Request for Proposals for Grinding and Disposal of Wood Waste Debris for the City of Sioux Falls. April 30, City of Sioux Falls, South Dakota

Similar documents
CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

REQUEST FOR PROPOSAL 3068 FOR METRO ETHERNET CONNECTIVITY

SEALED BID REQUEST FOR ASBESTOS REMOVAL & PROPOSED FORM OF CONTRACT

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

Standard Form of Agreement Between Contractor and Subcontractor

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

Workforce Management Consulting Services

SHORT FORM STANDARD SUBCONTRACT. This Agreement is made this day of, 20, between

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

AIA Document A201 TM 1997

PROPOSAL LIQUID CALCIUM CHLORIDE

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

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

MONTEREY REGIONAL WATER POLLUTION CONTROL AGENCY NOTICE REQUEST FOR PROPOSALS FOR: WASTEWATER BIOSOLIDS HAULING SERVICES

HOUSING CONSTRUCTION CONTRACT (Projects up to $10,000)

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

RFP GENERAL TERMS AND CONDITIONS

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

SAFETY FIRST GRANT CONTRACT

Watershed Educational Campaign Project

West Ridge Park Ballfield Light Pole Structural Assessment

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET PO BOX 191 MANCHESTER, CONNECTICUT (860) FAX (860)

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

City of Portsmouth Portsmouth, New Hampshire Public Works Department Request for Proposals # 44-11

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

QUOTATION ONLY -- NOT AN ORDER

Request for Bid/Proposal

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

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

INVITATION TO BID. Pre-Bid Showing: Enter Date and Time Here. Please call by Enter Date and Time Here to reserve a bid packet and confirm attendance.

MIDDLESEX COUNTY UTILITIES AUTHORITY

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

CONTRACT. Owner and Contractor agree as follows: 1. Scope of Work.

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

Document A201 TM. General Conditions of the Contract for Construction. (Name and location or address)

RICE UNIVERSITY SHORT FORM CONTRACT

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

PUBLIC BUILDING RESTORATION AND CONSTRUCTION CONTRACT

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER. Pre-Construction and Construction Phase Services

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

LANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL. for. Construction & Demolition Waste Characterization Study

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

COUNTY OF OSWEGO PURCHASING DEPARTMENT

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

Document A201 TM 2007 SP

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Performance CONTRACTORS, INC. HAULING TERMS AND CONDITIONS

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA

SUBCONTRACTOR AGREEMENT

General Conditions for Construction GCC201. Contract Type: Document No. for the following PROJECT: (Name and location or address) EXAMPLE

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

Phone No. (Fax No. ), California License No., Expir. Date (hereinafter called Subcontractor).

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

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

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

Subcontract Agreement

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

STORM DRAIN ENGINEERING DESIGN SERVICES

SERVICE AGREEMENT. THIS AGREEMENT ( Agreement ) is made and entered into as of, 20 by and between ( Owner ) and ( Vendor ).

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

INVITATION TO BID Retaining Wall

REQUEST FOR SEALED PROPOSAL. ADVERTISEMENT for SOLID WASTE & DISPOSAL SERVICE RFP - SOLID WASTE & DISPOSAL SERVICE

SUBCONTRACT CONSTRUCTION AGREEMENT

Document A133 TM. AGREEMENT made as of the day of in the year 20 (In words, indicate day, month and year.)

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

PURCHASING DEPARTMENT

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

REQUEST FOR QUOTATION

Standard Form of Agreement Between. Owner and Design-Builder Cost Plus Fee with an Option for a Guaranteed Maximum Price

AGC TEXT COPY THE ASSOCIATED GENERAL CONTRACTORS OF AMERICA AGC DOCUMENT NO. 603 STANDARD SHORT FORM AGREEMENT BETWEEN CONTRACTOR AND SUBCONTRACTOR

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

Request for Bids/Proposals for City-Wide Stump Grinding Project

CONSTRUCTION AGREEMENT/CONTRACT

BERRIEN COUNTY ROAD COMMISSION

REQUEST FOR QUOTATIONS Tree Maintenance Program Bucket Truck and Stump Grinding Contract

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

Document A General Conditions of the Contract for Construction, Construction Manager as Adviser Edition

