Loading...
HomeMy WebLinkAbout47-09 RESOLUTIONRESOLUTION NO. 47-09 A RESOLUTION TO APPROVE A CONTRACT FOR STORM DEBRIS REMOVAL SERVICES WITH DRC EMERGENCY SERVICES, LLC IN THE AMOUNT OF $2,419,185.64, PLUS A CONTINGENCY OF $400,000.00 WHEREAS, after the devastating ice storm of January 26-27, 2009, President Obama declared much of Northwest Arkansas, including the City of Fayetteville a Disaster Area eligible for FEMA assistance; and WHEREAS, the amount of downed trees, broken limbs, and other debris throughout Fayetteville is so massive that Fayetteville's employees and equipment cannot handle the tremendous job of removing such debris without hiring an independent contractor; and WHEREAS, the cost of the debris removal will be largely offset by reimbursements from FEMA and the State of Arkansas; and WHEREAS, the City of Fayetteville properly solicited Requests For Proposals from independent contractors desiring to be awarded a Contract for Storm Debris Removal Services; and WHEREAS, the City's Selection Committee painstakingly reviewed proposals from almost twenty companies and the selected by use of an approved rating/point system, the applicant/proposal which was the most qualified, capable, and economical company to pick up, remove and reduce to wood chips the debris caused by the ice storm. 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 approves the selection of DRC Emergency Services, LLC as the most qualified, capable and economical company to be awarded the contract for Storm Debris Removal Services. Section 2: That the City Council of the City of Fayetteville, Arkansas hereby awards the Contract For Storm Debris Removal Services (attached as Exhibit "A") which includes all terms within the Project Manual, to DRC Emergency Services, LLC in the amount contingency of $400,000.00. PASSED and APPROVED this 18th day of February, 2009. APPROVE IO ELD JO ,Mayor ATTEST. of $2,419,185.64 plus a By: SO E. SMITH, City Clerk/Treasurer •:` cjV k5'6/e, Y • • cc\ tt FAYETTEVILLE: • ca.:4y '-s7AtNISY:&), - -4 /kIkat— PROJECT MANUAL RFP 09-04, STORM DEBRIS SERVICES 01 ayetievidle ARKANSAS -FAYETTEVILLE, ARKANSAS PROJECT NUMBER 09009 12 FEBRUARY, 2009 00001.dm SECTION TABLE OF CONTENTS TITLE NO. OF PAGES 00001 Title Pages 2 00010 Table of Contents 2 00020 Request for Proposal 2 00100 Information for Proposers 6 00212 Supplemental Information for Proposers 16 00300 Statement of Disclosure 4 00301 Debarment, Suspension, and Other Responsibility Matters 4 00305 Primary Contacts 4 00310 Proposal 14 00311 Proposer's Statement of Subcontractors 2 00312 Bid Bond 2 00420 Statement of Proposer's Qualifications 26 00500 Agreement Between City of Fayetteville and Contractor 4 00600 Arkansas Statutory Performance and Payment Bond 2 00640 Warranty Bond 2 00700 General Conditions 14 00830 Prevailing Wage Rates — Davis Bacon 6 00840 Notice of Award - Sample 2 00845 Notice to Proceed - Sample 2 00900 Description of Unit Price Schedule Items 2 Appendix A — Example Daily Haul Records 4 Appendix B — Example Load Ticket 4 Appendix C — Example Truck Placard 4 Appendix D — Example Hazardous Stump Worksheet 4 Appendix E — Example Stump Conversion Table 4 0001 0.cloc 1 SECTION 00020 CITY OF FAYETTEVILLE REQUEST FOR PROPOSAL RFP 09-04, STORM DEBRIS SERVICES The City of Fayetteville, Arkansas, invites qualified firms to submit proposals for services including but not limited to vegetative storm debris removal and tree trimming & removal within public lands and rights of way, and debris disposal site operations management. To be considered, proposals must be received at the City Administration Building, City Hall, Purchasing — Room 306, 113 West Mountain, Fayetteville, Arkansas before Tuesday, February 17, 2009 at 10:00 AM, Central Standard Time. At this time, the names of all proposers shall be read aloud, however no other information will be provided. No late proposals shall be accepted or opened. Proposal forms must be downloaded from the City's web site at http://www.accessfayetteville.oi:g. All questions regarding the RFP process should be directed to Andrea Foren at aforen@ci.fayettevillc.ar.us or (479) 575-8220. Proposers shall be qualified to do business and licensed in accordance with all applicable laws of federal, state and local governments where the project is located. Bid security in the form of a certified or bank cashier's check drawn from a bank located within the State of Arkansas or a Bid Bond in the amount of 5% of Proposal Amount of contract shall accompany each Proposal in accordance with the Instructions to Proposers. A 100% performance and payment bond is required after contract award. Pursuant to Ark. Code Annotated 22-9-203, the City of Fayetteville encourages all qualified small, minority and women business enterprises to propose and receive contracts for goods, services, and