Loading...
Contract 2019-70 AGREEMENT FOR BIOSOLIDS HAULING AND DISPOSAL SERVICES THIS AGREEMENT, is made and entered into this )3 day of So pPVA ILOPY 2019, by and between the CITY OF CLERMONT, FLORIDA, a municipal corporation under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont, Florida,(hereinafter referred to as"CITY"),and Shelley's Septic Tank,Inc.,whose address is: 6505 West Jones Ave., Zellwood, FL 32798, (hereinafter referred to as "CONTRACTOR"). WHEREAS,the City of Clermont issue RFB 19-061 titled Biosolids Hauling and Disposal Services; WHEREAS, CONTRACTOR submitted its response dated August 29, 2019 to RFB 19- 061; WHEREAS, CITY desires to award a contract to CONTRACTOR in accordance with the terms and conditions of RFB 19-061 and CONTRACTOR's response thereto; WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: ARTICLE I — SCOPE OF WORK The CONTRACTOR shall provide hauling and disposal of biosolids as described in CITY's RFB 19-061 and CONTRACTOR's August 29, 2019 response thereto, which are expressly incorporated herein and made a part of the Agreement Documents hereto and shall do everything required by this Agreement and the Agreement Documents. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from CONTRACTOR. ARTICLE II—THE CONTRACT SUM CITY shall pay CONTRACTOR,for the faithful performance of the Agreement as set forth in the Agreement Documents and the Unit Price Schedule an amount in accordance with the compensation schedule set forth in Exhibit "A", attached hereto and incorporated herein. ARTICLE III—TERM AND TERMINATION 1. This Agreement is to become effective upon execution by both parties,and shall remain in effect for a period of three (3) years thereafter, unless terminated or renewed as provided for herein. 2. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement if: a) without cause and for convenience upon thirty (30) days written notice to 1 CONTRACTOR b) CONTRACTOR is adjudged to be bankrupt; c) CONTRACTOR makes a general assignment for the benefit of its creditors;d) CONTRACTOR fails to comply with any of the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work,properly performed and accepted prior to the effective date of termination. 3. Upon mutual Agreement of the parties, this Agreement may be renewed for three (3) additional one(1) year terms. Sixty(60) days prior to completion of each extended term of this Agreement, CONTRACTOR may request and the City may consider an adjustment to price based on changes in the Producer Price Index (PPI). ARTICLE IV—COMMENCEMENT AND COMPLETION OF WORK CITY shall authorize services to be provided hereunder by issuing a purchase order or notice to proceed to CONTRACTOR. Prior to the issuance of a purchase order or notice to proceed, CITY shall notify CONTRACTOR and CONTRACTOR shall, at its expense, within twenty-four 24 business hours of such notification pick-up the subject tires. ARTICLE V—PAYMENTS In accordance with the provisions fully set forth in the Contract Documents, CONTRACTOR shall submit an invoice to CITY upon completion of the services and delivery to CITY as set forth in the applicable purchase order. CITY shall make payment to the CONTRACTOR for all accepted and undisputed services provided, within thirty (30)calendar days of receipt of the invoice. ARTICLE VI—DISPUTE RESOLUTION - MEDIATION 1. Any claim, dispute or other matter in question arising out of or related to this Agreement shall be subject to mediation as a condition precedent to voluntary arbitration or the institution of legal or equitable proceedings by either party. 2. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. 3. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in Clermont,Lake County,Florida,unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement Agreements in any court having jurisdiction thereof. 2 ARTICLE VII—INSURANCE AND INDEMNIFICATION RIDER 1. Worker's Compensation Insurance - The CONTRACTOR shall take out and maintain during the life of this Agreement Worker's Compensation Insurance for all his employees connected with the work of this Project and, in case any work is sublet, the CONTRACTOR shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the CONTRACTOR. Such insurance shall comply with the Florida Worker's Compensation Law. In case any class of employees engaged in hazardous work under this Agreement at the site of the Project is not protected under the Worker's Compensation statute,the CONTRACTOR shall provide adequate insurance, satisfactory to the CITY, for the protection of employees not otherwise protected. 