Loading...
HomeMy WebLinkAbout025-26 RESOLUTIONPage 1 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 Resolution: 25-26 File Number: 2025-2737 A RESOLUTION TO AWARD RFP 25-18 AND APPROVE A SERVICES CONTRACT WITH BELFOR USA GROUP, INC. TO PROVIDE FIRE REMEDIATION SERVICES FOR ONE YEAR WITH AN AUTOMATIC RENEWAL FOR UP TO FOUR ADDITIONAL ONE-YEAR TERMS WHEREAS, Belfor USA Group, Inc. is a national disaster recovery organization that provides 24/7 emergency restoration and cleanup services for fire, water, and storm damage that specializes in helping victims of disasters by securing properties and providing immediate assistance to minimize further damage at no cost to the City. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards RFP 25-18 and authorizes Mayor Rawn to sign a services contract with Belfor USA Group, Inc. dba 1-800-BOARDUP NW Arkansas to provide Fire Remediation Services for one year with automatic renewals for up to four additional one-year terms. PASSED and APPROVED on January 6, 2026 Approved: _______________________________ Molly Rawn, Mayor Attest: _______________________________ Kara Paxton, City Clerk Treasurer Mailing address: 113 W. Mountain Street Fayetteville, AR 72701 www.fayetteville-ar.gov CITY COUNCIL MEMO 2025-2737 MEETING OF JANUARY 6, 2026 TO: Mayor Rawn and City Council THROUGH: Brad Hardin, Fire Chief FROM: Granville Wynn, Fire Operations Manager SUBJECT: Staff requests City Council Approval & the Mayor’s Signature on the Services Contract between the City of Fayetteville and BOARDUP. RECOMMENDATION: Staff requests City Council approval and the Mayor’s signature on a Services Contract between the City of Fayetteville and BELFOR USA Group, Inc. dba 1-800-BOARDUP NW Arkansas (BOARDUP) to provide Fire Remediation Services for a period of one year with automatic renewals for up to four additional years. BACKGROUND: 1-800-BOARDUP is a national disaster recovery organization that provides 24/7 emergency restoration and cleanup services for fire, water, and storm damage. They specialize in helping victims of disasters by securing properties and providing immediate assistance to minimize further damage. Their services include board-up, roof cover, building wrap, emergency power, and temporary fencing. The organization is dedicated to supporting local firefighters and communities, ensuring that victims receive the help they need during challenging times. DISCUSSION: The Fayetteville Fire Department worked in collaboration with the City Procurement Division on a Request For Proposal (RFP) process—RFP 25-18, Fire Scene Remediation. 1-800-BOARDUP was the national disaster recovery organization selected to provide 24/7 emergency restoration and cleanup services for fire, water, and storm damage for the City of Fayetteville. BUDGET/STAFF IMPACT: There is no direct cost to the City of Fayetteville associated with this Services Contract Agreement. ATTACHMENTS: 3. Staff Review Form, 4. RFP 25-18 Contract Board Up, 5. RFP 25-18, Appendix A - City Issued RFP, 6. RFP 25-18, Appendix B - BOARDUP's Proposal, 7. BOARDUP's Certificate of Insurance Page 1 City of Fayetteville, Arkansas Legislation Text 113 West Mountain Street Fayetteville, AR 72701 (479) 575-8323 File #: 2025-2737 A RESOLUTION TO AWARD RFP 25-18 AND APPROVE A SERVICES CONTRACT WITH BELFOR USA GROUP, INC. TO PROVIDE FIRE REMEDIATION SERVICES FOR ONE YEAR WITH AN AUTOMATIC RENEWAL FOR UP TO FOUR ADDITIONAL ONE-YEAR TERMS WHEREAS, Belfor USA Group, Inc. is a national disaster recovery organization that provides 24/7 emergency restoration and cleanup services for fire, water, and storm damage that specializes in helping victims of disasters by securing properties and providing immediate assistance to minimize further damage at no cost to the City. NOW, THEREFORE, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1: That the City Council of the City of Fayetteville, Arkansas hereby awards RFP 25-18 and authorizes Mayor Rawn to sign a services contract with Belfor USA Group, Inc. dba 1-800-BOARDUP NW Arkansas to provide Fire Remediation Services for one year with automatic renewals for up to four additional one-year terms. City of Fayetteville Staff Review Form 2025-2737 Item ID 1/6/2026 City Council Meeting Date - Agenda Item Only N/A for Non-Agenda Item Brad Hardin 12/16/2025 FIRE (300) Submitted By Submitted Date Division / Department Action Recommendation: Staff requests City Council approval and the Mayor’s signature on a Services Contract between the City of Fayetteville and BELFOR USA Group, Inc. dba 1-800-BOARDUP NW Arkansas (BOARDUP) to provide Fire Remediation Services for a period of one year with automatic renewals for up to four additional years. Budget Impact: Account Number Fund Project Number Project Title Budgeted Item?No Total Amended Budget $- Expenses (Actual+Encum)$- Available Budget $- Does item have a direct cost?No Item Cost $- Is a Budget Adjustment attached?No Budget Adjustment $- Remaining Budget $- V20221130 Purchase Order Number:Previous Ordinance or Resolution # Change Order Number:Approval Date: Original Contract Number: Comments: City of Fayetteville, AR RFP 25-18, Fire Remediation Services Page 1 of 4 City of Fayetteville RFP 25-18, Fire Scene Remediation Contract: BELFOR USA Group, Inc. dba 1-800-BOARDUP NW Arkansas This contract executed this ________ day of ______________________, 2026, by and between the City of Fayetteville (hereinafter “City”) and BELFOR USA Group, Inc. dba 1-800-BOARDUP NW Arkansas (BOARDUP) in consideration of the mutual covenants contained herein, the parties agree as follows: 1.Appendices: Appendices included under this agreement include the following and shall govern in the following order. Contract language in this document shall prevail over all exhibits: a.Appendix A: City Issued Solicitation for RFP 25-18, Fire Scene Remediation b. Appendix B: BOARDUP’s RFP Submittal c.Appendix C: BOARDUP’s Certificate of Insurance 2.Term: The initial term of this contract shall be for a period of one (1) year, starting with the date approved by the City. The contract shall be renewable annually by mutual consent for four (4) additional years, for a total contract term of five (5) years. Both parties have the right to terminate this agreement upon sixty (60) days written notice to the other party. 3.In consideration of the competitive selection of BOARDUP to become the Fire Scene Remediation Company for the City, BOARDUP's promise to abide by the terms of this agreement and the terms of the Request For Proposals, and BOARDUP's pledge to continuously provide prompt, safe, efficient, courteous, and reasonably priced fire scene remediation services, the City promises to use BOARDUP as its Fire Scene Remediation Company for all fire-initiated remediation needs. During extraordinary periods in which BOARDUP cannot reasonably and promptly respond for needed fire-initiated remediation needs, the City may call any licensed remediation company. 4.BOARDUP agrees as follows: a.Agree to General Requirements – BOARDUP shall fully abide by the listed Scope of Work and General Requirements set forth in the Request for Proposals. b.Comply with Proposal – BOARDUP shall comply with all of its responses made within its successful proposal to the City. c.Abide by Rate and Materials Schedule – BOARDUP shall not charge any owner or insurance company of a fire-initiated remediation need more than the agreed Rate and Materials Schedule Fees included in Appendix B to this contract. d.Comply with All Laws and Regulations – BOARDUP shall comply with all state laws and City ordinances. 5.Standards of Performance: BOARDUP shall meet or exceed the following standards of performance: 6th January City of Fayetteville, AR RFP 25-18, Fire Remediation Services Page 2 of 4 a.Arrival within one (1) hour – BOARDUP shall arrive at the scene of the fire-initiated remediation need within one (1) hour of notification from the City. b.Securing the Scene – BOARDUP shall secure each fire-initiated remediation scene by covering all openings including doors, windows, and other openings created or damaged during the event. c.Roof Damage – In the event of damage to the roof, BOARDUP shall provide adequate covering to prevent further damage by inclement weather. d. Structural Damage – Should there be structural damage, BOARDUP shall provide temporary shoring and stabilization. e.Insurance – BOARDUP shall defend, indemnify and hold the City, its firefighters, agents, and employees, harmless from and against all claims, losses and liabilities to any person, including but not limited to claims for personal injury, wrongful deaths, and damage to property, which occur or are alleged to have occurred as a result of services performed by the vendor pursuant to a fire initiated emergency remediation and shall carry sufficient liability insurance for any such claims. f.Inspections and Audits - The Fire Department may perform inspections and audits of the operations, records, equipment, procedures and such other matters relating to the accomplishment of the purposes and objects of this agreement and for the safety, well-being and accommodation of the public. BOARDUP shall make all its equipment, records, facilities, and personnel available upon request for such inspections. BOARDUP shall promptly correct any deficiencies noted by the Fire Department. 6.Indemnification and Hold Harmless: BOARDUP agrees to hold the City harmless and indemnify the City, but not defend, against any and all claims for property damage, personal injury or death, arising from BOARDUP’s performance under this contract. This clause shall not, in any form or manner, be construed to waive that tort immunity set forth under Arkansas Law. 7.Insurance: BOARDUP shall furnish a certificate of insurance addressed to the City within ten (10) calendar days after contract finalization, presenting insurance which shall be maintained throughout the term of the Contract in compliance with the terms of RFP 25-18. If applicable, BOARDUP shall require any subcontractor to provide insurance. In the event any employee engaged in work on the project under this contract is not protected under Worker’s Compensation insurance, BOARDUP shall provide and shall cause each subcontractor to provide adequate employer’s liability insurance for the protection of such of their employees are not otherwise protected. Worker’s Compensation coverage shall be applicable with state law. City of Fayetteville, AR RFP 25-18, Fire Remediation Services Page 3 of 4 a.BOARDUP shall carry the following coverages, at minimum: i. Worker’s Compensation Insurance – Statutory Amount ii.Automotive Insurance covering all vehicles and trailers, if applicable iii.General Liability - $1,000,000 each occurrence 8.Independent Contractor: BOARDUP is an independent contractor of the Fire Department and shall maintain complete responsibility for applicable state or federal law on unemployment insurance, withholding taxes, social security, or other industrial, labor or discrimination law for its employees. BOARDUP is responsible for its agents, methods and operations. 9.Notices: Any notice required to be given under this Agreement to either party to the other shall be sufficient if addressed and mailed, certified mail, postage paid, delivery, e-mail or fax (receipt confirmed), or overnight courier. 10.Freedom of Information Act: Fire Department contracts and documents prepared while performing Fire Department contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25-19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance. 11.Termination: This Contract may be terminated by the Fire Department or BOARDUP for any reason with thirty (30) days written notice. If either party breaches this agreement, the non-defaulting party may terminate this Agreement after giving seven (7) days’ notice to remedy the breach. 12.Applicable Law: This Agreement shall be governed by and construed in accord with the laws of the State of Arkansas. Venue for all legal disputes shall be Washington County, Arkansas. 13.Contract Administration: The Fire Department shall be the Contract Administrator for this contract. BOARDUP’s Principal or their Designated Representative shall be the primary contact for all matters pertaining to this contract. 14.Professional Responsibility: BOARDUP shall exercise reasonable skill, care, and diligence in the performance of services and will carry out its responsibilities in accordance with customarily accepted professional practices. 15.Permits & Licenses: BOARDUP shall secure and maintain any and all permits and licenses required to complete this Contract. 16. Debarment Certification: BOARDUP hereby provides debarment/suspension certification indicating compliance with the below Federal Executive Order. Federal Executive Order (E.O.) 12549 "Debarment and Suspension" requires that all contractors receiving individual awards, using federal funds, and all sub -recipients certify that the organization and its principals are not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by any Federal department or agency from doing business with the Federal Government. BOARDUP hereby attests its principal is not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. 17. Gratuities: If the City finds, after a notice and hearing, that BOARDUP or any of their agents or representatives, offered or gave gratuities (in the form of entertainment, gifts or otherwise) to any official, employee, or agent of the City, or related third party contractor associated with this project, in an attempt to secure an agreement or favorable treatment in awarding, amending or making any determinations related to the performance of this Agreement, the City may, by written notice to BOARDUP, terminate this Agreement. The City may also pursue other rights and remedies that the law or this Agreement provides. However, the existence of the facts on which the City bases such finding shall be in issue and may be reviewed in proceedings under the Remedies clause of this Agreement. IN WITNESS WHEREOF, The City of Fayetteville and BELFOR USA Group, Inc. dba 1-800-BOARDUP NW Arkansas, by its authorized officer, has made and executed this Agreement as of the day and year first above written. CITY OF FAYETTEVILLE, ARKANSAS By: MOLLY RAWN, MAYOR Date Signed: 01/06/2026 City of Fayetteville, AR RFP 25-18, Fire Remediation Services Page 4 of 4 BELFOR USA GROUP, INC. DBA 1-800-BOARDUP NW APKANcnc By: JEREMY METCALF, 9RECTOR OF EMER NCY SERVICES Date Signed: 12-15-2025 City of Fayetteville, AR  RFP 25‐18, Fire Scene Remediation  Page 1 of 17  City of Fayetteville, Arkansas  Procurement Division – Room 306  113 W. Mountain  Fayetteville, AR 72701  Phone: 479.575.8256  TDD (Telecommunication Device for the Deaf): 479.521.1316  Request for Proposal: RFP 25‐18, Fire Scene Remediation  DEADLINE: Thursday, November 6, 2025 before 2:00 PM, local time  PROCUREMENT DIRECTOR: Amanda Beilfuss, abeilfuss@fayetteville‐ar.gov  DATE OF ISSUE AND ADVERTISEMENT: 10/12/2025  REQUEST FOR PROPOSAL  RFP 25‐18, Fire Scene Remediation  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,  Procurement Division at the below location.   