Loading...
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