BIOSOLIDS TRANSPORTATION AND DISPOSAL SERVICES

expired opportunity(Expired)
From: New Hampshire(State)
RFP DES 2024-16

Basic Details

started - 14 Mar, 2024 (1 month ago)

Start Date

14 Mar, 2024 (1 month ago)
due - 26 Apr, 2024 (3 days ago)

Due Date

26 Apr, 2024 (3 days ago)
Bid Notification

Type

Bid Notification
RFP DES 2024-16

Identifier

RFP DES 2024-16
Department of Administrative Services

Customer / Agency

Department of Administrative Services
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Page 3 3/20/2024 Google Maps. Each respondent shall identify their primary choice from either Alternative #1 or #2 but shall still be responsible for transportation to each contingent location and third-party fees, as may be required due to operational circumstances. Price quotations are to be submitted on Exhibit C. Each page of Exhibit A, B, and C must be hand-initialed and dated and then returned as part of the submission. The proposal shall also include a description and associated costs for any anticipated contingency costs for unforeseen events. The submission should include a clear description of when contingent items would be used. Submitters may modify the Exhibit C form or append information, as long as their descriptions and cost proposals are clear. In addition, at least three (3) recent references for comparable work including current contact names and phone numbers shall be provided as part of the proposal submitted for consideration. Respondents to the RFP shall provide
information as part of their proposal confirming their firm can meet the requirements as specified therein. The contractor shall perform all their own work unless subcontractors are pre-approved by the WRBP. It is strongly suggested that any known subcontractors be identified in the proposal to expedite such approval prior to contract award. Submit any proposed modifications to the General Provisions or Insurance requirements in the P-37 Agreement or to any contract conditions for consideration by the NH Attorney Generals office and the WRBP including a narrative explaining the proposed modification and why it is being requested. Costs for preparing and submitting proposals and for executing contract documents, including but not limited to site visits, obtaining a Certificate of Good Standing, notarization, and postage, are the responsibility of the proposing firm. Submission Deadline Complete submissions can be mailed or delivered to WRBP Franklin WWTP, 528 River St., PO Box 68, Franklin, NH 03235 in envelopes clearly marked Proposal for WRBP Biosolids Transportation Service or emailed to sharon.a.mcmillin@des.nh.gov. Note that the USPS does not deliver directly to this facility so, if mailed, the PO Box must be used but the deadline date and time remains unchanged. Proposals must be received by the Department of Environmental Services, Winnipesaukee River Basin Program, 528 River St. PO Box 68, Franklin, NH 03235 no later than 2:00 pm on April 26, 2024. It is the sole responsibility of those submitting proposals to confirm receipt before the deadline. Selection The proposals will be evaluated based upon the information provided by the respondent and any other due diligence inquiries made by the WRBP. The contract will be awarded to the lowest responsive and responsible bidder with the necessary experience, skills, and equipment to perform the scope of work. The calculations and assumptions for the basis of award and contract price limitation are detailed on Exhibit C. The WRBP reserves the right to accept or reject any and all proposals and to waive minor discrepancies. The WRBP reserves the right to determine what constitutes a conforming proposal; to determine if a firm is qualified; to waive irregularities that it considers not material to the proposal; and award the contract solely as it deems to be in the best interest of the State. Basis of award is the lowest total price submitted from a qualified firm as is in the best interest of the WRBP. Please note that this contract, and any amendment to it, is subject