Loading...
HomeMy Public PortalAbout059-2023 - Merrell Bros. - hauling and applying biosolids to land AGREEMENT THIS AGREEMENT made and entered into this day of_14,?),-/ L , 2023, by and between the City of Richmond, 1,1).diiina, a municipal corporation •:icti.n.g by and through its Board of Sanitary Commissioners (referred to as the "City"), and Merrell Bros., 88.1..1 W. 500 N. Kokomo, IN 46901. (hereinafter referred to as the "Contractor"). SECTION 1. STATEMENT ANT) SUBJECT OF WORK. City hereby retains Contractor for the provision of professional services pertaining to hauling and land applying of biosolids. A request for proposals was issued, and is on file in the office of the City, which is attached hereto and incorporated by reference herein as Exhibit "A". Contractor has provided a proposal regarding the provision of the services described herein and described in Exhibit "A", as well as the rate for such services, which is attached hereto and incorporated by reference herein as Exhibit "B". Should any provisions, terms, or conditions contained in any of the documents attached hereto and. incorporated by reference herein as Exhibits, conflict with any of the provisions, terms, or conditions of this Agreement, this Agreement shall be controlling. The Contractor shall furnish all labor, material, equipment, and services necessary for the proper completion of all work specified. Contractor shall submit statements or bills monthly. No performance of services shall commence until the following has been met: The City is in rmeipt of any required certificates of insurance and/or warranties; 2. The City is in receipt of any required affidavit(s) signed by Contractor in accordance with I.C. § 22-5-1,7-11(a)(2); and 3. A purchase order has been issued by the Purchasing Department, SECTION II. STATUS OF CONTRACTOR. Contractor shall be deemed to be an independent contractor and is not an employee or agent of the City of Richmond, SECTION III. COMPENSATION City shall pay the rates set forth on the attached Exhibit"B". SECTION IV. TERM OF AGREEMENT This Agreement shall become effective when signed by all of the parties hereto and shall continue in effect until in effect until December 31, 2023, with an option to extend the agreement for four (4) additional years, in one (1) year increments, with such renewal being exercised thirty (30) days prior to the expiration of each calendar year. Should City desire to extend this Agreement, it will so notify the Contractor in writing, which renewal shall not require a new Agreement, nor an Addendum to this Agreement. The price for each additional one (1) year renewal shall be the same as set forth in Exhibit "B", please an increase,consistent with the consumer price index. Contract No. 59-2023 Notwithstanding the term of this Agreement, City may terminate this Agreement in whole or in part, for cause, at any time by giving at least thirty (30) days .written notice specifying the effective date and the reasons for termination which shall include but not be limited to the following: a, failure, for any reason of the Contractor to Ililfill in a timely manner its obligations under this Agreement; b. submission of a report, other work product, or advice, whether oral or written, by the Contractor to the City that is incorrect, incomplete, or does not meet reasonable professional standards in any material respect; c. ineffective or improper use of funds provided under this Agreement; d. suspension or termination of the grant funding to the City under which this Agreement is made; or e. unavailability of sufficient funds to make payment on this Agreement. This Agreement may also be terminated by either the City or the Contractor, in whole or in part, by mutual Agreement setting forth the reasons for such termination, the effective date, and in the case of partial termination, the portion to he terminated. This Agreement may also be terminated by either the City or the Contractor, without cause, by giving at least thirty (30) days written notice to the other party. In the event of termination of this Agreement, the City shall be required to make payment for all work performed prior to the date .this Agreement is terminated, but shall be relieved of any other responsibility herein. SFCTION V. INDENINUFICATION AND :I.NSU:R.ANCE Contractor agrees to obtain insurance and to indemnify the City for any damage or injury to person or property or any other claims which may arise from the Contractor's conduct or performance of this Agreement, either intentionally or negligently; provided, however, that nothing contained in this Agreement shall be construed as rendering the Contractor liable for acts of the City, its officers, agents, or employees. Contractor shall as a prerequisite to this .Agreement, purchase and thereafter maintain such insurance as will protect it from the claims set forth below which may arise out of or result from the Contractor's operations under this Agreement, whether such operations by the Contractor or by any sub- contractors or by anyone directly or indirectly employed by any of them, or by anyone for whose acts the Contractor may be held responsible. Coverage Limits A. Worker's Compensation & Statutory Disability Requirements B. :Employer's Liability S100,000 C. Comprehensive General Liability Section I. Bodily Injury $1,000,000 each occurrence $2,000,000 aggregate Section 2. Property Damage $1,000,000 each occurrence ft Comprehensive Auto Liability Section 1. Bodily Injury $1,000,000 each person $1.,000,000 each occurrence Section 2. Property Damage $1,000,000 each occurrence