City of Fayetteville  Procurement 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 Procurement Director.  RFP (REQUEST FOR PROPOSAL) City of Fayetteville, AR  RFP 25‐18, Fire Scene Remediation  Page 2 of 17  City of Fayetteville  RFP 25‐18, Fire Scene Remediation  Advertisement  City of Fayetteville, AR  Request for Proposal  RFP 25‐18, Fire Scene Remediation  The City of Fayetteville, Arkansas, is requesting proposals for a remediation provider, that is properly licensed  and insured to provide fire scene remediation services, as needed, through the City of Fayetteville Fire  Department. Any questions regarding this RFP shall be directed to Amanda Beilfuss, City of Fayetteville  Procurement Director at abeilfuss@fayetteville‐ar.gov or (479) 575‐8220.  Solicitation documents and addenda shall be obtained at the City of Fayetteville Procurement Division’s electronic  bidding platform at www.fayetteville‐ar.gov/bids. All proposals shall be received by Thursday, November 6, 2025  before 2:00 PM, Local Time utilizing the electronic bidding software or by submitting a sealed physical proposal  to the City of Fayetteville, Procurement 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.  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, Procurement Director  P: 479.575.8220 abeilfuss@fayetteville‐ar.gov TDD (Telecommunications Device for the Deaf): (479) 521‐1316  Date of advertisement: 10/12/2025  This publication was paid for by the Procurement Division of the City of Fayetteville, Arkansas.   Amount paid: $171.13  City of Fayetteville, AR  RFP 25‐18, Fire Scene Remediation  Page 3 of 17  City of Fayetteville  RFP 25‐18, Fire Scene Remediation  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. i.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 ½” 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. 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 25‐18, Fire Scene Remediation  Page 4 of 17  City employees by the Proposer and shall be provided to the City in a sealed manner. FedEx,  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 Procurement  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  Procurement 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 Procurement 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 25‐18, Fire Scene Remediation  Page 5 of 17  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, Procurement Director, in writing, of all potential  conflicts of interest for any prospective business association, interest, or other circumstance which may  City of Fayetteville, AR  RFP 25‐18, Fire Scene Remediation  Page 6 of 17  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  Procurement 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 Procurement Division BEFORE the deadline stated.     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.”    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.    City of Fayetteville, AR  RFP 25‐18, Fire Scene Remediation  Page 7 of 17  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, Procurement 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 Workers’ 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/contract 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 Procurement 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. City of Fayetteville, AR  RFP 25‐18, Fire Scene Remediation  Page 8 of 17  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.    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 bidder’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  contacting the Procurement 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  City of Fayetteville, AR  RFP 25‐18, Fire Scene Remediation  Page 9 of 17  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 Procurement 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 Procurement 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. City of Fayetteville, AR  RFP 25‐18, Fire Scene Remediation  Page 10 of 17  f. 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.    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 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 25‐18, Fire Scene Remediation  Page 11 of 17  City of Fayetteville  RFP 25‐18, Fire Scene Remediation  SECTION B: Scope of Services and General Information    1. PURPOSE:  The City of Fayetteville, Arkansas, hereinafter referred to as "the City", is requesting proposals for a  remediation provider, hereinafter referred to as "the Proposer", that is properly licensed and insured to  provide remediation services through the City of Fayetteville Fire Department. The Proposer will be  responsible for providing fire scene remediation as needed.     2. SCOPE OF WORK:  At a minimum, the following services must be offered:  a. Securing the scene by covering all openings including doors, window, and other opening created or  damage during the event.  The covering shall be of sufficient strength to detour unauthorized entry  into the structure. There shall be a secured access point to access the structure.    b. In the event of damage to the roof, the Proposer shall provide adequate covering to prevent further  damage by inclement weather.    c. Should the structure be damaged structurally, the Proposer must be capable of providing temporary  shoring and stabilization.  d. The Proposer shall be capable of providing temporary fencing.  e. Insurance – The Proposer shall defend, indemnify and hold the City, its officers, agents, and  employees, harmless from and against all claims, losses and liabilities to any person, including but not  limited to claims for personal injury, wrongful deaths, and damage to property, which occur or are  alleged to have occurred as a result of services performed by the vendor pursuant to a fire initiated  emergency remediation and shall carry sufficient liability insurance for any such claims.   f. Inspections and Audits – The City may perform inspections and audits of the operations, records,  equipment, premises used, procedures and such other matters relating to the accomplishment of the  purposes and objects of this agreement and for the safety, well‐being and accommodation of the  public. The Proposer shall make all its premises, equipment, records, facilities, and personnel available  upon request for such inspections. The Proposer shall promptly correct any deficiencies noted by the  City.    At a minimum the Proposer shall provide items “a” and “b” free of charge to the structure owner.  Assuming  the structure owner has insurance coverage for such services, the Proposer may invoice the insurance  provider for the services provided.  In the event more services are agreed upon between the structure owner  and the Proposer,  the cost of these services will be borne by the structure owner and/or the structure  owner’s insurance provider.  The City is not liable for any services provided by the Proposer.    3. INTENT AND CONTRACT TERMS:  a. It is the intent of the City to select one Proposer as a remediation provider for emergency calls.  b. The City intends to issue a contract for one (1) year with four (4) automatic one‐year renewals, upon  mutual agreement of all parties, for a possible five (5) year contract term.  City of Fayetteville, AR  RFP 25‐18, Fire Scene Remediation  Page 12 of 17  c. The contract may be terminated by either party by giving the other party written notice of such intent  not less than sixty (60) days prior to the effective date of the termination.    4. DUTIES OF REMEDIATION PROVIDER:    a. Provide all necessary personnel and equipment to meet its duties under the contract;  b. Secure all necessary licenses, permits, and insurance;  c. Provide necessary supplies to provide the remediation services;  d. Provide prompt, competent, courteous, safe and cost‐efficient remediation services for all City  initiated emergency remediation calls.    5. GENERAL REQUIREMENTS:    a. Availability – The Proposer must provide twenty‐four (24) hours, seven (7) days a week (holidays  included) prompt and continuous remediation services. The Proposer must be capable of responding  to an emergency scene within one (1) hour of receiving a call by the City.    b. Published Telephone Number – The Proposer must have a telephone number under the name of the  business which is published in a local directory. All phone calls shall be answered by an employee  twenty‐four (24) hours per day, seven (7) days per week (holidays included). Provide all necessary  personnel and equipment to meet its duties under the contract;  c. Dedicated Telephone Line – The Proposer shall have at least one telephone line solely dedicated to  receiving calls from the City or the 911 Communications Center. No answering services shall be  permitted.  d. First Priority – The Proposer shall agree to make all requests for City remediation the first priority over  private generated by the individual business.  e. Statement of Charges – The Proposer shall furnish, to the structure owner at the emergency scene, a  Schedule of Remediation Fees agreed to by the City and the Proposer. Upon request or payment by  the structure owner or insurance provider, the Proposer shall furnish an itemized statement of  services performed, labor, supplies, and special equipment used in completing the remediation and  of the charges made therefore in conformance to the agreed upon Schedule of Remediation Fees.  f. Complete and Adequate Records – The Proposer must maintain complete and accurate records of all  remediation service request of the City. Such record shall include the date, time, and location of the  structure, and the total amount paid for the remediation fees and officer’s name that initiated the  remediation services. Such records shall always be available to the City and shall be maintained at  least three (3) years.  g. The City is Not Responsible for Remediation Fees – The City shall not be liable for charges and fees.  The sole recourse for the Proposer shall be its normal legal rights against the owner of the structure.    6. PROPOSAL REQUIREMENTS:   The following shall be included with proposal:  a. Business Ownership – The Proposer shall disclose the identity of all persons and/or corporations  having financial interest in the business.  City of Fayetteville, AR  RFP 25‐18, Fire Scene Remediation  Page 13 of 17  b.Business History ‐ Each Proposer should give a complete history of his or her remediation business including when it began operating, the number of years of continuous operation and whether there are any existing judgments against the Remediation Company or any of its officers or owners. c.Criminal History ‐ Each Proposer shall sign a waiver (Appendix A) to authorize the release of Proposer’s criminal histories to the City. This shall include all persons owning any interest in the business and all employees of the business. d.Itemized List of Remediation Fees – Each Proposer shall provide an itemized list of typical remediation fees to be paid by structure owner for remediation. 7.PROPOSAL CONTENT: 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 should be typewritten on standard 8 ½” 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, tab dividers, and forms required by the City for completion. 8.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. 9.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 Procurement Division. 1) 20%  Qualifications in Relation to Specific Project to be Performed:  Information reflecting qualifications of the firm.  Indicated specialized experience and technical competence of  the firm in connection with the type and complexity of the service required.  Subcontractors and/or subconsultants, if used, shall be listed with information on their  organization.   2) 25%  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.  This will include but not be limited to  quality of representative projects and financial capacity to complete and deliver the  project.  City of Fayetteville, AR  RFP 25‐18, Fire Scene Remediation  Page 14 of 17  3) 25% 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 you wish to  present) indicating methods and schedules for accomplishing scope of work.  Include with  this the amount of work presently underway.  4) 20% 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) 10% Cost/Fees: Proposer shall provide a total listing of any fee the structure owners could be charged.  All fees shall be clearly identified with RFP response and be itemized as much as  possible. No fee shall be charged to the City of Fayetteville  CONTINUES ON NEXT PAGE  City of Fayetteville, AR  RFP 25‐18, Fire Scene Remediation  Page 15 of 17  City of Fayetteville  RFP 25‐18, Fire Scene Remediation  SECTION C: 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, I 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. City of Fayetteville, AR  RFP 25‐18, Fire Scene Remediation  Page 16 of 17  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 25‐18, Fire Scene Remediation  Page 17 of 17  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 25‐18, Addendum 1   Page 1 | 1  RFP 25‐18, Addendum 1  Date: Tuesday, October 28, 2025  To: All Prospective Vendors  From: Amanda Beilfuss – 479.575.8220 – abeilfuss@fayetteville‐ar.gov    RE:  RFP 25‐18, Fire Scene Remediation  This addendum is hereby made a part of the contract documents to the same extent as though it were  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/RFP FORM.  1.CORRECTION: a.Item 6.c. listed on page 13 of the RFP was included in error. Proposers shall disregard the criminal release requirement when submitting Proposal. RFP 25-18 Addendum 1 1-800-BOARDUP NW Arkansas Supplier Response Event Information Number:RFP 25-18 Addendum 1 Title:Fire Scene Remediation Type:Request for Proposal Issue Date:10/12/2025 Deadline:11/6/2025 02:00 PM (CT) Notes:The City of Fayetteville, Arkansas, is requesting proposals for a remediation provider, that is properly licensed and insured to provide fire scene remediation services, as needed, through the City of Fayetteville Fire Department. Any questions regarding this RFP shall be directed to Amanda Beilfuss at abeilfuss@fayetteville-ar.gov. Contact Information Contact:Amanda Beilfuss Address:Purchasing City Hall Room 306 113 W. Mountain St. Fayetteville, AR 72701 Email:abeilfuss@fayetteville-ar.gov Vendor: 1-800-BOARDUP NW Arkansas RFP 25-18 Addendum 1Page 1 of 2 pages 1-800-BOARDUP NW Arkansas Information Contact:Jeremy Metcalf Address:6361 S Oldridge Pl, Ste 101 Rogers, AR 72758 Phone:(918) 613-9490 Email:jeremy.metcalf@1-800boardup.com Web Address:https://1-800boardup.com/store/nw-arkansas/ Please be sure to include the signed and completed RFP documents with your Proposal. Jeremy Metcalf jeremy.metcalf@1-800boardup.com Signature Email Submitted at 11/4/2025 12:24:02 PM (CT) Requested Attachments RFP 25-18, Fire Scene Remediation RFP Fayetteville 10.21.25 revD 10.28.25 (1) (1).pdf Please attach the signed and completed RFP form, located in the 'Attachments' tab, along with proposal. Bid Attributes 1 Check Yes or No: 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. Yes, I agree No, I don't agree 2 Check Yes or No: 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. Yes, I agree No, I don't agree 3 Addendum Acknowledgement By selecting "I agree", you acknowledge that you have read all addendum(s) that have been issued for this solicitation, if applicable. I agree Vendor: 1-800-BOARDUP NW Arkansas RFP 25-18 Addendum 1Page 2 of 2 pages 1 -800-BOARDUP is the nationwide leader in providing victim assistance and securing structures, as well as offering the most extensive network of resources for disaster response in the industry. Founded in 2002, our 20-year history and vast experience over the years has afforded us the opportunity to respond to almost every type of emergency imaginable. Currently, 1-800-BOARDUP responds to over 9,000 requests for service annually throughout the country. Regardless of the peril or extent of damage, there is no doubt our Directors of Emergency Services have experienced a similar scenario and can assist the fire / disaster victim through the recovery process. With 115 offices in the United States, 1-800-BOARDUP is both nationally strong and locally focused. 1-800-BOARDUP teams are able to respond immediately in almost every major city in the country. With 116 retired first responders functioning as the Director of Emergency Services in their local market, 1 -800-BOARDUP brings an abundance of talent and ability unequaled in our industry. The experience we bring to each incident represents true value to fire victims and municipalities. Each 1 -800-BOARDUP office maintains the required certifications, licensing, bonding capacity and insurance coverage in all areas, allowing our teams to perform work in compliance with all state and federal regulations. 1 -800-BOARDUP also adheres to other various requirements as mandated by both the Occupational Safety and Health Administration (OSHA) and the Environmental Protection Agency (EPA). Additionally, each employee that responds to an emergency scene has completed NIMS ICS 100 level training. 1-800-BOARDUP prides itself supporting International Association of Fire Chiefs, the National Fallen Firefighters Foundation, the Firefighter Cancer Support Network and the Fraternal Order of Leatherheads Society. 1-800-BOARDUP NW Arkansas 6361 S Oldridge Pl, Ste 101 Rogers, AR 72758 1-800-BOARDUP of NW Arkansas, located in Rogers, AR, is a well0established and provisioned full-service office that can provide immediate emergency response and victim assistance to the citizens of Fayetteville, resulting in less property damage and downtime. Our team in the 1-800-BOARDUP NW Arkansas office understand the culture and we work daily with local municipalities to provide the best service to citizens. Victim Services • Securing Buildings • Protecting People & Property Jeremy Metcalf jeremy.metcalf@1-800boardup.com 479-366-3813 DocuVign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 Proposal for 1-800-BOARDUP of NW Arkansas A BELFOR Company Director of Emergency Services Jeremy Metcalf : 479-366-3813 Response to: RFP 25-18 Fire Scene Remediation Due Date: November 6, 2025 BY Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 Table of Contents TECHNICAL PROPOSAL A.FIRM OVERVIEW 1 B.UNDERSTANDING AND METHODOLOGY 3 C.SCHEDULE AND WORK PLAN 9 D.PROJECT TEAM 11 E.RELAVENT PROJECT EXPERIENCE 13 APPENDICIES ▪Appendix I – City of Fayetteville Request for Proposal 17-37 ▪Appendix II – Project Team Resumes / Rate and Materials Schedule 38-47 1 800-BOARDUP of NW Arkansas, a BELFOR Company 6361 S Oldridge Pl, Ste 101 Rogers, AR 72758 ph: 479-366-3813 | 24/7 hotline: 800.262.7387 | www.1-800-BOARDUP.com Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 1 A. FIRM OVERVIEW Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 Company Overview & History 1-800-BOARDUP International is North America’s leader in providing victim assistance, firefighter support and securing structures, as well as offering the most extensive network of resources for disaster response in the industry. Founded in 2002, our 22-year history and vast experience over the years has afforded us the opportunity to respond to almost every type of emergency imaginable. Currently, 1-800-BOARDUP responds to over 10,000 requests for service annually throughout North America. With 108 offices across North America, serving 153,015,701 citizens, 1-800-BOARDUP is both internationally strong and locally focused. 1-800- BOARDUP teams are able to respond immediately in almost every major city in the North America. With 126 retired first responders functioning as the Director of Emergency Services in their local market, 1-800-BOARDUP brings an abundance of talent and ability unequaled in our industry. The experience we bring to each incident represents true value to fire victims and firefighters. The 1-800-BOARDUP of NW Arkansas’s Victim Assistance Program provides necessary guidance and assistance such as assisting with lodging, pet care and providing essential supplies to help families get through the first 48 hours after a fire at no expense and is available to the citizens of Fayetteville. 1-800-BOARDUP of NW Arkansas maintains the required certifications, licensing, bonding capacity and insurance coverage in all areas, allowing our teams to perform work in compliance with all state and federal regulations. 1-800-BOARDUP also adheres to other various requirements as mandated by both the Occupational Safety and Health Administration (OSHA) and the Environmental Protection Agency (EPA). Additionally, each employee that responds to an emergency scene has completed NIMS ICS 100 level training. 1-800-BOARDUP of NW Arkansas is a BELFOR Company which provides the most extensive availability of disaster recovery resources in the world. BELFOR’s 77-year history and vast experience over the years has afforded us the opportunity to restore and repair almost every type of structure imaginable. Every year since 2020, BELFOR has performed over 68,000 restoration projects in North America and over 159,000 worldwide. Regardless of the peril or extent of damage, there is no doubt someone in the company who has experienced a similar scenario who can assist or lead the project Equipment BELFOR owns the largest fleet of restoration equipment in North America. Extensive equipment inventories in all 174 of our North American locations enable us to respond effectively in local communities around the continent. For large losses and area-wide disasters, BELFOR has strategically developed a mobile fleet of response vehicles that can be deployed anywhere. Mobile response vehicles include: ▪75 Mobile Warehouses – 53’ tractor-trailers full of auxiliary drying equipment ▪14 tractor-trailers (in addition to hundreds of smaller trucks and vans) which may be dispatched for document transportation services ▪6 diesel-powered refrigerated trailers for freezing books and documents ▪7 Mobile Vacuum Freeze Drying Chambers – for on-site vital records recovery ▪4 Mobile 18,000 CFM HEPAFiltration Trailers ▪2 Mobile Electronics Restoration Labs ▪2 Mobile Command Centers – May be dispatched for catastrophe operations. Each generates their own power andhas dedicated satellite towers and dishes, 32 workstations, computer systems, internet access, and videoconferencing. ▪Over 2,600 vehicles in the U.S. fleetalone. 1 800-BOARDUP of NW Arkansas, a BELFOR Company 6361 S Oldridge Pl, Ste 101 Rogers, AR 72758 ph: 479-366-3813 | 24/7 hotline: 800.262.7387 | www.1-800-BOARDUP.com 2 Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 3 B. UNDERSTANDING & METHODOLOGY Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 1 800-BOARDUP of NW Arkansas, a BELFOR Company 6361 S Oldridge Pl, Ste 101, Rogers, AR 72758 ph: 479-366-3813 | 24/7 hotline: 800.262.7387 | www.1-800-BOARDUP.com 4 The road from disaster to recovery involves important decisions. Without experience -based knowledge and smart implementation, the result can be costly detours. Direction from a single-source provider like 1-800-BOARDUP of NW Arkansas a BELFOR Company can make a tremendous difference in your recovery efforts. 1-800-BOARDUP of NW Arkansas understands restoration and reconstruction; we understand complex losses and the total restoration process. That is why 1-800-BOARDUP is the industry leader in service delivery and single-source accountability. Our complete line of restoration services provides our clients with single -source accountability of every project. Comprehensive Services ➢Emergency Services 24-7-365 ▪Emergency Board-up / Shoring /Shrink Wrap ▪Victim Assistance ▪Water Extraction&Dehumidification ▪Corrosion Control ▪Safety Inspection & Evaluation ▪Selective Demolition ▪Site Containment ➢Water, Fire, Storm Damage Restoration ▪Deodorization ▪Structural Drying/Desiccant Dehumidification ▪Air Duct Decontamination ▪Detailed Structural Cleaning ▪Contents Restoration ➢Reconstruction & Contracting ▪Full-service General Construction ▪High-Rise, Historic and LEED-certified Reconstruction and Restoration ➢Mold Remediation ▪Industry Leader in Developing Current Mold Remediation Standards ▪Environmental Control / Assessment ▪Common SenseSolutions ➢Vital Records Recovery ▪Detailed Inventory/Secure Storage ▪Book, Document & all types ofMedia Recovery ➢Electronics &Machinery Restoration ▪Computer & Electronics Restoration ▪Manufacturing Equipment Rebuild ▪Data Recovery ▪Semiconductor Equipment ➢Environmental Services ▪Site Remediation – Asbestos, Mold andLead ▪Hazardous Waste Management ▪Spill Response Responding 1-800-BOARDUP teams are trained and well-supplied to protect exposed buildings with board-ups for any sized opening or roof tarps, 24/7/365. As part of our standard emergency response services, 1-800-BOARDUP teams perform numerous board-ups on a daily basis for clients around the North America. Several municipalities contract with us to provide these services for their constituents who have experienced property damage. Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 1 800-BOARDUP of NW Arkansas, a BELFOR Company 6361 S Oldridge Pl, Ste 101, Rogers, AR 72758 ph: 479-366-3813 | 24/7 hotline: 800.262.7387 | www.1-800-BOARDUP.com 5 eter fencing to isolatethe structure. Project siz A. Roof Tarps As a full-service general contractor, teams are highlytrainedand can even quickly construct temporary entrances to allow safe access to the building This is a standard part ofour emergency response services. In addition to roof tarps, crews can deploy shrink-wrap to large portions of the structure, making the building usable until a permanent solution can beimplemented. B. . Temporary Fencing To further secure the building, emergency crews can respond withperimeter fencing to isolate the structure. Project sizes range from residential properties to large commercial site. C. . Water Extraction and Mitigation ▪BELFOR protocols and procedures are based on the IICRC S500, Standard and Reference Guide for Professional Water Damage Restoration. Our trained personnel can respond and mitigate moisture in any type of facility, from residential to commercial, school, high rise to hospital or manufacturing facility. ▪Proper water damage restoration involves moving and securing contents, extracting excess physical water, identifying affected structural materials (walls, floors, ceilings) using moisture sensing/detection equipment, establishing target drying goals and installing necessary drying equipment. ▪Removing standing water from the environment to stabilize conditions is an immediate goal upon arrival at a disaster scene. BELFOR teams are trained and highly adept at tracking hidden moisture to avoid long-term, undetected water damage problems and mold issues. Infrared cameras help ensure effective moisture detection. ▪Daily inspections are performed to assure drying efficiency. BELFOR maintains drying logs throughout the project to monitor moisture content and psychrometric conditions. No drying is complete until Equilibrium Moisture Content is attained. BELFOR also provides photo documentation of every project. ▪BELFOR owns the largest fleet of dehumidification equipment the USA. Beyond the extensive inventory warehoused in our 107 locations around the country, thirty (30) mobile warehouses of auxiliary equipment are available for dispatch anywhere around the country. Each holds over 200 additional pieces of dryingequipment. ▪An exclusive agreement with Aggreko - the largest supplier of dehumidifiers, power generation and temporary temperature control equipment in the world – gives us immediate access to additional equipment and specialty equipment beyond our own capacity. Per our agreement, BELFOR is the only restoration company Aggreko may supply. This is especially beneficial during regional or national catastrophes when resources elsewhere are depleted. D. Flood Water ▪Flood water is considered a Category 3 water loss and, due to the health and safety concerns for occupants, require additional steps during restoration. These steps include: identifying structural components that need to be removed and disposed, setting critical barriers to prevent cross contamination and installing HEPA filtered air scrubbers to clean ambient air and applying sanitizing chemicals. ▪In Category 3 water losses, porous items are not salvageable. However, semi-porous items of value are analyzed further to determine restorability. Every situation and client is different, so this is determined on a case by case basis. Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 1 800-BOARDUP of NW Arkansas, a BELFOR Company 6361 S Oldridge Pl, Ste 101, Rogers, AR 72758 ph: 479-366-3813 | 24/7 hotline: 800.262.7387 | www.1-800-BOARDUP.com 6 E. . Tree Removal 1-800-BOARDUP pre-qualifies and has long-standing relationships with auxiliary service providers in the local markets as well as national vendors who provide 24/7/365 service. These include tree removal companies as well as scissor lift operators, demolition companies, dump truck and freezer truck resources, fencing, plumbing, electrical, HVAC and security firms that provide emergency temporary services, etc. F. Structural Stabilization During emergency mitigation, humidity and temperature levels will be stabilized quickly to prevent rapid degradation of building materials and contents. G. Mold and Mildew Mitigation Prevention 1-800-BOARDUP a BELFOR Company offers comprehensive mold remediation service, bringing vast experience, leadership and sensibility to the process. ▪Training - BELFOR technicians bring trained expertise to every mold remediation project, including: strategic response, proper assessment, engineering controls, remediation barriers, state-of-the-art equipment, risk-specific protocols, measured results, and highly-experienced remediation teams. ▪IICRC Standard – Our Standard of Care is a combination of the IICRC S520 (Standard and Reference Guide for Professional Mold Remediation) and the City’s standards. Members of BELFOR’s National Technical Services Division are leaders in the industry and helped author the current IICRC S520 Standard in use today. ▪Remediation projects consist of the following: −Establishing engineering controls (through poly containments and HEPA-filtered negative air machines) −Removal and disposal −Evaluation and cleaning of contaminated materials and surfaces using specific anti-microbialproducts −HEPA vacuuming ▪Worker Safety - Workers on mold remediation projects are required wear the proper PPE for the level of project to be performed. They must also pass a physical exam and be fitted for respirators at time of hire. ▪Duct Cleaning - In commercial environments, the air delivery system is frequently cited as a major contributor to illness, as airborne contaminants are pulled into air ducts, creating an ideal breeding ground for mold, bacteria, fungi and other microbes. As part of a restoration project or as a stand-alone service to clean and decontaminate the ducts in your building, BELFOR provides these services to clients directly. H. Structural Drying Done correctly, structural drying is a science that weighs all pertinent variables, establishes goals and determines how best to recognize and document goal-attainment. BELFOR utilizes the most sophisticated dehumidification and monitoring equipment in the industry, along with highly-trained personnel to provide effective results and eliminate environmental concerns. Structural drying is very site-specific and one size never fits all. I. Water andSewage Extraction andDecontamination Sewage is a Category 3 water loss and, due to the health and safety concerns for occupants, requires additional steps during restoration. These steps include: identifying structural components that need to be removed and disposed, setting critical barriers to prevent cross contamination and installing HEPA filtered air scrubbers to clean ambient air and applying sanitizing chemicals. Whenever possible, sewage is returned back into the sanitation system of origin. J. Winterization Winterizing plumbing is performed when a property will be vacant for a long period of time and no water will be running through the pipes. The winterizing process involves emptying the water heater, draining all water from the pipes, and filling all fixtures with an antifreeze solution. K.. Contents Care BELFOR has successfully recovered contents and inventory for all types of homes and businesses. Our goal is to present the property owner and pertinent insurance representatives with as many cost-effective options for restoration as possible. Soft content removal ▪Soft contents damaged in a loss and considered salvageable will be inventoried on site and removed from the location for cleaning. Pack-outs include using a variety of box sizes along with packaging and wrapping materials (i.e. shrink- wrap, bubble-wrap, packing paper). Complete written and photo inventory are provided using iCat software. BELFOR owns a fleet of moving vans and trucks of various sizes to ensure safe transport. Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 1 800-BOARDUP of NW Arkansas, a BELFOR Company 6361 S Oldridge Pl, Ste 101, Rogers, AR 72758 ph: 479-366-3813 | 24/7 hotline: 800.262.7387 | www.1-800-BOARDUP.com 7 ▪Cleaning: 60% of the textiles and garments coming out of the property damaged by fire or water will get wet-cleaned or laundered. In the dry-cleaning process, there is a solvent being used. A two-bath dissolution system is used because we’re dealing with a higher level of contaminant than a corner drycleaner does. Hard-content removal ▪Contents are typically inventoried and packed out of a damaged facility and loaded right into a moving crate pre- positioned in one of our trucks. The contents move through various stations for cleaning (manual wiping, ozone treatment room, electronics restoration room), then are re -loaded into a clean crate for storage until the damaged facility is once again ready for occupancy. ▪Cleaning: Often after manual cleaning of hard contents, an ultrasonic cleaning system will complete the process. The chemicals and water that are used in this equipment are able to penetrate deep into every crevice and crack to lift away soot, dirt, grease, nicotine and more on items ranging from ceiling fans to dishes to figurines to sports equipment and musical instruments, tools, etc. L. Displace Pet Care/Boarding 1-800-BOARDUP will assist citizens by providing the location(s) of 24-hour pet care facilities. M.Packing, Moving, andContentStorage The 1-800-BOARDUP, a BELFOR Company, NW Arkansas office has substantial secured, climate-controlled warehouse storage space and access to additional storage at times of peak demand. ▪In-plant processing areas include; cleaning stations, appliance cleaning and testing areas, electronics cleaning and testing areas, an ultra-sonic cleaning area, climate-controlled drying chambers and ozone rooms for deodorization. ▪iCat software is a tool that quickly creates a comprehensive listing of on-site contents with details and photos, which can then be efficiently tracked in the resulting database. This increases productivity by reducing time and potential errors in transcribing and also provides your insurance representative with all the information needed to quickly settle your claim. This system provides complete detail including:−Full item details, including descriptions, make, model, color, etc. −Location of item when removed −Photos & Video of contents −Bar-codingon eachitem and box, for tracking purposes −This system provides a chain of custody to track possession and establishes warehouse controls for promptaccess to needed items. With 24 hours’ notice, specific items can be retrieved from our warehouse forauthorized personnel. −Reports re generated to allow the property owner to review the details of their contents in Excel, which will beuploaded and updated on a regular basis. The condition, status and location of each item (including when and who cleaned it) can be determined at aglance. N.Emergency Cleaning On every project performed, there is always an element of cleaning required and crews are trained on clean up procedures on a wide variety of surfaces after every imaginable type of property damage incident, up to and including clean room standards. O.. Deodorization ▪To combat odors associated with virtually any disaster, and help eliminate health and safety concerns, BELFOR combines the use of specially trained technicians with the most up-to-date dehumidification and air purifying equipment available today. Proprietary applications and techniques for the removal of source odors have been developed by the BELFOR National Technical Service Division. ▪The most effective way to remove odor is to remove the source of the odor, versus sealing or masking techniques only, which can leak odor over time and as materials expand. BELFOR guarantees smoke odor removal on all of its fire damage projects. Ozone treatment and offers safe and highly effective deodorization for contents, governed by strict OSHA and WCB guidelines. ▪Duct cleaning is typically necessary to eliminate odor after a fire. BELFOR owns a commercial duct cleaning company called Ductz, which can provide critical services in tandem with restorationcrews. Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 P. . Temporary Power and Generators Through our agreement with Aggreko Corporation, we are able to provide complete emergency or back -up power for restoration projects with a fleet of rental power equipment ranging from 15kW to 2 MW and including power packages up to 30 MW, supported by a group of highly skilled technical and engineering personnel. Q. . One (1) Hour Response or Less Response time will typically be one hour or less to properties. However, on-site response times may be longer in the case of unforeseen circumstances beyond our control such as road closures, restricted travel, damaged infrastructure, imposed curfews, traffic congestion/accidents, etc. If our teams cannot be there within the hour, they are instructed to let the on-site contact as well as the account manager know their approximate arrival time. R. . Citizen Victim Assistance Program 1-800-BOARDUP provides a comprehensive victim assistance program to all citizens regardless of insurance status which includes toiletries, educating victims on the steps to consider completing in 72 hours following the incident, identifying 24-hour pharmacies and pet care. S. . Temporary Housing ofVictims 1-800-BOARDUP has national partnerships with temporary housing companies to provide short -term (2 nights) lodging and long- term relocation services. 1-800-BOARDUP will facilitate and coordinate short-term lodging for citizens regardless of insurance status. T. NIMS 100 Certified Personnel (ME1) Jeremy Metcalf, Director of Emergency of Services for BELFOR NW Arkansas - who is part of the team assigned to Fayetteville has the following National Incident Management System (NIMS) Certifications: *NIMS 100 *NIMS 300 *NIMS 200 *NIMS 700 *Additionally, all staff members that respond to an emergency incident have completed NIMS 100 training and certification. U. . Demolition Services 1-800-BOARDUP of NW Arkansas, a BELFOR Company crews perform interior finish removal as well as structural demolition services as required on projects. Teams can also remove structural items such as roof systems and exterior components. For entire building demolition, a subcontractor will typically be hired. V. Toll Free or Local Phone Number Accessible 24 hours/7 days Weekly by live person (answering machines are not acceptable) ▪ Emergency response andservice is provided 24hours a day/7 days a week/365 days a year. ▪ To activate an emergency response, the City can call the 1-800-BOARDUPDispatch Center 24/7/365 at: (800) 262-7387 W. Response vehicles must be well-marked andwell-maintained. 1-800-BOARDUP of NW Arkansas company vehicles are all branded for easy identification. Company drivers are required to keep vehicles clean at all times. X. Responding personnel in well-marked uniforms or possess highly visible identification cards All field employees are required to wear official 1-800-BOARDUPattire and carry employee identification cards. 1 800-BOARDUP of NW Arkansas, a BELFOR Company 6361 S Oldridge Pl, Ste 101, Rogers, AR 72758 ph: 479-366-3813 | 24/7 hotline: 800.262.7387 | www.1-800-BOARDUP.com 8 Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 9 C. SCHEDULE & WORK PLAN Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 1-800-BOARDUP Project Work Plan Although all emergencies, all responses, and all recoveries are unique, the following are some common procedures, issues, and expectations of perhaps a typical event. 24/7/365 Emergency Dispatch 1-800-BOARDUP (800) 262-7387 Response and Initial Assessment Responding emergency crews come prepared and equipped to implement immediate security measures, such as board-ups or shrink wrap for exposed areas, perimeter fencing, locks, lock in-out procedures, etc. From the very beginning, the project is a collaborative effort between 1-800-BOARDUP responders and Fayetteville’s Incident Commander. Initial on-site meetings and walkthroughs take place to make a preliminary assessment of needs for manpower, equipment, safety, accessibility, priorities, etc. 1-800-BOARDUP’s Director of Emergency Services will also meet with the property owner to provide victim assistance and explain the emergency services to be performed and secure a work authorization. 1-800-BOARDUP on scene team will secure areas determined by fire investigators for further cause & origin investigation(s) by the fire/law enforcement officials and third party insurance fire investigators. As crews perform emergency procedures to stabilize the impacted property, and when approved by the Fire/Police Department Incident Commander a walk-through with 1-800-BOARDUP team leaders and the property owner will take place to educate them of a full scope of damages. Using information gathered from the initial walk through, the 1 -800-BOARDUP team leaders will educate the property owner of immediate steps to be taken to stop ongoing loss as required under their insurance carrier’s policy and educate the property owner how to file their claim 1-800-BOARDUP of NW Arkansas, a BELFOR Company 6361 S Oldridge Pl, Ste 101, Rogers, AR 72758 ph: 770.939.0128 | 24/7 hotline: 800.856.3333 | www.belforusa.com 10 Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 11 D. PROJECT TEAM Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 12 Since our inception, 1-800-BOARDUP has been providing service for clients with national and international assets and risk exposure. Many strong systems are in place to ensure that regular reporting and communication takes place and that unique client procedures are followed. Every client has different communication requirements and your 1-800-BOARDUP Account Manager will design a communication plan tailored to your needs. 