Loading...
HomeMy WebLinkAbout211-24 RESOLUTION113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 211-24 File Number: 2024-391 OSPREY INITIATIVE, LLC. (SERVICE CONTRACT): A RESOLUTION TO AWARD RFP 24-04 AND AUTHORIZE A ONE YEAR CONTRACT WITH OSPREY INITIATIVE, LLC. IN AN AMOUNT OF UP TO $275,000 FOR WATERWAY CLEANUP SERVICES, WITH AUTOMATIC RENEWALS FOR UP TO FOUR ADDITIONAL ONE YEAR TERMS WHEREAS, many of the waterways and streams within the City have been impacted by litter; and WHEREAS, these waterways need to be cleaned and the source of the litter needs to be identified to assist in the development of prevention strategies. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards RFP 24-04 and authorizes a one- year contract with Osprey Initiative LLC in an amount of up to $275,000.00 for waterway cleanup services, with automatic renewals for up to four additional one-year terms. PASSED and APPROVED on August 20, 2024 Page 1 ```jNt1111111 Attest: OE'9S��ii FAYETTEV!W.: _ Kara Paxton, City Cle Treasurer c, ; 1 G 'U `,' �. CITY OF FAYETTEVILLE ARKANSAS MEETING OF AUGUST 20, 2024 TO: Mayor Jordan and City Council THRU: Susan Norton, Chief of Staff Chris Brown, Public Works Director Terry Gulley, Asst Public Works Director - Ops FROM: Byron Humphry, Parks Maintenance Superintendent CITY COUNCIL MEMO 2024-391 SUBJECT: Awarding RFP 24-04, Waterway Cleanup Services to Osprey Initiative LLC RECOMMENDATION: A resolution to award RFP 24-04, Waterway Cleanup Services to Osprey Initiative LLC, approving a one-year contract with four one-year automatic renewals to be used within approved budget based on pricing presented in the response submittal. BACKGROUND: Many of the waterways and streams within the City of Fayetteville have been impacted by litter. Streams adjacent to unsanctioned camps are especially impacted, but litter from other sources also accumulates in the waterways. These waterways need to be cleaned and the source of the litter needs to be identified to assist in the development of prevention strategies. RFP 24-04 was advertised on March 14, 2024, for Waterway Cleanup Services for ten waterways that are heavily impacted by litter. One proposal was received, and a selection committee met on May 15, 2024 and awarded the bid to Osprey Initiative LLC. DISCUSSION: The proposal was structured with an intent to provide initial cleanup services (tactical cleanups) and data reporting at each of the 10 waterways and subsequent annual cleanups afterwards for the 4 remaining years of the contract. The total contract cost of the 5-year proposal is $786,560. The breakdown of cost per task and year is as follows: Task Year Year Year Year4 Year Tactical Cleanups $190,860 $139,300 $113,000 $113,000 $113,000 Device Location Rec $ 13,200 Device Delivery $ 19,000 Reporting $ 19,920 $ 15,120 $ 15,120 $ 15,120 $ 19,920 subtotal $ 242,980 $154,420 $128,120 $128,120 $132,920 In addition to this base proposal, the response also includes a 12-month maintenance agreement per litter capture device. The exact number of capture devices installed will depend on the recommendations of the consultant and the available budget. The rate of the maintenance agreement is as follows: Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 Device Type Monthly Rate Annual Rate Litter Boom $ 2,100 $ 25,200 Litter Gitter $ 2,500 $ 30,000 BUDGET/STAFF IMPACT: This contract is funded from Sales Tax CIP Funds. This project is budgeted at $300,000 per year. This project is split between unsanctioned camp cleanup and waterway cleanup. This proposal allocates $275,000 per year for waterway cleanup for 5 years, pending City Council approval of the annual and CIP budget. After the annual tactical cleanups and reporting in the base proposal are performed, the remaining balance in the project allocated to the waterway cleanup will be utilized as needed for the maintenance agreement to service the litter capture devices. The breakdown of funds is as follows: Purchase Order Detail Fund Account Project Year 1- 2024 Sales Tax 4470.521.8520-5315.00 24012.1000 $ Year 2 - 2025 Sales Tax 4470.521.8520-5315.00 24012.1000 $ Year 3- 2026 Sales Tax 4470.521.8520-5315.00 24012.1000 $ Year 4-2027 Sales Tax 4470.521.8520-5315.00 24012.1000 $ Year 5- 2028 Sales Tax 4470.521.8520-5315.00 24012.1000 $ Remaining Balance (12 -Month Contract Maintenance Annual Amount Agreement) Total 242,980 $ 32,020 $ 275,000 154,420 $ 120,580 $ 275,000 128,120 $ 146,880 $ 275,000 128,120 $ 146,880 $ 275,000 132,920 $ 142,080 $ 275,000 ATTACHMENTS: SRF (#3), RFP 24-04 Contract - Osprey Initiative LLC - Signed (#4) Mailing address: 113 W. Mountain Street www.fayetteville-ar.gov Fayetteville, AR 72701 _= City of Fayetteville, Arkansas 113 West Mountain Street Fayetteville, AR 72701 (479)575-8323 - Legislation Text File #: 2024-391 Awarding RFP 24-04, Waterway Cleanup Services to Osprey Initiative LLC A RESOLUTION TO AWARD RFP 24-04 AND AUTHORIZE A ONE YEAR CONTRACT WITH OSPREY INITIATIVE, LLC. IN AN AMOUNT OF UP TO $275,000 FOR WATERWAY CLEANUP SERVICES, WITH AUTOMATIC RENEWALS FOR UP TO FOUR ADDITIONAL ONE YEAR TERMS WHEREAS, many of the waterways and streams within the City have been impacted by litter; and WHEREAS, these waterways need to be cleaned and the source of the litter needs to be identified to assist in the development of prevention strategies. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards RFP 24-04 and authorizes a one-year contract with Osprey Initiative LLC in an amount of up to $275,000.00 for waterway cleanup services, with automatic renewals for up to four additional one-year terms. Page 1 Byron Humphry Submitted By City of Fayetteville Staff Review Form 2024-391 Item ID 8/20/2024 City Council Meeting Date - Agenda Item Only N/A for Non -Agenda Item 7/29/2024 PARKS OPERATIONS (521) Submitted Date Division / Department Action Recommendation: A resolution to award RFP 24-04, Waterway Cleanup Services to Osprey Initiative LLC, approving a one-year contract with four one-year automatic renewals to be used within approved budget based on pricing presented in the response submittal. 4470.521.8520-5315.00 Account Number 24012.1000 Project Number Budgeted Item? Yes Budget Impact: Sales Tax CIP Fund Trash Removal/Waterway Cleanup Services Project Title Total Amended Budget Expenses (Actual+Encum) Available Budget Does item have a direct cost? Yes Item Cost Is a Budget Adjustment attached? No Budget Adjustment Remaining Budget $ 300,000.00 $ 18,361.71 281,638.29 $ 275,000.00 6,638.29 V20221130 Purchase Order Number: Previous Ordinance or Resolution # Change Order Number: Approval Date: Original Contract Number: Comments: AlftCJTY 01F P"I TTEVILLE i ARKANSAS City of Fayetteville RFP 24-04, Waterway Cleanup Services Contract — Between City of Fayetteville, AR and Osprey Initiative LLC This contract executed this 20 day of August , 2024, between the City of Fayetteville, Arkansas (CITY), of 113 W. Mountain, Fayetteville, AR 72701 and Osprey Initiative LLC (OSPREY) of 651 Olive Ave., Fairhope, AL 36532, in consideration of the mutual covenants contained herein, the parties agree as follows: 1. Purpose: The purpose of this Contract is to provide the terms and conditions necessary for the Waterway Cleanup Services for the City of Fayetteville (the "Project"), as defined in the scope of work of RFP 24-04, Waterway Cleanup Services. 2. Contract Documents: The Contract documents which comprise the contract between the City of Fayetteville and OSPREY consist of this Contract and the following documents attached hereto, and made a part hereof: a. Appendix A: Scope of Work & Fees b. Appendix B: CITY Issued Solicitation for RFP 24-04, Waterway Cleanup Services c. Appendix C: OSPREY's RFP Submittal d. Appendix D: OSPREY's Certificate of Insurance 3. City's Responsibilities: a. The City shall make available to OSPREY, all relevant information or data it has pertinent to the Project which is required by OSPREY to perform the Services. OSPREY shall be entitled to rely upon the accuracy and completeness of all information and data furnished by the City, including information and data originating with other consultants employed by the City whether such consultants are engaged at the request of OSPREY or otherwise. b. When requested by OSPREY, the City may engage specialist consultants directly to perform items of work necessary to enable OSPREY to carry out the Services. Whether arranged by the City or OSPREY, these services shall be deemed to be provided under direct contracts to the City unless expressly provided otherwise. If the City chooses not to engage specialist consultants, then the Parties will work cooperatively to modify the scope of services to reflect any reductions or additions to the services to be provided by OSPREY. c. The City shall give prompt consideration to all documentation related to the Project prepared by OSPREY and whenever prompt action is necessary shall inform OSPREY of City's decisions in such reasonable time so as not to delay the schedule for providing the Services. d. The City of Fayetteville's Park Operations Director is the project representative with respect to City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Contract: Osprey Initiative LLC Page 1 of 6 the services to be performed under this Agreement. The Park Operations Director shall have complete authority to transmit instructions, receive information, interpret and define policies and decisions with respect to materials, equipment, elements and systems to be used in the Project, and other matters pertinent to the services covered by this Agreement. 4. OSPREY's Responsibilities: a. OSPREY shall furnish the necessary qualified personnel to provide the Services. OSPREY represents that it has access to the experience and capability necessary to and agrees to perform the Services with the reasonable skill and diligence required by customarily accepted professional practices and procedures normally provided in the performance of the Services at the time when and the location in which the Services were performed. This undertaking does not imply or guarantee a perfect Project and in the event of failure or partial failure of the product or the Services, OSPREY will be liable only for its failure to exercise diligence, reasonable care, and professional skill. This standard of care is the sole and exclusive standard of care that will be applied to measure OSPREY's performance. There are no other representations or warranties expressed or implied made by OSPREY. 5. Non -Assignment: OSPREY shall not assign its duties under the terms of this agreement without prior written consent of the City. 6. Indemnification and Hold Harmless: a. OSPREY agrees to hold the City of Fayetteville harmless and indemnify the City of Fayetteville, but not defend, against any and all claims for property damage, personal injury or death, arising from OSPREY's performance under this contract. This clause shall not, in any form or manner, be construed to waive that tort immunity set forth under Arkansas Law. b. Notwithstanding anything to the contrary, the total amount of all claims the City of Fayetteville may have against OSPREY under this contract or arising from the performance or non- performance of the services under any theory of law, including but not limited to claims for negligence, negligent misrepresentation and breach of contract, shall not exceed $500,000. As the City of Fayetteville's sole and exclusive remedy under this contract any claim, demand or suit shall be directed and/or asserted only against OSPREY and not against any of OSPREY's employees, officers or directors. Neither the City of Fayetteville nor OSPREY shall be liable to the other or shall make any claim for any incidental, indirect or consequential damages arising out of or connected to this contract or the performance of the services on this project. This mutual waiver includes, but is not limited to, damages related to loss of use, loss of profits, loss of income, unrealized energy savings, diminution of property value or loss of reimbursement or credits from governmental or other agencies. City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Contract: Osprey Initiative LLC Page 2 of 6 7. Insurance: a. OSPREY shall furnish a certificate of insurance addressed to the City of Fayetteville within ten (10) calendar days after contract finalization, presenting insurance which shall be maintained throughout the term of the Contract in compliance with the terms of RFP 24-04. If applicable, OSPREY shall require any subcontractor to provide insurance. In the event any employee engaged in work on the project under this contract is not protected under Worker's Compensation insurance, OSPREY shall provide and shall cause each subcontractor to provide adequate employer's liability insurance for the protection of such of their employees are not otherwise protected. Worker's Compensation coverage shall be applicable with state law. i Osprey shall carry the following coverages, at minimum: 1. Worker's Compensation Insurance — Statutory Amount 2. Automotive Insurance covering all vehicles and trailers, if applicable 3. General Liability - $1,000,000 each occurrence, $3,000,000 aggregate ii. Certificates of Insurance shall list the City of Fayetteville as an additional insured. Listing the CITY as a Certificate Holder only is NOT an acceptable substitute. Certificates of Insurance must include the endorsement(s) showing the City of Fayetteville listed as an additional insured. 8. Price: a OSPREY shall perform the services included in this proposal, over the length of 5 years, for a fee of $ 786,560.00 b. Fee breakdown for services and purchases shall be used as identified in Appendix A. i. Additional services requested that fall outside the scope of this project shall be provided on a time -and -materials basis, subject to pre -approval. 9. Payments: a. Payments shall be made after approval and acceptance of each itemized invoice, which shall not be unreasonably withheld. b. Unless disputed by the City, payments shall be made 30 calendar days after acceptance of invoice. Electronic delivery to the City is preferred. 10. Terms: This contract shall be effective for one (1) year from City Council approval and shall be automatically renewable for up to four (4) annual, automatic renewals (pending City Council approval of the annual budget) for a possible contract term of five (5) years. City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Contract: Osprey Initiative LLC Page 3 of 6 11. Ownership of Documents: a. All documents provided by the City are and remain the property of the City. OSPREY may retain reproduced copies of drawings and copies of other documents. b. All documents and records, whether in physical or electronic format, prepared by OSPREY or its subconsultant as part of the Project shall become the property of City; provided, however, that OSPREY shall have the unrestricted right to their use. c. OSPREY shall retain its rights in its standard document details, specifications, databases, computer software, and other proprietary property. Rights to intellectual property developed, utilized, or modified in the performance of the Services shall remain the property of OSPREY. d. OSPREY will grant the City, the State of Arkansas, and the United States of America a royalty -free, non- exclusive and irrevocable license to publish, reproduce and use, and dispose of in any manner and for any purpose without limitation, and to authorize or ratify publication, reproduction or use by others, of all copyrightable material first produced or composed under this agreement by the contractor, its employees or any individual or concern specifically employed or assigned to originate and prepare such material. 12. Independent Contractor: OSPREY is an independent contractor of the City and shall maintain complete responsibility for applicable state or federal law on unemployment insurance, withholding taxes, social security, or other industrial, labor or discrimination law for its employees. OSPREY is responsible for its agents, sub -consultants, methods, and operations. 13. Notices: Any notice required to be given under this Agreement to either party to the other shall be sufficient if addressed and mailed, certified mail, postage paid, delivery, e-mail or fax (receipt confirmed), or overnight courier. 14. Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25-19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance. 15. Termination: This Contract may be terminated by the City of Fayetteville or OSPREY for any reason with thirty (30) days written notice. If either party breaches this agreement, the non -defaulting party may terminate this Agreement after giving seven (7) days' notice to remedy the breach. On termination of this agreement, the City shall pay OSPREY for the services performed through the date of termination City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Contract: Osprey Initiative LLC Page 4 of 6 within thirty (30) days of acceptance of final invoice. 16. Changes in Scope or Price: Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. No modification of this contract shall be binding unless made in writing and executed by both parties. 17. Applicable Law: This Agreement shall be governed by and construed in accord with the laws of the State of Arkansas. Venue for all legal disputes shall be Washington County, Arkansas. 18. Contract Administration: The Mayor or their Designated Representative shall be the Contract Administrator for this contract. OSPREY's Principal or their Designated Representative shall be the primary contact for all matters pertaining to this contract. 19. Professional Responsibility: OSPREY shall exercise reasonable skill, care, and diligence in the performance of services and will carry out its responsibilities in accordance with customarily accepted professional practices. 20. Permits & Licenses: OSPREY shall secure and maintain any and all permits and licenses required to complete this Contract, 21. Publications: Recognizing the importance of professional development on the part of OSPREY's employees and the importance of OSPREY's public relations OSPREY may prepare publications, such as technical papers, articles for periodicals, promotional materials, and press releases, in electronic or other format, pertaining to OSPREY's services for the Project. Such publications will be provided to CITY OF FAYETTEVILLE in draft form for CITY OF FAYETTEVILLE's advance review. CITY OF FAYETTEVILLE shall review such drafts promptly and provide CITY OF FAYETTEVILLE's comments to OSPREY. CITY OF FAYETTEVILLE may require deletion of proprietary data or confidential information from such publications, but otherwise CITY OF FAYETTEVILLE will not unreasonably withhold approval. Approved materials may be used in a variety of situations and do not require additional review or approval for each use. The cost of OSPREY's activities pertaining to any such publication shall be for OSPREY's account. 22. Entire Agreement: These Contract documents constitute the entire agreement between the City of Fayetteville and OSPREY and may be modified only by a duly executed written instrument signed by the City of Fayetteville and OSPREY. In the event of a conflict between the terms of this Contract and the appendices, this Contract and the terms and conditions contained in Appendix B shall control. City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Contract: Osprey Initiative LLC Page 5 of 6 23. Force Maieure: Any default in the performance of this Agreement caused by any of the following events and without fault or negligence on the part of the defaulting party shall not constitute a breach of contract: labor strikes, riots, war, acts of governmental authorities, unusually severe weather conditions or other natural catastrophe, disease, epidemic or pandemic, or any other cause beyond the reasonable control or contemplation of either party. Nothing herein relieves the City of its obligation to pay OSPREY for services actually rendered. 24. Severability: In the event that any court of competent jurisdiction shall determine that any provision of this agreement shall be unenforceable, then that provision shall be deemed to be null and void and the remaining provisions hereof shall remain in full force and effect. 25. Debarment Certification: OSPREY hereby provides debarment/suspension certification indicating compliance with the below Federal Executive Order. Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors receiving individual awards, using federal funds, and all sub -recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. OSPREY hereby attests its principal is not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. IN WITNESS WHEREOF, CITY OF FAYETTEVILLE, ARKANSAS by and through its Mayor, and OSPREY INITIATIVE LLC by its authorized officer has made and executed this Agreement as of the day and year first above written. OSPREY INITIATIVE LLC i By:VA('01J,By: L atLkL- 9A - 1-1014VLD JORDAN, OR ttt�itaif� DONALD W. BATES JR., OWNER/ RESIDENT T R G ATTEST: �'' • ' "" G3 • � By: Kara Paxton, City ClerC Treasurer`TM,®�`� rru Date Signed: 4_ 08/20/2024 Date Signed City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Contract: Osprey Initiative LLC Page 6 of 6 12/-z RFP 24-04, Waterway Cleanup Services APPENDIX A Scope of Work & Fees 1. SCOPE OF WORK: A. Osprey Initiative LLC shall be responsible for the removal and disposal of trash and debris from the water channels and banks and collect data on the materials removed. The order of work locations and cleanup frequency will be determined by permission to access properties and amount of trash present. Park Operations will work with Contractor to determine schedule. The City of Fayetteville will notify impacted residents of work to be performed. B. Osprey shall perform an initial round of cleanups. Osprey shall physically remove trash in and along waterways including but not limited to the following focus areas (locations in bold are to be considered priority locations. Additional areas may be added on a case -by -case basis by the City in conjunction with Osprey): i. Town Branch: Confluence with West Fork White River to Interstate 49 ii. Spout Spring Branch: Confluence with Town Branch to East 7th Street iii. Collette Branch: Confluence with Town Branch to MILK Jr. Blvd. iv. Tanglewood Branch: Confluence with Spout Spring Branch to MILK Jr. Blvd. v. Scull Creek: Confluence with Mud Creek to Wilson Park vi. Hamestring Creek: Rupple Road to North Porter Road vii. Mud Creek: North Old Missouri Road to North Gregg Avenue viii. Owl Creek: Dale Clark Park to West Persimmon Street ix. Cato Springs Branch: Confluence with Town Branch to Fulbright Expressway x. Clear Creek: Confluence with Lake Fayetteville to Highway 265 C. After initial cleanups, Osprey shall determine areas that may benefit from an upstream and/or in - stream trash capture devices based on trash present. Osprey shall provide information on trash capture device options and placement recommendations based on site conditions for each location. Once locations and number of trash capture devices are agreed upon with the City, Osprey shall procure, install, and regularly maintain and service trash capture devices to remove accumulated debris and keep the capture device working properly for duration of contract. D. Annually, for the duration of the contract, perform cleanup in focus areas for trash and debris not captured in devices. E. Analyze trash as collected to provide data and waste analysis reports. Analysis shall include any major factors that could affect data results, such as rain and flooding. City of Fayetteville, AR and Osprey Initiative LLC APPENDIX A — SCOPE OF WORK AND FEES Page 1 of 7 — Last Revised 05.20.24 i. Data 1. Trash types at each location (including litter collected in capture devices) 2. Pounds of trash found at each cleanup location 3. Trash type by pound 4. Volume of Styrofoam ii. Report 1. Written data summary for each site 2. Overall report on findings F. All staff of Osprey shall be identifiable by a professional company name tag and/or uniform while the work is being performed under this contract. 2. GENERAL NOTES: A. Osprey Litter Collection Device Cleanout — The removal and sorting of all trash items from a Boom or Litter Gitter site. A site is defined as a trap system and surrounding area (approximately 50 yards upstream and downstream of the trap system. B. Osprey Litter Collection Device Deep Clean — The removal and sorting of all trash items within 100- yards of the trap system, upstream and downstream. To be performed quarterly. C. At a minimum, each site will be checked and serviced every two (2) weeks. Additionally, Osprey crew members will be on call for major rain events, or if repairs are required. D. Osprey field crews will maintain two (2) person teams, in adherence to safe work protocols. E. If a site does not require cleaning, the Osprey field crew will complete and submit a Litter Collection Device Cleonout Form for project records. If the site is cleaned, the field crew will complete and submit a Litter Collection Device Cleonout Form and an Osprey Escaped Trash Assessment Program (ETAP) Data Cord. Forms will be uploaded to SharePoint by 10:59 PM CST on Sunday of each week. F. If material collected is less than two (2) 30-gallon trash bags, Osprey field crews will complete ETAP on all material. However, if the collected material exceeds two (2) 30-gallon trash bags, field crews will complete ETAP on 10% of a representative sampling of the total material. 3. COST/FEES: A. OSPREY shall perform the services included in this proposal, over the length of 5 years, for a fee of $ 786,560.00. i. The fee schedule is broken out yearly as submitted in the RFP, is contigent on City council approval of the annual budget and shall not exceed the cost estimate as follows: 1. Year 1 - $242,980 + litter device monthly maintenance agreement 2. Year 2 - $154,420 + litter device monthly maintenance agreement 3. Year 3 - $128,120 + litter device monthly maintenance agreement City of Fayetteville, AR and Osprey Initiative LLC APPENDIX A — SCOPE OF WORK AND FEES Page 2 of 7 — Last Revised 05.20.24 4. Year 4 - $128,120 + litter device monthly maintenance agreement 5. Year 5 - $132,920 + litter device monthly maintenance agreement ii. The litter device monthly maintenance agreement is based on the number of litter capture devices and will be subject to pre -approval annually. The monthly rate for servicing each device is 1. Litter Boom - $2,100/month 2. Litter Gitter - $2,500/month iii. Additional services requested that fall outside the scope of this project shall be provided on a time -and -materials basis, subject to pre -approval. B. Proposed yearly breakdown of cost (breakdown to be finalized with City and Osprey approval): COST ESTLIIATE P24-036 - Year One RFP 24-04 Waterway Cleanup Sersices Fayetteville, AR Task 1 - Tactical Cleanups of 10 Priority Locations Executive Project Manager 120 hrs cu! $150.00 Ibr $18,000.00 Senior Project Manager 328 hrs 'u! $120.00 /hr $39360.00 Senior Field Lead 328 hrs 'u! S75.00 thr $24,600.00 Field Tech 1312 brs (u! S50.00 Ihr $65,600.00 Field Supplies 1 est ru! $1,000.00 Lest $1,000.00 Canoe -Kayak x 2 10 days ?u! $100.00 Iday $1.000.00 Mileage 9800 miles ru; S1.00 (mile $9.800.00 Meals 41 days (u! $300.00 (day $12.300.00 Hotels 32 nights ru $600.00 Inight $19.200.00 S190.860.00 Task 2 - Device Location Recommendations Executive roject _ anager 40 his a S150.00 'hr S6,000-00 Senior Project Manager 40 hrs ,:g $120.00 Aw S4.S00.00 Mileage 1400 miles $1.00 !mile $1,400.00 Meals 4 days @ $100.00 !day S400.00 Hotels 3 nights (c7 $200.00 /night $600.00 S13,200.00 Task 3 - Device Deln-ery'lnstallation Executive Project Manager 40 hrs iu1 Project Manager 40 hrs(i) Senior Field Lead 40 hrs !iS 40 brs !iS 1 est ru! 1400 miles 44, 4 days (9 3 nights (ate Field Tech Field Supplies Mileage Meals Hotels City of Fayetteville, AR and Osprey Initiative LLC APPENDIX A — SCOPE OF WORK AND FEES Page 3 of 7 — Last Revised 05.20.24 $150.00 .thr S90.00 /br S75.00 /br S50.00 Ihr $1,000.00 lest S1.00 (mile $200.00 Iday $400.00 (night $6,000.00 $3,600.00 $3.000.00 $2.000.00 $1.000.00 $1,400.00 S800.00 S 1.200.00 S19,000.00 T:i-h 4 - 12 Month 'Maintenance .agreement Each cost :honu below i, per device. Litter Boom 12 month: u Litter Critter 12 month: it Ta.k 4 - Coordinatine Manaeement Renortin S2,100.00 month $2�.--Wl CC S2,500.00 month $3C. i,irl CC To be Determined Executive Project Manager 56 his g $150.00 4w $8,400.00 Senior Project Manager 56 his !iS $120.00 /hr $6,720.00 Admm 40 hrs '4 $60.00 .✓ha $21400.00 !Mileage 1400 miles @ $1.00 /tile $1,400.00 Meal• 4 days 6 $100.00 /dry $400.00 Hotel• 3 nights @, $200.00 /night S600.00 S19,920.00 Year 1 Total: S242.980.00 *Doe: not include Task 4: 12 Month Nfamtenance .-'.ereemezt* COST ESMIATE P24-036 - Year Two RFP 24-04 Waterway Cleanup Services Fayetteville, AR Task 1 - Tactical Cleanups of 10 Priority- Locations Executive Project Manager 80 hrs @. $150.00 /hr $12.000,00 Senior Project Manager 240 hrs @ $120.00 /hr $28,800.00 Senior Field Lead 240 hrs @ $75.00 /hr $18,000.00 Field Tech 960 hrs @. $50.00 /hr $48,000.00 Field Supplies 1 est @ $500.00 lest $500.00 Canoe/Kayak x 2 10 days @ $100.00 /day SL000.00 Mileage 7000 miles @ $1.00 /mile S7.000.00 Meals 30 days @ $300.00 /day S9,000.00 Hotels 25 nights @ $600.00 /tight $15.000.00 Task 2 - 12 Month Maintenance Agreement Each cost shown below- is per device. Litter Boom 12 months @ S2.100.00 'month Litter Gitter 12 months @ S2.500.00 month S139.300.00 $25,200.00 $30,000.00 To be Determined Task 3 - Coordinating"%IanagemenbReporting Executive Project Manager 40 hrs @ $150.00 /hr S6,000.00 Senior Project Manager 40 hrs @ $120.00 /hr S4,800.00 Admin 32 hrs @ $60.00 /hr S1,920.00 Mileage 1400 miles @ S1.00 /toile S1,400.00 Meals 4 days @ $100.00 /day $400.00 Hotels 3 nights @ $200.00 /tight $600.00 $1 5.120.00 Year 2 Total: S154.420.00 *Does not include Task 2: 12 Month Maintenance agreement* City of Fayetteville, AR and Osprey Initiative LLC APPENDIX A — SCOPE OF WORK AND FEES Page 4 of 7 — Last Revised 05.20.24 COST ESTIMATE P24-036 - Year Three RFP 24-04 R'aterway Cleanup Services Fayetteville. AR Task 1 - Tactical Cleanups of 10 Priority Locations Executive Project Manager 40 hrs @ $150.00 /hr S6,000.00 Senior Project Manager 200 hrs @ $120.00 /hr $24,000.00 Senior Field Lead 200 hrs @ $75.00 /hr $15,000.00 Field Tech 800 hrs @ $50.00 /hr S40,000.00 Field Supplies 1 est @ $500.00 lest $500.00 Canoe+'Kayak x 2 10 days @ $100.00 /day S1,000.00 Mileage 7000 miles @ $1.00 /mile S7,000.00 Meals 25 days @ $300.00 /day $7,500.00 Hotels 20 nights @ $600.00 /night $12.000.00 $113.000.00 Task 2 - 12 Month Maintenance Agreement Each cost shorn below is per device. Litter Boom 12 months @ $2.100.00 !month $25.200.00 Litter Gitter 12 months @ S2,500.00 !month $30.000.00 To be Determined Task 3 - C oordinatina."Jlanagement+'Reporting Executive Project Manager 40 hrs @ $150.00 /hr $6,000.00 Senior Project Manager 40 hrs @ $120.00 /hr S4.800.00 Admin 32 hrs @. $60.00 /hr $1,920.00 Mileage 1400 miles @ S1.00 /mile $1,400.00 Meals 4 days @ $100.00 /day $400.00 Hotels 3 nights @ S200.00 /night $600.00 $15.120.00 Year 3 Total: $128,120.00 "Does not include Task 2: 12 Month Maintenance Agreement' City of Fayetteville, AR and Osprey Initiative LLC APPENDIX A — SCOPE OF WORK AND FEES Page 5 of 7 — Last Revised 05.20.24 COST ESTIMATE P24-036 -Year Four RFP 24-04 Waterway Cleanup Services Fayetteville, AR Task 1 - Tactical Cleanups of 10 Priority Locations Executive Project Manager 40 hrs @ $150.00 /hr S6,000.00 Senior Project Manager 200 his @ $120.00 /hr $24,000,00 Senior Field Lead 200 hrs @ $75.00 /hr $15,000.00 Field Tech 800 hrs @ $50.00 /hr S40,000.00 Field Supplies 1 est @ $500.00 /est $500.00 CanoeXayakx2 10 days@ $100.00 /day S1,000.00 Mileage 7000 miles @ S1.00 /mile S7,000.00 Meals 25 days @ $300.00 /day S7,500.00 Hotels 20 nights @ $600.00 /night $12.000.00 S113.000.00 Task 2 - 12 3lonth Maintenance Agreement Each cost shown below- is per deuce. Litter Boom 12 months @ $2,100.00 /month S25,200.00 Litter Giner 12 months @ $2,500.00 /month S30.000.00 To be Determined Task 3 - Coordinating+'Jtanagement'Reporting Executive Project Manager 40 his @ S150.00 /hr $6,000.00 Senior Project Manager 40 hrs @. $120.00 /hr $4,800.00 Adnun 32 hrs @ $60.00 /hr $1,920.00 Mileage 1400 miles @ S 1.00 /mile $1,400.00 Meals 4 days @ S100.00 /day $400.00 Hotels 3 nights @ $200.00 /night $600.00 $15.120.00 Year 4 Total: $128.120.00 *Does not Include Task 2: 12 Month Maintenance Agreement* City of Fayetteville, AR and Osprey Initiative LLC APPENDIX A — SCOPE OF WORK AND FEES Page 6 of 7 — Last Revised 05.20.24 COST ESTLNIATE P24-036 - Year Fire RFP 24-04 Waterway Cleanup Services Fayetteville. AR Task 1 - Tactical Cleanups of 10 Piiority Locations Executive Project Manager 40 hrs @ $150.00 /hr S6,000.00 Senior Project Manager 200 hrs @ $120.00 /hr $24.000.00 Senior Field Lead 200 firs @ $75.00 /hr $15,000.00 Field Tech 800 hrs @ $50.00 /hr S40,000.00 Field Supplies 1 est @ $500.00 lest $500.00 CanoeXayak x 2 10 days @ $100.00 /day SL000.00 Mileage 7000 miles @ $1.00 /mile ST000.00 Meals 25 days @ $300.00 /day ST500.00 Hotels 20 nights @ $600.00 /tight $12,000.00 $113,000.00 Task 2 - 12 Month Maintenance Agreement Each cost shown below- is per device. Litter Boom 12 months @ S2,100.00 /month $25.200.00 Litter Critter 12 months @ $2,500.00 /month $30.000.00 To be Determined Task 3 - Coordinating/illanagementiReporting Executive Project Manager 56 hrs @ $150.00 /hr S8,400.00 Senior Project Manager 56 hrs @ $120.00 /hr $6,720.00 Admire 40 hrs @. $60.00 /hr S2.400.00 Mileage 1400 miles @ $1.00 /mile S L400.00 Meals 4 days @ $100.00 /day $400.00 Hotels 3 nights @ $200.00 /tight $600.00 $19.920.00 Year -; Total: $132920.00 *Does not include Task 2: 12 Month Maintenance Agreement* City of Fayetteville, AR and Osprey Initiative LLC APPENDIX A — SCOPE OF WORK AND FEES Page 7 of 7 — Last Revised 05.20.24 I is Chi mem FAYETTEVILLE ARKANSAS City of Fayetteville, Arkansas Purchasing Division — Room 306 113 W. Mountain Fayetteville, AR 72701 Phone: 479.575.8256 TDD (Telecommunication Device for the Deaf): 4791316 •�G J Request for Proposal: RFP 24-04, Waterway Cleanup Services '( DEADLINE: Thursday, May 9, 2024 before 2:00 PM, local ti SR. PURCHASING AGENT: Amanda Beilfuss, abeilfuss fa et ille-ar. ov DATE OF ISSUE AND ADVERTISEMENT: 04/14/2024 REQU Etvflem 4 PR L RFP 24-04. V�,a u a es No late proposals shall be accect RFP I e s fitted through the City's third -party electronic bidding platfor or u mit sealed al proposal to the City of Fayetteville, Purchasing Division at the ca Ci o ayetteville urc Division — Room 306 t Mountain Street etteville, AR 72701 O All proposal h�e submitted in accordance with the attached City of Fayetteville specifications and docum n attached hereto. Each Proposer is required to fill in every blank and shall supply all inf do requested; failure to do so may be used as basis of rejection. ;i h Z�lersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms s'Ned herein, and in strict accordance with the specifications and general conditions of bidding, all of which are made a part of this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City Purchasing Director. City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Page 1 of 20 City of Fayetteville RFP 24-04, Waterway Cleanup Services Advertisement City of Fayetteville, AR Request for Proposal RFP 24-04, Waterway Cleanup Services Znd The City of Fayetteville, Arkansas, seeks proposals from qualified firms to perform cleanup ser . data collection for designated waterways throughout Fayetteville. Any questions regarding this RFP Ge directed to Amanda Beilfuss, City of Fayetteville Sr. Purchasing Agent at abeilfuss fa etteville-aX 419)575-8220. Solicitation documents and addenda shall be obtained at the City of Fayetteville P Division's electronic bidding platform at www.fayetteville-ar.gov/bids. All proposals shall be received by r ay, May 9, 2024 before 2:00 PM, Local Time utilizing the electronic bidding software or by submitting aled physical proposal to the City of Fayetteville, Purchasing Division. All proposals are due before the tim d. No late proposals shall be accepted. Submitting electronically is strongly encourag The City of F t i shall not be responsible for lost or misdirected proposals, or for failure of proposer's ical equ' e All interested parties shall be qualified to do bus' s41'C9 ed. licer state and local governments where the project curr State shall be valid at time of Proposal deadli e. ��V..// The City of Fayetteville reserves the ri ject aiontheL Prop parties agree that such rejection sh ithout J claim brought by any intereste of any kind against the City of Fa ettev this invitation shall constitute an agree City of Fayetteville By: Amanda Beilfuss, P: 479.575.8220 &be TDD (Telecor Date of adve This pu c t Am o t id i XM reject Lse of such#& he inte* , \C0 Pre acccor with all applicable laws of the gi IX with the Arkansas Secretary of 44 )Is a to waive irregularities therein, and all -�f the City of Fayetteville for any damage or r shall any interested party seek any recourse ions. The filing of any Statement in response to I arty to these conditions. ins Device for the Deaf): (479) 521-1316 04/14/2024 as paid for by the Purchasing Division of the City of Fayetteville, Arkansas. City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Page 2 of 20 City of Fayetteville RFP 24-04, Waterway Cleanup Services SECTION A: General Terms & Conditions 1. SUBMISSION OF A PROPOSAL SHALL INCLUDE: Each proposal shall contain the following at a minimum. Proposer must also address detailed requirements as specified in the Scope of Work. a. References •�G b. Current Customers J c. Equipment and Safety Measures d. Cost Summary e. Additional Services (OPTIONAL) f. Submitting and responding to this UP�+n oposals I e pr red simply and economically, providing a straightforward, concise d of ' to e requirements for the project. Fancy bindings, colored displays, a otio 1 m t rial a t quired. Emphasis should be on completeness and clarity of c`�'t. II doc me phy ' a y bmitted should be typewritten on % standard 8 " x 11" white pa boun ne vol me. ceptions would be schematics, exhibits, one -page resumes, and Cit e ired for pro I to twenty-five (25) pages or less, excluding one -page team resum r nces, rms r by the City for completion. All proposals shall be sealed upon to th Ci fFayet PW i. Option 1 —El Sub (strongly encouraged): Proposers can go to www.fa ette 'I ov bicfollow the prompts to submit a proposal within the electro ig platfor IfIproposal is submitted electronically, aphysical submission is not nece ry. Aly &'11`1N rs must register in order to be able to submit. There is no fee for istation. ,5Ci ii. n 2 — Ph sical Submittal: All Proposers shall submit one (1) original copy oftheir proposal and shall be provided to the City in a sealed manner. FeclEx, UPS, USPS, or other packages should be clearly marked with the RFP number on the outside of the mailingpackage. roposals will be reviewed following the stated deadline, as shown on the cover sheet of this ocument. Only the names of Proposer's will be available after the deadline until a contract has been awarded by the Fayetteville City Council. All interested parties understand proposal documents will not be available until after a valid contract has been executed. h. Proposers shall submit a proposal based on documentation published by the Fayetteville Purchasing Division. City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Page 3 of 20 Proposals must follow the format of the RFP. Proposers should structure their responses to follow the sequence of the RFP. j. Proposers shall have experience in work of the same or similar nature and must provide references that will satisfy the City of Fayetteville. Proposer shall furnish a reference list of clients for whom they have performed similar services and must provide information as requested in this document. k. Proposer is advised that exceptions to any of the terms contained in this RFP or the atta rvice agreement must be identified in its response to the RFP. Failure to do so may lead she declare any such term non-negotiable. Proposer's desire to take exception to a non-negot rm will not disqualify it from consideration for award. I. Local time shall be defined as the time in Fayetteville, Arkansas on t to of the deadline. Documents shall be received before the deadline time as shown by th t is clock located in the Purchasing Division Office or electronic clock located in the City's tharty bidding software. 2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLA 3. TION: A No oral interpretations will be made to any firms as�t mean' f1pecifications or any other contract documents. All questions pertaining to the terrrA.Lncl conditi r cope f work of this proposal must be sent in writing via e-mail to the PurchasingxNvment.. nses t estions may be handled as an addendum if the response provides clarific tkn o the qui 1�rients e roposal. All such addenda shall become art of the contract documen e City w� be ible for an other explanation or p Y Y p interpretation of the proposed RFP m 07given to the aw o he contract. DESCRIPTION OF SUPPLIES AN ES: Any manufacturer's names, ame, ame, c umber, etc. used in specifications are for the purpose of describing and tablishin raI qu I els. Such references are NOT intended to be restrictive. Proposals shall be cons' or all that meet the quality of the specifications listed for any items. 4. RIGHTS OF CITY OF FAYETTE IN RAWTSWOR PROPOSAL PROCESS: In addition to all other' hts f theCj\`teville, under state law, the City specifically reserves the right to the following: a. The City o' � tteville reserves the right to rank firms and negotiate with the highest-ranking firm. Negotloewith an individual Proposer does not require negotiation with others. b. The * of Fayetteville reserves the right to select the proposal it believes will serve the best terest(s) of the City. c. The City of Fayetteville reserves the right to accept or reject any or all proposals. d. The City of Fayetteville reserves the right to cancel the entire request for proposal. e. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the request for proposal or in proposals submitted. City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Page 4 of 20 f. The City of Fayetteville reserves the right to request any necessary clarifications, additional information or proposal data without changing the terms of the proposal. g. The City of Fayetteville reserves the right to make selection of the Proposer to perform the services required on the basis of the original proposals without negotiation. h. The City reserves the right to ask for a best and final offer from one or more Proposers. The 641 and final offer process is not guaranteed; therefore, Proposers shall submit and respond to thi 6k the most favorable terms available. 5. EVALUATION CRITERIA: J` The evaluation criterion defines the factors that will be used by the selection commit evaluate and score responsive, responsible and qualified proposals. Proposers shall include suffic' i mation to allow the selection committee to thoroughly evaluate and score proposals. Each proposa b itted shall be evaluated and ranked by a selection committee. The contract will be awarded to the st qualified Proposer, per the evaluation criteria listed in this RFP. Proposers are not guaranteed to be 6. COSTS INCURRED BY PROPOSERS: Z) All expenses involved with the preparation ands fission of p s s to e City, or any work performed in connection therewith, shall be borne solely b 11,E ropose pay n ill be made for any responses received, or for any other effort required o rr ade b the pos s r to contract commencement. 7. ORAL PRESENTATION: An oral presentation and/or intervi w ay be re e of ar *rm, at the selection committee's discretion. 8. CONFLICT OF INTEREST: ��► a. The Proposer represe is tha it tly has rest and shall acquire no interest, either direct or indirect, which would confli mann the performance or services required hereunder, as provided in City of Fay Code 34.26 titled "Limited Authority of City Employee to Provide Services to h ♦ b. The Proposer all romp anda Beilfuss, City Sr. Purchasing Agent, in writing, of all potential c kiC%^ rntere for ny prospective business association, interest, or other circumstance which maence or appear to influence the Proposer's judgment or quality of services being providN.,Auch written notification shall identify the prospective business association, interest or ciw ce, the nature of which the Proposer may undertake and request an opinion to the City as toher the association, interest or circumstance would, in the opinion of the City, constitute a onflict of interest if entered into by the Proposer. The City agrees to communicate with the Proposer is opinion via e-mail or first-class mail within thirty days of receipt of notification. QHDRAWAL OF PROPOSAL: A proposal may be withdrawn prior to the time set for the proposal submittal based on a written request from an authorized representative of the firm; however, a proposal shall not be withdrawn after the time set for the proposal. City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Page 5 of 20 10. LATE PROPOSAL OR MODIFICATIONS: a. Proposal and modifications received after the time set for the proposal submittal shall not be considered. Modifications in writing received prior to the deadline will be accepted. The City will not be responsible for misdirected bids. Proposers refer to their submission status in the online bidding portal or call the Purchasing Division at (479) 575-8220 to ensure receipt of their submittal documents prior to opening time and date listed. b. The time set for the deadline shall be local time for Fayetteville, AR on the date listed. / h ;rrfosaIs shall be received in the Purchasing Division BEFORE the deadline stated. The oCh,606 lock to determine local time shall be the atomic clock located in the Purchasing Division, of City Hall, 113 W. Mountain, Fayetteville, AR. 11. CONSTITUTIONAL, STATE, AND FEDERAL COMPLIANCE REQUIREMENTS: The laws of the State of Arkansas apply to any purchase made under this req st r proposal. Proposers shall comply with all constitutional, state, and federal directives, orders and I as applicable to this proposal and subsequent contract(s) including but not limited to Equal Employmen rtunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as applicable to 11R> ntract. 12. PROVISION FOR OTHER AGENCIES: Unless otherwise stipulated by the Propos �e �Propos es t e available to all Government agencies, departments, municipalities, an c ui ies, th pr 2isal pr' e s mitted in accordance with said terms and conditions therein s I n sai �me desire to buy under this proposal. proposal Y g Y Y p p Eligible users shall mean all state o�k nsas cies, the is ive and judicial branches, political subdivisions (counties, local distri s hool boa mun' col ges, municipalities, counties, or other public agencies or authorities), I ay de ' t urcha r the terms and conditions of the contract. 13. COLLUSION: Dew The Proposer, by affixing his or her 1Me to thJ& osal, agrees to the following: "Proposer certifies that their proposal is made without r s uncle ng, agreement, or connection with any person, firm or corporation making a prop s he same ' eem s) and/or services and is in all respects fair, without outside control, collusion, fraud, or o wise �l tion." 14. RIGHT TO AUDIT D"JURIS CI `: a. The City o ?etween tteville reserves the privilege of auditing a Contractor's records as such records relate to pur ads the City and said Contractor. b. Free �of Information Act: City contracts and documents prepared while performing City ontractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information ct request is presented to the City of Fayetteville, the (contractor) will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101 et. seq.). Only legally authorized photocopying costs pursuant to the FOIA may be assessed for this compliance. c. Legal jurisdiction to resolve any disputes shall be Arkansas with Arkansas law applying to the case. City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Page 6 of 20 15. CITY INDEMNIFICATION: The successful Proposer(s) agrees to indemnify the City and hold it harmless from and against all claims, liability, loss, damage or expense, including but not limited to counsel fees, arising from or by reason of any actual or claimed trademark, patent or copyright infringement or litigation based thereon, with respect to the services or any part thereof covered by this order, and such obligation shall survive acceptance of the services and payment thereof by the City. 16. VARIANCE FROM STANDARD TERMS & CONDITIONS: (�b All standard terms and conditions stated in this request for proposal apply to this cuntGld eicept as specifically stated in the subsequent sections of this document, which take precedence, a � be fully understood by Proposers prior to submitting a proposal on this requirement. 17. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION: Persons with disabilities requiring reasonable accommodation to participate in t�oceeding/event, should call 479.521.1316 (telecommunications device for the deaf), no later than n days prior to the deadline. Persons needing translation of this document shall contact the City o tteville, Purchasing Division, immediately. 18. CERTIFICATE OF INSURANCE: The successful Proposer shall provide a Certi f Insurarofe I liability insurance in the amount of $1 million US dollars, at minim S h Ceroicat'li`%f In e all list the City as an additional insured and not be required unless fi i selectedanc a remain valid throughout contract q g completion. 19. PAYMENTS AND INVOICING: The Proposer must specify as invoices suomittea Tor paid responsible for immediately noti cause invoicing to change from thirty days of invoice re penalty for untimely pa in hourly rates by i exact ca lilloy name and address which must be the same of f this RFP. Further, the successful Proposer is h rivision of any company name change, which would a time of the original RFP. Payment will be made within �tnville is very credit worthy and will not pay any interest or i be processed through Proposer(s acceptance of Visa at no ent processing. The City will not agree to allow any increase OR Fayetteville City Council approval. J^serves the right to cancel this contract without cause by giving thirty (30) days prior notice contractor in writing of the intention to cancel or with cause if at any time the Contractor fails ill or abide by any of the terms or conditions specified. Failure of the contractor to comply with any of the provisions of the contract shall be considered a material breach of contract and shall be cause for immediate termination of the contract at the 1% discretion of the City of Fayetteville. c. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to cancel and obtain from another source, any items and/or services which have not been delivered within the period of time from the date of order as determined by the City of Fayetteville. City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Page 7 of 20 d. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall notify the Contractor of such occurrence and contract shall terminate of the last day of the current fiscal period without penalty or expense to the City. 21. ASSIGNMENT. SUBCONTRACTING. CORPORATE ACQUISITIONS AND/OR MERGERS: 22 23 a. The Contractor shall perform this contract. No assignment of subcontracting shall be allowed without prior written consent of the City. If a Proposer intends to subcontract a portion of this the Proposer shall disclose such intent in the proposal submitted as a result of this RFP. F61 • e) b. In the event of a corporate acquisition and/or merger, the Contractor shall provid n notice to the City within thirty (30) calendar days of Contractor's notice of such action or t e occurrence of said action, whichever occurs first. NON-EXCLUSIVE CONTRACT: Award of this RFP shall impose no obligation on the City to utilize the Co ctor for all work of this type, which may develop during the contract period. This is not an exclusive co . The City specifically reserves the right to concurrently contract with other compa or similar it eems such an action to be in the City's best interest. In the case of multiple -phase racts, t vision shall apply separately to each item.' LOBBYING: ` Lobbying of selection committee mem s, ity of Fa vil11 p ees, or elected officials regarding request for proposals, request for qua ions, bi contracts, ri the pendency of bid protest, by the bidder/proposer/protestor or any er of i er's/ CIS is /protestor's staff, and agent of the bidder/proposer/protestor, or �n�p son e d by1 entity affiliated with or representingan organization that is respon e req r propo uest for qualification, bid or contract, or has a pending bid protest is strict) prohi it er upo v tisement or on a date established by the City of Fayetteville and shall be prohibited her a is final or the protest is finally resolved by the City of Fayetteville; provided, ho othin shall prohibit a prospective/bidder/proposer from contacting the Purchasing Qi�to addregk sit tions such as clarification and/or questions related to the procurement process. Fo influencing or attemp*kg attempt to obtain vision lobbying activities shall include but not be limited to, non -action in connection with any request for proposal, indirect oral or written communication or an Owill of persons and/or entities specified in this provision. Such actions may cause any , request for qualification, bid or contract to be rejected. reserves the right to request additional services relating to this RFP from the Proposer. When d by the City as an amendment to the contract and authorized in writing prior to work, the Contractor provide such additional requirements as may become necessary. A written agreement, in substantially the form attached, incorporating the RFP and the successful proposal will be prepared by the City, signed by the successful Proposer and presented to the City of Fayetteville for approval and signature of the Mayor. City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Page 8 of 20 26. INTEGRITY OF REQUEST FOR PROPOSAL (RFP) DOCUMENTS: Proposers shall use the original RFP form(s) provided by the Purchasing Division and enter information only in the spaces where a response is requested. Proposers may use an attachment as an addendum to the RFP form(s) if sufficient space is not available on the original form for the Proposer to enter a complete response. Any modifications or alterations to the original RFP documents by the Proposer, whether intentional or otherwise, will constitute grounds for rejection of such RFP response. Any such modifications or alterations a Proposer wishes to propose shall be clearly stated in the Proposer's RFP response and presented in of an addendum to the original RFP documents. 27. OTHER GENERAL CONDITIONS: •�G a. Proposers must provide the City with their proposals signed by an employee ha v" gal authority to submit proposals on behalf of the Proposer. The entire cost of preparing oviding responses shall be borne by the Proposer. b. The City reserves the right to request any additional information it ms necessary from any or all Proposers after the submission deadline. c. This solicitation is not to be construed as an o r contr commitment of any kind; nor does it commit the City to pay for any cots A curred by 'er in reparation. It shall be clearly understood that any costs incurred by 1 poser rndin is request for proposal is at the Proposer's own risk and expense as ys�of doi bu il�esS. T e it f Fayetteville shall not be liable for reimbursement to the Pro o r ran ex�so i r regardless of whether or not the p �� Y p g proposal is accepted. d. If products, component o s�vices an th cribed in this bid document are proposed, the Proposer must com escripti ature for each. All requests for additional information must be ceive w' ive wor .�ys following the request. e. Any uncertainties shall ght to Xention to Amanda Beilfuss immediately via telephone (479.575.8220) or - a eilfuss fPteville-ar. ov). It is the intent and goal of the City of Fayetteville Purchasi ivisiorl ide documents providing a clear and accurate understanding of the scope work to be and/or goods to be provided. We encourage all interested parties to to ab all Proposers to be on equal terms. f. Any i iN�_51^Ns es or requests for explanation in regard to the City's requirements should be made le to Amanda Beilfuss, City of Fayetteville, Sr. Purchasing Agent via e-mail ;s@fayetteville-ar.gov) or telephone (479.575.8220). No oral interpretation or clarifications ill be given as to the meaning of any part of this request for proposal. All questions, clarifications, nd requests, together with answers, if any, will be provided to all firms via written addendum. Names of firms submitting any questions, clarifications, or requests will not be disclosed until after a contract is in place. g. At the discretion of the City, one or more firms may be asked for more detailed information before final ranking of the firms, which may also include oral interviews. City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Page 9 of 20 h. Any information provided herein is intended to assist the Proposer in the preparation of proposals necessary to properly respond to this RFP. The RFP is designed to provide qualified Proposers with sufficient basic information to submit proposals meeting minimum specifications and/or test requirements but is not intended to limit an RFP's content or to exclude any relevant or essential data. Proposers irrevocably consent that any legal action or proceeding against it under, arising out of or in any manner relating to this Contract shall be controlled by Arkansas law. Proposer hereby exprn4vand irrevocably waives any claim or defense in any said action or proceeding based on any all Zwick of jurisdiction or improper venue or any similar basis. • The successful Proposer shall not assign the whole or any part of this Coract or y�onies due or to become due hereunder without written consent of City of Fayetteville. Icas uccessful Proposer assigns all or any part of any monies due or to become due under thi t, the Instrument of assignment shall contain a clause substantially to the effect that it is agree; the right of the assignee in and to any monies due or to become due to the successful Propos all be subject to prior liens of all persons, firms, and corporations for services rendered or materii plied for the performance of the services called for in this contract. The successful Proposer's attention is 4ir ed to the f all licable Federal and State laws, municipal ordinances, and the rules an tions o I oriti ing jurisdiction over the services shall apply to the contract through t,, ►t ey I be eme o Iuded in the contract as though written out in full herein. The su s I Propose Ike i If/herself fully informed of all laws, ordinances and regulations of Pecleral, e, and m ci governments or authorities in any manner affecting those en g or empl i prov�1)� th se services or in any way affecting the conduct of the services n II ord P1�Cf decreOncy dies or tribunals having any jurisdiction or authority over sam y disc y or inc should be discovered in these Contract Documents or in the s ecificatio� in refe t , in relation to any such law, ordinance, regulation, order or decree, s/he shall hil�Kreport ,�e in writing to the City of Fayetteville. City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Page 10 of 20 City of Fayetteville RFP 24-04, Waterway Cleanup Services SECTION B: Scope of Services and General Information 1. INTRODUCTION: Fayetteville Park Operations intends to award a 1-year contract, automatically renewable for 4 (four) additional 1-year terms to engage a company/firm to provide litter cleanup services fo on unsanctioned campsites and waterways. A separate firm is currently removing trash at u�c .1PC camps, but waterway cleanup (streams and banks) is outside of the existing firm's conts sc pe. 20.6 miles of waterway have been identified as having trash and debris, with so rZtches heavily impacted and a cleanup priority. Trash and debris are considered to be items r to human activity that are not naturally occurring or intended to be in the waterway and inch re not limited to: a. Food and drink wrappers and containers b. Plastic, expanded polystyrene foam, lumber, metal, or other. A typically seen as foreign in waterways J► c. Items related to nearby encampments suc arps, t edding, and clothing d. Potentially hazardous materials s s, m taj! , an er sharp objects The City will be soliciting proposals f lified ofe iona i wi experience in the removal of trash, deployment and maintenan r rash capt e devices, analysis and reporting of the litter removed. 2. SCOPE OF WORK: The awarded Proposer Contract all re d dispose of trash and debris from the water channels and banks and shall co� ata on �aterials removed. The order of work locations and cleanup frequency will be d t red by lion to access properties and amount of trash present. Park Operations will wor 't✓ontra or determine schedule. The City of Fayetteville will notify p Y Y Y impacted residents of w o be pie d. a. Perfor i i And of ea`s. Contractor shall physically remove trash in and along waterways includX t not limited o the following focus areas (locations in bold are to be considered pr iteocations): i. Town Branch: Confluence with West Fork White River to Interstate 49 ii. Spout Spring Branch: 7th — Confluence with Town Branch to 7th Street iii. College Branch: Confluence with Town Branch to MLK Jr. Blvd. iv. Tanglewood Branch: Confluence with Spout Spring Branch to MLK Jr. Blvd. v. Scull Creek: Confluence with Mud Creek to Wilson Park vi. Hamestring Creek: Rupple Road to North Porter Road vii. Mud Creek: North Old Missouri Road to North Gregg Avenue viii. Owl Creek: Dale Clark Park to West Persimmon Street City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Page 11 of 20 ix. Cato Springs Branch: Confluence with Town Branch to Fulbright Expressway x. Clear Creek: Confluence with Lake Fayetteville at Highway 265 b. Perform an initial cleanup in focus areas. Additional areas may be added on a case -by -case basis by the City in conjunction with the Contractor, as needed. c. After initial cleanups, determine areas that may benefit from an upstream and/or in-str trash capture devices based on trash present. Provide information on trash capture device ion and placement recommendations based on site conditions for each location. Pr ocu all, and regularly maintain and service trash capture devices to remove accumulated d d keep the capture device working properly for duration of contract. d. Annually, for the duration of the contract, perform cleanup in focus s�trash and debris not captured in devices. e. Analyze trash as collected to provide data and waste analysi ts. Analysis shall include any major factors that could affect data result ch as rain an i i. Data 1. Trash types at eac ation (incl ter lected in capture devices) 2. Pounds of tras w at e I p to 3. Trash type b u 4. Volume oor oam ii. Report 1. W ' ata su o each 2 0 11 rr`epor dings 3. INSURANCE: a. Contractor shall pro ' rtifica urance supplying commercial general liability coverage, prior to commen of any Y Y or Such certificate shall list the City of Fayetteville as an additional insure sting of Fayetteville as a Certificate Holder is NOT an acceptable substitute. nsurance s i valid throughout project completion. The following list of insura c Ja es sh be onsidered the minimum coverage the City will accept: i. er's Compensation Insurance: Statutory Amount (Automotive Insurance covering all vehicles and trailers, if applicable ii. General Liability: $1,000,000 each occurrence; $3,000,000 aggregate All staff of Contractor shall be identifiable by a professional company name tag and/or uniform while the work is being performed under this contract. PROPOSAL FORMAT: Responses shall be organized in the following format and informational sequence: a. Part I — Signature Pages: Section G of this RFP, completed — required with RFP response b. Part II — References: Section C of this RFP, completed — required with RFP response c. Part III — Method and Safety Measures: Section D of this RFP — required with RFP response City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Page 12 of 20 d. Part IV— Cost Summary: Section E of this RFP— required with RFP response e. Part V —Additional Services (OPTIONAL): Section F of this RFP 5. CONTRACT FORMATION: If the negotiation produces mutual agreement, a contract will be considered for approval by the City of Fayetteville City Council. If negotiations with the highest-ranking Proposer fail, negotiations may be�,Oct itiated with the next highest-ranking Proposer until an agreement is reached. The City reserves the right all offers and end the process without executing a contract. •G 6. CONTRACT TERM: J` Contract shall be considered valid for one (1) year from Council approval with fo ►annual automatic renewals pending City Council approval of the annual budget. The contract may e ated by either party with thirty (30) days written notice without penalty. 7. SELECTION CRITERIA: The following criteria will be used by the City to evto and scor e onsive proposals. Proposers shall include sufficient information to allow the City to t oly eval d score the proposal. Each proposal submitted is not required to be ranked by t 9 e on c T c ntract may be awarded to the most qualified firm, per the evaluation cr e Misted Vase o he evaluation of the selection committee. Following the evaluation of posals,ielect' mmittee may request that the top- ranking firm(s) make an oral presenta r be inte iewed. If tions are necessary, they will take place in Fayetteville, Arkansas. No I be see Pu asi Division. 1) 20% Qualific ' s . Relati pecific F *c to be Performed: Information reflecting qualificati s o th sultant, r ,evrs, and project team. Indicated specialized experience and I com of the firm in connection with the type and complexity o t� ce r u �bcontractors, if used, shall be listed with information on their orb alibn. 2) 20% Exp rience, tom Rend Capacity for Performance: Information reflecting the na tilhlesW11*, a q ications (including experience and technical competence) of the r personnel ned to this specific project. I 3) 0 o ( Proposed Method of Doing Work: A proposed work plan (description of how the project would be conducted as well as other facts concerning approach to scope) indicating r methods and schedules for accomplishing scope of work. Include with this the amount of work presently underway. 10% Past Performance: Previous evaluations shall be considered a significant factor. If previous evaluations with the City are not available, the professional firm's past performance records with City and others will be used, including quality of work, timely performance, diligence, and any other pertinent information. Firm will provide a list of similar jobs performed and person whom the City can contact for information. City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Page 13 of 20 5) 20% Cost/Fees: Complete costs and fees as described in this RFP and for delivery of the proposal including fiscal feasibility and financial stability. All fees shall be clearly identified with RFP response and be itemized as much as possible. 9. ADDITIONAL DOCUMENTS AND INFORMATON: The following documents are included with this solicitation as additional information: a. Appendix A: GIS Map of Parcels Impacted �Q c PQ� �a��a �ej O�K, O50N NEXT PAGE FQ City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Page 14 of 20 City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services SECTION C: References The following information is required from all firms so all statements of qualification may be reviewed and properly evaluated: COMPANY NAME: NUMBER OF YEARS IN BUSINESS: HOW LONG IN PRESENT LOCATION: TOTAL NUMBER OF CURRENT EMPLOYEES: FULL TIME PART TIME ♦�G NUMBER OF EMPLOYEES PLANNED FOR THIS CONTRACT: FULLTIME PARTTIME PLEASE LIST FOUR (4) REFERENCES THAT YOU HAVE PREVIOUSLY PERFORMED CONTRACT SERVICE O IN THE PAST FIVE (5) YEARS (All fields must be completed): 1. P COMPANY NAME PANY NA CITY, STATE, ZIP Cl N ZIP CONTACT PERSON CO TACT R TELEPHONE TE FAX NUMBER � � NUMBER E-MAIL ADDRESS E-MAIL ADDRESS 3. ` 4. COMPANY NAME O COMPANY NAME CITY, STATE, ZIP CONTACT PERSON TELEPHONE FAX NUMBER FAX NUMBER E-MAIL ADDRESS City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Page 15 of 20 E-MAIL ADDRESS City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services SECTION D: Method and Safety Measures 1. All proposers shall provide method of performing work under this contract. If applicable, provide an itemized list of equipment to be used, including manufacturer and model numbers (attach additional pages if necessary): AV& INP a� IR 2. All proposers shall provide d on of�aI measures to be followed while performing work under this contract. e City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Page 16 of 20 City of Fayetteville RFP 24-04, Waterway Cleanup Services SECTION E: Cost Summary The City of Fayetteville intends on awarding to one Proposer; however, the City reserves the right to award based on the best interest of the City, based on the Selection Criteria presented in this RFP. Scope of work shall include ALL Waterways as described in this RFP, including Appendix Document (GI pas visual). Price proposed shall be inclusive of all areas described for all work described in the Scope of . Price proposed shall be listed for entire Contract duration of five (5) years. Proposer shall list any antici creases in cost. NAME OF COMPANY: _ O� LUMP SUM COST PROPOSED: Additional services shall be presented in the form of houpilates along w' iNpsZRiption and documentation of other services that may be provided within this propos es shal u e necessary equipment, tools, and labor. Proposal may also include a percent marl u+n any item y m purchase for use through the Contractor. ` 1. Documentation shall be provided � h quot ar app prior to purchase. Any approved materials and quantities shall be v �ith sup orting do ion when invoices are submitted to the City. The City reserveA rinte o pro terial nd pplies through businesses other than selected vendors, if it is in re��f City.^ Mark up % on materialsV quote and approved prid supporting documentation materials and supplies the ADDITI Documentation shall be provided with each !A materials and quantities shall be verified with ted to the City. The City reserves the right to procure than selected vendors, if it is in the best interest of the Proposer shall submitJ%tional services for offering by completing the form below or may attach hourly rates and documentatiVother services that may be provided within this proposal. �urly Rate: Description of Service: Hourly Rate: 3. Description of Service: Hourly Rate: 4. Additional Capture Devices (cost per device): City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Page 17 of 20 City of Fayetteville RFP 24-04, Waterway Cleanup Services SECTION G: Signature Submittal 1. DISCLOSURE INFORMATION Proposer must disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Proposer response must dis e if a known relationship exists between any principal or employee of your firm and any City ofjy� ville employee or elected City of Fayetteville official. + �J i. If, to your knowledge, no relationship exists, this should also be stated in your onse. Failure to disclose such a relationship may result in cancellation of a purchase and/ c tract as a result of your response. This form must be completed and returned in order oid/proposal to be eligible for consideration. PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROP�LY APPLIES TO YOUR FIRM: 1 NO KNOWN RELATIONSHIP EXIS 1� ^ 2) RELATIONSHIP EXISTS (PI ain): r N1'1�11 4&X tw';*A1, - �� b. I certify that; as an offs his ni tion, r he attached letter of authorization, am duly authorized to certify the nfor i rovided is accurate and true; and my organization shall comply with all State and Fe er aI Op o and Non -Discrimination requirements and conditions of employment. c. Proposer agrees that they s all has ent, valid registration with the Arkansas Secretary of State at time of RFP deadl J1 be a e t ovide proof of registration before recommendation of award to Fayetteville Ci P fncil. V d. PursuTt nsas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not curreyccott Israel and will not boycott Israel during anytime in which they are entering into, or while ,with any public entity as defined in §25-1-503. If at any time during contract the contractor 01nicles to boycott Israel, the contractor must notify the contracted public entity in writing. ursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Page 18 of 20 2. PRIMARY CONTACT INFORMATION At the discretion of the City, one or more firms may be asked for more detailed information before final ranking of the firms, which may also include oral interviews. NOTE: Each Proposer shall submit to the City a primary contact name, e-mail address, and phone number (preferably a cell phone number) where the City selection committee can call for clarification or interview via telephone. Corporate Name of Firm: Primary Contact: Title of Primary Contact: Phone#1 (cell preferred): Phone#2: E-Mail Address: C40 3. ACKNOWLEDGEMENT OF ADDENDA Acknowledge receipt of addenda for this invitation request posal, or request for qualification by signing and dating below. All addendums are h eby ade a pLhe bid or RFP documents to the same extent as though it were originally included t 9 it 'rropo r rs s indicate their receipt of same in the appropriate blank listed herein. Failur so e Co a r to disqualification. ADDENDUM NO. SIGN AND PRI T NAME DATE ACKNOWLEDGED 4. DEBARMENT CERTIFICATIOA-,\' `CO a. As an interested partyis projett�'yo)u are required to provide debarment/suspension certification indicating compliaKe_with the below Federal Executive Order. Certification can be done by completing and signing thi v b. Federal E uAve Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors receiving indivi rds, using federal funds, and all sub -recipients certify that the organization and its principals are notrrad, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any e ral epartment or agency from doing business with the Federal Government. Signature certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Page 19 of 20 5. SIGNATURE SUBMITTAL: NAME OF COMPANY: PHYSICAL ADDRESS: MAILING ADDRESS: TAX I D #: PHONE: E-MAIL: AR. SECRETARY OF STATE FILING #: • FAX: J`- SIGNATURE: N" _*l N PRINTED NAME: ..,E ��� �v` < 011r 1 IV END OF RFP DOCUMENT V City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Page 20 of 20 RFP 24-04, Addendum 1 CITY OF _ FAYETTEVILLE Date: Monday, April 15, 2024 ' A R K A N S A S To: All Prospective Vendors From: Amanda Beilfuss — 479.575.8220 — abeilfuss@fayetteville-ar.gov RE: RFP 24-04, Waterway Cleanup Services This addendum is hereby made a part of the contract documents to the same ext &as hough it were originally included therein. Interested parties should indicate their receipt of sam tppropriate blank of the RFP. PROPOSERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGN�OCATION ON THE BID PORTAL/FORM. OW 1. PRE -PROPOSAL CONFERENCE: a. There will be a non -mandatory pr sal con l on sl a the Walker Park batting cages parking lot on Tuesday, April 30th a 1 Al Zji Nreste are invited to attend. Location: Walker P t ng C e Parking L to the Razorback Greenway) low Fayet le, R 72 1 VU V Q IV IV City of Fayetteville, AR RFP 24-04, Addendum 1 Page 1l1 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 RFP 24-04, Addendum 2 CITY OF _ FAYETTEVILLE Date: Friday, April 19, 2024 ' A R K A N S A S To: All Prospective Vendors From: Amanda Beilfuss — 479.575.8220 — abeilfuss@fayetteville-ar.gov RE: RFP 24-04, Waterway Cleanup Services This addendum is hereby made a part of the contract documents to the same ext Nas-Though it were originally included therein. Interested parties should indicate their receipt of same/ � t�ppropriate blank of the RFP. PROPOSERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNA MOCATION ON THE BID PORTAL/FORM. 1. Clarification — Proposer shall hold a current, valid Is ation w Arkansas Secretary of State OR be able to provide proof of registration before me dation ��ard to Fayetteville City Council. AN CJ O City of Fayetteville, AR RFP 24-04, Addendum 2 Page 111 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 RFP 24-K Addendum 3 CITY OF IV FAYETTEVILLE Date: Thursday, May 2, 2024 A R KA N SAS To: All Prospective Vendors From: Amanda Beilfuss — 479.575.8220 — abeilfuss@fayetteville-ar.gov RE: RFP 24-04, Waterway Cleanup Services This addendum is hereby made a part of the contract documents to the same ext 'LN�s7hough it were originally included therein. Interested parties should indicate their receipt of sam t ppropriate blank of the RFP. PROPOSERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIG�OCATION ON THE BID PORTAL/FORM. 1. A non -mandatory pre -proposal conference wa e on Tu �pril 30, 2024 at 10:00 AM on - site at the Walker Park Batting Cages Parkin Lot. he listii►attendees is also attached to this Aft addendum for disclosure to all interest les (Att t A). a. Attendees: i. City of Fayetteville: G 1. Amanda Sr. P casing Age 2. Kenny i urcha�i'�[� nt 3. By phry, eratio it ctor 4. Jones n eer & unity Programs Coordinator ii. Vendor Qndsca 1. Titan La 2. Questions — The folio queV ve been received and answered by the corresponding department: ` a. Que hen trasl yzation is complete, is there a certain method of disposal that has tused by the Contractor? Answer: The City will have an account number set up for the project. The Contractor shall bring the sorted trash and recycling through the City's Transfer Station, and Recycling and Trash Collections will bill the City for what is brought in. b. Question: If the City recognized a new, additional waterway to be cleaned, how quickly would the Contractor need to act on that (mobilization time)? i. Answer: The Contractor will have up to one (1) month to mobilize if/when additional waterways are added. City of Fayetteville, AR RFP 2 4- 0 4, Addendum 3 Page 112 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 c. Question: Is there any deep water in any of the proposed waterways? 3 i. Answer: The deepest section is likely the southern port of the Town Branch. Depending on rainfall, everything should be shallow enough to wade through. Clarifications — The following is being offered to provide some clarification regarding this RFP: a. The performance of the entire scope of work may be divided out over the full five contract. •.G I The 'SECTION E: Cost Summary' section of the RFP has been revised and i addendum (Attachment B). ALL PROPOSERS SHALL USE THIS UPDAT� FORM, OR PROPOSAL MAY BE REJECTED. The RFP on the onli�►p updated to reflect these changes. c. Below are links to websites showing examples of catch being provided as examples; all substitus will be cor i. https://www.epa.gov/trash-free-' ii. htt s: 19�anuar 2021s � technologies .html#oo iii. httiDs://www.elasteXo?%/iDroducts7%*0EinR- to this WARY D been ttachment B). These are trash-caDture- rriers/trash-debris-boo City of Fayetteville, AR RFP 24-04, Addendum 3 Page 212 Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain -Fayetteville, AR 72701 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 CITY OF FAYETTEVILLE ARKANSAS City of Fayetteville, Arkansas Attendance Sheet Description: Iti)O��-P_YWU-IJ� UfC�Y���ll �YSV\CS2�� Function (circle one) :Bid Opening, Selection Committee Meetin Date:_ � /=i Time:�. Attachment A •NG City staff e-mail includes "@fayetteville-ar.gov' tO Name itle one Email IaJL�4 AV rl wV 75- 3�3- :�, K(I ,na 6�ones C�� o(uw /►a�r q4-f- 200-67oz ,�.�,.�a-���a.� g�1), All Bid Openings are also streamed live on the City of Fayetteville's YouTube Channel. Company City of Fayetteville RFP 24-04, Waterway Cleanup Services SECTION E: Cost Summary Attachment B The City of Fayetteville intends on awarding to one Proposer; however, the City reserves the right to award based on the best interest of the City, based on the Selection Criteria presented in this RFP. Scope of work shall include ALL Waterways as described in this RFP, including Appendix Document (GI pas visual). Price proposed shall be inclusive of all areas described for all work described in the Scope of . Price proposed shall be listed for entire Contract duration of five (5) years. Proposer shall list any antici creases in cost. NAME OF COMPANY: _ D� LUMP SUM COST PROPOSED: Additional services shall be presented in the form of hou ates along w' j Ncll�sMription and documentation of other services that may be provided within this propos es shaI u e necessary equipment, tools, and labor. Proposal may also include a percent marl u+n any item y m purchase for use through the Contractor. `� 1. Documentation shall be provided r� h quot ar app prior to purchase. Any approved materials and quantities shall be v � with sup orting doc ion when invoices are submitted to the City. The City reserves th o pro terial nd pplies through businesses other than selected vendors, if it is in t intere4, 0?City6.^ Mark up % on materialsV quote and approved prid supporting documentation materials and supplies the ADDITIONAL PRO Documentation shall be provided with each !A materials and quantities shall be verified with ted to the City. The City reserves the right to procure than selected vendors, if it is in the best interest of the Proposer shall submit&4�%tional services for offering by completing the form below or may attach hourly rates and documentatitvother services that may be provided within this proposal. �urly Rate: Description of Service: Hourly Rate: 3. Description of Service: Hourly Rate: 4. Additional Capture Devices (cost per device): City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Page 17 of 20 CITY OF VA FAYETTEVILLE ARKANSAS RFP 24-04 Addendum 3 Osprey Initiative Supplier Response Event Information G �� Number: RFP 24-04 Addendum.3 Title: Waterway Cleanu S p Type: Request for Propo' G Issue Date: 4/14/2024 O Deadline: 5/9/2024 02:0 CT) Notes: The City of a ettevill sas, oposals from qualified firms to cI rvic data collection for designated watei roug u yettevil Any questions regarding this RFP shall dir ct Am4Beilfuss, City of Fayetteville Sr. Purchasing abeilf s yetteville-ar.gov or (479) 575-8220. Contact Inform on Contact: A ahBeilf Address: sing m 306 City Hall 113 West Mountain Street - Room 306 Fayetteville, AR 72701 mail: abeilfuss@fayetteville-ar.gov Page 1 of 2 pages Vendor: Osprey Initiative RFP 24-04 Addendum 3 Osprey Initiative Information Address: 651 Olive Avenue Fairhope, AL 36532 Phone: (601) 842-7305 Web Address: www.osprey.world By submitting your response, you certify that you are authorized to represent and bind your company. Donald W. Bates Jr Signature Submitted at 51812024 02:00:38 PM (CT) Requested Attachments officeadmin os re .world C«� � Y Email RFP 24-04, Waterway Cleanup Services ^FP 24-04 Osprey Initative roposal. pdf Please attach the signed and completed RFP form, locate the 'Attachm along with Proposal. Please verify that the RFP form submitted has the revised Cost Summa for that w o 'ded with Addendum 3. Response Attachments ��+ �Q� _�► Osprey Product Flyers.pdf S VvInformational flyers for Osprey products an i�ies avail le Osprey Combined Resumes.pdf 9 Y Ke Personnel Resumes O Bid Attributes P at 4� 1 Arkansas Secretary of State Fili er: Please provide your current, v li nsas o State Filing Number or Application Confirmation Number to register with the Arkansas Secr of StatSe In Progress. Shall be co feted before f e awarded. 2 Addendum Ackno ement you acknowledge that you have read all addendum(s) that have been issued for this By selecting "I a t9le. solicitation, i ❑� I agree Page 2 of 2 pages Vendor: Osprey Initiative RFP 24-04 Addendum 3 OSPREY I N I T I AT I V E May 8, 2024 City of Fayetteville Purchasing Division RFP 24-04, Waterway Cleanup Services C Osprey Initiative LLC. Official Quote Proposal Number: P24-036 Attn: Amanda Beilfuss J` Senior Purchasing Agent Ms. Beilfuss, This letter and the attachments contained herein represent an official e f services and proposal from Osprey Initiative LLC. in response he City of Fa e 's Request for Proposals RFP 24-04 Waterway Cleanup Service Th tasks be l w corporate all activities outlined in the "Scope of Service" section of t R , as wellVstimaptohided, Addit al Information referenced in "Section D: Method and Sa dt ures " in addition to "Section E: Cost Summary." The coste sh es fortal year and the subsequent four (4) years, should the e ext ded O Task 1— Tactical Cleanups of ority L ns Over the initial 12-mo c ntract, 11 co to t tical cleanups of the 10 locations identified within e e of spr l•eate and implement a cleanup plan for each location, accou acce ty, and ibility. Osprey will enter the cleanup locations on foot, or by b at, an w' ove el6gterial by hand to minimize environmental impact. The work will be perfo a team (6) Osprey staff members. The staff time allocated to the cleanup acti 't include a cost estimate and is based on the corresponding distances cted of r ach stretch of waterway. If these distances are changed, the required in wer will dusted accordingly. i. Town Branch: Co not wit NWhite River to Interstate 49: 4.5 miles ii. Spout Sprin th — on ce with Town Branch to 7th Street 1 mile iii. College Bran onfluence own Branch to MLK Jr. Blvd. 1 mile iv. Tangle ranch: Confluence with Spout Spring Branch to MLK Jr. Blvd..4 miles v. Scu onfluence with Mud Creek to Wilson Park 3.6 miles vi. Ha e t • g Creek: Rupple Road to North Porter Road 1.3 miles tdIr ud reek: North Old Missouri Road to North Gregg Avenue 2.2 miles Owl Creek: Dale Clark Park to West Persimmon Street 1.25 miles x. ato Springs Branch: Confluence with Town Branch to Fulbright Expressway 2 miles . Clear Creek: Confluence with Lake Fayetteville at Highway 265 Distance Unclear If the City of Fayetteville chooses to renew the project contract for an additional four years, Osprey will perform a tactical cleanup of each of these locations annually. If the city deems that any/all of these sites no longer require annual cleanups, Osprey will work with city officials to select new locations. It should also be noted that Osprey expects the time needed for each tactical cleanup to decrease after the first year and this is reflected in the cost estimate. The methods and safety measures for these activities are described in the attached Standard Operating Procedures. 2350 Halls Mill Rd • Mobile, AL 36606 WWW.OSPREY.WORLD I f OO V in OSPREY I N I T I AT I V E Task 2 — Device Location Recommendations Working with the City of Fayetteville, Osprey Initiative will assess the data collected from the Tactical Cleanups in Task One to recommend sites for device installations. The locations will be chosen based on a combination of expected quantity of litter, access, safety feasibility, and approval from the City. Osprey will assist the city in obtaining all necespr` permissions and permits. , Osprey Initiative provides several different litter interception devices based eeds of the client and the characteristics of the installation sites. Osprey Litter Gitters itter Booms are described in the Addendum under "Additional Products." Ospre iar with the Fayetteville area and the dynamics of the waterways there. The cost per dev� shown in the cost estimate as a monthly fee. We do not currently know the location as such, providing a firm cost estimate for each site is not feasible. Ho equipped to work with the City of Fayetteville wi4Aiffi the available IN customize our devices and installation processes r t challe;5 s91 site. ,` Task 3 — Device Delivery and Installat A An Ospreycrew will deliver a 1 all ensure the gear is installed in a ma at is conj will be anchored and stationary 'their r 3S withstand variable flow rate ater dep ] anchoring techniques, 1 e to, to ui Task 4 —12 Month Maiittenankwem Throughout the 12- o od of maintenance for the new lit�ceptionO Pd litter with auM i v m7er of devices and , Osprey is well �Nnd timeline to characteristics of each W\A, on devices. Osprey will oauirements. The devices �vhile retaining the ability to ogy, and the corresponding the device. it contract, Osprey will provide bi-monthly In addition, Osprey staff will be on -call to check the traps within)'t74 of signi chain events. Osprey technicians will clean the device itself, as well as the ore linef3NINint around the device and anchor points during each visit. If the contra,* s rWewed fo ditional four-year intervals, Osprey will continue to perform the in e of es ices. Mainte will als de any small repairs necessary to keep the device functional and effect collecting litter. If a device becomes damaged beyond repair, Osprey will com c his to the city and collaborate on a plan for replacement. Osprey will remove and safely d' se of all collected material. When feasible, material will be recycled instead of sent t e la dfill. Osprey will work with the City of Fayetteville to reevaluate the effectiveness of devices and the maintenance schedule at regular intervals throughout the project and again before each of the renewal periods. The methods and safety measures for these activities are escribed in the attached Standard Operating Procedures. Task 5 — Coordinating/Management/ Reporting Task 5 covers all costs related to the management, data collection, and reporting requirements for this project. Osprey will record an extensive data set at each of the device maintenance visits and tactical cleanups. This will include weights, volumes, and types of 2350 Halls Mill Rd • Mobile, AL 36606 WWW.OSPREY.WORLD I f OO V In OSPREY INITIATIVE material recovered. The RFP specifically requests that the volume of Styrofoam be tracked throughout the project and Osprey will ensure that this metric is captured. The EPA modified ETAP methodology will be utilized on a representative sample ofn �& collected material to produce a litter profile over the extent of the project. An example Vf V ETAP data card is available in the attachments. This data will be tracked on ETAP fiel sheets and recorded in a Microsoft Excel Spreadsheet. ETAP captures the types of 1' eing collected, as well as the condition, and possible sources. During an ETAP audit, ials are divided into one of six (6) main categories: Paper, Glass, Metal, Plastic, St AZILnd Other. Within those categories, material is further classified as a specific item: chi beverage can, plastic cup, etc. Each item in the ETAP audit is accounted for, and the cpQditi n of the item is recorded as either Intact, Partially Intact, or Degraded. This condition s ication helps to determine if the litter at that site is new or "legacy " large percengacy litter at a site may indicate that the location had a litter issue inlLhe Jtst, but th i o longer does. Conversely, a site full of Intact material usually signalaac n oblem. rterly ort will be provided to the City of Fayetteville documenting tl}y of 'tt ecycla oved. Osprey will also provide an annual report at the h plemei ith a full litter profile and ETAP breakdown. N. This scope of services a orre: a proposal that is in line with t r uiremel reflects our experience in t I rea a awarded, Osprey will ently i ensure that the actual pro ucts ai � s of the City of Fayetteville. We �Y e to Osprey appreciate oTrportui attached to this documeNk anv addiii out. Thank you fo Z h e an con eration. I 11 Gi d 00, or Project Manager ey Initiative, LLC Attachments: - RFP 24-04 — Completed and Signed - Osprey Itemized Cost Estimate - Litter Collection Device SOP - Tactical Cleanup SOP - Dangerous Materials SOP - ETAP Data Card O✓ cost est' re Osprey's efforts to provide RFP e ently, the Cost Estimate i similar expenses. Once funding is tatives and any other stakeholders to are those that best fit the needs and goals sts and utilize local labor when possible. this proposal. The other required forms are >n is needed, please do not hesitate to reach 2350 Halls Mill Rd • Mobile, AL 36606 WWW.OSPREY.WORLD I f OO V in City of Fayetteville RFP 24-04, Waterway Cleanup Services SECTION G: Signature Submittal 1. DISCLOSURE INFORMATION a. Proposer must disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Proposer response must dis e if a known relationship exists between any principal or employee of your firm and any City of ville employee or elected City of Fayetteville official. i. If, to your knowledge, no relationship exists, this should also be stated in your onse. Failure to disclose such a relationship may result in cancellation of a purchase and/ c tract as a result of your response. This form must be completed and returned in order o bid/proposal to be eligible for consideration. PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS ITAPPROP�RLY APPLIESTO YOUR FIRM: X 1 NO KNOWN RELATIONSHIP EXIIC, 2) RELATIONSHIP EXISTS (PI ter ain): p N- b. I certify that; as an of his ni tion, or the attached letter of authorization, am duly authorized to certify the nfor i rovidA CO n is accurate and true; and my organization shall comply with all State and Fe er aI Oppo t ity and Non -Discrimination requirements and conditions of employment. e) c. Proposer agrees that they s all hav rent, valid registration with the Arkansas Secretary of State at time of RFP dead) be vide roof of registration before recommendation of award to �� � p g Fayetteville Ci� ncil. d. PursuTt nsas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not curreyccott Israel and will not boycott Israel during anytime in which they are entering into, or while ,with any public entity as defined in §25-1-503. If at any time during contract the contractor ides to boycott Israel, the contractor must notify the contracted public entity in writing. ursuant Arkansas Code Annotated §25-1-1002, the Contractor agrees and certifies that they do not currently boycott Energy, Fossil Fuel, Firearms, and Ammunition Industries during any time in which they are entering into, or while in contract, with any public entity as defined in §25-1-1002. If at any time during the contract the contractor decides to boycott Energy, Fossil Fuel, Firearms, and/or Ammunition Industries, the contractor must notify the contracted public entity in writing. City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Page 18 of 20 2. PRIMARY CONTACT INFORMATION At the discretion of the City, one or more firms may be asked for more detailed information before final ranking of the firms, which may also include oral interviews. NOTE: Each Proposer shall submit to the City a primary contact name, e-mail address, and phone number (preferably a cell phone number) where the City selection committee can call for clarification or interview via telephone. Corporate Name of Firm: _Osprey Initiative LLC Primary Contact: _Donald W. Bates Jr Title of Primary Contact: Owner/Preside Phone#1 (cell preferred): (601) 842-7305 Phone#2: (251) 525-9 E-Mail Address: don.bates@osprey.world V 3. ACKNOWLEDGEMENT OF ADDENDA Acknowledge receipt of addenda for this invitation t bid request by signing and dating below. All addendums are h eby ade a p r extent as though it were originally included opo r in the appropriate blank listed herein. Failur rso IN posal, or request for qualification he bid RFP documents to the same rs sho cate their receipt of same Contr o disqualification. n ADDENDUM NO. SIGN AND PRI T NAME DATE ACKNOWLEDGED Addendum 1 �„�/� Donald BjtNJr 5/8/2024 Addendum 2 DB I ates Jr 5/8/2024 Addendum 3 Bata_ NaIdW.Batesir 5/8/2024 4. DEBARMENT CERTIFICATION: a. As an interested party o is proje are required to provide debarment/suspension certification indicating compliaKe_with the b eral Executive Order. Certification can be done by completing and signing thi O b. Federal E uAve Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors receiving indivi rds, using federal funds, and all sub -recipients certify that the organization and its principals are notr0drd, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any e ral epartment or agency from doing business with the Federal Government. Signature certifies that neither you nor your principal is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Page 19 of 20 5. SIGNATURE SUBMITTAL: NAME OF COMPANY: _Osprey initiative LLC PHYSICAL ADDRESS: _2350 Halls Mill Road, Mobile, AL 36606 MAILING ADDRESS: _651 Olive Ave, Fairhope AL 36532 G TAX ID #: 81-5089230 AR. SECRETARY OF STATE FILING #: In progress PHONE E-MAIL: (251) 525-9727 don. bates@osprey.world FAX: N/A SIGNATURE: v �� PRINTED NAME: Donald W. Bates Jr TITLE: Owner/President Osp ative� TE: se-, e) +, e4)� co IV City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Page 20 of 20 ►1M ; a Ole] 14 t4l� 4"Z City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services SECTION C: References The following information is required from all firms so all statements of qualification may be reviewed and properly evaluated: COMPANY NAME: Osprey Initiative LLC CO NUMBER OF YEARS IN BUSINESS: 7 HOW LONG IN PRESENT LOCATION: 5 TOTAL NUMBER OF CURRENT EMPLOYEES: 13 FULL TIME 20 PARTTIME NUMBER OF EMPLOYEES PLANNED FOR THIS CONTRACT: 4 FULLTIME 4 PARTTIME PLEASE LIST FOUR (4) REFERENCES THAT YOU HAVE PREVIOUSLY PERFORMED CONTRACT SERVICE IN THE PAST FIVE (5) YEARS (All fields must be completed): 1. City of Mobile —current client City of Bi in a current client COMPANY NAME C PANY NA� Mobile, AL,36606 _Bir L. 350 CITY, STATE, ZIP Cl ZIP _Rosemary Ginn irecus C p CONTACT PERSON CO TACT PE 71Q, _251-208-7967 5 - 01 TELEPHONE N N/A /A FAX NUMBER X NUMBER _rosemary@cityofmobile.org ✓✓✓✓✓_direcus.cooper@birminghamal.gov E-MAILADDRESS E-MAILADDRESS 3. Louisiana State Universi r Itural e 4. _Pontchartrain Conservancy current client COMPANY NAME ' COMPANY NAME O _Baton Rouge, LA 80t New Orleans, LA 70009 CITY, STATE, ZIP CITY, STATE, ZIP Jgftuehn _Kristi Trail N/A FAX NUMBER ikuehny@agcenter.lsu.edu E-MAIL ADDRESS City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Page 15 of 20 CONTACT PERSON _504-836-2215 TELEPHONE N/A FAX NUMBER kristi@scienceforourcoast.org E-MAIL ADDRESS City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services SECTION D: Method and Safety Measures 1. All DroDosers shall Drovide method of DerforminR work under this contract. If armlicable. Drovide an itemized list of equipment to be u including manufacturer and model numbers (attach additional pages if necessary): Please see the scope of work section for additional information on methods and activities •�G The specialized equipment that may be used on this project includes Litter Gitters an Li om. More information about each of these devices is available in the Additional Information s c h photographs and specifications for each item. G � � o Cio o � o �CO 2. All proposers shall provide d on o6a4 ety measures to be followed while performing work under this contract. Osprey adheres to all app able fe mate, and local regulations related to workforce safety. Additionally, the compa strict se nal safety standards and protocols. All field activities have their own standard oper edure 0 Mfd field teams perform daily on -site "Safety Check and Briefing" discussions with 31; T compan�acts external companies for annual safety inspections of the office and project site visi toonsure quality control. All staff are trained in a comprehensive online job safety curriculum and full-ti teceive First Aid and CPR training as well. The for Tactical Cleanups and Litter Collection Device Cleanouts have been included in the add0 I do ments section, along with the Dangerous Materials SOP. These documents provide details about I Iof safety that Osprey teams maintain in the field when working in or near waterways. If requested, t happy to provide additional documentation such as our Health and Safety Plan (HASP) or SOPS related o ey s her activities City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Page 16 of 20 City of Fayetteville RFP 24-04, Waterway Cleanup Services SECTION E: Cost Summary The City of Fayetteville intends on awarding to one Proposer; however, the City reserves the right to award based on the best interest of the Citv. based on the Selection Criteria Dresented in this RFP. Scope of work shall include ALL Waterways as described in this RFP, including Appendix Document (GI p as visual). Price proposed shall be inclusive of all areas described for all work described in the Scope of . Price proposed shall be listed for entire Contract duration of five (5) years in cost. NAME OF COMPANY: Osprev Initiative Proposer shall list any antyci creases J� n� LUMP SUM COST PROPOSED: $786,560.00 for 5 years. Please refer to full cost estinowfor details Additional services shall be presented in the form of how ates alongdTscription and documentation of other services that may be provided within this proNg& Rates ilud necessary equipment, tools, and labor. Proposal may also include a perce,;it arkup on m thy may purchase for use through the Contractor. 1. Documentation shall be provided h quo t ar approv or to purchase. Any approved materials and quantities shall be v with sup orting docu e ion when invoices are submitted to the City. The City reserves th o pro terials nin plies through businesses other than selected vendors, if it is in t intere Cit 2. Mark up % on materials sed fo e ity ( %). Documentation shall be provided with each quote and approved pri to p . Any ed materials and quantities shall be verified with supporting documentation h ices ar s mi ted to the City. The City reserves the right to procure materials and supplies th(sinesse a han selected vendors, if it is in the best interest of the City. ADDITIONAL PROPOSE AM CAS P Proposer shall submitSaional ser ' for offering by completing the form below or may attach hourly rates and documentatiVother services that may be provided within this proposal. 1. sfirof Service: Additional services available upon request ourly Rate: _Variable Description of Service: Hourly Rate: 3. Description of Service: Hourly Rate: 4. Additional Capture Devices (cost per device): City of Fayetteville, AR RFP 24-04, Waterway Cleanup Services Page 17 of 20 COST ESTIMATE P24-036 - Year One REP 24-04 Waterway Cleanup Services Fayetteville, AR Task 1 - Tactical Cleanups of 10 Priority Locations Executive Project Manager 120 hrs @ $150.00 /hr $18,000.00 Senior Project Manager 328 hrs @ $120.00 /hr $39,360.00 Senior Field Lead 328 hrs @ $75.00 /hr $24,600.00 Field Tech 1312 hrs @ $50.00 /hr $65,600.00 Field Supplies 1 est @ $1,000.00 /est $1,000.00 Canoe/Kayak x 2 10 days @ $100.00 /day $1,000.00 Mileage 9800 miles @ $1.00 /mile $9,800.00 Meals 41 days @ $300.00 /day $12,300.00 Hotels 32 nights @ $600.00 /night $19,200.00 $19 ,860.00 Task 2 - Device Location Recommendations Executive Project Manager 40 hrs @ $15 /hr $ 0 Senior Project Manager 40 hrs @ $1 .00 thr .00 Mileage 1400 miles @ $ /mile 00.0 Meals 4 days @ 100.00 /day $400.0� Hotels 3 nights @ b.00 $600. Task 3 -Device Delivery/Installation 13,200.00 Executive Project Manager 40 hrs f $1 .00 0.00 Project Manager 40 s(��G 0 /hr 600.00 Senior Field Lead 4 s /hr O ,000.00 Field Tech 4 @ �50.0 $2,000.00 Field Supplies est @ 1,000.0 st $1,000.00 Mileage 1400 mile $J,00 le $1,400.00 Meals 4 V /day $800.00 Hotels @ 00. 0 /night $1,200.00 $19,000.00 Task 4 - 12 Month Maintenanc ent Each cost shown below is per ce. Litter Boom 12 moat $2,100.00 /month $25,200.00 Litter Gitter ]�.y� $2,500.00 /month $30,000.00 To be Determined Task 5 - Coordinatin a ement n Executive Pr t anager 56 hrs @ Senior c ager 56 hrs @ Admin 40 hrs @ 1400 miles @ 4 days @ ete 3 nights @ $150.00 /hr $8,400.00 $120.00 /hr $6,720.00 $60.00 /hr $2,400.00 $1.00 /mile $1,400.00 $100.00 /day $400.00 $200.00 /night $600.00 $19,920.00 Year 1 Total: $242,980.00 *Does not include Task 4: 12 Month Maintenance Agreement* COST ESTIMATE P24-036 - Year Two RFP 24-04 Waterway Cleanup Services Fayetteville, AR Task 1 - Tactical Cleanups of 10 Priority Locations Executive Project Manager 80 hrs @ Senior Project Manager 240 hrs @ Senior Field Lead 240 hrs @ Field Tech 960 hrs @ Field Supplies 1 est @ Canoe/Kayak x 2 10 days @ Mileage 7000 miles @ Meals 30 days @ Hotels 25 nights @ $150.00 /hr $12,000.00 $120.00 /hr $28,800.00 $75.00 /hr $18,000.00 $50.00 /hr $48,000.00 ♦` $500.00 /est $500.00 $100.00 /day $1,000.00 $1.00 /mile $7,000.0� $300.00 /day $9, $600.00 /night $15,0 .0 $139,300.00 Task 2 - 12 Month Maintenance Agreement Each cost shown below is per device. Litter Boom 12 months @ 10 0 /month 25 200.00 Litter Gitter 12 months @ $ 00 /mo $3 00.00 To be Determined Task 3 - Coordinating/Management/Reportiin Executive Project Manager 40 hrs ` $1 . 0 00.00 Senior Project Manager 40 $1 .00 /hr O 4,800.00 Admin $60. /hr $1,920.00 Mileage 4 Res @ $1.00 / $1,400.00 Meals 4 days @ �$ 0.00 $400.00 Hotels 3 night $20 ig t $600.00 $15,120.00 Year 2 Total: $154,420.00 Does not 1 lud�Task 2: 12 Month Maintenance Agreement* O O COST ESTIMATE P24-036 - Year Three RFP 24-04 Waterway Cleanup Services Fayetteville, AR Task 1 - Tactical Cleanups of 10 Priority Locations Executive Project Manager 40 hrs @ Senior Project Manager 200 hrs @ Senior Field Lead 200 hrs @ Field Tech 800 hrs @ Field Supplies 1 est @ Canoe/Kayak x 2 10 days @ Mileage 7000 miles @ Meals 25 days @ Hotels 20 nights @ $150.00 11 /hr $6,000.00 $120.00 /hr $24,000.00 $75.00 /hr $15,000.00 $50.00 /hr $40,000.00 ♦` $500.00 /est $500.00 $100.00 /day $1,000.00 $1.00 /mile $7,000.0� $300.00 /day $7, $600.00 /night $12,0 .0 $ 3,000.00 Task 2 - 12 Month Maintenance Agreement Each cost shown below is per device. Litter Boom 12 months @ 10 0 /month 25 200.00 Litter Gitter 12 months @ $ 00 /mo $3 00.00 To be Determined Task 3 - Coordinating/Management/Reportiin Executive Project Manager 40 hrs ` $1 . 0 00.00 Senior Project Manager 40 $1 .00 /hr O 4,800.00 Admin $60. /hr $1,920.00 Mileage 4 Res @ $1.00 / $1,400.00 Meals 4 days @ �$ 0.00 $400.00 Hotels 3 night $20 ig t $600.00 $15,120.00 *4 Year 3 Total: $128,120.00 Does not 1 lu?Task 2: 12 Month Maintenance Agreement* O O COST ESTIMATE P24-036 - Year Four RFP 24-04 Waterway Cleanup Services Fayetteville, AR Task 1 - Tactical Cleanups of 10 Priority Locations Executive Project Manager 40 hrs @ Senior Project Manager 200 hrs @ Senior Field Lead 200 hrs @ Field Tech 800 hrs @ Field Supplies 1 est @ Canoe/Kayak x 2 10 days @ Mileage 7000 miles @ Meals 25 days @ Hotels 20 nights @ $150.00 11 /hr $6,000.00 $120.00 /hr $24,000.00 $75.00 /hr $15,000.00 $50.00 /hr $40,000.00 ♦` $500.00 /est $500.00 $100.00 /day $1,000.00 $1.00 /mile $7,000.0� $300.00 /day $7, $600.00 /night $12,0 .0 $ 3,000.00 Task 2 - 12 Month Maintenance Agreement Each cost shown below is per device. Litter Boom 12 months @ 10 0 /month 25 200.00 Litter Gitter 12 months @ $ 00 /mo $3 00.00 To be Determined Task 3 - Coordinating/Management/Reportiin Executive Project Manager 40 hrs ` $1 . 0 00.00 Senior Project Manager 40 $1 .00 /hr O 4,800.00 Admin $60. /hr $1,920.00 Mileage 4 Res @ $1.00 / $1,400.00 Meals 4 days @ �$ 0.00 $400.00 Hotels 3 night $20 ig t $600.00 $15,120.00 *4 Year 4 Total: $128,120.00 Does not 1 lu?Task 2: 12 Month Maintenance Agreement* O O COST ESTIMATE P24-036 - Year Five REP 24-04 Waterway Cleanup Services Fayetteville, AR Task 1 - Tactical Cleanups of 10 Priority Locations Executive Project Manager 40 hrs @ Senior Project Manager 200 hrs @ Senior Field Lead 200 hrs @ Field Tech 800 hrs @ Field Supplies 1 est @ Canoe/Kayak x 2 10 days @ Mileage 7000 miles @ Meals 25 days @ Hotels 20 nights @ $150.00 11 /hr $6,000.00 $120.00 /hr $24,000.00 $75.00 /hr $15,000.00 $50.00 /hr $40,000.00 ♦` $500.00 /est $500.00 $100.00 /day $1,000.00 $1.00 /mile $7,000.0� $300.00 /day $7, $600.00 /night $12,0 .0 $ 3,000.00 Task 2 - 12 Month Maintenance Agreement Each cost shown below is per device. Litter Boom 12 months @ J00 0 /month 25 200.00 Litter Gitter 12 months @ $0 /mo $3 00.00 To be Determined ♦ Task 3 - Coordinating/Management/Reportiin Executive Project Manager 56 hrs ` $1 . 0 .00 Senior Project Manager 56 $1 .00 /hr -' 6,720.00 Admin $60. /hr $2,400.00 Mileage 4 Res @ $1.00 / $1,400.00 Meals 4 days @ �$ 0.00 $400.00 Hotels 3 night $20 ig t $600.00 $19,920.00 Year 5 Total: $132,920.00 Does not 1 lu�Task 2: 12 Month Maintenance Agreement* O O OSPREY I N I T I AT I V E Osprey LCD (Litter Collection Device) Cleanout SOP (Standard Operating Procedure) General Notes • Osprey Litter Collection Device Cleanout — The removal and sorting of all trash items fr �a Boom or Litter Gitter site. A site is defined as the trap system and surrounding arc► (typically 50 yards upstream and downstream of the trap system). • Osprey Litter Collection Device Deep Clean —The removal and sorting of all tr h I s within 100 yards of the trap system, upstream and downstream. To be er quarterly. • At a minimum, each site will be checked and serviced every two weeks. itionally, crew members will be on call for major rain events, or if repairs are re d. • Field crews will maintain two -person teams, in adherence to sa k protocols. • If the site does not require cleaning, the �ew wRney n submit Litter Collection Device Cleanout Form for project records. t site the field crew will complete and submit Litter Collection Device Cle n Out FormaEscaTrash Assessment Program (ETAP) Data Card. For �s�o a up aPo 1:59 pm EST on Sunday of each week. V • If material collected is less t 30-gal t h gs, field re� ilI complete ETAP on all material. However, if the ed mater I exceeds tw trash bags, field crews will complete ETAP on 10y%'`Y�epresen� ampling otal material. Required Equipment Common to All: • Trash Pickers: 1 per cry • Tubs: 3-4 per cre • Hanging Scale: r • Trash bags: se • ClipboalW w/ forms: 1 A]ItQ Kit Multi -tool Repair Items (Zipties, paracord, shackles, duct tape, etc.) • Waders: 1-2 per crew • Canoe/Kayak/Pirogue: 1 per crew (if required) • PFDs: 1 per crew member • Hip Boots: 1 set per crew member 2350 Halls Mill Rd • Mobile, AL 36606 WWW.OSPREYMORLD I f ® V in OSPREY INITIATIVE Planning and Preparation • Weekly work schedule published and communicated to field crew and project supervisor b� crew lead based on weather forecast, routine Boom service schedule, and crew membeZ availability. 0 C) • Previous forms reviewed to ensure any remarks regarding required follow-up sire incorporated into the work plan. Safety plans should be reviewed and upda if required) on a quarterly basis as a refresher. • Gear/equipment prep conducted night prior to workday. Task compl� assigned by crew lead. Field Operations G � When first arriving at the site, takg t' to completPure:p) ty Chec Briefing. Examine the site for changes an ur bean a safety measures are implemented. Crew will gear up with spec' �e (Person tective E ip ent). o Hip boots are st d►footwe r r most field ti 'ties. o Life jackets s orn an a rew m Qworking in a waterway without visual sup from an rew el!•EGhen the water is deeper than twel hes, or rew m rs a on a boat/watercraft Following safet check,4W i�nce Littler ction Device Clean Out. all tr hms in tubs. y%­etftion. Do not collect vegetation with trash (unless ) Iiice of all trash items and vegetation, perform a check of st Boom, if necessary, for optimal performance. If ent damage that cannot be repaired in the field to report .TAP (see the Osprey ETAP SOP for guidelines) and ard. proceed with separating and bagging recyclables and rly labeled with site name and date. Recommend using duct tape and Sharpie marker. Recyclables are determined based on project requirements and local recycling center guidelines by both material and condition. Typically, for items to be considered recyclable, they must be an acceptable material in good condition, such as intact/un-fouled aluminum and #1 plastics. When uncertain, field crews should consult with the project supervisor. Once all materials have been separated, complete the Litter Collection Device Clean Out Form to document weight and volume for both recyclables and disposables. Follow the Osprey Dangerous Materials SOP when handling hazardous items. 2350 Halls Mill Rd • Mobile, AL 36606 WWW.OSPREYMORLD I f ® V in Post Op OSPREY INITIATIVE • So long as it is safe and in accordance with the aforementioned SOP, trash items should be drained of water/fluid and vegetation removed to avoid skewing weight. • Debris is anything other than floating litter that is caught in a Litter Collection Device. This includes, but is not limited to, vegetation or wood. Items that are too large to fit into th gallon trash bags should also be labeled as debris. This may include tires, appliances, car parts, and shopping carts. These items should be noted in the debris section o to Collection Device Clean Out Form and weighed separately. • Use the hanging scale to weigh each bag and total the weights by respectiv gory of recyclables and disposables. Volumes are estimated based on amount of material in a tub — plasti ave a full volume of 2.5 cubic feet [Champagne baskets have a full volume o 1.7 bic feet] Prior to departing the site, the crew lead completes final confir io that the forms are fully filled out. Materials will be properly loaded and tie do . They wi� e hauled away and taken to an approved storage/ disposal site. Periodic quality checks will c ducted byroject s ry or to ensure consistency in the application of ETAP dllection. a the qualit ch has been completed, recyclables and disp an be r orted i de ective bins for subsequent disposal. •V' V Crew lead wi a mont to on Co lection Device sites to the project supervisor. Al m I ted f (hard copjgs) st be submitted by the crew lead to the project supervill • Crew leads shou project supervi should ensur related SOPS for • Crew lle s shAu Attached are a NanAOsprev ch week. m ory of all equipment and gear and inform the '/damaged or missing (stolen/lost). Crew lead ntenance schedules for specific equipment (see gar inspections for traps and cleanout tools. lean Out Form with commentary for reference. 2350 Halls Mill Rd • Mobile, AL 36606 WWW.OSPREYMORLD I f ® W in i Litter Collection Device Clean Out Form ID: Date: City: Worker: County: State: Company: Arrive Depart Total Time Bags Primary Debris Recyclables Ibs ft3 Trash Ibs ft3 Totals Ibs ft3 ebris Details: to Conditions: Follow-up Required - Y bservations: evice Condition Comments: A � I \tK *' Figur -1 1 er Collection Clean Out Form template w/ comments Pr i nformation the type of debris rU%cMntered. one b ource? More than usual? Ge ation of the area. Score for both u trea and downstream litter. Comparison of new litter. Particular areas that require Fol w up. Before and after site pictures. AitlRent information for follow up crews. Such as dangerous I oncld s, aggressive animals or people, unstable banks, or other Fhazards. This is alsothe spotfor weather conditions. Do a full assessment of the device each time. Describe what needs to be repaired/modified. Outline plan to improve functionality. Provide information for leadership consideration here. What follow ups are needed? What improvements can be made? What specific equipment/resources will be need to make this hamen? Be concise. 2350 Halls Mill Rd e Mobile, AL 36606 WWW.OSPREYMORLD I f ® V in OSPREY I N I T I AT I V E Osprey Tactical Cleanup SOP (Standard Operating Procedure) General Notes o Tactical Cleanups are site -specific focused efforts to remove litter from a selected locatio highly trained Osprey staff. In this way, a Tactical Cleanup is different from a community as d volunteer event or other cleanup activities with inexperienced personnel. ` o Tactical Cleanups include the deployment of field crew and litter abatement tools equipment at the selected site. o Collection methods may include, but are not limited to, collection from p w s, non - motorized watercrafts, all -terrain vehicles, or on foot. o Minimum of two -person crews, using the buddy system and a high I f communication between crews. o ETAP Data Cards and other recordkeeping wivncompleted i �n a with project guidelines. (See Osprey ETAP SOP and Ospre TA Field Re Guide) Site Selection o Crew leaders will assess the Tactical p loc nli`T}T{ter hot afety issues, and nvir nmconsiderationsV e n o etal o Crew leaders will utilize exist* a Maps a d document t daries and sections being addressed o Leaders will assign crew k based o i skillrt, and site conditions o Crew will source addi n I uipme eed , b s on site conditions o Crew will obsery predi o or the site d adjust plans as needed if weather hazards are projected. Required Equipment Common to All 0 0 0 0 0 0 Trash Picke 1 per crew mem MI D pare per cro ✓eral orms: 1 per crew >): several 0 r{i crew vack: 1 per crew Med Kit 0 Multi -tool Site Dependent: o Waders: 1-2 per crew o Canoe/Kayak/Pirogue: 1 per crew (if required) o PFDs: 1 per crew member o Hip Boots: 1 set per crew member 2350 Halls Mill Rd • Mobile, AL 36606 WWW.OSPREYMORLD I f ® V in OSPREY INITIATIVE Field Operations Crew Assembly/ Loading Equipment ICO o Crew will load trailer with all potential gear needed for litter collection during Tactical Cl Z (daily field checklist) *`0 o Trained crew members will hook up truck to equipment trailer or boat trailer. (Ref Osprey Vehicle and Trailer SOP) o First few people at shop begin loading gear in truck(s) as per daily plan o Gear and equipment will be loaded safely, utilizing team carry for oversiz eavy objects o Crew will check that all tools, supplies, and bags are secured in truck beds railers o Before departure, the crew leader will ensure that all participants ar a unted for and know the project site location, directions, and expectations while on si� Transit/ Unloading CJ o Crew will obey all traffic laws, paying sip c I attention neuver' ailers o Crew will park trucks and trailers in o ions t t interf i traffic. o Emergency hazard lights will be use i cks m st t orarily bl fic for unloading o Crew will utilize safe lifting techgq hile unl equipm n boats Pbe o Tools and equipment will be ed into a rea where tP supervised and easy to locate. � O At Site/ De to ment p y o Crew leader will Crew will gear up v3th sp ■ Hip boots are sta ■ Life jackets shki I (12) inches, 4wher o Crew will u oad canoes or I o Crew m b allniliar princip s i ude: N■ � ing for the to the water's edge. i ck (See Os Safety Check and Briefing) Persv Cofttective Equipment). ear Ar t field activities. ew member is working in a waterway without member, when the water is deeper than twelve bers are on a boat/watercraft s in approved locations of launching canoe will facilitate deployment. These spot to deploy with the least amount of carrying a canoe or vessel A gradual drop or sandy embankment that creates a shallow spot to get in, an area with little vertical drop off between the bank and the canoe. ■ One person will hold the canoe while the other is boarding. ■ Moving with three points of contact, using a paddle to brace across each side of the canoe and keeping weight in the center of the boat. Litter and Debris Collection o Collection and sorting of litter and recycling in the field will generally utilize a rope -handle tub for litter, and a slotted fish basket (Champagne) for recycling. o Osprey is currently sorting intact and partially degraded aluminum cans, and (#1) plastic bottles. 