Loading...
HomeMy WebLinkAbout70-99 RESOLUTION• • • • RESOLUTION NO 7 0- 9 9 • A RESOLUTION APPROVING AMENDMENT NO. 3 TO THE CONTRACT WITH SUNRAY SERVICES, INC. TO TRANSPORT AND DISPOSE OF MUNICIPAL SOLID WASTE AND FOR OPERATION OF THE CITY'S TRANSFER STATION. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section L. That the City Council hereby approves Amendment No. 3 to the contract with Sunray Services, Inc. to transport and dispose of municipal solid waste and for operation of the City's transfer station . A copy of the amendment is attached hereto marked Exhibit "A" and made a part hereof. • PASSED AND APPROVED this _It day of May , 1999. APPROVE By. tq,r'•_ I •• ly~ ATTEST: B Heather Woodruff, City Clerk red Hanna, Mayor • AMENDMENT #3 Contract with Sunray Services, Incorporated for the Operation of Transfer Station, and Transport and Disposal of Municipal Solid Waste The City of Fayetteville, by agreement dated September 25, 1995, contracted with Sunray Services, Inc. for the operation of Fayetteville's transfer station, and transport and disposal of municipal solid waste. Amendment #3 does hereinafter amend the contracted terms of agreement as specified in Section 1 and fee structure as specified in Section 3 of the contract document. The approved amendments to Section 1 and 3 of the contract document are as follows: Section 1. The City executes the first five year renewal option. Section 3. (c) For its disposal of waste delivered to the City Transfer Station, $19.00 per ton; effective August 31, 2001, for its disposal of waste delivered to the City Transfer Station, $20.00 per ton; Section 3. (d) For disposal of solid waste delivered to Contractor's landfill or transfer station, $28.20 per ton; effective August 31, 2001, for disposal of solid waste delivered to Contractor's landfill or transfer station, $29.20; Section 3. (f) A minimum charge for accepting solid waste from sources other than the City of Fayetteville, $1.30 per bag until exceeds $20.65, or $20.65 minimum up to 1,000 pounds, after 1,000 pounds other sources will be charged $42.75 per ton. IN WITNESS WHEREOF, the parties to these presents have executed this Amendment #3 of the contract for the operation of Fayetteville's transfer station, and transport and disposal of municipal solid waste to be retroactive to January 1, 1999. ATTEST: (Seal) (City) 4/904 (Secretary) (Witness) By: City of Fayetteville. Arkansas B (Title) Sunray Servi Inc, ( . tr• G' %e /at," (Title) nn A� f De /39 . /3/0 Code) y { 7J.76C (Address arid Zip ode) • • FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE • To: Willie Newman, Solid Waste From: Heather Woodruff, City Clerk Date: May 25, 1999 Attached is a copy of the resolution approving amendment number three to the contract with Sunray Services for your files. The original will be microfilmed and filed with the city clerk. cc. Yolanda Fields, Internal Auditor File • • • STAFF REVIEW FORM XXX AGENDA REQUEST CONTRACT REVIEW GRANT REVIEW For the Council meeting of May 18. 1999 E$ 70-99 MICROFILMED FROM: Willie Newman Name Solid Waste Division Public Works Department ACTION REQUESTED: Approval of amendment #3 to the contract with Sunray Services, Inc. to transport and dispose of municipal solid waste and for operation of City's transfer station. COST TO CITY: $21,450 est. S11.550 est. Cost of this request 5500-5010-5316.00 5500-5020-5316.00 Account Number Project Number $679,320 S327.516 Category/Project Budget $151,688 S 70.668 Funds Used to Date $527,632 S256.848 Remaining balance Services & Charges Category/Project Name Commercial Collections Residential Collections Program Name Solid Waste Fund BUDGET REVIEW: Adg4 t Coordinator Budgeted Item KCISkia --1144.41) L�7ustment Attached A inistrative Services Director CONTRACT/GRANT/LEASE REVIEW: }g-ggettrilkil --/6 MaerAger1 Date ty Attorn Purchasing Officer q-/5 9g Date 4-19-9c\ Date GRANT AGENCY: A Coordinator I ternal Audito Date `-/F-9 f Date STAFF RECOMMENDATION: Date ,�(/wD�ate i , Date Date arsaailetexcnaa New Item: Yee No Prev Ord/Res #: Orig Contract Date: • FAYETTEVILLE THE CITY OF FAYETTEVILLE, ARKANSAS DEPARTMENTAL CORRESPONDENCE TO: Fayetteville City Council THRIP Fred Hanna, Mayor Charles Venable, Public Works Director FROM: Willie Newman, Waste Reduction Coordinator DATE: April 16, 1999 RE• Sunray Services, Inc. Contract - Amendment #3 Staff requests approval of amendment #3 to the contract with Sunray Services, Incorporated for transport and disposal of municipal solid waste and for operation of the City's transfer station. Approval of amendment #3 would modify our contractual agreement by increasing our disposal fees from $18.00 per ton to $19.00 per ton, a $1.00 increase. In addition, Sunray is requesting a slight fee increase associated with non -City waste delivered to the Transfer Station in the amount of $0.50 per ton to $42.75 per ton or $0.05 per bag to $1.30 per bag. Furthermore, Sunray requests the approval of the five year contract renewal as set forth in the original contract. Currently, the City pays $4.13 per ton for operating our Transfer Station, $5.07 per ton for transporting our waste to the Tontitown Landfill, and $18.00 per ton for disposal which totals $27.20 per ton. The $1.00 increase requested would increase the disposal portion of the contract to $19.00 per ton. Regarding the non -City waste delivered to the Transfer Station, the City receives a 5% franchise fee on all non -City waste and the requested increase is minimal. Sunray is requesting these fee increases because they have started a two-phase site expansion at the Tontitown Landfill Facility that will add over 10 million cubic yards of airspace at a cost in excess of $2 million dollars for the first phase of site expansion. These site expansions are projected to provide adequate airspace through the year 2006. Staff feels these fee increases are justified and support their approval The contract terms specified six years with 3 five year renewal options totaling twenty years. The first five year period is set to expire on August 31, 2001. Sunray has requested approval of the second five year renewal option. Sunray has provided a very good service at a very reasonable price; therefore, staff would support the approval of the early contract renewal option contingent upon the following Sunray requested discussion of annual cost of living increases for the renewal period instead of increases that occur with cell development. Staff feels that an annual cost of living increase is not in the best interest of the City, but would support a $1 per ton increase on disposal fees for the renewal period which is projected to coincide with the second phase of Sunray's site • expansion. • Staff recommends approval of this amendment with the changes set forth above. Maintaining a long term relationship with Sunray is in the best economic and environmental interest of the City. Please approve amendment #3 to this contract at your meeting scheduled for May 18. Staff and a representative from Sunray will attend both the agenda session and the city council meetings for further discussion. If you should have any questions prior to the meeting, please contact me at 444- 3497 at your convenience. February 15, 1999 Mr. Willie Newman City of Fayetteville Solid Waste 1455 Happy Hollow Road Fayetteville, AR 72701 Dear Mr. Newman, WASTE MANAGEMENT 11979 Arbor Acres Rd. P.O. Box 1310 Springdale, AR 72765 (501) 751-7024 (501) 751-7924 Fax Sunray Services, Inc., a Waste Management Company, is the current operator of the City of Fayetteville Transfer Station. Sunray currently hauls the solid waste from this transfer station to our Tontitown Landfill Facility for disposal. The current contractual agreement allows for increases from time to time (Section 3(e)). Please consider this letter as a request for a $1 per ton increase in disposal fees. Currently, the Tontitown Landfill Facility has an expansion underway that adds an estimated 1.02 million cubic yards of airspace. The cost of this airspace addition will exceed $2 million dollars when completed. This landfill will meet all the Arkansas Department of Environmental Quality regulations along with the additional regulatory burdens of the Four County Solid Waste District. The requested increase in disposal fees will be retroactive to January 1, 1999 and be in effect for the remainder of the contract. The asset of a long-term solid waste disposal facility in the immediate area is valuable to Northwest Arkansas. The growth that has occurred makes these types of facilities even that much more important. Recognizing that we have long term disposal needs, reasonable disposal rates, and long term population growth, it makes sense to look into our contract renewal early and take advantage of the available disposal airspace. Sunray would also like to discuss the possibility of annual cost of living increases on the renewal instead of the increases that occur with the cell development updates. This feature would look to future for the City of Fayetteville to help plan with annual budgets and future cost controls. Additionally, Sunray is requesting to increase the fees charged to the public for use of the transfer station. These fees are as follows: Current Price: $41.25 per ton Requested Price: $42 75 per ton Bag Rate: $ 1.25 per bag Requested Price: $ I.30 per bag Thank you in advance for your consideration of these requests. If you have any questions concerning these increases, pleasr forward them to my attention or phone me at (501) 361-1111. ar District Manager A Division of USA Waste of Arkansas, Inc. • • AMENDMENT#3 Contract with Sunray Services, Incorporated for the Operation of Transfer Station, and Transport and Disposal of Municipal Solid Waste The City of Fayetteville, by agreement dated September 25, 1995, contracted with Sunray Services, Inc. for the operation of Fayetteville's transfer station, and transport and disposal of municipal solid waste. Amendment #3 does hereinafter amend the contracted terms of agreement as specified in Section 1 and fee structure as specified in Section 3 of the contract document. The approved amendments to Section 1 and 3 of the contract document are as follows: Section 1. The City executes the first five year renewal option. Section 3. (c) For its disposal of waste delivered to the City Transfer Station, $19.00 per ton; effective August 31, 2001, for its disposal of waste delivered to the City Transfer Station, $20.00 per ton; Section 3. (d) For disposal of solid waste delivered to Contractor's landfill or transfer station, $28.20 per ton, effective August 31, 2001, for disposal of solid waste delivered to Contractor's landfill or transfer station, $29.20; Section 3. (f) A minimum charge for accepting solid waste from sources other than the City of Fayetteville, $1.30 per bag until exceeds $20.65, or $20.65 minimum up to 1,000 pounds, after 1,000 pounds other sources will be charged $42.75 per ton. IN WITNESS WHEREOF, the parties to these presents have executed this Amendment #3 of the contract for the operation of Fayetteville's transfer station, and transport and disposal of municipal solid waste to be retroactive to January 1, 1999. City of Fayetteville. Arkansas ATTEST: (City) (City Clerk) (Seal) (Secretary) By: (Title) Sunr.y Service. Inc. (Contractor) By: (Witness) (Title) (Address and Zip Code) • • AGREEMENT TO TRANSPORT AND DISPOSE OF MUNICIPAL SOLID WASTE AND FOR OPERATION OF TRANSFER STATION This agreement is made and entered this,23 day of • • 1995, by and between the City of Fayetteville, Arkansas ("City") and Sunray Services, Inc., a Delaware corporation ("Contractor"). RECITALS The City has responsibility for proper disposal of all residential and commercial solid waste generated within its boundaries, the current volume of which solid waste is presently estimated to be thirty-two thousand (32,000) tons per year In order to properly dispose of such solid waste, the City has planned and is constructing a transfer station comprised of approximately nine -thousand six -hundred (9,600) square feet, including a scale house, a platform scale for weighing incoming and outgoing solid waste vehicles and suitable facilities to allow direct dumping of the City's waste collection vehicles into transport trailers. The City has solicited bids for the operation of the Transfer Station and the proper transport and disposal of solid waste generated therein. Contractor is the successful bidder thereon and, in addition, has proposed to provide its own transfer and/or landfill facilities for the disposal of such solid waste pending completion of the Transfer Station, which additional proposal has been accepted by the City of Fayetteville. The parties have therefore entered this agreement pursuant to which Contractor will operate the to be built Fayetteville Transfer Station, properly transport and dispose of solid waste delivered there, and provide interim transfer station and/or landfill facilities for the residential and commercial solid waste stream of the City of Fayetteville. Jho • • TERMS AND CONDITIONS Therefore, in consideration of the recitals set forth above and the terms and conditions set forth below, which constitute good and enforceable consideration, it is agreed: 1. TERM OF AGREEMENT: Performance of this agreement shall begin on September 1, 1995, with respect to City's use of Contractor's transfer station and/or landfill for disposition of the City's residential and commercial solid wastes. The term of the Contract shall be five years from the date the City's Transfer Station is properly permitted and operational, which is presently estimated to be April 1, 1996, but in no event shall the term of this Contract exceed six years from the date hereof. The City shall have the option to renew this agreement for three, successive, five-year terms, subject to mutual renegotiation of terms. The City shall provide Contractor written notice of its intent to renew at least ninety days prior to the expiration of the current Contract. The Contract will be subject to annual approval of the budget by the Fayetteville City Council. 2. SCOPE OF SERVICE: Pending the date of permitted, operational status of the City's Transfer Station, Contractor shall perform all services reasonably necessary to provide disposal of the residential and commercial waste generated within the City at Contractor's own landfill or transfer station. Upon the City's Transfer Station being fully and properly permitted and operational, Contractor shall operate the City's Transfer Station and transport and dispose of the residential and commercial solid waste delivered to the City's Transfer Station during the term of its Contract. Those goods and services which Contractor shall provide shall include but not be limited to the following: (a) Operating supplies including fuel; (b) Operating equipment (front-end loader(s) with any necessary compaction equipment). Front-end loader buckets shall be equipped with attached 2 • • brushes or sweeps to prevent metal -to -concrete floor contact during any tipping floor loading operations. Truck scales and other permanent fixtures of the building and grounds will be provided by the City. (c) Scale house attendant services; (d) Tipping floor supervision and load spotting services; (e) Equipment maintenance services for all of Contractor's equipment; (0 Regular housekeeping and cleaning services for the Transfer Station, the scale house, and for the portion of the ground occupied by Transfer Station operations; (g) Operators for waste handling equipment including loading and compaction equipment; Documentation of inbound and outbound tonnages of solid waste; Regular billing statements to all Transfer Station customers; and General administrative oversight and supervision. (k) Preparation of regular, required reports to all applicable government agencies, as well as a quarterly, summary report to the City. bler .ZJ 3. FEES: For its services hereunder, Sunray shall be entitled to the following fees: (a) For operation of the City Transfer Station, $4.00 per ton of solid waste delivered to the Transfer Station; ,(3 -z4' -- (b) For outgoing transport of solid waste delivered to the City Transfer Station, $6.855er ton, based on incoming weight delivered to the Transfer Station; ,",o (c) For its disposal of waste delivered to the City Transfer Station, $18.00 per ton; (d) For disposal of solid waste delivered to Contractor's landfill or transfer station, $28.85 per ton; and (e) For accepting at the City's Transfer Station and disposing of solid waste generated from sources other than the City of Fayetteville, $40.00 per ton, of waste delivered to the Transfer Station, which shall be billed by Contractor to such sources. The City shall receive a franchise fee equal to 5% of the remainder of such fee after deducting applicable governmental solid waste fees. 3 • • • These fees shall be inclusive of all, present, applicable governmental fees and licenses, surcharges, taxes, materials, overhead, profit, insurance and equipment. However, the fees shall be equitably adjusted between the parties, not more frequently than twice a year, based upon demonstrable and material changes in Contractor's cost of doing business which are beyond Contractor's control and occur after the date of this Contract including but not limited to revisions of existing laws, ordinances, taxes, fees or regulations. Contractor shall bill the City on a monthly basis for its services hereunder, itemizing such bills to show the tonnage and resulting fee for each component of service processed hereunder. Bills shall be paid within fourteen (14) days of presentation. Contractor shall account and pay to the City the City's franchise fee pursuant to (e) above, within fourteen (14) days of contractor's receipt thereof. Contractor shall keep accurate records which shall be available to the City at all times during the period of this Contract, and for a term of three years after the termination thereof, to justify the franchise fee, Contractor's billing and the proper transport and disposition of solid waste. 4. SECURITY FOR PERFORMANCE: Contractor has provided a performance bond issued by a corporate surety which is satisfactory to the City and authorized to do business in the State of Arkansas in the amount of two million dollars ($2,000,000.00) to secure faithful performance of this Contract. The bond shall remain in full force and effect during the term of this Contract and all premiums thereon shall be paid by the Contractor. 5. OUANTITIES: The City makes no warranties as to the quantities of solid waste available for transfer and disposal. However, the City, during the term of this contract shall deliver to Contractor, at either Contractor's own Landfill or transfer station, or through the City's Transfer Station, all of the municipal, residential and commercial solid waste streams generated within or by the City which it presently collects, except recyclable waste recycled as such. 4 • • • 6. • DISPOSAL SITES: Contractor shall dispose of all waste tendered it in disposal sites that are properly permitted and operating in accordance with all applicable State and Federal law and regulation. Contractor shall at all times have a commitment for adequate landfill air space adequate to meet the projected needs of the waste to be disposed of hereunder during the term of the Contract. The present commitment satisfying this requirement is with the Cherokee Nation Landfill, and is evidenced by Exhibit A, attached hereto. Prior to any change by Contractor of the disposal site, Contractor shall provide documentation to the City that such site meets specifications hereunder. 7. CONTRACTOR'S EOUIPMENT: Contractor warrants that its transport tractors, trailers and equipment used in the operation of the Transfer Station and the transport of accepted solid waste, will be maintained in a mechanically sound, clean and painted manner at all times, and that Contractor shall have sufficient spare equipment available to insure daily loading, transport and disposal of all waste received pursuant to this Contract All equipment shall be painted uniformly with respect to the Contractor Transport trailers shall be marked with the name and telephone number of the Contractor on each side of the vehicle. 8. REPRESENTATIONS. WARRANTIES AND COVENANTS OF THE CITY: The City represents, covenants and warrants: (a) That the City's Transfer Station, at the time it is tendered to Contractor for operation, shall be properly and fully permitted as a solid waste transfer station by all applicable governmental authorities, and shall be designed, constructed and operable, within industry standards, as a transfer station. (b) The City Transfer Station shall be erected adjacent to the present City of Fayetteville shop facilities. (c) That in its delivery of waste to the City's Transfer Station or to the 5 • • • • • • _. • Contractor's transfer station or landfill for disposal, the City, its customers, agents and employees shall obey all reasonably adopted rules and regulations that may be posted from time to time by the Contractor for the proper, efficient and safe operation of the respective facility, and shall exercise reasonable prudence and care in disposing of waste at the facility. 9. DEFAULT AND TERMINATION: Upon the breach of either party to this Contract of any of its material terms and conditions, and written notice to the breaching party of said breach and demand for cure, the breaching party shall fully cure said breach within sixty (60) days. Failure to so cure shall entitle the party providing said notice to declare a default and terminate the Contract, which termination must be set forth in writing and delivered to the defaulting party. 10. GENERAL SPECIFICATIONS: The terms and conditions of this Contract include each and every general specification set forth hereinafter. 11. EXCUSED PERFORMANCE: Neither party hereto shall be liable for its failure to perform hereunder due to contingencies beyond its reasonable control including, but not limited to strikes, riots, fires, acts of God, and acts of Federal and State governments, governmental agencies or Courts. 12 ADMINISTRATIVE PROVISIONS: The agreement constitutes the entire agreement between the parties and there are no representations, warranties, promises, covenants, agreements or contracts except as set forth herein. This agreement may not be amended except as set forth in writing and signed by authorized representatives for both parties. This agreement shall be construed under the laws of the State of Arkansas, and shall inure to the benefit of the parties hereto, their successors, assigns and representatives. This agreement may be assigned by either party only with the prior written consent of the other party, which consent shall not be unreasonably withheld. The persons signing on behalf of the respective parties hereto warrant 6 WH51 t I'IUI'IIN I IVw HIGH • • •WASTE MGMNT NW ARK MICROFILMED YEATMAN & ASSOCIATES, P.A. ATTORNEYS AT LAW 15013611103 P.02/02 Aa- • 7o-- 9 9 100 MORGAN KEEGAN DRIVE • SUITE 110 LITTLE ROCK. ARKANSAS 72202 HAILING. AI:MRCSS: PO. BOX 7]Si t1 .007.OS LIlT4[ ROCK, OR 7z.317.7.350 SD ,007.0550 GRCCORT L. YU7nAN fAL51nRE gIyCyeatmaM1LWR SOI.007.0555 May 24, 2000 To Whom It May Concern:: This Law firm represents Waste Management of Arkansas, Inc. I have attached hereto copies of the documents reflecting the corporate transactions regarding the mergers of USA Waste of Arkansas, Inc. find set out hknow as Sunray Services, ereiinbelow a brief chronology of the transactiointo and withns which occurred:aste nt of Arkansas, Inc. Please • Sunray Services, Inc. incorporated on march 30. 1981 in Delaware; • Sunray Services, Inc. changed its name to USA Waste of Arkansas, Inc. on April 15, 1998: • USA Waste of Arkansas, Inc. merged with and into Waste Management of Arkansas, Inc. on December 21, 1998 Therefore, Waste Management of Arkansas, Inc. is the successor in interest to Sunray Services, Inc. and has full legal authority to manage and dispose of assets still held in the name of USA Waste of Arkansas. Inc. and Sunray Services. Inc. Please do not hesitate to contact me if you have any further questions regarding this or any related matters. Thank you. GLY:dgl Enclosures H:\W orkIngFiles\WMA\Carlton.lt2.doc Sincerely yours, us4.-- Greg Yea an Mgt • RECEIVED . AUG 0 2 2000 GIT OF��EprnK.;S, tt �� OFFig CE •