HomeMy WebLinkAbout77-90 RESOLUTION•
RESOLUTION NO. 77-90
A RESOLUTION AWARDING BID 90-10 FOR HAY
HARVESTING ON THE MUNICIPAL SLUDGE SITE.
BE IT RESOLVED BY THE BOARD OF DIRECTORS OF THE CITY OF
FAYETTEVILLE, ARKANSAS:
Section 1. That the Mayor and City Clerk are hereby
authorized and directed to execute a contract for hay harvesting
with Mr. Billy Dale Thomas for Section 1 at $6.00/ton; Mr. Bob
Spears for Section 2 at $8.00/ton; Mr. L. Q. Skelton for Section 3
at $8.10/ton: and Mr. Leon Rose for Section is at $10.00/ton. A
copy of the contracts authorized for execution hereby is attached
hereto marked Exhibit "A" and made a part hereof.
PASSED AND APPROVED this ;=,th day of May
APPROVED.
ATTEST:
By: X I.irnic y
City clerk
1990.
Mayor
•
T
T ri4
0 0 0 0 0
✓ v • -o
O 0 0 0 0
it 4 le
sunwwns aaVMV a
BIDDER:
ADDRESS
BIDDER
ADDRESS:
BIDDER
ADDRESS:
BIDDER:
ADDRESS
RIDDER 1•-(2.Skelt O'_1
AusREsS Sk ] c :: Farms
Spranycaie
BIDDER Bob Spears
ADDRESS: Far flifl 1ton
BIDDER Billy ll. Thomas
ADDRESS prairie Grove
'""rnaa Fayet toy l le I FXl
COU
S
COST
z
n"
03
-
o_
s
"
c
oa
ya
o
1-
c
o-
°c
n..,
`~
UNIT/OUNI l
CUsr
FXT
COST
UNIT/OUANT
COST
I Xi
COSI
E%1
COsl.
llh T,'OUANT
COST
c
z
n-
f3
-
N
J
0
0
t0
o
Fi
r
0
N
C`
0
0
n
11
r
C
in
I x
0
0
b
rtr
o
`S
-CO
N-
0
0
.Li
0
.o
:
$8.10 per tor
an
.-.
0
•
0
0
0
ht
r
Either recti
U
W
•
0
0
.1
-i
0
y
n
'
---C
DI
n
0
o
O
N
;V
....
.f.
p
J
0
-,
-..
ID
n
n
rt
0.
N)W
`�
1:f.
•.
n
•r+
0.
a
G.
F_
U1
0
n
_
0
:n
-,
—
-•
c1)ns 2, 3 or 4 1
C
0'
w
• =t '
F-
n
N
o
.
•
•
I$6.00 per tor
V
a
a.3
o
0 Ia-
'
—
1
rt
Jl
0
`I
-.
•n
J
C'
1
t�
-
2
TS
IK
0
Fh
o
n
n
1 (section 4)
n
o
c
C
1
L
7
rt
XI
n .
(7/ .
I9
T m
O p
a �T
2 0
°>
Kr
0
Cr
0
D
K Z
.y ❑❑I
z
,<
I..I
in
0 • o• o
2 0
ni xi0
T 0
c
To
• m
0 O
c
S
rr
c
C
m
0
sale 30 NOIiV11OVI
< <
•n m
N 0
❑z ❑
O 00
D
rn<
m�0
<• m
r T
In c <
n z
a
Dzm
z N <
N 1 r
aar
tnmm
m
v
o a
•
•
AGREEMENT
FOR
LABOR AND EQUIPMENT TO HARVEST
HAY OFF THE SLUDGE MANAGEMENT SITE
This AGREEMENT is made on this 15th day of May
1990, between L. Q. Skelton, (hereinafter "Contractor"), whose
address is for any formal notice is Skelton Farms, 2608 Johnson
Road, Springdale, Arkansas 72764 and the City of Fayetteville, a
municipal corporation, (hereinafter "City"), whose address is for
any formal notice is 113 West Mountain, Fayetteville, Arkansas
72701.
WITNESSET H:
WHEREAS, the purpose of this Agreement is to establish scope
of services and other conditions for the cutting, baling, and
removing of hay from the Sludge Management Site (hereinafter
"SMS"), as defined in Volume Five (5) Sludge Management Plan, of
Operations and;
WHEREAS, Operations Management International, Inc.,
(hereinafter "OMI") manages the SMS for the City of F:.yetteville
and herein acts as the agent of the City in the adm:n:stration of
this agreement.
NOW, THEREFORE, OMI and Contractor have concluded the
following:
1. AGREEMENT INTRODUCTION
1.1 The above preamble is part of this Agreement.
1.2 This Agreement shall supersede and nullify from the date
hereof all previous offers, representations, and
warranties made, whether written or verbal retween the
two parties with respect to the cutting, os -:ng, and
removal of hay from the SMS.
1.3 This Agreement, including its referred appendices and
amendments, is the entire Agreement between the City and
Contractor with respect to the cutting, baling, and
removal of hay from the SMS.
DEFINITIONS
"Barn" is defined as that particular structure located
on the SMS and designated to be used by Ccntractor to
store hay generated from the SMS.
2.2 "Duly Authorized Representative" means a specific
representative from each of the two parties that will be
designated by written notification upon the effective
date of this Agreement.
•
2.3 "Parcel" is defined as that specific piece of property
at the SMS assigned to Contractor on which he will be
responsible for carrying out the work prescribed.
2.4 "Equipment" is
will be used to
the SMS.
defined as all pieces of machinery that
cut, rake, bale, and remove the hay from
2.5 "ADPC&E" means Arkansas Department of Pollution Control
and Ecology.
2.6
2.7
2.8
2.9
"EPA" means United
Agency.
States Environmental Protection
"Labor" is defined as the necessary amount of people to
properly cut, rake, bale, and remove the hay from the
SMS.
"Hay" is
the SMS.
defined as that crop grown on and removed from
"Cutting of Hay" is defined as one complete circuit of
the SMS including cutting, raking, baling, and removing
of the hay grown since the last circuit.