2350 Halls Mill Rd • Mobile, AL 36606 WWW.OSPREYMORLD I f ® W in OSPREY ■ Further sorting &in'an deMchJA �eF Yt€, type of litter (such as an excess of unbroken glass bottles), or client/project basis and will be discussed prior to Tactical Cleanup. o Tubs of litter will be dumped into 30-gallon garbage bags and sorted recycling into Osprey recycling bags. o To empty a tub or Champagne — Start with the tub or Champagne on the ground. Place the end of a garbage or recycling bag, respectively, around the lip of the tub that is facing yo over the handles of the tub. Keeping the empty bag wrapped around the lip and handNected p the tub or champagne at the lip and tilt the collected litter inside the bag. Exposur litter is minimized when using this method. ■ Orient the tub or Champagne so that the rope handles are on the ' e a litter or recycling will not be dumping out over one of the handles o Staging litter as you work: Place bags on bank during collection and crew w downstream, carrying bags of litter along the trail that was used as primary entranA walkway. o Debris is anything other than regular litter. This includes, but is n t d to, vegetation or wood. Items that are too large to fit into the 9) on trash beigh more than 5-10 pounds, should also be labeled as debris. This nclude pplian=es, large car parts, and shopping carts. o Avoid collecting broken glaseglasse ue to ri ry while g litter/bags during staging and transport. Brokees da er crew ers. g g p o Refer toOsprey Dangerous Inform 'o on how t h e sharps/needles, Hazmat, and unsanitary or ctte(diapers, pe ygiene, etc.) o Once all materials have bW��te the T leanup Data Collection Form to document weight and for both �C I`ables 4di�p�dsables. o Follow the Ospre a e u Mat P wh g hazardous items. o So long as it is saf ccord ce ith the afo entioned SOP, trash items should be drained of water/fl 'd and n reN avoid skewing weight. o Sizeable items should be the deb scwlon of the Tactical Cleanup Data Collection Form and weighed se r o Use the hanging c eigh eac n total the weights by respective category of recyclables and dis bles. o Volumes ar estimated base ount of material in a tub — plastic tubs have a full volume of 2.5 cubiSm!work �h'�tnpa t ave a full volume of 1.75 cubic feet] imuni do 06cl Line of Sight (Visual) /Verbal /Cellular - Utilize all three as overlapping tools to maintain munication. LKp Frog Collection: Utilized when the entire crew is working one bank. Team A begins at one location and works the entire section, moving towards Team B. Team B starts at a point further down the bank, and begins working away from Team A. Once Team A reaches the point where Team B started their section, Team A "jumps" past where Team B is currently working and begins a new section. o Per Bank Collection: Each team takes one side of the waterway (one team per bank). Teams may go the same direction or opposite directions, depending on resources. o Power Boat Application: Powerboats will be utilized to access areas unreachable by land and to deposit crew members on the shoreline. Powerboat operators must have their state - appropriate boater's license and should review the Osprey Power Boat Operation SOP. 2350 Halls Mill Rd • Mobile, AL 36606 WWW.OSPREYMORLD I f ® W in &ding OSPREY o Pick-up area, relocating out (NeUrrief4eWagneeded, based on location of escaped litter. o Crew will identify and communicate hazards: ■ When walking single -file, crew will relay a hole or possible misstep to the person(s) behind them, ■ When carrying items in front of them (limiting visibility to ground), crew members W help guide one another. ■ Crew will maintain a high level of spatial awareness and accountability betwe Only crew leaders and crew members but also crew member to crew member. ` Processing Data of Tactical Clean- Up o Crew will complete a Tactical Cleanup Data Collection Form. This docum ins: Site, location, crew, time at site, weights and cubic footage collected of recyclin d litter respectively, site conditions, and if a follow up visit will be needed. E400vill be completed using the Escaped Trash Data Card.- One crew member will record whi e,\IN two crew members sort and vocalize brands and level of degrad on. order of: (listed as multiple quantities to least), Number of intact, partial) aded, raded Hems (from intact to degraded) Crew will record weight and cubic f 2�e fitter a�cO onto tr railer. This process will be repeated for recycling` ` G Departure O o Crew will load collected li lip stagi r o extra 1Qe (trailer) using safe lifting techniques and relayi tial haza Crew will collect d i e to all ed (pa I , vests, tubs, champagnes, canoes). Notes will be made of a g or da ag equipmen Crew will safely loa canoe filer fwaterway, paying attention to any traffic or road safety issues / v Prior to departure fro e, crew ure that all items in the truck bed and trailer are properly secured Q O 2350 Halls Mill Rd • Mobile, AL 36606 WWW.OSPREYMORLD I f ® V in Osprey Dangerous Materials SOP OSPREY INITIATIVE During the course of Litter Collection Device Cleanouts, Tactical Cleanups, and other field activities Osprey staff may come across materials that fall outside normal handling procedure. These items could be biohazards, illegal drugs, weapons, or general HAZMAT. This document describes the safe handling practices for each type of item. If Osprey employees encounter a dangerous item while in the field that does not fall into the categories on this list, they will proceed with "common sense" safety considerations, or contact their supervisor for guidance. Osprey will then add the item to thisdo`CA with an agreed -upon set of instructions. 7P Biohazards: Any biological or chemical substance that is dangerous to humans, animals e environment. This includes human waste, blood, urine, vomit, or animal remains. - Human Waste Fluids are often in the form of used diapers, condoms and struation products. These items may be collected using trash grabbers if appr ri e. If it is not deemed safe to move these items, they may be left in t field. - Animal Remains may include wild animals ortomistic pets. ouch animal remains unless they directly interfere with Litter Collection De operat the re ins have been touched, the crew members involvedsafely rend it glov fect their hands, and procure new gloves. ` - Human Remains should not be t movedcor`rwise mmediatel re ort the 9�G � ai�'�iQ Y p their gloves, dis Syringes are the iWa to preserve site integrity. If how they were moved and by )Ived should safely remove reTquires a prescription to obtain. s, prescription pill bottles, and drug ipeelWs drug related item. Syringes pose both an injury and i%Md select a bottle with cap from the collected trash, remove kThe Syringe should be placed inside the plastic bottle using be capped and disposed of with regular trash. Crew members If a crew member has been by a syringe, a supervisor should be informed immediately. ntities of Drugs include blocks, bricks, or large baggies. Any drug quantities of this size Knives, firearms, and any other sharp implements. Small knives and other hand held "sharps" should be managed the same way that syringes are The bottle should be capped and disposed of with regular trash. If a crew member is cut or punctured by a knife or other sharp, a supervisor should be informed immediately. - Large Sharp Items such as axes, swords, and machetes should be handled with special care taken to avoid injury. The blade or cutting edge should be wrapped in cut resistant material, such as cardboard, and secured before disposal. Additional Steps? Osprey Dangerous Materials SOP OSPREY INITIATIVE - Firearms should be documented and reported to the police. It is important to note if the gun has been moved or altered in any way from the time it was encountered. Other HAZMAT: This may include cans of paint, jugs of petrochemicals, Freon, car batteries, fire extinguishers, and propane canisters. If crew members can safely handle these items without risk ofo contamination or injury, they may remove them from the area. HAZMAT should be disposed of i accordance with local guidelines at an approved facility. Crew members should not empty, pu or otherwise alter containers of HAZMAT chemicals. If a crew member ingests or is exposed t z rdous material, they should notify their supervisor immediately and seek medical attention. Unknown Liquids: Any bottles that contain unidentifiable liquid should be left cl Zrdisposed of with general trash. Do not attempt to open and drain bottles that contain liquids th ou cannot recognize. This includes bottles that have been used for tobacco spit, oil dis sa and urination. General Rule: When in doubt, stop the activity and c ct a supervis ther direction. G � o o � �o C:) 0 O O D�' Osprey ETAP Data Card Date Initials Site ID Item condition I Item Notes Item List Intact/ Un- fouled Partially Intact/ Partially Fouled Degraded/ Heavily Fouled Identifying features: Product, Language, Event, etc.) Please add more info on back of sheet z W a a Cardboard Bags Newspaper, Junk Mail and Office Paper Cups Beverage and Food Packaging Receipts 11111K- Other Paper Beverage Bottles and Containers g Food Packaging ca Other Glass Beverage Cans and Containers a LU Bottle Caps W Food Packaging Other Metal Beverage Bottles and Containers ARL Water Bottles Straws and Stirrers Bottle Caps Cups and Cup Lids Food Wrappers gChip Bags a Other Fast Food Service Items Food and Drink Pouches Other Food Packaging Bags/ Film 41 Hard Fragments Other Plastic Styrofoam Cups O Styrofoam Pieces a 0 Other Styrofoam Fast Foo s Cigarettes/Tobacco nd ac aging Entertainm s/ E tronics Fishing ar pe e ' e d Shoes 41�ersonal Hygiene Products W LU Me al Waste p Paint and Other Hazardous Bulky Items Vehicle Related Sports Equipment Illegal Dumping - Whole Bags of Trash Write in DONALD W. BATES, JR. 90 651 Olive Ave., Fairhope, AL 36532 • 601 842 7305 don.bates@osprey.world �G J Mr. Bates has nearly 30 years of experience in the natural science field with over 20 �f management experience. EXPERIENCE APRIL 2019 TO CURRENT �j OWNER/PRESIDENT, OSPREY INITI TIQL ,C - Responsible for all aspects of evelo in anagin �Ompany. FEBRUARY 2001 TO APRIL 2019 EXECUTIVE VICE PRESIDEN MPSOICUNEERI ro Held multiple positions with ti pany. _` - Started a satellite - Rose to the cor - Ended his ar Environm I 1998 TO 2001 PROJECT GEOLOG neeri .5 neerinaFin\nLackson. MS in 2001. ivision Leader of the Geotechnical, I Assessments for a wide range of clients States. eOOLEY DENNIS and data/sample collection for a buggy mounted drill rig. VD GEOLOGIST, MISSISSIPPI OFFICE OF GEOLOGY Mapped geologic formations of Miocene age. EDUCATION B.S. GEOLOGY, MILLSAPS COLLEGE 1992 REGISTRATIONS REGISTERED PROFESSIONAL GEOLOGIST, MISSISSIPPI #132 2350 Halls Mill Rd • Mobile, AL 36606 WWW.OSPREY.WORLD I f ® V in ELINOR MALLON 2208 Old Government St. Mobile AL, 36606 • (317) 417-9872 EI lie.mal Ion@osprey.world Ellie is a current graduate student with a strong passion for conservation and using data as platf m educating others. She has five years of experience in the natural science field. EXPERIENCE JULY 2019 —PRESENT • SENIOR OPERATIONS MANAGER, OSPREY INITIATIVE - Conduct data management and analyyglorall compan s. - Built and maintained company server ro h Micro re Point. - Prepare monthly and quarterly re its or project aries, t deliverables and client inquiries. - Create various graphical rep ions sales p tions and promotional material. SEPT 2017 — JULY 2019 O AMERICORPS MEMB , OBILE ER O 9 - Performe co r h sive w esour in ions based on past water quality data, reviews ogulator i and citizen ncerns. - Researche ocal, s at eder�p�R , scientific reports, and environmental concerns for Bayke r paign —J - Managed the i ere It's ored (SWIM) initiative: conducting weekly monitoring v popul i ng sites in the Mobile Bay area, collect and test samples terial co ion and communicate findings to the public via the Swi Guide alp Assi ir*Jhe d I� of a coastal version of the EPA's Escaped Trash Assessment r o (ETAP — a o✓✓%ss involving multiple field data sheet revisions, standard ting proce changes and cross organization collaboration. EDIWTION MOBILE, AL B.S. BIOLOGY, SPRING HILL COLLEGE — 2018 TREVOR BESSE 108 SW Central Ave. Amite, Louisiana 70422 • (985)-507-2035 • trevor.besse@osprey.world EXPERIENCE Q�Q MARCH 2O23 — PRESENT REGIONAL FIELD LEAD, OSPREY INITIATIVE - Oversee the Louisiana and Texas region operations and deli S. - Manage field technicians and ensure ty standards-i.j� y ctivities. - Coordinate with executive staff on pr kect ata, bud ald timeline metrics. FEBRUARY 2021 —JAN UARY 2023 • SENIOR PROJECT MANAGER, J P INFR TURE SOLUTIONS GROUP, LLC - Worked with Owners tup, build nd expand o itive & profitable Electrical and Instrumentati & DOT al Cons t Company. - Consulted with g & insuiV e g t1L04 a construction project bonding & insurance ap ti Consulted i FEBRUARY 2021— JAN PROJECT MANAGE for project opportunities & Close -Out processes for various lighting, traffic proficient awBelVeding/Estimating procedures, Material Acquisition,e g SC(tr Drawings b fissions, tionAccounting/Budgeting Setup & Tracking, Progress Payments, Otni Price & Lump -Sum Contract Execution, Stockpile Material Invoices, Project Layout, RFI's, Change Orders, As- Builts, Opportunity Cost -Analysis, Permitting, Building Shut -Downs, Road & Lane Closures, Traffic Logs, One Calls, Electrical Service & Account Setups, issuing & managing Subcontracts. � EDUCATION BATON ROUGE, LA B.S. CONSTRUCTION MANAGEMENT, LOUISIANA STATE UNIVERSITY— 2017 WWW.OSPREY.WORLD I p:251-525-9727 OSPREY A INITIATIVE THE LITTER GITTER IS MORE THAN A CATCHY NAME - IT'S A DEVICE THAT'S CHANGING THE WAY WE TACKLE THE CHALLENGES POSED BY LITTER IN OUR WATERS. USE% » ICE MAINTENANCE ToOvrey team handles all aspects of device installation ktd aintenance through a rental contract with our ners. The Osprey team separates vegetative debris the litter, and recyclables are separated from other trash and disposed of accordingly. Our local field techs clean them out a minimum of twice per month and after every major rain event. DATA COLLECTION cop,,qctior aerice tnat'es 000ms The Osprey team also provides detailed data on litter waterr t�;r4ct the flow of - and debris collected. Data is collected using the EPA's into a trap. Escaped Trash Assessment Protocol (ETAP) tool, a full recommendation on how to gather, sort, and document trash collection. In delivering this data to our partners, we can help create solutions that stop litter at its source - before it ever makes it to our waterways! QUESTIONS? EMAIL INFO@OSPREY.WORLD f @ In WWW.OSPREY.WORLD I p:251-525-9727 OSPREY INITIATIVE IN PARTNERSHIP WITH THE OIL STOP DIVISION OF AMERICAN POLLUTION CONTROL CORPORATION, Osprey is excited to announce the addition of the Litter Boom to our line of Litter Collection Devices. 0 0 TAILO IKOLUTION \ Install io of t e Litter Boom at hot spots or litter accumulation pghboom uces floating trash, giving your waterways back to the who enjoy them. comes in a wide variety of lengths, sizes, and a multitude of deployment options. Custom Litter Booms are available for purchase with or without a maintenance contract. MPOL AMERICAN POLLUTION CONT�ORPORATION ♦ rZ Assoc,/ 6 QUESTIONS? EMAIL INFO@OSPREY.WORLD f OO in W DID ;yst to r V m AM94t.1"L vitteolina #9 C)cnrPv is-Yrittnri to nffPr A nPWaii itinn r i\\ AAMK� MA- '11 I iNITIAL EVELOPED AS THE MARINE DEBRIS INTERCEPTOR 4 (MDP), THIS PROPRIETARY DEVICE IS DESIGNED TO OFFER THE `EST SOLUTION TO CAPTURE PARKING LOT AND ROAD- Pk-%ED LITTER IN STORMWATER INLETS. The Litter Interceptor is a customizable stormwater inlet protection device that is individually fit for any inlet. The device intercepts litter greater than 2.5 inches in diameter, while allowing vegetative debris to pass through. This is the perfect device to tackle your road -side debris accumulation points and areas where debris and litter tend to accumulate following heavy rain and storm events. Ideal for urban installations where customized, non-destructive installation is needed. op,� �' 1. _ � /r • /- �' _ � „� �� o - . � .. ft �"„Ij�y. _ •SST' 'y Oil Just as we do with our Littei It. s, our tea n soi 's and collects data on the items tti ollect. This `.;ps our partners determine the s ­ jrces of litter to create plans to stop the litter at the source. Our goal is to recycle as much of the material as feasible. he Os,�rey team custom sorts our recyclables so lo,.ai recyclers can accept our materials. Materials not s, rtaoie for recycling are disposed of congruent with local regulations. I F, 001yZ115 17 o "MAT7 CLEAN U PS WE L=✓E REMC'VI'.4G LITTER AND DEBRIS FROM '10111 WATEQX*,YS. NO CLEANUP IS TOO BIG OR 'MALL F"Q I HkZ OSPREY INITIATIVE TEAM TO HAWDL E: WHETHER IT'S ON THE BANKS OR IN YHE � IATER, WE CAN HANDLE IT ALL. We work with partners to clean embankments, ditches, creeks, rivers, and more of litter and other debris. Our methods range from walking in hip boots to canoes/kayaks to shallow draft mud boats to skiffs. We will customize our work plan to accommodate client requirements. We also provide safety and logistical support to community -based clean-ups.