HomeMy WebLinkAboutItem #18 Acceptance of Shelley's Environmental Systems' Offer to Extend their Contract (#0114-0710) with Daytona Beach Sludge Disposal Service to the CityWE %/
()C 0e(
florldo
AGENDA ITEM COVER SHEET
Meeting Date: October 7, 2014
Item #
Reviewed By
Contact Name: Charles K. Smith, P.E. Department Director: Charles I
Contact Number: 407 - 905 -3159 City Manager: Robert Fran
Subject: The City of Ocoee's Acceptance of Shelley's Environmental Syst ms' Offer to
Extend Their Contract ( #0114 -0710) with Daytona Beach Sludge Disposal Service to the
Citv
Background Summary:
The City of Ocoee Wastewater Treatment Facility currently receives and treats approximately
591.3 million gallons per year of wastewater from its customers, producing approximately 1,700
wet tons per year in sludge (biosolids). With improved operational and sludge pressing
efficiencies over the last five years, the City has seen an annual decrease in sludge production of
500 tons per year.
MaxWest Environmental Systems, Incorporated, had been providing non - exclusive sludge
disposal service for the City, but on June 6, 2014, MaxWest notified the City that they were
ceasing their operations and would no longer provide disposal service.
Utilizing the City's historical relationship with Shelley's Environmental Systems, Incorporated
( Shelley's), located in Zellwood, which includes biosolids disposal and the acceptance of trucked
sludge press permeate at the wastewater plant, the City diverted sludge disposal to a Shelley's
facility. To formally establish a more long -term operational relationship, Shelley's has extended
its contract conditions with Daytona Beach (Daytona Beach Sludge Disposal Service Contract
#0114 -0710) to the City. The City of Daytona Beach has concurred with this extension. The
Daytona Beach contract with Shelley's was executed May 21, 2014 and remains in effect until
May 21, 2017, with biosolids disposal costs of $44.97 per ton; which includes all trucking costs.
Issue:
Should the City Commission accept Shelley's Environmental Systems' offer to extend their
contract conditions with Daytona Beach; Daytona Beach Sludge Disposal Service Contract
#0114 -0710, to the City of Ocoee?
Recommendations:
Authorize City Manager to accept Shelley's Environmental Systems' extended conditions of their
Daytona Beach contract, "Daytona Sludge Disposal Service Contract #0114 - 0710 "; and approve
F.Y. 2014 expenses with a total not to exceed $31,500, and F.Y. 2015 funding of $85,000 for
sludge disposal.
Attachments:
Attachment #1 — Ocoee / Shelley's Contract Hauling and Treatment of Domestic Wastewater
Residuals
Attachment #2 — Daytona Beach Sludge Disposal Services Contract No. 0114 -0710
Attachment #3 — Daytona Beach /Ocoee Permission to Piggy Back Contract No. 0114 -0710
Attachment #4 — Daytona Beach Bid Tab Contract No. 0114 -071
Financial Impact:
It is anticipated that the expenses for Shelley's sludge disposal for F.Y. 2014 will be $31,339
(requiring Commission approval), and for F.Y. 2015 will not exceed $85,000. Sufficient funding
levels for the sludge disposal were approved in the amounts of the respective annual budgets.
Type of Item: (please mark with an 'V)
Public Hearing
For Clerk's Dept Use
Ordinance First Reading
Consent Agenda
Ordinance Second Reading
Public Hearing
Resolution
Regular Agenda
Commission Approval
Discussion & Direction
Original Document/Contract Attached for Execution by City Clerk
Original Document/Contract Held by Department for Execution
Reviewed by City Attorney
Reviewed by Finance Dept.
Reviewed by ()
N/A
N/A
N/A
2
CONTRACT
HAULING AND TREATMENT OF DOMESTIC WASTEWATER
RESIDUALS
This "CONTRACT" for Hauling, Treatment and Disposal of Domestic Wastewater
Residuals" ( "CONTRACT ") is made and entered into this 13th day of June, 2014
by and between Shelley's Septic Tanks, Inc. d /b /a/ Shelley's Environmental
Systems, P.O. Box 249, Zellwood, Florida 32798 -0249, hereinafter referred to as
"SES" and the City of Ocoee, FLA010815, thereinafter referred to as the
"GENERATOR ".
WHEREAS, SES is the owner and operator of a Biosolids Management Facility
( "BTF "), and said BTF has been approved and is operating under Florida
Department of Environmental Protection ( "FDEP ") permits, and
Whereas, the GENERATOR owns and operates a Wastewater Treatment Facility
(WWTF), located at 1800 A.D.Mims Rd, Ocoee, FL 34761, Orange County and
has a need to treat residuals generated by the GENERATOR, and
Whereas, SES and GENERATOR wish to piggy back the current Sludge
Disposal Services Contract #0114 -0710 between SES and the City of Daytona
Beach for the services provided by SES pursuant to this Contract, the CITY will
pay SES an amount not to exceed $44.97 PER TON as further described in
Sludge Disposal Services Contract #0114 -0710 and under all the terms and
conditions plus the special conditions stated herein, and
Whereas, SES is responsible for maintenance and operations of an BTF in
compliance with 40 CFR Part 503, Chapter 62 -640, F.A.C., FDEP Permit
#FLA016177, and to the full extent of all rules and regulations applicable by
Federal, State and local governing bodies, all of which as may be amended from
time to time, and
Whereas, as a condition precedent to obtaining a valid operating permit for the
BTF, FDEP requires SES to file Agricultural Use Plans whereby SES certifies
that their residuals shall be applied only on sites for which an Agricultural Use
Plan has been approved by the FDEP.
