Loading...
HomeMy WebLinkAbout02/19/1991, 7 - WASTEWATER SLUDGE DISPOSAL/RECLAMATION AGREEMENT WITH BIO-GRO SYSTEMS, SPECIFICATION NO. 90-41 AGREEMENT NO. A 110-90-CA. (� MEETING DATE: jiIIIII�III�I�''111I!jj city of San tuts OBispo February 19 1991 _ COUNCIL AGENDA REPORT ITEM NUMBER:407 FROM: William T. Hetlandll� Prepared By: John E. Moss Utilities Director Wastewater Division Manager f SUBJECT: Wastewater Sludge Disposal/Reclamation Agreement With Bio- Gro Systems, Specification No. 90-41 Agreement No. A 110- 90-CA. CAO RECOMMENDATION: By motion, approve and authorize the Mayor to execute, an agreement with Bio-Gro Systems for Disposal/Reclamation of the City's stockpiled wastewater sludge subject to the following terms: a. Cost for the services will be $34 .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 as such could no longer be disposed of at other than a hazardous waste disposal landfill (class 1 landfill) . Staff immediately began working 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, it still requires that 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 (RWQCB) . 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 r ' �!�;U city of San .aIS osIspo COUNCIL AGENDA REPORT Sludge Disposal Agreement Meeting of February 19, 1991 Page 2 and environmentally safe alternative. The 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. The lowest responsible proposal was submitted by the firm of Biosystems Management International (BMI) . They proposed to utilize the sludge as an amendment to the final cover soils of the Los Osos Landfill. Staff worked closely with the RWQCB, the County of San Luis Obispo, and BMI in obtaining the appropriate permits to implement this proposal. However, due to a reluctance on the part of the County to allow the sludge to be applied at the landfill site, the project was dropped. Staff then began working with the firm of Bio-Gro Systems, the second lowest responsible proposer, in obtaining the appropriate permits and negotiating the contract. 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 Bio-Gro Systems acting as consultant for the Gardner ranch has submitted a proposal to transport and utilize the existing stockpiled sludge ( app. 8, 000 cu.yds. ) to amend and fertilize the soils on the Gardner Ranch property near Buellton, CA. The sludge application will serve to enhance the agricultural productivity of the site by improving the soil fertility and water holding capacity of the soils. This is considered a beneficial use of the sludge. The Gardner Ranch is currently permitted by the California Regional Water Quality Control Board (RWQCB) to receive, compost, and land apply municipal sewage sludge on its agricultural properties. They are currently receiving sludge from the City of Santa Barbara, Buellton Community Services District, and Montecito Sanitary District. The RWQCB has provided permission for the Gardner Ranch to also accept sludge from the City of San Luis Obispo. The Gardner Ranch operation meets all Federal,State and Local rules and regulations for the beneficial use of sludge. ���h�ItlfNllllEli� IIiU'ICI'�11`I City Of San LUIS OBISPO ill WUMe COUNCIL AGENDA REPORT i Sludge Disposal Agreement Meeting of February 19, 1991 Page 3 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 that 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 $289,800, as detailed below: Cost per cubic yard $34.50 Estimated cubic yards 8 . 000 TOTAL ENGINEER'S ESTIMATE $276, 000 Contingencies @ 5% _$13 .800 TOTAL PROJECT COST $289,800 A copy of Bio-Gro's proposal is available in the Council Office for review. 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 (page A-5, 1989-91 Financial Plan and Approved 1991 Budget) . Estimated cost of disposal at the time of the budget adjustment request was $40 per cubic yard for 6, 000+- cu.yds. Since that time an additional 2, 000 .cu.yds. of sludge has accumulated on site due to the cleaning of two (2) of the anaerobic digesters. If approved, this agreement will fall approximately $39,000 above the original total estimate however is less than the original estimated price per cu.yd. Sufficient funding is available in the 1990-91 wastewater program balance to cover the additional cost of 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 on going 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 .7 -3 ���►n�i�►I►�III!!illl�l' li��llli MY Of San lues OBISVO MOGs COUNCIL AGENDA REPORT • Sludge Disposal Agreement Meeting of Februry 19, 1991 Page 4 these long term services to Council for approval at a later date as appropriate permits from the RWQCB have not yet been obtained. 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 at this time. The Public Works Solid Waste Coordinator is investigating this option as a future co-composting project. In addition, there is an immediate need to remove the sludge from the treatment plant site prior to the start of the Unit 3 construction project and the capital facilities for composting will take several years to develop. RECOMMENDATION: By motion, approve and authorize the Mayor to execute, an agreement with Bio-Gro Systems for disposal/reclamation of the City's stockpiled wastewater sludge subject to the following terms: a. Cost for the services will be $34.50 per cubic yard of sludge removed. b. Completion of the project not to exceed 6 months from notice to proceed. Attachments: Agreement 7- 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 BioGro Systems. Inc. a Corporation 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 it's 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 Contractor agrees to accept and remove the entire quantity of sludge currently stockpiled at the City's wastewater treatment facility, approximately 8, 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. 