HERBICIDE FREE PARKS ISSUED DECEMBER

Similar documents
REQUEST FOR PROPOSALS (RFP) ARBORIST CONSULTANT SERVICES

Santa Cruz Port District REQUEST FOR PROPOSALS FOR GARBAGE HAULING SERVICES

Commercial & Industrial Stormwater Inspections

REQUEST FOR PROPOSAL (RFP) EMERGENCY WATER SUPPLY PROJECT EMERGENCY WELLS 2 AND 3 MENLO PARK MUNICIPAL WATER DISTRICT

RECITALS. NOW, THEREFORE, in consideration of the mutual promises set forth herein, it is agreed by and between the parties as follows: TERMS

Wildlife Biologist, Archaeologist and Paleontologist for the Corporation Yard Emergency Well Construction

INTRODUCTION TERMS AND CONDITIONS

Real Estate Management Agreement

PERSONAL SERVICES CONTRACT County of Nevada, California

CONSULTANT SERVICES AGREEMENT

CITY OF PORT ORCHARD PROFESSIONAL SERVICES AGREEMENT

HCAOG CONSULTANT SERVICES CONTRACT FOR PREPARATION OF THE

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

AGREEMENT FOR PROFESSIONAL CONSULTANT SERVICES CITY OF SAN MATEO PUBLIC WORKS DEPARTMENT

MASTER SUBCONTRACT AGREEMENT

Services Agreement for Public Safety Helicopter Support 1

SECTION III: SAMPLE CONTRACT AGREEMENT FOR SERVICES

City of Redmond, Washington Purchasing Division, M/S: 3SFN NE 85th Street PO Box Redmond, WA

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

W I T N E S S E T H:

SARPY COUNTY AND SARPY CITIES WASTEWATER AGENCY

Standard Form of Agreement Between Contractor and Subcontractor

P R O P O S A L F O R M

CONTRACT AGREEMENT between Tow Company ) Contract No.: 06-FSP-01 Street Address ) City, State ZIP Code ) ) (hereinafter "Contractor") ) ) ) ) ) and )

AGREEMENT BETWEEN THE VENTURA COUNTY TRANSPORTATION COMMISSION AND Conrad LLP FOR PROFESSIONAL SERVICES

CONTRACT FOR PROFESSIONAL SERVICES - ARCHITECT

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

COUNTY OF MARIN PROFESSIONAL SERVICES CONTRACT Edition 1

CITY OF STOCKTON INEDIBLE KITCHEN GREASE MANIFEST SIGNATURE AGREEMENT

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

REQUEST FOR QUOTATION

SECTION IV CONTRACT BID NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

Staff Report. City Council Sitting as the Local Reuse Authority

CITY OF TUMWATER SERVICE PROVIDER AGREEMENT (TOWING CONTRACT) THIS AGREEMENT is made and entered into in duplicate this 1 st day of

CONTRACT FOR SERVICES RECITALS

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES

Staff Report. Suzanne McDonald, Financial Operations Manager (925)

INDEPENDENT CONTRACTOR AGREEMENT AND SERVICE PROVIDER TERMS OF SERVICE

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

1. Agency shall perform the work described in Terms of Agreement, Parargraph 1 of this Agreement.

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

Champaign Park District: Request for Bids for Playground Surfacing Mulch

Ceres Unified School District SERVICES CONTRACT

EXHIBIT C AGREEMENT FOR E-WASTE TRANSPORTATION AND RECYCLING SERVICES

MASTER SUBCONTRACTOR AGREEMENT

PROFESSIONAL SERVICES AGREEMENT For Project Description, Project #

Subcontract Agreement

FORM CONTRACT FOR INDIGENT DEFENSE SERVICES

CITY OF SALINAS REQUEST FOR QUALIFICATIONS HISTORIC ARCHITECT SERVICES

CLAIMS ADMINISTRATION SERVICES AGREEMENT

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O.