E. Comprehensive Umbrella Liability $1,000,000 each occurrence $1,000,000 aggregate F. Malpractice/Errors & Omissions Insurance $1,000,000 each occurrence $2,000,000 aggregate SECTION VI. COMPLIANCE WITH WORKER'S COMPENSATION LAW Contractor shall comply with all provisions of the Indiana Worker's Compensation law, and shall, before commencing work under this Agreement, provide the City a certificate of insurance, or a certificate from the industrial board showing that the Contractor has complied with Indiana Code Sections 22-3-2-5, 22-3- 5-1 and 22-3-5-2. If Contractor is an out of state employer and therefore subject to another state's worker's compensation law, Contractor may choose to comply with all provisions of its home state's worker's compensation law and provide the City proof of such compliance in lieu of complying with the provisions of the Indiana Worker's Compensation Law. SECTION 'VIE COMPLIANCE WITH INDIANA E-VERIFY PROGRAM REQUIREMENTS Pursuant to Indiana Code 22-5-1.7, Contractor is required to enroll in and verify the work eligibility. status of all newly hired employees of the contractor through the Indiana E-Verify program. Contractor is not required to verify the work eligibility status of all newly hired employees of the contractor through the Indiana E-Verify program if the Indiana .E-Verify program no longer exists. Prior to the performance of this Agreement, Contractor shall provide to the City its signed Affidavit affirming that Contractor does not knowingly employ an unauthorized alien in accordance with IC 22-5-1.7-11 (a) (2). In the event Contractor violates IC 22-5-1..7 the Contractor shall be required to remedy the violation not later than thirty (30) days after the City notifies the Contractor of the violation. If Contractor fails to remedy the violation within the thirty (30) day period provided above, the City shall consider the Contractor to be in breach of this Agreement and this Agreement will be terminated. If the City determines that terminating this Agreement would be detrimental to the public interest or public property, the City may allow this Agreement to remain in effect until the City procures a new contractor. If this Agreement is terminated under this section, then pursuant to IC 22-5-1..7-1.3 (c) the Contractor will remain liable to the City for actual damages. SECTION VIII. IRAN INVESTMENT ACTIVITIES Pursuant to Indiana Code (IC) 5-22-16.5, Contractor certifies that Contractor is not engaged in investment activities in Iran. In the event Board determines during the course of this Agreement that this certification. is no longer valid, Board shall notify Contractor in writing of said. determination and shall give contractor ninety (90) days within which to respond to the written notice. In the event Contractor fails to demonstrate to the Board that the Contractor has ceased investment activities in Iran within ninety (90) days after the written notice is given to the Contractor, the Board may proceed with any remedies it may have pursuant to IC 5-22-16,5. In the event the Board determines during the course of this Agreement that this certification is no longer valid and said determination is not refuted by Contractor in the manner set forth in IC 5- 22-16.5, the Board reserves the right to consider the Contractor to be in breach of this Agreement and terminate the agreement upon the expiration of the ninety (90) day period set forth above. SECTION IX. PROHIBITION AGAINST DISCRINTINATION A. Pursuant to Indiana Code 22-9-1-10, Contractor, any sub-contractor, or any person acting on behalf of Contractor or any sub-contractor shall not discriminate against any employee or applicant for employment to be employed in the performance of this Agreement, with respect to hire, tenure, tergas, conditions or privileges of employment or any matter directly or indirectly related to em.pkiyment, because of race, religion, color, sex, disability, national origin, or ancestry. B. Pursuant to Indiana Code 5-16-6-1., the Contractor agrees: That in the hiring of employees for the performance of work under this Agreement of any subcontract hereunder, Contractor, any subcontractor, or any person acting on behalf of Contractor or any sub-contractor, shall not discriminate by reason of race, religion, color, sex, national origin or ancestry against any citizen of the State of Indiana who is qualified and available to perform the work to which the employment relates; 2. That Contractor, any sub-contractor, or any person action on behalf of Contractor or any sub-contractor shall in no manner discriminate against or intimidate any employee hired for the performance of work under this Agreement on account of race, religion, color, sex, national origin or ancestry; 3. That there may be deducted from the amount payable to Contractor by the City under this Agreement, a penalty of five dollars ($5.00) for each person for each calendar day during which such person was discriminated against or intimidated in violation of the provisions of th.e Agreement; and. 4. That this Agreement may be canceled or terminated by the City and all money due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this section of the Agreement. C. Violation of the terms or conditions of this Agreement relating to discrimination or intimidation shall be considered a material breach of this Agreement. SECTION X. RELEASE OF LIABILITY Contractor hereby agrms to release and hold harmless the City and all officers, employees, or agents of the same from all liability which may arise in the course of Contractor's performance of its