HomeMy WebLinkAbout09/18/1990, C-6 - AGENDA ITEM C-6 - ""WASTEWATER SLUDGE DISPOSAL/RECLAMATION PROJECT""" ��III�IIIIIIIIIIIIIIIIIII���� �IIIlllll
� city. 0 Sal'1 l�l1S OBISPO
990 Palm Street/Post Office Box 8100 • San Luis Obispo, CA 93403-8100
September 18, 1990
MEMORANDUM
TO: City Council
FROM: Pam Voges
SUBJ: Agenda Item C-6 - "Wastewater Sludge Disposal/Reclamation
Prosect"
Staff has requested that Item C-6 on tonight's agenda, an award of
contract for Wastewater Sludge Disposal/Reclamation services, be
pulled from tonight's agenda due to amendments still being made to
the contract.
PV:klc
c: John Dunn
` Jeff Jorgensen ,
Ken Hampian
Bill Hetland
O Telegram-Tribune
File
�I,li nll 'i MEETING DATE:
Al city of San LaIS OBISpo - Se t. 18. 1990
WOMP COUNCIL AGENDA REPORT ITEM NU
FROM: William T. Hetland �ti� Prepared By: John E. Moss
Utilities Director Wastewater Division Manager
SUBJECT:
Wastewater Sludge Disposal/Reclamation Agreement with Biosystems
Management International, Specification No. 90-41, Agreement
No. A-110-90-CA.
CAO RECOMMENDATION:
By motion, approve and authorize the Mayor to execute an
agreement with Biosystems Management International for
Disposal/Reclamation of the City's stockpiled wastewater sludge
subject to the following terms:
a. Cost for the services will be $14.50 per cubic yard of
sludge removed.
b. Completion of the project not to exceed six (6) months
from notice to proceed.
DISCUSSION:
BACKGROUND
In October 1987, the City's wastewater sludge was found to
contain elevated levels of soluble lead. The sludge was then
automatically classified as hazardous waste and such could no ►
longer be disposed of at other than a hazardous waste disposal
landfill (class 1 landfill) . Staff immediately began negotiation
with the appropriate regulatory agencies in an attempt to
declassify the sludge.
On February 23, 1990 the City received a nonhazardous
classification of the sludge from the State Department of Health
Services (DHS) . This opened the door for disposal and/or reuse.
of the sludge, however, still requiring the sludge be managed in
such a way as to not present a threat to water quality. Disposal
of the sludge is being regulated by the California Regional Water
Quality Control Board (CRWQCB) .
In July 1990, staff solicited proposals for disposal and or
reclamation of the sludge. Proposals were solicited for short-
term disposal of the existing sludge stockpiles, approximately
6,000 cubic yards, and long term disposal of the sludge being
generated at the City's wastewater facility. Five proposals were
received and evaluated by staff to determine which provided the
most cost effective and environmentally safe alternative. The
city Or San LUIS OBISPO
Wage COUNCIL AGENDA REPORT
Sludge Disposal Agreement
September 18, 1990
Page 2
City's consulting engineer, Brown and Caldwell, prepared a Sludge
Management and Disposal Plan in July 1990 which outlined the
various disposal/reclamation options available to the City from a
regulatory and environmental standpoint. This plan formed the
basis of the request for proposals and subsequent proposal
evaluations.
A copy of the Request for Proposals and copies of the proposals
received are available for Council to review in the Council
Office.
PROPOSED RECLAMATION PLAN
The firm of Biosystems Management. International (BMI) has
submitted a proposal to transport and utilize the existing
stockpiled sludge (app. 6,000 cu.yds. ) to amend the soils on the
final cover of the Los Osos/Baywood sanitary landfill. The
sludge application will serve to reclaim the landfill site by
improving the soil fertility and water holding capacity of the
final cover soils. This is considered a beneficial use of the
sludge.
BMI has obtained permission from the County of San Luis Obispo
and the landfill owner to conduct the soil amendment project.
BMI has also submitted a permit application to the CRWQCB for
this project. Permit approval is anticipated by September 21,
1990. BMI's proposed project will meet all Federal, State and
local rules and regulations for the beneficial use of sludge.
This proposed plan and agreement covers only the short term
disposal of the sludge currently stockpiled at the Wastewater
Treatment Plant. Long-term disposal of the sludge being
generated will be covered under a separate agreement. Staff
feels this plan will provide the City with the most cost
effective and environmentally safe beneficial use of the
stockpiled sludge.