LOCATION
Contractor agree
cutting, raking,
assigned to him,
s to provide ail service necessary for
baling, and removing the hay from the parcel
shown in Exhibit 1 and described as follows:
Section 3
4. OWNERSHIP
A11 facilities and equipment within the boundaries of the SMS
as described in Article 3 herein shall remain the property of
Fayetteville. Contractor shall have access to all facilities
of the SMS that are considered necessary by OMI for
contractor to fulfill his obligations under this Agreement.
5. SCOPE OF SERVICES
5.1 Overall Scope
The scope of this contract shall be:
•
•
•
The SMS has been designated as the disposal site for
Fayetteville's municipal sludge. This sludge will be
applied by OMI using traveling irrigation guns and
subsurface applicators at a rate not to exceed 300
pounds of plant available nitrogen per acre pre year.
Following sludge application, the site will be irrigated
with pollution control facility effluent applied in
accordance with EPA and ADPC&E guidelines. The crop
grown at the SMS will be a midland variety of Bermuda
grass and is intended to be harvested as hay. Contract
agrees to mow, rake, bale, and dispose of the hay grown
on the parcel to which he is assigned. Contractor
further agrees to physically remove hay from the field
within the specified time.
5.2 Contractor's Responsibilities
5.2.1 Contractor shall submit to OMI a list of all
equipment that will be used on the SMS in the
cutting, raking, baling, and transporting of the
hay. (OMI accepts no liability or responsibility
for inspecting Contractor's equipment).
5.2.2 Contractor shall maintain his equipment in good
working order and repair as necessary to ensure
proper timely cutting, raking, and baling of the
hay.
5.2.3 Contractor shall remove from the fields all baled
hay in accordance with the monthly harvesting and
sludge application schedules. Should contractor
fail to comply with the baling and removal
requirements set forth, the City may bale and/or
remove the hay at contractor's expense.
5.2.4 Contractor shall have the use of half of a storage
barn. The storage space and availability of said
barn will be managed and controlled bv OMI.
5.2.5 Contractor has the right to place an above ground
fuel tank on-site, but the exact location must be
approved bv OMI.
5.2.6 Contractor agrees to harvest the crop at any stage
of maturity and remove it from the fields in a
timely manner as directed by OMI. Contractor
agrees to remove the hay from the SMS at his own
expense.
5.2.7 Contractor shall provide a written plan within ten
(10) days of contract award. This plan shall
provide for compliance with contract obligations in
3
, 4
the event of equipment or labor
shortage/unavailability.
5.2.8 Contractor agrees to leave the property clean of
windrows. string, baling wire, trash, etc.
5.2.9 Contractor agrees to repair all field damage
including tire ruts resulting from his operations
within two (2) days, weather permitting.
5.2.10 Should the Contractor fail to comply with the
requirements set forth in 5.2.8 and/or 5.2.9 above,
the City may clean and/or repair the property at
Contractor's expense.
5.2.11 Contractor agrees to pay for damage to the City's
equipment, buildings, and/or appurtenances caused
by Contractor's negligent or wrongful acts.
5.2.12 Contractor agrees to keep the site locked at all
times while he is not working on the site. The
City will furnish locks as needed.
5.2.13 Contractor agrees to utilize the hay accordance
with the guidelines found in "Guidelines for
Application of Sludge," ADPC&E, in cooperation with
the Arkansas Department of Health; United States
Department of Agriculture, Soil Conservation
Service; and Cooperative Extension Service, dated
April 7, 1983, 4th draft, Appendix 1.
5.2.14 The Contractor agrees to submit each load of hay to
be counted or otherwise accounted for, before
removing said load from site.
5.2.15 Contractor agrees to have weighed. by independent
scale operator, one load of each type of bale
removed from site, during each separate cutting of
hay. The Contractor shall submit original scale
tickets to OMI.
5.3 OMI's Responsibilities
5.3.1 OMI shall apply sludge and irrigation water in
accordance with ADPC&E requirements.
5.3.2 GMI shall submit to Contractor the Pian of
Operation for the Fayetteville SMS, Appendix Ii.
5.3.3 GMI shall apply all required supplemental
fertilizer, herbicide, and lime.
•
•
•
•
or
5.3.4 OMI shall provide Contractor with a monthly
harvesting and sludge application schedule twenty
(20) days prior to commencement of harvesting.
5.3.5 OMI shall coordinate all activities on the SMS
site.
6. COMPENSATION
6.1. The Contractor agrees to pay to OMI $ 8.10 per
Lon of hay cut, baled, and removed from the SMS.
6.2 The Contractor agrees to provide payment for hay removed
from site on or about the first day of the month
following the removal of said hay.
6.3 The Contractor agrees to provide payment for hay stored
on site on or about the first day of November of each
year.
6.4 The City will not charge the Contractor for hay
determined by OMI to be excessively damaged. Under no
circumstances however will the Contractor be relieved of
his duty to harvest and remove hay, even that which is
determined to be excessively damaged.
7. INDEMNITY AND LIABILITY
7 1 Contractor agrees to indemnify and hold harmless the
City and officers, and employees from any liability or
damages for property damaged or bodily injury, including
death, which may arise due to any action that is
controlled by Contractor on the SMS site.
7.2 Contractor agrees to and shall hold the City and OMI
harmless in any actions that may arise in lawsuit
resulting from the use or disposal of the hay.
OND
Contractor sha.r—ain-a_performanbendt Fie amount of
$75.00 per acre that is_ ss�-h4m- f of cutting, raking,
and balin -the—SW site. --
9 INSURANCE
Each party shall obtain and maintain insurance coverage of a
type and in the amounts described in Appendix C.
5
•
4
10. TERN AND TERMINATION
•
or
10.1 This Agreement shall commence on June 1, 1990 and
expire on May 31, 1991.
10.2 This Agreement may be terminated by either party
without cause to other party by submitting a ninety
(90) day written notice.
11. NOTICE
All notices shall be in writing and delivered in person or
transmitted by certified mail, return receipt requested,
postage prepaid, to the addresses noted in this Agreement.
IN WITNESS WHEREOF, the parties have caused this Agreement to
he executed as of the date first written above.
Attest:
By:
AMA
City Cl
CITY OF FAXE'TTTEEV/I� ARKANSAS
GttiGv' (/ %�
Attest:
By: 567soL/Gel.1-.
Title: Sr. Acc'' nting Specialist
OPERATIQI* MANiNTERNATIONAL,INC.
By:
Title: President
CONTRACTOR
,1
By:C J YJ. ..441,/1/
L.Q.jot
Skeltor.
Title:
Attest:
By:
Title:
6
•
•
•
•
•
•
•
EXI LIiIT 1
CITY OF FAYETTEVILLE
REQUEST FOR PROPCSAL
RFP NO. 90-1C
HAY HARVESTING
•
The City of Fayetteville and OMI, as contract operator for the City
of Fayetteville's Pollution Control Facility and Sludge Application
S ite, hereby requests proposals for contract hay harvesting. The
area under consideration is a 600 acre Midland Bermuda grass farm
where municipal sludge is applied at agronomic rates. This farm
is located on Wyman Road east of the White River's Wyman Bridge.
All sludge, supplemental fertilizer, lime, and weed control will
be directed by O`1I. Interested parties may propose on one or all
four sites consisting of site one (approximately 2C2 acres, South
West Section), site two (Approximately 105 acres, Northwest
Section), site three (Approximately 112 acres, South East Section),
site four (Approximately 104 acres, North East Section) for
cutting, raking, bailing, and removing the hay in a timely fashion
in accordance with harvest schedules set by OMI. All proposals
should include a list of equipment and personnel, a description of
harvest operations, a backup plan to guarantee harvest schedule
compliance, and the amount per ton the applicant is willing to pay
for the hay. The negotiated contract will cover a one year harvest
period.
For appointment to view the four sites contact Roy Reed (501)
444-0717 or Billy Ammons (501) 443-3292. The site will be shown
May 4,7,& 8 between 8:CO am thru 4:00 pm.
Proposals will be evaluated in accordance with the City's
Professional Services Policy, however final selection will be based
on qualifications and price per ton. All proposals must be
received by 10:30 A.M May 10, 1990.
Proposals should be submitted to: Purchasing Officer
City Administration Building
Room 307
113 West Mountain
Fayetteville, AR 72701
P ublish 5/2/9C For Billing Purposes Please Refer to P.O. X23466
•
•
•
•
Appendix C
INSURANCE COVERAGE
Contractor shall maintain:
•
1. Statutory worker's compensation for all of Contractor's
employees at the SMS as required by the State of
Arkansas.
2 Comprehensive general liability insurance in an amount
not less than $30C,000 combined single limits for bodily
injury and/or property damage.
3 Automobile liability and property damage insurance for
all vehicles owned and operated by Contractor under this
Agreement.
OMI shall maintain:
1
Comprehensive general liability insurance in an amount
not less than $1,000,000 combined single limits for
bodily injury and/or property damage.
Each party will name the other as an additional insured on all
appropriate poiicies.
•
•
FARM BUREAU MUTUAL INSURANCE CQ. OF ARKANSAS INCORPORATED
FARM BJREAU CENTER • P.0 BOX 31 • LITTLE ROCK. ARKANSAS 72203.0031
GENERAL LIABILITY POLICY DECLARATIONS
THE DECLARAT IONS OF THE POUCY INDICATED HE REO%ARE SJBIECT TO ALL OTHER TE PMS DEFINITRIO4NS. EXCLUSIONS AND CONDITIONS OF THE POUCY AND
REPLACE ALL PREY OUS Y SSUE^ 'T
DECLARATIONS AND SHOULD BE AA„R4
HED TO AND BECOMt 4 RRVANJPJ' PAJT OF YOUR PQDCY
1. POLICY PERIOD The term of the Poi cy shall be From the L` {y 3L/07
EFFECTIVE DATE OF 09/16/85 TO Q9/I6/50 1201AM. standard time
THE POLICY MAY BE EXTENDED FOP PERIODS OF 0%E YEAR PROVIDED THE PREMIUM (INCLUDING AUDIT PREM L.Ml 15 PAID AND ACCEPTED BY
THE COMPANY. PRIOR TO THE EXPIRATION DATE FAILURE OF THE INSURED TC PROVIDE NECESSAPY AUDIT INFORMATION. AND TO PAY THE
PREMIUM SHALL BE DEEMED A REOUEST FOR CANCELLATION OF 'HE POLICY
3 NAME AND ADDRESS OF INSURED
1 - 1 HARRY KING
2 EAFEARA ICING
3
AGENT'S
FILE COPY
•
MEMBERSHIP NO
Ell MC CENTER
ELMIiIS AR 727,7
L_
POLICY NUMBER
DECL N(
61273170
4
TAY CODE
;RECEIVED AUG t 7 1989
Irsurance eroded is rely with respect to such and so many 01 the coverages es are rdtcated by spec he premium charge The mit 01 the Germany's liability
4 COVERAGES AFFORDED against each such coverage shall be as stated herein subletto a terms of the policy having reference therm
r
COVERAGE Al
PUBLIC BODILY t JURY
LNBIU'Y
um- or uAO L1 v
EACH OCCJPRENCE
330.00C'
COVERAGE A 2
EMP -OVERS BOO Y INJURY JA&JTY TO FAPM EMPLOYEES
UMR OF WBJTY
EACH PERSON
10.OGL.
EACH ryj„pfLM E
530°0
COVERAGE B
PROPERLY DAMAGE JABIUTY
(SUBJECT ID CHEMICAL DEDUCIBLE.
uMn OF JAIME Tv
EACH OCCURRENCE
1C0,00J
COJFAAGEC
MESICA- PAYMENTS
UMr OF UABUTY
EACY PERSON
5.OG.)
JMIT Of UABILPY
EACH OCCJRRFNCF
53•COO
BASIS OF ADVANCED ESTIMATED PREMIUM
COVERAGE D
DEAN OF .NFSTOCK
ON PUBUC .IIGHWAY
JMrt OF L4BUTY
EACH ANIMAL
4Q-0.CC
COVERAGE E
FARM PRODUCTS UABLrY
UMI OF LIABJTl
AGGREGA-E filth OCCURRENC•
5.00
5 PERSONAL LIABI. TY AND FARM COVERAGES
A PERSONAL AND FARM PREMISES OWNED RENTFC OP CON'RO-LEC BY THE %SURED %CL..DES PERSONAL ACT IVT IES AND $500 OF
REGJ.AP FARM PAY ROLI AND $500 CJST OM FARMING RFCEIP-S)
' PERSONA. RESIDENCE LOCATION S•C 3t TAI' 161J RC 29•. tLiKIN: riASHINuTot$ CU.* Ak IiiC
2 FARM LANG AND VACANT LAND TOTAL ACREAGE 440 LOCATION *ASO NvTGN GO• • Ah
3 VACANT LOTS NUMBER LOCATION
a ADDrIO%AL RESIDENCE (NC COVERAGE ..%LESS SFOWNI NUMBER
LOCA -10%
73.0 -
El BOATS (NO COVERAGE UNLESS SHOWN) 1 2 3
C SEPARATE FARM PREM'SES.TOTAL NUMBER IS
4
0 PARTNERSHIP PERSONAL LIABILITY -NUMBER OF PAPTNE PS 15
EACH LOCATION
EACH PAgTNEP•
E EST MATED REGULAR LABOR TOTAL PAYROLL OVER $500 IF ANY C 1.74'3
F EST MATED PICKERS AND CHOPPERS 101AL PAYROLL I5 IF ANY ca • E4
G &ARM TENANT FAMILIES -TOTAL NUMBER IS IF ANY C 9 . tFl.
H FAPM PRODUCTS LABIL TY -ABOVE $5 000 LIMITS F ARM PRODUCE GROSS SALES ARE
PER $130
PER $t0C
PEP FAN.Y
Ca
AIL
AIL
•
All
1 C..57010FARM %G-FS'1MA'EC GROSS RECEIPTS OVER $50000 ARE
1E ---
l
J EbT•MATED NUMBER OF ANIMALS FROM 101 TO 3C,C.
6. BUSINESS - OTHER THAN FARM'NG (NO COVERAGE UNLESS SHOWN)*
DESCRIPTION AND LOCATION CODE
14n•
.''
PREMIUM BASIS RATE
1 ENDORSEMENTS AND ADDITONAL COVERAGE PARTS—FORM$
1 7
• FINAL PREMIUM TO BE DETERMINED BY AUD AT END Or POLICY PER OD
COUNTERS GNED
707'``
TOTAL ESTIMATED ANNUAL PRE
CHANGE PRFNIUM
AUDIT PREP 'US -
APUUNT PAI):
DATE DUE 09/16/8' PAY THIS AMT
sz.c.
.0.,
.c.
.0
92.CC.
•
AGREEMENT•
FOR
LABOR AND EQUIPMENT TO HARVEST
HAY OFF THE SLUDGE MANAGEMENT SITE
This AGREEMENT is made on thisl5th day of May
1990, between Billy Dale Thomas. (hereinafter "Contractor"), whose
address is for any formal notice is Rt. 2. Box 400, Prairie Grove,
Arkansas 72753, 501-846-3219 and the City of Fayetteville, a
municipal corporation, (hereinafter "City"), whose address is for
any formal notice is 113 West Mountain, Fayetteville, Arkansas
72701.
W I T N E S S E T H:
WHEREAS, the purpose of this Agreement is to establish scope
of services and other conditions for the cutting, baling, and
removing of hay from the Sludge Management Site (hereinafter
"SMS"), as defined in Volume Five (5) Sludge Management Plan, of
Operations and:
WHEREAS, Operations Management International, Inc.,
(hereinafter "OM1") manages the SMS for the City_ of Fayetteville
and herein acts as the agent of the City in the administration of
this agreement.
NOW, THEREFORE, OMI and Contractor have concluded the
following:
1. AGREEMENT INTRODUCTION
1.1 The above preamble is part of this Agreement.
1.2 This Agreement shall supersede and nullify from the date
hereof all previous offers. representations, and
warranties made, whether written or verbal, between the
two parties with respect to the cutting, baling, and
removal of hay from the SMS.
1.3 This Agreement, including its referred appendices and
amendments, is the entire Agreement between the City and
Contractor with respect to the cutting, baling, and
removal of hay from the SMS.
2 DEFINITIONS
1
"Barn" is defined as that particular structure locatea
on the SMS and designated to be used by Contractor to
store hay generated from the SMS.
2.' "Duly Authorized Representative" means a specific
representative from each of the two parties that will be
designated by written notification upon the effective
date of this Agreement.
•
2.3 "Parcel" is defined as that specific piece of property
at the SMS assigned to Contractor on which ne will be
responsible for carrying out the work prescribed.
2.4 "Equipment" is defined as all pieces of machinery that
will be used to cut, rake, bale, and remove the hay from
the SMS.
2.5 "ADPC&E" means Arkansas Department of Pollution Control
and Ecology.
2.6 "EPA" means United States Environmental Protection
Agency.
"Labor" is defined as the necessary amount of people to
properly cut, rake, hale, and remove the hay from the
SMS.
2.8 "Hay" is defined as that crop grown on and removed from
the SMS.
2.9 "Cutting of Hay" is defined as one complete circuit of
the SMS including cutting, raking, baling, and removing
of the hay grown since the last circuit.
3. LOCATION
Contractor agrees to provide all service necessary for
cutting, raking, baling, and removing the hay from the parcel
assigned to him, shown in Exhibit 1 and described as follows:
Section 1
OWNERSHIP
All facilities and equipment within the boundaries of the SMS
as described in Article 3 herein shall remain the property of
Fayetteville. Contractor shall have access to all facilities
of the SMS that are considered necessary by OMI for
contractor to fulfill his obligations under this Agreement.
5. SCOPE OF SERVICES
5.1 Overall Scope
The scope of this contract shall be:
2
•
•
The SMS has been designated as the disposal site for
Fayetteville's municipal sludge. This sludge will be
applied by OMI using traveling irrigation guns and
subsurface applicators at a rate not to exceed 300
pounds of plant available nitrogen per acre pre year.