to approval of the Governor and Executive Council of the State of New Hampshire. mailto:sharon.a.mcmillin@des.nh.gov Page 4 3/20/2024 A qualified firm shall be one that can demonstrate that they can perform the scope of services, has demonstrated project and personnel experience in successfully performing similar services, has sufficient resources and is willing to assign adequate, qualified personnel and equipment to successfully transport the WRBP biosolids for compliant disposal for the duration of the contract. Award The selected contractor will be sent a Notice of Intent to Award along with a contract for execution and a checklist of required documents. Upon request, the WRBP will also provide instructions for completing a Corporate Resolution confirming the authority of the person executing the contract and for obtaining a Certificate of Good Standing from the NH Secretary of State's office. Please note that any firm doing business with the State must be registered and in good standing with the NH Secretary of States Office in order to process a contract. The selected contractor is responsible for providing the WRBP with a current certificate issued by the NH Secretary of State dated after April 1, 2024. If, at the time the firm receives the Notice of Intent to Award, it is not registered, the contractor will be allowed ten (10) days to complete this task. If, at the end of the ten (10) days the firm is not registered, it will be the WRBPs option to disregard the firms proposal and disqualify the firm. The selected contractor shall provide insurance certificates meeting or exceeding the requirements in Form P-37 Section 14 and name the State of New Hampshire NHDES-WRBP and the Town of Merrimack, NH Wastewater Treatment Facility (if Alternative 1 is selected) as additional insured, not just certificate holders, and shall provide copies of all certificates within 30 days of each subsequent insurance renewal. When the original, executed contract and all supporting documents are returned, the contract will be approved by the Commissioner of the Department of Environmental Services, the NH Attorney Generals office, and the Governor and Executive Council of the State of New Hampshire; a process that usually takes 6-8 weeks. RFP ATTACHMENTS 1. Exhibit A 2. Exhibit B 3. Exhibit C with Fuel Surcharge Schedule 4. P-37 Agreement Form: Contractors General Provisions - Blank for reference 5. Biosolids Volumes and % Cake Moisture 2019-2023 for reference 6. Analytical results of Biosolids testing 2019-2023 for reference Intials _______________ Date _______________ EXHIBIT A SPECIAL TERMS AND PROVISIONS None. EXHIBIT B SCOPE OF SERVICES Continued Exhibit B Page 1 of 4 Contractor Initials ________ Date ________ Background The WRBP Franklin WWTP, located at 528 River Street in Franklin, NH, is a wastewater facility with an average daily flow of 6.2 million gallons per day and a sanitary design capacity of 11.5 million gallons per day. The WWTP operates anaerobic digesters which digest both primary and secondary sludge. Sludge is presently dewatered via centrifuges, Monday through Friday, to create biosolids. The biosolids generated at this facility are designated Class B Biosolids after the anaerobic digestion and dewatering. Biosolids are collected into one of two (2) 40-yard, roll-off containers owned by the WRBP that have custom, automated leveling devices. The roll-offs are located in the two garage bays beneath the dewatering room (see photo below). Scope of Work The contractor shall: Provide adequate transportation services to complete the scope of work; Coordinate with other agencies, municipalities, or third parties as may be required for the compliant disposal or processing of WRBP biosolids; Provide and maintain sufficient transport vehicles and equipment; Provide and maintain an adequate means of communication; Deliver all biosolids to a permitted disposal or processing/land application facility, Compliant land application of Biosolids, as applicable; Adhere to all safety requirements of WRBP, NHDOT, and each