obligations pursuant to this Agreement. SECTION XI. MISCELLANEOUS This Agreement is personal to the parties hereto and neither party may assign or delegate any of its rights or obligations hereunder without the prior written consent of the other party. Any such delegation or assignment, without the prior written consent of the other party, shall be null and void, This Agreement shall be controlled by and interpreted according to Indiana law and shall be binding upon the parties, their successors and assigns. This document constitutes the entire Agreement between the parties, although it may be altered or amended in whole or in part at any time by filing with the Agreement a written instrument setting forth such changes signed by both parties. By executing this Agreement the parties agree that this document supersedes any previous discussion, negotiation, or conversation relating to the subject matter contained herein. This Agreement may be simultaneously executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. The parties hereto submit to jurisdiction of the courts of Wayne County, Indiana, and any suit arising out of this Contract must be filed in said courts. The parties specifically agree that no arbitration or mediation shall be required prior to the commencement of legal proceedings in said Courts. By executing this Agreement, Contractor is estopped from bringing suit or any other action in any alternative forum, venue, or in front of any other tribunal, court, or administrative body other than the Circuit or Superior Courts of Wayne County, Indiana, regardless of any right Contractor may have to bring such suit in front of other tribunals or in other venues. Any person executing this Contract in a representative capacity hereby warrants that he/she has been duly authorized by his or her principal to execute this Contract. In the event of any breach of this Agreement by Contractor, and in addition to any other damages or remedies, Contractor shall be liable for all costs incurred by City in its efforts to enforce this Agreement, including but not limited to, City's reasonable attorney's fees, In the event that an ambiguity, question of intent, or a need for interpretation of this Agreement arises, this Agreement shall be construed as if drafted jointly by the parties, and no presumption or burden of proof shall arise favoring or disfavoring any party by virtue of the authorship of any of the provisions of this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement at Richmond, Indiana, as of the day and year first written above, although signatures may be affixed on different dates, [THE REMAINER OF THIS PAGE INTENTIONALLY LEFT BLANK-- SIGNATURES TO :FOLLOW- "CITY" "CONTRACTOR" The City of Richmond, Indiana, by and Merrell Bros. through its Board of S .ntary Commissioners Sue Miller, President (Printed): ,es):7; Dated: Title: BalkSid, Vice President Dated: 4417-23 --e 2 Dated: Steim, ember Dated: * 7- APPROVED: Dated: 9' i/ 2023 PROPOSAL FOR PROFESSIONAL SERVICES RELATED TO HAULING AND LAND APPLICATION MANAGEMENT OF LIQUID DIGESTED BIO-SOLIDS MATERIAL The Richmond Sanitary District,is requesting Statements of Qualifications and Proposals from firms who are interested in providing professional services for hauling, land application, and report generation on a monthly and annual basis. (Attached is the Richmond Sanitary District Land Application Permit) Background: The Richmond Sanitary District has been land-applying bio-solids to farm fields for 32 years. The Richmond Sanitary District historically generates approximately 12,000,000 gallons of bio-solids annually, at approximately 4 percent solids concentration.The Richmond Sanitary District has the capability to store 6 million gallons of liquid bio- solids. We generally request our Bio-Solids be hauled and applied in the Spring, Mid- Summer, and Late Fall/Winter. The work for which the Statement of Qualifications and proposal is requested consists of hauling liquid digested bio-solids materials from the Richmond Sanitary District's wastewater treatment plant to permitted disposal sites at various times during the year. The prospective firm will be required to maintain a positive relationship with the farmers and/or landowners who have provided their sites for our bio-solids application activity. The prospective firm must also maintain a minimum of 3400 acres of permitted farmland for bio-solids application for the sole use of the Richmond Sanitary District. • The Scope of Work for Liquid Injection of Bio-solids will include but will not be limited to the following: List price breakdown of each applicable item on the attached Price Request Sheet: Option A 1. Provide equipment to haul and to land apply the Richmond Sanitary District's bio-solids. 2. Conform to all local, state, and federal guidelines,rules, and regulations,while performing the work necessary for land application of bio-solids, in accordance to Richmond's Land Application Permit. 3. Provide all labor as deemed necessary to load and transport the bio-solids. 4. Maintain contact with the landowners and farmers on a regular basis to ensure the fields are ready for bio-solids application. Exhibit A 1/3/2023 5. Provide all documentation and reports as required by the Indiana Department of Environmental Management(IDEM) to show that the bio-solids application is consistent with the agronomic loading rates required for the sites and associated crops. The prospective firm must be able to provide all necessary documentation for these sites. 