CC), dated November 30, 1992 shall remain in full force and effect.
IN WITNESS WHEREOF, the parties hereto have executed this AMENDMENT on
the year and date first written above.
CITY OF SAN LUIS OBISPO PIMA GRO SYSTEMS, INC.
By:
ATTEST: Approved As to Form:
City Clerk Att ey
A-84-92—CC
_ AGREEMENT FOR SLUDGE MANAGEMENT
AND DISPOSALIREUSE 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.
i 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 sh1ill provide all services related
to transportation, disposal/reuse, permitting and monitoringof the City's wastewater sludge and
the site of application in accordance with all applicable Local, State and Federal requirements. The
following speck 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 Fau'l'ty, 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 hem 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 disposallreuse operations, and
shall provide the ON 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 '
A-84-92—CC
�3
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.
S. SLUDGE QUALITY
I 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.
S. 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 incurted 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 '
-3-1A
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
�-3-7
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.
t
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.
1
4
j4-
.3
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 754.7
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 30th day of November 1992.
errTITFITANnBISPO CONTRACTOR
City A ministrative Officer President
Pima Gro Systems.. Inc.
Att
D' ladwell, City Cle
5
C'-3-9
EXHIBIT 1
INSURANCE REQUIREMENTS FOR CONTRACTORS
Contractor shall prooure.and maintain for the duration of the contract insurance against claims for injuries to persons or
damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor,
his agents, represems•,ives, employees or subcontractors.
Minimum Scope of Insurance
Coverage shall be at least as broad as:
1. kisurance Services Office Commercial General Liability coverage (occurrence form CG 0001).
2 Insurance Services Office form number CA=1 (Ed. 1/67) covering Automobile Liability, Code 1 (any auto).
3. Workers'Compensation insurance as required by the State of California and Employer's Liability Insurance.
Knimum Limits of insurance
1 Contractor shall maintain limits no less than:
1. General UabTty. S1,=,000 per occurrence for bodily injury, personal injury and property damage. If
Commercial General Liability or other form with a general aggregate limit is used,either the general aggregate
limit shag apply separately to this projer../loca;ion or the general aggregate limit shall be twice the required
occurrence Emit
2 Automobile Liability! $1,000.000 per accident for bodily injury and property damage.
3. Employer's Uabilidy.1== per accident for bodily injury or disease.
Deductible and Ser-Insured Retentions
Any deductibles or ser-insured retentions must be declared to and approved by the City. At the option of the City, either.
the insurer shag reduce or eliminate such deductibles or ser-insured retentions as respects the City, its officers, officials,
employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations,
claim administration and defense expenses.
Other Insurance Provisions
The general liability and automobile Eabgfty policies are to contain, or be endorsed to contain, the following provisions:
1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects:
liability arising out of activities performed by or on behalf of the Contractor; products and completed operations
of the Contractor, premises owned, occupied or used by the Contractor, or automobiles owned, leased, hired or
borrowed by the Contractor. The coverage shag contain no special limitations on the scope of protection
afforded to the City, its officers, officials, employees, agents or volunteers.
2 For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects
the City, its officers, officials, employees, agents or volunteers. Any insurance or ser-insurance maintained by the
City, its officers, officials, employees, agoras or volunteers shag be excess of the Contractor's insurance and shag
not contribute with IL
3. Any failure to comply with reporting or other provisions of the policies, including breaches of warranties, shall not
affect Coverage provided to the City, its officers, officials,employees, agents or volunteers. ,
4. The Contractor's insurance shag apply separately to each Insured against whom claim is made or suit is brought,
except with respect to the limits of the insurer's fiabiThy.
S. Each insurance policy required by this clause shall be endorsed to state that coverage shag not be suspended,
voided, Cancelled by either party, reduced In coverage or in limits except after thirty (30) days prior written notice
by certified mail, return receipt requested, has been given to the City.
Aeceotabifrty of Insurers
Insurance is to be placed with insurers with a Current Ahf. best's rating of no less than AVIL
Verification of Coverage
Contractor shat)furnish the City with a certificate of Insurance showing required coverage. Original endorsements effecting
general liability and automobile liability coverage are also required by this Caluse. The endorsements are to be signed by a
person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the t
City before work Commences.
Subcontractors
Conti or shag include all subconuaetos as insured under its polices or shall furnish separate certificates and endorsements
for each subcontractor. All Coverages for subcontractors shall be subject to all of the requirements Stated herein.