City of Albany, New York

AIA Document A201 TM 1997

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 11135

Document A133 TM. AGREEMENT made as of the day of in the year Two Thousand and Sixteen. BETWEEN the Owner:

MASTER SUBCONTRACT AGREEMENT

Standard Form of Agreement between Owner and Construction Manager

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

CITY OF SOUTH PORTLAND Purchasing Office Room 105 P.O. Box Cottage Road South Portland, Maine

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

COUNTY OF COLE JEFFERSON CITY, MISSOURI

Transcription:

Request for Proposals for Grinding and Disposal of Wood Waste Debris for the City of Sioux Falls April 30, 2013 City of Sioux Falls, South Dakota RFP No. 13-0082 S:\AS\Pur\10\13-0082.docx

Table of Contents Section 1 Introduction and Instructions... 1 Purpose of the RFP... 1 Contact Person(s), Telephone, Fax Number, and Email... 1 RFP Schedule of Events... 1 Return Mailing Address and Deadline for Receipt of Proposals... 2 Section 2 Scope of Work... 2 Introduction... 2 Services... 3 Load Tickets... 4 Performance Schedule... 4 Equipment... 5 Other Considerations... 6 Section 3 Proposal Format and Content... 6 Performance and Payment Bond... 6 Payment... 7 Changes, Additions, Deduction, and Additional Work... 7 Termination of Contract... 8 Indemnification... 8 Insurance Requirements... 8 Independent Contractor... 9 Suspension and Disbarment... 9 Section 4 Contract Award... 10 Contract Award... 10 Section 5 Standard Proposal Information... 11 Authorized Signature... 11 City Not Responsible for Preparation Costs... 11 Security Bond Required... 11 Conflict of Interest... 11 Offeror s Certification... 11 No Contact Policy... 12 Special Conditions... 12 Exhibit A... 13 Exhibit B... 14 S:\AS\Pur\10\13-0082.docx

Section 1 Introduction and Instructions Purpose of the RFP This Request for Proposal (RFP) is issued by the City of Sioux Falls (hereinafter referred to as the City ). The purpose of this RFP is to establish a contract with a qualified contractor(s) to perform grinding and disposal of wood waste debris at the five designated wood waste debris drop-off sites. The scope of work is defined as work eligible under FEMA Public Assistance regulations, policy, and guidance. It will be the responsibility of the contractor to adhere to all federal policies and guidance. Any work performed that is not in adherence with federal policies and guidance will not be reimbursed by the City and will be the responsibility of the contractor. Contact Person(s), Telephone, Fax Number, and Email Scott Rust, Purchasing Manager, Finance Department, is the point of contact for questions pertaining to the RFP. Unauthorized contact regarding the RFP with other City employees may result in the vendor being disqualified. Scott Rust, Purchasing Manager, Finance Department Phone: 605-367-8836 Fax: 605-367-8016 Email: srust@siouxfalls.org RFP Schedule of Events This schedule of events represents the City s best estimate of the schedule that will be followed for this RFP. If a component of this schedule such as the deadline for receipt of proposals is delayed, the rest of the schedule will be shifted by the same number of days. The approximate RFP schedule is as follows: RFP issued: April 30, 2013. Prebid meeting: May 3, 2013, at 11 a.m. (City Hall, Commission Room, First Floor). Proposals due: May 7, 2013, at 1 p.m. Review of proposals: May 8, 2013. Contract award: May 8, 2013. Notice to proceed: May 9, 2013. S:\AS\Pur\10\13-0082.docx 1

Return Mailing Address and Deadline for Receipt of Proposals Offerors must submit one (1) original hard copy addressed to: City of Sioux Falls Purchasing Office Attention: Scott Rust Spring Ice Storm 2013 RFP No. 13-0082 224 West Ninth Street P.O. Box 7402 Sioux Falls, SD 57117-7402 Proposals must be received by the Purchasing Office at the location specified no later than 1 p.m., Central standard time, on May 7, 2013. Proposals will not be publicly read at the opening. Proposals may not be delivered orally, by facsimile transmission, by other telecommunication, or electronic means. Offerors assume the risk of the method of dispatch chosen. The City assumes no responsibility for delays caused by any delivery service. Postmarking by the due date will not substitute for actual proposal receipt by the City. An offeror s failure to submit its proposal prior to the deadline will cause the proposal to be rejected. Late proposals or amendments will not be opened or accepted for evaluation. