HomeMy WebLinkAbout83-09 RESOLUTIONRESOLUTION NO. 83-09
A RESOLUTION TO APPROVE A CONTRACT WITH
INTERNATIONAL EQUIPMENT DISTRIBUTORS, INC. IN
THE AMOUNT OF $439,500.00 PLUS A $7,500.00
CONTINGENCY FOR DISPOSAL OF MULCH FROM THE ICE
STORM CLEAN-UP AND TO APPROVE A BUDGET
ADJUSTMENT OF $447,000.00
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 agreement with International Equipment Distributors, Inc. attached hereto in the amount of
$439,500.00, plus a contingency of $7,500.00 for loading, hauling and properly disposing of the
mulch from the January ice storm.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves
the attached budget adjustment in the amount of $447,000.00 to pay for the contract.
PASSED and APPROVED this 16th day of April, 2009.
APPROVED:
By:
ATTEST:
By:
LIO ELD JO AN, Mayor SONDRA E. SMITH, City Clerk/Treasurer
0
SECTION 00500
AGREEMENT BETWEEN
CITY OF FAYETTEVILLE AND IED, INC.
THIS AGREEMENT is dated as of the / 1 day of *rt(
/ , in the
year 2009 by and between the CITY OF FAYETTEVILLE and IED, INC.
1. The IED, INC. shall commence and complete all Work as specified or indicated
in the Contract Documents. The WORK is generally described as follows:
STORM DEBRIS MULCH DISPOSAL
2. The IED, INC. shall furnish all materials, supplies, tools, equipment, labor and
other service necessary for the completion of the WORK described herein.
3. The IED, INC. shall commence the WORK required by the CONTRACT
DOCUMENTS on or before a date to be specified in the NOTICE TO
PROCEED and completed and ready for final payment within 90 calendar days.
The IED, INC. shall pay the CITY OF FAYETTEVILLE, as liquidated
damages, the sum of $2000 for each calendar day thereafter that the WORK is
not complete.
4. The IED, INC. agrees to perform all of the WORK described in the
CONTRACT DOCUMENTS and comply with the terms therein as shown in the
PROPOSAL.
5. The term CONTRACT DOCUMENTS shall mean and include the following:
5.1 Invitation to Bid
5.2 Information for Bidders
5.3 Supplemental Information for Bidders
5.4 Proposal
5.5 Bid Bond
5.6 Agreement Between City of Fayetteville and IED, INC.
5.7 Performance and Payment Bond
5.8 General Conditions
5.9 Prevailing Wage Rates
5.10 Notice of Award
5.11 Notice to Proceed
5.12 Project Manual for Storm Debris Services
5.13 Change Orders
6. The CITY OF FAYETTEVILLE shall pay the IED, INC. in the manner and at
such times as set forth in the General Conditions such amounts as required by the
CONTRACT DOCUMENTS.
7. This Agreement shall be binding upon all parties hereto and their respective heirs,
executors, administrators, successors, and assigns.
00500.doc 1
Temporary Mulch Grinding Site:
8.1 The coordinates of the proposed temporary mulch grinding site are
approximately:
619272.37 N
674230.28 E
8.2 The approval of the temporary mulch grinding site shall be contingent
upon the following:
(a) The property owner shall request rezoning of the property from
R -A to I-2 by 4:30 p.m. on Tuesday, April 21, 2009.
(b) The City Council rezoning of the property from R -A to I-2 during
the April 21, 2009 meeting.
(c) The property owner's written assurance to the City of Fayetteville
by 4:30 p.m. on Tuesday, April 21, 2009 that the property owner
will request a rezoning from I-2 to R -A for this property no later
than 120 days after the Notice to Proceed date.
8.3 Contractor shall obtain a stormwater permit from ADEQ for the site.
9. Contract Price.
Total Base Price:
Four hundred thirty nine thousand and five hundred dollars $ 439,500.00
Amount in Words
10. MISCELLANEOUS
Figures
10.1. Terms used in the Agreement which are defined in Article 1 of the General
Conditions will have the meanings indicated in the General Conditions.