6. Provide monthly and annual reports and documentation as required by local, state, and federal agencies,to the Richmond Sanitary District's Operator of Record in a timely manner. 7. This is a Turn-Key operation (Responsibility of the Contractor)--it will be the contractor's responsibility to maintain all permits, sample farm fields,meet and coincide with,the fanner when you can land apply. It will be the contractor's responsibility to verify staging areas and follow IDEM set backs and follow all IDEM rules and regulations, 8. Price request based on 12,000,000 gallons sludge annually. But, the actual amount could be more or less based on operational circumstances. 9. The Richmond sanitary District will pay for the fuel separately for the injection machines, 'judge tanker trucks, and pumps if required. Your firm will be required to submit signed fuel tickets with the equipment name/number/field location to the Richmond Sanitary District. The Richmond Sanitary District will contract with another vendor directly for the purchase of this fuel. All of this equipment is expected to be fueled up and full before operations begin. This equipment will then be fueled up after operations are finished before the equipment leaves the site. The contractor will be required to purchase their own fuel to get equipment to Richmond. No fuel shall be purchased for equipment other than what has been specifically listed and no fuel shall be purchased for equipment once it has left Richmond. It will be the contractor's responsibility to coordinate fuel delivery as needed. 10, On January 1st of each contract year the contractor may adjust their unit prices to reflect the then-current adjustment in the rate of change in the cost of living as reflected in the Consumer Price Index for all Urban Consumers (CPI-U) as published by the United States Department of Labor. Notification of changes will need to be submitted by September lst prior to the subsequent year for budgeting purposes. The base CPI shall be January 2023. 11. Provide your response time for land application. Option B 1. Provide dewatering equipment on an as needed basis during situations when normal land application of liquid bio-solids is not practical. a. RSD will provide: 6"bypass pump(if needed), and tipping fees at the landfill. b. Contractor will supply the following: all dewatering equipment, generator to supply power to equipment,polymer, and dump trucks, and all employees to run necessary equipment. 1/3/2023 c. Contractor will pull sample for RSI) lab to perform filtrate test to meet 200-500111g/1 limit on TSS or a 90%-95% feed solids capture rate during start up and on a as needed basis. 2. Provide your response time be for dewatering. Option C 1. In the event that land application and dewatering are not readily available, does your firm have a centralized storage facility or facilities where wet solids could be hauled? If not, what is your alternative plan for these events? 2. Provide your response time for offsite hauling if we need it. Option D 1. Provide a general proposal and concepts to come up with a long term plan for handling bios-solids in regards to the market trend/availability as well as from a regulatory and future regulatory sense? We would like to see an understanding and conversation on: a. The fu .e of land application with respect to regulations, shrinking window for application, and ground owner's interest, b, Regulatory thoughts and long term cost/possibilities of dewatering (pressicentrifilge)bio-solids to be taken to the landfill. c. Land Management of city owned ground for land application. d. Path A to take RSD's bi.o-solids to class A bio-solid. e. All options will be considered, Other The Sanitary district has used its rectangular intermediate clarifiers to store sludge when things have come up and we could not land apply bio-solids. In this process the contracted company will pull sludge from our load out and transfer sludge to our 4 rectangular intermediate clarifiers. Our intermediates will hold approximately 500,000 gallons of sludge. When weather cooperates, and the contracted company is hauling sludge to farm fields they will be responsible to empty the rectangular intermediates. The company will be required to supply the pump to pump the sludge into the trucks to haul to farm fields as well as whatever equipment is used to transfer sludge to the intermediate clarifiers. Please respond with the following if you are interested: 1. Provide the history and location of your firm. 1/3/2023 2. Provide comparable work experience for the last 5 years and at least three references (please include name, address, phone number and contact person for reference check). 3. Describe your firm's overall understanding of the project and your methodology and management plan to complete the task. 4. Provide resumes of all personnel who will be working on the project. 5. Provide a list of equipment necessary to perform the hauling and land application of liquid digested bio-solids materials? (Indicate if the equipment is owned or leased), 6. Provide a list of equipment necessary to perform the dewatering of bio-solids. (Indicate if the equipment is owned or leased). 7. Indicate your level of availability to haul bio-solids for the Richmond Sanitary District for the length of the project's contract. 8. Please provide a list of resources and an estimate response time when the Richmond Sanitary District requests your services. 9. What is your experience with the Richmond Sanitary District? 10, Provide years of experience with Bio-Solids with similar size cities and what state they reside in. 11. Provide years of experience with Bio-Solids in State of Indiana. 