FISCAL IMPACT:
The total estimated cost for this project is $91,350 as detailed
below:
Cost per cubic yard $14.50
Estimated cubic yards 6.000
TOTAL ENGINEER'S ESTIMATE $87,000
Contingencies @ S% 94 .350
TOTAL PROJECT COST $91,350
city or san uis oBispo
COUNCIL AGENDA REPORT
Sludge Disposal Agreement
September 18, 1990
Page 3
A more detailed cost breakdown for the services to be provided
can be found on page 4 of the proposal provided by BMI.
On June 12, 1990, Council approved a wastewater treatment
operating program budget adjustment request for the 1990-91
fiscal year in the amount of $250,000 for the disposal/reuse of
the stockpiled sludge. Estimated cost of disposal at the time of
the budget adjustment request was $40 per cubic yard. If
approved, this agreement will fall approximately $160,000 below
the estimated and budgeted amount. The substantial cost savings
over what was originally estimated is attributed to the
relatively short hauling distance required for this project.
Prior expenditures related to the sludge disposal are estimated
as follows:
Laboratory analyses $10,000
DHS classification 7,500
Brown and Caldwell Sludge
Management and Disposal Plan 5.000
TOTAL PRIOR COSTS $22,500
An estimated ongoing annual expenditure of $50,000 for removal of
the sludge being generated was also identified and approved by
Council on June 12, 1990. As stated earlier, staff will be
bringing a separate agreement for these long-term services to
Council for approval at a later date.
ALTERNATIVES:
1. Direct staff to develop and implement a City operated
disposal/reuse program for the sludge using City resources,
personnel and properties. This alternative is not
recommended as sufficient resources, personnel, equipment
and properties are not available. This alternative would
not be a cost-effective solution.
RECOMMENDATION:
By motion, approve and authorize the Mayor to execute an
agreement with Biosystems Management International for
disposal/reclamation of the City's stockpiled wastewater sludge
subject to the following terms:
a. Cost for the services will be $14.50 per cubic yard of
sludge removed.
41iIIIII18Pp1" i��Ip city of san tuis osispo
MbMs COUNCIL AGENDA REPORT
Sludge Disposal Agreement
September 18, 1990
Page 4
b. Completion of the project not to exceed 6 months from
notice to proceed.
Attachment: Agreement
C'l 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
Biosystems Management International, a subsidiary
of Norcal Solid Waste Disposal 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
Wastewater Treatment Facility located in the City of San Luis .
Obispo, California. The City is currently stockpiling sludge at
its wastewater treatment 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
wastewater treatment facility, approximately 6,000
cubic yards.
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.
O 1
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.
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 wastewater treatment
facility to the final point of application.
i
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
wastewater treatment 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.
2
6. SLUDGE LOADING
OA. 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 wastewater treatment
facility.
7. LOAD WEIGHT
A. The Contractor shall be responsible for insuring that
each trailer 'is loaded to the proper weight for hauling
the sludge currently stockpiled at the City's facility.
S. 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 Treatment Plant operations schedule and the
requirements of the Contractor's disposal/reuse site and
haul routes.
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 full vehicle insurance for all
equipment, workers compensation insurance as required by
law., comprehensive general liability insurance with a
minimum coverage of $500,000 per occurrence and $1,000,000
aggregate for personal injury, and $500,000 per
occurrence/aggregate for property damage.
11. PROJECT STARTUP
The Contractor shall begin hauling sludge to the proposed
discharge area within 30 days following notice to proceed.
i
C 3
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 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
The term of this agreement will be six (6) months following
notice to proceed or until April 1, 1991.
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 $14.50 per
cubic yard of sludge hauled from the City's
facility.
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 ascertanment .and
verification by the City after .the completion of
the work under this agreement and its acceptance
by the City.
4 w i
d: Payment as provided in this section shall be full
C; 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.
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
The Contractor shall indemnify, defend and hold harmless the
City, its officers, agents and employees, from and against
any and all claims, losses of liability, or any portion
thereof, including attorneys fees and costs, arising from
injury or death to persons, including injuries, sickness,
disease or death to Contractor's own employees, or damage to
property occasioned by a negligent act, omission or failure
of the Contractor.
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.
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.
5
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:
Biosystems Management International
360 Oyster Point Boulevard, Suite 110
South San Francisco, CA 94080
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.
6
O
DATED this day of 1990.
CITY OF SAN LUIS OBISPO
HONORABLE MAYOR RON DUNIN CONTRACTOR
Title
Attest/Authenticated: Approved as to form:
t tt r