disposal location; and Meet all Federal, State, and local regulations relevant to the work. The selected service provider (contractor) shall provide transportation and disposal services for dewatered sludge cake (biosolids) generated by the Franklin Wastewater Treatment Plant (Franklin WWTP). The contractor can use WRBP pre-approved disposal facilities or propose new disposal options, as necessary and pre-approved by the WRBP. The contractor will deliver the biosolids to the end disposal site during their normal operating hours. The contractor will be provided 24/7/365 access to where the transportation containers are located at the Franklin WWTP. The Franklin WWTP will notify the contractor once the roll-off containers are filled or expected to be filled. Within 24 hours after notification, the container(s) shall be hauled offsite. Contractor shall have the capability to remove, transport, and return one or both roll-offs within the same day so uninterrupted dewatering operations can proceed. The contractor shall provide and maintain at least 3 means of communication. The WRBPs dewatering process requires an empty container on site in a garage bay at 7:00 am each day Mon-Fri. Failure to provide prompt response to WRBP notifications or violations of any other terms of the contract may void the contract. The contractor shall provide all labor, materials, services, tools, equipment, transportation, and facilities to complete the scope of work. It shall be the sole responsibility of the contractor to comply with all local, state, and federal rules and regulations in the commission of the work. ' ' . . . . ~ . . ' ' .',/!/, \ \,\\'\\':~\,\,\l \\\\ ,\ # fidisposal. For Alternative #1, the contractor shall be responsible for creating a schedule with Merrimack in order to complete the scope of work. The contractor must notify Merrimack at least 24 hours ahead of each load that is unscheduled or requires special accommodation to ensure that Merrimack is prepared to accept the load at their onsite composting facility. Each load will be weighed at Merrimack with a tipping fee of $76.14wet ton delivered effective April 1, 2024; with an anticipated increase of 3% each April 1st over the contract period. These tipping fees will be used to calculate base service costs as delineated in Exhibit C. The contractor must obey all transportation requirements of Merrimack and may only dump between the hours of 7:00 am and 2:00 pm. Merrimack shall be paid by the contractor within 30 days of their invoicing the contractor. Contractor shall be required to co-sign the Merrimack permit for the WRBP; thus, acknowledging their willingness to abide by its terms. For Alternative #2, the contractor shall be responsible for transportation and compliant land application or disposal of WRBP biosolids including test/certify biosolids as necessary for proposed biosolids management methodology, report non-conformances, stockpile and perform soil amendment as necessary to create a product appropriate for land application, and provide documentation verifying complaint disposal/processing, and provide any and all necessary regulatory reports and compliance documents as necessary for submission {ex. Annual Biosolids Quality Certificate Holder Report and Biosolids Generator Certificate for the WRBP (SQC-9706)}. In the case that a contingent location or facility is necessary due to an operational upset or unforeseen event, the WRBP will communicate with the contractor and provide adequate notice of any changes in arrangements with the contingent disposal locations. In this case, the contractor may have to utilize public scaling facilities for weight determination. The contractor shall be responsible for any required notifications to the contingent or alternate facility prior to delivery. In the event that the contractor needs to subcontract any work to fulfill their responsibilities under this contract, subcontractor(s) needs to be pre- approved by the WRBP. Estimated Quantities The Franklin WWTP generates approximately 2,400 wet tons of biosolids