Following sludge application, the site will be irrigated
with pollution control facility effluent applied in
accordance with EPA and ADPC&E guidelines. The crop
grown at the SMS will be a midland variety of Bermuda
grass and is intended to be harvested as hay. Contract
agrees to mow, rake, bale, and dispose of the hay grown
on the parcel to which he is assigned. Contractor
further agrees to physically remove hay from the field
within the specified time.
5.2 Contractor's Responsibilities
5.2.1 Contractor shall submit to OMI a list of all
equipment that will be used on the SMS in the
cutting, raking, baling, and transporting of the
hay. (OMI accepts no liability or responsibility
for inspecting Contractor's equipment).
5.2.2 Contractor shall maintain his equipment in good
working order and repair as necessary to ensure
proper timely cutting, raking, and baling of the
hay.
5.2.3 Contractor shall remove from the fields all baled
hay in accordance with the monthly harvesting and
sludge application schedules. Should contractor
fail to comply with the baling and removal
requirements set forth, the City may bale and/or
remove the hay at contractor's expense.
5.2.4 Contractor shall have the use of half of a storage
barn. The storage space and availability of said
barn will be managed and controlled by OMI.
5.2.5 Contractor has the right to place an above ground
fuel tank on-site, but the exact location must be
approved by OMI.
5.2.6 Contractor agrees to harvest the crop at any stage
of maturity and remove it from the fields in a
timely manner as directed by OMI. Contractor
agrees to remove the hay from the SMS at his own
expense.
5.2.7 Contractor shall provide a written plan within ten
(10) days of contract award. This plan shall
provide for compliance with contract obligations in
3
•
•
•
•
the event of equipment or labor
shortage/unavailability.
5.2.8 Contractor agrees to leave the property clean of
windrows, string, baling wire. trash, etc.
5.2.9 Contractor agrees to repair all field damage
including tire ruts resulting from his operations
within two (2) days, weather permitting.
5.2.10 Should the Contractor fail to comply with the
requirements set forth in 5.2.8 and/or 5.2.9 above,
t he City may clean and/or repair the property at
Contractor's expense.
5.2.11 Contractor agrees to pay for damage to the City's
equipment, buildings, and/or appurtenances caused
by Contractor's negligent or wrongful acts.
5.2.12 Contractor agrees to keep the site locked at all
t imes while he is not working on the site. The
City will furnish locks as needed.
5.2.13 Contractor agrees to utilize the hay accordance
with the guidelines found in "Guidelines for
Application of Sludge," ADPC&E, in cooperation with.
the Arkansas Department of Health; United States
Department of Agriculture, Soil Conservation.
Service; and Cooperative Extension Service, dated
April 7, 1983, 4th draft, Appendix 1.
5.2.14 The Contractor agrees to submit each load of hay to
be counted or otherwise accounted for, before
removing said load from site.
5.2.15 Contractor agrees to have weighed, by independent
scale operator, one load of each type of bale
removed from site, during each separate cutting of
hay. The Contractor shall submit original scale
t ickets to OMI.
5.3 OMI's Responsibilities
5.3.1 OMI shall apply sludge and irrigation water in
accordance with ADPC&E requirements.
5.3.2 OMI shall submit to Contractor the Plan of
Operation for the Fayetteville SMS, Appendix TT.
3.3.3 OMI shall apply all required supplemental
fertilizer, herbicide, and lime.
li
•
•
5.3.4 OMI shall provide Contract with a monthly
harvesting and sludge application schedule twenty
(20) days prior to commencement of harvesting.
5.3.5 OMI shall coordinate all activities on the SMS
site.
6. COMPENSATION
6.1. The Contractor agrees to pay to OMI $ 6.00 per
ton of hay cut, baled, and removed from the SMS.
6 2 The Contractor agrees to
from site on or about
following the removal of
provide payment for hay removed
the first day of the month
said hay.
6 3 The Contractor agrees to provide payment for hay stored
on site on or about the first day of November of each
year.
6.4 The City will not charge the Contractor for hay
determined by OMI to be excessively damaged. Under no
circumstances however will the Contractor be relieved of
his duty to harvest and remove hay, even that which is
determined to be excessively damaged.
7. INDEMNITY AND LIABILITY
7.1 Contractor agrees to indemnify and hold harmless the
City and officers, and employees from any liability or
damages for property damaged or bodily injury, including
death, which may arise due to any action that is
controlled by Contractor on the SMS site.
7.2 Contractor agrees to and shall hold the City and OMI
harmless in any actions that may arise in lawsuit
resulting from the use or disposal of the hay.
----BOND
Contractor
$75.00 per
and baling -
9. INSURANCE
shall obtainTAT:_panf-eawionvErona in the amount of
acr__e, tl t-irassigned to him for'cutting, rakjn$,
AE the SMS site.
Each party shall obtain and maintain insurance coverage of a
type and in the amounts described in Appendix C.
5
•
•
•
•
10. TERM AND TERMINATION
10.1 This Agreement shall commence on June 1, 1990 and
expire on May 31, 1991.
10.2 This Agreement may be terminated by either party
without cause to other party by submitting a ninety
(90) day written notice.
11. NOTICE
All notices shall be in writing and delivered in person or
transmuted by certified mail, return receipt requested,
postage prepaid, to the addresses noted in this Agreement.
IN WITNESS WHEREOF, the parties have caused this Agreement to
be executed as of the date first written above.
Attest:
Attest:
Bye
CITY OF FA/dYETTEVILLE: ARKANSAS
OPERATI
By:
Title:
Tit e: Sr. Acq€unting Specialist
Attest:
By:
Title:
Pesident
CONTRACTOR
By:152
C
Bill f+ Dale Thomas
Title:
yT ERNATIOtiAL,INC.
6
•
•
Appendix C
INSURANCE COVERAGE
Contractor shall maintain:
1. Statutory worker's compensation for all of Contractor's
employees at the SMS as required by the State of
Arkansas.
2. Comprehensive general liability insurance in an amount
not less than $300,000 combined single limits for bodily
injury and/or property damage.
3. Automobile liability and property damage insurance for
all vehicles owned and operated by Contractor under this
Agreement.
OMI shall maintain:
1. Comprehensive general liability insurance in an amount
not less than $1,000,000 combined single limits for
bodily injury and/or property damage.