1-800-BOARDUP of NW Arkansas, a BELFOR Company 6361 S Oldridge Pl, Ste 101, Rogers, AR 72758 Phone: 918-613-9490 Jeremy Metcalf – Director of Emergency Services, Your 1-800-BOARDUP Account Manager Phone: 479-366-3813 Email: jeremy.metcalf@1-800boardup.com Mark Moesta – General Manager Phone: 918-924-8280 Email: mark.moesta@us.belfor.com Account Management The 1-800-BOARDUP of NW Arkansas Account Manager assigned to your account is Jeremy Metcalf. He will be your main point of contact and responsible for meeting your client expectations. As the leading global restoration company, 1-800-BOARDUPand BELFOR’s resources are immense and diverse. Your Account Manager will effectively resource projects internally to ensure the right team and resources are engaged. Our goal is to become an intrinsic member of Fayetteville Emergency Response Team. ▪Your Account Manager and main point of contact will have the ability, resources and authority to trigger any needed response after a property damage incident and is the primary individual accountable for any projects performed, from initial emergency response and reporting through final billing. ▪The General Manager of the local office performing the project oversees all projects performed out of that office and is responsible for production team performance. ▪The Project Manager oversee all personnel and subcontractors on -site. He/She will ensure that the scope of work is followed and that standards for procedures and practices are met, as well as helping to enforce site safety and security. ▪The Restoration Supervisor supervises on-site crews and helps perform the work on each project. He/she is typically the lead person on-site to work with the client’s on-site contact to begin emergency mitigation procedures and is tasked with ensuring the project is properly documented from the beginning. They will possess a working knowledge of IICRC industry best practices. Processes overseen include water extraction, moisture mapping, contents manipulation, debris removal, anti-microbial application and setting up of any containments. They are authorized to call in additional manpower and equipment as needed. ▪The Mitigation Manager steps into ensure that critical damage mitigation services can be provided immediately without delay. They will ensure the proper team is available to perform temporary repairs of the affected structure(s) or protect in place; pack-out/inventory services and stabilization of the ambient humidity in the environment. ▪The Safety Officer will visit the project daily to ensure all OSHA and other safety regulations are adhered to on-site. Project Team: See 1-800-BOARDUP and BELFOR’s Project Team and Project Team Resumes attached as Appendix II. *Please note that Staff Resume Information is **CONFIDENTIAL aocusign bnvelope faW cTVTUSBU-MRCR-4bbB-BNb4-bcPOMbAU4VPP 13 E. RELEVANT PROJECT EXPERIENCE AND REFERENCES Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 14 Relevant Project Experience Since our inception in 1946, BELFOR has been the restoration service provider of choice for schools and governmental institutions of all sizes. With our capabilities of providing response and service for small as well as large projects throug h our network of local offices, we become an invaluable partner to our institutional clients for day -to-day operational issues as well as catastrophic circumstances. Even though we routinely perform multi-million dollar projects around the country, the vast majority of local BELFOR projects are under $10,000. Municipalities, schools and colleges around the country rely on BELFOR’s full range of restoration service offerings to ensure their Continuity of Operations (COOP). We pre-plan closely with our City and County government and educational clients so that we will work as a team and the proper priorities are addressed immediately after impact. As a technical services leader in the industry, vital records of all types can be restored. In addition to our network of Vital Record Restoration Laboratories around the country, BELFOR also has a fleet of seven (7) mobile freeze -drying chambers that can be dispatched for on-site records recovery. REFERENCES Client Reference #1: Agency Name: State of Alabama –Department of Human Resources (DHR) Address: 3030 Mobile Hwy Montgomery, AL 36108 Length of Relationship: Ongoing, 2020 – preset Work has been performed in 50 locations for the Department of Human Resources all across the state of Alabama. Many of these locations have been serviced more than once. BELFOR has responded to calls for Covid-19 clearing work since the beginning of the pandemic. Early on, we worked with an industrial hygienist to develop a scope, monitor the cleaning and test cleaning results. As the virus became better understood we pared down our scope of work and became as cost effective as possible. The Alabama DHR has county offices across the state, which serve to support the community, distribute aid and connect people to services that could not be shut down during the pandemic. We have been able to respond to losses same-day in most cases and by next day if the call came in late in the day. Contact Name: Randal Beasley Phone Number: (334-409-6810) Email Address: randal.beesley@dhr.alabama.gov aocusign bnvelope faW cTVTUSBU-MRCR-4bbB-BNb4-bcPOMbAU4VPP 15 Client Reference #2: Agency Name: Fulton County Georgia Address: Multiple Locations throughout Fulton County Length of Relationship: Ongoing, 2020 – preset BELFOR has performed approximately 35 Covid-19 cleanings and sanitations over a 7 month period at various libraries, senior centers, courthouses, and voting locations throughout Fulton County. The total area cleaned over this 7 month period is just shy of 1,000,000 sq. ft. Some of these cleanings were scheduled in advance. Most, however, were performed on an emergency service basis. Our team responded to these cleanings regularly after hours and on the weekends. BELFOR personnel wore full PPE and sprayed a disinfectant spray in all areas of the space. We would then hand wipe all high touch areas including doorknobs, handrails, desks, keyboard, bathrooms, chairs, etc. Contact Name: Alfred Jones Phone Number: (678-534-9910) Email Address: alfred.jones@fultoncountyga.gov Client Reference #3: Agency Name: Morehouse College Address: 830 Westview Drive, SW, Atlanta, GA 30314 Length of Relationship: Ongoing Morehouse College is a private, historically black men’s liberal arts college in Atlanta, GA. The college has a variety of residential dorms and academic buildings. Because of the age of the buildings and the lack of proper heating and air, the most common issue they face is controlling mold growth. BELFOR has been key in taking care of mold remediation needs in several dorms, suites, and halls. We have worked with Morehouse over the years, but since Aramark took over all their facilities, we have been their #1 preferred vendor. Previous notable work with Morehouse College includes: emergency loss in which lightning struck the roof of their state of the art Ray Charles Performing Arts Center. BELFOR was called out in the middle of the night to stabilize the damage. Overnight, we began water extraction and arranging for desiccants, generators, and more crew members. Throughout the project, we worked closely with the insurance company, consultants, Industrial Hygienist, and the Morehouse team to bring this loss to a close. Most recently BELFOR has responded to multiple water losses to approximately 9 of their buildings due to a regional polar vortex during Christmas of 2022 and New Year's 2023. BELFOR provided emergency services and repairs to these buildings and is currently working with Morehouse and their insurance adjuster to make them whole again. Contact Name: Enrico Hunter Phone Number: (757-343-0535) Email Address: hunter-enrico@aramark.com Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 16 Client Reference #4: Agency Name: Cityof Lilburn Address: 340 Main Street, Lilburn, GA 30047 Length of Relationship: Ongoing, 2022-Present In the last few months BELFOR Atlanta has responded to multiple emergency sewage losses for the City of Lilburn. Where one building for the City of Lilburn was affected by sewage back up in the basement area. BELFOR was able to respond immediately, stepping into mitigate and prevent any further damage caused by the City’s emergency loss. BELFOR performed clean up services as well as mitigation services to ensure the building was returned to its fully operational state swiftly. Contact Name: Derrell Denton Phone Number: (770-364-8667) Email Address: ddenton@cityoflilburn.com aocusign bnvelope faW cTVTUSBU-MRCR-4bbB-BNb4-bcPOMbAU4VPP 17 Appendix I – City of Fayetteville Request for Proposal Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 City of Fayetteville, AR RFP 25‐18, Fire Scene Remediation Page 1 of 17 TDD (Telecommu City of Fayetteville, Arkansas Procurement Division – Room 306 113 W. Mountain Fayetteville, AR 72701 Phone: 479. 575.8256 nication Device for the Deaf): 479.521.1316 RFP (REQUEST FOR PROPOSAL) Request for Proposal: RFP 25‐18, Fire Scene Remediation DEADLINE: Thursday, November 6, 2025 before 2:00 PM, local time PROCUREMENT DIRECTOR: Amanda Beilfuss, abeilfuss@fayetteville‐ar.gov DATE OF ISSUE AND ADVERTISEMENT: 10/12/2025 REQUEST FOR PROPOSAL RFP 25‐18, Fire Scene Remediation 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, Procurement Division at the below location. City of Fayetteville Procurement Di vision – Room 306 113 West Mountain Str eet 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 Procurement Director. Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 City of Fayetteville, AR RFP 25‐18, Fire Scene Remediation Page 2 of 17 City of Fayetteville RFP 25‐18, Fire Scene Remediation Advertisement City of Fayetteville, AR Request for Proposal RFP 25‐18, Fire Scene Remediation The City of Fayetteville, Arkansas, is requesting proposals for a remediation provider, that is properly licensed and insured to provide fire scene remediation services, as needed, through the City of Fayetteville Fire Department. Any questions regarding this RFP shall be directed to Amanda Beilfuss, City of Fayetteville Procurement Director at abeilfuss@fayetteville‐ar.gov or (479) 575‐8220. Solicitation documents and addenda shall be obtained at the City of Fayetteville Procurement Division’s electronic bidding platform at www.fayetteville‐ar.gov/bids. All proposals shall be received by Thursday, November 6, 2025 before 2:00 PM, Local Time utilizing the electronic bidding software or by submitting a sealed physical proposal to the City of Fayetteville, Procurement Division. All proposals are due before the time stated. No late proposals shall be accepted. Submitting electronically is strong ly encouraged. The City of Fayetteville shall not be responsible for lost or misdirected proposals, or for failure of proposer’s technical equipment. 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, Procurement Director P: 479.575.8220 abeilfuss@fayetteville‐ar.gov TDD (Telecommunications Device for the Deaf): (479) 521‐1316 Date of advertisement: 10/12/2025 This publication was paid for by the Procurement Division of the City of Fayetteville, Arkansas. Amount paid: $171.13 MocuVign Nnvelope IM: F79786B8-05C5-4NNB-B1N4-NF320NA84933 City of Fayetteville, AR RFP 25‐18, Fire Scene Remediation Page 3 of 17 City of Fayetteville RFP 25‐18, Fire Scene Remediation 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. i.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 require d. Emphasis should be on completeness and clarity of content. All documents physically submitted should be typewritten on standard 8 ½” 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. 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 MocuVign Nnvelope IM: F79786B8-05C5-4NNB-B1N4-NF320NA84933 City of Fayetteville, AR RFP 25‐18, Fire Scene Remediation Page 4 of 17 City employees by the Proposer and shall be provided to the City in a sealed manner. FedEx, 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 Procurement 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 de adline time as shown by the atomic clock located in the Procurement 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 Procurement Department. Responses to questions may b e 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: Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 City of Fayetteville, AR RFP 25‐18, Fire Scene Remediation Page 5 of 17 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 in terest, 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, Procurement Director, in writing, of all potential conflicts of interest for any prospective business association, interest, or other circumstance which may MocuVign Nnvelope IM: F79786B8-05C5-4NNB-B1N4-NF320NA84933 City of Fayetteville, AR RFP 25‐18, Fire Scene Remediation Page 6 of 17 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 Procurement 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 Procurement Division BEFORE the deadline stated. 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.” 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. Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 City of Fayetteville, AR RFP 25‐18, Fire Scene Remediation Page 7 of 17 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, Procurement 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 Workers’ 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/contract 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 Procurem ent 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. MocuVign Nnvelope IM: F79786B8-05C5-4NNB-B1N4-NF320NA84933 City of Fayetteville, AR RFP 25‐18, Fire Scene Remediation Page 8 of 17 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. 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 bidder’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 pr otest is finally resolved by the City of Fayetteville; provided, however, nothing herein shall prohibit a prospective/bidder/proposer from contacting the Procurement 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 Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 City of Fayetteville, AR RFP 25‐18, Fire Scene Remediation Page 9 of 17 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 Procurement 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 Procurement Division to provide documents provi ding 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. Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 City of Fayetteville, AR RFP 25‐18, Fire Scene Remediation Page 10 of 17 f. 