Now therefore, and in consideration of the mutual terms, covenants and
conditions to be complied with on the part of the respective parties hereto, it is
agreed as follows:
1. SES will be a hauler of the GENERATOR for the duration of the
agreement.
2. By and through the SES Permit, SES has a total capacity of 1.572 million
gallons and 750 wet tons available for residuals treatment.
3. Nothing in this CONTRACT shall supersede or take precedence over the
obligations and responsibilities of each party to operate and maintain their
facilities in compliance with all applicable rules and regulations.
4. The GENERATOR hereby covenants and agrees:
A. To pay a fee for transportation, treatment and disposal of Biosolids.
B. That residuals will meet all chemical criteria as stated in 40 CFR
part 503, 62 -640, F.A.C., and any other applicable rules and
regulations of federal, state or local governing bodies.
C. To make application (including payment of associated fees) to the
FDEP for any modifications to GENERATOR's permit, that may be
required with the initiation of this CONTRACT.
D. To save and hold harmless SES from any actions and /or penalties
associated with the conditions and requirements of the
GENERATOR's permit or other Federal, State and local rules and
regulations, except to the extent that such responsibilities are
undertaken by SES as specifically stated under this CONTRACT.
E. Provide SES with a certified manifest of the residuals being
delivered.
Furthermore, the GENERATOR warrants that the residuals delivered to SES
shall not contain hazardous, toxic, industrial or radioactive waste or any other
prohibited substances except as permitted by applicable rules and regulation of
the FDEP.
5. SES hereby covenants and agrees:
A. To maintain, monitor and operate their residuals application sites in
accordance with 40 CFR Part 503, 62 -640, F.A.C. and any other
applicable federal, state and local laws, permits or regulations.
B. To maintain and operate their BTF in accordance with 40 CFR Part
503, 62 -640, F.A.C. and any other applicable federal, state and
local laws, permits or regulations.
C. To accept all responsibility and save and hold harmless
GENERATOR from any actions and /or penalties for the proper
transportation, treatment and /or land application of the residuals as
required by 40 CFR Part 503, 62 -640, F.A.C. and any other
applicable federal, state and local laws, permits or regulations, and
for other actions of SES pursuant to this contract.
To provide for the hauling of the residuals from the GENERATOR
to the BTF for acceptance, treatment and disposal as required by
all Federal, State and local laws. This includes the clean up of any
spills or accidents as a result of the transporting of the residuals.
SES shall save and hold harmless GENERATOR for all liability
arising under these activities.
D. To maintain a record of the total quantity of residuals land applied,
to file with the FDEP a summary as required by the licensing permit
issued to SES and to provide the necessary Agricultural Use Plan
as required by FDEP under Chapter 62 -640, F.A.C.
6. The quality of residuals for land application under the SES Permits, are at
a minimum, Class B stabilized as defined in 40 CFR Part 503 and 62 -640,
F.A.C.
7. SES currently and will during the term of the CONTRACT have the
availability of capacity to handle the agreed upon amount of residuals
transported as described herein.
8. In the event it should become necessary for either party to retain the
services of an attorney to enforce any provision of this CONTRACT, both
parties agree that the cost of any legal proceedings and reasonable
attorney's fees, including any attorney fees and costs incurred as a result
of any proceedings shall be paid by the party that does not prevail, or if
comparative fault is found, then pursuant to the determination of the court.
For Shelley's Environmental Systems For the City of Ocoee
4�
J es D. Shelf — Pr s' ent Name
Mayor, City of Ocoee
Title
9MR,r
Clerk, City of Ocoee
Title
CC: FDEP — Central District
SLUDGE DISPOSAL SERVICES CONTRACT
CONTRACT NO. 0114 -0710
THE PARTIES TO THIS CONTRACT are the City of Daytona Beach, a Florida municipal corporation (the
"CITY "), and SHELLEY'S SEPTIC TANK, INC. a Florida Profit Corporation ( "CONTRACTOR ").
In consideration of the mutual covenants herein contained, the Parties agree as follows:
Section 1. Scope of Services. CONTRACTOR will dispose of domestic wastewater residuals
(sludge), produced 7 days a week, 24 hours per day at the City of Daytona Beach wastewater treatment
facilities as further described in Exhibit A, attached hereto and incorporated herein, to the CITY from time
to time at the direction of the CITY during the Term of this Contract.
Section 2. Reserved.
Section 3. Fee.
For the services provided CONTRACTOR pursuant to this Contract, the CITY will pay CONTRACTOR an
amount not to exceed $44.97 PER TON as further described in the Fee Schedule, attached hereto and
incorporated herein as Exhibit B.
No additional compensation will be due CONTRACTOR for any reason. Except to the extent that Exhibit
B specifically provides for the CITY's reimbursement of CONTRACTOR's costs and expenses,
CONTRACTOR's will fully bear those costs and expenses.
Section 4. Billing; Manner of Payment. In addition to requirements for payment established by
applicable federal, state, or local law including the City Code, or the referenced Exhibits, payment terms
and conditions are as follows:
(a) No payment will be due for services performed until CONTRACTOR submits a proper
invoice. If Exhibit B provides for payment to be made in stages based upon completion of phases, tasks,
or other discrete increment of the service to be provided, CONTRACTOR will invoice the CITY as these
increments of service are completed, and in any event no more frequently than monthly. If Exhibit B
provides for payment to be made based on the percentage of work completed, CONTRACTOR will
invoice the CITY no more frequently than monthly. If Exhibit B does not specifically authorize partial
payments, CONTRACTOR will invoice the CITY only upon completion of the services required.