10.2. No assignment by a party hereto of any rights under or interests in the
Contract Documents will be binding on another party hereto without the
written consent of the party sought to be bound; and, specifically but
without limitation, moneys that may become due and moneys that are due
may not be assigned without such consent (except to the extent that the
effect of this restriction may be limited by law), and unless specifically
00500.doc 2
Item
Item Description
Est.
Oty
Unit
Unit
Extended
Amt
Price
1
Loading, Hauling, and Disposal
of"Single Grind" Mulch
150,000
cy
$2.93
$439,500.00
Total Base Price:
Four hundred thirty nine thousand and five hundred dollars $ 439,500.00
Amount in Words
10. MISCELLANEOUS
Figures
10.1. Terms used in the Agreement which are defined in Article 1 of the General
Conditions will have the meanings indicated in the General Conditions.
10.2. No assignment by a party hereto of any rights under or interests in the
Contract Documents will be binding on another party hereto without the
written consent of the party sought to be bound; and, specifically but
without limitation, moneys that may become due and moneys that are due
may not be assigned without such consent (except to the extent that the
effect of this restriction may be limited by law), and unless specifically
00500.doc 2
stated to the contrary in any written consent to an assignment no assignment
will release or discharge the assignor from any duty or responsibility under
the Contract Documents.
10.3. City of Fayetteville and IED, INC. each binds itself, it partners, successors,
assigns, and legal representatives to the other party hereto, its partners,
successors, assigns, and legal representatives in respect to all covenants,
agreements and obligations contained in the Contract Documents.
10.4. Any provision or part of the Contract Documents held to be void or
unenforceable under any Law or Regulation shall be deemed stricken and all
remaining provisions shall continue to be valid and binding upon stricken
provision or part thereof with a valid and enforceable provision that comes
as close as possible expressing the intention of the stricken provision.
10.5. Changes, modifications, or amendments in scope, price or fees to this
contract shall not be allowed without a prior formal contract amendment
approved by the Mayor and the City Council in advance of the change in
scope, cost or fees.
10.6. Freedom of Information Act. City of Fayetteville contracts and
documents prepared while performing city contractual work are subject to
the Arkansas Freedom of Information Act. If a Freedom of Information Act
request is presented to the City of Fayetteville, IED, INC. will do everything
possible to provide the documents in a prompt and timely manner as
prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101
et. seq.). Only legally authorized photocopying costs pursuant to the FOIA
may be assessed for this compliance.
10.7. This contract must be interpreted under Arkansas Law.
IN WITNESS WHEREOF, CITY OF FAYETTEVILLE and IED, INC. have signed
this Agreement in quadruplicate. One counterpart each has been delivered to City of
Fayetteville and Engineer, and two counterparts have been delivered to IED, INC.. All
portions of the Contract Documents have been signed, initialed, or identified by City of
Fayetteville and IED, INC. or identified by Engineer on their behalf.
OWNER
CITY OF FAYETTEVILLE
tAc.noiY 6,6e.
•
cV'
•
E ;
Address for giving notices:
113 W. Mountain
Fayetteville, AR 72701
Address for giving notices:
License No.
Agent for service of process:
(If IED, INC. is a corporation, attach
evidence of authority to sign.)
END OF SECTION 00500
00500.doc 4
City of Fayetteville, Arkansas
Budget Adjustment Form
Budget Year
2009
Department
Division:
Program:
Citywide
Citywide
Ice Storm 2009 - FEMA
Date Requested
Adjustment Number
Project or Item Added/Increased:
$447,000 is requested in the Contract Services Account.
Project or Item Deleted/Reduced:
$335,250 is requested from the Federal Grants -
Operational account, $55,875 is requested from the State
Grants - Operational account, and $55,875 is requested
from the Use of Fund Balance account.
Justification of this Increase:
An ice storm began on January 26, 2009 and continued
for several days. The area was declared a national
disaster by the President of the United States and the
Governor of Arkansas.
Justification of this Decrease:
Since the area was declared a national disaster,
reimbursement from FEMA (75%), Arkansas Department
of Emergency Management (12.5%) and use of fund
balance (12.5%) in the City's Replacement & Disaster
Recovery Fund will be available.