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 firm s 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. 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 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. Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 City of Fayetteville, AR RFP 25‐18, Fire Scene Remediation Page 11 of 17 City of Fayetteville RFP 25‐18, Fire Scene Remediation SECTION B: Scope of Services and General Information 1. PURPOSE: The City of Fayetteville, Arkansas, hereinafter referred to as "the City", is requesting proposals for a remediation provider, hereinafter referred to as "the Proposer", that is properly licensed and insured to provide remediation services through the City of Fayetteville Fire Department. The Proposer will be responsible for providing fire scene remediation as needed. 2. SCOPE OF WORK: At a minimum, the following services must be offered: a. Securing the scene by covering all openings including doors, window, and other opening created or damage during the event. The covering shall be of sufficient strength to detour unauthorized entry into the structure. There shall be a secured access point to access the structure. b. In the event of damage to the roof, the Proposer shall provide adequate covering to prevent further damage by inclement weather. c. Should the structure be damaged structurally, the Proposer must be capable of providing temporary shoring and stabilization. d. The Proposer shall be capable of providing temporary fencing. e. Insurance – The Proposer shall defend, indemnify and hold the City, its officers, agents, and employees, harmless from and against all claims, losses and liabilities to any person, including but not limited to claims for personal injury, wrongful deaths, and damage to property, which occur or are alleged to have occurred as a result of services performed by the vendor pursuant to a fire initiated emergency remediation and shall carry sufficient liability insurance for any such claims. f. Inspections and Audits – The City may perform inspections and audits of the operations, records, equipment, premises used, procedures and such other matters relating to the accomplishment of the purposes and objects of this agreement and for the safety, well‐being and accommodation of the public. The Proposer shall make all its premises, equipment, records, facilities, and personnel available upon request for such inspections. The Proposer shall promptly correct any deficiencies noted by the City. At a minimum the Proposer shall provide items “a” and “b” free of charge to the structure owner. Assuming the structure owner has insurance coverage for such services, the Proposer may invoice the insurance provider for the services provided. In the event more services are agreed upon between the structure owner and the Proposer, the cost of these services will be borne by the structure owner and/or the structure owner’s insurance provider. The City is not liable for any services provided by the Proposer. 3. INTENT AND CONTRACT TERMS: a. It is the intent of the City to select one Proposer as a remediation provider for emergency calls. b. The City intends to issue a contract for one (1) year with four (4) automatic one‐year renewals, upon mutual agreement of all parties, for a possible five (5) year contract term. Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 City of Fayetteville, AR RFP 25‐18, Fire Scene Remediation Page 12 of 17 c. The contract may be terminated by either party by giving the other party written notice of such intent not less than sixty (60) days prior to the effective date of the termination. 4. DUTIES OF REMEDIATION PROVIDER: a. Provide all necessary personnel and equipment to meet its duties under the contract; b. Secure all necessary licenses, permits, and insurance; c. Provide necessary supplies to provide the remediation services; d. Provide prompt, competent, courteous, safe and cost‐efficient remediation services for all City initiated emergency remediation calls. 5. GENERAL REQUIREMENTS: a. Availability – The Proposer must provide twenty‐four (24) hours, seven (7) days a week (holidays included) prompt and continuous remediation services. The Proposer must be capable of responding to an emergency scene within one (1) hour of receiving a call by the City. b. Published Telephone Number – The Proposer must have a telephone number under the name of the business which is published in a local directory. All phone calls shall be answered by an employee twenty‐four (24) hours per day, seven (7) days per week (holidays included). Provide all necessary personnel and equipment to meet its duties under the contract; c. Dedicated Telephone Line – The Proposer shall have at least one telephone line solely dedicated to receiving calls from the City or the 911 Communications Center. No answering services shall be permitted. d. First Priority – The Proposer shall agree to make all requests for City remediation the first priority over private generated by the individual business. e. Statement of Charges – The Proposer shall furnish, to the structure owner at the emergency scene, a Schedule of Remediation Fees agreed to by the City and the Proposer. Upon request or payment by the structure owner or insurance provider, the Proposer shall furnish an itemized statement of services performed, labor, supplies, and special equipment used in completing the remediation and of the charges made therefore in conformance to the agreed upon Schedule of Remediation Fees. f. Complete and Adequate Records – The Proposer must maintain complete and accurate records of all remediation service request of the City. Such record shall include the date, time, and location of the structure, and the total amount paid for the remediation fees and officer’s name that initiated the remediation services. Such records shall always be available to the City and shall be maintained at least three (3) years. g. The City is Not Responsible for Remediation Fees – The City shall not be liable for charges and fees. The sole recourse for the Proposer shall be its normal legal rights against the owner of the structure. 6. PROPOSAL REQUIREMENTS: The following shall be included with proposal: a. Business Ownership – The Proposer shall disclose the identity of all persons and/or corporations having financial interest in the business. Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 City of Fayetteville, AR RFP 25‐18, Fire Scene Remediation Page 13 of 17 b. Business History ‐ Each Proposer should give a complete history of his or her remediation business including when it began operating, the number of years of continuous operation and whether there are any existing judgments against the Remediation Company or any of its officers or owners. c. Criminal History ‐ Each Proposer shall sign a waiver (Appendix A) to authorize the release of Proposer’s criminal histories to the City. This shall include all persons owning any interest in the business and all employees of the business. d. Itemized List of Remediation Fees – Each Proposer shall provide an itemized list of typical remediation fees to be paid by structure owner for remediation. 7. PROPOSAL CONTENT: 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 should be typewritten on standard 8 ½” 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, tab dividers, and forms required by the City for completion. 8. 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. 9. SELECTION CRITERIA: The following criteria will be used by the City to evalu ate 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 Procurement Division. 1) 20% Qualifications in Relation to Specific Project to be Performed: Information reflecting qualifications of the firm. Indicated specialized experience and technical competence of the firm in connection with the type and complexity of the service required. Subcontractors and/or subconsultants, if used, shall be listed with information on their organization. 2) 25% 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. This will include but not b e limited to quality of representative projects and financial capacity to complete and deliver the project. Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 City of Fayetteville, AR RFP 25‐18, Fire Scene Remediation Page 14 of 17 3) 25% 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 you wish to present) indicating methods and schedules for accomplishing scope of work. Include with this the amount of work presently underway. 4) 20% Past Performance: Previous evaluations sha ll 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) 10% Cost/Fees: Proposer shall provide a total listing of any fee the structure owners could be charged. All fees shall be clearly identified with RFP response and be itemized as much as possible. No fee shall be charged to the City of Fayetteville CONTINUES ON NEXT PAGE Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 City of Fayetteville, AR RFP 25‐18, Fire Scene Remediation Page 15 of 17 City of Fayetteville RFP 25‐18, Fire Scene Remediation SECTION C: 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, I 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 rec ommendation 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. X MocuVign Nnvelope IM: F79786B8-05C5-4NNB-B1N4-NF320NA84933 City of Fayetteville, AR RFP 25‐18, Fire Scene Remediation Page 16 of 17 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. BELFOR USA Group, Inc. dba 1-800-BOARDUP of NW Arkansas Jeremy Metcalf Director of Emergency Services (479) 212-6631 (479) 366-3813 jeremy.metcalf@1-800Boardup.com RFP 25-18, Addendum 1-10.28.25 ,Rusty Amarante Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 Nov 4, 2025 City of Fayetteville, AR RFP 25‐18, Fire Scene Remediation Page 17 of 17 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 BELFOR USA Group, Inc. dba 1-800-BOARDUP of NW Arkansas 6361 S Oldridge Pl, Ste 101, Rogers, AR 72758 6361 S Oldridge Pl, Ste 101, Rogers, AR 72758 (918) 613-9490 rusty.amarante@us.belfor.com 84-1309171 100195487 MocuVign Nnvelope IM: F79786B8-05C5-4NNB-B1N4-NF320NA84933 Nov 4, 2025PresidenW RusWy AmaranWe 17 Appendix II – Project Team Resumes / Rate and Materials Schedule Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 JEREMY METCALF Pea Ridge, Arkansas 72751 | 479-366-3813 | jmetc002@yahoo.com Professional Summary I possess 24 years of comprehensive experience in emergency management, EMS and various fire suppression operations. I retired from the Bentonville Fire Department on January 1st 2025 and started my new career with 1-800-BoardUP. Throughout my tenure at BFD, I have filled all operation roles from new firefighter to Deputy Chief of Operations. The experience I have gained from my career in the fire service has taught me valuable life skills that will carry with me in everything I do. The ability to work within a team, manage a budget, and lead individuals not only in career movement, but in life. Working for 1-800- BoardUp is a great fit, it still allows me to connect with the fire service and continue to help people and serve the communities our office covers. Skills •Community Relations •Workload Prioritization •Hazardous Materials •Medical Emergency Response •Firefighting Operations •Resource Allocation •Staff Scheduling •Critical Thinking Work History Director of Emergency Services 1-800-BoardUp December 2024-Present 1-800-BoardUP •Build and maintain relationships with area Fire Departments. •Respond to emergency scenes and assist victims post incident. •Event/fundraiser coordination with area Fire Departments. Deputy Chief of Operations June 2023-December 2024 •Assisted the Fire Chief in maintaining and working within our annual budget . •In charge of ordering and purchasing of fire apparatus and equipment. •Worked with various department within the city to accomplish city goals and direction. •Oversaw the battalion chiefs and worked towards consistency within the fire department. Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 Battalion Chief Jan 2014 – May 2023 Bentonville Fire Department Bentonville Arkansas •Reviewed fire reports and payroll entries of station officers to verify accuracy and completeness. •Developed scheduling and coordination of shift staffing levels, changes and activities. •Determined how to deploy personnel during periods requiring special fire department response and assigned activities. •Oversaw proper implementation of best practices, policies, and procedures in alignment with regulations and operational needs. •Optimized fire services management with introduction of new systems, policies, procedures, and tools. Assistant Fire Chief Nov 1998 - Dec 2021 Avoca Fire Department Avoca Arkansas •Implemented policies/procedures •Wrote/applied for grants •Worked with the fire chief on annual budget •Worked with fire chief on ACT 833 funding Education Associate of Science: Fire Science (In progress) 2023 NWACC Bentonville Arkansas Still have to complete College Algebra in order to finish degree High School Diploma May 1999 Rogers High School Rogers, AR Accomplishments •I have been an Adjunct Instructor for the State Fire Academy since 2008. •Apparatus Committee Member since 2009 (needs assessment, future forecasting and purchasing various apparatus for the fire department) •I am currently working with the police department on designing and implementing a new public service radio system for the City of Bentonville. Certifications •EMT 1999 •Paramedic 2008 •Arkansas Fire Academy Chief Fire Officer Program 2017 Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 Chace Silvey 608 Cherokee Dr, Gentry AR 72734  Cell: 913‐292‐4578 Email:Chace.Silvey@gmail.com   Professional Summary  Team Leader with 10 plus years leading people in various fields. Passionate leader who  develops highly motivated teams through mentoring and superior communication. Restoration  professional that excels in fast‐paced environments.  Extensive experience in customer service,  mitigation and reconstruction.  