per year. The contract assumes 2300 wet/tons per year based on the average of the past five years (see Attachment); however, there is no guarantee of this amount and no change to the base cost per wet ton shall be made during the contract for amounts less than or greater than this volume. Contractor shall be paid only for the actual tonnage of biosolids managed and for negotiated fees on a per event basis as per Exhibit C. On average, two (2) to four (4), 40-yard roll-off containers are filled each week; each roll-off containing 15-17.5 wet tons. Both containers may be filled in one day during periods when both centrifuges are operational. This typically occurs during summer and early fall, but may occur at other times during the year. It is estimated that 130-150 transport loads would be conducted during each fiscal year. However, future upgrades to the Franklin WWTP solids handling processes may change the volume or consistency of biosolids produced. Determination of Quantity Removed Each load shall be weighed once removed from the Franklin WWTP. Public scales shall be used in the absence of scales at disposal locations. Weigh tickets shall form the basis for payment per ton or per load. Contractor shall be paid only for the actual tonnage of biosolids managed and for negotiated fees on a per event basis. Costs for loads that cannot be weighed shall be the average tons/load from the previous calendar month. Costs for "light" loads less than 15 wet tons shall be the actual cost of tons transported and disposed unless the container is removed prior to filling at the request of the WRBP. In that case, the minimum 15 ton/load cost shall apply. EXHIBIT B SCOPE OF SERVICES Continued Exhibit B Page 3 of 4 Contractor Initials ________ Date ________ Equipment and Transportation The WRBP will furnish the specially equipped roll-off containers. The contractor shall immediately report any problems with, or damage to, the WRBP roll-offs. The contractor shall provide and maintain transport vehicles and any and all necessary licenses, permits and approvals to complete the scope of work. General requirements for vehicles hauling biosolids are that the hauler is licensed and permitted to transport this material. The trucks used for transport shall have a valid Sludge Hauler Permit in accordance with New Hampshire Department of Environmental Services Env-Wq 800 regulations. The contractor is responsible for their own sludge hauler reporting. The contractors equipment for loading and transport of the roll-offs shall be compatible with the loading area. Equipment shall be maintained in a condition acceptable to the WRBP. All haul routes to any permitted disposal site in any jurisdiction shall be determined in accordance with all applicable federal, state, and local laws, ordinances, permits, rules, and regulations. Artificially altering the weight or route of any load is strictly prohibited. No biosolids may be utilized or disposed of improperly or in a non-approved manner. To do so will constitute a violation of the contract between the respective parties. The contractor will assume all responsibility for the safe handling, transport, and disposal (if applicable per Alternative #2 or contingent location disposal) of the biosolids. The container used for hauling biosolids must be empty when returned to the Franklin WWTP. Safety Please note that there is a 30 MPH speed limit on the Franklin WWTP access road and a 10 MPH limit on the WWTP grounds. The contractor shall obey all safety requirements of the WRBP, each disposal location, and all local, state, and federal rules and regulations pertinent to the work. It is the contractors responsibility to understand those requirements. The contractor will be responsible for the injury, repair, replacement, or restoration of any damages to the WRBP Franklin WWTP and/or disposal locations personnel, facilities, equipment, or grounds. The WRBP reserves the right to request the contractor to reassign any employee whose actions are not consistent with the industry standard of care. Upon request, the firm shall meet with the WRBP either in person or via telephone conference call regarding possible necessary corrective actions. Spills and Clean-Up The contractor shall keep his hauling route, equipment, and work area neat and clean, and shall bear all responsibility for the cleanup of any spill which occurs during transportation of biosolids. The contractor shall notify the Franklin WWTP immediately should any spill occur which violates any permit condition or applicable regulation of any entity having jurisdiction over the haulers operation. The contractor shall comply with Env-Wq 805.12 accidental release requirements. The clean-up of any biosolids which are dumped, spilled, or discarded in any location other than the site authorized for that purpose shall be the sole responsibility of the contractor and conducted by the contractor, or at his sole expense, in accordance with all applicable laws. Invoicing and Reporting The contractor shall submit invoices to the Franklin WWTP at least a monthly basis. Since part of a state agency, the WRBP has net 30 days payment terms. The contractor is responsible for payment to third parties including, but limited to, tipping fees, scale fees, permit fees, etc. to maintain their ability to fulfill the contract scope of service. For example, Merrimack will not allow biosolids receiving for composting/disposal if their tipping fees are not paid in a timely fashion. Weekly or bi-weekly invoicing to the WRBP by the contractor is allowed but the contractor shall still be responsible for such payments even if WRBP remittance has not been received. EXHIBIT B SCOPE OF SERVICES Continued Exhibit B Page 4 of 4 Contractor Initials ________ Date ________ The invoices shall show the basis for payment (hours/percentage/mileage) per the contract terms and as noted in Exhibit C. The invoices will be subject to verification and approval by the Franklin WWTP and, in the event that no discrepancies exist, will be paid within thirty (30) days of approval of the submitted invoices and any supporting documents (ex. tipping fee invoice from disposal site and weigh ticket). The contractor shall accompany each invoice with a report or weight ticket documenting the weight of each load, the disposal location, date of removal, date of delivery, truck number, and drivers name. The request for proposals dated April 26, 2024 plus all exhibits and attachments and any addenda issued by the WRBP are incorporated herein by reference as if fully set forth herein. Example FY25 FY26 FY27 1A. Alternative #1 - Merrimack, NH WWTP Estimated Tipping Fee/Wet Ton $/Wet Ton 76.68$ 76.68$ 79.01$ 81.38$ Tipping fees change April 1st; assumes 3%/yr increase Tipping Fee mark-up %/wet ton %/Wet Ton 15% Transportation costs: Option #1: $/load $/load 1,000$ or or or Option #2: $/hr (1 load max of 5 hours) $/hr or or or or or Option #3: $/mile (Max 150 miles RT) $/mile (scale available at Merrimack WWTP - no scale fees apply unless Merrimack scale is documented as not operational) Alternative 1: Biosolids Costs/FY Calculation for Merrimack WWTP: Example FY25 FY26 FY27 Tipping fee costs: 2400 wet tons/FY25 * $76.68/T (est. for tipping fee including 3% increase in April 2025) * proposed % mark-up $ 211,637$ $ 2400 wet tons/FY26* $79.01/T (est. for tipping fee including 3% increase in April 2026)* proposed %mark-up $ 2400 wet tons/FY27* $81.38/T (est. for tipping fee including 3% increase in April 2026)* proposed %mark-up $ 150 loads/FY transportation under proposed option: 150 loads * $/load if option #1 $ 150,000$ $ $ or or or or or 150 loads * 5 hours * $/hr if option #2 $ -$ $ $ or or or or or 150 loads * 150 miles * $/mile if option #3 $ -$ $ $ (second load delivered in one day is 1/2 the transport load cost) Total Base Service Cost/FY: $ 361,637 $ $ $ EXHIBIT "C" COST & TERMS OF PAYMENT Exhibit C Page 1 of 8 Initials ___________ Date __________ .________.I .____I ___.I I .___ _ ___.I .__I _ __.I .__I _ ___.I .__I _ __, Example FY25 FY26 FY27 1B. Alternative #1 - Turnkey Transport & Land Application of Biosolids Estimated Tipping Fee/Wet Ton $/Wet Ton 155.00$ 155.00$ 163.00$ 172.00$ Assumes 5%/yr increase (rounded up) Tipping Fee mark-up %/wet ton %/Wet Ton 15% Transportation costs: Option #1: $/load $/load 250$ or or or Option #2: $/hr (1 load max of 5 hours) $/hr or or or or or Option #3: $/mile (Max 150 miles RT) $/mile Alternative 1B: Biosolids Transport & Land Application Costs/FY Calculation: Example FY25 FY26 FY27 Tipping fee costs: 2400 wet tons/FY25 * $155/T * proposed % mark-up $ 427,800$ $ 2400 wet tons/FY26* $162/T est. for tipping fee including 5% increase FY26)* proposed % mark-up $ 2400 wet tons/FY27* $173/T est. tipping fee including 5% increase in FY27* proposed %mark-up $ 150 loads/FY transportation under proposed option: 150 loads * $/load if option #1 $ 37,500$ $ $ or or or or or 150 loads * 5 hours * $/hr if option #2 $ -$ $ $ or or or or or 150 loads * 150 miles * $/mile if option #3 $ -$ $ $ (second load delivered in one day is 1/2 the transport load cost) Total Base Service Cost/FY: $ 465,300 $ $ $ EXHIBIT "C" - CONTINUED Exhibit C Page 2 of 8 Initials ___________ Date __________ .___ _ ____.I .__I _ __.I ..... I _ ____.I ..... I _ ____. Example FY25 FY26 FY27 2. Contingent Outlet #1 - Casella Landfill Bethlehem, NH Tipping Fee mark-up %/wet ton (rounded up) %/wet ton 15% 190 200 210 Transportation costs: Option #1: $/load $/load 2,000$ or or or Option #2: $/hr (1 load max of 5 hours) $/hr or or or or or Option #3: $/mile (Max 150 miles RT) $/mile (if scale available at landfill - no scale fees apply) Biosolids Costs/FY Calculation for Contingency #1 Location: Example FY25 FY26 FY27 Tipping fee costs : (17.5 T*10 loads = 170) wet tons/FY25 * $190/T * proposed % mark- up $ 37,145.00 (17.5 T*10 loads = 170) wet tons/FY26* $200/T (estimated @5% increase)* proposed %mark-up $ $ (17.5 T*10 loads = 170) wet tons/FY27* $210/T (estimated @5% increase)* proposed %mark-up $ 10 loads/FY transportation under proposed option: 10 loads * $/load if option #1 $ 20,000$ $ $ or or or or or 10 loads * 5 hours * $/hr if option #2 $ -$ $ $ or or or or or 10 loads * 150 miles * $/mile if option #3 $ -$ $ $ (second load delivered in one day is 1/2 the transport load cost) Total Contingency #1 Cost/FY: $ 57,145$ $ $ $ EXHIBIT "C" - CONTINUED Exhibit C Page 3 of 8 Initials ___________ Date __________ ~~l~I ~I I ___ I .__I __ I .__I ___ I .__I __ 3. Contingent Outlet #2 - Waste Management Landfill Rochester, NH Example FY25 FY26 FY27 Tipping Fee mark-up %/wet ton (rounded up) %/wet ton 15% 190 200 210 Transportation costs: Option #1: $/load $/load 1,000$ or or or Option #2: $/hr (1 load max of 3 hours) $/hr or or or or or Option #3: $/mile (Max 100 miles RT) $/mile (if scale available at landfill - no scale fees apply) Biosolids Costs/FY Calculation for Contingency #2 Location: Example FY25 FY26 FY27 Tipping fee costs (estimated - actual tipping fees shall be basis of invoice): (17.5 T*10 loads = 175) wet tons/FY25 * $190/T * proposed % mark- up $ 38,238$ (17.5 T*10 loads = 175) wet tons/FY26* $200/T (estimated @5% increase)* proposed %mark-up $ $ (17.5 T*10 loads = 175) wet tons/FY27* $210/T (estimated @5% increase)* proposed %mark-up $ 10 loads/FY transportation under proposed option: 10 loads * $/load if option #1 $ 10,000$ $ $ or or or or or 10 loads * 3 hours * $/hr if option #2 $ -$ $ $ or or or or or 10 loads * 100 miles * $/mile if option #3 $ -$ $ $ (if scale available at landfill - no scale fees apply) Total Contingency #2 Cost/FY: $ 48,237.50 $ $ $ EXHIBIT "C" - CONTINUED Exhibit C Page 4 of 8 Initials ___________ Date __________ ~~l~I ~I I ___ I .__I __ I .__I _ __.I .