Account Name
Contract Services
Account Name
State Grants - Operational
Federal Grants - Operational
Use of Fund Balance
Increase Budget
Account Number
4270 9280
Amount
5315 00 447,000
Decrease Budget
Account Number
4270
4270
4270
0927 4302
0927 4309
0927 4999
01
01
99
Project Number
09010 0906
Amount Project Number
55,875 09010 0906
335,250 09010 0906
55,875 09010 0906
Division Head
Bui3get Director `
Departm t i rector
Jew ok
Finance Director
Ch' • of Staff
ayor
Date
D to
Date
4. -a009
Date
Date
ate
Budget & Research Use Only
Type: A B C
Requested By
General Ledger Date
Posted to General Ledger
Posted to Project Accounting
V.090403
E
Initial
Date
Initial
Date
David Jurgens
Submitted By
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
4/16/2009
City Council Meeting Date
Agenda Items Only
Administration
Division
Action Required.
`f I VoG
63 -6%j
rnai'ona/
wpm
tifslfj6a+)rs,
Inc.
Administration
Department
Approval of a contract with International Equipment Distributors, Inc. for $439,500.00, for disposal of mulch resulting
from storm cleanup, through a beneficial reuse method, RFP 09-10, and approve a contingency of $7,500 and
approve a budget adjustment.
447,000
Cost of this request
4270 9280 5315 00
Account Number
09010-0906
• Project Number
4,000,000
Category / Project Budget
ICE FEMA (2009 Ice Storm Reimb)
Program Category / Project Name
3,400,316 Ice Storm 2009 - FEMA
Funds Used to Date Program / Project Category Name
$ 599,684
Remaining Balance
Budgeted Item Budget Adjustment Attached
lbs'
Date
Depart t Direcfr
uu
jathl
City Atto ey Date
4-I6•7pe9
Finance and Internal Services Director Date
XX
Replacement 8 Disaster Rec
Fund Name
Previous Ordinance or Resolution #
Original Contract Date:
Original Contract Number:
Received in City
Clerk's Office
Received in
Mayor's Office
Comments:
Revised January 15, 2009
YeMle
ARKANSAS
CITY COUNCIL AGENDA MEMO
City Council Meeting of 16 April 2009
To: Fayetteville City Council
Mayor Lioneld Jordan
Thru: Don Marr, Chief of Staff
From: David Jurgens, Utilities Director
Date: 9 April 2009
Imso
Subject: Approval of a contract with Intern' tional Equipment Distributors, Inc. for $439,500.00, for
disposal of mulch resulting from storm cleanup, through a beneficial reuse method, RFP 09-10, and
approve a contingency of $7,500 and approve a budget adjustment
RECOMMENDATION
City Administration recommend approval of a contract with Intemational Equipment Distributors, Inc.
for $439,500.00, for disposal of mulch resulting from storm cleanup, through a beneficial reuse
method, RFP 09-10, and approve a contingency of $7,500 and approve a budget adjustment.
BACKGROUND
This contract provides for services including but not limited to loading, hauling and disposal through
a beneficial reuse method, approximately 150,000 cubic yards of mulch resulting from storm
cleanup. The mulch is currently located at three temporary disposal sites, listed in priority:
• Noland Wastewater Treatment Plant, 1400 North Fox Hunter Road, Fayetteville, AR, 72701
• West Side Wastewater Treatment Plant, 5 South 54th Avenue, Fayetteville, AR, 72701
• Water and Sewer Operations Center, 2435 South Industrial Drive, Fayetteville, AR, 72701
Per the City's ADEQ permit the City's debris disposal sites must be closed and restored by May 27,
2009. Thus, all mulch is required to be removed no later than May 20, 2009
DISCUSSION
The City received 3 proposals on April 15, 2009 for this project; the bid tab is attached.
The removal will be begin within 72 hours from issuance of the Notice to Proceed, with all debris
disposal activities conc
Contractor
Proposal
International Equipment Distributors
$439,500
J. B. Hunt
$544,500
DRC Emergency Services
$771,000
The selection criteria were:
1) Qualifications in relation to scope of work = 20%
2) Experience, competence and capacity for performance = 15%
3) Proposed final disposition method = 30%
4) Past performance = 15%
5) Price = 20%
The committee evaluated proposers on April 16. Based on the above criteria, the Committee selected
International Equipment Distributors to perform the services.
BUDGET IMPACT
This project is eligible for the same FEMA reimbursement as the other debris removal projects.