Skills  Customer focused Detail and goal oriented Strategic thinker Focus on safety Independent worker Dependable, reliable and punctual Self‐motivated Extensive customer service Inventory Management Adapt to diverse groups Problem –solving skills Product inventory counts Vendor relations Personnel development Goal and detail oriented Strategic thinker Customer focused IICRC certified OSHA certified GSA certified Work History  Belfor Property Restoration Rogers, AR  Estimator/Project Manager January 25 to Present  Meet with new and potential clients for restoration and general contractor needs Estimate and manage all aspects of a job from start to finish Responsible for hiring, and training new staff Responsible for all safety related incidents/accidents at local office Respond to emergency calls 24/7/365 Work directly with insurance adjusters on related claims Belfor Property Restoration Kansas City, KS  Operations Manager September 16 to December 24  Oversee all production of local office averaging 15 million dollars in jobs each year Oversee 10 production mangers/water technicians running anywhere from 40‐90 jobs at any given time Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 Chace Silvey 608 Cherokee Dr, Gentry AR 72734  Cell: 913‐292‐4578 Email:Chace.Silvey@gmail.com  Manage local fleet of 18 vehicles and all warehouse inventory Responsible for hiring, training, and maintaining all production staff Visit jobsites to ensure all safety requirements are being met, jobs are running efficiently, on schedule and on budget Responsible for organizing crews to respond to all emergency calls 24/7/365 and assisting on emergency calls when needed Responsible for all safety related incidents/accidents at local office Research new ways to improve production in all areas Thermal Tech, Inc. Union, MO  Journeyman July 14 to September 16  Insulate duct work – commercial Insulate domestic hot/cold water lines, chilled and heated water and steam lines, condensate, refrigerant, storm drains, pumps and tanks Supervision of crew on job sites Order materials , communicate with other leaders on job site to stay on timeline Work/manage several work sites simultaneously Ensure job safety of crew and site Load and unload freight trucks OSHA 10 certified Double Diamond Construction Polo, MO  Apprentice October 13 to July 14  Install drywall, ceilings, trim work and fabricated replacement trim and molding Built and hung custom doors and frames Construction of residential decks, carports, garages and sunrooms Installation of interior finish items such as: wall protection, doors and hardware, toilet accessories, cubicle curtain tracks and TV brackets Ability to build and repair roofs, cut and install insulation in residential and commercial buildings and remodel bathrooms and kitchens Ability to operate all types of electric and cordless tools, such as: hammer drill, cutting torches, pneumatic  nailing systems and  trim nailer fasteners and framing connectors Installation of concrete anchors, powder –actuated Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 MARK MOESTA Construction and restoration CONTACT EDUCATION & CERTIFICATIONS SKILLS PROFESSIONAL EXPERIENCE Coweta, OK 74429 918-630-2199 MarkTMoesta@gmail.com Master of Science Organizational Management for Business Currently Pursuing John Brown University Bachelor of Science Journalism John Brown University •IICRC License # 199816 •OSHA 10 Certified •Team Leadership and Collaboration •Analytical Skills •Problem Solving •Exceptional Written and Verbal Communication •Project Management and Organization •Client Relationship Management •Budget Management •Adaptability and Initiative •Mentoring and Training General Manager April 2014 - Present BELFOR Property Restoration •Spearheaded the growth and operational oversight of the Tulsa and Northwest Arkansas offices •Managed two internal franchises: 1-800-BOARDUP for Tulsa and NW Arkansas •Successfully grew the Tulsa office annual revenue from $2 million (2014) to $38 million (2024) •Expanded the Tulsa office team from 3 to 15 members •Secured and managed key national accounts, including U-Haul, Cherokee Nation, and Continental Properties •Oversaw mitigation, remediation, and restoration work for both local and national clients •Mentored estimators and newly appointed General Managers for other BELFOR offices Estimator December 2011 - April 2014 Oklahoma Disaster Restoration •Generated new client leads and cultivated strong business relationships •Prepared detailed estimates for water mitigation, mold remediation, restoration, repairs, and remodel projects •Identified, interviewed, and on-boarded qualified trades to partner on project execution Owner January 2008 - December 2011 ML Construction •Generated sales and managed the full lifecycle of restoration and remodel projects •Primarily supported local restoration companies and insurance-related construction work Superintendent December 2005 - January 2008 Schwers Homes •Managed all on-site construction activities for new residential home builds •Served as the primary point of contact for client change orders and specific building requirements •Ensured projects were completed on schedule and in compliance with local building codes •Effectively scheduled and coordinated subcontractors and inspections •Demonstrated strong problem-solving skills and independent decision- making in directing on-site work Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 RATE AND MATERIALS SCHEDULE FOR INVOICING (Exhibit B) Effective Date: January 2024 v1-1 Rate and Materials (Standard)Page 1 of 4 BELFOR Initial:_________ Customer Initial:_________ § I. CODE REGULAR RATE / HR APM Assistant Project Manager $ 80.00 PM Project Manager $ 119.00 PE Project Estimator $ 129.00 SPM Senior Project Manager $ 146.00 PC Project Coordinator $ 178.00 GL General Labor $ 50.50 AA Administrative Assistant $ 53.00 LF Labor Foreman $ 61.00 MS Mobilization Support $ 53.00 TD Truck Driver $ 57.00 DMT Demolition Technician $ 57.00 RCO Resource Coordinator (Supply Technician) $ 59.00 PA Project Auditor (Documentation Clerk) $ 65.00 EO Equipment Operator $ 68.00 HSO Health & Safety Officer $ 101.00 RT Restoration Technician $ 68.50 RS Restoration Supervisor $ 75.50 DT Dehumidification Technician $ 77.00 MT Mold Technician (Remediation Technician or Supervisor) $ 77.00 PT Painter $ 85.50 DP Drywall Installer/Finisher $ 92.50 CR Carpenter (Framer/Finish) $ 98.50 TF Trade Foreman (Commercial Supervision) $ 103.25 § I.II 1 In New York City, Cape Cod, Martha's Vineyard, Nantucket, AK, HI, Latin America, and the Caribbean, a multiplier of 1.35 will be applied to the regular hourly rate. Note: The NYC rate applies to a seventy five mile radius from the borough of Manhattan and all of Long Island. 2 In the states of CA and WA a multiplier of 1.25 will be applied to the regular hourly rate. 3 Work performed in the Washington D.C. Metropolitan area is entitled to an additional 5% markup that will be applied to the total of all scheduled labor, scheduled equipment, scheduled consumables and 5% will be added to the markup for all vendors, unscheduled equipment, unscheduled material invoices. LABOR CALCULATION POLICY The guidelines for labor invoicing are as follows: The first eight hours worked on any scheduled shift Monday through Friday will be charged at the regular hourly rate. Any hours worked in excess of eight hours on any scheduled shift Monday through Friday will be charged at 1.5 times the regular hourly rate. All hours worked on Saturday and Sunday will be at 1.5 times the regular hourly rate. All hours worked on Holidays (see §I.III Item 4 for recognized holidays) will be charged at 2 times the regular hourly rate. OT applies to all labor classifications regardless if salary or hourly. After Hours Emergency Services: In the event that BELFOR personnel are required for emergency services after normal BELFOR business hours (Weekdays 5:00 p.m.-7:00 a.m.), 1.5 times the regular hourly rate will be charged. RESTORATION SERVICES (General):1,2,3 RECONSTRUCTION SERVICES:1,2,3 RATES AND INVOICE CONDITIONS ITEMIZED SCHEDULED LABOR CLASSIFICATIONS PROJECT MANAGEMENT:1,3 GENERAL CLASSIFICATIONS:1,2,3 Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 RATE AND MATERIALS SCHEDULE FOR INVOICING (Exhibit B) Effective Date: January 2024 v1-1 Rate and Materials (Standard)Page 2 of 4 BELFOR Initial:_________ Customer Initial:_________ § I. § I.III § II. § III. § IV. § V. § VI. § VII.BILLING AND PAYMENT 1). Invoices generated in accordance with the BELFOR Rate and Materials Schedule will be submitted periodically for work that has been performed. As such, all invoices are due and payable upon receipt and will be considered late 30 days after receipt of the invoice. If there are any disputed charges on any invoice these should be clearly identified in writing within 30 days and an additional 30 days will be allowed to resolve disputed charges. Interest charges will begin to accrue after 30 days for undisputed charges and after 60 days for the disputed charges at the rate of: 1) 1% per month or 2) as specified in the terms and conditions of the applicable contract. 2). All charges for billing portals and for credit card payments wil be passed on the client at documented cost. The rates contained in this exhibit are exclusive of federal, state and local sales or use taxes and the costs associated with any applicable federal, state or local approvals, consents, permits, licenses and orders incident to performance of the work. CAT CONSIDERATIONS (Based on Property Claim Services assigning a CAT Serial Number) 1). A 6% fee will be added to the total of each invoice. This fee will cover all of the indirect charges that must be allocated to each job in the CAT. Examples of these charges would be CAT management, CAT office, admin support, warehousing, etc... 6). An optional methodology for lodging charges is to apply a lodging allowance as follows: Lodging may be charged at the average nightly rate of up to three hotels that house project personnel (BELFOR and/or subcontractors). The full average nightly rate will be charged for single occupancy and 50% of the average nightly rate per person will be charged for double occupancy. 4). Scheduled consumables are charged on a "per unit" basis whether consumed by the unit or not. VENDORS, UNSCHEDULED MATERIALS & UNSCHEDULED EQUIPMENT 1). 25% mark-up will be added to the total of all documented costs for Unscheduled Materials, Unscheduled Equipment, and Subcontractors / Vendors (including DUCTZ HVAC and BELFOR Environmental Services) who are not fulfilling a scheduled Labor Classification. REIMBURSABLES 1). 25% mark-up will be added to the total of all reimbursables. 2). Standard per diem rates are $59 per person per day (2023 GSA base rate). The 1.35 multiplier will be applied for NYC, Cape Cod, Martha's Vineyard, Nantucket, AK, HI, Latin America, and the Caribbean ($79.65). The 1.25 multiplier will be applied for CA, OR and WA ($73.75). Per Diem will be charged for all traveling personnel in § I. Itemized Scheduled Labor Classification. BELFOR charges this daily rate whether the per diem is paid directly to the person, is charged to BELFOR as a separate charge, or is included with other compensation considerations. For multiple jobs on a single day, per diem will be prorated accordingly.3). Per Diem reimbursement is subject to certain limitations regarding deductibility governed by the Internal Revenue Service, Code of 1986, Section 274(n)(1). Please consult your tax advisor on the appropriate treatment of these costs on your project as it is our policy that any deductibility limitation for income tax purposes is the responsibility of the customer. 4). BELFOR shall be reimbursed for travel expenses (airfare, lodging, rental cars, per diem) for personnel at documented costs plus markup (see item 5). Lodging will be charged in accordance with the published GSA lodging allowance in effect at the time of the stay (https://www.gsa.gov/travel/plan-book/per-diem-rates/) plus applicable fees and taxes. As is the case with the Federal Travel Regulations, actual expense reimbursement is allowed when the lodging allowance is insufficient to meet the necessary expenses. 3). BELFOR reserves the right to change the unit rate of scheduled consumables affected by market conditions. 4). The hourly Scheduled Labor rates will be charged portal to portal for all BELFOR personnel, labor subcontractors, and subcontractors fulfilling any Labor Classifications. 5). If a meeting is requested by the client that involves travel BELFOR will bill for travel expenses at documented cost plus 15%. Labor hours will be charged at the applicable Rate Classification SCHEDULED EQUIPMENT CHARGES (see § II.I Itemized Scheduled Equipment) 1). The Daily Rental Rate is charged for each calendar day equipment is utilized on a project, whether a partial day or complete day. 2). Small Tools Charge: Items such as shovels, ladders, demolition carts, extension cords, small hand tools, etc..., which are provided by BELFOR but are not included in the Scheduled Equipment list will be charged at 3% of total labor charges for all hands-on personnel (EO, GL, LF, RT, RS, DTA, DC, DTL, DMT, DT, MT, PT, DP, CR, TN, TS, HT, HLT, HEO). Any specialty items purchased for a project may be charged as per Section IV. 3). The Safety Equipment Packages (Personal Protection Equipment - PPE, Personal Fall Protection - PFP, and Personal Respiratory Protection - PRP) are inclusive of the reusable components of each package as well as any training, medical, or certification expenses related to their use. They do not include the disposable items within the Scheduled Consumables list. 4). During the course of performance of the work BELFOR may add additional equipment to the schedule. SCHEDULED CONSUMABLES (see § III.I Itemized Scheduled Consumables) 1). Any scheduled consumables purchased locally where the unit price exceeds 80% of the rate, the item will be invoiced at documented cost plus 25% mark-up 2). During the course of performance of the work BELFOR may add additional consumables to the Rate Schedule. 3). National holidays recognized by BELFOR for rate (not payroll) purposes are New Years Day, Memorial Day, Independence Day, Labor Day, Thanksgiving, and Christmas. RATES AND INVOICE CONDITIONS LABOR CONSIDERATIONS 1). Work performed under a particular contract that is subject to Federal and State wage and hour laws, prevailing wages, and/or collective bargaining agreements may require negotiated changes to the above stated rates. If necessary, adjustments will be made to the hourly rates and other labor provisions. 2). When circumstances beyond our control require BELFOR personnel to stand-by at the job site, a minimum stand-by charge of 6 hours at the regular hourly rate (no overtime) will be charged. Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 RATE AND MATERIALS SCHEDULE FOR INVOICING (Exhibit B) Effective Date: January 2024 v1-1 Rate and Materials (Standard) 3 of 4 BELFOR Initial:_________ Customer Initial:_________ § II.I EQUIPMENT DESCRIPTION UNIT RATE EQUIPMENT DESCRIPTION UNIT RATE AIR MOVERS/COMPRESSORS/ACCESSORIES TRUCKS, VEHICLES, TRAILERS (rate does not include fuel)Air compressor, gas/electric Ea / Day 45.00$BELFOR Command Center Ea / Day 605.00$Air compressor, tow behind Ea / Day 333.00$Mobile Office Ea / Day 79.00$ Air movers/carpet blowers Ea / Day 36.00$Mobile Warehouse (Trailer Only)Ea / Day 188.00$ Octidry Bag or Direct it In (attachment)Ea / Day 36.00$Trailer, Freezer Ea / Day 182.00$Injectidry Unit Ea / Day 158.00$Truck, Dump Service (Pickup Truck)Ea / Day 116.00$Manometer Ea / Day 100.00$Truck, Dump-Trip Charge Ea / Day 182.00$Truck, Moving/Box/Board up Ea / Day 188.00$ BLAST/POWER WASH UNITS Truck (Cab) or Trailer (Flatbed, Transfer, etc)Ea / Day 151.00$Blasting Unit, Agri/Soda Ea / Day 784.00$Vehicle, Pickup, SUV or Car Ea / Day 84.00$Dry Ice Blaster w/Accessories Ea / Day 1,178.00$Vehicle, Truck 1 Ton 4x4 Lift gate Ea / Day 200.00$ Soda Blaster Ea / Day 1,169.00$Vehicle, Van (1 per 10 Passenger or Cargo)Ea / Day 156.00$ Washer, High Pressure (cold)Ea / Day 196.00$ Washer, High Pressure (hot)Ea / Day 246.00$DUMPSTERS & STORAGEDumpster, 20 yd (max weight 4 Tons)Per Load 666.00$ CLEANING/VACUUMS/EXTRACTION Dumpster, 30 yd (max weight 6 Tons)Per Load 847.00$HEPA Filtration Unit / Air Scrubber Ea / Day 172.00$Dumpster, 40 yd (max weight 8 Tons)Per Load 1,029.00$Vacuum, HEPA Ea / Day 110.00$Vacuum, Insulation Machine Ea / Day 109.00$MISC.Vacuum, Upright, Wet/Dry or Canister Ea / Day 52.00$Heat Gun, Shrink Wrap Ea / Day 91.00$Zip Poles, Set of 6 Ea / Day 33.00$Ride on Flooring Stripper (includes blades)Ea / Day 1,452.00$ Saw, Demo Ea / Day 129.00$ LIGHTS Saw, Kett Ea / Day 43.00$Light, Balloon Ea / Day 143.00$ Light, Tower Mobile (400 WT diesel)Ea / Day 208.00$POWER Light, Wobble (37 inches)Ea / Day 73.00$Electrical Distribution (Spider Box)Ea / Day 91.00$ Generator (portable)Ea / Day 151.00$ DRYING/TEMP/HUMIDITY CONTROLMoisture Meter Ea / Day 25.00$SAFETYCamera, IR Ea / Day 28.00$Personal Fall Protection (PFP)PP / Day 10.00$ Dehumidification, Dehumidifier -100 to 140 AHAM Pints Ea / Day 175.00$Personal Protection Equipment (PPE)PP / Day 6.00$ Heater, Electric -1500 watt Ea / Day 19.00$Personal Respiratory Protection (PRP)PP / Day 10.00$ Heater, Propane/Torpedo-direct fired + fuel Ea / Day 67.00$Respirator, PAPR Ea / Day 100.00$ Electrostatic Sprayer Ea / Day 165.00$ 2 In the states of CA, OR, WA a multiplier of 1.25 will be applied to the regular hourly rate. ITEMIZED SCHEDULED EQUIPMENT 3 The rates contained in this exhibit are exclusive of federal, state and local sales or use taxes and the costs associated with any applicable federal, state or local approvals, consents, permits, licenses and orders incident to performance of the work. 1 In New York City, Cape Cod, Martha's Vineyard, Nantucket, AK, HI, Latin America, and the Caribbean, a multiplier of 1.35 will be applied to the regular hourly rate. Note: The NYC rate applies to a seventy five mile radius from the borough of Manhattan and all of Long Island. 3 Work performed in the Washington D.C. Metropolitan area is entitled to an additional 5% markup that will be applied to the total of all scheduled labor, scheduled equipment, scheduled consumables and 5% will be added to the markup for all vendors, unscheduled equipment, unscheduled material invoices. Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 RATE AND MATERIALS SCHEDULE FOR INVOICING (Exhibit B) Effective Date: January 2024 v1-1 Rate and Materials (Standard) 4 of 4 BELFOR Initial:_________ Customer Initial:_________ §III.I CONSUMABLE DESCRIPTION UNIT RATE CONSUMABLE DESCRIPTION UNIT RATE BAGS BOARD UPBags, Environmental Trash Bags Ea.3.60$ Fasteners, Misc / Lock & Hasp Ea.36.00$ Bags, Insulation Machine (Vacuum)Ea.37.00$ Fastener, Screws 1"-6"Ea.0.07$ Bags, Trash (each)3 mil 1.00$ 6 mil 2.00$ Fasteners - Paslode Nails Per Strip 3.05$ Lock Box Ea.55.00$ CLEANING-GENERAL Lumber, 7/16x4x8 OSB Ea.57.50$ Disinfectant-Bioesque Gal 63.00$ Lumber, 1/2"CDS OSB Ea.86.75$ BELFOR-All Natural Citrus Solvent Cleaner Gal 41.00$ Lumber, 2x4x8 Ea.14.00$ BELFOR-All Purpose Cleaner Gal 47.00$ Tarp (5-6MIL)Sqft 0.55$ BELFOR-All Purpose Spotter Gal 28.00$ BELFOR-CIF Citrofix Lemon Scent Ounce 1.20$ SAFETYBELFOR-Concentrated Odor Counteractant & Smoke Elim.Gal 37.00$ Boots, Chemical PVC Per Pair 55.00$ BELFOR-Extra Duty Cleaner Degreaser Gal 49.50$ Dust Mask Ea.2.40$ BELFOR-Glass Cleaner Gal 19.50$ Gloves, Cotton (includes liners)Per Pair 6.00$ BELFOR-Hand Cleaning Wipes Tub 50.00$ Gloves, Latex (Surgical)Box 100 50.00$ BELFOR-Multi-Enzyme Spotter-Deodorizor-Protector Gal 37.00$ Gloves, Leather Per Pair 9.90$ Adhesive, Remover Can 18.00$ Gloves, Nitrile Per Pair 22.00$ Alcohol, Isopropyl Gal 96.00$ Gloves, Nylon Inspection Per Pair 0.60$ Blocks, Odor Counteractant Ea.9.00$ Protective Suits (Tyvek)Ea.33.00$ Boot Covers, Latex Per Pair 13.00$ Respirator, N95 Ea.13.00$ Brush, Scrub Ea.14.00$ Respirator, P100 Ea.13.00$ Brushes, Pipe Ea.37.00$ Respirator, HEPA + Particulate Replacement Filter Ea.44.00$ Brushes, Wire Small 5.50$ Large 9.00$ Respirator, HEPA Replacement Pancake Filter Ea.10.00$ Disinfectant, Antimicrobial Gal 62.00$ Mop Heads Ea.17.00$ MISC Sponge, Particulate Removal (1.5"x3"x6")Ea.4.80$ Floor Dry (40#)Bag 19.00$ Sponge, Particulate Removal (3/4"x3"x6"Ea.2.40$ Soda, Soda Blaster Material Bag 43.00$ Steel wool Ea.1.30$ Zipper (containment)Ea.14.00$ Thinner, Paint/Mineral Spirits Gal 28.00$ Salt/Ice Melt Lb.0.50$ Wipes, Cotton Cloth/Workshop Rags Lb.6.60$ Anti-Freeze Gal.8.00$ Wipes, Wipe All Pak 15.00$ TAPE/ADHESIVE SHEETING/PLASTIC/FLOOR PROTECTION Adhesive, Spray Can 9.00$ Plastic Sheeting, 1.5 mil (24 x 200)Roll 53.00$ Tape, 2-way (2" x 60')Roll 36.00$ Plastic Sheeting, 3 mil (20 x 100)Roll 66.00$ Tape, Barricade-Banner Guard (Caution, Danger, etc…) Roll 34.00$ Plastic Sheeting, 6 mil (20x100)Roll 225.00$ Tape, Duct (2"x 60')Roll 9.00$ Plastic Sheeting, 6 mil-Fire Retardant / Anti Static (20 x 1 Roll 386.00$ Tape, Global Roll 30.00$ Plastic Sheeting, 6 mil-Fire Retardant-Black (20 x 100) Roll 479.00$ Tape, Painters-blue/red Roll 10.00$ Plastic Sheeting, Carpet Protector Roll 99.00$ Ram Board, (38" X 100')Roll 185.00$ SHRINK WRAPRed Rosin Paper (200 ft. roll)Roll 30.00$ Strapping, Woven HD LF 0.15$ Scrim-Fire Rated (60'x100')Roll 2,988.00$ Tape, Heat Shrink 2"Roll 20.00$ Sticky Mat (26"x32")Ea.108.00$ Tape, Heat Shrink 4"Roll 40.00$ Tape, Heat Shrink 6"Roll 59.00$ Wrap, Shrink, 7 mil (45' x 145")Roll 987.00$ Wrap, Shrink, 12 mil (32' x 180")Roll 1,834.00$ 1 In New York City, Cape Cod, Martha's Vineyard, Nantucket, AK, HI, Latin America, and the Caribbean, a multiplier of 1.35 will be applied to the regular hourly rate. Note: The NYC rate applies to a seventy five mile radius from the borough of Manhattan and all of Long Island. 2 In the states of CA, OR, and WA a multiplier of 1.25 will be applied to the regular hourly rate. 3 Work performed in the Washington D.C. Metropolitan area is entitled to an additional 5% markup that will be applied to the total of all scheduled labor, scheduled equipment, scheduled consumables and 5% will be added to the markup for all vendors, unscheduled equipment, unscheduled material invoices. ITEMIZED SCHEDULED CONSUMABLES 3 The rates contained in this exhibit are exclusive of federal, state and local sales or use taxes and the costs associated with any applicable federal, state or local approvals, consents, permits, licenses and orders incident to performance of the work. Docusign Envelope ID: F79786B8-05C5-4EEB-B1E4-EF320EA84933 AB Ho l d e r I d e n t i f i e r : 77 7 7 7 7 7 7 0 7 0 7 0 7 0 0 0 7 7 7 6 1 6 1 6 0 4 5 5 7 1 1 1 0 7 4 6 5 2 6 3 3 7 0 1 7 7 5 5 1 0 7 7 7 2 1 3 5 5 4 3 6 0 6 3 1 1 0 7 2 7 7 1 7 4 4 0 4 6 1 0 3 0 0 0 7 6 0 5 1 7 5 5 6 2 6 7 5 4 7 2 0 7 7 4 0 5 1 1 3 1 2 7 3 0 7 5 4 0 7 7 2 6 3 4 6 6 6 1 0 7 7 5 7 5 0 7 6 3 3 5 2 1 3 7 7 4 3 7 7 5 5 0 7 2 5 1 1 1 1 7 4 2 3 3 5 6 0 1 0 7 6 7 2 7 2 4 2 0 3 5 7 7 2 0 0 0 7 7 7 7 7 7 7 0 7 0 0 0 7 0 7 0 0 7 77 7 7 7 7 7 7 0 7 0 7 0 7 0 0 0 7 3 5 2 5 6 7 7 1 1 5 4 5 6 0 0 0 7 3 3 1 0 0 4 0 7 0 3 7 1 1 2 1 0 7 0 2 2 3 3 7 3 5 2 1 7 3 0 1 1 0 7 1 2 2 2 2 7 3 4 3 0 7 3 1 1 0 0 7 0 2 2 3 3 7 2 5 2 0 6 2 0 1 1 0 7 0 2 2 2 2 7 3 4 3 0 6 3 1 1 0 0 7 0 3 3 3 2 6 2 5 2 0 6 2 0 1 1 0 7 1 3 2 3 2 6 2 4 3 1 7 3 1 0 1 0 7 1 2 2 3 3 6 3 4 2 1 7 3 1 0 0 0 7 7 7 5 6 1 6 3 3 5 1 7 6 5 5 4 0 7 7 7 7 7 7 7 0 7 0 0 0 7 0 7 0 0 7 Ce r t i f i c a t e N o : 57 0 1 0 6 6 8 5 3 7 9 CERTIFICATE OF LIABILITY INSURANCE DATE(MM/DD/YYYY) 06/24/2024 IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). 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 COVERAGE 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. PRODUCER Aon Risk Services Central, Inc. MSC# 17385 Aon PO Box 1447 Lincolnshire IL 60069 USA PHONE (A/C. No. Ext): E-MAIL ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC # (866) 283-7122 INSURED 22667ACE American Insurance CompanyINSURER A: 20699ACE Property & Casualty Insurance Co.INSURER B: INSURER C: INSURER D: INSURER E: INSURER F: FAX (A/C. No.):(800) 363-0105 CONTACT NAME: Belfor USA Group, Inc. dba Belfor Property Restoration 12626 E 60th Street Suite 111 Tulsa OK 74146 USA COVERAGES CERTIFICATE NUMBER:570106685379 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED 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 TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.Limits shown are as requested POLICY EXP (MM/DD/YYYY) POLICY EFF (MM/DD/YYYY) SUBR WVD INSR LTR ADDL INSD POLICY NUMBER TYPE OF INSURANCE LIMITS COMMERCIAL GENERAL LIABILITY CLAIMS-MADE OCCUR POLICY LOC EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea occurrence) MED EXP (Any one person) PERSONAL & ADV INJURY GENERAL AGGREGATE PRODUCTS - COMP/OP AGG X X X X GEN'L AGGREGATE LIMIT APPLIES PER: $10,000,000 $2,000,000 $10,000 $10,000,000 $10,000,000 $10,000,000 A 07/01/2024 07/01/2025HDOG47316194001 PRO- JECT OTHER: AUTOMOBILE LIABILITY ANY AUTO OWNED AUTOS ONLY SCHEDULED AUTOS HIRED AUTOS ONLY NON-OWNED AUTOS ONLY BODILY INJURY ( Per person) PROPERTY DAMAGE (Per accident) X X X X BODILY INJURY (Per accident) $5,000,000A07/01/2024 07/01/2025 COMBINED SINGLE LIMIT (Ea accident) ISA H10719409 EXCESS LIAB X OCCUR CLAIMS-MADE AGGREGATE EACH OCCURRENCE DED $5,000,000 $5,000,000 07/01/2024UMBRELLA LIABB 07/01/2025XEUG7153974A006 RETENTION X E.L. DISEASE-EA EMPLOYEE E.L. DISEASE-POLICY LIMIT E.L. EACH ACCIDENT $1,000,000 X OTH- ER PER STATUTEA07/01/2024 07/01/2025 AOS SCFC50698439A 07/01/2024 07/01/2025 $1,000,000 Y / N (Mandatory in NH) ANY PROPRIETOR / PARTNER / EXECUTIVE OFFICER/MEMBER EXCLUDED?N / AN WI WORKERS COMPENSATION AND EMPLOYERS' LIABILITY If yes, describe under DESCRIPTION OF OPERATIONS below $1,000,000 WLRC50696972 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) The General Liability policy is endorsed with a blanket Additional Insured Endorsement. CANCELLATIONCERTIFICATE HOLDER AUTHORIZED REPRESENTATIVEBelfor USA Group, Inc. 12626 E. 60th St., Suite 111 Tulsa OK 74146 USA ACORD 25 (2016/03) ©1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. CG 20 10 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 2 POLICY NUMBER: HDO G47316194  Endorsement Number:7%' COMMERCIAL GENERAL LIABILITY CG 20 10 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – SCHEDULED PERSON OR ORGANIZATIONADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s)Location(s) Of Covered Operations Any Owner, Lessee or Contractor whom you have agreed to include as an additional insured under a written contract, provided such contract was executed prior to the date of loss. All locations where you are performing ongoing operations for such additional insured pursuant to any such written contract. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1.Your acts or omissions; or 2.The acts or omissions of those acting on your behalf; in the performance of your ongoing operations for the additional insured(s) at the location(s) designated above. However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B.With respect to the insurance afforded to these additional insureds, the following additional exclusions apply: This insurance does not apply to "bodily injury" or "property damage" occurring after: 1.All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2.That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. Page 2 of 2 © Insurance Services Office, Inc., 2012 CG 20 10 04 13 C.With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations. CG 20 37 04 13 © Insurance Services Office, Inc., 2012 Page 1 of 1 POLICY NUMBER: HDO G47316194Endorsement Number:7%' COMMERCIAL GENERAL LIABILITY CG 20 37 04 13 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – COMPLETED OPERATIONSADDITIONAL INSURED – OWNERS, LESSEES OR CONTRACTORS – COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Additional Insured Person(s) Or Organization(s)Location And Description Of Completed Operations Any person or organization whom you have agreed to include as an additional insured under a written contract, provided such contract was executed prior to the date of loss All locations where you perform work for such additional insured pursuant to any such written contract. Information required to complete this Schedule, if not shown above, will be shown in the Declarations. A. Section II – Who Is An Insured is amended to include as an additional insured the person(s) or organization(s) shown in the Schedule, but only with respect to liability for "bodily injury" or "property damage" caused, in whole or in part, by "your work" at the location designated and described in the Schedule of this endorsement performed for that additional insured and included in the "products-completed operations hazard". However: 1.The insurance afforded to such additional insured only applies to the extent permitted by law; and 2.If coverage provided to the additional insured is required by a contract or agreement, the insurance afforded to such additional insured will not be broader than that which you are required by the contract or agreement to provide for such additional insured. B.With respect to the insurance afforded to these additional insureds, the following is added to Section III – Limits Of Insurance: If coverage provided to the additional insured is required by a contract or agreement, the most we will pay on behalf of the additional insured is the amount of insurance: 1.Required by the contract or agreement; or 2.Available under the applicable Limits of Insurance shown in the Declarations; whichever is less. This endorsement shall not increase the applicable Limits of Insurance shown in the Declarations.