MASTER SUBCONTRACTOR AGREEMENT

PROFESSIONAL SERVICES AGREEMENT FOR LUSARDI CREEK PIPELINE RESTORATION PROJECT FOR THE OLIVENHAIN MUNICIPAL WATER DISTRICT 18AGRXXX R-E-C-I-T-A-L-S

INDEPENDENT CONTRACTOR AGREEMENT

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

EXHIBIT C - Contract for Residential Fire Sprinkler Demonstration Trailer

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

APPENDIX A STANDARD CLAUSES FOR SCHUYLER COUNTY CONTRACTS PLEASE RETAIN THIS DOCUMENT FOR FUTURE REFERENCE.

City of La Palma Agenda Item No. 5

PROFESSIONAL SERVICES AGREEMENT BETWEEN CITY OF SNOHOMISH, WASHINGTON AND FOR CONSULTANT SERVICES

Lease Agreement between Napa Valley Community College District and Napa Valley Unified School District

REQUEST FOR QUOTATION

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

Staff Report. Scott Conn, Network & Operations Manager (925)

SUBCONTRACTOR CONTRACT THIS AGREEMENT, Made as of (Current Date), In the Year of (Current Year),

SMALL SERVICE, REHABILITATION, OR CONSTRUCTION AGREEMENT

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM

ISSUE DATE: November 8, 2018 DUE DATE: November 28, 2018, 1:00 PM

BUSINESS ASSOCIATE AGREEMENT

BENTON COUNTY PERSONAL SERVICES CONTRACT

REQUEST FOR PROPOSALS for Indian Springs Park Tree Risk Assessment and Species Conversion Feasibility Study. City of San Mateo, CA

STETSON UNIVERSITY CONSULTANT / INDEPENDENT CONTRACTOR AGREEMENT

Welcome to the Model Residential Owner/Design Consultant Professional Service Agreement

REQUEST FOR PROPOSALS FOR DESIGN OF THE GRAPE DAY PARK RESTROOM PROJECT

AGREEMENT FOR SERVICES

GREENVILLE UTILITIES COMMISSION

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

*Audio Video Design-Build Group Cypress, CA

PERSONAL SERVICES CONTRACT

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

Contract No BO0. A. Definitions. As used in this Contract the terms are defined as follows:

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

B \ v2.doc APPENDIX C

REQUEST FOR QUOTATION

AGREEMENT BY AND BETWEEN ROCKLIN UNIFIED SCHOOL DISTRICT AND ROCKLIN EDUCATIONAL EXCELLENCE FOUNDATION RECITALS

Knox County Government and Strategic Equipment and Supply

Sale Agreement - Bill of Sale #2186. By: Printed Name: Title: Date:

CONSULTING AGREEMENT

Request for Proposal. For Financial and Accounting Services

PUBLIC BUILDING RESTORATION AND CONSTRUCTION CONTRACT

the SERVICES in accordance with the time set forth as agreed upon by the CITY and CONTRACTOR. 7. EXTENSIONS, CHANGES, AND AMENDMENTS This Agreement sh

El Dorado County Fire Safe Council

SUU Contract for Workshops and Entertainment

MASTER PURCHASE AGREEMENT (For Sale of Non-Potable Fresh or Salt Water)

Submitter shall provide the following services: A. SCOPE OF SERVICES: Professional Engineering Services - Construction Services

Professional Services Agreement

Transcription:

CITY OF MENLO PARK REQUEST FOR QUOTATION (RFQ) HERBICIDE FREE PARKS ISSUED DECEMBER 10 2015 GENERAL The City of Menlo Park (City) seeks the services of landscape maintenance companies to provide vegetation management services at three Herbicide Free Parks. The goal of the City of Menlo Park is to protect the health and safety of its employees and the general public, the environment and water quality, as well as to provide sustainable solutions for vegetation management on City property by applying Integrated Pest Management principles and techniques. Services will be for a one year pilot program at three sites within the City of Menlo Park system. Those sites include Willow Oaks Park, Fremont Park and Stanford Hills Park. The scope of work will include the initial cleanup and assessment of the sites followed by monthly cleanup and reassessment. Monthly reports will be required that record methods used, staffing levels and hours on site, total pests removed, general observations. SCOPE OF WORK This contract is part of an Herbicide Free Park program for the areas specified herein. The goal of the Herbicide Free Parks program is to deliver effective vegetation management while at the same time eliminating the use of synthetic pesticides used and human and environmental exposure to synthetic pesticides through the use of a wide variety of technological and management practices. Control techniques in an Herbicide Free Park program include a combination of monitoring, good sanitation practices, education, grounds maintenance, alternative physical, mechanical, and biological vegetation control methods. The contractor shall furnish all supervision, labor, materials and equipment necessary to accomplish the surveillance, and management of weeds at the Herbicide Free Park sites. The Contractor shall also provide detailed, site specific recommendations for procedural modifications that may be necessary to achieve best results. Contractor will be responsible for the control of weeds found at the Herbicide Free Park locations. Control measures will include manual removal of weeds in bare areas, planter beds, hardscape cracks and joints, playgrounds, as well as turf areas. Where practical 3-4 inches of mulch or wood chips will be maintained at all times to provide weed control. Turf weeds will be removed by hand pulling and where bare ground exceeds three inches by three inches the area will be filled to be level with surrounding turf and reseeded. Herbicide applications may not be used as a method of controlling weeds at any time. Contractor must leave the park in a safe and visually pleasing condition at the end of each visit. Mulch or wood chips used at Herbicide Free Parks must be free of trash, weeds, leaf material and be from a disease free source. Mulch or wood chips must be spread on the same day as delivery and at no time left in piles overnight.

RECORD KEEPING The Contractor shall be responsible for maintaining a record keeping file for each site in the Herbicide Free Park Pilot program specified in this contract. SCHEDULE A. Monthly report shall be submitted to the City no later than the fifth day of each month following the monthly site cleanup. The monthly report shall be similar to the Sample Monthly Report Template found below. Each file shall contain at least the following items: a. Date of Service b. Staff levels and staff hours per park. c. Cubic yards of mulch applied per park. d. Green waste disposal totals per park, reported in gallons or cubic yards. e. Methods of weed removal per park B. Year-end report of the pilot program shall follow a similar format to the monthly report and include an assessment of the efficacy for this weed removal method and recommendations for future non-pesticide weed control programs such as lessons learned and recommended techniques. Issue RFQ December 10, 2015 Statement of Quote Due January 4, 2016 Award contract January 18, 2016 Project Start Date February 15, 2016 Project End Date February 15, 2017 Annual Report Due March 31, 2017 QUOTE CONTENT The proposal should include the following items: 1. Company s name, contact person, address, telephone number, and email. 2. List of similar projects performed and references. 3. Proposed project cost, hourly cost rates and a cost breakdown of contractor s proposal. 4. A description of contractor s methods for mechanical weed removal and suppression 5. Company Organization: Type of ownership: individual, partnership, or corporation. Number of years in business. Present size of company. Insurance coverage in force (general liability, professional liability, automotive liability, worker s compensation) and limits of same. CONTRACTOR REQUIREMENTS In order for a company to qualify for the bidding process, it must meet the following requirements:

A. Possess a valid business license to work in Menlo Park. B. Provide proof of appropriate insurance prior to start up. C. Provide three references attesting to the company s IPM experience. D. Contractors employees must be IPM certified through either Eco Wise or Bay Friendly certification programs. Copies of certification must be provided prior to award of contract. E. Contractor shall clearly identify and equip each vehicle used at said areas with decals on the exterior right and left front door panels, identifying the contractor s name, address and phone number. All vehicles and equipment used in this proposal shall be in operable working condition, clean appearance without visible damage, dirt, graffiti, etc. F. Each crew of contractor s employees shall speak the English language proficiently. For the purposes of this section a crew is understood to be any individual worker or group of workers who might be working as part of this proposal. G. Contractor s crew must be trained in landscape management practices and have proficiency in weed identification. H. Employees of contractor shall be paid at Prevailing Wage. SELECTION PROCESS Submit an electronic file (Microsoft Word or Adobe Acrobat) of the quote via email no later than 5:00 p.m. on January 4, 2016 to: City of Menlo Park Attn: Dave Mooney 701 Laurel St. Menlo Park, CA 94025 DAMooney@menlopark.org City staff will review the proposals and select the most qualified firm based on the following criteria: 1. A demonstrated understanding of the project objectives. 2. The qualifications of the contractor based on similar work performed in the past. 3. The firm s previous experience on similar projects. 4. Cost of proposal. The Contractor may submit different costs for alternate methods. After reviewing each proposal, City staff will notify each contractor in writing. The City reserves the right to complete the selection project without proceeding to an interview phase, and the City may choose to select a contractor based upon the information supplied in the proposal. INSURANCE REQUIREMENTS The selected Consultant must have $1 million General Liability Insurance, $1 million Auto Insurance, and Worker s Compensation Insurance as required by California statutes, and $1

