SUBJECT/RECOMMENDATION:
Title
Authorize a purchase order to H and H Liquid Sludge Disposal, Inc of Branford, FL and Merrell Bros, Inc of Kokomo, IN for the hauling and disposal of biosolids in a cumulative not-to-exceed amount of $2,778,000.00 for the period of November 5, 2021 through November 4, 2024 with the option of two, one-year renewals in a cumulative annual not-to-exceed amount of $926,000.00, pursuant to Invitation to Bid (ITB) 45-21, Biosolids Management Services, and authorize the appropriate officials to execute same. (consent)
Body
SUMMARY:
Invitation to Bid 45-21, Biosolids Management Services was issued on August 10, 2021. The City received four responsive bid submittals pursuant to the requirements set forth in the solicitation. H&H Liquid Sludge Disposal, Inc and Merrell Bros, Inc. represents the lowest responsive, most responsible bidders in accordance with the bid specifications.
The City of Clearwater’s three Water Reclamation Facilities (WRFs) produce a residual product (biosolids) that requires hauling and disposal. The contractors are required to provide two primary services: (1) Biosolids (Dewatered Cake) to Residuals Management Facility (RMF); and (2) Liquid Biosolids (Approximately 5% Total Solids) From East WRF to Northeast WRF and/or the Marshall Street WRF.
In addition to the primary services, alternative services were included as an option in the solicitation for which unit prices were provided in the contractors’ bid as a secondary means of hauling and disposal, should specific requirements develop at one or more of our facilities.
The contractor accepts full responsibility and liability for the hauling and disposal of biosolids from the points of loading at the City’s WRFs, 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 initial contract period will be November 5, 2021 through November 4, 2024, with the option for 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 FY22 are available in Public Utilities’ cost centers, cost code 530300 Other Contractual Services.
Funding for future fiscal years (FY23 through FY24) will be requested within contract calendar and spending limits.