Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAbout309-24 RESOLUTION113 West Mountain Street
Fayetteville, AR 72701
(479) 575-8323
Resolution: 309-24
File Number: 2024-0934
ECO-VISTA, LLC. (SERVICE CONTRACT):
A RESOLUTION TO APPROVE AN AGREEMENT WITH ECO-VISTA, LLC FOR THE HAULING AND
DISPOSAL OF SOLID WASTE IN THE CITY OF FAYETTEVILLE FOR A PERIOD OF 3 YEARS WITH
AUTOMATIC RENEWALS FOR FOUR ADDITIONAL 3 YEAR TERMS
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 approves an agreement with Eco-Vista,
LLC, a copy of which is attached to this Resolution, for the hauling and disposal of solid waste in the City of
Fayetteville for a period of 3 years with automatic renewals for four additional 3 year terms.
PASSED and APPROVED on December 17, 2024
Page 1
Attest:
' FAYETTEV:LI.i_
�• • y
• 1
����i^;G TON •G�: � ``��
CONTRACT FOR WASTE TRANSFER AND DISPOSAL SERVICES
This Contract for Waste Transfer and Disposal Services (the "Contract"), is made and
entered into this December 17, 2024 by and between the City of Fayetteville, Arkansas, a
municipal corporation, ("the City") and Eco-Vista, LLC ("Waste Management" or "Contractor")
IN CONSIDERATION of mutual promises of the parties contained herein and other good
and valuable consideration, the parties agree as follows:
1. DEFINITIONS: As used herein this Contract, the following terms shall have the following
meanings:
a. "Disposal Facility" - means the landfill known as the Eco-Vista Landfill, located at
2210 WM Drive, Springdale, AR 72762, which is which is utilized, owned, and operated
by Contactor and permitted to receive Solid Waste, C&D and/or Special Waste by the
applicable federal, state, and/or local agency, or another duly permitted landfill operated
in compliance with the regulations stipulated by the applicable state agency and/or the
U.S. Environmental Protection Agency.
b. "Transfer Station" — means the Fayetteville Solid Waste Transfer Station, located
at 1560 S. Happy Hollow Road, Fayetteville, Arkansas 72701, which is utilized, owned
and operated by the City and permitted to receive Solid Waste, Yard Waste, C&D and/or
Special Waste by the applicable federal, state, and/or local agency.
C. "Solid Waste" — means all non -hazardous Garbage, Rubbish, and/or C&D that can
legally be received at the Transfer Station and Disposal Facility. The term "Solid Waste"
specifically excludes Unacceptable Waste.
d. "Garbage" — means waste materials consisting of putrescible or animal and
vegetable waste materials resulting from the handling, preparation, cooking, and
consumption of food, including waste materials from markets, storage facilities, handling
and sale of produce and other food products, and all dead animals of less than ten pounds
(10 lbs) in weight, except those slaughtered for human consumption.
e. "Rubbish" -- means nonputrescible waste materials (excluding ashes), consisting of
both combustible and noncombustible waste materials. Combustible rubbish includes
paper, rags, cartons, wood, excelsior, furniture, rubber, plastics or similar materials;
noncombustible rubbish includes glass, crockery, tin cans, aluminum cans, metal
furniture, and similar materials that will not bum at ordinary incinerator temperatures
(1,600 degrees Fahrenheit to 1,800 degrees Fahrenheit).
f. "Medical Waste" means waste materials generated by healthcare related facilities
and associated with health care activities, not including Garbage or Rubbish generated
from offices, kitchens, or other non -health-care activities. The term includes Special
Waste from health care -related facilities which is comprised of animal waste, bulk blood
and blood products, microbiological waste, pathological waste, and sharps as those terms
are defined in in Ark. Code Ann. §20-32-101 (relating to Definitions).
g. "Construction and Demolition Debris" or "C&D" — means materials resulting from
construction, remodeling, repair, or demolition operations. Such materials include, but are
not limited to, dirt, sand, rock, bricks, plaster, gypsum wallboard, aluminum, glass, asphalt
material, plastic pipe, roofing material, carpeting, concrete, wood, masonry, trees,
remnants of new construction materials, including paper, plastic, carpet scraps, wood
scraps, scrap metal, building materials, and packaging. With the exception of soil,
concrete and asphalt, Construction and Demolition Debris does not include Unacceptable
Waste.
h. "Special Waste" — means waste materials that require special handling and
management due to the nature of the waste, including, but not limited to, the following:
(i.) containerized waste (e.g. a drum, barrel, portable tank, box, pail, etc.), (ii,) waste
transported in bulk tanker, (iii.) liquid waste, (iv.) sludge waste, (v.) waste from an
industrial process, (vi.) waste from a pollution control process, (vii.) residue and debris
from the cleanup of a spill or release of chemical(s), or (viii.) any other waste defined by
applicable law, rule or regulation as "Special Waste."
i. "Unacceptable Waste" - any waste or material that (i) the acceptance and handling
of which by Contractor would cause a violation of any permit, condition, legal or
regulatory requirement, (ii) can cause substantial damage to Contractor's equipment or
facilities, (iii) presents a danger to the health or safety of the public or Contractor's
employees, (iv) is or contains Hazardous Waste, industrial waste, liquid waste, Special
Waste that has not been profiled and pre -approved by Contractor, untreated Medical
Waste, dead animals weighing ten pounds (10 lbs.) or greater, (v) is or contains solid or
dissolved material in domestic sewage, or solid or dissolved material in irrigation return
flows, or industrial discharges subject to regulation by permit, or (vi) results from
activities associated with the exploration, development, or production of oil or gas or
geothermal resources, (vii) is or contains fuels, (viii) is or contains motor oil or paint, (ix)
is or contains televisions, (x) is or contains batteries, (xi) is or contains florescent light
bulbs, (xii) is or contains white goods (household appliances), (xiii) is or contains
treated/de-characterized wastes, (xiv) is or contains any waste tires, (xivi) is or contains
sludge, (xivii) is or contains waste or materials that may adversely affect the operations
of the Disposal Facility or Transfer Station regardless if such waste or materials could be
legally received, and/or (xiviii) is or contains other solid or liquid waste specifically
prohibited for disposal at the Disposal Facility or Transfer Station by Arkansas
Department of Environmental Quality (ADEQ) or any other regulatory agency having
jurisdiction over such landfill, in accordance with applicable law. Title to and liability for
Unacceptable Waste shall remain with the generator all times. Contractor has no
obligation to accept, transport, process or dispose of any Unacceptable Waste.
j. "Work" — means all labor, services, equipment, and material necessary for
Contractor to complete the obligations and all other requirements included in this
Contract.
2. TERM OF CONTRACT: The Contract is to take cffcct and continue and remain in full
force and effect for a period of three (3) years, and such period shall commence on the later of
January 1, 2025 or on the date the contract is approved by the Fayetteville City Council (the
"Effective Date") and the Contract shall automatically terminate thirty-six (36) months after the
Effective Date. The parties shall have the option to renew this Contract for a total of four (4)
successive three (3) year terms upon mutual written agreement. The option to renew can be made
effective by written notification from either party to the other party no later than ninety (90) days
prior to the expiration of the then current contract term. Notwithstanding the foregoing, this
Contract will be subject to the annual appropriation of sufficient funds for this Contract in the
budget by the Fayetteville City Council.
3. CONTRACT DOCUMENTS: The parties agree that the following documents are
incorporated into and are made a part of the Contract as if their terms and conditions were set forth
herein:
a. Appendix A: RFP 24-09, Waste Transfer and Disposal Services and its appendices that
were issued by the City ("RFP")
b. Appendix B: Fayetteville Fuel Surcharge Calculator
c. Appendix C: Contractor's exceptions to certain provisions in response to the RFP
In the event of any inconsistency or contradiction between the terms of this Contract and any of
its Appendices or attachments, the order of precedence and controlling provisions shall be as
follows: (1) this Contract; (2) Appendix C; (3) Appendix A; and (4) Appendix B.
4. CITY'S OBLIGATIONS: Obligations and services to be provided by Contractor under
the terms of this Contract shall include the following:
a. City hereby grants and the Contractor hereby accepts the sole and exclusive
contract, license and privilege to dispose of all municipal, residential and commercial
Solid Waste which is delivered to the Transfer Station.
b. City shall own, operate and maintain the Transfer Station in accordance with all
applicable laws and regulations.
C. The Transfer Station shall be open for the performance of this Contract between the
hours of 5:30 a.m. and 3:00 p.m., Monday through Friday and 5:30 a.m. and 11:00 a.m.
on Saturday.
d. City shall be responsible for loading the Solid Waste into Contractor's or its
subcontractor's trailers. The obligation of City to load all Solid Waste into Contractor's
or its subcontractor's trailers is an integral and material part of this Contract. City's
obligation to provide loading services shall be a continuing obligation. In the event the
City fails to meet the aforementioned loading obligations, which are not cured within
thirty (30) days of receipt of a written notice from Contractor specifying the
circumstances, then Contractor may terminate this Contract as of any date at least ten (10)
days after the last day of the thirty (30) day cure period.
C. City will be responsible for loading transport trailers with Solid Waste at payload
weights no greater than that required to reach the gross vehicle weight limitation set by
applicable law. However, in the interest of efficiency, the City is responsible for loading
Solid Waste in such a way that a standard trailer with a capacity of 115 cubic yards will
contain a minimum of 23 tons of Solid Waste. Any loads that do not meet the minimum
weight will be subject the City to paying a surcharge as described in Section b below.
f. City shall not load, send, or tender for delivery to Contractor any Unacceptable
Waste. Contractor shall not accept title or any liability for Unacceptable Waste loaded
onto Contractor's trucks at the Transfer Station. Title and responsibility for Unacceptable
Waste shall remain with the generator of such material. Contractor and its subcontractor
shall be obligated to monitor and observe the loading of Solid Waste at the Transfer
Station, at its own cost and expense; however, City retains responsibility for excluding
Unacceptable Waste from the material City loads into Contractor's trucks.
g. If the City loads or causes Unacceptable Waste to be delivered to the Disposal
Facility, the Contractor may in its sole discretion either remove, manage, handle, store,
treat, and/or dispose of that Unacceptable Waste and charge the City for the costs,
expenses, damages, Fines, and penalties arising out of such activities or require the City to
promptly remove, manage, handle, or dispose of the Unacceptable Waste from the
Disposal Facility at the City's sole cost. City shall pay or reimburse Contractor for any
and all costs, damages and/or fines incurred as a result of or relating to the City's tender
or delivery of Unacceptable Waste, including costs of inspection, testing, analysis, legal
fees, professional consulting fees, or removal costs.
5. CONTRACTOR'S OBLIGATIONS: The obligations and services to be provided by
Contractor under the terms of this Contract shall include the following:
All municipal, residential and commercial Solid Waste received at the Fayetteville
Transfer Station shall be transported to a permitted and approved Disposal Site. The
parties agree that the Contractor shall primarily transport all Solid Waste from the
Transfer Station to the Eco-Vista Landfill; however, Contractor is also permitted to
transport the Solid Waste to the Ozark Ridge Landfill, located at 10140 Ozark Ridge
Access Lane, Danville, AR 72833, as an alternate facility for disposal.
b. Contractor shall have full, complete, and sole control and direction over all aspects of
its business and operation as contemplated under this Contract. Contractor shall
provide all equipment, personnel, vehicles, and management required to fulfill
Contractor's obligations under this Contract.
c. Contractor shall be responsible for securing necessary permits and approvals from
relevant Federal, State, and local governmental agencies having jurisdiction over its
disposal operations referenced herein; provided, however, City shall retain
responsibility for obtaining all permits and approvals related to the operation of the
Transfer Station, including without limitation, any activities related to the loading of
the Solid Waste into Contractor's or its subcontractor's trucks. During the term hereof,
Contractor shall receive and accept the City's Solid Waste from the Transfer Station
and transport and dispose of such Waste at the Disposal Facility, all in compliance with
applicable laws and regulations. This Contract excludes and Contractor has no
obligations to accept Unacceptable Waste for transport or disposal.
d. All Solid Waste shall be removed from the Transfer Station by the end of each day
(Monday through Saturday), including all holidays except New Year's Day,
Thanksgiving Day, and Christmas Day. The first transport truck shall be at the City's
Transfer Station by 5:30 AM and the last truck leaves approximately between 2:00 PM
— 3:00 PM (M-F) and by 1 f :00 AM on Saturdays.
e. Transporting of all Solid Waste shall be contained, tied, or enclosed, so that leaking,
spilling, or blowing of waste is prevented.
f. Contractor shall provide detailed inventory of assets illustrating that there is an
adequate number of vehicles, trailers, and backup equipment, maintained in good
physical condition. Information on all proposed labor, supervisors, maintenance, fuel,
and necessary supplies to ensure the daily systematic and satisfactory performance of
all services specified in this scope of work shall also be provided.
g. Contractor shall prepare any required reports to all government agencies for the Work
hereunder this Contract, if applicable, and will provide copies of said reports to City.
h. Contractor shall provide to the City documented proof of disposal for each load. Such
documentation shall be provided to the City with each invoice.
6. FEES:
Base Rate. The City agrees to pay Contractor the current rate of $52.22 ($14.67 for
transportation and $38.55 for disposal) per ton (the "Base Rate") through December
31, 2025, for Contractor's receipt and handling of the City's Solid Waste from the
Transfer Station and the transportation and disposal of such Solid Waste at the Disposal
Facility. An additional fuel surcharge shall be added to the Base Rates based on the
surcharge further defined below during the term of this Contract.
b. CPI Increase. Beginning on January 1, 2026 and on each January 1 thereafter
(including in any renewal or extension terms), the Base Rate shall be automatically
adjusted by the annual percentage change in the average that the Consumer Price Index,
US City Average for All Urban Consumers (current series), Water, Sewer, Trash
Collection, Not Seasonally Adjusted, Series ID CUUROOOOSEHG ("CPI")
(bttps:Hbeta.bls.gov/dataViewp,r-/vicw/timescries/CUUROOOOSEHG has increased
over the 12 most recently published months compared to the average CPI for the
preceding twelve-month period for which the data has been published. If the above
CPI ceases to be published, the parties agree to substitute another equally authoritative
measure of change in the purchasing power of the U.S. dollar as may be then available
so as to carry out the intent of this provision.
The CPI published on the first Monday prior to the end of the month (or
the first business day thereafter if such Monday is a Federal Holiday)
shall be used to determine the monthly change. The annual percentage
change shall be calculated by subtracting the average CPI value for the
previous 12-months from the average CPI value for the most recent 12-
month period, the result of which shall be divided by the prior 12-month
period average. An example of the CPI annual increase calculation
follows:
Index
202012-
202112-Month
Change
Applied
Month
Average
Percentage
Average
Change
CPI — Water,
Sewer, Trash
252.46
261.47
9.01
3.6%
{9.01/252.46)
ii. Waste Management shall coordinate with the City in writing prior to
any implementation of any CPI price adjustment. Such coordination
shall include the amount of the price adjustment, documentation
substantiating the CPI published numbers, and the date the adjusted
price takes effect. The City and Waste Management shall mutually
agree on any increase, including calculation accuracy on CPi or other
equally authoritative measure as applicable, prior to any price
adjustment.
c. Surcharges. In addition to the Base Rate above, the City shall pay to Contractor the
following surcharges if the applicable conditions are met:
Quarterly True Up. The City shall pay a Quarterly True Up payment to
Contractor if the City does not achieve a twenty-three (23) tons per load
quarterly average. The City shall pay to Contractor the difference for any
short falls at a rate of $14.67 per missed ton, as set forth per the following
example below ("Quarterly True Up").
Quarterly True up
Example: Fayetteville to ECO at 22 tpl
Minimum TPL:
23
Rate Per Ton:
$14.67
Quarterly Total Tons:
1000
Quarterly Total loads:
48
Quarterly Average TPL (Total Tons/Total Loads):
21.83
Missed Average TPL (Minimum TPL-Quarterly Average TPL):
1.17
Missed Tons (Quarterly Total Loads x Missed Average TPL):
56.16
WM Pays M81 For Minimum Charges (Missed Tons x Rate Per Ton):
$823.87
i i. Fuel Surcharge. The City shall pay a fuel surcharge in addition to the Base Rates
for transportation, disposal and the Quarterly True Up payment as follows
("Fuel Surcharge"): In the event that the price of fuel deviates from the
threshold price per gallon, a mileage based fuel surcharge (or discount) shall be
applied on a per haul basis. The surcharge will increase or decrease by one cent
($.01) per mile for every 5-cent increase or decrease in the price of diesel fuel
above or below the threshold price of $3.50 per gallon, as determined by the
corresponding per mile surcharge shown in the table attached as Appendix B.
Calculations shall be made the first week of each month based upon the United
States Energy Information Administration's (EIA) U.S. On -Highway Diesel
Fuel Price Index for PADD 2 (Midwest) price as reported on their website at
httpJ/www.eia.gov/petroicum/gasdiesel/ or phone no. (202) 586-6966, will be
used as typically announced each Monday, or on Tuesday when Monday is a
federal holiday.
7. SECURING FOR PERFORMANCE — BID SECURITY: The Contractor will be
required to furnish a corporate surety bond as security for the performance of the Work under this
Contract. Said surety bond shall be in the amount of twenty five percent (25%) of the previous
year's total value of the Contract. The premium for the bond(s) described above shall be paid by
the Contractor. A certificate from the surety showing that the bond premium(s) is/are paid in full
shall accompany the bond. The surety on the bond shall be from corporate surety company duly
authorized to do business in the State of Arkansas. Bonds must be written by an "A" rated bonding
company.
8. QUANTITIES: The City makes no warranties as to the quantities of Solid Waste available
for transfer and disposal. During the term of this Contract all of the municipal, residential and
commercial waste delivered to the Transfer Station (except recyclable waste recycled as such)
shall be transported and disposed according to these Contract terms.
9. DISPOSAL SITES: Contractor shall provide evidence satisfactory to the City that the
Contractor shall at all times have a commitment for adequate landfill air space adequate to exceed
the projected needs of the Solid Waste to be disposed of hereunder during the term of the Contract,
but in any case, not less than 10 years. Disposal Site will be in compliance with the Resource
Conservation and Recovery Act, Subtitle "D" and any applicable subtitles or state, and/or local
agency regulations required of said site. Prior to any change by the Contractor of the Disposal
Site, the Contractor shall provide documentation to the City of Fayetteville that such site meets
specifications hereunder.
10. REPRESENTATIONS OF THE CITY OF FAYETTEVILLE: The City represents
and warrants that the Transfer Station shall be properly and fully permitted as a Solid Waste
transfer station by all applicable federal, state and local governmental authorities.
11. DEFAULT AND TERMINATION: Except as otherwise provided herein, if either party
defaults in the performance of any of the covenants or conditions contained herein this Contract,
and fails to cure such default within sixty (60) days after the non -defaulting party has given the
defaulting party written notice of such default (or if such default is of a nature that it cannot be
cured within such sixty (60) day period, the defaulting party fails to commence the curing of such
default within such sixty (60) day period, and fails to thereafter diligently pursue the curing
thereof) (the "Cure Period"), the non -defaulting party may: (a) terminate this Contract as of any
date which the non -defaulting party may select; (b) cure the default at the expense of the defaulting
party; and/or (c) have recourse to any other right or remedy to which it may be entitled by law,
including, but not limited to, the right to all damages or losses suffered as a result of such
termination. In the event either party waives default by the other party, such waiver shall not be
construed or determined to be a continuing waiver of the same or any subsequent breach or default.
12. AUDIT; ACCESS TO RECORDS
Contractor shall maintain books, records, documents and other evidence directly
pertinent to performance on Work under this Contract in accordance with generally
accepted accounting principles and practices. Contractor will provide information
within 30 calendar days of the City's request. City of Fayetteville, the State or any of
their authorized representatives shall have access to relevant books, records,
documents and other evidence for the purpose of inspection, audit and copying during
normal business hours and upon prior reasonable notice; provided, however, there
shall be no right to audit Contractor's books, records, documents and other evidence
to determine profits or general administrative and overhead expenses. Contractor will
provide proper facilities for such access and inspection.
b. Records hereunder shall be maintained and made available for a period of five (5)
calendar years or as otherwise required under Ark. Code Ann. § 14-59-1 l4 and Ark.
Code Ann. § 14-237- l 12. In addition, those records which relate to any dispute between
the parties hereunder or any other claim or cause of action related to this Contract or
performance hereunder, or to costs or items to which an audit exception has been taken,
shall be maintained and made available until three years after the date of resolution of
such appeal, litigation, claim or exception.
Contractor will submit or assist with submission of any annual or other reports that may
be required by any applicable law, rule, regulation, code, or ordinance of the City and
any other county, state, or federal agency or entity associated with or otherwise
implicated by this Contract. If any litigation, claim, negotiation, audit monitoring,
inspection, or other action has been started before the expiration of the foregoing
required record retention period, Contractor shall retain the records require hereunder
until completion of the action and resolution of all issues which arise from it, or the end
of the required period, whichever is later.
13. INDEMNIFICATION. Contractor agrees to defend and indemnify the City against
damages, claims, costs, and lawsuits to the extent arising out of Contractor's negligent acts or
omissions and willful misconduct, or its violation of any applicable law in providing the Work
under this Contract, except that the City shall not be entitled to such indemnification from
Contractor to the extent that the City's loss, expense, damage, charge or cost arises from a willful
or negligent act or omission of the City, its officers, agents, subcontractors or employees. Upon
obtaining knowledge of any matter giving rise to possible indemnification, the City shall notify
the Contractor immediately. The Contractor shall have the right to defend or contest any such
claim or demand in the name of the City. The City shall cooperate as the Contractor may
reasonably request and shall make available to the Contractor or its representatives all records and
other materials reasonably required in such defense.
14. ADMINISTRATIVE PROVISIONS:
a. Non -Public Function. This is an agreement for the performance of specific services
described herein. Under no circumstances or conditions shall the operation of the
Disposal Facility or disposal of the Solid Waste by Contractor in accordance with this
Contract be deemed a public function, nor has City acquired an interest, ownership, or
otherwise in the real or personal property or improvements or fixtures used in providing
the transportation services and/or the disposal services at the Disposal Facility by virtue
of this Contract.
b. Resolution by Court of Law; Non-bindinu Mediation. Claims, disputes, or other
matters in question between the parties to this Contract arising out of or relating to this
Contract or breach thereof shall be subject to and decided by a court of law. The parties
can agree to non -binding mediation prior to litigation.
c. Notices.
i. Delivery. Except as otherwise provided herein, any notice or other
communication between the parties hereby regarding the matters
contemplated by the Contract may be sent by United States mail (first class,
airmail, or express mail), commercial courier, or personal delivery, in each
case delivered to the address set forth below for the recipient.
ii. Receipt. Communications shall be deemed received, if by mail, on the later
of receipt or the third calendar day after deposit in the mail with postage
prepaid; if by courier, when delivered as evidenced by the courier's records;
and if by personal delivery, upon receipt. If received on a day other than a
business day, or on a business day but after 4:30 p.m., recipient's local time,
the communication will be deemed received at 9:00 a.m. the next business
day.
iii. Addresses.
1. If to City: City of Fayetteville
Solid Waste Director
113 West Mountain Street
Fayetteville, AR 72701
2. If to Contractor: Eco-Vista, LLC
Attn: Jamie Vernon, Public Sector Mgr.
88 Joyce Lane
Russellville, AR 72801
With a copy to: Waste Management
Attn: Sr. Legal Counsel for Mid -South
800 Capitol St, Suite 3000
Houston, TX 77002
d. Assignment. The provisions of this Contract shall inure to the benefit of and be binding
upon the respective successors and assignees of the parties hereto. Assignment of this
Contract or any of the rights and obligations of Contractor hereunder, in whole or in
part, requires the prior written consent of the City. Whenever the consent or approval
of a party is required under this Contract, such consent or approval will not be
unreasonably withheld, conditioned, or delayed.
e. Severability. If any tern, clause, or provision of this Contract or the application thereof
to any person or circumstances shall, to any extent, be illegal, invalid, or unenforceable
under present or future laws effective during the term of this Contract then it is the
intention of the parties hereto that the remainder of this Contract, or the application of
such term, clause, or provision to persons or circumstances other than those to which it
is held illegal, invalid, or unenforceable, shall not be affected thereby; and it is also the
intention of the parties hereto that, in lieu of each term, clause, or provision that is
illegal, invalid, or unenforceable, there be added by a court of competent jurisdiction
or otherwise as a part of this Contract a term, clause, or provision as similar in terms to
illegal, invalid, or unenforceable term, clause, or provision as may be possible to effect
the expressed intent of the parties and be legal, valid, and enforceable.
f. Entire Agreement. The complete understanding between the parties is set out in this
Contract, and this Contract supersedes and voids all prior and contemporaneous
understandings, proposals, letters, agreements, or conditions expressed or implied, oral
or written, except as herein contained. Any amendment, modification, waiver, or
discharge of any requirement of this Contract will not be effective unless in writing
signed by the parties hereto or by their authorized representatives.
g. Rclatiou§hiR kjtwegn the parties. The relationship of the parties shall be that of an
independent contractor. No principal -agent or employer -employee relationship is
created by this Contract. The parties hereto shall hold itself out in a manner contrary
to the terns of this paragraph. No party shall become liable for any representation, act,
or omission of any other party contrary to the terms of this paragraph.
h. Force Majeure. No party shall have any liability to the other hereunder by reason of
any delay or failure to perform any obligation or covenant if the delay or failure to
perform is occasioned by a Force Majeure event. For purposes of this Contract, "Force
Majeure" shall mean any unforeseeable and unavoidable act of God, storm, fire,
pandemic, epidemic, casualty, unforeseeable work stoppage or labor shortage, labor
strike, lockout, labor dispute, equipment shortage or injunction, civil disturbance, riot,
war, terrorism, national emergency, , act of public enemy, lack of; national defense
requirements; imposition of government orders or changes in applicable local, state or
federal laws, rules and regulations if it is not also the result of the willful misconduct
or negligent action or inaction of the party relying thereon; or other cause of similar or
dissimilar nature beyond its control. In the event Contractor is unable to transport City
Solid Waste to the Disposal Facility because of a Force Majeure event, Contractor may,
at its sole risk, store up to a maximum of five (5) loaded vehicles and/or trailers at the
Transfer Station for a period not to exceed Federal, State, or local regulations. The
storage shall remain in effect only until normal operating conditions are restored. Any
time that City or Contractor intends to rely upon an event of Force Majeure to suspend
obligations as provided in this section, the declaring party shall notify the other party
to this Contract as soon as reasonably practicable, describing in reasonable detail the
circumstances of the event of Force Majeure. Notice shall again be given when the
effect of the event of Force Majeure has ceased.
i. Headings. The headings in this Contract are for convenience and reference and are not
intended to define or limit the scope of any provision of this Contract.
j. Counterparts. This Contract may be executed in multiple counterpart copies and by
facsimile or emailed signatures, each and all of which will be deemed an original.
15. FREEDOM OF INFORMATION ACT: City of Fayetteville contracts and documents
prepared while performing City of Fayetteville 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 photocopying costs pursuant to the FOIA may be assessed for the
compliance.
16. JURISDICTION AND VENUE: This Contract shall be interpreted and enforced
pursuant to Arkansas law. Jurisdiction and venue shall be in Washington County, Arkansas or the
United States District Court for the Western District of Arkansas.
IN CONXJRACT with the provision set out above, we sign our names below on this the
_17.12�-j day of 2024.
ECO-VISTA, LLC CITY OF )FAYETTEVILLE,
By: -2"K--- I - - -
Printed Name and Title
CITY OF
FAYETTEVILLE
ARKANSAS
MEETING OF DECEMBER 17, 2024
TO: Mayor Jordan and City Council
THRU: Susan Norton, Chief of Staff
FROM: Peter Nierengarten, Environmental Director
SUBJECT: Waste Transfer and Disposal Services
RECOMMENDATION:
CITY COUNCIL MEMO
2024-0934
Staff recommends the approval of a 3-year contract with EcoVista, LLC for hauling and disposal of
municipal solid waste.
BACKGROUND:
The City of Fayetteville Recycling and Trash Collections Division collects all residential and commercial trash
for City of Fayetteville residents and businesses and delivers that trash to the City's Transfer Station at 1560 S.
Happy Hollow Rd. Additionally, private waste haulers as well as city and county residents pay to disposal of
trash at the City's Transfer Station. Since 2009, the City has had a contract with Waste Management for the
hauling and disposal of all trash at the City's Transfer Station to the EcoVista Landfill in Tontitown. That
contract expires on December 31, 2024.
DISCUSSION:
In May 2024, the City issued RFP 24-09 for Waste Transfer and Disposal Service from the City's Transfer
Station to a properly permitted disposal location. Two responses were received in June and a selection
committee chose EcoVista, LLC (formerly Waste Management) as the most qualified bidder.
The contract requires that all solid waste delivered to the City's Transfer Station be removed and disposed of
by EcoVista, LLC by the end of each day. All loads will be covered and contained to prevent leakage and
blowing of waste and shall be disposed into a permitted disposal site. The base rate for hauling and disposal
of waste will be $52.22 per ton. Additionally, the contract contains terms to adjust that base rate monthly
according to the wholesale cost of diesel fuel, quarterly based on the average weight of trailers leaving the City
transfer Station and annually based on the Consumer Price Index (CPI). The new contract term is for three
years with options for four successive three-year renewals.
BUDGET/STAFF IMPACT:
Funds for hauling and disposal services are budgeted in the Recycling and Trash Collections Fund.
ATTACHMENTS: SRF (#3), Eco-Vista, LLC. Contract (OLD VERSION) (#4), RFP 24-09, Submittal - Waste
Management of Arkansas Inc. (#5), Secretary of State - EcoVista - Waste Management (#6), Appendix A -
RFP 24-09 (#7), Appendix B - Waste Management Contract - Fayetteville Fuel surcharge Calculator (#8),
Appendix C - Waste Management Exceptions to RFP (#9), Eco-Vista, LLC. Replacement Contract (#10)
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 #: 2024-0934
Waste Transfer and Disposal Services
A RESOLUTION TO APPROVE AN AGREEMENT WITH ECO-VISTA, LLC FOR THE HAULING
AND DISPOSAL OF SOLID WASTE IN THE CITY OF FAYETTEVILLE FOR A PERIOD OF 3
YEARS WITH AUTOMATIC RENEWALS FOR FOUR ADDITIONAL 3 YEAR TERMS
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 approves an agreement
with Eco-Vista, LLC, a copy of which is attached to this Resolution, for the hauling and disposal of
solid waste in the City of Fayetteville for a period of 3 years with automatic renewals for four additional
3 year terms.
Page 1
City of Fayetteville Staff Review Form
2024-934
Item ID
12/17/2024
City Council Meeting Date - Agenda Item Only
N/A for Non -Agenda Item
Peter Nierengarten 11/27/2024 RECYCLING/TRASH COLLECTION (750)
Submitted By Submitted Date Division / Department
Action Recommendation:
Staff recommends the approval of a 3-year contract with EcoVista, LLC for hauling and disposal of municipal solid
waste.
5500.750.XXXX-5316.00
Account Number
Project Number
Budgeted Item? Yes
Does item have a direct cost? No
Is a Budget Adjustment attached? No
Budget Impact:
Recycling and Trash Collections
Total Amended Budget
Expenses (Actual+Encum)
Available Budget
Item Cost
Budget Adjustment
Remaining Budget
Fund
Project Title
$ 3,495,403.00
3,495,403 000
3,495,403.00
V20221130
Purchase Order Number: Previous Ordinance or Resolution # 229-19
Change Order Number:
Original Contract Number:
Approval Date:
Comments: Total Amended Budget amount is the proposed 2025 budgeted amount. The Item Cost amount is left
blank due to the fact that the amount will vary depending on tonnage.
Witness:
By:
Company Secretary
Printed Name and Title
My Commission Expires
March 21, 2026
fill,"
STATE
XT
OF
Pu"
AMSON .'
,•'Of I I I10"*
Attest:
By:
Kara Paxton, Cify C
` 1111 ffl/l/j
RF i
G1I Y p� •qSG r
FAYET'TEVlt.LL:
;gam
. ti Jam.
CITY OF
WA FAYETTEVILLE
ARKANSAS
RFP 24-09 Addendum 2
Waste Management of Arkansas Inc
Supplier Response
Event Information
Number: RFP 24-09 Addendum 2
Title: Waste Transfer and Disposal Services
Type: Request for Proposal
Issue Date: 5/12/2024
Deadline: 6/11/2024 02:00 PM (CT)
Notes: The City of Fayetteville, Arkansas, is now accepting proposals from
properly licensed professionals for the daily transport and disposal of
all solid waste received at the Fayetteville Solid Waste Transfer
Station. Any questions regarding this solicitation process shall be
directed to Amanda Beilfuss, City of Fayetteville Sr. Purchasing Agent
at abeilfuss(a)fayetteville-ar.gov or (479) 575-8220.
Contact Information
Contact: Amanda Beilfuss
Address: Purchasing
Room 306
City Hall
113 West Mountain Street - Room 306
Fayetteville, AR 72701
Email: abeilfuss@fayetteville-ar.gov
Page 1 of 2 pages Vendor: Waste Management of Arkansas Inc RFP 24-09 Addendum 2
Waste Management of Arkansas Inc Information
Address: 1041 Arbor Acres Ave
Springdale, AR 72762
Phone: (479) 213-3650
Email: jvernon@wm.com
By submitting your response, you certify that you are authorized to represent and bind your company.
Jamie Vernon
Signature
Submitted at 611112024 09:01:31 AM (CT)
Requested Attachments
RFP 24-09, Waste Transfer and Disposal Services
jvernon@wm.com
Email
Fayetteville AR RFP 24-09 Waste
Transfer and Disposal Services
Response 06112024.pdf
Please attach the signed and completed RFP form, located in the 'Attachments' tab, along with proposal.
Bid Attributes
1 Addendum Acknowledgement
By selecting "I agree", you acknowledge that you have read all addendum(s) that have been issued for this
solicitation, if applicable.
1Z I agree
Page 2 of 2 pages Vendor: Waste Management of Arkansas Inc RFP 24-09 Addendum 2
RFP: 24-09 Proposal for Waste Transfer and Disposal Services
City of Fayetteville Arkansas
Response Deadline 6/11/2024 2PM
Address: Purchasing
Room 306
City Hall
113 West Mountain Street - Room 306
Fayetteville, AR 72701
Submitted by
Waste Management of Arkansas, Inc.
88 Joyce Lane
Russellville, AR 72801
Jamie Vernon
Public Sector Manager - Arkansas
0vernon@wm.com
T: 479.213.3650
88 Joyce Ln
Russellville AR 72802
RFP: 24-09 Proposal for Waste Transfer and Disposal Services
City of Fayetteville Arkansas
Address: Purchasing
Room 306
City Hall
113 West Mountain Street - Room 306
Fayetteville, AR 72701
Dear Mayor and Council Members:
The team at WM of Arkansas and Mr. Built Inc. is pleased to present the attached proposal for providing Transfer
and Disposal services to the City of Fayetteville. Our bid is subject to finalizing a contract with mutually acceptable
terms.
Our customers are not just clients but also our neighbors, colleagues, family, and friends. The schools, businesses,
hospitals, police departments, governments, and civic organizations we serve are essential parts of our community.
As a result, we are committed to contributing to the improvement of these communities.
In recent years, WM Landfills have improved on -site operations and simplified processes to ensure the safe
transportation and disposal of non -hazardous municipal solid waste for the residents of Fayetteville.
The WM Eco Vista landfill is fully compliant with environmental regulations and has not received any notice of
violations from state, federal, or local agencies in the past decade.
WM takes pride in offering local control with national resources, enabling us to make decisions at the local level,
catering to the specific needs of each community, addressing local environmental concerns, and upholding
corporate citizenship. By creating local jobs and supporting local charities, schools, and service organizations, we
contribute to the local economy.
We have supported the city through challenging times, whether stemming from economic, environmental, or
governmental regulations, and we are committed to providing the same seamless waste disposal and
transportation services to the city in the future.
WM has not only achieved national recognition but has also set the industry standard in safety, environmental
responsibility, and service performance, surpassing all competitors. We are eager to continue serving the city of
Fayetteville and working towards a more sustainable future, leveraging our proven track record to inspire
confidence and trust in our services.
Respectfully,
Jamie Vernon
Public Sector Manager - Arkansas
jvernon@wm.com
1
CITY OF
FAYETTEVILLE
ARKANSAS
TDD (TelecommL
City of Fayetteville, Arkansas
Purchasing Division — Room 306
113 W. Mountain
TDD (Telecohj�otion Device for the Deaf): 479.521.1316
Request for Proposal: RFP 24-09, Waste Transfer and Disposal
Services
DEADLINE: Thursday, June 6, 2024 before 2:00 PM, local time
PRE -PROPOSAL CONFERENCE: Wednesday, May 22, 2024 at 3:00 PM, in person at the
RTC Division, 1560 S. Happy Hollow Rd., Fayetteville, AR
72701
DATE OF ISSUE AND ADVERTISEMENT:OS/12/2024
REQUEST FOR
PROPOSAL
RFP 24-09, Waste Transfer and Disposal
Services
No late proposals shall be accepted. RFP's shall be submitted through the City's third -
party electronic bidding platform or by submitting a sealed physical proposal to the City of
Fayetteville, Purchasing Division at the below location.
City of Fayetteville
Purchasing Division — Room 306
113 West Mountain Street
Fayetteville, AR 72701
All proposals shall be submitted in accordance with the attached City of Fayetteville
specifications and documents attached hereto. Each Proposer is required to fill in every blank
and shall supply all information requested; failure to do so may be used as basis of rejection.
The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms
stated 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 24-09, Waste Transfer and Disposal Services
2
City of Fayetteville
RFP 24-09, Waste Transfer and Disposal Services
Advertisement
City of Fayetteville, AR
Request for Proposal RFP 24-09,
Waste Transfer and Disposal Services
The City of Fayetteville, Arkansas, is now accepting proposals from properly licensed professionals for the
daily transport and disposal of all solid waste received at the Fayetteville Solid Waste Transfer Station. Any
questions regarding this RFP shall be directed to Amanda Beilfuss, City of Fayetteville Sr. Purchasing Agent
at abeilfuss@fayetteville-ar.gov or (479) 575-8220.
Solicitation documents and addenda shall be obtained at the City of Fayetteville Purchasing Division's
electronic bidding platform at www.faVetteville-ar.gov/bids. All proposals shall be received by Thursday, June
6, 2024 before
2:00 PM, Local Time utilizing the electronic bidding software or by submitting a sealed physical proposal to
the City of Fayetteville, Purchasing Division. All proposals are due before the time stated. No late proposals
shall be accepted. Submitting electronically is strongly encouraged. The City of Fayetteville shall not be
responsible for lost or misdirected proposals, or for failure of proposer's technical equipment.
A non -mandatory pre -proposal conference will be held Wednesday, May 22, 2024 at 3:00 PM in the
Conference Room at the Recycling Trash Division, 1560 S. Happy Hollow Rd., Fayetteville, AR 72701.
Information regarding the pre -proposal conference is available on the project page on the City's electronic
bidding platform. All interested parties are strongly encouraged to attend.
A one hundred percent (100%) performance bond is required with the contract award. All interested parties
shall be qualified to do business and licensed in accordance with all applicable laws of the state and local
governments where the project is located. Proposers shall have a current, valid registration with the
Arkansas Secretary of State at time of RFP deadline OR be able to provide proof of registration before
recommendation of award to Fayetteville City Council.
The City of Fayetteville reserves the right to reject any or all Proposals and to waive irregularities therein, and
all parties agree that such rejection shall be without liability on the part of the City of Fayetteville for any
damage or claim brought by any interested party because of such rejections, nor shall any interested party seek
any recourse of any kind against the City of Fayetteville because of such rejections. The filing of any Statement
in response to this invitation shall constitute an agreement of the interested party to these conditions.
City of Fayetteville
By: Amanda Beilfuss, Sr. Purchasing
Agent P: 479.575.8220
abeilfuss@fayetteville-ar.gov
TDD (Telecommunications Device for the Deaf): (479) 521-
1316 Date of advertisement: 05/12/2024
This publication was paid for by the Purchasing Division of the City of Fayetteville,
Arkansas. Amount paid: $204.10
3
City of Fayetteville
RFP 24-09, Waste Transfer and Disposal 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. A written narrative describing the method or manner in which the Proposer proposes to satisfy requirements of this RFP
in the most cost-effective manner. The term Proposer shall be in reference to a firm or individual responding to this
solicitation.
b. A description of the Proposer's experience in providing the same or similar services as outlined in the RFP.
This description should include the names of the person(s) who will provide the services, their qualifications, and the
years of experience in performing this type of work. Also, include the reference information requested in this RFP.
c. The complete fee and cost to the City for all services outlined in this RFP.
d. Statement should be no more than twenty-five (25) pages; single sided, standard, readable, print on standard 8.5x11
documents. Proposers shall also submit three (3) page (maximum) executive summary. The following items will not count
toward the twenty -five -page limitation: appendix, cover sheet, 3-page executive summary, resumes (resumes shall be no
more than 1 page per person), and forms provided by the City for completion.
Submitting and responding to this RFP: Proposals shall be prepared simply and economically, providing a
straightforward, concise description of its ability to meet the requirements for the project. Fancy bindings,
colored displays, and promotional material are not required. Emphasis should be on completeness and clarity
of content. All documents physically submitted should be typewritten on standard 8 %" x 11" white papers and
bound in one volume. Exceptions would be schematics, exhibits, one -page resumes, and City required forms.
Limit proposal to twenty-five (25) pages or less, excluding one -page team resumes, references, and forms
required by the City for completion. All proposals shall be sealed upon delivery to the City of Fayetteville.
1. Option 1 —Electronic Submittal (strongly encouraged): Proposers can go to www.fayetteville-
ar.gov/bids and follow the prompts to submit a proposal within the electronic bidding platform. If a
proposal is submitted electronically, a physical submission is not necessary. All Proposers must register
in order to be able to submit. There is no fee for registration.
Option 2 — Physical Submittal: All Proposers shall submit one (1) original copy of their proposal as
well as one (1) electronic copy on a properly labeled USB or other electronic media device. The
electronic copy submitted shall be contained into one single electronic file and shall be identical to the
hard copies provided. The use of Adobe PDF documents is strongly recommended. Files contained on
an USB or electronic media shall not be restricted against saving or printing. Electronic copies shall
not be submitted via e-mail to
Cityemployees bythe Proposer and shall be provided to the City in a sealed manner. FeclEx, UPS, USPS, or
other packages should be clearly marked with the RFP numberon the outside of the mailingpackage.
Proposals will be reviewed following the stated deadline, as shown on the cover sheet of this document.
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.
f. Proposers shall submit a proposal based on documentation published by the Fayetteville Purchasing Division.
4
g. Proposals must follow the format of the RFP. Proposers should structure their responses to follow the sequence of the
RFP.
h. 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.
i. Proposer is advised that exceptions to any of the terms contained in this RFP or the attached service agreement must
be identified in its response to the RFP. Failure to do so may lead the City to declare any such term non-negotiable.
Proposer's desireto take exception to a non-negotiable term will not disqualify it from consideration for award.
j. Local time shall be defined as the time in Fayetteville, Arkansas on the due date of the deadline.
Documents shall be received before the deadline time as shown by the atomic clock located in the
Purchasing Division Office or electronic clock located in the City's third -party bidding software.
2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLARIFICATION:
No oral interpretations will be made to any firms as to the meaning of specifications or any other contract documents. All
questions pertaining to the terms and conditions or scope of work of this proposal must be sent in writing via e-mail to the
Purchasing Department. Responses to questions may be handled as an addendum if the responsewould provide clarification
to the requirements of the proposal. All such addenda shall become part of the contract documents. The City will not be
responsible for any other explanation or interpretation of the proposed RFP made or given prior to the award of the contract.
DESCRIPTION OF SUPPLIES AND SERVICES:
Any manufacturer's names, trade name, brand name, catalog number, etc. used in specifications are for the purpose of
describing and establishing general quality levels. Such references are NOT intended to be restrictive. Proposals shall be
considered for all brands that meet the quality of the specifications listed for any items.
4. RIGHTS OF CITY OF FAYETTEVILLE IN REQUEST FOR PROPOSAL PROCESS:
In addition to all other rights of the City of Fayetteville, understate law, the City specifically reserves the right to the following:
a. The City of Fayetteville reserves the right to rank firms and negotiate with the highest-ranking firm.
Negotiation with an individual Proposer does not require negotiation with others.
b. The City of Fayetteville reserves the right to select the proposal it believes will serve the best interest 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.
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 best and final offer process is
not guaranteed; therefore, Proposers shall submit and respond to this RFP on the most favorable terms available.
5. EVALUATION CRITERIA:
The evaluation criterion defines the factors that will be used by the selection committee to evaluate and score responsive,
responsible and qualified proposals. Proposers shall include sufficient information to allow the selection committee to
thoroughly evaluate and score proposals. Each proposal submitted shall be evaluated and ranked by a selection committee.
The contract will be awarded to the most qualified Proposer, per the evaluation criteria listed in this RFP. Proposers are not
guaranteed to be ranked.
6. COSTS INCURRED BY PROPOSERS:
All expenses involved with the preparation and submission of proposals to the City, or any work performed in connection
therewith, shall be borne solely by the Proposer(s). No payment will be made for any responses received, or for any other
effort required of, or made by, the Proposer(s) prior to contract commencement.
ORAL PRESENTATION:
An oral presentation and/or interview may be requested of any firm, at the selection committee's discretion.
8. CONFLICT OF INTEREST:
a. The Proposer represents that it presently has no interest and shall acquire no interest, either direct or indirect, which
would conflict in any manner with the performance or services required hereunder, as provided in City of Fayetteville
Code Section 34.26 titled "Limited Authority of City Employee to Provide Services to the City".
b. The Proposer shall promptly notify Amanda Beilfuss, City Sr. Purchasing Agent, in writing, of all potential conflicts of interest
for any prospective business association, interest, or other circumstance which may influence or appear to influence the
Proposer's judgment or quality of services being provided. Such written notification shall identify the prospective
business association, interest or circumstance, the nature of which the Proposer may undertake and request an opinion
to the City as to whether the association, interest or circumstance would, in the opinion of the City, constitute a conflict
of interest if entered into by the Proposer. The City agreesto communicate with the Proposer its opinion via e-mail or first-
class mail within thirty days of receipt of notification.
WITHDRAWAL 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.
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. All proposals shall be received in
the Purchasing Division BEFORE the deadline stated. The official clock to determine local time shall be the atomic clock
located in the Purchasing Division, Room 306 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 request for proposal. Proposers shall comply with
all constitutional, state, and federal directives, orders and laws as applicable to this proposal and subsequent contract(s)
including but not limited to Equal Employment Opportunity (EEO), Disadvantaged Business Enterprises (DBE), & OSHA as
applicable to this contract.
12. PROVISION FOR OTHER AGENCIES:
Unless otherwise stipulated by the Proposer, the Proposer agrees to make available to all Government agencies, departments,
municipalities, and counties, the proposal prices submitted in accordance with said proposal terms and conditions therein,
should any said governmental entity desire to buy underthis proposal. Eligible users shall mean all state of Arkansas agencies,
the legislative and judicial branches, political subdivisions (counties, local district school boards, community colleges,
municipalities, counties, or other public agencies or authorities), which may desire to purchase underthe terms and conditions
of the contract.
13. COLLUSION:
The Proposer, by affixing his or her signature to this proposal, agrees to the following: "Proposer certifies that their proposal is
made without previous understanding, agreement, or connection with any person, firm or corporation making a proposal for
the same item(s) and/or services and is in all respects fair, without outside control, collusion, fraud, or otherwise illegal action."
14. RIGHT TO AUDIT. FOIA. AND JURISDICITON:
a. The City of Fayetteville reserves the privilege of auditing a Contractor's records as such records relate to purchases between
the City and said Contractor.
b. Freedom of Information Act: City 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 tothe Cityof 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.
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:
All standard terms and conditions stated in this request for proposal apply to this contract except as specifically stated in the
subsequent sections of this document, which take precedence, and should 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 this proceeding/event, should call 479.521.1316
(telecommunications device for the deaf), no later than seven days prior to the deadline. Persons needing translation of this
document shall contact the City of Fayetteville, Purchasing Division, immediately.
18. CERTIFICATE OF INSURANCE:
The successful bidder shall provide a Certificate of Insurance in accordance with the following guidelines, prior to
commencement of any work: $1,000,000 Commercial Liability, Statutory Worker's Compensation, and General Automotive,
if applicable. SUCH CERTIFICATE SHALL LIST THE CITY OF FAYETTEVILLE AS AN ADDITIONAL INSURED. LISTING THE CITY OF
FAYETTEVILLE AS A CERTIFICATE HOLDER ONLY IS NOT AN ACCEPTABLE SUBSTITUTE. CERTIFICATE OF INSURANCE MUST
INCLUDE THE ENDORSEMENT SHOWING THE CITY OF FAYETTEVILLE LISTED AS AN ADDITIONAL INSURED. Insurance shall
remain valid, when applicable, throughout project completion.
19. PAYMENTS AND INVOICING:
The Proposer must specify in their proposal the exact company name and address which must be the same as invoices
submitted for payment as a result of award of this RFP. Further, the successful Proposer is responsible for immediately
notifying the Purchasing Division of any company name change, which would cause invoicing to change from the name used
at the time of the original RFP. Payment will be made within thirty days of invoice received. The City of Fayetteville is very
credit worthy and will not pay any interest or penalty for untimely payments. Payments can be processed through Proposer's
acceptance of Visa at no additional costs to the City for expedited payment processing. The City will not agree to allow any
increase in hourly rates by the contract without PRIOR Fayetteville City Council approval.
20. CANCELLATION:
a. The City reserves the right to cancel this contract without cause by giving thirty (30) days prior notice to the Contractor in
writing of the intention to cancel or with cause if at any time the Contractorfails to fulfill or abide by any of the terms or
conditions specified.
b. 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 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.
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:
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 work, the Proposer shall disclose such intent in
the proposal submitted as a result of this RFP.
b. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the City within thirty
(30) calendar days of Contractor's notice of such action or upon the occurrence of said action, whichever occurs first.
22. NON-EXCLUSIVE CONTRACT:
Award of this RFP shall impose no obligation on the City to utilize the Contractor for all work of this type, which may develop
during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently contract
with other companies for similar work if it deems such an action to be in the City's best interest. In the case of multiple -
phase contracts, this provision shall apply separately to each item.
23. LOBBYING:
Lobbying of selection committee members, City of Fayetteville employees, or elected officials regarding request for proposals,
request for qualifications, bids or contracts, during the pendency of bid protest, by the bidder/proposer/protestor or any
member of the bid der's/propose r's/protector's staff, and agent of the bidder/proposer/protestor, or any person employed
by any legal entity affiliated with or representing an organization that is respondingto the request for proposal, request for
qualification, bid or contract, or has a pending bid protest is strictly prohibited either upon advertisement or on a date
established by the City of Fayetteville and shall be prohibited until either an award is final or the protest is finally resolved by
the City of Fayetteville; provided, however, nothing herein shall prohibit a prospective/bidder/proposer from contacting
the Purchasing Division to address situations such as clarification and/or questions related to the procurement process. For
purposes of this provision lobbying activities shall include but not be limited to, influencing or attempting to influence action
or non -action in connection with any request for proposal, request for qualification, bid or contract through direct or
indirect oral or written communication or an attemptto obtain goodwill of persons and/or entities specified in this provision.
Such actions may cause any request for proposal, request for qualification, bid or contract to be rejected.
24. ADDITIONAL REQUIREMENTS:
The City reserves the right to request additional services relating to this RFP from the Proposer. When approved by the
City as an amendment to the contract and authorized in writing prior to work, the Contractor shall provide such additional
requirements as may become necessary.
25. SERVICES AGREEMENT:
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.
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 the form of an addendum to the original RFP documents.
27. OTHER GENERAL CONDITIONS:
a. Proposers must provide the City with their proposals signed by an employee having legal authority to submit proposals
on behalf of the Proposer. The entire cost of preparing and providing responses shall be borne by the Proposer.
b. The City reserves the right to request any additional information it deems necessary from any or all
Proposers after the submission deadline.
c. This solicitation is not to be construed as an offer, a contract, or a commitment of any kind; nor does it commit the City
to pay for any costs incurred by Proposer in preparation. It shall be clearly understood that any costs incurred by the
Proposer in responding to this request for proposal is at the Proposer's own risk and expense as a cost of doing business.
The City of Fayetteville shall not be liable for reimbursement to the Proposer for any expense so incurred, regardless of
whether or not the proposal is accepted.
d. If products, components, or services other than those described in this bid document are proposed, the Proposer must
include complete descriptive literature for each. All requests for additional information must be received within five
working days following the request.
e. Any uncertainties shall be brought to the attention to Amanda Beilfuss immediately via telephone
(479.575.8220) or e-mail (abeilfuss@fayetteville-ar.gov). It is the intent and goal of the City of Fayetteville Purchasing
Division to provide documents providing a clear and accurate understanding of the scope of work to be completed
and/or goods to be provided. We encourage all interested parties to ask questions to enable all Proposers to be on equal
terms.
f. Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Amanda
Beilfuss, City of Fayetteville, Sr. Purchasing Agent via e-mail (abeilfuss@fayetteville-ar.gov) or telephone (479.575.8220).
No oral interpretation or clarifications will be given as to the meaning of any part of this requestfor proposal. All questions,
clarifications, and requests, togetherwith answers, if any, will be providedto all firmsvia written addendum. Namesof firms
submitting anyquestions, 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.
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 a RFP's content or to
exclude any relevant or essential data.
L 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 expressly and irrevocably waives any claim or
defense in any said action or proceeding based on any alleged lack of jurisdiction or impropervenue or any similar basis.
j. The successful Proposer shall not assign the whole or any part of this Contract or any monies due or to become due
hereunder without written consent of City of Fayetteville. In case the successful Proposer assigns all or any part of any
monies due or to become due under this Contract, the Instrument of assignment shall contain a clause substantiallyto the
effect that it is agreed that the right of the assignee in and to any monies due or to become due to the successful Proposer
shall be subject to prior liens of all persons, firms, and corporations for services rendered or materials supplied for the
performance of the services called for in this contract.
k. The successful Proposer's attention is directed to the fact that all applicable Federal and State laws, municipal ordinances,
and the rules and regulations of all authorities having jurisdiction over the services shall apply to the contract throughout,
and they will be deemed to be included in the contract as though written out in full herein. The successful Proposer
shall keep himself/herself fully informed of all laws, ordinances and regulations of the Federal, State, and municipal
governments or authorities in any manner affecting those engaged or employed in providing these services or in any way
affecting the conduct of the services and of all orders and decrees of bodies or tribunals having any jurisdiction or authority
over same. If any discrepancy or inconsistency should be discovered in these Contract Documents or in the specifications
herein referred to, in relation to any such law, ordinance, regulation, order or decree, s/he shall herewith report the same
in writing to the City of Fayetteville.
City of Fayetteville
RFP 24-09, Waste Transfer and Disposal Services
SECTION B: Scope of Services and General Information
10
1. INTRODUCTION:
The City of Fayetteville (City) has one facility that contains both the Fayetteville Transfer Station and the Fayetteville
Recycling Center (Fayetteville Transfer Station/Recycling Center), located at 1560 S. Happy Hollow Rd. The Transfer portion of
this facility utilizes loose -fill technology and is capable of satisfying the present and future solid waste disposal needs of the
City of Fayetteville. Design is expandableto allow the Fayetteville Transfer Station to serve Washington County as necessary.
During the term of this contract, the City shall deliver all of the municipal, residential, and commercial solid waste streams
collected by the City to the City of Fayetteville'sTransfer Station. Current annual tonnage hauled from the Transfer Station is
approximately
80,000. The City of Fayetteville's Transfer Station is currently permitted to allow up to 100,000 tons per year. The average
outbound tonnage is 21 tons per truck and is normally between 10-16 truckloads per day.
2. SCOPE OF WORK:
a. The awarded Proposer (Contractor) shall be responsible for the performance of all services reasonably necessary to
provide for the proper disposal of all residential and commercial waste generated within the City of Fayetteville. Proposer
shall provide a narrative describing the proposed operations plan for ensuring that Proposer has the resources and
equipment necessary to provide timely, efficient, and cost- effective disposal of the City's solid waste.
b. The Contractor shall perform the following under this contract:
i. All solid waste received at the Fayetteville Transfer Station shall be transported to a permitted and approved
disposal site.
ii. All solid waste shall be removed from the Transfer Station by the end of each day (Monday through Saturday),
including all holidays except New Year's Day, Thanksgiving Day, and Christmas Day. The first transport truck shall
be at the City's Transfer Station by 5:30 AM and the last truck leaves approximately between 2:00 PM — 3:00
PM (M-F) and by 11:00 AM on Saturdays.
iii. The City of Fayetteville, as the Transfer Station Operator, will be responsible for loading transport trailers with
solid waste (payload weights no greater than that required to reach gross vehicle weight limitation set by law).
However, in the interest of efficiency, the City is responsible for loading solid waste in such a way that a
standard trailer with a capacity of 115 cubic yards will contain a minimum of 20 tons of solid waste.
iv. Transporting of all solid waste shall be contained, tied, or enclosed, so that leaking, spilling, or blowing of waste
is prevented.
v. Proposer shall provide detailed inventory of assets illustrating that there is an adequate number of vehicles,
trailers, and backup equipment, maintained in good physical condition. Information on all proposed labor,
supervisors, maintenance, fuel, and necessary supplies to ensure the daily systematic and satisfactory
performance of all services specified in this scope of work shall also be provided.
11
3. PROPOSAL REQUIREMENTS:
In addition to submitting the completed and signed RFP form, Proposers shall also include the following with
Proposal:
a. An itemized list of Proposer's equipment available for use on this Contract, or an itemized list of proposed equipment with
proof of financial strength to procure proposed equipment upon Contract award. Contractorshall provide trucks, trailers,
and any necessary equipment to dump at landfill or disposal site.
b. A copy of most recent, certified financial statement of Proposer, (or its parent corporation if individual subsidiary or
division financial statements are not prepared and/or available) certified by a certified public accountant (CPA) firm.
c. Evidence, in form and substance satisfactory to the City of Fayetteville, that Proposer (or Proposer's subsidiary or
affiliate) has been in business at least five (5) years and possesses not less than three (3) years actual operating
experience in solid waste transport and/or disposal handling no less than 50,000 tons per year.
d. Name and location of landfill or disposal site, including evidence, in form and substance satisfactory to the City of
Fayetteville, that the landfill or disposal site shall have a life in excess of the Contract length and that proposed disposal
site meets the requirements of EPA subtitle D, when applicable, and documentation from disposal site owner that any
further district, state, and federal requirements will be met through the duration of the Contract. If disposal site other
than a landfill is proposed, a copy of disposal site's permit for operation shall be included with Proposal.
e. A copy of the Proposer's Environmental Policy Statement as well as any records of past environmental issues.
f. A letter from a corporate surety satisfactory to the City stating that the Performance Bond(s) will be furnished by it
to the person submitting the proposal in the event it is the successful proposer. Such letter is to be signed by an authorized
representative of the surety together with a certified and effectively dated copy of the power of attorney attached thereto.
The Contractor responsible for the transportation and disposal of solid waste received at the Fayetteville Transfer Station
will be required to furnish a corporate surety bond as security for the performance of the Contract. This surety bond shall
be in the amount of one hundred percent (100%) of the total negotiated price approved by Fayetteville City Council for
the first year of the contract. Contractor will have ten (10) business days from Contract approval by Fayetteville City
Council to provide the bond. A one hundred (100%) surety bond will be required annually with contract renewal at the
estimated tonnage of the 80,000 tons. The premium for the bond(s) described above shall be paid by the Contractor.
A certificate from the surety showing that the bond premium(s) is/are paid in full shall accompany the bond. The surety
on the bond shall be from corporate surety company duly authorized to do business in the State of Arkansas. Bonds must
be written by an "A" rated bonding company.
4. PRICING
a. Proposals shall include all-inclusive pricing for the hauling and disposal of all solid waste received at the Fayetteville
Transfer Station at a properly licensed and permitted disposal facility and for the daily transport of all solid waste received
at the Fayetteville Transfer Station. The price and rates proposed shall remain firm for the first two (2) years of the contract.
If there are any price increases/changes during the remainder of the Contract, this information shall be included in the
Proposal as well.
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 initiated with the next highest-ranking
Proposer until an agreement is reached. The City reserves the right to reject all offers and end the process without executing a
contract.
6. CONTRACTTERMS:
The City of Fayetteville intends to enter a three (3) year contract with the awarded Proposer with the option to renew for four
(4) additional three (3) year terms.
7. PROPOSAL CONTENT:
Proposals shall be prepared simply and economically, providing a straightforward, concise description its ability to meet
the requirements for the project. Fancy bindings, colored displays, and promotional material are not required. Emphasis
should be on completeness and clarity of content. All documents should be typewritten on standard 8 %2" x 11" white pages
and bound in one
volume. Exceptions would be schematics, exhibits, or other information necessaryto facilitate the City of Fayetteville's ability
to accurately evaluate the proposal. Limit proposal to twenty-five (25) pages or less, excluding one -page team resumes,
references, and forms required by the City for completion.
8. SELECTION CRITERIA:
The following criteria will be used by the City to evaluate and score responsive proposals. Proposers shall include sufficient
information to allow the City to thoroughly evaluate and score the proposal. Each proposal submitted is not required to be
ranked by the selection committee. The contract may be awarded to the most qualified firm, per the evaluation criteria
listed below, based on the evaluation of the selection committee. Following the evaluation of the proposals, the Selection
Committee may request that the top- ranking firm(s) make an oral presentation or be interviewed. If presentations are
necessary, they will take place in Fayetteville, Arkansas. Notices will be sent by the Purchasing Division.
1) 20% Qualifications in Relation to Specific Project to be Performed: Information reflecting qualifications
of the consultant, partners, and project team. Indicated specialized experience and technical
competence of the firm in connection with the type and complexity of the service required.
Subcontractors, if used, shall be listed with information on their organization.
2) 20% Experience, Competence, and Capacity for Performance: Information reflecting the names, titles,
and qualifications (including experience and technical competence) of the major personnel assigned to
this specific project.
3) 30% 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 methods and schedules for
accomplishing scope of work. Include with this the amount of work presently underway.
4) 10% Past Performance: Previous evaluations shall be considered a significantfactor. If previous evaluations with th
City are not available, the professional firm's past performance records with City and others will be use
including quality of work, timely performance, diligence, and any other pertinent information. Firm wi
provide a list of similar jobs performed and person whom the City can contact for information.