construction. Also, City of Fayetteville encourages all prospective proposers to subcontract portions of their contract to qualified small, minority, and -women business enterprises. The City of Fayetteville reserves the right to reject any or all proposals and to waive irregularities therein, and all Proposers shall agree that such rejection shall be without liability on the part of the City of Fayetteville for any damage or claim brought by any Proposer because of such rejections, nor shall the Proposers seek any recourse of any kind against the City of Fayetteville because of such rejections. The filing of any Proposal in response to this invitation shall constitute an agreement of the Proposer to these conditions. By: Andrea Foren, Purchasing Agent 00020.doc SECTION 00100 INFORMATION FOR PROPOSERS 1.) All proposers shall provide copies of references, licenses, and the most recent audited financial statements plus any interim financial statements available with the proposal. These documents will not count toward the 20 page proposal limit. The selected proposer(s) shall provide copies of proof of adequate insurance, and bonding after contract award. 2.) All proposers shall be in compliance with all Federal, State, and Local requirements and regulations. 3.) Awarded contractor shall use load ticket requirements to record with specificity (e.g., street address) where debris is picked up and the amount picked up, hauled, reduced and disposed of. Awarded contractor shall provide all documentation and information as listed in attached sample forms. 4.) All payment provisions in proposal form and invoicing shall be based on unit prices, on a per cubic yard basis. 5.) No payments or bids may be based on time and material costs. 6.) Awarded contractor(s) shall submit invoices regularly and for no more than thirty (30) day periods. Invoices shall be submitted for each calendar n-ionth and shall be submitted no later than the 10th of the following month. 7.) Contract(s) resulting from this bidding document may be terminated for convenience at any time for any reason. 8.) Contractor may subcontract out and limit use of subcontractors to ONLY those approved by the City of Fayetteville. No contractor shall subcontract greater than forty percent (40%) of work assigned under any contract issued from this request for proposal. 9.) Aw'arded contractor shall use mechanical equipment to load and reasonably compact debris into the trucks and trailers. 10.) Awarded contractor shall provide a safe working environment, including properly constructed monitoring towers. 11.) All contract amendments and modifications shall be made in writing and properly approved by the City of Fayetteville Mayor and City Council. 12.) Awarded contractor shall obtain adequate payment and performance bonds and insurance coverage as described in this document. 00100.doc 1 13.) A 5% bid bond shall be submitted with all proposals. Bid bond percentage shall be figured on total amount of work proposed. After contract award, contractor shall provide the following: a. Adequate Certificate of Insurance, listing the City of Fayetteville as an additional insured b. 100% performance and payment bond based on awarded contract dollar amount from the City of Fayetteville. 14.) No Proposer shall claim to be "FEMA Certified". FEMA does not certify, credential, or recommend debris contractors. 15.) No separate line items, for invoicing, payment, and bidding shall be allowed for stumps 24 inches and smaller in diameter; these shall be treated as normal debris. 16.) No contractor or bidder shall make eligibility determinations in relation to FEMA; only FEMA has appropriate authority. 17.) This contract and bid shall not be used to "piggy back" with any entity as piggybacking may jeopardize FEMA fimding. 18.) Proposals shall be received at the address listed below and are due by Tuesday, February 17th, 2009 before 10:00 AM, Central Standard Time: City of Fayetteville Attention: Andrea Foren — Room 306 113 W. Mountain Fayetteville, AR 72701 19.) It is the responsibility of the Proposer to have its sealed proposal at the Purchasing Office prior to the date and time of opening. No late proposals will be accepted. Proposals received after the scheduled proposal deadline will remain unopened and will not be considered. 20.) The City of Fayetteville reserves the right to reject any or all proposals, waive formalities and make the award based on the best interest of the City. 21.) 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. 22.) Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Andrea Foren, City of Fayetteville, Purchasing Agent via e-mail 00 100.doc 2 (aforen(cilayetteville.ar.us) or telephone (479.575.8220). No oral interpretation or clarifications will be given as to the meaning of any part of this request for proposal. AII 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. 