Each party will name the other as an additional insured on all
appropriate policies.
7
•
•
•
•
FM= 1
CITY OF FAYETTEV LLE
REQUEST FOR PROPOSAL
RFP NO. 90-10
HAY HARVESTING
The City of Fayetteville and OMI, as contract operator for the City
of Fayetteville's Pollution Control Facility and Sludge Application
Site, hereby requests proposals for contract hay harvesting. The
area under consideration is a 600 acre Midland Bermuda grass farm
where municipal sludge is applied at agronomic rates. This farm
is located on Wyman Road east of the White River's Wyman Bridge.
All sludge, supplemental fertilizer, lime, and weed control will
be directed by OMI. Interested parties may propose on one or all
four sites consisting of site one (approximately 202 acres, South
West Section), site two (Approximately 105 acres, Northwest
Section), site three (Approximately 112 acres, South East Section),
site four (Approximately 104 acres, North East Section) for
cutting, raking, bailing, and removing the hay in a timely fashion
in accordance with harvest schedules set by CMI. All proposals
should include a list of equipment and personnel, a description of
harvest operations, a backup plan tc guarantee harvest schedule
compliance, and the amount per ton the applicant is willing to pay
for the hay. The negotiated contract will cover a one year harvest
period.
For appointment to view the four sites contact Roy Reed (501)
444-0717 or Billy- Ammons (501) 443-3292. The site will be shown
May 4,7,& 8 between 8:00 am thru 4:00 pm.
Proposals will be evaluated in accordance with the City's
Professional Services Policy, however final selection will be based
on qualifications and price per ton. All proposals must be
received by 10:30 A.M May 10, 1990.
Proposals should be submitted to: Purchasing Officer
City Administration Building
Room 307
113 West Mountain
Fayetteville, AR 72701
Publish 5/2/93 For Billing Purposes Please Refer to P.O. #23466
•
AGREEMENT•
FOR
LABOR AND EQUIPMENT TO HARVEST
HAY OFF THE SLUDGE MANAGEMENT SITE
•
This AGREEMENT is made on this 19th day of may
1990, between Bob Spears, (hereinafter "Contractor"), whose
address is for any formal notice is Rt. 1, Box 75, Farmington,
Arkansas, 72730, 501-267-3913 or 501-267-2301, and the City of
Fayetteville, a municipal corporation, (hereinafter "City"), whose
address is for any formal notice is 113 West Mountain,
Fayetteville, Arkansas 72701.
W 1 T NES SET H:
WHEREAS, the purpose of this Agreement is to establish scope
of services and other conditions for the cutting, baling, and
removing of hay from the Sludge Management Site (hereinafter
"SMS"), as defined in Volume Five (5) Sludge Management Plan, of
Operations and;
WHEREAS, ODerat_ons Management international, Inc.,
(hereinafter "OMI") manages the SMS for the City of Fayetteville
and herein acts as the agent of the City in the administration of
this agreement.
NOW, THEREFORE, OMT_ and Contractor have concluded the
following:
1 AGREEMENT INTRODUCTION
J.J. The above preamble is part of this Agreement.
1.2 This Agreement shall supersede and nullify from the date
hereof all previous offers, representations, and
warranties made, whether written or verbal, between the
two parties with respect to the cutting, haling, and
removal of hay from the SMS.
1.3 This Agreement, including its referred appenoxces and
amendments, is the entire Agreement between the City and
Contractor with respect to the cutting, baling, and
removal of hay from the SMS.
2 DEFINITIONS
2.1 "Barn" is defined as that particular structure located
on the SMS and designated to be used by Contractor to
store hay generated from the SMS.
2.2 "Duly Authorized Representative" means a specific
representative from each of the two parties that will be
designated by written notification upon the effective
date of this Agreement.
•
•
•
•
2.3 "Parcel" is defined as that specific piece of property
at the SMS assigned to Contractor on which he will be
responsible for carrying out the work prescribed.
2.4 "Equipment" is defined as all pieces of machinery that
will be used to cut, rake, bale, and remove the hay from
the SMS.
2.5 "ADPC&E" means Arkansas Department of Pollution Control
and Ecology.
2.6 "EPA" means United States Environmental Protection
Agency.
2.7 "Labor" is defined as the necessary amount of people to
properly cut, rake, bale, and remove the hay from the
SMS.
2.8 "Hay" is defined as that crop grown on and removed from
the SMS.
2.9 "Cutting of Hay" is defined as one complete circuit of
the SMS including cutting, raking, baling, and removing
of the hay grown since the last circuit.
3. LOCATION
Contractor agrees to provide all service necessary for
cutting, raking, baling, and removing the hay from the parcel
assigned to him, shown in Exhibit 1 and described as follows:
Section 2
4. OWNERSHIP
All facilities and equipment within the boundaries of the SMS
as described in Article 3 herein shall remain the property of
Fayetteville. Contractor shall have access to all facilities
of the SMS that are considered necessary by OMI for
contractor to fulfill his obligations under this Agreement.
SCOPE OF SERVICES
5.1 Overall Scope
The scope of this contract shall be:
2
•
The SMS has been designated as the disposal site for
Fayetteville's municipal sludge. This sludge will be
applied by OMI using traveling irrigation guns and
subsurface applicators at a rate not to exceed 300
pounds of plant available nitrogen per acre pre year.
Following sludge application, the site will be irrigated
with pollution control facility effluent applied in
accordance with EPA and ADPC&E guidelines. The crop
grown at the SMS will be a midland variety of Bermuda
grass and is intended to be harvested as hay. Contract
agrees to mow, rake, bale, and dispose of the hay grown
on the parcel to which he is assigned. Contractor
further agrees to physically remove hay from the field
within the specified time.
5.2 Contractor's Responsibilities
5.2.1 Contractor shall submit to OMI a list of all
equipment that will be used on the SMS in the
cutting, raking, baling, and transporting of the
hay. (OMI accepts no liability or responsibility
for inspecting Contractor's equipment).
5.2.2 Contractor shall maintain his equipment in good
working order and repair as necessary to ensure
proper timely cutting, raking, and baling of the
hay.
