File #: ID#19-6562    Version: 1 Name: LIQUID SLUDGE DISPOSAL
Type: Action Item Status: Passed
File created: 7/24/2019 In control: Public Utilities
On agenda: 8/14/2019 Final action: 8/14/2019
Title: Authorize the award of Invitation to Bid 34-19, Biosolids Management Services, to T. Wayne Hill Trucking, Inc of Bartow, FL, in the annual not-to-exceed amount of $590,000 with two one-year extensions at the City's discretion and authorize the appropriate officials to execute same. (consent)
Attachments: 1. 2. 34-19_bid_tabulation Biosolids Mgmt Services, 2. 3. ITB_34-19_NOTICE_OF_INTENT_TO_AWARD

SUBJECT/RECOMMENDATION:

Title

Authorize the award of Invitation to Bid 34-19, Biosolids Management Services, to T. Wayne Hill Trucking, Inc of Bartow, FL, in the annual not-to-exceed amount of $590,000 with two one-year extensions at the City’s discretion and authorize the appropriate officials to execute same. (consent)

 

Body

SUMMARY: 

The City of Clearwater’s Water Reclamation Facilities (WRF) produce a residual product (biosolids) that requires hauling and disposal.

 

Invitation to Bid (ITB) #34-19, Biosolids Management Services was issued on June 12, 2019.  Four bids were received on July 11, 2019.  T. Wayne Hill Trucking, Inc. represents the lowest responsive, responsible bidder for Base Bid Services $25.97/wet ton for stabilized biosolids cake removal and disposal and $0.0300/gallon for unstabilized liquid sludge transport.

 

Invitation to Bid #34-19 included alternate bid items.  These items will be used if an issue arises that prevents the utilization of the items on the base bid list.  Public Utilities has added approximately $96,000 to the funding request for these alternate items should they be needed.

 

The contractor is required to provide two basic services: (1) Stabilized (Class B) Biosolids (Dewatered Cake) to Land Application, and (2) Unstabilized Liquid Sludge (Approximately 5% Total Solids) From East WRF to Northeast WRF for treatment and dewatering.

 

The contractor accepts full responsibility and liability for the hauling and disposal of biosolids from the points of loading from the source facility, in accordance with Chapter 62-640, F.A.C. and shall be responsible to comply with existing Florida Department of Environmental Protection (FDEP), the United States Environmental Protection Agency (USEPA) residuals treatment and disposal regulations, all other applicable federal, state and local regulations and any changes made to these regulations during the contract period.

 

The contract will be effective on September 1, 2019, for an initial one-year period with two one-year renewal terms available to the City.   Renewal Terms allow for cost increases based on the Consumer Price Index for All Urban Consumers (CPI-U). Renewal prices shall be firm for the respective annual term.

 

APPROPRIATION CODE AND AMOUNT:

Budgeted funds for FY19 are available in Public Utilities’ cost center 530300 Other Contractual Services:

                     FY19 $50,000 (1 month)

Future fiscal year budgets will include requests for funding:

                     FY20 $590,000

                     FY21 $590,000

                     FY22 $540,000 (11 months)