2. CONTRACTOR's Public Liability and Property Damage Insurance - The Contactor shall take out and maintain during the life of this Agreement Comprehensive General Liability and Comprehensive Automobile Liability Insurance as shall protect it from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating under this Agreement whether such operations are by itself or by anyone directly or indirectly employed by it, and the amount of such insurance shall be minimum limits as follows: (a) CONTRACTOR's Comprehensive General, $1,000,000 Each ($2,000,000 aggregate) Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit (b) Automobile Liability Coverages, $1,000,000 Each Bodily Injury&Property Damage Occurrence, Combined Single Limit (c) Excess Liability, Umbrella Form $2,000,000 Each Occurrence, Combined Single Limit Insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 3. Indemnification Rider (a) To cover to the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its agents and employees from and against all claims, damages, losses and expenses, including but not limited to attorney's fees, arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death,or to injury to or destruction of tangible property(other than the Work itself) , and (2) is caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractor, 3 anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable,regardless of whether or not it is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge,or otherwise reduce any other right to obligation of indemnity which would otherwise exist as to any party or person described in this Article. (b) In any and all claims against the CITY or any of its agents or employees by any employee of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligations under this Paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or any subcontractor under workers'or workmen's compensation acts,disability benefit acts or other employee benefit acts. (c) The CONTRACTOR hereby acknowledges receipt of ten dollars and other good and valuable consideration from the CITY for the indemnification provided herein. ARTICLE VIII—NOTICES All notices shall be in writing and sent by United States mail, certified or registered, with return receipt requested and postage prepaid,or by nationally recognized overnight courier service to the address of the party set forth below. Any such notice shall be deemed given when received by the party to whom it is intended. CONTRACTOR: Shelly's Septic Tank, Inc. 6505 West Jones Ave. Zellwood, FL 32798 Attn: James D. Shelley, Jr.,President CITY: City of Clermont Attn: Darren Gray, City Manager 685 W. Montrose Street Clermont, FL 34711 ARTICLE IX—MISCELLANEOUS 1. Attorneys' Fees. In the event a suit or action is instituted to enforce or interpret any provision of this Agreement, the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any appeal, in addition to all other sums provided by law. 2. Waiver. The waiver by city of breach of any provision of this Agreement shall not be construed or operate as a waiver of any subsequent breach of such provision or 4 of such provision itself and shall in no way affect the enforcement of any other provisions of this Agreement. 3. Severability. If any provision of this Agreement or the application thereof to any person or circumstance is to any extent invalid or unenforceable, such provision,or part thereof, shall be deleted or modified in such a manner as to make the Agreement valid and enforceable under applicable law, the remainder of this Agreement and the application of such a provision to other persons or circumstances shall be unaffected, and this Agreement shall be valid and enforceable to the fullest extent permitted by applicable law. 4. Amendment. Except for as otherwise provided herein, this Agreement may not be modified or amended except by an Agreement in writing signed by both parties. 5. Entire Agreement. This Agreement including the documents incorporated by reference contains the entire understanding of the parties hereto and supersedes all prior and contemporaneous Agreements between the parties with respect to the performance of services by CONTRACTOR. 6. Assignment. Except in the event of merger, consolidation, or other change of control pursuant to the sale of all or substantially all of either party's assets, this Agreement is personal to the parties hereto and may not be assigned by CONTRACTOR, in whole or in part, without the prior written consent of city. 7. Venue. The parties agree that the sole and exclusive venue for any cause of action arising out of this Agreement shall be Lake County, Florida. 8. Applicable Law. This Agreement and any amendments hereto are executed and delivered in the State of Florida and shall be governed, interpreted, construed and enforced in accordance with the laws of the State of Florida. 9. Public Records. Contractor expressly understands records associated with this project are public records and agrees to comply with Florida's Public Records law, to include, to: (a) Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein. (b) Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in this Florida's Public Records law or as otherwise provided by law. (c) Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. 