M ulchRemovaCCMemo9Apro9
RESOLUTION NO.
A RESOLUTION TO APPROVE A CONTRACT WITH
INTERNATIONAL EQUIPMENT DISTRIBUTORS, INC.
IN THE AMOUNT OF $439,500.00 PLUS A $7,500.00
CONTINGENCY FOR DISPOSAL OF MULCH FROM
THE ICE STORM CLEAN-UP AND TO APPROVE A
BUDGET ADJUSTMENT OF $447,000.00
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 agreement with International Equipment Distributors, Inc. attached hereto in the amount of
$439,500.00, plus a contingency of $7,500.00 for loading, hauling and properly disposing of the
mulch from the January ice storm.
Section 2: That the City Council of the City of Fayetteville, Arkansas hereby approves
the attached budget adjustment in the amount of $447,000.00 to pay for the contract.
PASSED and APPROVED this 16th day of April, 2009.
APPROVED: ATTEST:
By: By:
LIONELD JORDAN, Mayor SONDRA E SMITH, City Clerk/Treasurer
Judging Criteria
(20) Financial savings
Payback period of capital expenses
Energy and utility savings
Avoided or reduced maintenance
Increased reliance on cheap and clean energy sources
(20) Energy Savings
Calculated in kWh equiv and MMBtu equiv
(20) Environmental Impacts
Greenhouse gas emissions reductions
Hazards, toxicity, and waste
Impacts on air quality
Impacts on water
Impacts on biodiversity
(15) Social and community sustainability
Allocates costs and benefits fairly to faculty, staff, and students
Promotes and develops improved town -gown relations
Improves the quality of life on campus and health of campus users
(15) Marketable/acceptable
To students
To deans, directors, and building execs
To the UA Board of Trustees
To banks and other sources of finance
To local, regional and state politicians
(5) Comprehensive
Addresses building energy, transportation energy, water conservation, waste
management, land stewardship, and social sustainability
(5) Practical
Major components can be implemented within a year
SECTION 00500
AGREEMENT BETWEEN
CITY OF FAYETTEVILLE AND IED, INC.
THIS AGREEMENT is dated as of the day of rn the
year 2009 by and between the CITY OF FAYETTEVILLE and IED, INC.
1. The IED, INC. shall commence and complete all Work as specified or indicated
in the Contract Documents. The WORK is generally described as follows:
STORM DEBRIS MULCH DISPOSAL
2. The IED, INC. shall famish all materials, supplies, tools, equipment, labor and
other service necessary for the completion of the WORK described herein.
3. The IED, INC. shall commence the WORK required by the CONTRACT
DOCUMENTS on or before a date to be specified in the NOTICE TO
PROCEED and completed and ready for final payment within 90 calendar days.
The IED, INC. shall pay the CITY OF FAYETTEVILLE, as liquidated
damages, the sum of $2000 for each calendar day thereafter that the WORK is
not complete.
The IED, INC. agrees to perform all of the WORK described in the
CONTRACT DOCUMENTS and comply with the terms therein as shown in the
PROPOSAL.
The term CONTRACT DOCUMENTS shall mean and include the following:
5.1 Invitation to Bid
5.2 Information for Bidders
5.3 Supplemental Information for Bidders
5.4 Proposal
5.5 Bid Bond
5.6 Agreement Between City of Fayetteville and IED, INC.
5.7 Performance and Payment Bond
5.8 General Conditions
5.9 Prevailing Wage Rates
5.10 Notice of Award
5.11 Notice to Proceed
5.12 Project Manual for Storm Debris Services
5.13 Change Orders
6. The CITY OF FAYETTEVILLE shall pay the IED, INC. in the manner and at
such times as set forth in the General Conditions such amounts as required by the
CONTRACT DOCUMENTS.
7. This Agreement shall be binding upon all parties hereto and their respective heirs,
executors, administrators, successors, and assigns
00500.doc 1
8. Temporary Mulch Grinding Site:
8.1 The coordinates of the proposed temporary mulch grinding site are
approximately:
619272.37 N
674230.28 E
8.2 The approval of the temporary mulch grinding site shall be contingent
upon the following:
(a) The property owner shall request rezoning of the property from
R -A to I-2 by 4:30 p.m. on Tuesday, April 21, 2009.