23.) Any conditions or expectations on the part of the Proposer for performance by the City must be set forth in the proposal. The City is not obligated to consider the Proposer's post submittal terms and conditions. 24.) 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 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. THIS INFORMATION SHALL BE PROVIDED ON THE ATTACHED FORM TITLED "PROPOSER PRIMARY CONTACT INFORMATION". Proposer's primary contact shall be available for phone and e-mail clarification from the hours of 8:00AM to 8:00 PM for the following dates: Monday, February 16, 2009, Tuesday, February 17, 2009, Wednesday, February 18, 2009, Thursday, February 19, 2009, Friday, February 20, 2009. 25.) The City will not be responsible for misdirected proposals. Proposer should call the Purchasing Office at (479) 575-8220 to insure receipt of their proposal documents prior to opening time and date listed above. 26.) 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 test requirements, but is not intended to limit a RFP's content or to exclude any relevant or essential data. 27.) The RFP and any addenda issued may be obtained from at www.accessfavetteville.org and clicking "Bids, RFP's and RFQ's" then selecting the tab titled "RFP's". Proposers are at liberty and are encouraged to expand upon the details, qualifications and proposals to give additional evidence of their ability to perform and provide a system as described in this RFP. All updates and changes to the REP will be posted on the website and Proposers are encouraged to check daily for new information or updates. Each Proposer is required before submitting a proposal to be thoroughly familiar with the requirements and specifications listed in this RFP. Additional allowances will not be made due to Proposers' lack of knowledge relating to the terms, conditions and specifications contained within this RFP. It is the responsibility of the Proposer to determine if any component(s) of this specification do not meet the required standards of applicable federal, local, state law or specifications. 00 I 00.doc 3 28.) The proposal must contain the signature of a duly authorized officer or agent of the Proposer's company empowered with the right to bind and negotiate on behalf of the Proposer for the amounts and terms proposed. 29.) ***The Proposer is required to submit one (1) original and eight (8) copies of the proposal. In addition, one (1) electronic copy of all submitted documents shall be submitted on a properly labeled CD. The use of Adobe (PDF) is highly recommended but not mandatory. All electronic copies shall be compatible with Adobe and Microsoft Windows applications. 30.) It is intended that the all documents pertaining to this request for proposal shall define and describe the complete services to which they relate. 31.) The Proposer is advised to examine all documents and current parameters of the services in becoming fully informed as to their conditions. This includes the conformity with specific standards and the character, quality and quantity of the reports and services required. Failure to examine these areas will not relieve the successful Proposer of his obligation to furnish all deliverables and services necessary to carry out the provisions •of the contract. 32.) The City of Fayetteville will consider the degree to which each Proposer has submitted a complete proposal without irregularities, excisions, special conditions, or alternative proposals for any item unless specifically requested in the RFP. 33.) 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 prevailed 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. 34.) 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 effe,ct that 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. 35.) 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 hirnself/herself fully informed of all laws, ordinances and regulations of the Federal, State, County, 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 00100.doc 4 authority over same. If any discrepancy or inconsistency should be discovered in these Conn -act 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 City of Fayetteville. 36.) Proposer shall at all times observe and comply with all such existing and future laws, ordinances and regulations, and shall protect and indemnify City of Fayetteville and its agents against the violation of any such law, ordinance, regulation, order or decree, whether by himself/herself or by his/her employees. Licenses of a temporary nature, necessary for the prosecution of the services shall be secured and paid for by the successful Proposer. 37.) All work resulting in this contract shall be completed within one hundred twenty (120) days for debris removal and one hundred sixty (160) days for debris collection site closure from date of notice to proceed. 