5 (d) Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONTRACTOR upon termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. CONTRACTOR shall use reasonable efforts to provide all records stored electronically must be provided to the CITY in a format that is compatible with the information technology systems of the CITY. (e) IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT CITY CLERK'S OFFICE, (352)241-7331. ARTICLE X—AGREEMENT DOCUMENTS The Agreement Documents,as listed below are herein made fully a part of this Agreement as if herein repeated. Document Precedence: 1. This Agreement 2. Purchase Order or Notice To Proceed 3. All documents contained in City of Clermont RFB 19-061 and any amendments thereto. 4. CONTRACTOR's August 29, 2019 response to RFB 19-061. IN WITNESS WHEREOF, theparties hereto have executed this Agreement on this JO day of a be_r ,2019. City of ermont 44, Gail L. Ash, Mayor Attest: IP Tracy Ackroyd Howe, City Clerk 6 Shelley's Septic Tank, Inc. By: ,„ai A),44 (Si ture) (Name &Title Painted or Typed) Attest. 4L. 1/ Corporate Secretary � ' 194 at CS1ttll (Name Printed or Typed) I 7 EXHIBIT A SECTION — C PRICE SCHEDULE All trip charges including staging/loading time, mileage, vehicle charges, travel time and labor shall be included in the unit price (cu.yd.). Hauling and Disposal Compost Price: $42.00 /cu.yd. x 5,060 = $212,520.00 Minimum cubic yard: 25 Alternate Price: Hauling and Disposal - Land Application: $42.00 /cu.yd. Minimum cubic yard: 25 By signing below, the respondent agrees to all terms, conditions, and specifications as stated in this solicitation, and is acting in an authorized capacity to execute this response. The respondent also certifies that it can and will provide and make available, at a minimum, the items set forth in this solicitation. Respondent Information and Signature Company Name(print): Shelley's Septic Tank, Inc. Street Address: 6505 W. Jones Avenue, Zellwood, FL 32798 Mailing Address(if different): PO Box 249, Zellwood, FL 32798 Telephone: 407/889-8042 Fax: 407/889-4408 Email: rdonohue@shelleysseptic.com Payment Terms: 0 %45 days, net 45 FEIN: 59 - 2923707 Professional. License No.: fl-,4 0/4 / 7 7 Signature: 1 .4 , Date: 1____111:11/1 Print Name: $1 - Title: President Does the respondent accept payment using the City's MASTERCARD? ® Yes 0 No END OF SECTION — C { RFB No: 19-061 Page 14 of 30 SECTION — B STATEMENT OF WORK The City of Clermont is accepting bids to provide hauling and disposal of biosolids as provided in this RFB. Successful respondent shall provide all transportation, labor and Florida Department of Environmental Protection (FDEP) permitted biosolids management facility. 1 — RESPONDENT RESPONSIBILITIES Respondents must own and operate a Biosolids Management Facility (BMF) to treat municipal biosolids to a minimum Florida Class A. The BMF shall operate under permits issued by FDEP. As a licenses treatment facility, the successful respondent becomes the "generator" of the final treated product, therefore the City of Clermont is not subject to additional treatments required by FDEP. Successful respondent is responsible for complying with Florida Statute 62-6400 Domestic Wasterwater Residuals. Specifically 62-640.300 Permit Requirements, which states: "(5) Responsibility for Treatment and Proper Use. (b) A source facility permittee shall not be held responsible for treatment, management, use, or land application violations that occur after its residuals have been accepted by a permitted residuals management facility with which the source facility permittee has an agreement in accordance with Rule 62-640.880(1)(c), F.A.C., for further treatment, management, use, or land application." It is the intent of the successful respondent(s) to meet the Florida Statute 62-640 Biosolids Regulations. Successful respondent agrees to haul biosolids on a 365-day per year basis, as directed by the City of Clermont Chief Operator. Site delivery schedule may include various delivery times, when coordinated in advance by the Chief Operator. Successful respondent agrees to remove trailers containing biosolids from the WRF within 24-hours of notification by the Chief Operator to prevent nuisance odor complaints/conditions at the Water Reclamation Facility. The successful respondent agrees to obtain and maintain in good standing, all necessary local, regional, State and Federal permits and licenses required to transport, treat, and dispose of wastewater biosolids and provide copies of said permits to the City of Clermont with the bid package. When permits are renewed, copies shall be provided to the City within 30-days of issuance. In the event the successful fails to keep any required permits active resulting in the City being forced to dispose of the biosolids with an alternative vendor, the successful respondent shall be responsible to remit to the City any increases in disposal costs. The successful respondent and the City agree that biosolids production at the City's water reclamation facility will vary annually, seasonally and monthly. Therefore, the values given below for the anticipated biosolids production are to serve only as a summary of past experience with respect to potential