12, Provide and describe your overall knowledge of rules and regulations for land application in Indiana, Wayne County and surrounding counties. 13. Provide proof of insurance to indemnify the city for any damage or injury to person or property or any other claims witch may arise from the contractor's conduct or performance of this agreement. .Provide insurance minimums listed on separate page. 14. Provide your response time be for option A, Option B, and option C. 15, Provide your response time be for moving solids into rectangular intermediate clarifiers from sludge holding tank. Length of Contract: 1,—Year (2023)with option to renew yearly up to five years (2024), (2025), and (2026),(2027), and (2028).Contract will begin day of signing by both parties. Five copies of the Statement of Qualifications and Proposals must be received no later than January 24 at 9:00am at 2380 Liberty Avenue,Richmond,Indiana 47374. The Statement of Qualifications and Proposal must be in a sealed envelope marked "Statement of Qualifications and Proposal-Bio-Solids". To The Board of Sanitary Commissioners. If you have any questions please call Todd Hobson (Superintendent) at 765-983- 7479, or Brett Skirvin (Assistant Superintendent) at 765-983-7480. ATTACHMENTS: 1. Price request page, 1/3/202'3 PRICE REQUEST FOR HAULING & LAND APPLICATION MANAGEMENT OF LIQUID DIGESTED BIO-SOLIDS RICHIVIOND SANITARY DISTRICT 2380 Liberty Avenue Richmond, IN 47374 (765) 983-7450 Price Request Sheet Contractor Name: Date: Option A. Liquid Injection Operational Cost/Gallon of Bio-Solids' Operational Cost/Year of Bio-Soildsl Option B. Dewatering Operational cost/Gallon of Bio-Solids Mobilization/Demobilization cost Option C. Offsite hauling Operational cost/Gallon of Bio-Solids Mobilization/Demobilization cost Other (Moving bio-solids from storage tank to rectangular Intermediates) Operational cost/ Gallon of Bio-Solid Footnote: Based on 12,000,000 Gallons per Year 1/17/2023 • DAVID M.SNOW Mayor u * * PATRICK SMOKER Director CITY OF RICHMOND DEPARTMENT OF SANITATION 2380 LIBERTY AVENUE•RICIIMOND,INDIANA 47374 PHONE(765)983-7450•FAX(765)962-2669 Date: January 9, 2023 To: All Bidders From: Denise Johnson RE: 2023 Services related to hauling and land application management of liquid digested biosolids material ADDENDUM#1 This is"Addendum#1". This addendum is in reference to the above-mentioned bid. Please mark Addendum #1 on outside of envelope when returning bid. Sealed proposals will be due by 9:00AM on January 31, 2023 (previously January 24, 2023). Proposals must be turned in no later than 9:00AM at the Administration Building of Richmond Sanitary District located at 2380 Liberty Avenue, Richmond, IN. Proposals will be publically opened and read at 10:00AM on January 31, 2023 in the City Council Chambers of the City of Richmond Municipal Building, 50 North 5 Street, Richmond, IN. Questions please ill bidding manager,Todd Hobson at 765-983-7479. Thank you. DAVID M.SNOW ••• o Mayor 4104 PATRICK SMOKER Director CITY OF RICHMOND DEPARTMENT OF SANITATION 2380 LIBERTY AVFNUE•RICHMOND,INDIANA 47374 PkiONE(765)983-7450•FAX(765)962-2669 Date: January 20, 2023 To: All Bidders From: Jeff 1.,ohmoel ler Re: 2023 Services related to hauling and land application management of liquid digested biosolids material ADDENDUM #2 This "Addendum#2". This addendum is in reference to the above-mentioned bid. Please mark Addendum #1 and #2 on outside of envelope when returning bid. During our pre-bid meeting a proposal sheet was handed out. This proposal sheet was to be attached with original bid request. Two questions was asked about. First one was on the Consumer Price Index Urban and on proposal sheet the last price request asked, guaranteed gallons removed at liquid injection cost. Question #1. We will continue us the CP1-Urban Consumer Index. On January l' each contracted year the contractor may adjust their unit prices to reflect the then-current adjustment in the rate of change in the cost of living as published by the United States Department of Labor. This is on Option A item#10. Question #2. Clarification on this price request. We are asking how many gallons you can guarantee to remove from our biosolids waste stream at the cost of"liquid injection price" no matter how it has to be removed. (example: liquid injection, belt pressed, centrifuge, etc.) Proposal must be turned in no later than 9:00AM at the Administration Building of Richmond Sanitary District located 2380 Liberty Avenue, Richmond, IN. Proposal will be publically opened and read at 10:00AM on January 31, 2023 in the City Council Chambers of the City of Richmond Municipal Building, 50 North 5 Street, Richmd, IN. Questions please call bidding manager, Todd Hobson at 765-983-7479. Thank you. 2023 PROPOSAL FOR PROFESSIONAL SERVICES RELATED TO HAULING AND LAND APPLICATION MANAGEMENT OF LIQUID DIGESTED BIO-SOLIDS 'MATERIAL The Richmond Sanitary District,is requesting Statements of Qualifications and Proposals from firms who are interested in providing professional services for hauling, land application, and report generation on a monthly and annual basis. (Attached is the Richmond Sanitary District Land Application Permit) Background: The Richmond S nitary District has been land-applying bio-solids to farm fields for 32 years. The Richmond Sanitary District historically generates approximately 12,000,000 gallons of bio-solids annually, at approximately 4 percent solids concentration.The Richmond Sanitary District has the capability to store 6 million gallons of liquid