(b) In order to be considered to be proper, the invoice must include all information that the
CITY may need to verify the accuracy of the invoice and the amount of payment due based on the
specific requirements of this Contract, such as where payment is not due until deliverables are provided,
or reimbursement of expenses is contingent upon proof of same.
(c) The CITY will within 30 days after receipt of an invoice notify the CONTRACTOR that the
invoice is improper, or pay CONTRACTOR the amount due.
Section 5. Standard of Performance. CONTRACTOR's services will at a minimum meet the level
care and skill ordinarily used by members of CONTRACTOR's profession performing the type of services
provided herein within the State of Florida.
Section 6. Relationship between Parties. This Contract does not create an employee - employer
relationship between the CITY and CONTRACTOR. CONTRACTOR is an independent contractor of the
CITY and will be in control of the means and the method in which the requested work is performed. As
an independent contractor, CONTRACTOR will be solely responsible for payment of all federal, state and
local income tax, and self - employment taxes, arising from this Contract; and CONTRACTOR agrees to
General Services 2013
indemnify and hold harmless the CITY from any obligations relating to such taxes. The CITY will not
make deductions from payments due, for such taxes, or for social security, unemployment insurance,
worker's compensation, or other employment or payroll taxes.
Section 7. Documents and Records.
(a) All reports, estimates, logs, original drawings, and other materials furnished, prepared or
executed by CONTRACTOR during the term of and in accordance with the provisions of this Contract will
be the property of the CITY and delivered to the CITY upon demand or, if no demand has previously been
made, upon completion of the particular task for which such materials were prepared, executed, or
otherwise required.
(b) To the extent applicable, CONTRACTOR will comply with the requirements of Florida
Statutes Section 119.0701, as amended pursuant to Laws of Florida Chapter 2013 -154, which include the
following:
(1) CONTRACTOR will keep and maintain public records that ordinarily and necessarily
would be required by the public agency in order to perform the service provided herein.
(2) CONTRACTOR will 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 Ch. 119, Florida Statutes, or as otherwise provided by law.
(3) CONTRACTOR will ensure that public records that are exempt or confidential and
exempt from public records disclosure requirements are not disclosed except as authorized by law.
(4) CONTRACTOR will 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 this Contract
for any reason, and destroy any duplicate public records that are exempt or confidential and exempt from
public records disclosure requirements. When such records are stored electronically, CONTRACTOR will
provide the CITY all records stored electronically in a format that is compatible with the CITY's information
technology systems.
Section 8. Effective Date and Term.
The Effective Date of this Contract is the date on which the last Party signs it. The Term of this Contract
is three (3) years, commencing on the Effective Date. Any purchase order entered into prior to the
expiration of the Term will remain valid.
Section 9. Termination.
(a) The CITY may by written notice to CONTRACTOR terminate this Contract, in whole or in
part, at any time, either for the CITY's convenience or because of the failure of the CONTRACTOR to
fulfill its contractual obligations.
(1) Before terminating for convenience, CITY must provide CONSULANT at least 30
day's advance notice of termination. This Contract will terminate automatically and without need for
further notice upon the expiration of the notice period.
(2) Before terminating due to CONTRACTOR's material breach of its contractual
obligations, CITY must provide CONTRACTOR prior written notice, specifying the breach and demanding
CONTRACTOR remedy the breach within 10 days of the notice, or within such longer period as may be
reasonably required if the nature of the breach is that it cannot be remedied within 10 days of notice. This
Contract will terminate automatically and without need for further notice if CONTRACTOR fails to remedy
the material breach within the period described in the CITY's notice of breach.
General Services 2013 2
In either instance described above, upon termination CONTRACTOR will immediately discontinue all
services affected, unless the notice directs otherwise, and deliver to the CITY all data, drawings,
specifications, reports, estimates, summaries, and any and all such other information and services of
whatever type or nature as may have been accumulated by CONTRACTOR in performing this Contract,
whether completed or in process.
(b) If the termination is for convenience, CONTRACTOR will be paid compensation for
authorized services performed to the date of termination. If termination is due to CONTRACTOR's
material breach, the CITY reserves all rights and remedies it may have under law due to such breach.
Among other things, the CITY may take over the work and prosecute the same to completion by other
agreements or otherwise; and in such case, the CONTRACTOR will be liable to the CITY for all
reasonable additional costs occasioned to the CITY thereby.
(d) If after notice of termination for the CONTRACTOR's failure to fulfill contractual
obligations it is judicially determined by the CITY or by a court of law that the CONTRACTOR had not so
failed, the termination will be conclusively deemed to have been effected for the CITY's convenience. In
such event, adjustment in payment to CONTRACTOR will be made as provided in subsection (b) of this
Section for a termination for convenience.
(e) The rights and remedies of CITY provided for in this Section are in addition and
supplemental to any and all other rights and remedies provided by law or under this Contract.
Section 10. Suspension of Services. If the notice of material breach issued by the CITY pursuant to
the preceding Section so directs, CONTRACTOR will suspend services immediately upon receipt thereof,
other than the work required to remedy the material breach.
Section 11. Indemnification. CONTRACTOR will indemnify and hold harmless the CITY, including the
CITY's officers, employees, and agents, from liabilities, damages, losses, and costs, including, but not
limited to, reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or
intentionally wrongful conduct of CONTRACTOR, or CONTRACTOR's officers, employees, or agents,
including subcontractors and other persons employed or use by CONTRACTOR in the performance of
this Contract.