5.2.3 Contractor shall remove from the fields all baled
hay in accordance with the monthly harvesting and
sludge application schedules. Should contractor
fail to comply with the baling and removal
requirements set forth, the City may bale and/or
remove the hay at contractor's expense.
5.2.4 Contractor shall have the use of half of a storage
barn. The storage space and availability of said
barn will be managed and controlled by OMI.
5.2.5 Contractor has the right to place an above ground
fuel tank on-site, but the exact location must be
approved by OMI.
5.2.6 Contractor agrees to harvest the crop at any stage
of maturity and remove it from the fields in a
timely manner as directed by OMI. Contractor
agrees to remove the hay from the SMS at his own
expense.
5.2.7 Contractor shall provide a written plan within ten
(10) days of contract award. This pian shall
provide for compliance with contract obligations in
3
•
•
the event of equipment or labor
shortage/unavailability.
5.2.8 Contractor agrees to leave the property clean of
windrows. string, baling wire, trash, etc.
5.2.9 Contractor agrees to repair all field damage
including tire ruts resulting from his operations
within two (2) days, weather permitting.
5.2.10 Should the Contractor fail to comply with the
requirements set forth in 5.2.8 and/or 5.2.9 above,
the City may clean and/or repair the property at
Contractor's expense.
5.2.11 Contractor agrees to pay for damage to the City's
equipment, buildings, and/or appurtenances caused
by Contractor's negligent or wrongful acts.
5.2.'2 Contractor agrees to keep the site locked at all
times while he is not working on the site. The
City will furnish locks as needed.
5.2.13 Contractor agrees to utilize the hay accordance
with the guidelines found in "Guidelines for
Application of Sludge," ADPC&E, in cooperation with
the Arkansas Department of Health; United States
Department of Agriculture, Soil Conservation
Service; and Cooperative Extension Service, dated
April 7, 1983, 4th draft, Appendix 1.
5.2.14 The Contractor agrees to submit each load of hay to
be counted or otherwise accounted for, before
removing said load from site.
5.2.15 Contractor agrees to have weighed, by independent
scale operator, one load of each type of bale
removed from site, during each separate cutting of
hay. The Contractor shall submit original scale
tickets to OMI.
5.3 OMI's Responsibilities
5.3.1 OMI shall apply siudge and irrigation water in
accordance with ADPC&E requirements.
5.3.2 OMI shall submit to Contractor the Plan of
Operation for the Fayetteville SMS, Appendix II.
5.3.3 OMI shall apply all required supplemental
fertilizer, herbicide, and lime.
4
5.3.4 OMI shall provide Contractor with a monthly
harvesting and sludge application schedule twenty
(20) days prior to commencement of harvesting.
5.3.5 OMI shall coordinate all activities on the SMS
site.
6. COMPENSATION
6.1. The Contractor agrees to pay to OMI $ 8.00
ton of hay cut, baled, and removed from the SMS.
per
6.2 The Contractor agrees to provide payment for hay removed
from site on or about the first day of the month
following the removal of said hay.
6.3 The Contractor agrees to provide payment for hay stored
on site on or about the first day of November of each
year.
6.4 The City will not charge the Contractor for hay
determined by OMI to be excessively damaged. Under no
circumstances however will the Contractor be relieved of
his duty to harvest and remove hay, even that which is
determined to be excessively damaged.
7. INDEMNITY AND LIABILITY
7.1 Contractor agrees to indemnify and hold harmless the
City and officers, and employees from any liability or
damages for property damaged or bodily injury, including
death, which may arise due to any action that is
controlled by Contractor on the SMS site.
7.2 Contractor agrees to and shall hold the City and OMI
harmless in any actions that may arise in lawsuit
resulting from the use or disposal of the hay.
•
•
Contractor shall "fain a performance bond_in—t-he amounuTof
$75.00 per ac -t-hat-i-s-as ed to him for cutting, raking,
and g at the SMS site.
INSURANCE
Each party shall obtain and maintain insurance coverage of a
type and in the amounts described ir. Appendix C.
5
•
10. TERM AND TERMINATION
10.1 This Agreement shall commence
expire on May 31, 1991.
•
on June 1, 1990 and
10.2 This Agreement may be terminated by either party
without cause to other party by submitting a ninety
'90) day written notice.
11 NOTICE
All notices shall be in writing
transmitted by certified mail,
postage prepaid, to the addresses
and delivered in person or
return receipt requested,
noted in this Agreement.
IN WITNESS WHEREOF, the parties have caused this Agreement to
be executed as of the date first written above.
Attest:
By: ..
City C1
r ��o.2
Attest:
By: Y%
Title: Sr. Acco
CITY OF YETTEVILLE,> SAS
By: .LI.IGogirt/6
Title:
inting Specialist
CONTRACTOR
By: /.r/ ` 4-t!. =. -
Bob Spears
Title:
Attest:
By:
Title:
•
•
•
•
•
•
•
am= 1
CITY OF FAYE':TEVILLE
REQUEST FOR PROPOSAL
RFP NO. 90-1C
IiAY HARVESTING
•
The City of Fayetteville and OMI, as contract operator for the City
of Fayetteville's Pollution Control Facility and Sludge Application
Site, hereby requests proposals for contract hay harvesting. The
area under consideration is a 600 acre Midland Bermuda grass farm
where municipal sludge is applied at agronomic rates. This farm
is located on Wyman Road east of the White River's Wyman Bridge.
All sludge, supplemental fertilizer, lime, and weed control will
be directed by OMI. Interested parties may prcpose on one or all
four sites consisting of site one (approximately 2C2 acres, South
West Section), site two (Approximately 105 acres, Northwest
Section), site three (Approximately 112 acres, South East Section),
site four (Approximately 104 acres, North East Section) for
cutting, raking, bailing, and removing the hay in a timely fashion
in accordance with harvest schedules set by OMI. All proposals
should include a list of equipment and personnel, a description of
harvest operations, a backup plan to guarantee harvest schedule
compliance, and the amount per ton the applicant is willing to pay
for the hay. The negotiated contract will cover a one year harvest
period.
For appointment to view the four sites contact Roy Reed (501)
444-0717 or Billy Ammons (501) 443-3292. The site will be shown
May 4,7,& 8 between 8:00 am thru 4:00 pm.