bio- solids. We generally request our Bio-Solids be hauled and applied in the Spring,Mid- Summer, and Late Fall/Winter. The work for which the Statement of Qualifications and proposal is requested consists of hauling liquid digested bio-solids materials from the Richmond Sanitary District's wastewater treatment plant to permitted disposal sites at various times during the year. The prospective firm will be required to maintain a positive relationship with the farmers and/or landowners who have provided their sites for our bio-solids application activity, The prospective fum must also maintain a minimum of 3400 acres of permitted farmland for bio-solids application for the sole use of the Richmond Sanitary District. • The Scope of Work for Liquid Injection of Bio-solids will include but will not be limited to the following: List price breakdown of each applicable item on the attached Price Request Sheet: Option A 1, Provide equipment to haul and to land apply the Richmond Sanitary District's bio-solids, 2_ Conform to all local, state, and federal guidelines,rules, and regulations,while performing the work necessary for land application of bio-solids,in accordance to Richmond's Land Application Permit. 3. Provide ail labor as deemed necessary to load and transport the bio-solids. 4. Maintain contact with the landowners and farmers on a regular basis to ensure the fields are ready for bio-solids application. Exhibit A 1/3/2023 5. Provide all documentation and reports as required by the Indiana Department of Environmental Management (IDEM)to show that the bio-solids application is consistent with the agronomic loading rates required for the sites and associated crops. The prospective firm must be able to provide all necessary documentation for these sites. 6. Provide monthly and annual reports and documentation as required by local, state, and federal agencies,to the Richmond Sanitary District's Operator of Record in a timely manner. 7. This is a Turn- Key operation (Responsibility of the Contractor)—it will be the contractor's responsibility to maintain all permits, sample farm fields,meet and coincide with the farmer when you can land apply. It will be the contractor's responsibility to verify staging areas and follow IDEM set backs and follow all IDEM rules and regulations, 8. Price request based on 12,000,000 gallons sludge annually. But,the actual amount could be more or less based on operational circumstances. 9. The Richmond sanitary District will pay for the fuel separately for the injection machines, sludge tanker trucks, and pumps if required. Your firm will be required to submit signed fuel tickets with the equipment name/number/field location to the Richmond Sanitary District. The Richmond Sanitary District will contract with another vendor directly for the purchase of this fuel, All of this equipment is expected to be fueled up and full before operations begin. This equipment will then be fueled up after operations are finished before the equipment leaves the site. The contractor will be required to purchase their own fuel to get equipment to Richmond. No fuel shall be purchased for equipment other than what has been specifically listed and no fuel shall be purchased for equipment once it has left Richmond. It will be the contractor's responsibility to coordinate fuel delivery as needed. 10. On Janu. -yist of each contract year the contractor may adjust their unit prices to reflect the then-current adjustment in the rate of change in the cost of living as reflected in the Consumer Price Index for all Urban Consumers (CPI-U) as published by the United States Department of Labor, Notification of changes will need to be submitted by September 1st prior to the subsequent year for budgeting purposes. The base CPI shall be January 2023. 11. Provide your response time for land application. Option B I, Provide dewatering equipment on an as needed basis during situations when normail land application of liquid bio-solids is not practical. a. RSD will provide: 6"bypass pump (if needed), and tipping fees at the landfill, b. Contractor will supply the following: all dewatering equipment, generator to supply power to equipment,polymer, and dump trucks, and all employees to run necessary equipment. 1/3/2023 c, Contractor will pull sample for RSD lab to perform filtrate test to meet 200-500m.g/1 limit on TSS or a 90%-95% feed solids capture rate during start up and on a as needed basis. 2. Provide your response time be for dewatering. Option C 1. hi the event that land application and dewatering are not readily available, does your firm have a centralized storage facility or facilities where wet solids could be hauled? If not,what is your alternative plan for these events? 2. Provide your response time for offsite hauling if we need it. Option D 1. Provide a general proposal and concepts to come up with a long term plan for handling bios-solids in regards to the market trend/availability as well as from a regulatory and future regulatory sense? We would like to see an understanding and conversation on: a. The future of land application with respect to regulations, shrinking window for app';cation, and ground owner's interest. b. Regulatory thoughts and long term cost/possibilities of dewatering (pressictntrifuge)bio-solids to be taken to the landfill. c. Land Management of city owned ground for land application. d. Path A to take RSD's bio-solids to class A bio-solid. e. All options will be considered. Other The Sanitary district has used its rectangular intermediate clarifiers to store sludge when things have come p and we could