__I __ 4. Contingency Outlet #3 - To RMI facility in Holderness, NH or out- of-distance miles to one of their permitted land applcation sites in NH Example FY25 FY26 FY27 Assumes Alternative #1 is not primary outlet Tipping Fee mark-up %/wet ton %/wet ton 15% 155 163 172 Transportation costs: Option #1: $/load to Holderness, NH $/load 1,000$ or or Option #2: $/hr to other locations (3 hours max.) $/hr or or or or or Option #3: $/mile to other locations (100 miles RT max.) $/mile Tipping fee costs (estimated - actual tipping fees shall be basis of invoice): (17.5 T*30 load = 525) wet tons/FY25 * $155/T * proposed % mark- up $ 93,581$ (17.5 T*30 load = 525) wet tons/FY25 * $163/T (estimated @5% increase)* proposed % mark-up $ $ (17.5 T*30 load = 525) wet tons/FY25 * $172/T (estimated @5% increase)* proposed % mark-up $ 10 loads/FY transportation under proposed option: 30 loads * $/load if option #1 $ 30,000$ $ $ or or or or or 30 loads * 3 hours * $/hr if option #2 $ -$ $ $ or or or or or 30 loads * 100 miles * $/mile if option #3 $ $ $ Total Contingency #3 Cost/FY: $ 123,581$ $ $ $ EXHIBIT "C" - CONTINUED Exhibit C Page 5 of 8 Initials ___________ Date __________ 11 11 11 11 I I I I ___ I _I __ I _I _ ____.I .__I _ __. 5. Contingency Outlet #4 - Hauling to locations on the WRBP Franklin WWTP Property Example FY25 FY26 FY27 $/event (up to 2 loads/event) $/event 750.00$ (Fuel surcharge above $3/gallon applies in addition to $/event as % above base cost.) 10 events/FY $ 7,500.00$ Total Contingency #4 Cost/FY: $ 7,500.00$ $ $ Example FY25 FY26 FY27 6. Public scale fee/weighing event $/event 750.00$ 10 events/FY under this option: $ 7,500.00$ $ $ 7. Diesel Fuel Surcharge Schedule (to be attached as part of submittal) Example FY25 FY26 FY27 $/gallon threshold before surcharges begins in each FY $/gal 4.00$ 4.00$ 4.00$ 4.00$ (schedule applicable to all locations) 8. Other costs or options: describe _______________________________________________ Example FY25 FY26 FY27 Unit of measure ($/hour, each, etc.) __________ Quantity per FY: ___________ $/FY 9. Other costs or options: describe _______________________________________________ Example FY25 FY26 FY27 Unit of measure ($/hour, each, etc.) __________ Quantity per FY: ___________ $/FY Example assumes Alternative 1A FY25 FY26 FY27 Total Base Service Costs (Item 1A or 1B) + Contingency Costs (Items 2-5 Only)/FY $/FY 598,100.55 Sum of Contingency items 6-9 or $25,000/FY allowance; whichever is greater $/FY 25,000.00$ 25,000.00$ 25,000.00$ 25,000.00$ Total/FY $/FY 623,100.55$ Total Contract Price Limitation (FY25+FY26+FY27) $ EXHIBIT "C" - CONTINUED Exhibit C Page 6 of 8 Initials ___________ Date __________ .___ _ ___.I .__I _ __.I ..... I _ ____.I ..... I _ ____. .___ _ ___.I .__I _ __.I ..... I _ ____.I ..... I __ ___ ___ I _I ____.I _I____. ______ 11 I _I____. ....__ _ __, .__ _ __.I ..... I _ ____.I ..... I __ >$7.00/gallon would continue in equal increments based on per load fee or % over base year FY25 Diesel Price FY25 FY26 FY27 FY26% increase FY27% increase $/gallon $/load $/load $/load $4.00 $4.25 $4.50 $4.75 $5.00 $5.25 $5.50 $5.75 $6.00 $6.25 $6.50 $6.75 $7.00 OR >$7.00/gallon would continue in equal increments based on per Ton tipping fee or % over base year FY25 Diesel Price FY25 FY26 FY27 FY26% increase FY27% increase $/gallon $/Ton $/Ton $/Ton $4.00 $4.25 $4.50 $4.75 $5.00 $5.25 $5.50 $5.75 $6.00 $6.25 $6.50 $6.75 $7.00 Diesel Fuel Surcharge Schedule Surcharge applies above $4/gallon in $0.25/gallon increments EXHIBIT "C" - CONTINUED Exhibit C Page 7 of 8 Initials ___________ Date __________ >----------- >------------ >----------- ,___ __ ....,I .... I __ ____, f----------l f-----------l f----------l ,___ __ ....,I .... I __ ____, Terms: The contractor shall accompany each invoice to the WRBP with a report documenting, at minimum, the weight of each load, the disposal location, date of removal, date of delivery, truck number, and drivers name. The Merrimack disposal location or other third-party fees shall be paid by the contractor within thirty days; with any interest or surcharges for non- payment the sole responsibility of the transporter. The WRBP shall not reimburse costs for interest or penalties assessed to the transporter by Merrimack nor the additional cost to use contingent locations in the event that Merrimack refuses loads until payment is made. Contract Price Limitation is the sum of base service costs (Alternative #1 or #2 chosen in Item 1) plus contingency costs Items 