million Errors and Omissions Insurance. The selected Consultant will be required to provide original Certificates of Insurance evidencing the insurance coverage and naming the City as additional party insured. The following minimum insurance coverage is required in order to execute a contract with the City of Menlo Park: 1. Commercial/General Liability Insurance minimum coverage: $1,000,000 per occurrence, $2,000,000 aggregated. 2. Automobile Liability Insurance minimum coverage: $1,000,000 for each occurrence combined single limit, or $1,000,000 for any one person and $1,000,000 for any one accident, and $300,000 property damage. 3. Workers Compensation and Employers Liability Insurance minimum coverage: Limits as require by the Labor Code of the State of California and employers liability limits of $1,000,000 per accident. 4. Professional Liability Insurance protecting the contractor against claims arising out of the negligent acts, error and omissions of contractor pursuant to the agreement, minimum coverage: $1,000,000 combined single limit. Said profession liability insurance is to be kept in force for not less than one year after completion of services described in the contract. The City of Menlo Park shall be named as additionally insured on contractor s insurance policy or policies. Upon notice of contract award, contractor shall provide the City with a certificate of insurance coverage evidencing the above coverage limits, including a copy of all declarations of exclusions, prior to execution of contract. To the full extent permitted by law, contractor agrees to defend, indemnify and hold City, its employees, agents and offices harmless from any and all claims, damages and liability in any way occasioned by or arising out of the contractor s negligent performance of services under this agreement, breach of contract or construction defects arising out of contractor s work. COMPENSATION Compensation shall be on a time and expense not-to-exceed basis in accordance with the approved schedule of billing rates. The Contractor shall submit monthly invoices to the City s project manager.

Location Maps Attachment A

12/10/2015 Fremont Park Google Maps ATTACHMENT A Fremont Park Map data 2015 Google 20 ft https://www.google.com/maps/place/fremont+park/@37.4489873, 122.1865075,20z/data=!4m2!3m1!1s0x808fa4ba7dfa7da5:0x30d006c6be0111d1 1/1

12/10/2015 Willow Oaks Park Google Maps Willow Oaks Park Map data 2015 Google 50 ft https://www.google.com/maps/place/willow+oaks+park/@37.4608244, 122.1592901,19z/data=!4m2!3m1!1s0x808fbb5b3e1517bf:0xa9dce6ce30fdbbb7 1/1

12/10/2015 Stanford Hills Park Google Maps Stanford Hills Park Map data 2015 Google 100 ft https://www.google.com/maps/place/stanford+hills+park,+menlo+park,+ca+94025/@37.421675, 122.1978413,18z/data=!4m2!3m1!1s0x808fa4e0876643e5:0x2584e89ae03f7a48 1/1