Proposals will be evaluated in accordance with the City's
Professional Services Policy, however final selection will be based
on qualifications and price per ton. All proposals must be
received by 10:3C A.M May 10, 1990.
Proposals should be submitted to: Purchasing Officer
City Administration Building
Room 307
113 West Mountain
Fayetteville, AR 72701
Publish 5/2/90 For Billing Purposes Please Refer to P.O. 423466
•
•
Appendix C
INSURANCE COVERAGE
Contractor shall maintain:
1. Statutory worker's compensation for all of Contractor's
employees at the SMS as required by the State of
Arkansas.
2. Comprehensive general liability insurance in an amount
not less than $300,000 combined single limits for bodily
injury and/or property damage.
3. Automobile liability and property damage insurance for
all vehicles owned and operated by Contractor under this
Agreement.
OMI shall maintain:
1. Comprehensive general liability insurance in an amount
not less than $1,000,000 combined single limits for
bodily injury and/or property damage.
Each party will name the other as an additional insured on all
appropriate policies.
7
AGREEMENT
FOR
LABOR AND EQUIPMENT TO HARVEST
HAY OFF THE SLUDGE MANAGEMENT SITE
This AGREEMENT is made on this 4t-' day of
1990, between Leon Rose, (hereinafter "Contractor"), whose address
is for any formal notice is Rt. 1, Box 75, Bentonville, Arkansas
72712, 501-273-5058. and the City of Fayetteville, a municipal
corporation, (hereinafter "City"), whose address is for any formal
notice is 113 West Mountain, Fayetteville, Arkansas 72701.
•
W I T N E S SET H:
WHEREAS, the purpose of this Agreement is to establish scope
of services and other conditions for the cutting, baling, and
removing of hav from the Sludge Management Site (hereinafter
"SMS"), as defined in Volume Five (5) Sludge Management Plan, of
Operations and;
WHEREAS, Operations
(hereinafter "OMI") manages
and herein acts as the agent
this agreement.
Management International, Inc.,
the SMS for the City of Fayetteville
of the City in the administration of
NOW, THEREFORE, UMI and Contractor have concluded the
Following:
1. AGREEMENT INTRODUCTION
1.] The above preamble is part of this Agreement.
1.2 This Agreement shall supersede and nullify from the date
hereof all previous offers, representations, and
warranties made, whether written or verbal, between the
two parties with respect to the cutting, baling, and
removal of hay from the SMS.
1.3 This Agreement, including its referred appendices and
amendments, is the entire Agreement between the City and
Contractor with respect to the cutting, baling, and
removal of hay from the SMS.
2. DEFINITIONS
2.1 "Barn" is defined as that particular structure located
on the SMS and designated to be used by Contractor to
store hay generated from the SMS.
2.2 "Duly Authorized Representative" means a specific
representative from each of the two parties that will be
designated by written notification upon the effective
date of this Agreement.
1
go'1' •.
2.3 "Parcel" is defined as that specific piece of property
at the SMS assigned to Contractor on which he will be
responsible for carrying out the work prescribed.
2 4 "Equipment" is defined as all pieces of machinery that
will be used to cut, rake, bale, and remove the hay from
the SMS.
2 5 "ADPC&E" means
and Ecology.
2 6 "EPA" means
Agency.
Arkansas Department of Pollution Control
United States Environmental Protection
2.7 "Labor" is defined as the necessary amount of people to
properly cut, rake, bale, and remove the hay from the
SMS.
2.8
"Hay" is
the SMS.
defined as that crop grown on and removed from
2.9 "Cutting of Hay" is defined as one complete circuit of
the SMS including cutting, raking, baling, and removing
of the hay grown since the last circuit.
3. LOCATION
Contractor agrees to provide all service necessary for
cutting, raking, baling, and removing the hay from the parcel
assigned to him, shown in Exhibit 1 and described as follows:
Section 4
4. OWNERSHIP
All facilities and equipment within the boundaries of the SMS
as described in Article 3 herein shall remain the property of
Fayetteville. Contractor shall have access to all facilities
of the SMS that are considered necessary by OMI for
contractor to fulfill his obligations under this Agreement.
5. SCOPE OF SERVICES
5.1 Overall Scope
The scope of this contract shall be:
2
•
The SMS has been designated as the disposal site for
Fayetteville's municipal sludge. This sludge will be
applied by OMI using traveling irrigation guns and
subsurface applicators at a rate not to exceed 300
pounds of plant available nitrogen per acre pre year.
Following sludge application, the site will be irrigated
with pollution control facility effluent applied in
accordance with EPA and ADPC&E guidelines. The crop
grown at the SMS will be a midland variety of Bermuda
grass and is intended to be harvested as hay. Contract
agrees to mow, rake, bale, and dispose of the hay grown
on the parcel to which he is assigned. Contractor
further agrees to physically remove hay from the field
within the specified time.
5.2 Contractor's Responsibilities
5.2.1 Contractor shall submit to OMI a list of all
equipment that will be used on the SMS in the
cutting, raking, baling, and transporting of the
hay. (OMI accepts no liability or responsibility
for inspecting Contractor's equipment).
5.2.2 Contractor shall maintain his equipment in good
working order and repair as necessary to ensure
proper timely cutting, raking, and baling of the
hay.
5.2.3 Contractor shall remove from the fields all baled
hay in accordance with the monthly harvesting and
sludge application schedules. Should contractor
fail to comply with the haling and removal
requirements set forth, the City may bale and/or
remove the hay at contractor's expense.
5.2.4 Contractor shall have the use of half of a storage
harn. The storage space and availanility of said
harn will be managed and controlled by OMI.
5.2.5 Contractor has the right to place an above ground
fuel tank on-site, but the exact location must be
approved by OMI.
5.2.6 Contractor agrees to harvest the crop at any stage
of maturity and remove it from the fields in a
timely manner as directed by OMI. Contractor
agrees to remove the hay from the SMS at his own
expense.
5 2 7 Contractor shall provide a written plan within ten
(10) days of contract award. This plan shall
provide for compliance with contract obligations in
3