38.) The City of Fayetteville reserves the right to deviate from estimated quantities presented on these forms. 39.) Several sample forms are attached. Awarded Contractor agrees to use these forms or any other form as instructed by the City to assure proper and adequate documentation, security, etc. 40.) Awarded Contractor shall submit a safety action plan covering all aspects of the contractor's operations at thc same time Contractor subrnits bonding and insurance documents. The City will utilize the Professional Services Selection Policy & Procedure of the City (PLJ-13) to select the contractor(s). A professional selection committee will select the most qualified firm for the job by grading the firms based on the following percentage point structure: 1.) Qualifications in relation to scope of work --- 25% 2.) Experience, competence, & capacity for perforrnance = 25% 3.) Proposed method of doing work = 1 5% 4.) Past performance = 15% 5.) Price = 20% The submitted proposals will be reviewed by a Professional Selection Committee. The Committee will make a recommendation to the Fayetteville City Council for the selected contractor or contractors. The selected contractor(s) will be expected to enter into a contract with the appropriate engagement provisions. Other Considerations & Reservations: 1. All proposals should be concise and limited to 20 pages of written text, with an appendix listing past projects (which will not count toward 20 page limit). Proposers shall also submit all required documents, as instructed in this RFP. 001 00.doc 5 Section 00300 — Statement of Disclosure Section 00301 Debarment, Suspension, and Other Responsibility Matters Section 00305 — Primary Contacts Section 00310 — Proposal Section 00311 — Proposer's Statement of Subcontractors Section 00312 — Bid Bond Section 00420 Statement of Proposer's Qualifications These documents do not count towards the 20 page limit. All Proposers should include a 3 page maximum executive summary. The executive summary does not count toward the 20 page limit. 2. All proposals shall disclose any involvement in current litigation on any aspect of work described in this document. Failure to do so would serve as grounds for severing any contractual relationship. END OF SECTION 00100 00100.doc 6 SECTION 00212 SUPPLEMENTAL INFORMATION FOR PROPOSERS 1.0 GENERAL The purpose of this contract is for vegetative storm debris removal and tree trimming & removal within public lands and rights of way (ROW), and debris disposal site operations management. 2.0 GENERAL SCOPE OF SERVICES 2.1. The Contractor shall provide for debris removal and disposal of all eligible debris from the City of Fayetteville ROW and other described locations_ 2.2. The debris shall be taken to the approved dumpsites as indicated. AU necessary permits shall be obtained by the Contractor. 2.3. The estimated amount of debris to be removed under this contract is shown on the individual bid schedules, but not guaranteed. The unit price on the individual bid schedules will be used for payment. 2.4. The Contractor shall document the current conditions of all roadways, sidewalks and all structures to remain in the debris removal area. in addition, all roadways along the haul routes shall be documented. A representative of the City of Fayetteville or designee shall be present during this inspection. The Contractor shall provide photographic and/or video documentation. The documentation shall be submitted to the City of Fayetteville prior to beginning the work. 2.5. Haul and Dispose. The work shall consist of clearing, separating, and removing any and all eligible debris (see definitions of eligible debris) from public property only, including ROW of streets and roads. Work shall include: 1) examining and sorting debris to determine whether or not debris is eligible; 2) loading and sorting the debris; 3) hauling the eligible debris to the approved dumpsites. ineligible debris shall not be loaded, hauled, or dumped under this contract. The Contractor is liable for all ineligible debris handled during the life of this contract. The City of Fayetteville designee shall be immediately notified of any ineligible debris placed at the right of way for collection. 2.6. No debris shall be burned under this contract. 2.7. The Contractor shall make a maximum of three (3) passes with a minimum of one weekend between each pass. The contractor shall not move from one designated work area to another designated work area without prior approval from the City of Fayetteville designee. 