Sample Standard Agreement for Services Attachment B

ATTACHMENT B SAMPLE AGREEMENT WITH INDEPENDENT CONTRACTOR No. Contractor Name and Address Contractor: Upon completion of work or agreedupon work periods, mail invoice with above Agreement Number to: Department: Attention: Address: City, State, Zip: Phone: Project Name: Herbicide Free Parks Pilot Project It is agreed between the City of Menlo Park, California, and Contractor as follows: 1. Services to be performed by Contractor. In consideration of the payments hereinafter set forth, Contractor shall perform services for City in accordance with terms, conditions and specifications set forth herein and in Exhibit A attached hereto for the City of Menlo Park. 2. Contract Term. The term of this agreement shall be from to unless terminated earlier by the City. 3. Payments. In consideration of the services rendered in accordance with all terms, conditions and specifications set forth herein and in Exhibit A, City shall make payment to Contractor in the manner specified herein and in Exhibit A. In the event that the City makes any advance payments, Contractor agrees to refund any amounts in excess of the amount owed by the City at the time of contract termination. The City reserves the right to withhold payment if the City determines that the quantity or quality of the work performed is unacceptable. In no event shall total payment for all services under this agreement exceed $ unless mutually agreed upon by City and Contractor in writing. 4. Relationship of the Parties. Contractor agrees and understands that the work/services performed under this agreement are performed as an Independent Contractor and not as an employee of the City and that Contractor acquires none of the rights, privileges. powers or advantages of City employees. 5. Insurance and Indemnity. Contractor, at its own expense, shall provide and keep in force, commercial general liability insurance insuring against liability for bodily injury and property damage arising out of its work in an amount of not less than One Million Dollars ($1,000,000) for injury to, or death of one person in any one accident or occurrence, and in an amount of not less than Two Million Dollars ($2,000,000) for injury to, or death of more than one person in any one accident or occurrence, and in the amount of not less than One Million Dollars ($1,000,000) per occurrence in respect to damage to property. City shall be named as an additional insured on Contractor's commercial general liability insurance policy Contractor shall provide City with a certificate of insurance coverage evidencing said coverage, including a copy of all declarations of exclusions, prior to commencing work. The Contractor shall maintain Automobile Liability Insurance pursuant to this Contract in an amount of not less than One Million Dollars ($1,000,000) for each occurrence combined single limit or not less than One Million Dollars ($1,000,000) for any one (1) person, and one million dollars ($1,000,000) for any one (1) accident, and three hundred thousand dollars, ($300,000) property damage. To the full extent permitted by law Contractor agrees to defend, indemnify and hold City, its employees, agents, and officers, harmless from any and all claims, damages, and liability in any way occasioned by or arising out of the contractor s negligent performance of services under this agreement, breach of contract or construction defects arising out of Contractor s work. 6. Non-assignability. Contractor shall not assign this Agreement or any portion thereof to a third party without the prior written consent of City, and any attempted assignment without such prior written consent in violation of this Section shall automatically terminate this Agreement. 7. Termination of Agreement. The City may, at any time, terminate this Agreement, in whole or in part, for the convenience of City, by giving written notice specifying the effective date and scope of such termination. In the event of termination, all finished or unfinished documents, data, studies, maps, photographs, reports, and materials (hereinafter referred to as materials) prepared

by Contractor under this Agreement shall become the property of the City upon Contractor s receipt of final payment and shall be promptly delivered to the City. Upon termination, the Contractor may make and retain a copy of such materials. Contractor shall be entitled to receive payment for work/services provided prior to termination of the Agreement. Such payment shall be that portion of the full payment which is determined by comparing the work/services completed to the work/services required by the Agreement. 8. Worker s Compensation Insurance. Contractor agrees and understands that the City does not provide Worker s Compensation Insurance to, or on behalf of, the Contractor for the work/services performed, but that said insurance is the sole responsibility of the undersigned. 9. Payment of Permits/Licenses. Contractor shall obtain any license, permit, or approval if necessary from any agency whatsoever for the work/services to be performed, at his/her own expense, prior to commencement of said work/services or forfeit any right to compensation under this Agreement. 10. Non-Discrimination. No person shall illegally be excluded from participation in, denied the benefits of, or be subjected to discrimination under this Agreement on account of their race, sex, color, national origin, religion, age, or disability. Contractor shall ensure full equal employment opportunity for all employees under this Agreement. 11. Retention of Records. Contractor shall maintain all required records for three years after the City makes final payment and all other pending matters are closed, and shall be subject to the examination and /or audit of the City, a federal agency, and the state of California. 12. Merger Clause. This Agreement, including Exhibit A and B attached hereto and incorporated herein by reference, constitutes the sole Agreement of the parties hereto and correctly states the rights, duties, and obligations of each party as of this document s date. Any prior agreement, promises, negotiations, or representations between the parties not expressly stated in this document are not binding. All subsequent modifications shall be in writing and signed by the City. In the event of a conflict between the terms, conditions, or specifications set forth herein and those in Exhibit A attached hereto, the terms, conditions, or specifications set forth herein shall prevail. 13. Prevailing Wages. Prevailing wages must be paid for all of the work to be done. A tabulation of the various classifications of workers to be employed and the prevailing rate of wages applicable thereto is available from the California Department of Industrial Relations Website. THIS CONTRACT IS NOT VALID UNTIL SIGNED BY BOTH PARTIES Brian Henry, Public Works Superintendent Attest: City Clerk Date Date Contractor Name Printed Contractor Signature Date Contractor s Tax I.D. Number or Social Security Number Attachment: Exhibit A Scope of Work Exhibit B Dispute Resolution