3 . MONITORING AND REPORTING The contractor agrees to provide all required monitoring and r reporting imposed by all regulatory agencies having 1 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. 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 it's wastewater treatment facility and shall be responsible for the classification of the waste and it's 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 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 2 ) responsible for loading all sludge currently stockpiled at the wastewater treatment facility. 7. LOAD WEIGHT 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. 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. 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. 12. SITE INSPECTION The contractor shall provide access to the disposal/reuse site to city representatives upon request of the City. 3 7 -7 13 . INCLEMENT WEATHER There may be times during the year due to inclement weather -1' 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 This agreement shall be in force and valid for a period of six (6) months from the date of entry. 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 $--24. 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 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 4 ' �V State for a period of three (3) years after final 1 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. 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 5 7 -1 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: BioGro Systems 180 Admiral Cochrane Drive, Suite 305 Anapolis, Maryland 21401 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 , 1990. CITY OF SAN LUIS OBISPO HONORABLE MAYOR RON DUNIN CONSULTANT Title Attest/Authenticated: Approved as to form: tt or ��iui►���IIII lillll►�►���li II city of san tins olmspo C.A.O. SPECIAL REPORT February 1, 1991 FROM: William T. Hetland Prepared By: John E. Moss Utilities Director Wastewater Division Manager SUBJECT: Wastewater Sludge Disposal/Reclamation, additional funding required, use of 1989-90 wastewater carryover funds. RECOMMENDATION: Approve the use of $39,000 of 1989-90 Wastewater Carryover funds to provide sufficient funding for completion of the wastewater sludge disposal/reclamation agreement with BioGro Systems Inc. DISCUSSION: The City has been stockpiling its wastewater sludge for the last three years due to elevated concentrations of soluble lead. After extensive review and analysis, the City received a nonhazardous classification of the sludge from the State Department of Health Services. Staff subsequently requested proposals for sludge management and disposal/reclamation services. Staff will be bringing an agreement with BioGro Systems to Council for approval ozaFebruary 19, 1991 for the above mentioned services. An additional $39,000 will be required to complete the sludge management project and staff is requesting CAO approval for the use of 1989-90 wastewater carryover funds. Detailed discussion of the project and the related impacts can be found in the attached February 19, 1991 Council Agenda Report. FISCAL IMPACT: To date $48,096 have been expended from the 1989-90 wastewater carryover fund balance. These expenditures have been for collection system maintenance program upgrade, organization development, departmental computer purchases and vactor repairs. There is a remaining carryover fund balance of $174,795. Approved expenditure of $39,000 for this project will leave a wastewater carryover fund balance of $135,795. Total expenditure for the project is estimated at $289,000 as detailed in the attached agenda report. $250, 000 for this project was previously approved as a 1990-91 operating 7 —f ��►►►►i�llll i lil��il►i►i►!IIII�i city of n tuts owspo C.A.O. SPECIAL REPORT water Sludge Disposal February 1, 1991 Page 2 program change (page A-5 1989-91 Financial Plan and Approved 1990-91 Budget) . RECOMMENDATION: Approve the. use of $39, 000 of 1989-90 Wastewater Carryover funds to provide sufficient funding for completion of the wastewater sludge disposal/reclamation agreement with BioGro Systems Inc. Approved: City Finance Director C' y tto ne City Admirristratofve Officer .. city o� San Luis oBiSpo NUMBER Efts'slod BuaGCt amendment QEquest REQUESTING DEPARTMENT FUND AMENDED FUND NO. ulvi k . ! ✓ Fv REVENUES ACCOUNT DESCRIPTION DEPT. OBJ. SUB-OBJ. CURRENT PROPOSED AMENDED BUDGET AMENDMENTS BUDGET TOTAL EXPENDITURES ACCOUNT DESCRIPTION DEPT. OBJ. SUB-OBJ. CURRENT PROPOSED AMENDED BUDGET AMENDMENTS BUDGET cm-J, bo- o0 8 0 -- - - 3`i o00 [elect - 70 _ w ---- --- -- — --- - 3 5 _ - cart y0 t,., — TOTAL Q PURPOSE ej DEPARTMENT HEAD DATE DI ECTOR F ANCE PAT§r W 'lam` i PIT Y AOMIN ATNE OFFICER DATE ENTERED By TE OISTRIBUTION: wrote:Finance Conary:Finance Pink:Department _ /oI +D-BB