002 1 2.doc 2.8. Any eligible debris, such as fallen trees, which extend onto the public ROW from private property, shall be cut at the point where it enters the ROW. Only that part of the debris that lies within the ROW shall be removed. Hazardous limbs are considered eligible debris and are defined as limbs greater than two inches in diameter that are still hanging in the tree and are threatening a public use area, such as a trail, sidewalk, road, etc. Holes present as a result of uprooted trees in the public ROW shall be filled to ground level. The Contractor shall not enter onto private property during the performance of this contract. The Contractor shall not cut down or trim any trees that have not been Marked by the Urban Forestry Services or requested by the City of Fayetteville or its designated representative 2.9. Tree Trimming and Cutting 2.9.1 No tree trimming and cutting can be performed until authorized in writing by the City of Fayetteville. Any individuals trimming or cutting trees must first obtain City of Fayetteville Arborist Certification. 2.10. Contractors shall note that much of the project will occur in residential areas. The contractors should exercise due care to minimize any damages to trees, shrubs, landscaping and general property. The Contractor shall repair any damages caused by the Contractor's equipment in a timely manner at no expense to the City of Fayetteville. The debris work area shall be left clear of debris and cleaned, as reasonably and practical under the conditions of this project. 2.11. The Contractor shall use equipment and perform work in a manner to prevent damages to the City of Fayetteville's infrastructure facilities and adjacent ROW's, including all landscaped areas. The Contractor shall repair any damages caused by the Contractor's equipment in a timely manner at no expense to the City of Fayetteville. All equipment shall be approved by the City of Fayetteville prior to use. All loading equipment is required to operate from the street/road using buckets and/or boom and grapple devices to remove and load the debris. Any damage to private property, sidewalks, curbs, or streets shall be repaired at the expense of the contractor. 2.12. The Contractor shall conduct the work so as not to interfere with the disaster response and recovery activities of federal, state, and local governments or agencies, or of any public utilities. 2.13. Thc City of Fayetteville and its contracting agents reserve the right to inspect the site, verify quantities and review operations at any time. 2.14. All work shall be accomplished in a safe manner in accordance with City of Fayetteville and OSHA standards. 002 i 2.doe 2 3.0 LOAD TICKETS 3.1. Load Tickets shall be used for recording the cubic yard volume of debris removed for disposal. The Contractor shall provide all load tickets to the City of Fayetteville. A copy of the load ticket to be used by the contractor shall be submitted for City of Fayetteville approval prior to beginning work. The load ticket numbers shall be sequentially numbered. The load tickets shall be a minimum of four -parts. A sample load ticket is included as an attachment. 3.2. Each ticket shall contain the following information: • Ticket Number • Contract Number • Contractor Name • Date • Truck or Roll -off Number • Truck Capacity • Point of Debris Collection • Loading Departure Time • Dump Arrival Time • Percent of Load • Actual Debris Volume • Debris Eligibility (Y/N) 3.3 A minimum four-part load ticket will be issued by a City monitor prior to transport of the debris from the loading site. The entire four-part load ticket is given to the vehicle operator. Upon arrival at the dumpsite, the vehicle operator will give the entire four-part load ticket to the City monitor. The City monitor will verify the hauler and equipment and establish a percent of truck capacity of the eligible cubic yardage of debris load. After documenting percentage to the nearest 5%, the City monitor will calculate the actual cubic yardage of the load. The actual cubic yard will be recorded on the load ticket by the City monitor to the nearest cubic yard. The City monitor will document the data on the load ticket. The City monitor will give one copy to the vehicle operator. One copy is then given to the contractor, the original is kept by the City monitor and the fourth copy will be for FEMA. The load tickets shall be submitted with the daily operational report. 4.0 DEBRIS CLASSIFICATION 4.1 Eligible Debris. Eligible debris is considered all storm related vegetative debris which is located within the public right of way and City owned property and defined below. 4.2 Stumps: The removal and disposal of all stumps shall be paid on the cubic yard basis, regardless or size or whether or not the stumps require extraction by the contractor. Stumps 24" or larger hauled separate from other debris shall be individually measured 002 I 2.doc 3 and converted to cubic yards using an approved conversion table to be provided by the City's representative. Uprooted stumps with an exposed root ball on improved public property or ROW 24" or larger that create an immediate threat to life, public health, and safety which have to be extracted by mechanical means maybe addressed on a case by case basis by the City after FEMA approval. Stumps not approved in advance by FE1V1A shall be paid for on a cubic yard basis. 4.3 Debris: Only storm related vegetative debris including trees, limbs, trunks, and stumps shall be collected under this contract No other materials of any type shall be collected. 5.0 PERFORMANCE SCHEDULE 5.1. The Contractor shall commence performance within twenty-four (24) hours of receipt of notice to proceed. 5.2. Prior to commencing debris removal operations a contractor shall, at the City of Fayetteville's direction, provide a work plan showing where operations will begin and which streets/roads, parks, and other areas will be cleared on a 7 and 14 day projection. The plan shall be updated daily and provided to the City weekly basis, no later than noon Wednesday. 5.3. The Contractor will be required to work, at a minimum, a ten (10) hour day, seven (7) days a week during the first pass removal phase. The Contractor will be required to work, at a minimum, a ten (10) hour day six (6) days a week during the remaining debris removal passes. The City of Fayetteville reserves the right to extend or reduce the hours and days of operation during the contract period. All activity associated with debris operations shall be performed during daylight hours. The contractor may work 7 days per week including holidays or as directed by City of Fayetteville. The Contractor may work more than ten (10) hours per day if approved, provided all work is performed during daylight hours. Debris site operations at the two approved debris disposal sites may operate longer hours and during darkness upon written approval from the City of Fayetteville. 5.4. Maximum allowable time for completion shall be one hundred twenty (120) calendar days for all debris removal, and one hundred sixty (160) calendar days for closure of disposal sites, unless the City of Fayetteville initiates additions or deletions to the contract by written change order. Both parties pursuant to applicable city, county, state and federal law will equitably negotiate subsequent changes in cost and completion time. 5.5. Liquidated damages shall be assessed at a rate of $2,000 per calendar day per quadrant in which the contractor is removing and disposing of debris. 5.6. The Contractor shall be responsible for repairing all damages as a result of negligence. The Contractor shall be responsible for tilling to grade with like material all surface damage, such as rutting and pavement damage, caused by the Contractor's equipment 002 I 2.doc 4 during debris removal. The contractor shall repair all damage to existing grade, road shoulders, sidewalks, drainage structures, trees, shrubs, grassed areas, etc., caused by the Contractor's equipment and personnel. The Contractor shall preserve and protect all existing structures, infrastructures, vegetation, etc., on or adjacent to the area of work. The Contractor shall repair or replace with like materials all damaged mail boxes on the same day which the damage occurred. The contractor shall contact the person(s) making claims regarding damages within two (2) days of receiving said claim. The Contractor shall provide the City with a weekly report outlining the status of all damage concerns and claims. 6.0 EQUIPMENT 6.1. All tucks and other equipment must be in compliance with all applicable federal, state, and local rules and regulations. All trucks and other equipment shall be equipped with back up alarms. Any truck used to haul debris must be capable of rapidly dumping its load without the assistance of other equipment. Sideboards or other extensions to the bed are allowable provided they meet all applicable rules and regulations, cover the front and both sides, and are constructed in a manner to withstand severe operating conditions. The sideboards are to be constructed of 2" by 6" boards or greater and shall not to extend more than two feet above the metal bedsides. All extensions are subject to acceptance or rejection by the City of Fayetteville. The contractor shall provide means to rapidly unload any trailer that does not have a means for dumping. All trailers shalt have a metal -framed exterior and a minimum of 5/8" plywood (not wafer board) interior walls. All equipment used -to haul debris shall be equipped with a tailgate that will effectively contain the debris during transport and permit the truck to be filled to capacity. Plastic webbing is not acceptable for a tailgate. All hauling equipment shall be measured and marked for its load capacity. The Contractor is responsible for ensuring all loading and transport equipment complies with state and local laws. The Contractor shall inspect all equipment prior to use. The City of Fayetteville will provide a form for this purpose. 