(b) The City Council rezoning of the property from R -A to I-2 during
the April 21, 2009 meeting.
(c) The property owner's written assurance to the City of Fayetteville
by 4:30 p.m. on Tuesday, April 21, 2009 that the property owner
will request a rezoning from 1-2 to R -A for this property no later
than 120 days after the Notice to Proceed date.
8.3 Contractor shall obtain a stormwater permit from ADEQ for the site.
9. Contract Price
Item
Item Description
Est.
Qty
Unit
Unit
-
Extended
Amt
Price
1
Loading, Hauling, and Disposal
of"Single Grind" Mulch
150,000
cy
$2.93
$439,500.00
Total Base Price:
Four hundred thirty nine thousand and five hundred dollars $ 439,500.00
Amount in Words
10. MISCELLANEOUS
Figures
10.1. Terms used in the Agreement which are defined in Article 1 of the General
Conditions will have the meanings indicated in the General Conditions.
10.2. No assignment by a party hereto of any rights under or interests in the
Contract Documents will be binding on another party hereto without the
wntten consent of the party sought to be bound; and, specifically but
without limitation, moneys that may become due and moneys that are due
may not be assigned without such consent (except to the extent that the
effect of this restriction may be limited by law), and unless specifically
00500.doc 2
stated to the contrary in any written consent to an assignment no assignment
will release or discharge the assignor from any duty or responsibility under
the Contract Documents.
10.3. City of Fayetteville and IED, INC. each binds itself, it partners, successors,
assigns, and legal representatives to the other party hereto, its partners,
successors, assigns, and legal representatives in respect to all covenants,
agreements and obligations contained in the Contract Documents.
10.4. Any provision or part of the Contract Documents held to be void or
unenforceable under any Law or Regulation shall be deemed stricken and all
remaining provisions shall continue to be valid and binding upon stricken
provision or part thereof with a valid and enforceable provision that comes
as close as possible expressing the intention of the stricken provision.
10.5. Changes, modifications, or amendments in scope, price or fees to this
contract shall not be allowed without a prior formal contract amendment
approved by the Mayor and the City Council in advance of the change in
scope, cost or fees.
10.6. Freedom of Information Act. City of Fayetteville contracts and
documents prepared while performing city contractual work are subject to
the Arkansas Freedom of Information Act. If a Freedom of Information Act
request is presented to the City of Fayetteville, IED, INC. will do everything
possible to provide the documents in a prompt and timely manner as
prescribed in the Arkansas Freedom of Information Act (A.C.A. §25-19-101
et. seq) Only legally authorized photocopying costs pursuant to the FOIA
may be assessed for this compliance.
10.7. This contract must be interpreted under Arkansas Law.
IN WITNESS WHEREOF, CITY OF FAYETTEVILLE and IED, INC. have signed
this Agreement in quadruplicate. One counterpart each has been delivered to City of
Fayetteville and Engineer, and two counterparts have been delivered to IED, INC.. All
portions of the Contract Documents have been signed, initialed, or identified by City of
Fayetteville and IED, INC. or identified by Engineer on their behalf.
OWNER IED, INC.
CITY OF FAYETTEVILLE
BY
Mayor Lioneld Jordan
[CORPORATE SEAL]
ATTEST
00500.doc
BY
[CORPORATE SEAL]
ATTEST
3
Address for giving notices:
113 W. Mountain
Fayetteville, AR 72701
Address for giving notices:
License No.
Agent for service of process:
(If IED, INC. is a corporation, attach
evidence of authority to. sign.)
END OF SECTION 00500
00500.d« 4
PROJECT MANUAL
RFP 09-10, STORM DEBRIS MULCH DISPOSAL
FAYETTEVILLE, ARKANSAS
PROJECT NUMBER 09010.0906
7 APRIL, 2009
00001.doc 1
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 8
00212 Supplemental Information for Proposers 12
00300 Statement of Disclosure 4
00301 Debarment, Suspension, and Other Responsibility Matters 4
00305 Primary Contacts 4
00310 Proposal 4
00311 Proposer's Statement of Subcontractors 2
00312 Bid Bond 2
00420 Statement of Proposer's Qualifications 2
00500 Agreement Between City of Fayetteville and Contractor 4
00600 Arkansas Statutory Performance and Payment Bond 2
00640 Warranty Bond 2
00700 General Conditions 24
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 2
Appendix C — Example Truck Placard 2
000I0.doc
SECTION 00020
NOTICE OF REQUEST FOR PROPOSAL
City of Fayetteville, Arkansas
RFP 09-10, STORM DEBRIS MULCH DISPOSAL
The City of Fayetteville, Arkansas, invites qualified firms to submit proposals for services
including but not limited to Loading, Hauling, and Disposal of "Single Grind" Mulch.