Section 12. Insurance.
CONTRACTOR will provide and maintain at CONTRACTOR's own expense, insurance of the kinds of
coverage and in the amounts set forth in this Section 10. All such insurance will be primary and non-
contributory with the CITY's own insurance. In the event any request for the performance of services
presents exposures to the CITY not covered by the requirements set forth below, the CITY reserves the
right to add insurance requirements that will cover such an exposure.
(a) Coverage and Amounts.
(1) Workers Compensation Insurance as required by Florida Statutes, Chapter 440,
Workers' Compensation Insurance, for all employees of CONTRACTOR, employed at the site of the
service or in any way connected with the work, which is the subject of this service. The insurance
required by this provision will comply fully with the Florida Workers' Compensation Law and include
Employers' Liability Insurance with limits of not less than $500,000 per occurrence. Any associated or
subsidiary company involved in the service must be named in the Workers' Compensation coverage. If
CONTRACTOR wishes to claim an exemption from worker's compensation insurance requirements,
CONTRACTOR will notify the Risk Manager in writing on CONTRACTOR's official letterhead.
(2) Liability Insurance, including (i) Commercial general liability coverage for
operations, independent contractors, products - completed operations, broad form property damage, and
personal injury on an "occurrence" basis insuring CONTRACTOR and any other interests, including but
not limited to any associated or subsidiary companies involved in the work; and (ii) Automobile Liability
General Services 2013
Insurance, which will insure claims for damages because of bodily injury or death of any person or
property damage arising out of the ownership, maintenance or use of any motor vehicle used by the
CONTRACTOR in the performance of this Contract.
THE COMMERCIAL GENERAL LIABILITY INSURANCE POLICY WILL NAME THE CITY AS AN
ADDITIONAL INSURED. The limit of liability for each policy will be a combined single limit for bodily
injury and property damage of no less than $1,000,000 per occurrence. If insurance is provided with a
general aggregate, then the aggregate will be in an amount of no less than $1,000,000. The Risk
Manager for the City may authorize lower liability limits for the automobile policy only, at the Risk
Manager's sole discretion.
(b) Proof of Insurance. CONTRACTOR will furnish proof of insurance acceptable to the CITY
prior to or at the time of execution of this Contract. CONTRACTOR will not commence work until all proof
of such insurance has been filed with and approved by the CITY. CONTRACTOR will furnish evidence of
all required insurance in the form of certificates of insurance which will clearly outline all hazards covered
as itemized above, the amounts of insurance applicable to each hazard, the expiration dates. The
certificates will also contain the following language as to cancellation:
"In the event of cancellation of this policy by the insurer or any insured, this Company will
give not less than 30 days advance written notice to:
Risk Manager
The City of Daytona Beach
P.O. Box 2451
Daytona Beach, Florida 32115 -2451"
If requested by the CITY, CONTRACTOR will furnish copies of the insurance contracts to support the
certificates of insurance and the copies of said insurance must be acceptable to the CITY.
(c) Cancellation; Replacement Required. CONTRACTOR will file replacement certificates
30 days prior to expiration or termination of the required insurance occurring prior to the acceptance of
the work by the CITY. If a required policy is canceled without CONTRACTOR's prior knowledge
CONTRACTOR will immediately notify the CITY immediately upon becoming aware that a required
insurance coverage has been canceled for any reason, and promptly replace the canceled policy. The
CITY expressly reserves the right or replace the canceled policy at CONTRACTOR'S expense of
CONTRACTOR fails to do so.
(d) Termination of Insurance. CONTRACTOR may not cancel the insurance required by
this Contract until the work is completed, accepted by the CITY and CONTRACTOR has received written
notification from the Risk Management Division of the CITY that CONTRACTOR may cancel the
insurance required by this Contract and the date upon which the insurance may be canceled. The Risk
Management Division of the CITY will provide such written notification at the request of CONTRACTOR if
the request is made no earlier than two weeks before the work is to be completed.
(e) Liabilities Unaffected. CONTRACTOR's liabilities under this Contract will survive and
not be terminated, reduced or otherwise limited by any expiration or termination of insurance coverages.
Similarly, CONTRACTOR's liabilities under this Contract will not be limited to the extent of by the
existence of any exclusions or limitations in insurance coverages, or by CONTRACTOR'S failure to obtain
insurance coverage.
CONTRACTOR will not be relieved from responsibility to provide required insurance by any failure of the
CITY to demand such coverage, or by CITY's approval of a policy submitted by CONTRACTOR that does
not meet the requirements of this Contract.
Section 13. Notice. Unless otherwise expressly agreed herein, all notices, requests, and demands to
or upon the Parties will be delivered by hand, delivered by a courier service, provided to a nationally
General Services 2013
recognized delivery service for overnight delivery, transmitted to a receiving fax machine followed by hard
copy within two days, or by U.S. mail, postage prepaid by registered or certified mail, return receipt
requested, to the addresses set forth herein:
To the CITY: To CONTRACTOR:
Lynn Stevens, Deputy Utilities Director James D. Shelley, Jr.
City of Daytona Beach Utilities Department Shelley's Septic Tank, Inc.
3651 LPGA Blvd. P.O. Box 249
Daytona Beach, FL 32117 Zellwood, FL 32798
Fax: 407 - 889 -8042
provided, however, that either Party may change the person or address designated for receipt of the
Party's notices, by providing written notice to the other Party.