5) 20% Cost/Fees: Complete costs and fees as described in this RFP and for delivery of the proposal including
feasibility and financial stability. All fees shall be clearly identified with RFP response and be itemized.
City of Fayetteville
RFP 24-09, Waste Transfer and Disposal Services
SECTION C: Proposer References
The following information is required from all firms so all statements of qualification may be reviewed and properly evaluated:
COMPANY NAME: Waste Management of Arkansas. Inc.
NUMBER OF YEARS IN BUSINESS: Since 1983 HOW LONG IN PRESENT LOCATION: Over 40 years
TOTAL NUMBER OF CURRENT EMPLOYEES: 100+ FULLTIME PARTTIME
NUMBER OF EMPLOYEES PLANNED FOR THIS CONTRACT: 15+ FULLTIME
TIME
PLEASE LIST FOUR (4) REFERENCES THAT YOU HAVE PREVIOUSLY PERFORMED CONTRACT SERVICES FOR WITHIN THE PAST FIVE
(5) YEARS (All fields must be completed):
1. City of Dardanelle
COMPANY NAME
Dardanelle AR
CITY, STATE, ZIP
Jimmy Witt, Mayor
CONTACT PERSON
479-477-0401
TELEPHONE
n/a
FAX NUMBER
Jwitt.mayor@dardanelle.com
E-MAIL ADDRESS
3. Boston Mountain Solid Waste District
COMPANY NAME
Prairie Grove, AR 72753
CITY, STATE, ZIP
Robin Reed, Director
CONTACT PERSON
479-846-3005
TELEPHONE
n/a
FAX NUMBER
reed@bmswd.com
E-MAIL ADDRESS
2. City of Siloam Springs
COMPANY NAME
Siloam Springs, AR 72761
CITY, STATE, ZIP
Steve Gorsczvzk, Public Works Director
CONTACT PERSON
479-238-0921
TELEPHONE
n/a
FAX NUMBER
water@siloamsprings.com
E-MAIL ADDRESS
4. Marck Recycling and Waste
COMPANY NAME
Rogers, AR 72756
CITY, STATE, ZIP
Wes Dougherty
CONTACT PERSON
479-831-8940
TELEPHONE
479-831-8940
FAX NUMBER
wdougherty@marck.net
E-MAIL ADDRESS
City of Fayetteville
RFP 24-09, Waste Transfer and Disposal Services
SECTION D: 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
disclose if a known relationship exists between any principal or employee of your firm and any City
of Fayetteville employee or elected City of Fayetteville official.
i. If, to your knowledge, no relationship exists, this should also be stated in your response.
Failure to disclose such a relationship may result in cancellation of a purchase and/or contract
as a result of your response. This form must be completed and returned in order for your
bid/proposal to be eligible for consideration.
PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY APPLIES TO YOUR
FIRM:
x 1) NO KNOWN RELATIONSHIP EXISTS
2) RELATIONSHIP EXISTS (Please explain):
b. I certify that; as an officer of this organization, or per the attached letter of authorization, am
duly authorized to certify the information provided herein is accurate and true; and my
organization shall comply with all State and Federal Equal Opportunity and Non -Discrimination
requirements and conditions of employment.
c. Proposer agrees that they shall have a current, valid registration with the Arkansas Secretary of State
at time of RFP deadline OR be able to provide proof of registration before recommendation of award
to Fayetteville City Council.
d. Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not
currently boycott Israel and will not boycott Israel during any time in which they are entering into, or
while in contract, with any public entity as defined in §25-1-503. If at any time during contract the
contractor decides to boycott Israel, the contractor must notify the contracted public entity in writing.
e. Pursuant 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.
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: Waste Management of Arkansas, Inc.
Primary Contact: James Vernon
Title of Primary Contact: Public Sector Manager
Phone#1 (cell preferred): 479-213-3650
E-Mail Address: jvernonkwm.com
3. ACKNOWLEDGEMENT OF ADDENDA
Acknowledge receipt of addenda for this invitation to bid, request for proposal, or request for
qualification by signing and dating below. All addendums are hereby made a part of the bid or RFP
documents to the same extent as though it were originally included therein. Proposers/Bidders should
indicate their receipt of same in the appropriate blank listed herein. Failure to do so may subject
Contractor to disqualification.
ADDENDUM NO.
SIGNATURE AND PRINTED NAME
DATE ACKNOWLEDGED
RFP 24-09 Addendum 1
lllaA "�f, , James Vernon
5/31/2024
RFP 24 09 Addendum 2
, James Vernon
6/04/2024
4. DEBARMENT CERTIFICATION:
a. As an interested party on this project, you are required to provide debarment/suspension
certification indicating compliance with the below Federal Executive Order. Certification can be done
by completing and signing this form.
b. Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors
receiving individual awards, using federal funds, and all sub -recipients certifythat 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.
c. 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.
5. SIGNATURE SUBMITTAL:
NAME OF COMPANY: Waste Management of Arkansas, Inc.
PHYSICAL ADDRESS: 1041 Arbor Acres Avenue, Springdale, AR 72762
MAILING ADDRESS: Same
TAX ID #: 04-2814811 AR. SECRETARY OF STATE FILING #: 100067636
PHONE: 479-213-3650 FAX:
E-MAIL: jvernon(kwm.com
By submitting your response, you certify that you are authorized to represent and bind your company
SIGNATURE:
PRINTED NAME: James Vernon
TITLE: Public Sector Manager DATE: 5/30/2024
END OF RFP DOCUMENT
RFP 24-09, Addendum 1 "l CITY OF
IW FAYETTEVILLE
Date: Friday, May 24, 2024 A R K A N S A S
To: NI Prospective Vendors
From: Amanda Beilfuss-479.575.8220- abeiltuss@favetteville-ar.gov
BE: RFP 24-09, Waste Disposal and Transfer Services
I his addendum is hereby made a part of the contract documents to the same extent as though it were
the.originally included therein. Interested parties should indicate their receipt of same in the appropriate blank of
RFP. PROPOSERSSNOUWACIVIOW[EOGE THISADDENDUM ON 7NEDESAGllil 1001710N ON THE li
7PORTAUPORM.
L A rwn-mandatory pre -proposal conference and site visits were held on Wednesday, May 22, 2024
at 3:00 PM on -site at the Recycling and Trash Division. The listing of attendees is also attached to
this addendum for disclosure to all interested parties.
a. Attendees:
i. City of Fayetteville:
1. L., McGaugh, Purchasing Director
2. Kenny Fitch, Purchasing Agent
3. Daniel Pickett, Supervisor
4. Brandon Bekemeier, Asst, Operations Manager
5. Drew Cook, Operations Manager
6. Peter Nierengarten, Environmental Director
li. Venoms:
1. CARDS
2, Waste Management
2. QUESTIONS - The following questions have been received and have been answered by the
corresponding department:
Question: Will alternate waste disposal and transport options be reviewed/considere& It
so, where should that be located in the Proposal?
i. Answer. Yes, but the transportation option must be compatible with the Citys
exrsting transfer station operations. Anywhere in the Proposal is acceptable as long
as it is clearly labeled as on alternate option.
b. Question: What is the current average loading time?
i. Answer. The average loading time is between 30 minutes -1 hour.
M>iA�
City of Fayetteville, Arkansas
Allp�
CITY of Attendance Sheet � FAYETTEVILLE
ARKANSAS BI RF RFQR:a4-()9
C. Question: What is the estimated start date?
i. Answer: The current contract is scheduled to expire end of day December 31, 2024;
therefore, it is anticipated the new contract with the awarded Proposer will begin
start ofday January 2, 2025.
d. Question: What is the current contract expiration date?
i. Answer. The current contract is scheduled to expire end of day December 31, 2024,
therefore, it is anticipated the new contract with the awarded Proposer will begin
start ofday January 2, 2025.
3. Proposers are encouraged to supply, any additional services offered in their Proposa
LLI
1-ni 5Ur1Q le
Description: %lQSif TCmf4eY &irA Nroasal QAN1CM1S
Function (circle one) : Bid Opening, Selection Committee Meeting, re- Interview
Date:•_p5_ /A /qa�A Time: 3 -. DO.M
❑tr Herr e�.d iM user er.vea«eie.u,o:
Name Company Title Phone Email
/File.,rr SOS .�n..s <A 9+ ,%-6ay-4lutw2 E,i.4Elrts rcL,.i.tart
- ., Um 'AL/,,-..5-,6 G/19-atT-mr., �rAD
3LQ2L4 EjTcW C a F PVP-c 14 AGEiv>✓ 1 15-8z5R
6 ,'G JYXi CIYr _,•A, IVU e✓ul Yor eir4-fore -9.5 9 OrE�ke.rl�/�w.rreddr".eta.
&►'.,..,.' L u f' PmE gt1>,.1.., '.., _ 'tot -Lei -Yon 1.iex.re,'v� fry.tlxru.. - AR. ar
8AJ, Cm It. C OFr�-
,r—o-
9 vnn C�iF S.aJk..._A,t �:� Y7°!-1rD1-7E9Y vy,,;
10
11
12
13
14
15
16
17
18
:9
20
RFP 24-09, Addendum 2
Date: Tuesday, June 4, 2024 I
To: All Prospective Vendors
From: Amanda Beilfuss—479.575.8220 — aaeilfuss@fayetteville-ar-gov
RE: RFP 24-09, Waste Disposal and Transfer Services
CITY OF
FAYETTEVILLE
ARKANSAS
This addendum is hereby made a part of the contract documents to the same extent as though it we -
originally included therein. Interested parties should indicate their receipt of same in the appropriate blank of
the RFP. PROPOSERS SHOULD ACKNOWLEDGE THIS ADDENDUM ON THE DESIGNATED LOCATION ON THE BID
PORTAL/FORM,
1. The current RFP Proposal deadline has been extended. All Proposals are due Tuesday, June 11,
2024, no later than 2:00 PM, local time.
2. The following language is in the current Contract with Waste Management, regarding current
fees:
B. On January 1, 2020, the City agrees to pay Waste Management $41.22 per
ton for transportation, hauling and disposal. Beginning on January 1.2021
and on each January l thereafter, the per ton price shall be adjusted by the
percentagt: that the Consumer Price Index (CPI-U), US City Average for
All Urban Consumers (current series), Water, Sewer, Trash Collection,
Not Seasonally Adjusted, Base Period December 1997=100 Series ID
CUURO(X)OSEiHG (CPI)
(htlps://beta.bls.eovldAW) it:werlview!tirnescriWCUURt_11X10SEHG) has
Increased during the preceding twelve-month period for which the
data has been published. If the above CPI ceases to be published, the
panics agree to substitute another equally authoritative measure of change
in the purchasing power of the U.S. dollar as may be then available so as
to carry out the intent of this provision. Waste Manastement shall
coordinate with the City in writing prior to any implementation of any CPI
-U price adjustment. Such coordination shall include the amount of the
price adjustment, documentation substantiating the CPI published
numbers, and the date the adjusted price takes effect. The City and Waste
Management shall mutually agree on any increase, including calculation
accuracy on CPI or other equally authoritative measure as applicable, prior
to any price adjustment.
-y of Fayetteville, AR
P 24-09, Addendum 2
ge 112
e-Cnrrwbni(atiom DPvier for thr Dv.:f TDD (479) 521-1316 1131Vr%l Mountain - Fayrtlm414- AR 727C
C. Price adjustment shall be calculated using the following:
CPI for current period, Less CPI for previous period Equals index point
change. Divide index point change by previous period CPI. That result
shall he multiplied by itl0 to equal the percent change in the price per ton
rate. Example. provided by the Bureau of Labor Statistics, is shown
below or can be found at
hltV&/www.bls.gov,cpy'factsheetUescalation.him:
CPI for current period
232.945
Lem CPI for previous penod
229,815
Equals index pant change
3.130
Divided by previous period CPI
229.815
FQuaIs
0.0136
Refit multiplied by 100
0.0t36 x 100
Equals percent changs
1.4%
3. Payments issued to Waste Management to date, for services under this Contract for October 2023 —
March 2024:
October 2023
$ 300,287.10
November 2023
$ 292,570.00
December 2023
$ 260,248.77
January 2024
$ 281,118.64
February 2024
$ 289,987.82
March 2024
$ 282,040.15
-y of Fayetteville, AR
-.r-P 24-09, Addendum 2
Page 212
Telmcwin.unkdtiam Drvkc fot the Draf TDO 1479,, 521-1316 I Myrti1 Mountain - rayrltrr , 11 AP -''
PROPOSAL CONTENT:
Proposals shall be prepared simply and economically, providing a straightforward, concise description its ability to
meet the requirements for the project. Fancy bindings, colored displays, and promotional material are not required.
Emphasis should be on completeness and clarity of content. All documents should be typewritten on standard 8 1/2"
x 11" white pages and bound in one volume. Exceptions would be schematics, exhibits, or other information necessary
to facilitate the City of Fayetteville's ability to accurately evaluate the proposal. Limit proposal to twenty-five (25) pages or
less, excluding one -page team resumes, references, and forms required by the City for completion.
3. PROPOSAL REQUIREMENTS:
In addition to submitting the completed and signed RFP form, Proposers shall also include the following with
Proposal:
Operating Plan:
Waste Management (WM) is presenting a proposal to engage MBI for the transportation of all solid waste from the
Fayetteville Transfer Station. MBI maintains all licenses, insurance, and permits to effectively execute this task.
Additionally, MBI will have the necessary equipment and adequate backup equipment to handle the anticipated 80,000
tons per year of solid waste generated by the City of Fayetteville.
MBI commits to ensuring that trucks and trailers are present at the City's Transfer Station by 5:30 AM on each
operating day. It is important to note that WM's Eco-Vista Landfill normally operates from 6:00 AM to 5:00 PM, Monday
through Friday. However, the landfill has the necessary permits to extend operations from 5:00 AM to 9:00 PM, if
required, to cater to the needs of the City of Fayetteville's Transfer Station in the case of unforeseen circumstances.
The transportation of solid waste will be carried out in a manner that prevents leaking, spilling, or blowing of waste by
ensuring that all waste is properly contained, tied, or enclosed during transportation. Once the trucks have been
loaded at the City's Transfer Station, MBI will transport the loads to the Eco-Vista Landfill.
Upon reaching the Eco-Vista Landfill, all loads will be accurately weighed and ticketed to determine the precise amount
of solid waste being transported. The truck will then proceed to the designated disposal unit where the solid waste will
be properly discharged from the trailer. After the discharge, the truck will return to the City's Transfer Station, and the
waste will be spread and compacted in the most space -efficient manner possible.
a. An itemized list of Proposer's equipment available for use on this Contract or an itemized list of proposed
equipment with proof of financial strength to procure proposed equipment upon Contract award.
Contractor shall provide trucks, trailers, and any necessary equipment to dump at landfill or disposal site.
WM At -a -Glance
People Operations
48,500 255
team members solid waste
landfills
Recycling Facilities
52 single -stream recycling
facilities
30 commercial facilities
12 bale/transfer/buy-back/
dedicated customer
processing facilities
42 organics facilities
5 507
hazardous hauling
waste facilities
landfills
Energy
10,388
alternative fuel vehicles
171
natural gas fueling stations
144
landfill gas -to -energy facilities
4 CORe® organics 102
processing facilities landfill gas -to -electricity
9 construction and facilities
demolition recycling facilities 26
landfill gas -to -fuel facilities
Community Vitality
$14.2M $1.2M 860
340 $29.1113
transfer asset base
facilities
Environmental
Conservation
75
certified wildlife habitat
programs
63
pollinator programs
185
active habitat, species, and
education certified projects
14,709
acres actively managed for
wildlife preservation
57,565
in charitable giving in -kind services community events people participated in
donated hosted and/or WM-hosted education
participated in by WM and community
betterment activities
Unit No
Description
Tech Spec
Asset Cat
Assett Class
Activity_MCC
User Class 1
610370
2016 FORD F150
16FDF15UPU
PU
SUPPRT
400
VELD60M
SUPP
4000
611479
2014FORD F250
14FDF25UPU
PU
SUPPRT
400
VELD60M
SUPP
4000
612437
2003FORD F150
03FDF15UPU
PU
SUPPRT
400
VELD60M
SUPP
2600
674453
2007 STERLING ACTERRA
07STACTDST
ST
SUPPRT
400
VEHD600
SUPP
2600
675043
2014FORD F550
14FDF55DST
ST
SUPPRT
400
VELD60M
SUPP
2600
807553
12018 CAT D8T
18CAD8TDD8
TTT
IHEAV
400
EQHVY XHACQ
HEAV
2600
807559
2018 KOMATSU D51
18KOD51DDS
TTT
HEAV
400
EQHVY XHACQ
HEAV
2600
807693
2022 CAT D6 XE LGP
22CAD6XDTT
TTT
HEAV
400
EQHVY XHORG
HEAV
2600
820195
2018 CAT 826K
18CA82KD82
LFCOM
HEAV
400
EQHVY XH
HEAV
2600
820213
2018 CAT 836K
18CA83KDLC
LFCOM
HEAV
400
EQHVY XH
HEAV
2600
825303
2008 CAT 735
08CA735DOH
OHT
HEAV
400
EQHVY XH
HEAV
2600
830737
2012 CAT 300
12CA308DHX
HEX
HEAV
400
EQHVY XH
HEAV
2600
830778
2007 CAT 315CL
07CAVCLDHX
HEX
IHEAV
400
EQHVY XH
HEAV
12600
833784
2018 KOMATSU PC360LCll
18KOPClDHX
HEX
JHEAV
400
EQHVY XH
HEAV
12600
833831
2016 CAT 336FL
16CA36FDHX
HEX
HEAV
400
EQHVY XHREP
HEAV
2600
833857
2019 CAT 315FLCR
19CA31FDHX
HEX
HEAV
400
EQHVY XHORG
HEAV
2600
845533
2015 CAT 420F2IT
15CA4F2DBH
BHL
HEAV
400
EQHVY XH
HEAV
2600
846178
1983 CAT 12G
83CA12GDMG
MG
HEAV
400
EQHVY XH
HEAV
2600
847560
2016 NEW HOLLAN UNKNOWN
16NHT4120DA
AGT
SUPPRT
400
EQHVY XH
SUPP
4000
852974
2015 FORD F750
15FDF75DWT
WT
HEAV
400
HHD400
SUPP
898423
2019 VOLVOCE A25G
19VO25GDOH
OHT
HEAV
400
EQHVY XHREP
HEAV
2600
898504
2022 VOLVOCE A40G
22VO40GDOH
1OHT
1HEAV
400
EQHVY XHORG
HEAV
4000
905718
2013 SULLAIR 185DPO
13S5185DPW
I POWER
JSUPPRT
400
EQSUP XH
SUPP
2600
Unit Inventory Report
Mr. Bults Inc.
Unit
Shop
Description
License
Year
Make
Model
Serial#
AcliNty
Cost Code
Util Base
Last Reading
Meter Date
1830
210
2016 Kenworth T880
P862327
2016
KNWRT
T-880
1X5KZD49XOGJ470525
FAIRINGONLY
20
ODOMETER
607200
4/16/2024
1903
210
2016 Kenworth T880
P898726
2016
KNWRT
T-880
1X5KZD49X5GJ470598
FAIRINGONLY
20
ODOMETER
414436
4/16/2024
1927
210
2017 Kenworth T880
P904785
2017
KNWRT
T-880
1X5KZD49X4HJ126682
FAIRING ONLY
20
ODOMETER
400169
4/16/2024
2601
210
2020 Kenworth T880
P1056099
2020
KNWRT
T-880
1X5KZD49XBLJ306644
FAIRINGONLY
20
ODOMETER
134883
5/27/2024
2603
210
2020 Kenworth T880
P1056101
2020
KNWRT
T-880
1X5KZD49X1HJ306646
FAIRINGONLY
20
ODOMETER
256952
5/8/2024
2655
210
2021 Freightliner
P1086688
2021
FRGHT
CASCADIA
3AKJHTFM7MSMV3395
FAIRINGONLY
20
ODOMETER
274734
3/182021
2671
1210
2022 Freightliner
P1114660
12022
FRGHT
CASCADIA
3AKJHTFM2NDNH3445
FAIRINGONLY
20
ODOMETER
152179
5232024
2667
1210
2022 Freightliner
P1120793
2022
FRGHT
CASCADIA
3AKJHTFM8NDNH3465
FAIRINGONLY
120
ODOMETER
150996
1 5272024
2688
210
2022 Freightliner
P1120794
2022
FRGHT
CASCADIA
3AKJHTFM3NDNH3468
FAIRINGONLY
20
ODOMETER
191238
4/112024
2806
210
2023 Freightliner
P1180866
2023
FRGHT
CASCADIA
3AKJHTFM4PSNW7374
FAIRING ONLY
20
ODOMETER
80012
5242024
2844
210
2024 Freightliner
P1196700
2024
FRGHT
ICASCADIA
3AKJHTFM3RDUZ3128
FAIRINGONLY
20
ODOMETER
79344
5272024
3095
210
2012 Phelps Tipping
2012
PHELPS
L39FBS63
12-3736-D-01
LFTIPPER
23
HOUR
560
5/132024
3273
210
1967 Allis Chalmers
1967
AI1CH
ACC30LPS
AMD101653
FORKLIFT
29
3328
210
2017 Toyota Forklift
2017
TOYOT
BFGU25
82883
FORKLIFT
29
HOUR
1922
4/302024
336
210
2000 Kenworth T800B
P902977
2000
KNWRT
T-880
1NKDLU9XBYR835835
WETKIT/FAIR
20
ODOMETER
313006
4232024
3460
210
2009 VoW L15OF
2009
VOLVO
L15OF
L150FV14527
LOADING
22
HOUR
22348
422024
3720
1210
2015 Dodge 3500
136621F
2015
DODGE
3500
3C7WRSAL5FG545753
SRVTRK
24
ODOMETER
1255100
5272024
4000
1210
2021 Dodge 1500
3246504B
2021
DODGE
1500
3C6JR6DG3MG692879
STD PICKUP
124
ODOMETER
56900
5272024
T1210
210
2006 Titan Tipper
584674ST
2006
TITAN
TIP48F2AXL
2K9TP1L246H035373
TIPP
121
DAYS
0
4/82024
T1860
210
2009 Titan Tipper
586608ST
2009
TITAN
TIP48F2A%L
2TVTP1 L2990000005
TIPP
121
DAYS
0
4/82024
T1922
210
2007 Titan Tipper
360143ST
2007
TITAN
TIP48F2A)(L
2TVIP1 L2270000294
TIPP
21
DAYS
0
4/82024
T2446
210
2006 Titan Tipper
445906ST
2006
TITAN
TIP48F2AXL
2TVTP1 L2960000565
TIPP
21
DAYS
0
3/152021
T2463
210
2006 Titan Tipper
445957ST
2006
TITAN
TIP48F2AXL
2TVIP1 L2960000582
TIPP
21
DAYS
0
3/152024
T3342
210
2015 Titan Tipper
540427ST
2015
TITAN
TIP48F2AXL
2TVFP4827FD000493
TIPP
21
DAYS
0
3/182024
T3423
210
2015 Titan Tipper
554316St
2015
TITAN
TIP48F2A%L
2TVFP4821FD000781
TIPP
21
DAYS
0
4/32024
T3602
210
2016 Titan Tipper
575077ST
12016
TITAN
TIP48F2AXL
2TVIP4828GD000536
TIPP
21
DAYS
0
4/162024
T4041
210
2019 Titan Tipper
694378ST
2019
TITAN
TIP48F2A%L
2TVFP4826KD000706
TIPP
21
IDAYS
0
4/32024
T4312
210
2009 Wabash Van
711578ST
2009
WABSH
VAN53F2A
1JJV532W59L317866
VAN
21
DAYS
0
3/142024
T4313
210
2009 Wabash Van
711577ST
2009
WABSH
VAN53F2A
1JJV532W69L318203
VAN
21
DAYS
0
4182024
T867
210
2004 Titan Tipper
238642ST
2004
TITAN
TIP48F2AXL
2K9TIF1 L284HO35020
ITIPP
21
DAYS
0
4/162024
T994
210
2005 Titan Tipper
261936ST
2005
TITAN
TIP48F2AXL
2K9TIF1L285H035049
TIPP
21
DAYS
0
4/162021
REPORTTOTALS:
TOTAL NUMBER OF UNITS:
31
TOTAL RPTONLYUNITS:
0
TOTAL Sc.UNITS:
0
Financial Strength: The Foundation for Our Commitment Full financial results are available on
Revenue in 2022 was $19.7 billion, and WM has an asset base of $31.4 our website at investors.wm.com.
billion. The company generates strong and consistent cash flow and has
access to an extensive line of credit.
WM's financial strength is the foundation for our commitment to serve our customers, perform our obligations, and
protect the environment in carrying out our broad services.
WM has achieved solid investment -grade credit ratings from three major rating agencies. Most recently, the company
has been assigned ratings of A-/A-2 by Standard & Poor's, BBB+ by Fitch, and Baal by Moody's. The ratings are based
on expectations that management will maintain good liquidity, pursue a moderate financial policy, and allocate capital
in a disciplined manner. The credit outlook from each agency for WM is characterized as stable.
WM's financial strength, as summarized above, gives Fayetteville assurance that we can and will fulfill our obligations.
• WM is committed and financially able to perform all operations in full compliance with applicable federal, state,
and local regulations and to provide clear documentation of that compliance.
WM offers the most extensive network providing waste management services in North America, including
transportation, disposal, treatment, recovery, remediation, waste identification, and several other specialty
services. This network enables us to provide a single source of responsibility, from transportation through
disposal of waste.
• Typically, new capital requirements are internally financed by WM using cash flow from existing operations -
freeing our equipment and facility investments from the timelines and terms of third -party creditors.
WM's financial strength helps us to continually advance services for all of the customers we serve, including
Fayetteville, and we are committed to maintaining that strength.
As a wholly -owned, indirect subsidiary of Waste Management, Inc., Waste Management of Arkansas, Inc. (WM) does
not report financial results. All financial reporting occurs through our parent entity. As a publicly traded company, WM
is held to the most stringent regulations for accurate and timely financial disclosure. Please see the following pages for
the last two years of financial statements (2021-2022).
b. A copy of most recent certified financial statement of Proposer, (or its parent corporation if individual
subsidiary or division financial statements are not prepared and/or available) certified by a certified public
accountant (CPA) firm.
kCYO1C1'O1VlQWUr1_%DIRT MCIS11 WPUBLICACCOUNLING PRIM
lu (he hoard of D-1— cad Inc
Opialuu un lakrmd Cuul-I over l•iuungiul kepartiug
We Lt ..,hu d N'wlc Yhwiaert[m. Iac.-s mlemal c-1.1 over n¢.mcml repu¢me es of l)—ber 11. 2022, fumed w
cr:lena awbluMd at Iruemal Ca I-Imegmled Ftuarewurk Issued by the C—,Itee of Sporyunag Orgaataaltt[m ofthe
Treadway ('.no isston 12W.; frantcwmt) (the CONO amcna). Ir our rgtirion. Write Nimagancnt, Inc. (ncc Cnmpary)
ntainminc: n all maunal r:�spxls, otYcctivc internal control ova linanciel rgtoning ea of D:.ccmhtt 31, 2n?2, hagcd nn
the C'DS(1 ❑ ire[ ia.
ue :dso hate vudiW' in accordance wilb the stamlards of the R[blic C'oaquwty Acmottirrg Orrrsigbl Bori� ((rnikd
SUesl (PCAOIf_I, the 2011 cu lidai'd ftn[nct.c stulent-6 of the Cumpunr, ued our put caled Iebm:uy i. 2023
expressed an wquakfxd uI=m Ifl.•—
Basis for Opiauaa
Tbc C'nmpary's managamcatt is ratzmtuiblc fm msnlaining eftetivc inle nal cortrnl ova financial [cpnrunp and for its
as+e_=1 ofthe ct£ccateness of tmemil uunlrul over tmt¢uul rep IRI; tododad m the accumprayr¢g Anul6cuacm's
Rcpurt on tnuental Control Over Ftnwcual Repun:ng. Our respumibdtty is to expr— an opinion on the Company's mlemsl
wnnnl over Branca: rgton:ng Lxtscd on nur ai+dit. We we a public occownng fnm rcgim mi with the RC:AOR and arc
rcqutrod to to indgwna ,rt undi r qt a to the C:omltany in aecordat[w with the 11 4. Fetal secstica 'a and tb:
appllnhle mlca and togular ons ortM Sacutlrix and F chaago Cnmmicaion and the PC'AOW
Ulecondr[ctnl out ratdiliu accordance%ilk the shva W&ofIhePCAOB. I hale srndands require that an pro r 1lavham
the audil lu ubluin mtuamuble.usutunce ubum whclher ellwt,ic wuetnal mtrinl urer fiaaacinl rcpauu�. wao nwinh+iucJ
in all m0-1 mspeda.
Chu ambI included abunutg an unde handing ofulental control over fmancud renatiing. assessit4 the nakthet a mmerial
wcaknem eaisls, leering and c.ahanng d[c dcsgn andopaming ctkctivatacs of nlcnaal control based on the asscascd
risk; and perinrmmg such olba er .dnoa as svc cnnsidorwi ncwssary in the eitnnnuancus. \4'o hdimo that — —it
I- dca a maannahlo bade fnr our opninn.
Bcfbr111ua nod Limilalimrr of luternal Conn-1 Over 1•ivanciul kepm-tiug
A Bump my's intemu, cunllul urer Glatu nd repurling i, a ptucras Jr.uaue W provide reu waublc ns>rruau• rcEt¢Ji au the
rcliahitiq of financial icpwine and th+pnganratitw of firi.—I aaWmana fnr oskwwl lmgmaca is axa&-cc with
gehetNly accepted accoutdiug Lxnciyle,. A cauprny's internal eomnl user fmauc tl reponu:g irrlude, [hoar n: 61
Matxah— that (It -I.. Iu Ike tniunlemuux of rcuutb dual, an teu wuable detail, [w�curutelr and fruh, [,heel the
xtim,vad dislws:hua. of the aseela of the urulutay: (2) provide rein bte wunlnt'e WI tra¢Yn.11aal :ere reuadcd
u ¢acss:ay It, pemW ptel)m lm of fmmcul elmeme¢la m acu rdnme with anwmlh :wcepled acwtactrce m_ w-.plea.
and that rcccipla and ctpmdiltue. ut the ccanpuny on, being made only an accordance wuh at[thorvtnons of mun:tg—A
and dIT-teas of the enm:wny; and 11I emvide reasonable wsnatta. regarding pa-.•cnbon m limey dmxtirn of
lmanlb0l'V.a! aL1g-4 Mt, nee; n! dlx:[navinn nl'thc company': ass t, than could h— -material Meet no the i nancial
w tmenla.
Be:uuae u[ib iilteteW litttinuiury iutrrualuumnrl utrr fu:ancn•1 rcpwt:ni;may rut preset[ ur Jele:t ruu taleu.euts. Al—
pruleauune of wy evalu.uwn of clfectitenraa W fu Iwe �aiuJs ore subject W Ike ri k [But .u¢Wls m:n bec�®e inuJalutac
becau: of changes m cumin m , m dxl the delxee of compliwce mlh the pubctea m ptcredurea -y Jelenuralc.
sr R.R\ST & YOI)XCr UP
Houston, Tetras
Fcb[w_y 7, :M-3
WASTE MANAGEMENT, INC.
CONSOLIDATED BALANCE SHEETS
(In Millions, Except Share and Par Value Amounts)
December 31,
2022
2021
ASSETS
Current assets:
Cash and cash equivalents ........................................................
$ 351
$ 118
Accounts receivable, net of allowance for doubtful accounts of $26 and $25, respectively ....
2,461
2,278
Other receivables, net of allowance for doubtful accounts of $7 and $8, respectively ........
291
268
Parts and supplies...............................................................
164
135
Other assets....................................................................
284
270
Total current assets.............................................................
3,551
3,069
Property and equipment, net of accumulated depreciation and depletion of $21,627 and
$20,537,respectively............................................................
15,719
14,419
Goodwill.......................................................................
9,323
9,028
Other intangible assets, net .........................................................
827
898
Restricted funds..................................................................
348
348
Investments in unconsolidated entities ...............................................
578
432
Other assets.....................................................................
1,021
903
Total assets..................................................................
$ 31,367
$ 29,097
LIABILITIES AND EQUITY
Current liabilities:
Accounts payable...............................................................
$ 1,766
$ 1,375
Accrued liabilities...............................................................
1,625
1,428
Deferred revenues...............................................................
589
571
Current portion of long-term debt ..................................................
414
708
Total current liabilities..........................................................
4,394
4,082
Long-term debt, less current portion .................................................
14,570
12,697
Deferred income taxes............................................................
1,733
1,694
Landfill and environmental remediation liabilities ......................................
2,700
2,373
Other liabilities..................................................................
1,106
1,125
Total liabilities................................................................
24,503
21,971
Commitments and contingencies (Note 10)
Equity:
Waste Management, Inc. stockholders' equity:
Common stock, $0.01 par value; 1,500,000,000 shares authorized;
630,282,461 shares issued .......................................................
6
6
Additional paid -in capital.........................................................
5,314
5,169
Retained earnings...............................................................
13,167
12,004
Accumulated other comprehensive income (loss) .....................................
(69)
17
Treasury stock at cost, 222,396,166 and 214,158,636 shares, respectively .................
1( 1,569)
(10,072)
Total Waste Management, Inc. stockholders' equity. . .... ......... .........
6,849
7,124
Noncontrolling interests ...........................................................
15
2
Total equity ...................................................................
6,864
7,126
Total liabilities and equity .......................................................
$ 31,367
$ 29,097
See Notes to Consolidated Financial Statements.
72
WASTE MANAGEMENT, INC.
CONSOLIDATED STATEMENTS OF OPERATIONS
(In Millions, Except per Share Amounts)
Operating revenues ..................................................... .
Costs and expenses:
Operating............................................................
Selling, general and administrative ........................................
Depreciation, depletion and amortization .................................. .
Restructuring.........................................................
(Gain) loss from divestitures, asset impairments and unusual items, net......... .
Income from operations ..................................................
Other income (expense):
Interest expense, net ....................................................
Loss on early extinguishment of debt, net ..................................
Equity in net losses of unconsolidated entities .............................. .
Other, net............................................................
Income before income taxes ...............................................
Income tan expense ......................................................
Consolidated net income ..................................................
Less: Net income (loss) attributable to noncontrolling interests .................
Net income attributable to Waste Management, Inc. . . . ........................
Basic earnings per common share ..........................................
Diluted earnings per common share .........................................
Year Ended December 31,
'7 17,07o a 1/,701 .D 1J,Llo
12,294
11,111
9,341
1,938
1,864
1,728
2,038
1,999
1,671
1
8
9
62
(16)
35
16,333
14,966
12,784
3,365
2,965
2,434
(378)
(365)
(425)
-
(220)
(53)
(67)
(36)
(68)
(2)
5
5
(447)
(616)
(541)
2,918
2,349
1,893
678
532
397
2,240
1,817
1,496
2
1
$ 2,238
$ 1,816
$ 1,496
$ 5,42
$ 4.32
$ 3.54
$ 5.39
$ 4.29
$ 3.52
CONSOLIDATED STATEMENTS OF COMPREIIENSIVE INCOME
(In Millions)
Consolidated net income ..................................................
Other comprehensive income (loss), net of tax:
Derivative instruments, net ............................................. .
Available -for -sale securities, net ..........................................
Foreign currency translation adjustments ...................................
Post -retirement benefit obligations, net ................................... .
Other comprehensive income (loss), net of tax ............................... .
Comprehensive income ...................................................
Less: Comprehensive income (loss) attributable to noncontrolling interests...... .
Comprehensive income attributable to Waste Management, Inc ..................
See Notes to Consolidated Financial Statements.
73
Year Ended December 31,
2022 2021 2020
$ 2,240 $ 1,817 $ 1,496
3
9
15
(24)
(6)
11
(65)
(28)
20
3
1
(86)
(22)
47
2,154
1,795
1,543
2
1
-
$ 2,152
$ 1,794 $
1,543
c. Evidence, in form and substance satisfactory to the City of Fayetteville, that Proposer (or Proposer's
subsidiary or affiliate) has been in business at least five (5) years and possesses not less than three (3)
years actual operating experience in solid waste transport and/or disposal handling no less than 50,000
tons per year.
WM has provided Waste Disposal and Hauling services to the City of Fayetteville since 2009. For each full calendar year
of those services, WM managed the hauling and disposal of over 50,000 tons per year at WM operated landfills.
City of Fayetteville
Account History - Tons Received at Eco Vista
Year
Annual Tons
2009
12793.29
2010
50728.74
2011
54668.1
2012
58910.91
2013
62252.11
2014
60837.31
2015
72826.39
2016
76166.64
2017
76052.36
2018
79453.49
2019
82447.59
2020
81101.1
2021
77137.28
2022
77676.64
2023
46013.73
d. Name and location of landfill or disposal site, including evidence, in form and substance satisfactory to
the City of Fayetteville, that the landfill or disposal site shall have a life in excess of the Contract length
and that proposed disposal site meets the requirements of EPA subtitle D, when applicable, and
documentation from disposal site owner that any further district state, and federal requirements will be
met through the duration of the Contract. If disposal site other than a landfill is proposed, a copy of
disposal site's permit for operation shall be included with Proposal.
Eco Vista Landfill
Eco Vista Landfill is a permitted municipal solid waste landfill that opened in
1981. The facility is permitted by the Tennessee Department of Environment
and Conservation. The facility currently accepts Asbestos-Friable/Non-Friable,
Auto Shredder Fluff, Biosolids, Construction & Demolition Debris, Municipal
Solid Waste, Sludges, Soils, Yard/Green Waste.
Permits
• Air Permit: 1884-AOP-R6
• Compost Permit: 0013-SCYW
• NPDES Permit: ARG160045, ARR000231
• Solid Waste Permit Class 1: 290-S1-R3
• Solid Waste Permit Class 4: 290-S4-R1
Eco Vista Landfill
2210 Waste Management Drive
Springdale AR 72762
Hours: 6:00 a.m.to 5:00 p.m. Monday -Friday;
Closed Saturday and Sunday
Observed Holidays:
New Years Day, Thanksgiving Day, Christmas Day
Acceptable waste can be brought via walking floor trailers, tippers, dump trucks. Frameless trucks are not permitted.
Offloading assistance is not provided. This location does not accept hazardous waste.
Eco Vista has an estimated landfill capacity of 12 years of airspace remaining.
e. A copy of the (a)Proposer's Environmental Policy Statement as well as any
(b) records of past environmental issues.
PURPOSE
To communicate Management objectives for commitment to human health and the environment. All
Waste Management owned, operated or controlled operations share responsibility to further the goals
of this policy.
POLIiY
Waste Management is committed to protecting human health and the environment. This commitment
is a keystone of all that we do, reflected in the services we provide to customers, the design,
operation and long-term maintenance of our facilities, the conditions under which employees work,
the implementation of our sustainability initiatives, and our interactions with the communities where
we live and do business. We will be responsible stewards of the environment, leaders in
sustainability, and will protect the health and well-being of our employees and neighbors. We will
work to provide and to create public awareness of the importance of environmental stewardship.
The following principles are applicable to Company operations worldwide:
• Protection: Conduct all operations in a manner that protects the environment and Waste
Management employees, neighbors, and customers. Proactively work to implement procedures
and programs that actively audit compliance, identify and manage risks to prevent pollution,
reduce emissions and releases, and prevent or reduce other possible adverse consequences
from our operations.
• Compliance: Comply with all environmental laws and regulations and proactively implement
programs and procedures to ensure compliance and promote environmental responsibility.
• Sustainability: Practice and promote sustainability through the conservation of nature and the
earth's energy resources and the reuse and recycling of materials that otherwise are wasted.
• Communication: All Waste Management employees are responsible for helping the Company
identify potential threats to human health and the environment from our operations and remedy
possible non-compliance with environmental laws and regulations. Suspicion of violations of law
or Waste Management's Core Values of Ethical Conduct and Practices shall be communicated in
accordance with the Company's Business Ethics and Compliance and Environmental Reporting
and Incident Notification Policy.
• Disclosure: Waste Management will provide annual updates on its environmental goals and key
indicators and will provide a comprehensive GRI-based sustainability report every two years.
• Engagement: Waste Management will seek opportunities to engage with stakeholders on
environmental, social and governance issues, and will report on the groups with which we
engage.
The Company has developed processes, procedures and tools for use in achieving its high
standards for environmental performance and compliance. They collectively form the Waste
Management Environmental Management System (WM EMS). The Company's operations, across
all lines of business, are responsible for implementation and adherence to the WM EMS at each
operating location. This applies to all business endeavors in which Waste Management has a fifty -
percent or more ownership.
W
© 2019 WM Intellectual Property Holdings, LLC. wAST9 M^ft^"M9WT
PURPOSE
To communicate Management objectives for commitment to human health and the environment. All
Waste Management owned, operated or controlled operations share responsibility to further the goals
of this policy.
POLICY
Waste Management is committed to protecting human health and the environment. This commitment
is a keystone of all that we do, reflected in the services we provide to customers, the design,
operation and long-term maintenance of our facilities, the conditions under which employees work,
the implementation of our sustainability initiatives, and our interactions with the communities where
we live and do business. We will be responsible stewards of the environment, leaders in
sustainability, and will protect the health and well-being of our employees and neighbors. We will
work to provide and to create public awareness of the importance of environmental stewardship.
The following principles are applicable to Company operations worldwide:
• Protection: Conduct all operations in a manner that protects the environment and 'Waste
Management employees, neighbors, and customers. Proactively work to implement procedures
and programs that actively audit compliance, identify and manage risks to prevent pollution,
reduce emissions and releases, and prevent or reduce other possible adverse consequences
from our operations.
• Compliance: Comply with all environmental laws and regulations and proactively implement
programs and procedures to ensure compliance and promote environmental responsibility.
• Sustainability: Practice and promote sustainability through the conservation of nature and the
earth's energy resources and the reuse and recycling of materials that otherwise are wasted.
• Communication: All Waste Management employees are responsible for helping the Company
identify potential threats to human health and the environment from our operations and remedy
possible non-compliance with environmental laws and regulations. Suspicion of violations of law
or Waste Management's Core Values of Ethical Conduct and Practices shall be communicated in
accordance with the Company's Business Ethics and Compliance and Environmental Reporting
and Incident Notification Policy.
• Disclosure: Waste Management will provide annual updates on its environmental goals and key
indicators and will provide a comprehensive GRI-based sustainability report every two years.
• Engagement: Waste Management will seek opportunities to engage with stakeholders on
environmental, social and governance issues, and will report on the groups with which we
engage.
The Company has developed processes, procedures and tools for use in achieving its high
standards for environmental performance and compliance. They collectively form the Waste
Management Environmental Management System (WM EMS). The Company's operations, across
all lines of business, are responsible for implementation and adherence to the WM EMS at each
operating location. This applies to all business endeavors in which Waste Management has a fifty -
percent or more ownership-
© 2019 WM Intellectual Property Holdings, LLC.
WAf TL MA/rAG[MI Mi
Waste Management's management will regularly monitor operations and make recommendations to
the Board of Directors on programs to continuously improve the environmental performance of the
Company. Environmental goals and objectives will be established, reviewed, and approved dunng
management review. The Waste Management Board of Directors and executive management will
regularly monitor the environmental performance to ensure adherence to the principles of this policy
across the Company.
APPROVAL REQUIREMENTS
WA
POLICY OWNEWCONTACT
The policy owner is the Director, Environmental Protection and Compliance. Questions regarding
this policy should be directed to the Policy Owner.
VARIANCE APPROVALS
Policy variances must be obtained from the Policy Owner. Variances must be requested using the
Variance Approval Form.
(b) Record of Past Environmental Issues
3/22/2024 - Notice of Non -Compliance
Findings of Non -Compliance
On February 21, 2024, the DEQ Office of Water Quality conducted an inspection of the above referenced
facility in response to two complaints and documented the following non-compliance:
1. DEQ observed off -site sediment tracking from the facility has resulted in sediment accumulation
on the sides of Arbor Acres Avenue. Sweeper activities conducted by the facility to clear the road
of sediment tracked off -site from the facility has caused the accumulation of sediment.
Corrective Actions to Address Non -Compliance
1. Immediately cease all off -site tracking from the facility onto Arbor Acres Avenue or other
adjacent roadways.
2. Immediately remove all accumulated sediment from the sides of Arbor Acres Avenue that has
resulted from off -site tracking from the facility.
f. A letter from a corporate surety satisfactory to the City stating that the Performance Bond(s) will be
furnished by it to the person submitting the proposal in the event it is the successful proposer. Such letter
is to be signed by an authorized representative of the surety together with a certified and effectively dated
copy of the power of attorney attached thereto. The Contractor responsible for the transportation and
disposal of solid waste received at the Fayetteville Transfer Station will be required to furnish a corporate
surety bond as security for the performance of the Contract. This surety bond shall be in the amount of
one hundred percent (100%) of the total negotiated price approved by Fayetteville City Council for the
first year of the contract. Contractor will have ten (10) business days from Contract approval by
Fayetteville City Council to provide the bond. A one hundred (100%) surety bond will be required annually
with contract renewal at the estimated tonnage of the 80,000 tons. The premium for the bond(s)
described above shall be paid by the Contractor. A certificate from the surety showing that the bond
premium(s) is/are paid in full shall accompany the bond. The surety on the bond shall be from corporate
surety company duly authorized to do business in the State of Arkansas. Bonds must be written by an "A"
rated bonding company.
June 6.2024
CITY OF FAYETTEVILLE, ARKANSAS
113 West Mountain Street. Room 306
Fayetteville. AR 72701
Principal: ECO VISTA, LLC
Bid Date: June 6 2024
Description. RFP 24-09: Waste Transfer and Disposal Services
Dear Sir/Madam:
We, BERKLEY INSURANCE COMPANY hereby agree that in the event an award is
Made to ECO VISTA, LLC on the project as captioned and a mutually acceptable contract
is signed, we will execute the necessary Performance andlor Payment Bonds that may be
required.
Sincerely,
BERKLEY INSURANCE COMPANY
I
Andrea M. Penaloza
Attcmey-in-Fact
No. B1-7870m-ell
POWER OF ATTORNEY
BERKLEY INSURANCE COMPANY
WILMINGTON. DELAWARE
KNOW ALL MEN BY THESE PRESENT'S. that BERKLEY INSURANCE COMPANY (the "Company"). a corporation duly
organized and existing under the laws of the State of Delaware. having its principal office in Greenwich. CT, has made, constituted
and appointed. and does by these presents make, constitute and appoint: Lope Tj4rn Lisa A. Ward; Alexander Dam Terri L
Morrison; Misty' WriShl; Andrea ,V Peutdozo; Gina A. RodriAwez; or Amanda George of AON Risk Senores Southwest, Inc.
of Houston. TX its true and lawful Auomey-in-Fact, to sign its name as surety only as delineated below and to execute, seal.
acknowledge and deliver any and all bonds and undertakings, with the exception of Financial Guaranty Insurance, providing that
nu single obligation shall exceed Fifty Million avd 001100 U.S. Dollars (U.S.SS0,000,000.00] to the same extent as if such bonds
had been duly cxectued and acknowledged by the regularly elected officers of the Company at its principal office in their own
proper persons.
This Power of Attorney shall be construed and enforced in accordance with, and governed ►t), the laws of the State of Delaware.
without giving effect to the principles of conflicts of laws thereof. This Power of Auomey is granted pursuant to the following
resolutions which were duly and validly adopted at a meeting of the Board of Directory of the Company held on January 25, 2010_
RESOLVED. that, with respect to the Surety business written by Berkley Surety. the Chairman of the Board. Chief
Executive Officer. President or any Vice President of the Company, in conjunction with the Secretary or any Assistant
Scrretary are herehy authorized to execute power's of attorney authorizing and qualifying the attorney -in -fact named therein
to execute bonds. undertakings, recognizanees or other suretyship obligations on behalf of the Company. and to affix the
corporate seal of the Company to powers of attorney executed pursuant hereto; and said officers may remove any such
anuxney-in-fact and revoke any power of attorney previously granted; and further
RESOLVED. that such power of attorney limits the acts of those named therein to the bonds. undertakings, recogn'aunces,
or other suretyship obligations specifically named therein. and they have no authority to bind the Company except in the
nhanncr and to the extent therein stated: and further
RESOLVED, that such power of attorney revokes all per%ions powers issued on behalf of the attorney -in -fact named: and
further
RESOLVED, that the signature: of any authorized officer and the seal of the Compwly may be affixed by facsimile to any
power of attorney or certification thereof authorizing the execution and delivery of any bond. undertaking. recognizance, or
other suretyship obligation of the Company: and such signature and seal when so used shall have the same force and effect as
though manually affixed. The Company may conunue to use for the purposes herein stated the facsimile signature of any
person or persons who shall have been such officer or officers of the Company, notwithstanding the tact that they may have
ceased to be such at the time when such instruments shall be ixuwd.
C\ V4T71TE55 '%7EREOF. the Company has caused these presents to be signed and attested by its appropriate offtcrts and its
corporate seal hereunto affixed flu+ "a day of %lay , :013—
.t
• %ti , Attest Berkle-; ln;urance Company
B"
14*446&:�
Pbrhp S la'eh Jeffre Nf Malliff
�. all••' Exmuti%r Vice President & Secretaay Senior Vice Preudent
STATE OF CO'%NECTIC i-7 ►
) ss:
COt-N71' OF f AIRFIELD 1
Sworn to before me a Notary Public in the State of Connecticut flits —"'i _ dad• of 'VL1}_ _'0_'a . by Philip S Writ and
kfftey hl Haftet who we sworn to me to be the Executive Vice President and Sixtetxv and the Senior Vice President_
resneetrt-eh of Berkley Insurance Cocumv
MAP it. C RLP436AIC I
I40TAFVY P08M
(X, M:.CT*C.JT
Notan• K-blir state of ConwMettt
WOOMIA"" D"nLZ 04 30 2a:D CERTIFICATE
L ti a uixtet.igued. Assi+taut wzirtmt of BERKLEY INSURANCE COMPANY DO HEREBY C'ERTffYthat the foregomir is a
true. coned and complete copy of the on frnal Power of Attorney. that sad Posner of .knormey has not been revoked of ie-cCwded
xmd that the authority of the Attmiey m-Fact wn forth there= vrbo execiiteJ the bond or underukurg to whxh this Pown of
Anom {`it attached, is to full force and effect as of this date
` Chvetr under tuv hand and seal of the Company. this Gth da..,oi June 2024
9
vownu P Faie
4. PRICING
a. Proposals shall include all-inclusive pricing for the hauling and disposal of all solid waste received at the
Fayetteville Transfer Station at a properly licensed and permitted disposal facility and for the daily
transport of all solid waste received at the Fayetteville Transfer Station. The price and rates proposed shall
remain firm for the first two (2) years of the contract. If there are any price increases/changes during the
remainder of the Contract this information shall be included in the Proposal as well.
• $52.22 T&D* - $14.67 Transport and $38.55 Disposal (23 ton minimum)
• $55.22 T&D* - $16.77 Transport and $38.55 Disposal (20 Ton Minimum)
(*Pricing is subject to 20 or 23 ton minimum and a per load fuel surcharge -See exceptions.)
• $42.00 Disposal Only- this requires a 2-ton minimum.
• $20.00 per cubic yard — Disposal Only of C&D Recycled Materials: Monthly reporting available of
recycled or repurposed materials.
Experience, Competence, and Capacity for Performance:
Information reflecting the names, titles, and qualifications (including experience and technical competence) of the
major personnel assigned to this specific project.
We are honored to present our proposal as the incumbent waste disposal service provider in response to the City of
Fayetteville's request for proposals regarding waste disposal and hauling services. With our extensive experience and
in-depth understanding of the City's waste management needs, we are fully committed to maintaining our strong
collaboration with the City.
Our proposal includes a waste disposal plan customized to meet Fayetteville's specific requirements. We draw upon
our years of service and our in-depth knowledge of the City's Transfer station operations. We leverage WM's Eco
Vista's operational approach to ensure compliance and efficient waste disposal methods.
We are pleased to continue our strategic partnership with Mr. Built Industries (MBI) for waste hauling services. This
collaboration combines MBI's expertise in waste transportation with WM's unwavering commitment to environmental
stewardship, offering a seamless and responsible waste transportation solution from the City of Fayetteville's Transfer
station to the Eco Vista Landfill.
We also take pride in highlighting the Renewable Natural Gas facility at the Eco Vista Landfill, demonstrating our joint
dedication to sustainability and renewable energy initiatives. This facility, converting landfill gases to natural gas, aligns
closely with WM's commitment to environmentally conscious waste management practices. We are eager to further
strengthen our partnership with the City of Fayetteville and continue delivering innovative and sustainable waste
management solutions. We have full confidence that our joint proposal with MBI will support the City's objectives of
achieving efficient and environmentally responsible waste management practices.
Our local City of Fayetteville service team embodies diverse backgrounds, skillsets, and job responsibilities, all
connecting back to you - our customer. We have stood by the City through challenging times, whether stemming from
economic, environmental, or governmental regulations, and we remain committed to providing the same seamless
waste disposal and transportation services to the City in the future.
Your Waste Management City of Fayetteville service team will include:
Operations
• Carl Simmons, Sr. District Manager Post Collections
• Blake Small, District Manager Post Collections
• Jodi Reynolds, Environmental Engineer
• James Vernon, Public Sector Manager
Name: Carl Simmons
Position: Sr District Manager Post Collections
EXPERIENCE
Waste Management
Tunica, MS
Senior District Manager -Post Collections 2016 - Present
■ Oversee All aspects for Five Landfills, two transfer stations, One Recycling facility and provide daily support to
managers within the area, ensuring quality and budget performances in Arkansas, Tennessee, and Mississippi.
Waste Management
Tunica, MS
District Manager II -Post Collections 2011 - 2016
■ Oversee All aspects for three Landfills, One transfer stations, One Recycling facility and Provide daily support to
managers within the area, ensuring quality and budget performances in Arkansas, Tennessee, and Mississippi.
Waste Management
Tunica, MS
District Manager I - Post Collections 2006 - 2011
■ Manage the day-to-day operations for One Landfill, one transfer stations in Tennessee and Mississippi.
Ensafe Engineering
Memphis, TN
Operations Manager 2005 - 2006
■ Manage the day-to-day operations for all environmental remediation projects.
Perma-Fix Environmental Services
Orlando, FL
Director External Services 2003 - 2005
■ Direct oversight of All transportation, Customer Service, Government Services, and Field Services Division for all 12
of Perma-Fix's Industrial divisions.
Perma-Fix Environmental Services
Orlando, FL
General Manager -Southeast 2000 - 2003
■ Direct oversight for Four Hazardous Waste Treatment, Storage, and Disposal Facilities (Memphis, TN, Valdosta, GA,
Orlando, FI, Davie, FL)
Perma-Fix Environmental Services
Memphis, TN
Facility Manager -Memphis 1997 - 2000
■ Manage day to day operations for All aspects of Hazardous Waste Treatment, Storage, and Disposal Facility.
Laidlaw Environmental Services
Greenbrier, TN
Field Chemist 1995 - 1997
■ Lab -pack and Treatment Chemist
EDUCATION AND TRAINING
Bachelors: Environmental Sciences and Chemistry 1995
Delta State University, Cleveland, MS
Name: Blake Small
Position: District Manager Post Collections
High -performing leader with over 15 years of experience delivering successful improvements for business operations,
profitability and team development. Resourceful project manager and compliance specialist with ability to thrive in
fast- paced and changing environments, while sustaining operational accuracy and delivering results for optimal
profitability, asset growth, & shareholder equity.
EXPERIENCE
WASTE MANAGEMENT
Springdale, Arkansas
District Manager 02/2017 to Current
• Created and implemented programs, policies and procedures designed to effectively reduce or eliminate
injuries and hazards in the workplace
• Hired, trained, developed and monitored performance of staff at multiple locations
• Administered day-to-day operations, including accounting and budget management, business
development, performance metrics and customer service
• Monitored business trend forecasts and adjusted budgets and operational plans to maximize
growth and sustainability.
ADVANCED FLUID TECHNOLOGIES INC.
Sherwood, Arkansas
Field Services Superintendent 05/2014 to 02/2017
• Diagnosed equipment malfunctions and completed repairs to restore equipment and maintain uptime
• Collected, entered and analyzed data and created reports based on findings
• Collaborated with staff to maximize customer satisfaction, streamline procedures and improve top
and bottom- line growth.
• Strengthened profit opportunities by developing key customer relationships and managing resources to
meet sales objectives
CANNON LANDFILL, LLC
Pine Bluff, Arkansas
Landfill Manager O1/2013 to 05/2014
• Operated, maintained and performed repairs on heavy equipment
• Cleaned and lubricated equipment on regular schedules to maintain life of machinery and achieve
consistent operations
• Developed ways to control and reduce environmental impacts
• Advised management on most effective ways of waste management and disposal procedures to
avoid environmental contaminations
WASTE MANAGEMENT
Springdale, Arkansas
Landfill Supervisor 10/2007 to 1212012
• Established and enforced clear goals to keep all employees on same level and working collaboratively
• Established and maintained operating schedules to provide effective coverage for key areas and to
achieve customer service objectives
• Conducted regular inspections of facilities to check compliance with fire, hazard and safety guidelines
EDUCATION AND TRAINING
BBA: BUSINESS MANAGEMENT 05/2014
University of Arkansas at Little Rock, Little Rock, AR
Name: Jodi Reynolds
Position: Environmental Engineer
WM (WASTE MANAGEMENT)
Arkansas
Environmental Protection Manager April 2013 - Present
In my current position, I am responsible for environmental compliance at all WM within the State of Arkansas by
communicating requirements to each site and aiding with compliance implementation. Coordinates across local,
market area and corporate management utilizing environmental compliance planning software to design and track
compliance tasks and designing creative hands-on training with each site. Prepares air compliance reporting and
senior review of air permitting across portfolio of Arkansas sites. Developed and manages electronic
environmental compliance file system that could be accessed corporate -wide. Develops environmental training
materials, manuals and procedures for each site in Arkansas. Provides environmental compliance oversight
Renewable Natural Gas Plant. Works with materials recycling facilities and sustainability offices to educate
employees and the public on sustainability opportunities. Works with local government entities and regulatory
authorities to stay on top of ever -changing environmental regulations and prove WM as a leader in environmental
compliance.
TERRACON CONSULTANTS, INC
Natural Resource Section Manager May 2004 - March 2013
As a section leader at Terracon, I had the opportunity to be a start to finish regulatory compliance partner for
clients by offering responsive and customized regulatory compliance consulting services. My section worked with
businesses of all sizes, from grassroots non -profits to Fortune 500 companies, to provide environmental site
assessments, wetland delineations (mitigation, when needed), endangered species surveys, cultural resource
survey coordination, air permitting and reporting, airport hazard assessments, asbestos surveys, risk assessments,
NPDES permitting, stormwater management plans/pollution prevention plans and training programs, spill
prevention, control and countermeasures plans and training programs, waste assessments and other services as
needed. During my time at Terracon, I helped develop a recordkeeping system for waste services companies and
implemented the system at numerous landfills across the U.S.
ARKANSAS HIGHWAY AND TRANSPORTATION DEPARTMENT
Arkansas
Environmental Specialist June 2002 - February 2004
During my time with the AHTD, I was responsible to assist in the development and implementation of a statewide
stormwater management program related to highway planning, design, construction activities, maintenance
activities, and Department facilities throughout the State of Arkansas. Responsibilities also included site
assessments at each of the 75 county facilities, and development of stormwater pollution prevention plans/spill
prevention countermeasures and control plans for each facility, including site -specific training.
TERRACON CONSULTANTS, INC
Environmental Specialist August 1998 - June 2002
1 began my career in environmental regulatory compliance as a groundwater, stormwater and air sampling technician
with Genesis Environmental Consulting. Other responsibilities included: Phase 1/11 Environmental Site Assessments,
asbestos/lead-based paint sampling, stormwater inspections, wetland delineations, air permit preparation and reporting.
EDUCATION AND TRAINING
Bachelor of Science in Biology/Chemistry
Henderson State University, Arkadelphia, AR 1994 - 1998
Name: James Vernon
Position: Public Sector Manager
Jamie will oversee the efforts of WM's team to verify that obligations, such as reporting, service verification, and
customer outreach, are delivered per the contract, law, and company policy. He maintains knowledge about legislation,
regulations, and local ordinances regarding WM's delivery of services.
Jamie will oversee all aspects of this agreement and will work collaboratively with your staff to design and implement
new services and programs in accordance with contractual requirements, changes in law, and your direction.
Jamie has years of experience working with municipal and state governments across the county dealing disasters,
communication issues, and public contracting. Jamie is a willing team member and will be there to assist the with any
and all issues related to the waste hauling contract.
WM (WASTE MANAGEMENT)
Springdale AR
Public Sector Manager February 2022 to current
AG Witt LLC
Arkansas
Project Manager 2019 to 2022
• Oversee application process determining eligibility for FEMA public assistance for Municipal and State
Governments
• Project Management: Provide oversight, guidance, and development of project worksheets for clients to ensure
the correct documentation of projects is provided to FEMA.
• Facilitated procurement processes to secure contracts for disaster recovery relief services and/or federal grants
management.
Witt Global Partners
Arkansas
Governmental Affairs Manager 2015 to 2022
• Oversee application process determining eligibility for FEMA public assistance programs. Worked under Arkansas
Game & Fish Commission and Arkansas Highway Department.
Arkansas Homefurnishings Association
Arkansas
Governmental Affairs Manager 2011 to 2015
• Monitored and Developed legislation on behalf of the home furnishings industry in Arkansas
• Developed relationships with local lawmakers and stakeholders to further the understanding of the issues facing the
furniture industry in Arkansas
FEDERAL EMERGENCY MANAGEMENT AGENCY (FEMA)
Arkansas
Public Assistance Project Specialist 2011 to 2011
Oversee application process determining eligibility for FEMA public assistance programs. Worked under Arkansas
Game & Fish Commission and Arkansas Highway Department.
Performed cost analysis of site damage and documented in -progress projects through project worksheets.
Determined disaster public assistance eligibility for multiple agencies in Arkansas.
Witt Global Partners, LLC
Little Rock, AR
Associate Intern 2010 to 2011
Served as business development consultant. Researched potential business opportunities in hazard mitigation and
emergency planning. Collaborated with office staff to develop project proposals and develop updating hazard
mitigation plans.
• Assisted in the development of project proposals for Fort Bend County, Texas Hazard Mitigation Update, Plaquemines
Parish, and Los Angeles Emergency Operations Plan Update.
• Managed client accounts, including recording billing, monitoring legislative activities, and updating clients, lobbying
on behalf of clients to local legislators.
Ross Rogers Equipment Company
Scranton, AR
Service Associate 2006 to 2010
Assisted customers by assembling and servicing hay and forage equipment. Managed website sales information,
including assuring real-time accuracy of available equipment. Ordered applicable parts. Designed and updated sales
advertisements.
EDUCATION AND TRAINING
Bachelor of Science/Emergency Management & Administration
Arkansas Tech University, Russellville AR 2010
MBI Resumes
James Lanenga, AVP, Mr. Builts Inc.
Cell: 708-906-6192
E-mail: jslanenga@att.net or james.lanenga@mrbults.com
Work Experience
Summers of 1996 and 1997, Shop aid - National Waste
Summer of 1998, Survey and Development - SDI Consultants (V-Three)
Summer of 1999, Roll off Dispatch and Customer Service - Illinois Recycling Service (BFI at the time)
2000, Customer Service Representative - B.F.I. Melrose Park, IL
2001, Customer Service Representative - American Disposal, Springfield, MO (Allied Waste)
August 2002-April 2003, Outside Sales - American Disposal, Springfield, MO (Allied Waste)
April 2003-September 2003, Inside Sales - American Disposal, Springfield, MO (Allied Waste)
September 2003-October 2004, Route Driver - American Disposal, Reeds Spring, MO (Allied Waste)
November 2004-October 2007, Swing Driver -American Disposal, Reeds Spring, MO (Allied Waste)
October 2007-July 2010, Field Superintendent - Cambridge Construction
July 2010-November 2011, Operations Supervisor-- Republic Services
November 2011-January 2013, Operations Manager - Republic Services
January 2013 - October 2014, Central Region One Fleet Change Agent - Republic Services
October 2014 - June 2016, Operations Manager - Republic Services
June 2016- Current, AVID of Mr. Bults Inc.
Larry Wass, Terminal Manager, Mr. Builts Inc
1348 Cato Springs Rd
Fayetteville, AR 72701
479-435-8714 1 Iwass(obmrbults.com
Experienced in daily and weekly transportation activities ensuring successful and seamless operations.
Experience
July 2015- present
Terminal Manager • Mr. Bult's
August 2011- July 2015
Owner/Operator • Wass Express
January 2000- August 2011
Driver/Mechanic • Mr. Bult's
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.
Entities with Previous Work History with WM and MDI:
Boston Mountain Solid Waste District: Contact: Robyn Reed: 479-846-4617
City of Dardanelle: Contact Mayor Jimmy Witt: 479-229-1022
City of Siloam Springs: Steve Gorszyzch: 479-228-4888
Carol County Solid Waste District: George Boatright: 479-253-2727
Marck Recycle and Waste: Wes Dougherty: 479-831-8940
Additional Performance Recommendations can be provided as requested.
Additional Forms:
June 6, 2024
WM's proposal in response to the City's RFP is conditioned on the following exceptions:
1. These exceptions are part of WM's bid proposal package and are intended to become part of the final
negotiated contract between the parties and/or these exceptions should be included in the services
agreement and contract documents (hereinafter the "Contract") referenced in Section 25 of the General
Terms and Conditions (hereinafter the "Terms") on page 9 of the RFP.
WM takes exception to certain language in Section 12 of the Terms on page 6 of the RFP that states the
bidder agrees to make the proposed prices for this RFP available to all government entities. WM objects
to this stipulation and requires individual governmental entities to bid separately for disposal services
because service routes and equipment may be unique.
WM wishes to clarify certain language in Section 14(a) of Terms on page 7 of the RFP concerning the
right to audit WM's records. WM will maintain accurate records whereby the City may inspect any
books, records and/or accounts, which shall be limited to information concerning WM's bonds,
insurance, services provided, and rates charged perthe final contract. Beyond that, WM takes exception.
The City shall not have the right to audit WM's records or books to determine profits or general
administrative and overhead expenses. Additionally, WM requires prior reasonable written notice to
audit such records at WM's corporate headquarters in Houston, TX.
WM agrees to defend and indemnify the City against damages, claims, costs, and lawsuits to the extent
arising out of WM's negligent acts or omissions and willful misconduct or its violation of any applicable
law. WM takes exception to the indemnification language in Section 15 of the Terms on page 7 of the
RFP, which is overbroad and would make WM responsible for potential claims or damages it did not
cause. WM reserves the right to negotiate mutually agreeable language regarding its indemnification
obligations.
WM has sufficient insurance to meet the City's insurance policy limit requirements in Section 18 of the
Terms on page 7 of the RFP; however, WM takes exception certain language in Section 18 regarding the
City's additional insured status on grounds that additional insured status is not allowed on WM's
workers' compensation nor its employer's liability policies.
WM takes exception to the language in Section 20(a) of the Terms on page 8 of the RFP that allows the
City to terminate the Contract without cause on 30 days' notice. WM is committing equipment and labor
to provide its services and cannot agree to a termination without cause provision. Furthermore, WM
requires the right to cure any alleged failures or deficiencies within 30 days after receipt of notice from
the City before the City can terminate the Contract for cause. WM takes exception to the language that
allows the City to immediately terminate the Contract for cause without a right for WM to cure.
7. WM objects to the language in Section 20(b) of the Terms on page 8 of the RFP pertaining to the City's
right to immediately cancel the Contract in the event of an alleged breach of contract. WM requires the
right to cure any alleged failures, deficiencies or breaches within 30 days after receipt of notice from the
City before the City can terminate the Contract for cause. WM takes exception to the language that
allows the City to immediately terminate the Contract for cause without a right for WM to cure.
Regarding the language in Section 20(c) of the Terms on page 8 of the RFP pertaining to the City's right
to cancel the Contact and obtain services from another source, WM requires that if its services are not
satisfactory or are determined to be inconsistent with the Contract or the City's order that the City
provide WM with written notice of the failure or alleged inconsistency and allow WM at least 30 days
from receipt of such notice to cure the failure(s) or refute the inconsistency before the City has the right
to terminate the Contract. Such notice to WM should normally be made close in time to the service date
in question.
9. WM's proposal is based on being exclusively awarded all the transportation and disposal services
encompassed within the RFP and included in WM's proposal. WM takes exception to the language in
Section 22 of the Terms on page 8 of the RFP that allows the City to concurrently contract with other
companies for similar work if the City deems such action to be in the Cit's best interest.
10. WM wishes to clarify the language in Section 24 of the Terms on page 9 of the RFP regarding the right
of the City to request additional services under this RFP. WM requires that any such additional services
shall be mutually agreed upon by WM and memorialized in a written amendment to the Contract that
is been executed by both parties. To the extent otherwise, WM takes exception.
11. WM objects to the language in Section 4 of the Scope of Services and General Information (hereinafter
the "Scope") on page 12 of the RFP requiring WM's rates to remain firm for the first two years of the
Contract. WM requires a base rate for its services as set forth in the proposal, which the rate can be kept
firm for only the first two years of the Contract. Thereafter, the base rate shall be adjusted annually
based on the average monthly increase during the applicable 12-month period in the Consumer Price
Index for Water, Sewer, and Trash. This methodology will be used annually during the initial and any
renewal terms. The following is a representation of the annual rate adjustments calculation:
Annual Adlustments. The parties agree that beginning on XXX and on each XXXX thereafter, the Base
Rates will be adjusted by the percentage increase equal to the annual percentage change in the average
Consumer Price Index, US City Average for All Urban Consumers, Water, Sewer Trash, Not Seasonally
Adjusted, (published by the United States Bureau of Labor Statistics, Consumer Price Index (the "CPI")
over the 12 most recently published months compared to the average CPI for the previous 12-month
period. The CPI published on the first Monday priorto the end of the month (orthe first business day
thereafter if such Monday is a Federal Holiday) shall be used to determine the monthly change. The
annual percentage change shall be calculated by subtracting the average CPI value for the previous
12-months from the average CPI value for the most recent 12-month period, the result of which shall
be divided by the prior 12-month period average. An example of the CPI annual increase calculation
follows:
January 2020 through December 2020 compared to January 2021 to December 2021
Index
2020 12-Month
2021 12-
Change
Applied
Average
Month
Percentage
Average
Change
CPI —
Water, Sewer,
252.46
261.47
9.01
3.6%
Trash
(9.01 /252.46)
The calculated change shall be carried to three places to the right of the decimal and rounded to the
nearest thousandths. The percentage adjustment will be applied to the then current rates for services,
as adjusted hereunder. In the event the U.S. Department of Labor, Bureau of Labor Statistics ceases to
publish the CPI, the parties hereto agree to substitute another equally authoritative measure of change
in the purchasing power of the U.S. dollar as may be then available so as to carry out the intent of this
provision.
12. WM takes exception to the language in Section 6 of the Scope on page 13 of the RFP that says the City
has the option to renew or extend the Contract. WM requires that any renewal options must be mutually
agreed to by both parties in writing.
13. WM requires the final contract between the parties to include language that accurately reflects the
scope of services and rights and obligations agreed to by the parties, as well as, necessary definitions,
including but not limited to, the following:
a.WM requires a definition for "Disposal Facility' to mean the landfill known as the Eco-Vista Landfill,
located at 2210 WM Drive, Springdale, AR 72762, which is which is utilized, owned, and operated by
WM and permitted to receive Solid Waste, Yard Waste, C&D and/or Special Waste by the applicable
federal, state, and/or local agency.
b.WM requires a definition for "Transfer Station" to mean the Fayetteville Solid Waste Transfer
Station, located at 1560 S. Happy Hollow Road, Fayetteville, Arkansas 72701, which is utilized, owned
and operated by the City and permitted to receive Solid Waste, Yard Waste, C&D and/or Special Waste
by the applicable federal, state, and/or local agency.
c.WM requires a definition for "Solid Waste" or "Waste" to mean all non -hazardous Garbage,
Rubbish, Yard Waste and/or C&D that can legally be received at the Transfer Station and Disposal
Facility. The term "Solid Waste" or "Waste" specifically excludes Unacceptable Waste.
d.WM requires a definition for "Acceptable Waste" to mean Waste that may be legally received and
accepted at the Transfer Station and the Disposal Facility. Acceptable Waste shall not include any
Hazardous Waste, toxic wastes, Special Waste that has not been profiled and pre -approved in by WM
in writing, as defined below and by Federal, State or local law or regulations, or any other waste, which
is not acceptable under Federal, State or local law, regulations, or permit at the Transfer Station or
Disposal Facility.
e.WM requires a definition "Garbage" to mean Waste consisting of putrescible or animal and
vegetable waste materials resulting from the handling, preparation, cooking, and consumption of food,
including waste materials from markets, storage facilities, handling and sale of produce and other food
products, and all dead animals of less than ten pounds (10 Ibs) in weight, except those slaughtered for
human consumption.
f.WM requires a definition of "Yard Waste" to mean any vegetative matter resulting from private
landscaping or regular yard maintenance, including, but not limited to, tree limbs, branches, yard debris,
bagged grass clippings and bagged leaves, excluding items over six (6) feet long and four (4) inches in
diameter.
g.WM requires a definition of "Rubbish" to mean nonputrescible Solid Waste (excluding ashes),
consisting of both combustible and noncombustible waste materials. Combustible rubbish includes
paper, rags, cartons, wood, excelsior, furniture, rubber, plastics or similar materials; noncombustible
rubbish includes glass, crockery, tin cans, aluminum cans, metal furniture, and similar materials that will
not burn at ordinary incinerator temperatures (1,600 degrees Fahrenheit to 1,800 degrees Fahrenheit).
h.WM requires a definition of "Medical Waste" to mean Waste generated by health care related
facilities and associated with health care activities, not including Garbage or Rubbish generated from
offices, kitchens, or other non -health-care activities. The term includes Special Waste from health care -
related facilities which is comprised of animal waste, bulk blood and blood products, microbiological
waste, pathological waste, and sharps as those terms are defined in in Ark. Code Ann. §20-32-101
(relating to Definitions).
i.WM requires a definition for "Construction and Demolition Debris" or "C&D" to mean materials
resulting from construction, remodeling, repair, or demolition operations. Such materials include, but
are not limited to, dirt, sand, rock, bricks, plaster, gypsum wallboard, aluminum, glass, asphalt material,
plastic pipe, roofing material, carpeting, concrete, wood, masonry, trees, remnants of new construction
materials, including paper, plastic, carpet scraps, wood scraps, scrap metal, building materials, and
packaging. With the exception of soil, concrete and asphalt, Construction and Demolition Debris does
not include Unacceptable Waste.
j.WM requires a definition for "Special Waste" to mean waste materials that require special handling
and management due to the nature of the waste, including, but not limited to, the following: (i.)
containerized waste (e.g. a drum, barrel, portable tank, box, pail, etc.), (ii.) waste transported in bulk
tanker, (iii.) liquid waste, (iv.) sludge waste, (v.) waste from an industrial process, (vi.) waste from a
pollution control process, (vii.) residue and debris from the cleanup of a spill or release of chemical(s),
or (viii.) any other waste defined by applicable law, rule or regulation as "Special Waste."
k.WM requires a definition for "Unacceptable Waste" to mean any waste or material that (i) the
acceptance and handling of which by WM would cause a violation of any permit, condition, legal or
regulatory requirement, (ii) can cause substantial damage to WM's equipment or facilities, (iii) presents
a danger to the health or safety of the public or WM's employees, (iv) is or contains Hazardous Waste,
industrial waste, liquid waste, Special Waste that has not been profiled and pre -approved by WM,
untreated Medical Waste, dead animals weighing ten pounds (10 lbs.) or greater, (v) is or contains solid
or dissolved material in domestic sewage, or solid or dissolved material in irrigation return flows, or
industrial discharges subject to regulation by permit, or (vi) results from activities associated with the
exploration, development, or production of oil or gas or geothermal resources, (vii) is or contains fuels,
(viii) is or contains motor oil or paint, (ix) is or contains televisions, (x) is or contains batteries, (xi) is or
contains florescent light bulbs, (xii) is or contains white goods (household appliances), (xiii) is or contains
treated/de-characterized wastes, (xiv) is or contains any waste tires, (xivi) is or contains sludge, (xivii) is
or contains waste or materials that may adversely affect the operations of the disposal facility or transfer
station regardless if such waste or materials could be legally received, and/or (xiviii) is or contains other
solid or liquid waste specifically prohibited for disposal at the Disposal Facility or Transfer Station by
Arkansas Department of Environmental Quality (ADEQ) or any other regulatory agency having
jurisdiction over such landfill, in accordance with applicable law. Title to and liability for Unacceptable
Waste shall remain with the generator all times. WM has no obligation to accept, transport, process or
dispose of any Unacceptable Waste.
I.If the City tenders Unacceptable Waste in breach of the final negotiated contract between the
parties, WM may in its sole discretion either remove, manage, handle, store, treat, and/or dispose of
that Unacceptable Waste and charge the City for the costs, expenses, damages, fines, and penalties
arising out of such activities or require the City to promptly remove, manage, handle, or dispose of the
Unacceptable Waste from the Disposal Facility at the City's sole cost. The City shall pay or reimburse
WM for any and all costs, damages and/or fines incurred as a result of or relating to the City's tender or
delivery of Unacceptable Waste, including costs of inspection, testing, analysis, legal fees, professional
consulting fees, or removal costs.
m.A force majeure" clause providing that neither party shall be in default for its failure to perform
or suspend performance, in whole or in part, due to events or threats of events beyond its reasonable
control, whether or not foreseeable, including, but not limited to, fires, floods, tornadoes, hurricanes,
ice storms, acts of war or terrorism, riots, epidemics, pandemics, imposition of new or modified
domestic or foreign laws, governmental orders, acts of God, and the inability to obtain labor, materials
or equipment due to the foregoing circumstances. The affected party shall be excused from
performance during the occurrence of such events.
n.lf the City fails to timely pay WM's invoices, WM shall have the right to assess a late fee or late
charge to the extent allowed by law. WM also shall have, upon providing written notice to City, the right
to suspend its services if payment is more than 60 days' past due.
o.WM is entitled to an increase in its rates to offset changes in conditions that WM does not control,
but which increase WM's costs, such as changes in or new governmental laws, ordinances, rules,
regulations or the enforcement thereof, changes in landfill disposal rates, and other conditions that
increase WM's costs. WM agrees to give the City thirty (30) days' written notice of such increase, and to
provide documentation substantiating such increase.
p.WM requires the City to pay a Quarterly True Up payment to WM if the City is performing the
loading of Solid Waste at the Transfer Station. If the City does not achieve a twenty (20) or twenty-three
(23) tons per load quarterly average(City selects 20 or 23 ton price structure), then the City shall pay to
WM the difference for any short falls as set forth per the following example below ("Quarterly True
Up„).
Quarterly True up
Example: Fayetteville to ECO at 23 tpl
Minimum TPL:
23
Rate Per Ton:
$14.67
Quarterly Total Tons:
1,000
Quarterly Total Loads:
45
Quarterly Average TPL (Total Tons/Total Loads):
22.22
Missed Average TPL (Minimum TPL-Quarterly Average TPL):
0.78
Missed Tons (Quarterly Total Loads x Missed Average TPL):
35
WM Pays MBI For Minimum Charges (Missed Tons x Rate Per Ton):
$513.45
q.WM requires the City to pay a fuel surcharge in addition to the base rates for transportation, disposal and any
Quarterly True Up payment. The City shall pay a fuel surcharge as follows ("Fuel Surcharge"): In the event that
the price of fuel deviates from the threshold price per gallon, a mileage based fuel surcharge (or discount) shall
be applied on a per haul basis. The surcharge will increase or decrease by one cent ($.01) per mile for every 5-cent
increase or decrease in the price of diesel fuel above or below the threshold price of $3.00 per gallon, as
determined by the corresponding per mile surcharge shown in the table below. Calculations shall be made the
first week of each month based upon the United States Energy Information Administration's (EIA) U.S. On -Highway
Diesel Fuel Price Index for PADD 2 (Midwest) price as reported on their website at
http://www.eia.gov/petroleum/gasdiesel/ or phone no. (202) 586-6966, will be used as typically announced each
Monday, or on Tuesday when Monday is a federal holiday*.
FSC Calculator
Fuel Base $ 3.00 Destination ECO VISTA
Average Fuel Price based on:
Round Trip Miles
44
EIA Padd 2 Middwest
Surcharge/Mile
Surcharge/Load
$
2.1501
to
$
2.20
$
(0.16)
$
(7.04)
$
2.2001
to
$
2.25
$
(0.15)
$
(6.60)
$
2.2501
to
$
2.30
$
(0.14)
$
(6.16)
$
2.3001
to
$
2.35
$
(0.13)
$
(5.72)
$
2.3501
to
$
2.40
$
(0.12)
$
(5.28)
$
2.4001
to
$
2.45
$
(0.11)
$
(4.84)
$
2.4501
to
$
2.50
$
(0.10)
$
(4.40)
$
2.5001
to
$
2.55
$
(0.09)
$
(3.96)
$
2.5501
to
$
2.60
$
(0.08)
$
(3.52)
$
2.6001
to
$
2.65
$
(0.07)
$
(3.08)
$
2.6501
to
$
2.70
$
(0.06)
$
(2.64)
$
2.7001
to
$
2.75
$
(0.05)
$
(2.20)
$
2.7501
to
$
2.80
$
(0.04)
$
(1.76)
$
2.8001
to
$
2.85
$
(0.03)
$
(1.32)
$
2.8501
to
$
2.90
$
(0.02)
$
(0.88)
$
2.9001
to
$
2.95
$
(0.01)
$
(0.44)
$
3.00
to
$
3.0499
$
-
$
-
$
3.05
to
$
3.0999
$
0.01
$
0.44
$
3.10
to
$
3.1499
$
0.02
$
0.88
$
3.15
to
$
3.1999
$
0.03
$
1.32
$
3.20
to
$
3.2499
$
0.04
$
1.76
$
3.25
to
$
3.2999
$
0.05
$
2.20
$
3.30
to
$
3.3499
$
0.06
$
2.64
$
3.35
to
$
3.3999
$
0.07
$
3.08
$
3.40
to
$
3.4499
$
0.08
$
3.52
$
3.45
to
$
3.4999
$
0.09
$
3.96
$
3.50
to
$
3.5499
$
0.10
$
4.40
$
3.55
to
$
3.5999
$
0.11
$
4.84
$
3.60
to
$
3.6499
$
0.12
$
5.28
$
3.65
to
$
3.6999
$
0.13
$
5.72
$
3.70
to
$
3.7499
$
0.14
$
6.16
$
3.75
to
$
3.7999
$
0.15
$
6.60
$
3.80
to
$
3.8499
$
0.16
$
7.04
$
3.85
to
$
3.8999
$
0.17
$
7.48
$
3.90
to
$
3.9499
$
0.18
$
7.92
$
3.95
to
$
3.9999
$
0.19
$
8.36
$
4.00
to
$
4.0499
$
0.20
$
8.80
$
4.05
to
$
4.0999
$
0.21
$
9.24
$
4.10
to
$
4.1499
$
0.22
$
9.68
$
4.15
to
$
4.1999
$
0.23
$
10.12
$
4.20
to
$
4.2499
$
0.24
$
10.56
$
4.25
to
$
4.2999
$
0.25
$
11.00
$
4.30
to
$
4.3499
$
0.26
$
11.44
$
4.35
to
$
4.3999
$
0.27
$
11.88
$
4.40
to
$
4.4499
$
0.28
$
12.32
$
4.45
to
$
4.4999
$
0.29
$
12.76
$
4.50
to
$
4.5499
$
0.30
$
13.20
$
4.55
to
$
4.5999
$
0.31
$
13.64
$
4.60
to
$
4.6499
$
0.32
$
14.08
$
4.65
to
$
4.6999
$
0.33
$
14.52
$
4.70
to
$
4.7499
$
0.34
$
14.96
$
4.75
to
$
4.7999
$
0.35
$
15.40
$
4.80
to
$
4.8499
$
0.36
$
15.84
$
4.85
to
$
4.8999
$
0.37
$
16.28
$
4.90
to
$
4.9499
$
0.38
$
16.72
$
4.95
to
$
4.9999
$
0.39
$
17.16
$
5.00
to
$
5.0499
$
0.40
$
17.60
$
5.05
to
$
5.0999
$
0.41
$
18.04
$
5.10
to
$
5.1499
$
0.42
$
18.48
$
5.15
to
$
5.1999
$
0.43
$
18.92
$
5.20
to
$
5.2499
$
0.44
$
19.36
$
5.25
to
$
5.2999
$
0.45
$
19.80
$
5.30
to
$
5.3499
$
0.46
$
20.24
$
5.35
to
$
5.3999
$
0.47
$
20.68
$
5.40
to
$
5.4499
$
0.48
$
21.12
$
5.45
to
$
5.4999
$
0.49
$
21.56
$
5.50
to
$
5.5499
$
0.50
$
22.00
$
5.55
to
$
5.5999
$
0.51
$
22.44
$
5.60
to
$
5.6499
$
0.52
$
22.88
$
5.65
to
$
5.6999
$
0.53
$
23.32
$
5.70
to
$
5.7499
$
0.54
$
23.76
$
5.75
to
$
5.7999
$
0.55
$
24.20
$
5.80
to
$
5.8499
$
0.56
$
24.64
$
5.85
to
$
5.8999
$
0.57
$
25.08
$
5.90
to
$
5.9499
$
0.58
$
25.52
$
5.95
to
$
5.9999
$
0.59
$
25.96
$
6.00
to
$
6.0499
$
0.60
$
26.40
$
6.05
to
$
6.0999
$
0.61
$
26.84
$
6.10
to
$
6.1499
$
0.62
$
27.28
$
6.15
to
$
6.1999
$
0.63
$
27.72
$
6.20
to
$
6.2499
$
0.64
$
28.16
$
6.25
to
$
6.2999
$
0.65
$
28.60
$
6.30
to
$
6.3499
$
0.66
$
29.04
$
6.35
to
$
6.3999
$
0.67
$
29.48
$
6.40
to
$
6.4499
$
0.68
$
29.92
$
6.45
to
$
6.4999
$
0.69
$
30.36
$
6.50
to
$
6.5499
$
0.70
$
30.80
$
6.55
to
$
6.5999
$
0.71
$
31.24
$ 6.60 1 to 1 $ 6.6499 1 $ 0.72 1 $ 31.68
Table Continues above and below at same formula
r.Definitions of terms and other language that accurately reflects the scope of services and the parties agreed
upon obligations and rights.
WM's prices and submission in response to this RFP is conditioned upon the parties' entry into a contract that is
appropriate for the services being requested and that contains mutually acceptable terms to both parties.
Neither WM nor the City has any obligation to sign a final contract without negotiation of the terms and each
party's agreement to the final language. WM looks forward to working with City to reach mutually agreeable
contract terms.
Permits
DIVISIONOF
mwnRO
IMRONMINTAL QUADII'
NORM 1i"RE ROCK,
•��� NORM LITTLE ROCn. AR )2118531]
David Conrad
100 Two Pine Drive
North Little Rock, AR 72117
NOTICE OF FINAL PERMITTING DECISION
1 E FINAL
class OF
i.i_ decision: 7. 2023
AFI1 12.11144; Puma Na 0290.54-1
- -
NOTICE OFFINAL PERM rTTINGDECISION
Eco Ysta.`C
t
Date of Decision: July 31, 2023
_
22101a Management D.Ne
SF-0— .r— 72762
AFIN: 72-00144; Fermi! No. 0290 51 R4
The Proctor ho un,Rd • final -—long dec— Im ew abo.e nfsranced
Eco Vista, LLC
e.
F'
171
d.— was made upon consideration of the completed application, the public
record.ardetha. materialzpro��ded bylaw or ng I.—spPcnble 1.N—PP-1—.
2210 Waste Management Drive
!
Ef— March 17. 2023, tM Ahamas Department of Energy and Enwr —t, D.—,on of
5 ale, AR 72762
Pr'ngd
Environmenul Owe,y (DEG) hasappmved the a I-t- bra Class 4 Parma Ewaml4n punuamtp
Ahamas Pollution Coneel and Ecology Commrsvon IAPC&ECI Rule 22 for Parma No. 0290-54-R2 end
AFIN4.5tmement of &as�aiarthe decaion and DEO'z Response to Commenb is evtilableon
The Director has .,,.ad a final permitting difforetheabove referenced permit. The Diretto/s
. ..c.
DEC', wabsrca a wto adeo am ar_us7downlpadw+ebDabbasaz5ol�dWastemerminedFaolmasl
decision was made upon consideration oldie, —pt.od appl,cati.n. the public comments on the
GG-Do 83496.odf To requnt •copy of the documenu plea»-11501 L82-0865.
record, and he, matenals provided by law or regulation appl'Icabla to the application.
The applicant and any .n — ubmmad wbl- nso.d may-— commeae on the an
The Arkansas Department of Energy and Envirorunent, O-sron of Environmental Quality IDEQI has
edluM.1 hearing and Commission rar;aw o1 the foal permimng tledabn as provitlad by APC.EC
Rule &, Chap-6 .
eeu
lad a final per-ft, ng decision approving the application for a Cie. 1 Landfill ERpermlon pursuant
1, Kann 131— hereby comfy that this NOTICE OF FINAL PERMITTING DECISION iswed on
to Arkansas Pollution Control and Ecology Commission (APC&EC) Rule 22 for AFIN 72-00144:
March 112023,h.sbeen mulad by fist den mail tol1eaddnsseeof1hispos1—
Permit No. 0290-51-R4. A Statement of Bean for the C.ci—n and DEQ's Response 1. Comments is
evalable on DEQrs wemize a, rw deq.sbab.at.w/dswanbads/1MobD*Ub a s/SolidwaAe/
hseiroedFedlltl-M—Doo/9"119.pdf.
Raven a—
Theroots,ofthefinal permittingdecision wasmailed 1. theapplicanton July 31,2023. The —fi.t.
of service for this final pM M,9 id-- as required by APC&EC Rule B. is part of the permitting
acond and—1ablethrough the hyperlink above.
The applicant and any person who submitted public comments on the —rd may request an
adrydicatory hean,9 and Commission rer;ew of the final perminsng decision as provided by APC&EC
Rule 8, Chapter 6.
/`
iER
,O-,
DIVISION of
EWRONMEMALOBALITY
I*I '
30t NORTeSNORE pRrvE 3119.a317
aN-T—ITTLE11-1 AM
Permits
Certificate of Insurance
DATE TILwoo YYYI
AC"ROM CERTIFICATE OF LIABILITY INSURANCE
r'L2025 3i 15,/2024
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER, THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVFRAGE AFFORDED BY THE POLICIES
BELOW, THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER. AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder Is an ADDITIONAL INSURED, the P0IICy(Ies) must have AUDITIONAL INSURED provisions or be endorsed.
If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may reauire an endorsement, A statement on
this certillcato does not confer rights to the CwUficate holder In lieu of auch endorsement al,
PRODUCER LOCKTON COMPANIES
CT
NAVE
3657 BRIARPARK DRIVE, SUITE 700
►HONF FAX
HOUSTON TX 77042
6aA1L
ADDRESS.
866-260-3539
INSOMRISI AFFORDING COVERAGE
NAICa
INSURFR A Indemnity insurance Co of North America
43575
INSURED WASTE MANAGENIFNT HOLDINGS, INC. & ALL AFFILIATE
1300299 RELATED & SUBSIDIARY COMPANIES INCLUDING:
INSURERS : ACE American Insurance Com an '
22667
INSURER c ACE Fire tJndcrwriter% Insurance CGm anv
20702
WASTE MANAGEMENT INC.
INSURER D ACE Property and Casualty Insurance Company
20699
2553 MERIDIAN BOULEVARD, SUITE 200
IN 37067
INSURER IFFRANKLIN
INSURER F .
COVERAGES CERTIFICATE NUMBER: 20384280 REVISION NUMBER: )OCXXXXN
THIS IS 10 CERTIFY THAT THE POLICIES OF INSJRANCE LIS'ED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT 10 WI -IC- THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT 'O ALL THE TERMS,
S.
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAWS.
ILTR
TYPE OF INSURANCE
ADM
POLICY NUMBER
MMIUODn'EFF
(W)DOMMI EXP
LIMITS
R
X
COMMERCIAL GENERAL LIABILITY
CLAIM:iNAI* 5x] DCCUH
Y
Y
HDO G4M2339
M 12024
1 A.'2025
FA;H OCCLRRF4CF
S 5 000 000
PRFMBF9 F• u-unanp
1 S "000
•
MET) FXP'M nnn nwn
S XXXXXXX
XCU INCLUDED
X
ISO FORM CG00010413
PLIRSONAL & ADV INJURY
S 5 000 000
OFNI AGGREGATE L MIT APPL FS PER
OENFRAL AOORFCATE
S 6,000,000
POLICY M JECCTT LOC
PRODUCTS-COMPrOPAGG
1 6,000,000
S
UTI4EN
B
AUTOMOBILE LIABILITY
y
y
NfNtTH!0922294
U1,2M4
I 1 !121
20.1- ritSINGLF LIMIT
3 1 M0000
BOOT-YINAIRYIPerpe o
S XXXXXXX
ANYAJTO
X OMEDAUTOS CALrNSCHEDULED
X AHIRED UTOS ON. Y AUN-0WONLUTOSY
BOOI.Y INJURY for socidanl)
1 XXXXXXX
PROPER'Y DA\1AOE
S XXXXXXX
s XJOCXXXX
X MCS-40
D
UMBRELLA UAB
W
OCCUR
Y
Y
XI I T G27929242 009
I/V2024
U112025
EACH OCCLAIRF4CF
S 15 DOD 000
AGGRLGAIL
$ 1500000(1
EXCESS LIAR
I
I CLAIMSJIAGL
OLD I I RL'L4111JNS
M XXXXXXX
A
B
C
WORKERS COMPENSATION
NEMYS'LAeIY
WYPRWRILTURmAInI4LR"LCUINE YIN
OFHCERaEMBERLXCLUDEDT
MoMM" in NH) O
NrA
Y
WLRC55517010 AOSI
WLRC55516991 AZ,CA&MA
SCF C55170( I)
1/1112024
1/12024
I/172024
UP202
1i1.'2025
2
H
X PAR UE OER
F,L,EAHACO
00
E.L. DISEASE • EA EMPLOYEE
f 3 000000
II yyeea. deacrEe urea
DESCRpTION OF OPEMTWNS Edcw
E,L, DISEASE -POIICV LIMIT
S 000
B
FXCESSALTO
Y
Y
XSA H10822233
VU2024
IiU2025
COMBINED SINGLE LIMIT
I I A 111L ITY
59,000.0DO
(EACH ACCIDENT)
Of
DCSCRIPTION OF OPERATIONS r LOCATIONS! VEIMCLES (ACOILD 151, AcIft-al R-4. SCMM da. may be anscrNd It mon apaca Is nNoikee
BLANKET OF SUBROGATION IS GRANTED IN FAVOR OF CERTIFICATE HOLDER ON ALL POLICIES WHERE AND TO THE EXTENT REQUIRED BY
WRITTEN CONTRACT WHERE PERMISSIBLE BY LAW. CERTIFICATE HOLDER IS NAMED AS AN ADDITIONAL INSURED ON ALL POLICIES (EXCEPT FOR
W 0RKERS'COMPIEMPLOYHR'S LIABILITY) WHEREANU'h0 THE EXTENT RN UIRED BY WRl'I'I'F_N CON'IRA('I'.
20384280
I -OR BID PURPOSE ONLY
SHOU_D ANY OF TFE ABOVE DESCRIBED POLICIES BE CANCELLEC BEFORE
THE EXPIRATION DATE T)-EREOF, NOTICE WI-- BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
AUTHORIZED REPRESENTATIVE
y
C� 191s8.201 S ACORD CORPORATION. All rights reserved,
ACORD 25 (201&03) The ACORD name and logo are rrg stored marks of ACORD
Document
about: srcdoc
Details
For service of process contact the Secretary of State's office.
LLC Member information is now confidential per Act 865 of 2007
For access to our corporations bulk data download service click here.
Corporation Name
ECO-VISTA, LLC
Fictitious Names
WASTE MANAGEMENT - TONTITOWN LANDFILL
Filing #
100186302
Filing Type
Limited Liability Company
Filed Under Act
Domestic LLC; 1003 of 1993
Status
Good Standing
Principal Address
Reg. Agent
C T CORPORATION SYSTEM
Agent Address
320 S. IZARD STREET LITTLE ROCK, AR 72201
Date Filed
06/13/2000
Officers
WASTE MANAGEMENT OF ARKANSAS, INC., Manager
MARK A. LOCKETT, Tax Preparer
SEE FILE, Incorporator/Organizer
Foreign Name
1 of 2 11/27/2024, 11:44 AM
Document
about: srcdoc
Foreign Address
State of Origin
Purchase a Certificate of Good Standing for this Entity_
Pay Franchise Tax for this corporation
2 of 2 11/27/2024, 11:44 AM
I is
APPENDIX A City of Fayetteville, Arkansas
CITY O F Purchasing Division — Room 306
F AY E T T E V I L L E 113 W. Mountain
A R K A N S A S Fayetteville, AR 72701
Phone: 479.575.8256
TDD (Telecommunication Device for the Deaf): 479.521.1316
Request for Proposal: RFP 24-09, Waste Transfer and Disposal Services
DEADLINE: Thursday, June 6, 2024 before 2:00 PM, local time
PRE -PROPOSAL CONFERENCE: Wednesday, May 22, 2024 at 3:00 PM, in person at the RTC
Division, 1560 S. Happy Hollow Rd., Fayetteville, AR 72701
SR. PURCHASING AGENT: Amanda Beilfuss, abeilfuss@fayetteville-ar.gov
DATE OF ISSUE AND ADVERTISEMENT: 05/12/2024
REQUEST FOR PROPOSAL
RFP 24-09. Waste Transfer and Disposal Services
No late proposals shall be accepted. RFP's shall be submitted through the City's third -party
electronic bidding platform or by submitting a sealed physical proposal to the City of Fayetteville,
Purchasing Division at the below location.
City of Fayetteville
Purchasing Division — Room 306
113 West Mountain Street
Fayetteville, AR 72701
All proposals shall be submitted in accordance with the attached City of Fayetteville specifications
and documents attached hereto. Each Proposer is required to fill in every blank and shall supply
all information requested; failure to do so may be used as basis of rejection.
The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms
stated 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 24-09, Waste Transfer and Disposal Services
Page 1 of 18
City of Fayetteville
RFP 24-09, Waste Transfer and Disposal Services
Advertisement
City of Fayetteville, AR
Request for Proposal
RFP 24-09, Waste Transfer and Disposal Services
The City of Fayetteville, Arkansas, is now accepting proposals from properly licensed professionals for the daily
transport and disposal of all solid waste received at the Fayetteville Solid Waste Transfer Station. Any questions
regarding this RFP shall be directed to Amanda Beilfuss, City of Fayetteville Sr. Purchasing Agent at
abeilfuss@fayetteville-ar.gov or (479) 575-8220.
Solicitation documents and addenda shall be obtained at the City of Fayetteville Purchasing Division's electronic
bidding platform at www.fayetteville-ar.gov/bids. All proposals shall be received by Thursday, June 6, 2024 before
2:00 PM, Local Time utilizing the electronic bidding software or by submitting a sealed physical proposal to the
City of Fayetteville, Purchasing Division. All proposals are due before the time stated. No late proposals shall be
accepted. Submitting electronically is strongly encouraged. The City of Fayetteville shall not be responsible for
lost or misdirected proposals, or for failure of proposer's technical equipment.
A non -mandatory pre -proposal conference will be held Wednesday, May 22, 2024 at 3:00 PM in the Conference
Room at the Recycling Trash Division, 1560 S. Happy Hollow Rd., Fayetteville, AR 72701. Information regarding
the pre -proposal conference is available on the project page on the City's electronic bidding platform. All
interested parties are strongly encouraged to attend.
A one hundred percent (100%) performance bond is required with the contract award. All interested parties shall
be qualified to do business and licensed in accordance with all applicable laws of the state and local governments
where the project is located. Proposers shall have a current, valid registration with the Arkansas Secretary of
State at time of RFP deadline OR be able to provide proof of registration before recommendation of award to
Fayetteville City Council.
The City of Fayetteville reserves the right to reject any or all Proposals and to waive irregularities therein, and all
parties agree that such rejection shall be without liability on the part of the City of Fayetteville for any damage or
claim brought by any interested party because of such rejections, nor shall any interested party seek any recourse
of any kind against the City of Fayetteville because of such rejections. The filing of any Statement in response to
this invitation shall constitute an agreement of the interested party to these conditions.
City of Fayetteville
By: Amanda Beilfuss, Sr. Purchasing Agent
P: 479.575.8220 abeilfuss@fayetteville-ar.gov
TDD (Telecommunications Device for the Deaf): (479) 521-1316
Date of advertisement: 05/12/2024
This publication was paid for by the Purchasing Division of the City of Fayetteville, Arkansas.
Amount paid: $204.10
City of Fayetteville, AR
RFP 24-09, Waste Transfer and Disposal Services
Page 2 of 18
City of Fayetteville
RFP 24-09, Waste Transfer and Disposal 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. A written narrative describing the method or manner in which the Proposer proposes to satisfy
requirements of this RFP in the most cost-effective manner. The term Proposer shall be in reference to a
firm or individual responding to this solicitation.
b. A description of the Proposer's experience in providing the same or similar services as outlined in the RFP.
This description should include the names of the person(s) who will provide the services, their
qualifications, and the years of experience in performing this type of work. Also, include the reference
information requested in this RFP.
c. The complete fee and cost to the City for all services outlined in this RFP.
d. Statement should be no more than twenty-five (25) pages; single sided, standard, readable, print on
standard 8.5x11 documents. Proposers shall also submit a three (3) page (maximum) executive summary.
The following items will not count toward the twenty -five -page limitation: appendix, cover sheet, 3-page
executive summary, resumes (resumes shall be no more than 1 page per person), and forms provided by
the City for completion.
Submitting and responding to this RFP: Proposals shall be prepared simply and economically,
providing a straightforward, concise description of its ability to meet the requirements for the
project. Fancy bindings, colored displays, and promotional material are not required. Emphasis
should be on completeness and clarity of content. All documents physically submitted should be
typewritten on standard 8 %" x 11" white papers and bound in one volume. Exceptions would be
schematics, exhibits, one -page resumes, and City required forms. Limit proposal to twenty-five
(25) pages or less, excluding one -page team resumes, references, and forms required by the City
for completion. All proposals shall be sealed upon delivery to the City of Fayetteville.
1. Option 1 —Electronic Submittal (strongly encouraged): Proposers can go to
www.favetteville-ar.gov/bids and follow the prompts to submit a proposal within the
electronic bidding platform. If a proposal is submitted electronically, a physical submission
is not necessary. All Proposers must register in order to be able to submit. There is no fee
for registration.
2. Option 2 — Physical Submittal: All Proposers shall submit one (1) original copy of their
proposal as well as one (1) electronic copy on a properly labeled USB or other electronic
media device. The electronic copy submitted shall be contained into one single electronic
file and shall be identical to the hard copies provided. The use of Adobe PDF documents is
strongly recommended. Files contained on an USB or electronic media shall not be
restricted against saving or printing. Electronic copies shall not be submitted via e-mail to
City of Fayetteville, AR
RFP 24-09, Waste Transfer and Disposal Services
Page 3 of 18
City employees by the Proposer and shall be provided to the City in a sealed manner. Fed Ex,
UPS, USPS, or other packages should be clearly marked with the RFP number on the outside
of the mailing package.
e. Proposals will be reviewed following the stated deadline, as shown on the cover sheet of this document.
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.
f. Proposers shall submit a proposal based on documentation published by the Fayetteville Purchasing
Division.
g. Proposals must follow the format of the RFP. Proposers should structure their responses to follow the
sequence of the RFP.
h. 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.
i. Proposer is advised that exceptions to any of the terms contained in this RFP or the attached service
agreement must be identified in its response to the RFP. Failure to do so may lead the City to declare any
such term non-negotiable. Proposer's desire to take exception to a non-negotiable term will not disqualify
it from consideration for award.
j. Local time shall be defined as the time in Fayetteville, Arkansas on the due date of the deadline.
Documents shall be received before the deadline time as shown by the atomic clock located in the
Purchasing Division Office or electronic clock located in the City's third -party bidding software.
2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLARIFICATION:
No oral interpretations will be made to any firms as to the meaning of specifications or any other contract
documents. All questions pertaining to the terms and conditions or scope of work of this proposal must be
sent in writing via e-mail to the Purchasing Department. Responses to questions may be handled as an
addendum if the response would provide clarification to the requirements of the proposal. All such addenda
shall become part of the contract documents. The City will not be responsible for any other explanation or
interpretation of the proposed RFP made or given prior to the award of the contract.
3. DESCRIPTION OF SUPPLIES AND SERVICES:
Any manufacturer's names, trade name, brand name, catalog number, etc. used in specifications are for the
purpose of describing and establishing general quality levels. Such references are NOT intended to be
restrictive. Proposals shall be considered for all brands that meet the quality of the specifications listed for
any items.
4. RIGHTS OF CITY OF FAYETTEVILLE IN REQUEST FOR PROPOSAL PROCESS:
In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the right
to the following:
City of Fayetteville, AR
RFP 24-09, Waste Transfer and Disposal Services
Page 4 of 18
a. The City of Fayetteville reserves the right to rank firms and negotiate with the highest-ranking firm.
Negotiation with an individual Proposer does not require negotiation with others.
b. The City of Fayetteville reserves the right to select the proposal it believes will serve the best interest 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.
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 best and final
offer process is not guaranteed; therefore, Proposers shall submit and respond to this RFP on the most
favorable terms available.
5. EVALUATION CRITERIA:
The evaluation criterion defines the factors that will be used by the selection committee to evaluate and score
responsive, responsible and qualified proposals. Proposers shall include sufficient information to allow the
selection committee to thoroughly evaluate and score proposals. Each proposal submitted shall be evaluated
and ranked by a selection committee. The contract will be awarded to the most qualified Proposer, per the
evaluation criteria listed in this RFP. Proposers are not guaranteed to be ranked.
6. COSTS INCURRED BY PROPOSERS:
All expenses involved with the preparation and submission of proposals to the City, or any work performed in
connection therewith, shall be borne solely by the Proposer(s). No payment will be made for any responses
received, or for any other effort required of, or made by, the Proposer(s) prior to contract commencement.
7. ORAL PRESENTATION:
An oral presentation and/or interview may be requested of any firm, at the selection committee's discretion.
8. CONFLICT OF INTEREST:
a. The Proposer represents that it presently has no interest and shall acquire no interest, either direct or
indirect, which would conflict in any manner with the performance or services required hereunder, as
provided in City of Fayetteville Code Section 34.26 titled "Limited Authority of City Employee to Provide
Services to the City".
b. The Proposer shall promptly notify Amanda Beilfuss, City Sr. Purchasing Agent, in writing, of all potential
conflicts of interest for any prospective business association, interest, or other circumstance which may
City of Fayetteville, AR
RFP 24-09, Waste Transfer and Disposal Services
Page 5 of 18
influence or appear to influence the Proposer's judgment or quality of services being provided. Such
written notification shall identify the prospective business association, interest or circumstance, the
nature of which the Proposer may undertake and request an opinion to the City as to whether the
association, interest or circumstance would, in the opinion of the City, constitute a conflict of interest if
entered into by the Proposer. The City agrees to communicate with the Proposer its opinion via e-mail or
first-class mail within thirty days of receipt of notification.
9. WITHDRAWAL 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.
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. All proposals shall
be received in the Purchasing Division BEFORE the deadline stated. The official clock to determine local
time shall be the atomic clock located in the Purchasing Division, Room 306 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 request for proposal. Proposers
shall comply with all constitutional, state, and federal directives, orders and laws as applicable to this proposal
and subsequent contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged
Business Enterprises (DBE), & OSHA as applicable to this contract.
12. PROVISION FOR OTHER AGENCIES:
Unless otherwise stipulated by the Proposer, the Proposer agrees to make available to all Government
agencies, departments, municipalities, and counties, the proposal prices submitted in accordance with said
proposal terms and conditions therein, should any said governmental entity desire to buy under this proposal.
Eligible users shall mean all state of Arkansas agencies, the legislative and judicial branches, political
subdivisions (counties, local district school boards, community colleges, municipalities, counties, or other
public agencies or authorities), which may desire to purchase under the terms and conditions of the contract.
13. COLLUSION:
The Proposer, by affixing his or her signature to this proposal, agrees to the following: "Proposer certifies that
their proposal is made without previous understanding, agreement, or connection with any person, firm or
corporation making a proposal for the same item(s) and/or services and is in all respects fair, without outside
control, collusion, fraud, or otherwise illegal action."
City of Fayetteville, AR
RFP 24-09, Waste Transfer and Disposal Services
Page 6 of 18
14. RIGHT TO AUDIT, FOIA, AND JURISDICITON:
a. The City of Fayetteville reserves the privilege of auditing a Contractor's records as such records relate to
purchases between the City and said Contractor.
b. Freedom of Information Act: City 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 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.
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:
All standard terms and conditions stated in this request for proposal apply to this contract except as
specifically stated in the subsequent sections of this document, which take precedence, and should 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 this proceeding/event, should
call 479.521.1316 (telecommunications device for the deaf), no later than seven days prior to the deadline.
Persons needing translation of this document shall contact the City of Fayetteville, Purchasing Division,
immediately.
18. CERTIFICATE OF INSURANCE:
The successful bidder shall provide a Certificate of Insurance in accordance with the following guidelines, prior
to commencement of any work: $1,000,000 Commercial Liability, Statutory Worker's Compensation, and
General Automotive, if applicable. SUCH CERTIFICATE SHALL LIST THE CITY OF FAYETTEVILLE AS AN
ADDITIONAL INSURED. LISTING THE CITY OF FAYETTEVILLE AS A CERTIFICATE HOLDER ONLY IS NOT AN
ACCEPTABLE SUBSTITUTE. CERTIFICATE OF INSURANCE MUST INCLUDE THE ENDORSEMENT SHOWING THE
CITY OF FAYETTEVILLE LISTED AS AN ADDITIONAL INSURED. Insurance shall remain valid, when applicable,
throughout project completion.
19. PAYMENTS AND INVOICING:
The Proposer must specify in their proposal the exact company name and address which must be the same
as invoices submitted for payment as a result of award of this RFP. Further, the successful Proposer is
responsible for immediately notifying the Purchasing Division of any company name change, which would
cause invoicing to change from the name used at the time of the original RFP. Payment will be made within
thirty days of invoice received. The City of Fayetteville is very credit worthy and will not pay any interest or
City of Fayetteville, AR
RFP 24-09, Waste Transfer and Disposal Services
Page 7 of 18
penalty for untimely payments. Payments can be processed through Proposer's acceptance of Visa at no
additional costs to the City for expedited payment processing. The City will not agree to allow any increase
in hourly rates by the contract without PRIOR Fayetteville City Council approval.
20. CANCELLATION:
a. The City reserves the right to cancel this contract without cause by giving thirty (30) days prior notice to
the Contractor in writing of the intention to cancel or with cause if at any time the Contractor fails to fulfill
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 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.
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:
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 work, the Proposer
shall disclose such intent in the proposal submitted as a result of this RFP.
b. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the
City within thirty (30) calendar days of Contractor's notice of such action or upon the occurrence of said
action, whichever occurs first.
22. NON-EXCLUSIVE CONTRACT:
Award of this RFP shall impose no obligation on the City to utilize the Contractor for all work of this type,
which may develop during the contract period. This is not an exclusive contract. The City specifically reserves
the right to concurrently contract with other companies for similar work if it deems such an action to be in
the City's best interest. In the case of multiple -phase contracts, this provision shall apply separately to each
item.
23. LOBBYING:
Lobbying of selection committee members, City of Fayetteville employees, or elected officials regarding
request for proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by the
bidder/proposer/protestor or any member of the bid der's/proposer's/protestor's staff, and agent of the
bidder/proposer/protestor, or any person employed by any legal entity affiliated with or representing an
organization that is responding to the request for proposal, request for qualification, bid or contract, or has a
pending bid protest is strictly prohibited either upon advertisement or on a date established by the City of
Fayetteville and shall be prohibited until either an award is final or the protest is finally resolved by the City
of Fayetteville; provided, however, nothing herein shall prohibit a prospective/bidder/proposer from
City of Fayetteville, AR
RFP 24-09, Waste Transfer and Disposal Services
Page 8 of 18
contacting the Purchasing Division to address situations such as clarification and/or questions related to the
procurement process. For purposes of this provision lobbying activities shall include but not be limited to,
influencing or attempting to influence action or non -action in connection with any request for proposal,
request for qualification, bid or contract through direct or indirect oral or written communication or an
attempt to obtain goodwill of persons and/or entities specified in this provision. Such actions may cause any
request for proposal, request for qualification, bid or contract to be rejected.
24. ADDITIONAL REQUIREMENTS:
The City reserves the right to request additional services relating to this RFP from the Proposer. When
approved by the City as an amendment to the contract and authorized in writing prior to work, the Contractor
shall provide such additional requirements as may become necessary.
25. SERVICES AGREEMENT:
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.
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 the form
of an addendum to the original RFP documents.
27. OTHER GENERAL CONDITIONS:
a. Proposers must provide the City with their proposals signed by an employee having legal authority to
submit proposals on behalf of the Proposer. The entire cost of preparing and providing responses shall
be borne by the Proposer.
b. The City reserves the right to request any additional information it deems necessary from any or all
Proposers after the submission deadline.
c. This solicitation is not to be construed as an offer, a contract, or a commitment of any kind; nor does it
commit the City to pay for any costs incurred by Proposer in preparation. It shall be clearly understood
that any costs incurred by the Proposer in responding to this request for proposal is at the Proposer's own
risk and expense as a cost of doing business. The City of Fayetteville shall not be liable for reimbursement
to the Proposer for any expense so incurred, regardless of whether or not the proposal is accepted.
d. If products, components, or services other than those described in this bid document are proposed, the
Proposer must include complete descriptive literature for each. All requests for additional information
must be received within five working days following the request.
e. Any uncertainties shall be brought to the attention to Amanda Beilfuss immediately via telephone
(479.575.8220) or e-mail (abeilfuss@fayetteville-ar.gov). It is the intent and goal of the City of Fayetteville
City of Fayetteville, AR
RFP 24-09, Waste Transfer and Disposal Services
Page 9 of 18
Purchasing Division to provide documents providing a clear and accurate understanding of the scope of
work to be completed and/or goods to be provided. We encourage all interested parties to ask questions
to enable all Proposers to be on equal terms.
f. Any inquiries or requests for explanation in regard to the City's requirements should be made promptly
to Amanda Beilfuss, City of Fayetteville, Sr. Purchasing Agent via e-mail (abeilfuss@fayetteville-ar.gov) or
telephone (479.575.8220). No oral interpretation or clarifications will be given as to the meaning of any
part of this request for proposal. All questions, clarifications, and 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.
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 a RFP's content or to exclude any relevant or essential data.
i. 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 expressly and
irrevocably waives any claim or defense in any said action or proceeding based on any alleged lack of
jurisdiction or improper venue or any similar basis.
The successful Proposer shall not assign the whole or any part of this Contract or any monies due or to
become due hereunder without written consent of City of Fayetteville. In case the successful Proposer
assigns all or any part of any monies due or to become due under this Contract, the Instrument of
assignment shall contain a clause substantially to the effect that it is agreed that the right of the assignee in
and to any monies due or to become due to the successful Proposer shall be subject to prior liens of all
persons, firms, and corporations for services rendered or materials supplied for the performance of the
services called for in this contract.
k. The successful Proposer's attention is directed to the fact that all applicable Federal and State laws,
municipal ordinances, and the rules and regulations of all authorities having jurisdiction over the services
shall apply to the contract throughout, and they will be deemed to be included in the contract as though
written out in full herein. The successful Proposer shall keep himself/herself fully informed of all laws,
ordinances and regulations of the Federal, State, and municipal governments or authorities in any manner
affecting those engaged or employed in providing these services or in any way affecting the conduct of the
services and of all orders and decrees of bodies or tribunals having any jurisdiction or authority over same.
If any discrepancy or inconsistency should be discovered in these Contract Documents or in the
specifications herein referred to, in relation to any such law, ordinance, regulation, order or decree, s/he
shall herewith report the same in writing to the City of Fayetteville.
City of Fayetteville, AR
RFP 24-09, Waste Transfer and Disposal Services
Page 10 of 18
City of Fayetteville
RFP 24-09, Waste Transfer and Disposal Services
SECTION B: Scope of Services and General Information
1. INTRODUCTION:
The City of Fayetteville (City) has one facility that contains both the Fayetteville Transfer Station and the
Fayetteville Recycling Center (Fayetteville Transfer Station/Recycling Center), located at 1560 S. Happy Hollow
Rd. The Transfer portion of this facility utilizes loose -fill technology and is capable of satisfying the present
and future solid waste disposal needs of the City of Fayetteville. Design is expandable to allow the Fayetteville
Transfer Station to serve Washington County as necessary. During the term of this contract, the City shall
deliver all of the municipal, residential, and commercial solid waste streams collected by the City to the City
of Fayetteville's Transfer Station. Current annual tonnage hauled from the Transfer Station is approximately
80,000. The City of Fayetteville's Transfer Station is currently permitted to allow up to 100,000 tons per year.
The average outbound tonnage is 21 tons per truck and is normally between 10-16 truckloads per day.
2. SCOPE OF WORK:
a. The awarded Proposer (Contractor) shall be responsible for the performance of all services reasonably
necessary to provide for the proper disposal of all residential and commercial waste generated within the
City of Fayetteville. Proposer shall provide a narrative describing the proposed operations plan for
ensuring that Proposer has the resources and equipment necessary to provide timely, efficient, and cost-
effective disposal of the City's solid waste.
b. The Contractor shall perform the following under this contract:
i. All solid waste received at the Fayetteville Transfer Station shall be transported to a permitted and
approved disposal site.
ii. All solid waste shall be removed from the Transfer Station by the end of each day (Monday through
Saturday), including all holidays except New Year's Day, Thanksgiving Day, and Christmas Day. The
first transport truck shall be at the City's Transfer Station by 5:30 AM and the last truck leaves
approximately between 2:00 PM — 3:00 PM (M-F) and by 11:00 AM on Saturdays.
iii. The City of Fayetteville, as the Transfer Station Operator, will be responsible for loading transport
trailers with solid waste (payload weights no greater than that required to reach gross vehicle
weight limitation set by law). However, in the interest of efficiency, the City is responsible for
loading solid waste in such a way that a standard trailer with a capacity of 115 cubic yards will
contain a minimum of 20 tons of solid waste.
iv. Transporting of all solid waste shall be contained, tied, or enclosed, so that leaking, spilling, or
blowing of waste is prevented.
v. Proposer shall provide detailed inventory of assets illustrating that there is an adequate number
of vehicles, trailers, and backup equipment, maintained in good physical condition. Information
on all proposed labor, supervisors, maintenance, fuel, and necessary supplies to ensure the daily
systematic and satisfactory performance of all services specified in this scope of work shall also be
provided.
City of Fayetteville, AR
RFP 24-09, Waste Transfer and Disposal Services
Page 11 of 18
3. PROPOSAL REQUIREMENTS:
In addition to submitting the completed and signed RFP form, Proposers shall also include the following with
Proposal:
a. An itemized list of Proposer's equipment available for use on this Contract, or an itemized list of proposed
equipment with proof of financial strength to procure proposed equipment upon Contract award.
Contractor shall provide trucks, trailers, and any necessary equipment to dump at landfill or disposal site.
b. A copy of most recent, certified financial statement of Proposer, (or its parent corporation if individual
subsidiary or division financial statements are not prepared and/or available) certified by a certified public
accountant (CPA) firm.
c. Evidence, in form and substance satisfactory to the City of Fayetteville, that Proposer (or Proposer's
subsidiary or affiliate) has been in business at least five (5) years and possesses not less than three (3)
years actual operating experience in solid waste transport and/or disposal handling no less than 50,000
tons per year.
d. Name and location of landfill or disposal site, including evidence, in form and substance satisfactory to
the City of Fayetteville, that the landfill or disposal site shall have a life in excess of the Contract length
and that proposed disposal site meets the requirements of EPA subtitle D, when applicable, and
documentation from disposal site owner that any further district, state, and federal requirements will be
met through the duration of the Contract. If disposal site other than a landfill is proposed, a copy of
disposal site's permit for operation shall be included with Proposal.
e. A copy of the Proposer's Environmental Policy Statement as well as any records of past environmental
issues.
f. A letter from a corporate surety satisfactory to the City stating that the Performance Bond(s) will be
furnished by it to the person submitting the proposal in the event it is the successful proposer. Such letter
is to be signed by an authorized representative of the surety together with a certified and effectively dated
copy of the power of attorney attached thereto. The Contractor responsible for the transportation and
disposal of solid waste received at the Fayetteville Transfer Station will be required to furnish a corporate
surety bond as security for the performance of the Contract. This surety bond shall be in the amount of
one hundred percent (100%) of the total negotiated price approved by Fayetteville City Council for the
first year of the contract. Contractor will have ten (10) business days from Contract approval by
Fayetteville City Council to provide the bond. A one hundred (100%) surety bond will be required annually
with contract renewal at the estimated tonnage of the 80,000 tons. The premium for the bond(s)
described above shall be paid by the Contractor. A certificate from the surety showing that the bond
premium(s) is/are paid in full shall accompany the bond. The surety on the bond shall be from corporate
surety company duly authorized to do business in the State of Arkansas. Bonds must be written by an "A"
rated bonding company.
4. PRICING
a. Proposals shall include all-inclusive pricing for the hauling and disposal of all solid waste received at the
Fayetteville Transfer Station at a properly licensed and permitted disposal facility and for the daily
transport of all solid waste received at the Fayetteville Transfer Station. The price and rates proposed shall
City of Fayetteville, AR
RFP 24-09, Waste Transfer and Disposal Services
Page 12 of 18
remain firm for the first two (2) years of the contract. If there are any price increases/changes during the
remainder of the Contract, this information shall be included in the Proposal as well.
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 initiated
with the next highest-ranking Proposer until an agreement is reached. The City reserves the right to reject all
offers and end the process without executing a contract.
6. CONTRACT TERMS:
The City of Fayetteville intends to enter a three (3) year contract with the awarded Proposer with the option
to renew for four (4) additional three (3) year terms.
7. PROPOSAL CONTENT:
Proposals shall be prepared simply and economically, providing a straightforward, concise description its
ability to meet the requirements for the project. Fancy bindings, colored displays, and promotional material
are not required. Emphasis should be on completeness and clarity of content. All documents should be
typewritten on standard 8 %" x 11" white pages and bound in one volume. Exceptions would be schematics,
exhibits, or other information necessary to facilitate the City of Fayetteville's ability to accurately evaluate the
proposal. Limit proposal to twenty-five (25) pages or less, excluding one -page team resumes, references, and
forms required by the City for completion.
8. SELECTION CRITERIA:
The following criteria will be used by the City to evaluate and score responsive proposals. Proposers shall
include sufficient information to allow the City to thoroughly evaluate and score the proposal. Each proposal
submitted is not required to be ranked by the selection committee. The contract may be awarded to the
most qualified firm, per the evaluation criteria listed below, based on the evaluation of the selection
committee. Following the evaluation of the proposals, the Selection Committee may request that the top-
ranking firm(s) make an oral presentation or be interviewed. If presentations are necessary, they will take
place in Fayetteville, Arkansas. Notices will be sent by the Purchasing Division.
1) 20% Qualifications in Relation to Specific Project to be Performed: Information reflecting
qualifications of the consultant, partners, and project team. Indicated specialized
experience and technical competence of the firm in connection with the type and
complexity of the service required. Subcontractors, if used, shall be listed with information
on their organization.
2) 20% Experience, Competence, and Capacity for Performance: Information reflecting the
names, titles, and qualifications (including experience and technical competence) of the
major personnel assigned to this specific project.
3) 30% 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
methods and schedules for accomplishing scope of work. Include with this the amount of
work presently underway.
City of Fayetteville, AR
RFP 24-09, Waste Transfer and Disposal Services
Page 13 of 18
4) 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.
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.
CONTINUES ON NEXT PAGE
City of Fayetteville, AR
RFP 24-09, Waste Transfer and Disposal Services
Page 14 of 18
City of Fayetteville
RFP 24-09, Waste Transfer and Disposal Services
SECTION C: Proposer 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:
FULLTIME PARTTIME
NUMBER OF EMPLOYEES PLANNED FOR THIS CONTRACT:
FULLTIME PARTTIME
PLEASE LIST FOUR (4) REFERENCES THAT YOU HAVE PREVIOUSLY PERFORMED CONTRACT SERVICES FOR WITHIN THE PAST FIVE (5)
YEARS (All fields must be completed):
1.
2.
COMPANY NAME
COMPANY NAME
CITY, STATE, ZIP
CITY, STATE, ZIP
CONTACT PERSON
CONTACT PERSON
TELEPHONE
TELEPHONE
FAX NUMBER
FAX NUMBER
E-MAIL ADDRESS
E-MAIL ADDRESS
3.
4.
COMPANY NAME
COMPANY NAME
CITY, STATE, ZIP
CITY, STATE, ZIP
CONTACT PERSON
CONTACT PERSON
TELEPHONE
TELEPHONE
FAX NUMBER
FAX NUMBER
E-MAIL ADDRESS
E-MAIL ADDRESS
City of Fayetteville, AR
RFP 24-09, Waste Transfer and Disposal Services
Page 15 of 18
City of Fayetteville
RFP 24-09, Waste Transfer and Disposal Services
SECTION D: 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 disclose if a
known relationship exists between any principal or employee of your firm and any City of Fayetteville
employee or elected City of Fayetteville official.
i. If, to your knowledge, no relationship exists, this should also be stated in your response. Failure
to disclose such a relationship may result in cancellation of a purchase and/or contract as a result
of your response. This form must be completed and returned in order for your bid/proposal to be
eligible for consideration.
PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY APPLIES TO YOUR FIRM:
1) NO KNOWN RELATIONSHIP EXISTS
2) RELATIONSHIP EXISTS (Please explain):
b. I certify that; as an officer of this organization, or per the attached letter of authorization, am duly
authorized to certify the information provided herein is accurate and true; and my organization shall
comply with all State and Federal Equal Opportunity and Non -Discrimination requirements and conditions
of employment.
c. Proposer agrees that they shall have a current, valid registration with the Arkansas Secretary of State at
time of RFP deadline OR be able to provide proof of registration before recommendation of award to
Fayetteville City Council.
d. Pursuant Arkansas Code Annotated §25-1-503, the Contractor agrees and certifies that they do not
currently boycott Israel and will not boycott Israel during anytime in which they are entering into, orwhile
in contract, with any public entity as defined in §25-1-503. If at any time during contract the contractor
decides to boycott Israel, the contractor must notify the contracted public entity in writing.
e. Pursuant 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 24-09, Waste Transfer and Disposal Services
Page 16 of 18
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:
3. ACKNOWLEDGEMENT OF ADDENDA
Acknowledge receipt of addenda for this invitation to bid, request for proposal, or request for qualification
by signing and dating below. All addendums are hereby made a part of the bid or RFP documents to the same
extent as though it were originally included therein. Proposers/Bidders should indicate their receipt of same
in the appropriate blank listed herein. Failure to do so may subject Contractor to disqualification.
ADDENDUM NO.
SIGNATURE AND PRINTED NAME
DATE ACKNOWLEDGED
4. DEBARMENT CERTIFICATION:
a. As an interested party on this project, you are required to provide debarment/suspension certification
indicating compliance with the below Federal Executive Order. Certification can be done by completing
and signing this form.
b. 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.
c. 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 24-09, Waste Transfer and Disposal Services
Page 17 of 18
5. SIGNATURE SUBMITTAL:
NAME OF COMPANY:
PHYSICAL ADDRESS:
MAILING ADDRESS:
TAX ID #: AR.
SECRETARY OF STATE FILING #:
PHONE:
FAX:
E-MAIL:
By submitting your response, you certify that
you are authorized to represent and bind your company .
SIGNATURE:
PRINTED NAME:
TITLE:
DATE:
END OF
RFP DOCUMENT
City of Fayetteville, AR
RFP 24-09, Waste Transfer and Disposal Services
Page 18 of 18
APPENDIX 6:
Fuel Surcharge Calculator
Fuel Base
1 $
3.50
Destination
ECO VISTA
Average Fuel Price based on:
Round Trip Miles
44
EIA Padd 2 Middwest
Surcharge/Mile
Surcharge/Load
$
2.1501
to
$
2.20
$
(0.26)
$
(11.44)
$
2.2001
to
$
2.25
$
(0.25)
$
(11.00)
$
2.2501
to
$
2.30
$
(0.24)
$
(10.56)
$
2.3001
to
$
2.35
$
(0.23)
$
(10.12)
$
2.3501
to
$
2.40
$
(0.22)
$
(9.68)
$
2.4001
to
$
2.45
$
(0.21)
$
(9.24)
$
2.4501
to
$
2.50
$
(0.20)
$
(8.80)
$
2.5001
to
$
2.55
$
(0.19)
$
(8.36)
$
2.5501
to
$
2.60
$
(0.18)
$
(7.92)
$
2.6001
to
$
2.65
$
(0.17)
$
(7.48)
$
2.6501
to
$
2.70
$
(0.16)
$
(7.04)
$
2.7001
to
$
2.75
$
(0.15)
$
(6.60)
$
2.7501
to
$
2.80
$
(0.14)
$
(6.16)
$
2.8001
to
$
2.85
$
(0.13)
$
(5.72)
$
2.8501
to
$
2.90
$
(0.12)
$
(5.28)
$
2.9001
to
$
2.95
$
(0.11)
$
(4.84)
$
3.00
to
$
3.0499
$
(0.10)
$
(4.40)
$
3.05
to
$
3.0999
$
(0.09)
$
(3.96)
$
3.10
to
$
3.1499
$
(0.08)
$
(3.52)
$
3.15
to
$
3.1999
$
(0.07)
$
(3.08)
$
3.20
to
$
3.2499
$
(0.06)
$
(2.64)
$
3.25
to
$
3.2999
$
(0.05)
$
(2.20)
$
3.30
to
$
3.3499
$
(0.04)
$
(1.76)
$
3.35
to
$
3.3999
$
(0.03)
$
(1.32)
$
3.40
to
$
3.4499
$
(0.02)
$
(0.88)
$
3.45
to
$
3.4999
$
(0.01)
$
(0.44)
$
3.50
to
$
3.5499
$
-
$
-
$
3.55
to
$
3.5999
$
0.01
$
0.44
$
3.60
to
$
3.6499
$
0.02
$
0.88
$
3.65
to
$
3.6999
$
0.03
$
1.32
$
3.70
to
$
3.7499
$
0.04
$
1.76
$
3.75
to
$
3.7999
$
0.05
$
2.20
$
3.80
to
$
3.8499
$
0.06
$
2.64
$
3.85
to
$
3.8999
$
0.07
$
3.08
$
3.90
to
$
3.9499
$
0.08
$
3.52
$
3.95
to
$
3.9999
$
0.09
$
3.96
$
4.00
to
$
4.0499
$
0.10
$
4.40
$
4.05
to
$
4.0999
$
0.11
$
4.84
$
4.10
to
$
4.1499
$
0.12
$
5.28
$
4.15
to
$
4.1999
$
0.13
$
5.72
$
4.20
to
$
4.2499
$
0.14
$
6.16
$
4.25
to
$
4.2999
$
0.15
$
6.60
$
4.30
to
$
4.3499
$
0.16
$
7.04
$
4.35
to
$
4.3999
$
0.17
$
7.48
$
4.40
to
$
4.4499
$
0.18
$
7.92
$
4.45
to
$
4.4999
$
0.19
$
8.36
$
4.50
to
$
4.5499
$
0.20
$
8.80
$
4.55
to
$
4.5999
$
0.21
$
9.24
$
4.60
to
$
4.6499
$
0.22
$
9.68
$
4.65
to
$
4.6999
$
0.23
$
10.12
$
4.70
to
$
4.7499
$
0.24
$
10.56
$
4.75
to
$
4.7999
$
0.25
$
11.00
$
4.80
to
$
4.8499
$
0.26
$
11.44
$
4.85
to
$
4.8999
$
0.27
$
11.88
$
4.90
to
$
4.9499
$
0.28
$
12.32
$
4.95
to
$
4.9999
$
0.29
$
12.76
$
5.00
to
$
5.0499
$
0.30
$
13.20
$
5.05
to
$
5.0999
$
0.31
$
13.64
$
5.10
to
$
5.1499
$
0.32
$
14.08
$
5.15
to
$
5.1999
$
0.33
$
14.52
$
5.20
to
$
5.2499
$
0.34
$
14.96
$
5.25
to
$
5.2999
$
0.35
$
15.40
$
5.30
to
$
5.3499
$
0.36
$
15.84
$
5.35
to
$
5.3999
$
0.37
$
16.28
$
5.40
to
$
5.4499
$
0.38
$
16.72
$
5.45
to
$
5.4999
$
0.39
$
17.16
$
5.50
to
$
5.5499
$
0.40
$
17.60
$
5.55
to
$
5.5999
$
0.41
$
18.04
$
5.60
to
$
5.6499
$
0.42
$
18.48
$
5.65
to
$
5.6999
$
0.43
$
18.92
$
5.70
to
$
5.7499
$
0.44
$
19.36
$
5.75
to
$
5.7999
$
0.45
$
19.80
$
5.80
to
$
5.8499
$
0.46
$
20.24
$
5.85
to
$
5.8999
$
0.47
$
20.68
$
5.90
to
$
5.9499
$
0.48
$
21.12
$
5.95
to
$
5.9999
$
0.49
$
21.56
$
6.00
to
$
6.0499
$
0.50
$
22.00
$
6.05
to
$
6.0999
$
0.51
$
22.44
$
6.10
to
$
6.1499
$
0.52
$
22.88
$
6.15
to
$
6.1999
$
0.53
$
23.32
$
6.20
to
$
6.2499
$
0.54
$
23.76
$
6.25
Ito
$
6.2999
$
0.55
$
24.20
$
6.30
Ito
$
6.3499
$
0.56
$
24.64
$
6.35
Ito
I $
6.3999
$
0.57
$
25.08
$
6.40
to
$
6.4499
$
0.58
$
25.52
$
6.45
to
$
6.4999
$
0.59
$
25.96
$
6.50
to
$
6.5499
$
0.60
$
26.40
$
6.55
to
$
6.5999
$
0.61
$
26.84
$
6.60
to
$
6.6499
$
0.62
$
27.28
APPENDIX C
Additional Forms:
June 6, 2024
WM's proposal in response to the City's RFP is conditioned on the following exceptions:
1. These exceptions are part of WM's bid proposal package and are intended to become part of the final
negotiated contract between the parties and/or these exceptions should be included in the services
agreement and contract documents (hereinafter the "Contract") referenced in Section 25 of the General
Terms and Conditions (hereinafter the "Terms") on page 9 of the RFP.
WM takes exception to certain language in Section 12 of the Terms on page 6 of the RFP that states the
bidder agrees to make the proposed prices for this RFP available to all government entities. WM objects
to this stipulation and requires individual governmental entities to bid separately for disposal services
because service routes and equipment may be unique.
WM wishes to clarify certain language in Section 14(a) of Terms on page 7 of the RFP concerning the
right to audit WM's records. WM will maintain accurate records whereby the City may inspect any
books, records and/or accounts, which shall be limited to information concerning WM's bonds,
insurance, services provided, and rates charged perthe final contract. Beyond that, WM takes exception.
The City shall not have the right to audit WM's records or books to determine profits or general
administrative and overhead expenses. Additionally, WM requires prior reasonable written notice to
audit such records at WM's corporate headquarters in Houston, TX.
WM agrees to defend and indemnify the City against damages, claims, costs, and lawsuits to the extent
arising out of WM's negligent acts or omissions and willful misconduct or its violation of any applicable
law. WM takes exception to the indemnification language in Section 15 of the Terms on page 7 of the
RFP, which is overbroad and would make WM responsible for potential claims or damages it did not
cause. WM reserves the right to negotiate mutually agreeable language regarding its indemnification
obligations.
WM has sufficient insurance to meet the City's insurance policy limit requirements in Section 18 of the
Terms on page 7 of the RFP; however, WM takes exception certain language in Section 18 regarding the
City's additional insured status on grounds that additional insured status is not allowed on WM's
workers' compensation nor its employer's liability policies.
WM takes exception to the language in Section 20(a) of the Terms on page 8 of the RFP that allows the
City to terminate the Contract without cause on 30 days' notice. WM is committing equipment and labor
to provide its services and cannot agree to a termination without cause provision. Furthermore, WM
requires the right to cure any alleged failures or deficiencies within 30 days after receipt of notice from
the City before the City can terminate the Contract for cause. WM takes exception to the language that
allows the City to immediately terminate the Contract for cause without a right for WM to cure.
7. WM objects to the language in Section 20(b) of the Terms on page 8 of the RFP pertaining to the City's
right to immediately cancel the Contract in the event of an alleged breach of contract. WM requires the
right to cure any alleged failures, deficiencies or breaches within 30 days after receipt of notice from the
City before the City can terminate the Contract for cause. WM takes exception to the language that
allows the City to immediately terminate the Contract for cause without a right for WM to cure.
Regarding the language in Section 20(c) of the Terms on page 8 of the RFP pertaining to the City's right
to cancel the Contact and obtain services from another source, WM requires that if its services are not
satisfactory or are determined to be inconsistent with the Contract or the City's order that the City
provide WM with written notice of the failure or alleged inconsistency and allow WM at least 30 days
from receipt of such notice to cure the failure(s) or refute the inconsistency before the City has the right
to terminate the Contract. Such notice to WM should normally be made close in time to the service date
in question.
9. WM's proposal is based on being exclusively awarded all the transportation and disposal services
encompassed within the RFP and included in WM's proposal. WM takes exception to the language in
Section 22 of the Terms on page 8 of the RFP that allows the City to concurrently contract with other
companies for similar work if the City deems such action to be in the Cit's best interest.
10. WM wishes to clarify the language in Section 24 of the Terms on page 9 of the RFP regarding the right
of the City to request additional services under this RFP. WM requires that any such additional services
shall be mutually agreed upon by WM and memorialized in a written amendment to the Contract that
is been executed by both parties. To the extent otherwise, WM takes exception.
11. WM objects to the language in Section 4 of the Scope of Services and General Information (hereinafter
the "Scope") on page 12 of the RFP requiring WM's rates to remain firm for the first two years of the
Contract. WM requires a base rate for its services as set forth in the proposal, which the rate can be kept
firm for only the first two years of the Contract. Thereafter, the base rate shall be adjusted annually
based on the average monthly increase during the applicable 12-month period in the Consumer Price
Index for Water, Sewer, and Trash. This methodology will be used annually during the initial and any
renewal terms. The following is a representation of the annual rate adjustments calculation:
Annual Adlustments. The parties agree that beginning on XXX and on each XXXX thereafter, the Base
Rates will be adjusted by the percentage increase equal to the annual percentage change in the average
Consumer Price Index, US City Average for All Urban Consumers, Water, Sewer Trash, Not Seasonally
Adjusted, (published by the United States Bureau of Labor Statistics, Consumer Price Index (the "CPI")
over the 12 most recently published months compared to the average CPI for the previous 12-month
period. The CPI published on the first Monday priorto the end of the month (orthe first business day
thereafter if such Monday is a Federal Holiday) shall be used to determine the monthly change. The
annual percentage change shall be calculated by subtracting the average CPI value for the previous
12-months from the average CPI value for the most recent 12-month period, the result of which shall
be divided by the prior 12-month period average. An example of the CPI annual increase calculation
follows:
January 2020 through December 2020 compared to January 2021 to December 2021
Index
2020 12-Month
2021 12-
Change
Applied
Average
Month
Percentage
Average
Change
CPI —
Water, Sewer,
252.46
261.47
9.01
3.6%
Trash
(9.01 /252.46)
The calculated change shall be carried to three places to the right of the decimal and rounded to the
nearest thousandths. The percentage adjustment will be applied to the then current rates for services,
as adjusted hereunder. In the event the U.S. Department of Labor, Bureau of Labor Statistics ceases to
publish the CPI, the parties hereto agree to substitute another equally authoritative measure of change
in the purchasing power of the U.S. dollar as may be then available so as to carry out the intent of this
provision.
12. WM takes exception to the language in Section 6 of the Scope on page 13 of the RFP that says the City
has the option to renew or extend the Contract. WM requires that any renewal options must be mutually
agreed to by both parties in writing.
13. WM requires the final contract between the parties to include language that accurately reflects the
scope of services and rights and obligations agreed to by the parties, as well as, necessary definitions,
including but not limited to, the following:
a.WM requires a definition for "Disposal Facility' to mean the landfill known as the Eco-Vista Landfill,
located at 2210 WM Drive, Springdale, AR 72762, which is which is utilized, owned, and operated by
WM and permitted to receive Solid Waste, Yard Waste, C&D and/or Special Waste by the applicable
federal, state, and/or local agency.
b.WM requires a definition for "Transfer Station" to mean the Fayetteville Solid Waste Transfer
Station, located at 1560 S. Happy Hollow Road, Fayetteville, Arkansas 72701, which is utilized, owned
and operated by the City and permitted to receive Solid Waste, Yard Waste, C&D and/or Special Waste
by the applicable federal, state, and/or local agency.
c.WM requires a definition for "Solid Waste" or "Waste" to mean all non -hazardous Garbage,
Rubbish, Yard Waste and/or C&D that can legally be received at the Transfer Station and Disposal
Facility. The term "Solid Waste" or "Waste" specifically excludes Unacceptable Waste.
d.WM requires a definition for "Acceptable Waste" to mean Waste that may be legally received and
accepted at the Transfer Station and the Disposal Facility. Acceptable Waste shall not include any
Hazardous Waste, toxic wastes, Special Waste that has not been profiled and pre -approved in by WM
in writing, as defined below and by Federal, State or local law or regulations, or any other waste, which
is not acceptable under Federal, State or local law, regulations, or permit at the Transfer Station or
Disposal Facility.
e.WM requires a definition "Garbage" to mean Waste consisting of putrescible or animal and
vegetable waste materials resulting from the handling, preparation, cooking, and consumption of food,
including waste materials from markets, storage facilities, handling and sale of produce and other food
products, and all dead animals of less than ten pounds (10 Ibs) in weight, except those slaughtered for
human consumption.
f.WM requires a definition of "Yard Waste" to mean any vegetative matter resulting from private
landscaping or regular yard maintenance, including, but not limited to, tree limbs, branches, yard debris,
bagged grass clippings and bagged leaves, excluding items over six (6) feet long and four (4) inches in
diameter.
g.WM requires a definition of "Rubbish" to mean nonputrescible Solid Waste (excluding ashes),
consisting of both combustible and noncombustible waste materials. Combustible rubbish includes
paper, rags, cartons, wood, excelsior, furniture, rubber, plastics or similar materials; noncombustible
rubbish includes glass, crockery, tin cans, aluminum cans, metal furniture, and similar materials that will
not burn at ordinary incinerator temperatures (1,600 degrees Fahrenheit to 1,800 degrees Fahrenheit).
h.WM requires a definition of "Medical Waste" to mean Waste generated by health care related
facilities and associated with health care activities, not including Garbage or Rubbish generated from
offices, kitchens, or other non -health-care activities. The term includes Special Waste from health care -
related facilities which is comprised of animal waste, bulk blood and blood products, microbiological
waste, pathological waste, and sharps as those terms are defined in in Ark. Code Ann. §20-32-101
(relating to Definitions).
i.WM requires a definition for "Construction and Demolition Debris" or "C&D" to mean materials
resulting from construction, remodeling, repair, or demolition operations. Such materials include, but
are not limited to, dirt, sand, rock, bricks, plaster, gypsum wallboard, aluminum, glass, asphalt material,
plastic pipe, roofing material, carpeting, concrete, wood, masonry, trees, remnants of new construction
materials, including paper, plastic, carpet scraps, wood scraps, scrap metal, building materials, and
packaging. With the exception of soil, concrete and asphalt, Construction and Demolition Debris does
not include Unacceptable Waste.
j.WM requires a definition for "Special Waste" to mean waste materials that require special handling
and management due to the nature of the waste, including, but not limited to, the following: (i.)
containerized waste (e.g. a drum, barrel, portable tank, box, pail, etc.), (ii.) waste transported in bulk
tanker, (iii.) liquid waste, (iv.) sludge waste, (v.) waste from an industrial process, (vi.) waste from a
pollution control process, (vii.) residue and debris from the cleanup of a spill or release of chemical(s),
or (viii.) any other waste defined by applicable law, rule or regulation as "Special Waste."
k.WM requires a definition for "Unacceptable Waste" to mean any waste or material that (i) the
acceptance and handling of which by WM would cause a violation of any permit, condition, legal or
regulatory requirement, (ii) can cause substantial damage to WM's equipment or facilities, (iii) presents
a danger to the health or safety of the public or WM's employees, (iv) is or contains Hazardous Waste,
industrial waste, liquid waste, Special Waste that has not been profiled and pre -approved by WM,
untreated Medical Waste, dead animals weighing ten pounds (10 lbs.) or greater, (v) is or contains solid
or dissolved material in domestic sewage, or solid or dissolved material in irrigation return flows, or
industrial discharges subject to regulation by permit, or (vi) results from activities associated with the
exploration, development, or production of oil or gas or geothermal resources, (vii) is or contains fuels,
(viii) is or contains motor oil or paint, (ix) is or contains televisions, (x) is or contains batteries, (xi) is or
contains florescent light bulbs, (xii) is or contains white goods (household appliances), (xiii) is or contains
treated/de-characterized wastes, (xiv) is or contains any waste tires, (xivi) is or contains sludge, (xivii) is
or contains waste or materials that may adversely affect the operations of the disposal facility or transfer
station regardless if such waste or materials could be legally received, and/or (xiviii) is or contains other
solid or liquid waste specifically prohibited for disposal at the Disposal Facility or Transfer Station by
Arkansas Department of Environmental Quality (ADEQ) or any other regulatory agency having
jurisdiction over such landfill, in accordance with applicable law. Title to and liability for Unacceptable
Waste shall remain with the generator all times. WM has no obligation to accept, transport, process or
dispose of any Unacceptable Waste.
I.If the City tenders Unacceptable Waste in breach of the final negotiated contract between the
parties, WM may in its sole discretion either remove, manage, handle, store, treat, and/or dispose of
that Unacceptable Waste and charge the City for the costs, expenses, damages, fines, and penalties
arising out of such activities or require the City to promptly remove, manage, handle, or dispose of the
Unacceptable Waste from the Disposal Facility at the City's sole cost. The City shall pay or reimburse
WM for any and all costs, damages and/or fines incurred as a result of or relating to the City's tender or
delivery of Unacceptable Waste, including costs of inspection, testing, analysis, legal fees, professional
consulting fees, or removal costs.
m.A force majeure" clause providing that neither party shall be in default for its failure to perform
or suspend performance, in whole or in part, due to events or threats of events beyond its reasonable
control, whether or not foreseeable, including, but not limited to, fires, floods, tornadoes, hurricanes,
ice storms, acts of war or terrorism, riots, epidemics, pandemics, imposition of new or modified
domestic or foreign laws, governmental orders, acts of God, and the inability to obtain labor, materials
or equipment due to the foregoing circumstances. The affected party shall be excused from
performance during the occurrence of such events.
n.lf the City fails to timely pay WM's invoices, WM shall have the right to assess a late fee or late
charge to the extent allowed by law. WM also shall have, upon providing written notice to City, the right
to suspend its services if payment is more than 60 days' past due.
o.WM is entitled to an increase in its rates to offset changes in conditions that WM does not control,
but which increase WM's costs, such as changes in or new governmental laws, ordinances, rules,
regulations or the enforcement thereof, changes in landfill disposal rates, and other conditions that
increase WM's costs. WM agrees to give the City thirty (30) days' written notice of such increase, and to
provide documentation substantiating such increase.
p.WM requires the City to pay a Quarterly True Up payment to WM if the City is performing the
loading of Solid Waste at the Transfer Station. If the City does not achieve a twenty (20) or twenty-three
(23) tons per load quarterly average(City selects 20 or 23 ton price structure), then the City shall pay to
WM the difference for any short falls as set forth per the following example below ("Quarterly True
Up„).
Quarterly True up
Example: Fayetteville to ECO at 23 tpl
Minimum TPL:
23
Rate Per Ton:
$14.67
Quarterly Total Tons:
1,000
Quarterly Total Loads:
45
Quarterly Average TPL (Total Tons/Total Loads):
22.22
Missed Average TPL (Minimum TPL-Quarterly Average TPL):
0.78
Missed Tons (Quarterly Total Loads x Missed Average TPL):
35
WM Pays MBI For Minimum Charges (Missed Tons x Rate Per Ton):
$513.45
q.WM requires the City to pay a fuel surcharge in addition to the base rates for transportation, disposal and any
Quarterly True Up payment. The City shall pay a fuel surcharge as follows ("Fuel Surcharge"): In the event that
the price of fuel deviates from the threshold price per gallon, a mileage based fuel surcharge (or discount) shall
be applied on a per haul basis. The surcharge will increase or decrease by one cent ($.01) per mile for every 5-cent
increase or decrease in the price of diesel fuel above or below the threshold price of $3.00 per gallon, as
determined by the corresponding per mile surcharge shown in the table below. Calculations shall be made the
first week of each month based upon the United States Energy Information Administration's (EIA) U.S. On -Highway
Diesel Fuel Price Index for PADD 2 (Midwest) price as reported on their website at
http://www.eia.gov/petroleum/gasdiesel/ or phone no. (202) 586-6966, will be used as typically announced each
Monday, or on Tuesday when Monday is a federal holiday*.
FSC Calculator
Fuel Base $ 3.00 Destination ECO VISTA
Average Fuel Price based on:
Round Trip Miles
44
EIA Padd 2 Middwest
Surcharge/Mile
Surcharge/Load
$
2.1501
to
$
2.20
$
(0.16)
$
(7.04)
$
2.2001
to
$
2.25
$
(0.15)
$
(6.60)
$
2.2501
to
$
2.30
$
(0.14)
$
(6.16)
$
2.3001
to
$
2.35
$
(0.13)
$
(5.72)
$
2.3501
to
$
2.40
$
(0.12)
$
(5.28)
$
2.4001
to
$
2.45
$
(0.11)
$
(4.84)
$
2.4501
to
$
2.50
$
(0.10)
$
(4.40)
$
2.5001
to
$
2.55
$
(0.09)
$
(3.96)
$
2.5501
to
$
2.60
$
(0.08)
$
(3.52)
$
2.6001
to
$
2.65
$
(0.07)
$
(3.08)
$
2.6501
to
$
2.70
$
(0.06)
$
(2.64)
$
2.7001
to
$
2.75
$
(0.05)
$
(2.20)
$
2.7501
to
$
2.80
$
(0.04)
$
(1.76)
$
2.8001
to
$
2.85
$
(0.03)
$
(1.32)
$
2.8501
to
$
2.90
$
(0.02)
$
(0.88)
$
2.9001
to
$
2.95
$
(0.01)
$
(0.44)
$
3.00
to
$
3.0499
$
-
$
-
$
3.05
to
$
3.0999
$
0.01
$
0.44
$
3.10
to
$
3.1499
$
0.02
$
0.88
$
3.15
to
$
3.1999
$
0.03
$
1.32
$
3.20
to
$
3.2499
$
0.04
$
1.76
$
3.25
to
$
3.2999
$
0.05
$
2.20
$
3.30
to
$
3.3499
$
0.06
$
2.64
$
3.35
to
$
3.3999
$
0.07
$
3.08
$
3.40
to
$
3.4499
$
0.08
$
3.52
$
3.45
to
$
3.4999
$
0.09
$
3.96
$
3.50
to
$
3.5499
$
0.10
$
4.40
$
3.55
to
$
3.5999
$
0.11
$
4.84
$
3.60
to
$
3.6499
$
0.12
$
5.28
$
3.65
to
$
3.6999
$
0.13
$
5.72
$
3.70
to
$
3.7499
$
0.14
$
6.16
$
3.75
to
$
3.7999
$
0.15
$
6.60
$
3.80
to
$
3.8499
$
0.16
$
7.04
$
3.85
to
$
3.8999
$
0.17
$
7.48
$
3.90
to
$
3.9499
$
0.18
$
7.92
$
3.95
to
$
3.9999
$
0.19
$
8.36
$
4.00
to
$
4.0499
$
0.20
$
8.80
$
4.05
to
$
4.0999
$
0.21
$
9.24
$
4.10
to
$
4.1499
$
0.22
$
9.68
$
4.15
to
$
4.1999
$
0.23
$
10.12
$
4.20
to
$
4.2499
$
0.24
$
10.56
$
4.25
to
$
4.2999
$
0.25
$
11.00
$
4.30
to
$
4.3499
$
0.26
$
11.44
$
4.35
to
$
4.3999
$
0.27
$
11.88
$
4.40
to
$
4.4499
$
0.28
$
12.32
$
4.45
to
$
4.4999
$
0.29
$
12.76
$
4.50
to
$
4.5499
$
0.30
$
13.20
$
4.55
to
$
4.5999
$
0.31
$
13.64
$
4.60
to
$
4.6499
$
0.32
$
14.08
$
4.65
to
$
4.6999
$
0.33
$
14.52
$
4.70
to
$
4.7499
$
0.34
$
14.96
$
4.75
to
$
4.7999
$
0.35
$
15.40
$
4.80
to
$
4.8499
$
0.36
$
15.84
$
4.85
to
$
4.8999
$
0.37
$
16.28
$
4.90
to
$
4.9499
$
0.38
$
16.72
$
4.95
to
$
4.9999
$
0.39
$
17.16
$
5.00
to
$
5.0499
$
0.40
$
17.60
$
5.05
to
$
5.0999
$
0.41
$
18.04
$
5.10
to
$
5.1499
$
0.42
$
18.48
$
5.15
to
$
5.1999
$
0.43
$
18.92
$
5.20
to
$
5.2499
$
0.44
$
19.36
$
5.25
to
$
5.2999
$
0.45
$
19.80
$
5.30
to
$
5.3499
$
0.46
$
20.24
$
5.35
to
$
5.3999
$
0.47
$
20.68
$
5.40
to
$
5.4499
$
0.48
$
21.12
$
5.45
to
$
5.4999
$
0.49
$
21.56
$
5.50
to
$
5.5499
$
0.50
$
22.00
$
5.55
to
$
5.5999
$
0.51
$
22.44
$
5.60
to
$
5.6499
$
0.52
$
22.88
$
5.65
to
$
5.6999
$
0.53
$
23.32
$
5.70
to
$
5.7499
$
0.54
$
23.76
$
5.75
to
$
5.7999
$
0.55
$
24.20
$
5.80
to
$
5.8499
$
0.56
$
24.64
$
5.85
to
$
5.8999
$
0.57
$
25.08
$
5.90
to
$
5.9499
$
0.58
$
25.52
$
5.95
to
$
5.9999
$
0.59
$
25.96
$
6.00
to
$
6.0499
$
0.60
$
26.40
$
6.05
to
$
6.0999
$
0.61
$
26.84
$
6.10
to
$
6.1499
$
0.62
$
27.28
$
6.15
to
$
6.1999
$
0.63
$
27.72
$
6.20
to
$
6.2499
$
0.64
$
28.16
$
6.25
to
$
6.2999
$
0.65
$
28.60
$
6.30
to
$
6.3499
$
0.66
$
29.04
$
6.35
to
$
6.3999
$
0.67
$
29.48
$
6.40
to
$
6.4499
$
0.68
$
29.92
$
6.45
to
$
6.4999
$
0.69
$
30.36
$
6.50
to
$
6.5499
$
0.70
$
30.80
$
6.55
to
$
6.5999
$
0.71
$
31.24
$ 6.60 1 to 1 $ 6.6499 1 $ 0.72 1 $ 31.68
Table Continues above and below at same formula
r.Definitions of terms and other language that accurately reflects the scope of services and the parties agreed
upon obligations and rights.
WM's prices and submission in response to this RFP is conditioned upon the parties' entry into a contract that is
appropriate for the services being requested and that contains mutually acceptable terms to both parties.
Neither WM nor the City has any obligation to sign a final contract without negotiation of the terms and each
party's agreement to the final language. WM looks forward to working with City to reach mutually agreeable
contract terms.
Permits
DIVISIONOF
mwnRO
IMRONMINTAL QUADII'
NORM 1i"RE ROCK,
•��� NORM LITTLE ROCn. AR )2118531]
David Conrad
100 Two Pine Drive
North Little Rock, AR 72117
NOTICE OF FINAL PERMITTING DECISION
1 E FINAL
class OF
i.i_ decision: 7. 2023
AFI1 12.11144; Puma Na 0290.54-1
- -
NOTICE OFFINAL PERM rTTINGDECISION
Eco Ysta.`C
t
Date of Decision: July 31, 2023
_
22101a Management D.Ne
SF-0— .r— 72762
AFIN: 72-00144; Fermi! No. 0290 51 R4
The Proctor ho un,Rd • final -—long dec— Im ew abo.e nfsranced
Eco Vista, LLC
e.
F'
171
d.— was made upon consideration of the completed application, the public
record.ardetha. materialzpro��ded bylaw or ng I.—spPcnble 1.N—PP-1—.
2210 Waste Management Drive
!
Ef— March 17. 2023, tM Ahamas Department of Energy and Enwr —t, D.—,on of
5 ale, AR 72762
Pr'ngd
Environmenul Owe,y (DEG) hasappmved the a I-t- bra Class 4 Parma Ewaml4n punuamtp
Ahamas Pollution Coneel and Ecology Commrsvon IAPC&ECI Rule 22 for Parma No. 0290-54-R2 end
AFIN4.5tmement of &as�aiarthe decaion and DEO'z Response to Commenb is evtilableon
The Director has .,,.ad a final permitting difforetheabove referenced permit. The Diretto/s
. ..c.
DEC', wabsrca a wto adeo am ar_us7downlpadw+ebDabbasaz5ol�dWastemerminedFaolmasl
decision was made upon consideration oldie, —pt.od appl,cati.n. the public comments on the
GG-Do 83496.odf To requnt •copy of the documenu plea»-11501 L82-0865.
record, and he, matenals provided by law or regulation appl'Icabla to the application.
The applicant and any .n — ubmmad wbl- nso.d may-— commeae on the an
The Arkansas Department of Energy and Envirorunent, O-sron of Environmental Quality IDEQI has
edluM.1 hearing and Commission rar;aw o1 the foal permimng tledabn as provitlad by APC.EC
Rule &, Chap-6 .
eeu
lad a final per-ft, ng decision approving the application for a Cie. 1 Landfill ERpermlon pursuant
1, Kann 131— hereby comfy that this NOTICE OF FINAL PERMITTING DECISION iswed on
to Arkansas Pollution Control and Ecology Commission (APC&EC) Rule 22 for AFIN 72-00144:
March 112023,h.sbeen mulad by fist den mail tol1eaddnsseeof1hispos1—
Permit No. 0290-51-R4. A Statement of Bean for the C.ci—n and DEQ's Response 1. Comments is
evalable on DEQrs wemize a, rw deq.sbab.at.w/dswanbads/1MobD*Ub a s/SolidwaAe/
hseiroedFedlltl-M—Doo/9"119.pdf.
Raven a—
Theroots,ofthefinal permittingdecision wasmailed 1. theapplicanton July 31,2023. The —fi.t.
of service for this final pM M,9 id-- as required by APC&EC Rule B. is part of the permitting
acond and—1ablethrough the hyperlink above.
The applicant and any person who submitted public comments on the —rd may request an
adrydicatory hean,9 and Commission rer;ew of the final perminsng decision as provided by APC&EC
Rule 8, Chapter 6.
/`
iER
,O-,
DIVISION of
EWRONMEMALOBALITY
I*I '
30t NORTeSNORE pRrvE 3119.a317
aN-T—ITTLE11-1 AM
Permits
Recieved From: Nierengarten, Peter 12/09/2024 8:19 AM
CONTRACT FOR WASTE TRANSFER AND DISPOSAL SERVICES
This Contract for Waste Transfer and Disposal Services (the "Contract"), is made and
entered into this December 17, 2024 by and between the City of Fayetteville, Arkansas, a
municipal corporation, ("the City") and Eco-Vista, LLC ("Waste Management" or "Contractor")
IN CONSIDERATION of mutual promises of the parties contained herein and other good
and valuable consideration, the parties agree as follows:
1. DEFINITIONS: As used herein this Contract, the following terms shall have the following
meanings:
a. "Disposal Facility" - means the landfill known as the Eco-Vista Landfill, located at
2210 WM Drive, Springdale, AR 72762, which is which is utilized, owned, and operated
by Contractor and permitted to receive Solid Waste, C&D and/or Special Waste by the
applicable federal, state, and/or local agency, or another duly permitted landfill operated
in compliance with the regulations stipulated by the applicable state agency and/or the
U.S. Environmental Protection Agency.
b. "Transfer Station" — means the Fayetteville Solid Waste Transfer Station, located
at 1560 S. Happy Hollow Road, Fayetteville, Arkansas 72701, which is utilized, owned
and operated by the City and permitted to receive Solid Waste, Yard Waste, C&D and/or
Special Waste by the applicable federal, state, and/or local agency.
C. "Solid Waste" — means all non -hazardous Garbage, Rubbish, and/or C&D that can
legally be received at the Transfer Station and Disposal Facility. The term "Solid Waste"
specifically excludes Unacceptable Waste.
d. "Garbage" — means waste materials consisting of putrescible or animal and
vegetable waste materials resulting from the handling, preparation, cooking, and
consumption of food, including waste materials from markets, storage facilities, handling
and sale of produce and other food products, and all dead animals of less than ten pounds
(10 lbs) in weight, except those slaughtered for human consumption.
e. "Rubbish" — means nonputrescible waste materials (excluding ashes), consisting of
both combustible and noncombustible waste materials. Combustible rubbish includes
paper, rags, cartons, wood, excelsior, furniture, rubber, plastics or similar materials;
noncombustible rubbish includes glass, crockery, tin cans, aluminum cans, metal
furniture, and similar materials that will not burn at ordinary incinerator temperatures
(1,600 degrees Fahrenheit to 1,800 degrees Fahrenheit).
f. "Medical Waste" means waste materials generated by healthcare related facilities
and associated with health care activities, not including Garbage or Rubbish generated
from offices, kitchens, or other non -health-care activities. The term includes Special
Waste from health care -related facilities which is comprised of animal waste, bulk blood
and blood products, microbiological waste, pathological waste, and sharps as those terms
are defined in in Ark. Code Ann. §20-32-101 (relating to Definitions).
g. "Construction and Demolition Debris" or "C&D" — means materials resulting from
construction, remodeling, repair, or demolition operations. Such materials include, but are
not limited to, dirt, sand, rock, bricks, plaster, gypsum wallboard, aluminum, glass, asphalt
material, plastic pipe, roofing material, carpeting, concrete, wood, masonry, trees,
remnants of new construction materials, including paper, plastic, carpet scraps, wood
scraps, scrap metal, building materials, and packaging. With the exception of soil,
concrete and asphalt, Construction and Demolition Debris does not include Unacceptable
Waste.
h. "Special Waste" — means waste materials that require special handling and
management due to the nature of the waste, including, but not limited to, the following:
(i.) containerized waste (e.g. a drum, barrel, portable tank, box, pail, etc.), (ii.) waste
transported in bulk tanker, (iii.) liquid waste, (iv.) sludge waste, (v.) waste from an
industrial process, (vi.) waste from a pollution control process, (vii.) residue and debris
from the cleanup of a spill or release of chemical(s), or (viii.) any other waste defined by
applicable law, rule or regulation as "Special Waste."
i. "Unacceptable Waste" - any waste or material that (i) the acceptance and handling
of which by Contractor would cause a violation of any permit, condition, legal or
regulatory requirement, (ii) can cause substantial damage to Contractor's equipment or
facilities, (iii) presents a danger to the health or safety of the public or Contractor's
employees, (iv) is or contains Hazardous Waste, industrial waste, liquid waste, Special
Waste that has not been profiled and pre -approved by Contractor, untreated Medical
Waste, dead animals weighing ten pounds (10 lbs.) or greater, (v) is or contains solid or
dissolved material in domestic sewage, or solid or dissolved material in irrigation return
flows, or industrial discharges subject to regulation by permit, or (vi) results from
activities associated with the exploration, development, or production of oil or gas or
geothermal resources, (vii) is or contains fuels, (viii) is or contains motor oil or paint, (ix)
is or contains televisions, (x) is or contains batteries, (xi) is or contains florescent light
bulbs, (xii) is or contains white goods (household appliances), (xiii) is or contains
treated/de-characterized wastes, (xiv) is or contains any waste tires, (xivi) is or contains
sludge, (xivii) is or contains waste or materials that may adversely affect the operations
of the Disposal Facility or Transfer Station regardless if such waste or materials could be
legally received, and/or (xiviii) is or contains other solid or liquid waste specifically
prohibited for disposal at the Disposal Facility or Transfer Station by Arkansas
Department of Environmental Quality (ADEQ) or any other regulatory agency having
jurisdiction over such landfill, in accordance with applicable law. Title to and liability for
Unacceptable Waste shall remain with the generator all times. Contractor has no
obligation to accept, transport, process or dispose of any Unacceptable Waste.
j. "Work" — means all labor, services, equipment, and material necessary for
Contractor to complete the obligations and all other requirements included in this
Contract.
2. TERM OF CONTRACT: The Contract is to take effect and continue and remain in full
force and effect for a period of three (3) years, and such period shall commence on the later of
January 1, 2025 or on the date the contract is approved by the Fayetteville City Council (the
"Effective Date") and the Contract shall automatically terminate thirty-six (36) months after the
Effective Date. The parties shall have the option to renew this Contract for a total of four (4)
successive three (3) year terms upon mutual written agreement. The option to renew can be made
effective by written notification from either party to the other party no later than ninety (90) days
prior to the expiration of the then current contract term. Notwithstanding the foregoing, this
Contract will be subject to the annual appropriation of sufficient funds for this Contract in the
budget by the Fayetteville City Council.
3. CONTRACT DOCUMENTS: The parties agree that the following documents are
incorporated into and are made a part of the Contract as if their terms and conditions were set forth
herein:
a. Appendix A: RFP 24-09, Waste Transfer and Disposal Services and its appendices that
were issued by the City ("RFP")
b. Appendix B: Fayetteville Fuel Surcharge Calculator
c. Appendix C: Contractor's exceptions to certain provisions in response to the RFP
In the event of any inconsistency or contradiction between the terms of this Contract and any of
its Appendices or attachments, the order of precedence and controlling provisions shall be as
follows: (1) this Contract; (2) Appendix C; (3) Appendix A; and (4) Appendix B.
4. CITY'S OBLIGATIONS: Obligations and services to be provided by Contractor under
the terms of this Contract shall include the following:
a. City hereby grants and the Contractor hereby accepts the sole and exclusive
contract, license and privilege to dispose of all municipal, residential and commercial
Solid Waste which is delivered to the Transfer Station.
b. City shall own, operate and maintain the Transfer Station in accordance with all
applicable laws and regulations.
C. The Transfer Station shall be open for the performance of this Contract between the
hours of 5:30 a.m. and 3:00 p.m., Monday through Friday and 5:30 a.m. and 1 1:00 a.m.
on Saturday.
d. City shall be responsible for loading the Solid Waste into Contractor's or its
subcontractor's trailers. The obligation of City to load all Solid Waste into Contractor's
or its subcontractor's trailers is an integral and material part of this Contract. City's
obligation to provide loading services shall be a continuing obligation. In the event the
City fails to meet the aforementioned loading obligations, which are not cured within
thirty (30) days of receipt of a written notice from Contractor specifying the
circumstances, then Contractor may terminate this Contract as of any date at least ten (10)
days after the last day of the thirty (30) day cure period.
e. City will be responsible for loading transport trailers with Solid Waste at payload
weights no greater than that required to reach the gross vehicle weight limitation set by
applicable law. However, in the interest of efficiency, the City is responsible for loading
Solid Waste in such a way that a standard trailer with a capacity of 115 cubic yards will
contain a minimum of 23 tons of Solid Waste. Any loads that do not meet the minimum
weight will be subject the City to paying a surcharge as described in Section 6 below.
f. City shall not load, send, or tender for delivery to Contractor any Unacceptable
Waste. Contractor shall not accept title or any liability for Unacceptable Waste loaded
onto Contractor's trucks at the Transfer Station. Title and responsibility for Unacceptable
Waste shall remain with the generator of such material. Contractor and its subcontractor
shall be obligated to monitor and observe the loading of Solid Waste at the Transfer
Station, at its own cost and expense; however, City retains responsibility for excluding
Unacceptable Waste from the material City loads into Contractor's trucks.
g. If the City loads or causes Unacceptable Waste to be delivered to the Disposal
Facility, the Contractor may in its sole discretion either remove, manage, handle, store,
treat, and/or dispose of that Unacceptable Waste and charge the City for the costs,
expenses, damages, fines, and penalties arising out of such activities or require the City to
promptly remove, manage, handle, or dispose of the Unacceptable Waste from the
Disposal Facility at the City's sole cost. City shall pay or reimburse Contractor for any
and all costs, damages and/or fines incurred as a result of or relating to the City's tender
or delivery of Unacceptable Waste, including costs of inspection, testing, analysis, legal
fees, professional consulting fees, or removal costs.
5. CONTRACTOR'S OBLIGATIONS: The obligations and services to be provided by
Contractor under the terms of this Contract shall include the following:
a. All municipal, residential and commercial Solid Waste received at the Fayetteville
Transfer Station shall be transported to a permitted and approved Disposal Site. The
parties agree that the Contractor shall primarily transport all Solid Waste from the
Transfer Station to the Eco-Vista Landfill; however, Contractor is also permitted to
transport the Solid Waste to the Ozark Ridge Landfill, located at 10140 Ozark Ridge
Access Lane, Danville, AR 72833, as an alternate facility for disposal.
b. Contractor shall have full, complete, and sole control and direction over all aspects of
its business and operation as contemplated under this Contract. Contractor shall
provide all equipment, personnel, vehicles, and management required to fulfill
Contractor's obligations under this Contract.
Contractor shall be responsible for securing necessary permits and approvals from
relevant Federal, State, and local governmental agencies having jurisdiction over its
disposal operations referenced herein; provided, however, City shall retain
responsibility for obtaining all permits and approvals related to the operation of the
Transfer Station, including without limitation, any activities related to the loading of
the Solid Waste into Contractor's or its subcontractor's trucks. During the term hereof,
Contractor shall receive and accept the City's Solid Waste from the Transfer Station
and transport and dispose of such Waste at the Disposal Facility, all in compliance with
applicable laws and regulations. This Contract excludes and Contractor has no
obligations to accept Unacceptable Waste for transport or disposal.
d. All Solid Waste shall be removed from the Transfer Station by the end of each day
(Monday through Saturday), including all holidays except New Year's Day,
Thanksgiving Day, and Christmas Day. The first transport truck shall be at the City's
Transfer Station by 5:30 AM and the last truck leaves approximately between 2:00 PM
— 3:00 PM (M-F) and by 11:00 AM on Saturdays.
e. Transporting of all Solid Waste shall be contained, tied, or enclosed, so that leaking,
spilling, or blowing of waste is prevented.
f. Contractor shall provide detailed inventory of assets illustrating that there is an
adequate number of vehicles, trailers, and backup equipment, maintained in good
physical condition. Information on all proposed labor, supervisors, maintenance, fuel,
and necessary supplies to ensure the daily systematic and satisfactory performance of
all services specified in this scope of work shall also be provided.
g. Contractor shall prepare any required reports to all government agencies for the Work
hereunder this Contract, if applicable, and will provide copies of said reports to City.
h. Contractor shall provide to the City documented proof of disposal for each load. Such
documentation shall be provided to the City with each invoice.
6. FEES:
a. Base Rate. The City agrees to pay Contractor the current rate of $52.22 ($14.67 for
transportation and $38.55 for disposal) per ton (the "Base Rate") through December
31, 2026, for Contractor's receipt and handling of the City's Solid Waste from the
Transfer Station and the transportation and disposal of such Solid Waste at the Disposal
Facility. An additional fuel surcharge shall be added to the Base Rates based on the
surcharge further defined below during the term of this Contract.
b. CPI Increase. Beginning on January 1, 2027 and on each January I thereafter
(including in any renewal or extension terms), the Base Rate shall be automatically
adjusted by the annual percentage change in the average that the Consumer Price Index,
US City Average for All Urban Consumers (current series), Water, Sewer, Trash
Collection, Not Seasonally Adjusted, Series ID CUUROOOOSEHG ("CPI")
(https://beta.bis.gov/dataViewer/view/timeseries/CUUROOOOSEHG) has increased
over the 12 most recently published months compared to the average CPI for the
preceding twelve-month period for which the data has been published. If the above
CPI ceases to be published, the parties agree to substitute another equally authoritative
measure of change in the purchasing power of the U.S. dollar as may be then available
so as to carry out the intent of this provision.
i. The CPI published on the first Monday prior to the end of the month (or
the first business day thereafter if such Monday is a Federal Holiday)
shall be used to determine the monthly change. The annual percentage
change shall be calculated by subtracting the average CPI value for the
previous 12-months from the average CPI value for the most recent 12-
month period, the result of which shall be divided by the prior 12-month
period average. An example of the CPI annual increase calculation
follows:
Index
202012-
202112-Month
Change
Applied
Month
Average
Percentage
Average
Change
CPI — Water,
Sewer, Trash
252.46
261.47
9.01
3.6%
(9.01/252.46)
ii. Waste Management shall coordinate with the City in writing prior to
any implementation of any CPI price adjustment. Such coordination
shall include the amount of the price adjustment, documentation
substantiating the CPI published numbers, and the date the adjusted
price takes effect. The City and Waste Management shall mutually
agree on any increase, including calculation accuracy on CPI or other
equally authoritative measure as applicable, prior to any price
adjustment.
c. Surcharges. In addition to the Base Rate above, the City shall pay to Contractor the
following surcharges if the applicable conditions are met:
i. Quarterly True Up. The City shall pay a Quarterly True Up payment to
Contractor if the City does not achieve a twenty-three (23) tons per load
quarterly average. The City shall pay to Contractor the difference for any
short falls at a rate of $14.67 per missed ton, as set forth per the following
example below ("Quarterly True Up").
Quarterly True up
Example: Fayetteville to ECO at 22 tpl
Minimum TPL:
23
Rate Per Ton:
$14.67
Quarterly Total Tons:
1000
Quarterly Total Loads:
48
Quarterly Average TPL (Total Tons/Total Loads):
21.83
Missed Average TPL (Minimum TPL-Quarterly Average TPL):
1.17
Missed Tons (Quarterly Total Loads x Missed Average TPL):
56.16
WM Pays MBI For Minimum Charges (Missed Tons x Rate Per Ton):
$823.87
ii. Fuel Surcharge. The City shall pay a fuel surcharge in addition to the Base Rates
for transportation, disposal and the Quarterly True Up payment as follows
("Fuel Surcharge"): In the event that the price of fuel deviates from the
threshold price per gallon, a mileage based fuel surcharge (or discount) shall be
applied on a per haul basis. The surcharge will increase or decrease by one cent
($.01) per mile for every 5-cent increase or decrease in the price of diesel fuel
above or below the threshold price of $3.50 per gallon, as determined by the
corresponding per mile surcharge shown in the table attached as Appendix B.
Calculations shall be made the first week of each month based upon the United
States Energy Information Administration's (EIA) U.S. On -Highway Diesel
Fuel Price Index for PADD 2 (Midwest) price as reported on their website at
http://www.eia.gov/petroleum/gasdiesel/ or phone no. (202) 586-6966, will be
used as typically announced each Monday, or on Tuesday when Monday is a
federal holiday.
7. SECURING FOR PERFORMANCE — BID SECURITY: The Contractor will be
required to furnish a corporate surety bond as security for the performance of the Work under this
Contract. Said surety bond shall be in the amount of twenty five percent (25%) of the previous
year's total value of the Contract. The premium for the bond(s) described above shall be paid by
the Contractor. A certificate from the surety showing that the bond premium(s) is/are paid in full
shall accompany the bond. The surety on the bond shall be from corporate surety company duly
authorized to do business in the State of Arkansas. Bonds must be written by an "A" rated bonding
company.
8. QUANTITIES: The City makes no warranties as to the quantities of Solid Waste available
for transfer and disposal. During the term of this Contract all of the municipal, residential and
commercial waste delivered to the Transfer Station (except recyclable waste recycled as such)
shall be transported and disposed according to these Contract terms.
9. DISPOSAL SITES: Contractor shall provide evidence satisfactory to the City that the
Contractor shall at all times have a commitment for adequate landfill air space adequate to exceed
the projected needs of the Solid Waste to be disposed of hereunder during the term of the Contract,
but in any case, not less than 10 years. Disposal Site will be in compliance with the Resource
Conservation and Recovery Act, Subtitle "D" and any applicable subtitles or state, and/or local
agency regulations required of said site. Prior to any change by the Contractor of the Disposal
Site, the Contractor shall provide documentation to the City of Fayetteville that such site meets
specifications hereunder.
10. REPRESENTATIONS OF THE CITY OF FAYETTEVILLE: The City represents
and warrants that the Transfer Station shall be properly and fully permitted as a Solid Waste
transfer station by all applicable federal, state and local governmental authorities.
11. DEFAULT AND TERMINATION: Except as otherwise provided herein, if either party
defaults in the performance of any of the covenants or conditions contained herein this Contract,
and fails to cure such default within sixty (60) days after the non -defaulting party has given the
defaulting party written notice of such default (or if such default is of a nature that it cannot be
cured within such sixty (60) day period, the defaulting party fails to commence the curing of such
default within such sixty (60) day period, and fails to thereafter diligently pursue the curing
thereof) (the "Cure Period"), the non -defaulting party may: (a) terminate this Contract as of any
date which the non -defaulting party may select; (b) cure the default at the expense of the defaulting
party; and/or (c) have recourse to any other right or remedy to which it may be entitled by law,
including, but not limited to, the right to all damages or losses suffered as a result of such
termination. In the event either party waives default by the other party, such waiver shall not be
construed or determined to be a continuing waiver of the same or any subsequent breach or default.
12. AUDIT; ACCESS TO RECORDS
a. Contractor shall maintain books, records, documents and other evidence directly
pertinent to performance on Work under this Contract in accordance with generally
accepted accounting principles and practices. Contractor will provide information
within 30 calendar days of the City's request. City of Fayetteville, the State or any of
their authorized representatives shall have access to relevant books, records,
documents and other evidence for the purpose of inspection, audit and copying during
normal business hours and upon prior reasonable notice; provided, however, there
shall be no right to audit Contractor's books, records, documents and other evidence
to determine profits or general administrative and overhead expenses. Contractor will
provide proper facilities for such access and inspection.
b. Records hereunder shall be maintained and made available for a period of five (5)
calendar years or as otherwise required under Ark. Code Ann. § 14-59-114 and Ark.
Code Ann. § 14-237-112. In addition, those records which relate to any dispute between
the parties hereunder or any other claim or cause of action related to this Contract or
performance hereunder, or to costs or items to which an audit exception has been taken,
shall be maintained and made available until three years after the date of resolution of
such appeal, litigation, claim or exception.
c. Contractor will submit or assist with submission of any annual or other reports that may
be required by any applicable law, rule, regulation, code, or ordinance of the City and
any other county, state, or federal agency or entity associated with or otherwise
implicated by this Contract. If any litigation, claim, negotiation, audit monitoring,
inspection, or other action has been started before the expiration of the foregoing
required record retention period, Contractor shall retain the records require hereunder
until completion of the action and resolution of all issues which arise from it, or the end
of the required period, whichever is later.
13. INDEMNIFICATION. Contractor agrees to defend and indemnify the City against
damages, claims, costs, and lawsuits to the extent arising out of Contractor's negligent acts or
omissions and willful misconduct, or its violation of any applicable law in providing the Work
under this Contract, except that the City shall not be entitled to such indemnification from
Contractor to the extent that the City's loss, expense, damage, charge or cost arises from a willful
or negligent act or omission of the City, its officers, agents, subcontractors or employees. Upon
obtaining knowledge of any matter giving rise to possible indemnification, the City shall notify
the Contractor immediately. The Contractor shall have the right to defend or contest any such
claim or demand in the name of the City. The City shall cooperate as the Contractor may
reasonably request and shall make available to the Contractor or its representatives all records and
other materials reasonably required in such defense.
14. ADMINISTRATIVE PROVISIONS:
a. Non -Public Function. This is an agreement for the performance of specific services
described herein. Under no circumstances or conditions shall the operation of the
Disposal Facility or disposal of the Solid Waste by Contractor in accordance with this
Contract be deemed a public function, nor has City acquired an interest, ownership, or
otherwise in the real or personal property or improvements or fixtures used in providing
the transportation services and/or the disposal services at the Disposal Facility by virtue
of this Contract.
b. Resolution, by Court of Law, Non -binding Mediation. Claims, disputes, or other
matters in question between the parties to this Contract arising out of or relating to this
Contract or breach thereof shall be subject to and decided by a court of law. The parties
can agree to non -binding mediation prior to litigation.
c. Notices.
i. Delivery. Except as otherwise provided herein, any notice or other
communication between the parties hereby regarding the matters
contemplated by the Contract may be sent by United States mail (first class,
airmail, or express mail), commercial courier, or personal delivery, in each
case delivered to the address set forth below for the recipient.
ii. Receipt. Communications shall be deemed received, if by mail, on the later
of receipt or the third calendar day after deposit in the mail with postage
prepaid; if by courier, when delivered as evidenced by the courier's records;
and if by personal delivery, upon receipt. If received on a day other than a
business day, or on a business day but after 4:30 p.m., recipient's local time,
the communication will be deemed received at 9:00 a.m. the next business
day.
iii. Addresses.
1. If to City: City of Fayetteville
Solid Waste Director
113 West Mountain Street
Fayetteville, AR 72701
2. If to Contractor: Eco-Vista, LLC
Attn: Jamie Vernon, Public Sector Mgr.
88 Joyce Lane
Russellville, AR 72801
With a copy to: Waste Management
Attn: Sr. Legal Counsel for Mid -South
800 Capitol St, Suite 3000
Houston, TX 77002
d. Assignment. The provisions of this Contract shall inure to the benefit of and be binding
upon the respective successors and assignees of the parties hereto. Assignment of this
Contract or any of the rights and obligations of Contractor hereunder, in whole or in
part, requires the prior written consent of the City. Whenever the consent or approval
of a party is required under this Contract, such consent or approval will not be
unreasonably withheld, conditioned, or delayed.
e. SeverabiIity. If any term, clause, or provision of this Contract or the application thereof
to any person or circumstances shall, to any extent, be illegal, invalid, or unenforceable
under present or future laws effective during the term of this Contract then it is the
intention of the parties hereto that the remainder of this Contract, or the application of
such term, clause, or provision to persons or circumstances other than those to which it
is held illegal, invalid, or unenforceable, shall not be affected thereby; and it is also the
intention of the parties hereto that, in lieu of each term, clause, or provision that is
illegal, invalid, or unenforceable, there be added by a court of competent jurisdiction
or otherwise as a part of this Contract a term, clause, or provision as similar in terms to
illegal, invalid, or unenforceable term, clause, or provision as may be possible to effect
the expressed intent of the parties and be legal, valid, and enforceable.
f. Entire Agreement. The complete understanding between the parties is set out in this
Contract, and this Contract supersedes and voids all prior and contemporaneous
understandings, proposals, letters, agreements, or conditions expressed or implied, oral
or written, except as herein contained. Any amendment, modification, waiver, or
discharge of any requirement of this Contract will not be effective unless in writing
signed by the parties hereto or by their authorized representatives.
g. Relationship between the parties. The relationship of the parties shall be that of an
independent contractor. No principal -agent or employer -employee relationship is
created by this Contract. The parties hereto shall hold itself out in a manner contrary
to the terms of this paragraph. No party shall become liable for any representation, act,
or omission of any other party contrary to the terms of this paragraph.
h. Force Ma,ieure. No party shall have any liability to the other hereunder by reason of
any delay or failure to perform any obligation or covenant if the delay or failure to
perform is occasioned by a Force Majeure event. For purposes of this Contract, "Force
Majeure" shall mean any unforeseeable and unavoidable act of God, storm, fire,
pandemic, epidemic, casualty, unforeseeable work stoppage or labor shortage, labor
strike, lockout, labor dispute, equipment shortage or injunction, civil disturbance, riot,
war, terrorism, national emergency, , act of public enemy, lack of; national defense
requirements; imposition of government orders or changes in applicable local, state or
federal laws, rules and regulations if it is not also the result of the willful misconduct
or negligent action or inaction of the party relying thereon; or other cause of similar or
dissimilar nature beyond its control. In the event Contractor is unable to transport City
Solid Waste to the Disposal Facility because of a Force Majeure event, Contractor may,
at its sole risk, store up to a maximum of five (5) loaded vehicles and/or trailers at the
Transfer Station for a period not to exceed Federal, State, or local regulations. The
storage shall remain in effect only until normal operating conditions are restored. Any
time that City or Contractor intends to rely upon an event of Force Majeure to suspend
obligations as provided in this section, the declaring party shall notify the other party
to this Contract as soon as reasonably practicable, describing in reasonable detail the
circumstances of the event of Force Majeure. Notice shall again be given when the
effect of the event of Force Majeure has ceased.
i. Headines. The headings in this Contract are for convenience and reference and are not
intended to define or limit the scope of any provision of this Contract.
j. Counterparts. This Contract may be executed in multiple counterpart copies and by
facsimile or emailed signatures, each and all of which will be deemed an original.
15. FREEDOM OF INFORMATION ACT: City of Fayetteville contracts and documents
prepared while performing City of Fayetteville 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 photocopying costs pursuant to the FOIA may be assessed for the
compliance.
16. JURISDICTION AND VENUE: This Contract shall be interpreted and enforced
pursuant to Arkansas law. Jurisdiction and venue shall be in Washington County, Arkansas or the
United States District Court for the Western District of Arkansas.
IN CONJJZACT with the provision set out above, we sign our names below on this the
—17� day of- Qtc-t4-nher-- , 2024.
ECO-VISTA, LLC
.2.
ii A'Aotusl VP
Printed Name and Title
CITY OF FAYETTEVILLE,
ARKANSAS
M.
Lioneld Jordan, Mayor
Witness:
By: ea4lk& i lg' _
Company Secretary
Printed Name and
My Commission Expires
March 21, 2026
ROE s. wits
c3�• oti '
• STATE
OF
TENNESSEE
NOTARY _
PUSLIC
�IAMSOS1,,,`,, .
Attest:
By:
Kara Paxton, City Clerk/Treasurer