not land apply bio-solids, In this process the contracted company will pull sludge from our load out and transfer sludge to our 4 rectangular intermediate clarifiers. Our intermediates will hold approximately 500,000 gallons of sludge. When weather cooperates, and the contracted company is hauling sludge to farm fields they will be responsible to empty the rectangular intermediates.The company will be required to supply the pump to pump the sludge into the trucks to haul to farm fields as well as whatever equipment is used to transfer sludge to the intermediate clarifiers. Please respond with the following if you are interested: 1. Provide the history and location of your firm. 1/3/2023 2. Provide comparable work experience for the last 5 years and at least three references (please include name, address, phone number and contact person for reference check). 3, Describe your firm's overall understanding of the project and your methodology and management plan to complete the task. 4. Provide resumes of all personnel who will be working on the project. 5. Provide a list of equipment necessary to perform the hauling and land application of liquid digested bio-solids materials? (Indicate if the equipment is owned or leased). 6. Provide a list of equipment necessary to perform the dewatering of bio-solids. (Indicate if the equipment is owned or leased). 7. Indicate your level of availability to haul bio-solids for the Richmond Sanitary District for the length of the project's contract. 8. Please provide a list of resources and an estimate response time when the Richmond Sanitary District requests your services. 9. What is your experience with the Richmond Sanitary District? 10. Provide years of experience with Bio-Solids with similar size cities and what state they reside in. 11. Provide years of experience with Bio-Solids in State of Indiana, 12. Provide and describe your overall knowledge of rules and regulations for land application in Indiana, 'Wayne County and surrounding counties. 13.Provide proof of insurance to indemnify the city for any damage or injury to person or property or any other claims witch may arise from the contractor's conduct or performance of this agreement. ,Provide insurance minimums listed on separate page. 14, Provide your response time be for. option A, Option B, and option C. 15. Provide your response time be for moving solids into rectangular intermediate clarifiers from sludge holding tank. Length of Contract: 1—Year(2023)with option to renew yearly up to five years (2024), (2025), and (2026), (2027), and (2028).Cont•act will begin day of signing by both parties. Five copies of the Statement of Qualifications and Proposals must be received no later than January 24 at 9:00am at 2380 Liberty Avenue,Richmond,Indiana 47374. The Statement of Qualifications and Proposal must be in a sealed envelope marked "Statement of Qualifications and. Proposal- Bio-Solids". To The Board of Sanitary Commissioners. If you have any questions please call Todd Hobson (Superintendent) at 765-983- 7479, or Brett Skirvin (Assistant Superintendent) at 765-983-7480. ATTACHMENTS: 1. Price request page. 1/3/2023 PRICE REQUEST FOR HAULING & LAND APPLICATION MANAGEMENT OF LIQUID DIGESTED BIO-SOLIDS RICHMOND SANITARY DISTRICT 2380 Liberty Avenue Richmond, IN 47374 (765) 983-7450 Price Request Sheet Contractor Name: Date: Option A. Liquid Injection Operational Cost/Gallon of Bio-Solids' Operational Cost/Year of Bio-Soilds1 Option B. Dewatering Operational cost/Gallon of Bio-Solids Mobilization/Demobilization cost Option C. Offsite hauling Operational cost/Gallon of Bio-Solids Mobilization/Demobilization cost Other (Moving bio-solids from storage tank to rectangular Intermediates) Operational cost/ Gallon of Bio-Solid Footnote: 1 Based on 12,000,000 Gallons per Year 1/17/2023 DAVID M.SNOW et'W;(4. Mayor PATRICK SMOKER Director CITY OF RICHMOND DEPARTMENT OF SANITATION 2380 LIBERTY AVFNUE.RICiIMOND,INDIANA 47374 PHONE(765)983-7450•FAX(765)962-2669 Date: January 9, 2023 To: All Bidders From: Denise Johnson RE: 2023 Services related to hauling and land application management of liquid digested biosolids material ADDENDUM#1 This is "Addendum#1". This addendum is in reference to the above-mentioned bid. Please mark Addendum #1 on outside of envelope when returning bid. Sealed proposals will be due by 9:00AM on January 31, 2023 (previously January 24, 2023). Proposals must be turned in no later than 9:00AM at the Administration Building of Richmond Sanitary District located at 2380 Liberty Avenue, Richmond, IN. Proposals will be publically opened and read at 10:00AM on January 31, 2023 in the City Council Chambers of the City of Richmond Municipal Building, 50 North 5 Street, Richmond, IN. Questions please call bidding manager, Todd Hobson at 765-983-7479. Thank you. 0 • DAVIE)M.SNOW Mayor PATRICK SMOKER Director CITY OF RICHMOND DEPARTMENT OF SANITATION 2380 LIBERTY AVENUE•RICHMOND,INDIANA 47374 PHONE(765)983-7450•FAX(765)962-2669 Date: January 20, 2023 To: All Bidders From: Jeff Lohmoeller Re: 2023 Services related to hauling and land application management of liquid digested biosolids material ADDENDUM #2 This "Addendum #2". This addendum is in reference to the above-mentioned bid. Please mark Addendum #1 and #2 on outside of envelope when returning bid. During our pre-bid meeting a proposal sheet was handed out. This proposal sheet was to be attached with original bid request. Two questions was asked about. First one was on the Consumer Price Index Urban and on proposal sheet the last price request asked, guaranteed gallons