Section 14. Personnel. CONTRACTOR represents that CONTRACTOR has or will secure at
CONTRACTOR's own expense, all personnel required in performing the services under this Contract.
Such personnel will not be employees of or have any contractual relationship with the CITY.
All personnel engaged in the work will be fully qualified and will be authorized under state and local law to
perform such services.
Section 15. CITY's Responsibilities. The CITY agrees to make available for review and use by the
CONTRACTOR, reports, studies, and data relating to the services required. The CITY will establish a
project manager to meet periodically with the CONTRACTOR to facilitate coordination and ensure
expeditious review of work product.
Section 16. Limitation on Waivers. Neither the CITY's review, approval, or acceptance of, or
payment for, any of the services provided by CONTRACTOR, will be construed to operate as a waiver of
the CITY's rights under this Contract. CONTRACTOR will be and always remain liable to the CITY in
accordance with applicable law for any and all damages to the CITY caused by the CONTRACTOR's
negligent or wrongful provision of any of the services furnished under this Contract.
Failure of the CITY to exercise any right or option arising out of a breach of this Contract will not be
deemed a waiver of any right or option with respect to any subsequent or different breach, or the
continuance of any existing breach. Furthermore, the failure of the CITY at any time to insist upon strict
performance of any condition, promise, agreement or understanding set forth herein will not be construed
as a waiver or relinquishment of the CITY's right to insist upon strict performance of the same condition,
promise, agreement or understanding at a future time.
Section 17. Dispute Resolution.
If a dispute exists concerning this Contract, the Parties agree to use the following procedure prior to
pursuing any judicial remedies.
(a) Negotiations. A Party will request in writing that a meeting be held between representatives
of each Party within 14 calendar days of the request or such later date that the Parties may agree to.
Each Party will attend and will include, at a minimum, a senior level decision maker (an owner, officer, or
employee of each organization) empowered to negotiate on behalf of their organization. The purpose of
this meeting is to negotiate in the matters constituting the dispute in good faith. The Parties may mutually
agree in writing to waive this step and proceed directly to mediation as described below.
(b) Non - Binding Mediation. Mediation is a forum in which an impartial person, the mediator,
facilitates communication between parties to promote reconciliation, settlement, or understanding among
them. Within 30 days after the medication procedure described in Subsection (a) proves unsuccessful or
the Parties mutually waive the subsection (a) procedure, the Parties will submit to a non - binding
mediation. The mediation, at a minimum, will provide for (i) conducting an on -site investigation, if
General Services 2013
appropriate, by the mediator for fact gathering purposes, (ii) a meeting of all Parties for the exchange of
points of view and (iii) separate meetings between the mediator and each Party to the dispute for the
formulation of resolution alternatives. The Parties will select a mediator trained in mediation skills and
certified to mediate by the Florida Bar, to assist with resolution of the dispute. The Parties will act in good
faith in the selection of the mediator and give consideration to qualified individuals nominated to act as
mediator. Nothing in this Contract prevents the Parties from relying on the skills of a person who also is
trained in the subject matter of the dispute or a contract interpretation expert. Each Party will attend will
include, at a minimum, a senior level decision maker (an owner, officer, or employee of each
organization) empowered to negotiate on behalf of their organization.
If the Parties fail to reach a resolution of the dispute through mediation, then the Parties are released to
pursue any judicial remedies available to them.
Section 18. General Terms and Conditions.
(a) Amendments. Except as otherwise provided herein, no change or modification of this
Contract will be valid unless the same is in writing and signed by both Parties.
(b) Assignments and Subcontracting. No assignment or subcontracting will be permitted
without the CITY's written approval.
(c) Compliance with Laws and Regulations. In providing all services pursuant to this
Contract, CONTRACTOR will abide by all statutes, ordinances, rules, and regulations pertaining to, or
regulating the provisions of, such services including those now in effect and hereafter adopted. Any
violation of said statutes, ordinances, rules, or regulations will constitute a material breach of this Contract
and will entitle the CITY to terminate this Contract immediately upon delivery of written notice of
termination to the CONTRACTOR.
(d) Truth in Negotiations Certificate. CONTRACTOR hereby certifies that the wages and
other factual unit costs supporting the compensation herein are accurate, complete, and current at the
time of this Contract.
(e) No Third Party Beneficiaries. There are no third party beneficiaries of CONTRACTOR'S
services under this Contract.
(f) Contingency Fee. CONTRACTOR warrants that it has not employed or retained any
company or person, other than a bona fide employee working solely for CONTRACTOR, to solicit or
secure this Contract and that it has not paid or agreed to pay any person, company, corporation,
individual or firm, other than a bona fide employee working solely for CONTRACTOR, any fee,
commission, percentage, gift, or any other consideration, contingent upon or resulting from the award or
making of this Contract.
(g) Nondiscrimination. CONTRACTOR will not discriminate against any employee or
applicant for employment because of race, color, sex, or national origin. CONTRACTOR will take
affirmative action to ensure that applicants are employed and the employees are treated during
employment without regard to their sex, race, creed, color, or national origin. Further, CONTRACTOR
agrees to comply with all local, state, and federal laws and ordinances regarding discrimination in
employment against any individual on the basis of race, color, religion, sex, national origin, physical or
mental impairment, or age. In particular, CONTRACTOR agrees to comply with the provisions of Title 7
of the Civil Rights Act of 1964, as amended, and applicable executive orders including, but not limited to,
Executive Order No. 11246.