6.2. Trucks and other heavy equipment designated for use under this contract shall be equipped with two signs, one attached to each side. These signs shall be furnished by the Contractor. The signs shall be approved by the City of Fayetteville. Magnetic signs are not permitted. The signs shall contain the following information: • Company Name • Truck Number • Cubic Yardage with or without sideboards • Inspector's Name and Date An example sign is included as an attachment. 6.3. Prior to commencing debris removal operations, the Contractor shall present to the City of Fayetteville all trucks, trailers, or containers that will be used for hauling debris. Each truck or trailer will be measured to determine the load capacity. Each truck or trailer shall 002 1 2.doc 5 be numbered and clearly display the load capacity for identification with a permanent marking. The City of Fayetteville or its designee may, at any time, request that the trucks be re -measured. The Contractor shall notify the City of Fayetteville each time a new truck, trailer or container is to be used under this contract. No capacity can exceed 100% of the measured volume. 6.4. Trucks or equipment which are designated for use under this contract, shall not be used for any other work during the working hours of this contract. The Contractor shall not solicit work from private citizens or others to be performed in the designated work area during the period of this contract. Under no circumstances will the Contractor mix debris hauled for others with debris hauled under this contract. 6.5. Loading equipment used under this contract shall be rubber tired and sized properly to fit loading conditions. Excessive size loading equipment (6 CY and up) and non -rubber tired equipment must be approved by the City of Fayetteville. 6.6. Contractors who are responsible for an operating quadrant which contain a City of Fayetteville disposal site are responsible for all operations of said disposal site, to include but not limited to: 00212.doc 6.6.1. chipping all eligible debris; 6.6.2. traffic control, dust control, erosion control, fire protection, on-site roadway maintenance, stormwater management, and security and safety measures; 6.6.3. internal road network to allow for separate ingress and egress from the site; 6.6.4. 'site management with a full time dedicated project manager on site; 6.6.5. The Contractor shall manage the site to accept debris collected under other contracts if authorized by the City, and the Contractor will not be paid for debris delivered to the debris site that was brought in by others. The Contractor shall manage the site to accept debris brought to the debris site by private Citizens, other City departments, volunteers and others if authorized by the City. The Contractor will not be paid for hauling costs for debris delivered to the debris site by others. The contractor will NOT accept any debris brought to the debris site by private Commercial businesses that do not have contracts with the City. The Contractor shall direct traffic entering and leaving the site, and shall direct dumping operations at the site. The contractor will maintain all of the required documentation required under this contract for others with City Contracts, Citizens, volunteers, other City Departments, other governmental agencies and jurisdictions, and other approved City groups. Debris delivered to this site by Citizens, volunteers, other City Departments, other governmental agencies and jurisdictions, and other approved City groups shall be separated into separate piles that cannot be merged. The Contractor will be paid for reduction and disposal, as required under this contract, for debris brought to the debris site and for unchipped debris already located at the debris site; 6.6.6. Restoring the site to natural vegetative conditions. 6.7. The Contractor responsible for disposal site operation shall provide an inspection tower at each dumpsite. This tower shall be constructed such that the City of Fayetteville monitor can see the bed when empty and to fully view the debris load (at least 10 feet above the existing ground surface), establishing the volume. The inspection tower shall be constructed to meet all local, state and federal safety requirements. The tower shall be constructed using pressure treated wood. The floor area shall be 8' by 8', constructed of 2" x 8" joists, 16" O.C. with 'A" plywood supported by four 6" x 6" posts. The perimeter of the floor area shall be protected by a 4 foot high wall constnictcd of 2" x 4" studs and 1/2" plywood. The floor area shall be covered with a corrugated tin roof. The roof shall provide a minimum of 6'-6" of head room below the support beams. Access shall be provided by wooden steps with a hand rail. The towers shall include a writing surface area. The contractor may provide a mechanical lift to be used in place of the constructed tower. The Contractor shall remove and dispose of the inspection towers following completion of the debris removal at the direction of the City of Fayetteville. The contractor shall provide portable restroom facilities at all dump sites. 