biosolids production during the contract period. RFB No: 19-061 Page 10 of 30 SECTION — B STATEMENT OF WORK The potential biosolids production during the period of this agreement is approximately 22-25 wet tons per day. Dewatered biosolids shall range from 13-18 percent dry solids by weight, with an average of approximately 15 percent. The Contractor must be able to accept aerobically digested or undigested residual cake. Trip tickets shall be on a form acceptable to the City and FDEP. Tickets shall establish a chain of custody from the City to the successful respondent treatment site and include quantities delivered in either wet tons or cubic yards. Successful respondent shall be responsible for all surcharges that may be imposed by the County or State for violations pertaining, but not limited to, transporting, treatment or disposal of biosolids. Successful respondent shall provide transportation of biosolids from the WRF (3335 Hancock Road, Clermont, Florida) to treatment site. Trailers shall be owned and maintained by the City. Bid price for transporting biosolids shall include all costs, including staging/loading time, licensed drivers, insurance and all applicable permits for over-the- road hauling, biosolids treatment and disposal. The respondent agrees that sludge removal operation will not be halted due to transportation problems. The successful respondent will have alternative equipment or operations in place to prevent these types of delays. Successful respondent accepts responsibility for the sludge after the load is removed from the WRF for transportation to the biosolids management facility. The successful respondent agrees to be responsible for any costs that may occur due to not being able to accept and process biosolids at the BMF. The successful respondent will be responsible for all additional costs incurred for alternative disposal. 2 — ODOR CONTROL Successful respondent shall conduct their work in a way as to minimize odors while work is underway. In the event an odor problem arises due to the work performed, the successful respondent shall take all action necessary to abate odor. The City reserves the right to stop or postpone the work if odors become objectable. 3 — MINIMUM QUALIFICATIONS Respondents must provide with their bid a minimum of three (3) government agency references demonstrating their experience in providing similar services within the past ten (10) years. In addition, respondents must provide with their bid a letter of commitment from a residual management facility(s) in the State of Florida permitting to dispose of the type and quantity of materials to be processed and hailed away from the City of Clermont. Failure to provide the minimum qualifications with the bid response or within five (5) business days after request by the City may result the bid being declared as non- responsive. RFB No: 19-061 Page 11 of 30 SECTION — B STATEMENT OF WORK 4 — HOURS OF OPERATION Standard hours of operation are defined as Monday through Friday between 7:00 A.M. and 4:00 P.M. Weekend and Holiday work may be performed upon written approval by the City's Chief Operator. No additional fee will be considered for weekend and Holiday work. 5 — CITY REPRESENTATIVE The City designates the Chief Operator as being the representative of the City in all matters regarding biosolids transportation and in coordinating the same with the successful respondent All biosolids removed from the WRF shall be checked by the Chief Operator or his designee(s), who will collect and maintain trip/disposal tickets from each load of transported biosolids. 6— INSPECTION Prior to award, the City reserves the right to visit and inspect proposed disposal BMF site(s), treatment plan and access roads, as well as be provided with copies of all permits, agreements and other documentation associated with the use of the site(s) for biosolids treatment and land application disposal. 7 — HISTORY AND FUTURE ESTIMATES • Year 2015 = 211 loads, +/- 22 wet tons per load = 4,642 tons • Year 2016 = 225 loads, +/- 22 wet tons per load = 4,950 tons • Year 2017 = 209 loads, +/- 22 wet tons per load = 4,598 tons • Year 2018 = 230 lads, +/- 22 wet tons per load = 5,060 tons • Year 2019 (tracking) = 250 loads, +/- 22 wet tons per load = 5,500 tons Based on the accounting of the hauling tickets for years 2015, 2016, 2017 and 2018, there is an average increase of 6% for years 2015 to 2016 and 9% for years 2017 to 2018. The City's future estimated average annual solids cake production is as follow: • Year 1 (2019): 6,290 wet tons • Year 2 (2020): 6,355 wet tons • Year 3 (2021): 6,415 wet tons • Year 4 (2022): 6,480 wet tons • Year 5 (2023): 6,545 wet tons • Year 6 (2024): 6,610 wet tons RFB No: 19-061 Page 12 of 30 SECTION — B STATEMENT OF WORK The City of Clermont makes no guarantee as to the minimum or maximum volume of biosolids that will be generated in any given year. These volumes are provided for informational purposes only. END OF SECTION — B I y RFB No: 19-061 Page 13 of 30