(h) Principles in Construing Contract. This Contract will be governed by and construed in
accordance with the laws of the State of Florida, Captions and paragraph headings used herein are for
convenience only, are not a part of this Contract and will not be deemed to limit or alter any provisions
hereof or to be relevant in construing this Contract. The use of any gender herein will be deemed to be or
General Services 2013 6
include the other genders, and the use of the singular herein will be deemed to be or include the plural
(and vice versa), wherever appropriate.
(i) Venue. The exclusive venue for any litigation arising out of this Contract will be Volusia
County, Florida if in state court, or the U.S. District Court, Middle District of Florida if in federal court.
(j) Litigation Costs. Except where specifically provided herein, in case of litigation between
the Parties concerning this Contract, each party will bear all of its litigation costs, including attorney's
fees.
(k) Force Majeure. A force majeure event is an act of God or of the public enemy, riots, civil
commotion, war, acts of government or government immobility (whether federal, state, or local) fire, flood,
epidemic, quarantine restriction, strike, freight embargo, or unusually severe weather; provided, however,
that no event or occurrence will be deemed to be a force majeure event unless the failure to perform is
beyond the control and without any fault or negligence of the Party charged with performing or that
Party's officers, employees, or agents. Whenever this Contract imposes a deadline for performing upon
a Party, the deadline will be extended by one day for each day that a Force Majeure event prevents the
Party from performing; provided, however, that the Party charged with performing and claiming delay due
to a Force Majeure event will promptly notify the other Party of the Event and will use its best efforts to
minimize any resulting delay.
(1) Jury Trial Waived. THE PARTIES HEREBY WAIVE THEIR RESPECTIVE RIGHTS TO A
JURY TRIAL OF ANY CLAIM OR CAUSE OF ACTION BASED UPON OR ARISING OUT OF THIS
CONTRACT, OR ANY DEALINGS BETWEEN THE PARTIES. THE SCOPE OF THIS WAIVER IS
INTENDED TO BE ALL ENCOMPASSING OF ANY DISPUTES BETWEEN THE PARTIES THAT MAY
BE FILED IN ANY COURT AND THAT RELATE TO THE SUBJECT MATTER, INCLUDING WITHOUT
LIMITATION, CONTRACT CLAIMS, TORT CLAIMS, BREACH OF DUTY CLAIMS AND ALL OTHER
COMMON LAW AND STATUTORY CLAIMS.
(m) Authority to Bind CONTRACTOR. The undersigned representative of CONTRACTOR
represents and warrants the he or she is fully authorized to bind CONTRACTOR to the terms and
conditions of this Contract.
(n) Incorporation of ITB and Bid Proposal. The CITY's Invitation to Bid # 0114 -0710, and
the CONTRACTOR's responsive proposal are incorporated herein by reference as Composite Exhibit C
and will remain on file in the Office of the City Clerk. In case of conflicts between the RFP and Proposal,
the RFP will govern. In case of conflicts between Composite Exhibit C and other provisions of this
Contract, including Exhibits A and B, this Contract will govern.
(o) Integration. This Contract represents the entire agreement of the parties with respect to
the subject matter hereof. No representations, warranties, inducements or oral agreements have been
made by either Party except as expressly set forth herein, or in other contemporaneous written
agreements.
IN WITNESS WHEREOF, the Parties through their undersigned representatives have caused this
Contract to be executed in duplicate original.
General Services 2013 7
THE CITY
By:
Derrick L. Henry, Mayor
Date: .
Attest�1;
- -J ertrtiferL: Thomas-Gity-C-ferk—
rr�L 1..r � � ?rL )I C�i�
CONTRACTOR
By: ,� h
Print d Name
Title:
Date:
Approved as to legal for
By: --
Marie Hartman, ity Attorney
General Services 2013
EXHIBIT A
SCOPE OF WORK
SLUDGE DISPOSAL SERVICES
A. Intent
The City of Daytona Beach, Florida is soliciting bids with the intent to establish contracts for the
disposal of domestic wastewater residuals (sludge), produced 7 days a week, 24 hours per day
at the City of Daytona Beach wastewater treatment facilities. Sludge is to be received in the
Contractor's trucks /trailer at the City of Daytona Beach Westside Regional Wastewater
Treatment Plant. Contractor shall transport this material to a Florida Department of
Environmental (FDEP) permitted Residuals Management Facility (RMF) for treatment and
ultimate disposal according to state and federal standards
B. General Background
The City of Daytona Beach (CODB) currently produces sludge at its Westside Regional
Wastewater Treatment Plant at 3651 LPGA Blvd, Daytona Beach, FL. Sludge is dewatered at
the Westside Regional Wastewater Treatment Plant.
This contract is for the transportation and disposal of the dewatered sludge from the above
referenced facility to a permitted disposal facility and any processing required including
processing to meet state and federal standards. "Standards" include terms and conditions of
any applicable state or federal permits.
C. Quantity and Composition of Sludge
The ESTIMATED composition and quantity of dewatered sludge currently being transported is
as follows:
Dewatered Sludge (CODB): 323 wet tons per week at 14% dry solids t 2%
Contractor and City agree that sludge production at the City's plant will vary annually,
seasonally, and monthly. Therefore, the City of Daytona Beach makes no guarantee as to the
amount of sludge that will be generated during any given period.
D. Contract Term
The Contract resulting from this solicitation, if awarded, shall be for a three (3) year period from
the date of the contract.
E. Indemnity
The Contractor agrees to:
1. Accept the responsibility for compliant transport, treatment, stabilization and disposal of
all residuals generated at the LPGA facility.