removed at liquid injection cost. Question #1. We will continue us the CPI-Urban Consumer Index. On January 1st each contracted year the contractor may adjust their unit prices to reflect the then-current adjustment in the rate of change in the cost of living as published by the United States Department of Labor. This is on Option A item #10. Question #2. Clarification on this price request. We are asking how many gallons you can guarantee to remove from our biosolids waste stream at the cost of"liquid injection price" no matter how it has to be removed. (example: liquid injection, belt pressed, centrifuge, etc.) Proposal must be turned in no later than 9:00AM at the Administration Building of Richmond Sanitary District located 2380 Liberty Avenue, Richmond, IN. Proposal will be publically opened and read at 10:00AM on January 31, 2023 in the City Council Chambers of the City of Richmond Municipal Building, 50 North 5 Street, Richmond, IN. Questions please call bidding manager, Todd Hobson at 765-983-7479. Thank you. PRICE QUEST FOR HAULING &LAND APPLICATION MANAGEMENT OF LIQUID DIGESTED BIO-SOLIDS RICIIMOND SANITARY DISTRICT 2380 Liberty Avenue Richmond, IN 47374 (765) 983-7450 Price Request Sheet Contractor Name: MERRELL BROS., INC. Date: JANUARY 26, 2023 Option A. Liquid Injection Operational Cost/Gallon of Bio-Solids' $_ 0.0644 Operati I Cost/Year of Bio-Soilds1 $ 772,800.00 Option B. Dewatering Operational cost/Gallon of Bio-Solids $ 0.124 Mobilization/Demobilization cost $ 11,950.00 Option C. Offsite hauling Operational cost/Gallon of Bio-Solids $ 0.247 Mobilization/Demobilization cost $ 6,850.00 Other (Moving bio-solids from storage tank to rectangular Intermediates) Operational cost/Gallon of Bio-Solid $ 0.025 Footnote: ' Based on 12,000,000 Gallons per Year Exhibit B 1/17/2023 Mobiliz;tiori/demobilization cost $ 6,850.00 Guaranteed gallons removed at liquid injection cost 6.000.000 Gallons i 1 1 ' I 1 / 17 .1 11, d i , / 1) %'/ \ f7/ / / / / ;4 f/ rt // . , 1( h'', 1, 7, 0/f ''( 577,, 1/41,11)(i vo fjt Footnote: a; 1 Based on 12,000,000 Gallons per Year opM,f, 1/17/2023 A , r',/ y/ jy up coizioi CERTIFICATE OF LIABILITY INSURANCE DATE{MMIDDIYYYY) 081012022 NIS CERTIFICATE IS ISSUED AS A MATTEROF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER,THIS lCERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND,EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES i 1,-;BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S),AUTHORIZED 'il%�' EPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. !of 'ORTANT: If the certificate holder Is an ADDITIONAL INSURED,the pollcy(les)must have ADDITIONAL INSURED provisions or be endorsed. 50 SUBROGATION IS WAIVED,subject to the terms and conditions of the policy,certain policies may require an endorsement. A statement on 'li"Is certificate does not confer rights to the certificate holder in lieu of such endorsernent(s). il :,^,,rut 'NA coaKer Blaine Buschmann �`'• rd insurance,LLC. PN d (317)846- 6 a -FAX (317) -5444 ', na",..err uuc,Wool: 11'1 1 Congressional Boulevard ADDRESS: bbuschmann � �epherdlns.com I4 100 i�"� INSURER(S)AFFORDING COVERAGE NAIL N Vrmel IN 48032 USURER A, Nautilus Insurance Company 17370 p. 11 RED INSURER B: Arch Insurance Group 4- 11150 Syr Marry Bros.,Inc. yy INSURER C „ INSURER D %r 8811 1AJ 500 N INSURER E (Ir''rr- Kokomo IN 48901 .INSUR INSURER ""OVERAGES CERTIFICATE NUMBER. CL228971298 REVISION NUMBER: 71.1i1S lS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD 111 j — M1$DICATED. NOTWITHSTANDING ANY REQUIREMENT,TERM CR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT f`TO WHICH THIS f CERTIFICATE MAY BE ISSUED OR MAY PERTAIN„THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, i EXCLUSIONS AND CONDITIONS OF SUCH POLICIES,LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS, TYPE OF INSURANCE -sCOLmy,SU o POLICY NUMBER WILIC'Y Err PO FXP—. LIMITS { .VWVD. iMMIDDITYYY) „CMMRIBITYYYl, X COMMERCIAL GENERAL LIABIUTY EACH OCCURRENCE 1,000)000 DAMAGE TO RENTED 100, 0 CLAIMS-C ADE XI OCCUR ,,,REM�S(Es a aNEARM „$ I,,(10, I�EXP g�one aaeml $ 5+ 0 ECP20298 8-13 ID8115/2022 CD7101P2CD23 PERSONALMADVYIaIURT $ 1,41DB000 ; GENI AGGREGATE LIMIT APPLIES PER: GENERALAGGREGATE $ 2,000,300 PR(s 2,000 00 " III,POLICY .112 T' El LOC PRC7Gf.PLT'E-CCIM!'IOPAtIC3 i OTHER: $ Dr AUTOMOBILE LIABILITY OOd NED SINGLE LIMYT $ 2,000,,000 y„ Ma=kW '40d,,. ANY AUTO BCYLNLY INJURY(Per person) $ OWNED SCHEDULED ZACAT1849100 - 0811012022 07/01/2023 BODILY INJURY(Par accident) $ AUTOS ONLY AUTOS AUTOS ONLY , AUTOS ONLYY (Per am/dent) ) DAMAGE $ $ NI Pr'' �' `' UMBRELBALIAB C�OGCUR — EACH OCCURRENCE $ 10,000, 000 d%( X EXCESS UAB CLAIMS-MADE FFX2029841-14 08/1512022 07/01/2023 AGGREGATE $ 10,000,000 G� l D RETENTION$ ', $�r T f" RS COMPENSATION .' UTE ( H- . . AND EMPLOYERS'LIABILITY 1,il0fl,000 ANY PROPRIETOR/PARTNER/EXECUTIVE [(N� NrA ZA1 aI18 710I1 08/15/2022 07/01/2023 E.L. ACCIDENTEACH $ 'OFFICER/MEMBER EXCLUDED? I ,�f (Mandatary In NH) EL,DISEASE-EA EMPLOYEE $ 1,000;000 ypy Il yes dentWaa r ( �RIPTION OF OPERATIONS below EL,DISEASE-POLICY LIMIT $ 1,OOCD,000 ig yitr, %U ,'£SOLI PTION OF OPERATIONS I LOCATIONS I VEHICLES(ACORD 1Q1,Additional Remarks Schedule,may be attached tf mom space is metered) yi i , T!MCAT E HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE y THE EXPIRATION DATE THEREOF,NOTICE WILL BE DELIVERED IN �`,:%, SPECIMEN ACCORDANCE WITH THE POLICY PROVISIONS. �� AUTHORIZED REPRESENTATIVE Pff che P' v 18-2016 ACORD CORPORATION. All rights reserved. 1CD 26(2t)t8f03) The ACORD name and logo are registered marks of ACORD yy; i" 0 j'