EXHIBIT B DISPUTE RESOLUTION B1.0 All claims, disputes and other matters in question between the FIRST PARTY and CITY arising out of, or relating to, the contract documents or the breach thereof, shall be resolved as follows: B2.0 Mediation B2.1 The parties shall attempt in good faith first to mediate such dispute and use their best efforts to reach agreement on the matters in dispute. After a written demand for non-binding mediation, which shall specify in detail the facts of the dispute, and within ten (10) days from the date of delivery of the demand, the matter shall be submitted to a mutually agreeable mediator. The Mediator shall hear the matter and provide an informal opinion and advice, none of which shall be binding upon the parties, but is expected by the parties to help resolve the dispute. Said informal opinion and advice shall be submitted to the parties within twenty (20) days following written demand for mediation. The Mediator s fee shall be shared equally by the parties. If the dispute has not been resolved, the matter shall be submitted to arbitration in accordance with Paragraph 3.1. B3.0 Arbitration B3.1 Any dispute between the parties that is to be resolved by arbitration as provided in Paragraph 2.1 shall be settled and decided by arbitration conducted by the American Arbitration Association in accordance with the Construction Industry Arbitration Rules of the American Arbitration Association, as then in effect, except as provided below. Any such arbitration shall be held before three arbitrators who shall be selected by mutual agreement of the parties; if agreement is not reached on the selection of the arbitrators within fifteen (15) days, then such arbitrator(s) shall be appointed by the presiding Judge of the court of jurisdiction of the contract. B3.2 The provisions of the Construction Industry Arbitration Rules of the American Arbitration Association shall apply and govern such arbitration, subject, however to the following: B3.3 Any demand for arbitration shall be writing and must be made within a reasonable time after the claim, dispute or other matter in question as arisen. In no event shall the demand for arbitration be made after the date that institution of legal or equitable proceedings based on such claim, dispute or other matter would be barred by the applicable statute of limitations. B3.4 The arbitrator or arbitrators appointed must be former or retired judges, or attorneys at law with last ten (10) years experience in construction litigation. B3.5 All proceedings involving the parties shall be reported by a certified shorthand court reporter, and written transcripts of the proceedings shall be prepared and made available to the parties. B3.6 The arbitrator or arbitrators must be made within and provide to the parties factual findings and the reasons on which the decisions of the arbitrator or arbitrators is based. B3.7 Final decision by the arbitrator or arbitrators must be made within ninety (90) days from the date of the arbitration proceedings are initiated. B3.8 The prevailing party shall be awarded reasonable attorneys fees, expert and non-expert witness costs and expenses, and other costs and expenses incurred in connection with the arbitration, unless the arbitrator or arbitrators for good cause determine otherwise. B3.9 Costs and fees of the arbitrator or arbitrators shall be borne by the non-prevailing party, unless the arbitrator or arbitrators for good cause determine otherwise. B3.10 The award or decision of the arbitrator or arbitrators, which may include equitable relief, shall be final, and judgment may be entered on it in accordance with applicable law in any court having jurisdiction over the matter.