2. Stabilize to Class AA, or A standards as required by Chapter 62 -640, Florida
Administrative Code (F.A.C.), and properly dispose of such materials in accordance with
all applicable rules and regulations.
Page 19 of 24
ITB 0114 -0710
3. Comply with all requirements for proper transport of domestic wastewater residuals and
site management identified in Chapter 62 -640, F.A.C., and the City of Daytona Beach
wastewater treatment facility operating permit.
4. In the event that the Contractor fails to maintain necessary operating permits in good
standing, resulting in City requirement to find alternative residuals disposal method or
vendor, Contractor shall be responsible to remit to the City any increases in disposal
cost.
F. Standards
All work shall be done in accordance with the Specifications included herein.
The Contractor shall provide competent, suitable, qualified personnel to perform the work as
required by the Contract documents. The Contractor shall at all times, maintain good discipline
and order at the site and shall not interfere with City operations at the LPGA site.
The Contractor shall furnish all equipment, labor, transportation, tools, and all other incidentals
necessary for the execution of the Contract.
The Contractor shall supply a sufficient number of large capacity, leak proof trailers to transport
the residuals as required. The Contractor agrees to responsibly remove trailers containing
residuals from the designated wastewater treatment plant sites within twenty four (24) hours
after the trailer is filled to minimize likelihood of nuisance odor complaints /conditions at the site.
G. Bid Specifications
The Contractor shall be required to transport all dewatered residuals from the CODB Westside
Regional Wastewater Treatment Facility to a residuals stabilization facility owned or leased and
operated by the Contractor where stabilization to Class AA or A standards shall be achieved.
Final disposition of the stabilized residuals shall be the responsibility of the Contractor.
The Contractor is to own or be the sole lessee of the transportation equipment (trucks, trailers,
trailer tarps, etc) utilized in the performance of this contract. The equipment shall have the
company name prominently displayed.
The Contractor shall be required to transport residuals from the facility as scheduled by the
Plant Superintendent, Chief Plant Operator or his /her designee. The Contractor shall notify the
Plant Superintendent or Chief Plant Operator immediately whenever unforeseen situations
occur that may interfere with the scheduled transport. The Contractor agrees that sludge
disposal operation will not be halted due to transportation problems. Trip /disposal tickets on a
form acceptable to the City of Daytona Beach and FDEP shall establish a chain of custody from
the City to the Contractor and quantities delivered. Such tickets shall reflect each load
transported and shall match each load referenced in invoices submitted by the Contractor to the
City for payment. These tickets will indicate the date, tonnage of sludge hauled, driver and
ultimate disposal site for each truckload of residuals. In addition, a monthly summary of trip
tickets shall be submitted to the City of Daytona Beach. Transporting equipment shall be readily
movable by the City of Daytona Beach personnel to facilitate loading.
The Contractor will obtain all necessary permits for transport and disposal of the residuals
produced. The Contractor will comply with all regulations pertaining to the transport and
disposal of the residuals. The Contractor shall be responsible for all costs related to resolving
Page 20 of 24
ITB 0114 -0710
punitive actions, clean up and fines resulting from any unauthorized disposal activities
performed by any employees.
The Contractor shall schedule a visit to the site of the proposed work with the Plant
Superintendent or Chief Plant Operator and fully acquaint themselves with the facilities and
conditions so that the scope of the work with respect to difficulties and restrictions attending the
execution of work under the Contract is fully understood. Contractor shall thoroughly examine
and be familiar with the specifications as contained herein.
H. Contractor Qualifications
Contractor must submit documentation of process review and acceptance by regulatory
agencies assuring their ability to provide Class AA or A treatment of municipal wastewater
sludge utilizing a process approved in accordance with U.S. Environmental Protection Agency's
sludge regulation, 40 CFR Part 503 and Chapter 62 -640 of the Florida Administrative Code and
any other regulations regarding disposal of wastewater sludge.
Considerations will include, but not be limited to previous project history, product support
services, recommendations, product registrations, product storage capabilities, and
demonstrated public acceptability.
I. Contractor Responsibilities
The Contractor will be responsible to receive 12% to 16% of solids content dewatered sludge
cake at an estimated average rate of 460 wet tons per week, and provide all process related
expenses including labor, consumables, transportation, testing and equipment required to
receive and treat the sludge cake to Class AA or A levels in accordance with the process
description submitted in this document.
Contractor is to clearly identify the process to be used for stabilization, as well as where
processing and ultimate disposal will take place. Any changes or modifications in disposal site
or treatment process must be accepted by CODB.
The Contractor will collect all samples and cover all costs for analysis to assure and document
initial project performance requirements and ongoing compliance with Federal & State
Regulatory testing requirements. The Contractor will be responsible for the establishment and
documentation of a QA/QC program.
The Contractor shall utilize the City owned scales at the Daytona Beach LPGA facility for all
sludge leaving that facility to record the quantity of sludge transported from that facility. This
weight ticket shall be used for invoicing. Cost for calibration, repairs, etc., on the scales at the
LPGA facility will be the responsibility of City of Daytona Beach; except, for repairs, where the
costs of such repairs are due to the Contractor's material breach of contract or negligence.
The successful Contractor will be responsible for all costs related for the processing of sludge
cake to Class AA or A standards and management of the end - product in accordance with all
existing applicable regulations and in compliance with this Scope of Work.