To be considered, proposals must be received at the City Administration Building, City Hall,
Purchasing — Room 306, 113 West Mountain, Fayetteville, Arkansas before Wednesday, April
15, 2009 at 11:00 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.org. All questions regarding the RFP process should be directed to
Andrea Foren at aforenRci fayetteville.ar.us or (479)575-8220.
Proposers shall be qualified to do business and licensed in accordance with all applicable laws of
the state and local governments where the project is located.
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.
00020.doc 1
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, CPPB
Title: Purchasing Agent
END OF SECTION 00020
00020.doc 2
SECTION 00100
INFORMATION FOR PROPOSERS
1.) All proposers shall provide copies of references, licenses, proof of adequate insurance,
and bonding.
2.) All proposers shall be in compliance with all Federal, State, and Local requirements and
regulations.
3.) Should multiple mulch disposal alternatives be included with this proposal, each shall be
described on separate Proposal Documents (Section 00310).
4.) Basic Scope of Work.
a) This invitation covers the requirements for loading, hauling and disposal through a
beneficial reuse method, of "Single Grind" mulch resulting from storm cleanup as
described hereunder (Services).
b) The Services consist of approximately 150,000 cubic yards of "single grind" mulch.
The quantity of mulch referenced is strictly a "best guess" estimate and actual
quantities may vary. Proposals for partial volumes of no less than 50,000 cubic yards
will be considered.
c) The mulch is currently located at the three (3) locations listed hereunder:
(1) Noland Wastewater Treatment Plant, 1400 North Fox Hunter Road,
Fayetteville, AR, 72701
(2) West Side Wastewater Treatment Plant, 5 South 54th Avenue, Fayetteville,
AR, 72701
(3) Water and Sewer Operations Center, 2435 South Industrial Drive,
Fayetteville, AR, 72701
5.) Upon award, the Contractor shall:
a) Load, haul and dispose of all "single grind" mulch to an energy producing facility,
recycling facility, or any other beneficial reuse method(s) of disposal recognized and
approved by the City of Fayetteville.
b) Provide to the City documented evidence of the final disposition and/or disposal of all
mulch.
c) Begin Services within three (3) days after award and complete the Work no later than
May 20, 2009.
00100.doc 1
d) Possess and maintain all local, state and federal licenses and certifications applicable
to the Services described herein.
6.) Awarded contractor shall use load ticket requirements to record with specificity (e.g.,
street address) where mulch is picked up and the amount picked up, hauled, and disposed
of. Awarded contractor shall provide all documentation and information on load tickets
as provided by Solid Resources, Inc.
7.) All payment provisions in proposal form and invoicing shall be based on unit prices, on a
per cubic yard basis.
8.) No payments or bids may be based on time and material costs.
9.) Awarded contractor shall submit invoices regularly and for no more than thirty (30) day
periods. Invoices shall be submitted for each calendar month and shall be submitted no
later than the 10th of the following month.
10.) Contract(s) resulting from this bidding document may be terminated for convenience at
any time for any reason.
11.) The undersigned proposer agrees that twenty percent (20%) of the work will be required
to be performed with his own forces unless a variance is requested and granted from the
City of Fayetteville.
12.) Awarded contractor shall use mechanical equipment to load mulch into the trucks and
trailers.
13.) Awarded contractor shall provide a safe working environment.
14.) All contract amendments and modifications shall be made in writing and properly
approved by the City of Fayetteville Mayor and City Council.
15.) Awarded contractor shall obtain adequate payment and performance bonds and insurance
coverage as described in this document.
16.) 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.
c. A safety action plan covering all aspects of the contractor's operations
ooioo.doc 2