2-5 for FY25-27 plus contingency cost Items 6-9 for FY25-27 or $25000/FY; whichever is greater. Estimated values for tipping fee and quantities were used for determine basis of award and the contract amounts/FY. The allowance in each FY may be used in the event that more than 2400 wet tons of biosolids are produced, the primary outlet cannot take the material or restricts the volume, or that other costs are incurred, including but not limited to those described above. This contract is for a period from June 30, 2024 to July 1, 2027 (FY25-FY27). The state fiscal year (FY) is from Juy 1st to the following June 30th. Approval of this contract does not authorize any expenditure over the contract price limitation. EXHIBIT "C" - CONTINUED Actual tipping fees, quantities, and contingenct costs shall be the basis of payment under this contract. Full transportation per load costs for light loads less than 15 wet tons will only be allowed if at the request of the WRBP. If transporter hauls a light load without such a request, the transportation costs shall be prorated based on the % of the load below 15 wet tons (ex. 12 tons/15 tons = 80% of the transportation cost). The WRBP shall pay the documented tipping fee for the full amount transported to the disposal outlet. The WRBP reserves the right to use any alternative disposal location as may be in their best interest. The WRBP reserves the right to use contingency or allowance amounts for unforeseen costs not limited to the contingencies identified above. The contractor shall submit invoices and supporting documentation (i.e. weight tickets) to the Franklin WWTP on, at least, a bi-weekly basis. The WRBP shall pay tipping fees to the transporter based on the weigh tickets provided by Merrimack for each load. The transporter invoices shall be itemized to show the basis for payment (hours/percentage/mileage) per the executed contract. The invoices will be subject to verification and approval by the Franklin WWTP and, in the event that no discrepancies exist, will be paid within thirty (30) days of approval of the submitted invoices and any required supporting documentation. Exhibit C Page 8 of 8 Initials ___________ Date __________ Page 1 of 4 Contractor Initials_______ Date_______ FORM NUMBER P-37 (version 2/23/2023) AGREEMENT The State of New Hampshire and the Contractor hereby mutually agree as follows: GENERAL PROVISIONS 1. IDENTIFICATION. 1.1 State Agency Name Click or tap here to enter text. 1.2 State Agency Address 1.3 Contractor Name 1.4 Contractor Address 1.5 Contractor Phone Number 1.6 Account Unit and Class 1.7 Completion Date 1.8 Price Limitation 1.9 Contracting Officer for State Agency 1.10 State Agency Telephone Number 1.11 Contractor Signature Date: 1.12 Name and Title of Contractor Signatory 1.13 State Agency Signature Date: 1.14 Name and Title of State Agency Signatory 1.15 Approval by the N.H. Department of Administration, Division of Personnel (if applicable) By: Director, On: 1.16 Approval by the Attorney General (Form, Substance and Execution) (if applicable) By: On: 1.17 Approval by the Governor and Executive Council (if applicable) G&C Item number: G&C Meeting Date: Notice: This agreement and all of its attachments shall become public upon submission to Governor and Executive Council for approval. Any information that is private, confidential or proprietary must be clearly identified to the agency and agreed to in writing prior to signing the contract.

25 Capitol Street, State House Annex Concord, NH 03301Location

Address: 25 Capitol Street, State House Annex Concord, NH 03301

Country : United StatesState : New Hampshire

You may also like

EXECUTIVE GROUND TRANSPORTATION SERVICES

Due: 30 Sep, 2024 (in 5 months)Agency: MILLENNIUM CHALLENGE CORPORATION

BIOSOLIDS AND WASTE TRANSPORTATION

Due: 07 May, 2024 (in 8 days)Agency: Los Angeles County Sanitation Districts

Transportation Services

Due: 10 May, 2024 (in 11 days)Agency: STATE, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

MISCELLANEOUS SERVICES, No 1 (NOT OTHERWISE CLASSIFIED)