6.8. All debris shall be mechanically loaded and reasonably compacted. 002 I 2.doc 7 7.0 REPORTING 7.1. The Contractor shall submit a report to the City of Fayetteville each day for the term of the contract. A sample daily haul record is attached. Each report shall contain, at a minimum, the following information: • Contractor's Name • Contract Number • Truck Number • Location of work • Day of Report • Daily and cumulative totals of debris removed, by category 7.2. Discrepancies between the daily operational report and the corresponding load tickets shall be reconciled no later than the following day. 7.3. The Contractor shall provide the City with a weekly report outlining the status of all damage concerns and claims. 8.0 OTHER CONSIDERATIONS 8.1. The Contractor shall supervise and direct the work, using skillful labor and proper equipment for all tasks. Safety of the Contractor's personnel and equipment is the responsibility of the Contractor. Additionally, the Contractor shall pay for all materials, personnel, taxes, and fees necessary to perform under the terms of this contract. 8.2. The Contractor shall be duly licensed in accordance with city, state, and county statutory requirements to perform the work. 8.3. The Contractor shall be responsible for taking corrective action in response to any notices of violations issued as a result of the Contractor's or any subcontractor's actions or operations during the performance of this contract. Corrections for any such violations shall be at no additional cost to the City of Fayetteville. 8.4. The Contractor shall be responsible for control of pedestrian and vehicular traffic in the work area. The Contractor shall provide all flag persons, signs, equipment, and other devices necessary to meet federal, state, and local requirements. The traffic control personnel and equipment shall be in addition to the personnel and equipment required in other parts of this contract. At a minimum, one flag person should be posted at each approach to the work area. Work shall be accomplished in a safe manner in accordance with City of Fayetteville and OSHA standards. 8.5. The Contractor is responsible for obtaining all applicable environmental and regulatory permits prior to the Contractor commencing operations. 00212.doc 8 8.6. The Contractor is responsible for dust control. The Contractor shall be in compliance with all state and local requirements for dust control. 8.7. The City of Fayetteville may suspend contractor operations due to inclement weather. The performance period may be extended for weather delays. 8.8. The Contractor shall employ as many local residents and subcontractors as possible as part of this contract. 9.0 FINAL DISPOSITION All vegetative debris is to be ground to wood chips. Final disposition of these Chips is not known at this time. 10.0 MEASUREMENT Measurement for all debris removed shall be as shown on the Proposal. 11.0 BONDING AND INSURANCE 11.1. Prior to signing of contract, Contractor agrees to furnish the City of Fayetteville with all applicable certificates of insurance, listing the City of Fayetteville as an additional insured. Within 24 hours following signing of contract, Contractor shall provide copies of insurance policies including all endorsements. In addition, a 100% performance and payment bond equal to the contract amount is required within 24 hours of award of the contract. The contractor shall be able to cover expenses associated with a major recovery operation prior to the initial payment and between subsequent payments as well as the aforementioned bonds and insurance. Contractor mobilization costs will not be paid if the Contractor is unable to obtain bonding. 11.1.1 Worker's Compensation A. State: Statutory 13. Applicable Federal: Statutory C. Employer's Liability: $500,000 11.1.2 Comprehensive General Liability Insurance, includes Completed Operations: A. Bodily Injury Liability: $1,000,000 Each Occurrence $2,000,000 Annual Aggregate B. Property Damage Liability: $1,000,000 Each Occurrence $2,000,000 Annual Aggregate 00212.doc 9 11.1.3 Contractual Liability Insurance: A. Bodily Injury Liability: $1,000,000 Each Occurrence $2,000,000 Annual Aggregate B. Property Damage Liability: $1,000,000 Each Occurrence $2,000,000 Annual Aggregate 11.1.4 City of Fayetteville's and Contractor's Protective Liability Insurance: 00212.doc A. Bodily Injury Liability: $1,000,000 Each Occurrence $2,000,000 Annual Aggregate 10