Any spillage, accidental or otherwise, which occurs on or off the City of Daytona Beach site,
shall be completely removed and sanitized by the Contractor. In addition, the Contractor shall
Page 21 of 24
ITB 0114 -0710
bear the responsibility of reporting the spillage to the proper agencies and each City in a timely
manner.
The City of Daytona Beach wastewater facility is currently operating under regulations issued by
Federal and State regulatory agencies. The Contractor shall abide by any order, regulation,
permit, license, restriction, injunction, moratorium, or denial of permission to operate the
facilities which may be imposed or issued by any agency having jurisdiction. The Contractor
shall cooperate with the City of Daytona Beach during any test, experiment, construction,
maintenance, or any other operation, which may affect the production of residuals.
The Contractor shall be responsible for obtaining the site(s) for final disposal if needed for
residuals, obtaining all necessary approvals and/or permits required, and meeting all Federal,
State and local rules and policies pertaining to such and the subject matter of this Agreement. If
new regulations neither proposed nor in effect at the time of the bid due date are enacted which
cause substantial economic impact to the Contractor, the Cities will negotiate with the
Contractor to reach a mutually satisfactory resolution to the processing cost differential.
J. After Bid Opening Submittals
Bidders shall furnish the following documentation with the bid to determine their ability to fulfill
the requirements of the Contract.
The lowest Contractor shall provide documentation and references demonstrating that they
have been providing the service in this scope of work for no less than three (3) years in the
State of Florida. Contractors shall provide a minimum of two references of municipal entities in
which they have been under contract for no less than two (2) years
Contractor must submit detailed listings of all required process related equipment (mobile and
fixed) necessary for support of compliant operation of residuals management facility.
Contractor must submit a complete and detailed Facilities Operating Plan. The plan should
identify (as a minimum) hours of operation, staffing levels per shift, method of receiving and
processing the sludge cake, equipment involved, truck schedules into and out of the facility,
operation of odor control equipment, product storage, distribution and application, typical
process data logs to be maintained, OA/QC program for process and product testing.
Contractor shall supply the addressees of FDEP permitted disposal site(s) and the name,
address, and telephone numbers of the Owners. Also, Contractor shall supply copies of permits
from all regulatory agencies granting rights to operate the disposal site(s).
K. Contract Assignment
The Contractor will be required to self - perform this Contract. The Contract shall not be
assigned or subcontracted.
Page 22 of 24
ITB 0114 -0710
EXHIBIT B
REVISED BID SCHEDULE
1'l'B N O. 0114 -0710 to RIGIHAL
UNIT COST
ITEM DESCRIPTION TOTA A40U rT
SLUDGE DISPOSAL (CL AA) PER TON COST
An alliival esiiniated 5,000 tons b
SLUDGE DISPOSAL (CL A + B) PER TON COST
$ 44.97/Wet Ton
$ 44.97 /Wet Ton
/&& 76A
Date signed: 3/25/2014
By: I
(Sigrurlru•e)
Printed Name: James D. Shelley, Jr.
Title: President
Company Name: Shelley's Septic Tank, Inc.
ITB 0114 -0710 ADDENDUM 3
3/18/14
Tolbert, Joyce
From: Flick, Joanne <Flickl @codb.us>
Sent: Thursday, June 12, 2014 11:41 AM
To: Tolbert, Joyce
Subject: RE: Sludge Disposal Services Contract
The City of Ocoee is welcome to piggyback the City's contract for Sludge Hauling with Shelley's provided that service
does not impact their operations here in Daytona Beach.
Thanks
Joanne Flick, CPPO, CPPB
Purchasing Agent
City of Daytona Beach, FL
From: Tolbert, Joyce [ mailto:itolbert @ci.ocoee.fl.us
Sent: Thursday, June 12, 2014 10:08 AM
To: Purchasing Dept
Subject: Sludge Disposal Services Contract
Joanne,
The City of Ocoee is interested in piggybacking Daytona Beach's Contract #0114 -0710 with Shelley's for Sludge Disposal
Services. Shelley's has agreed we could use this contract. I did not see a permission statement in the bid or contract;
therefore, we need your permission to piggyback this contract. Responding to this email should suffice, unless you have
a formal process.
Thank you in advance!
Joyce J"offiert, CPPB
Purchasing Agent
Finance Department
150 N Lakeshore Dr.
Ocoee, FL 34761
9 407 -905 -3100 x1516
8 407 - 905 -3194
http://www.ocoee.org/Depat hasiii /home.htm
tai 6o Green: Please consider the environment before printing this email.
PLEASE NOTE: Florida has a very broad public record law. Most written communications to or from City officials regarding City business are public: records, available to the public
and media upon request. Under Florida law, e -rnail addresses are public records.
Under Florida law, e -mail addresses are public records. If you do not want your e -mail address released in
response to a public - records request, do not send electronic mail to this entity. Instead, contact this office by
phone or in writing.
o
o
-
7
N
W :{ L W =
0
(D
(D
p
O Q O m
O 0
0
(D
>
-- -n m W
w
w
-.
(D
3
m - V c c
: o
m
n
(D
n
0
m
z co CA D„
o� 0 o
O
I�
i�
3
z z -1
n
n
w
m C/) 0
D
(D
d O D
0
0
n
O
o 0
C-)
A
O
N
69
Efi
SHELLEY'S SPETIC
TANKS,
ZELLWOOD, FL
ca
co
T WAYNE HILL
TRUCKING. INC
P
BARTOW, FL
0
0
0
O
O
O
SYNAGRO SOUTH,
2
°2
LLC BALTIMORE,
0
0
MD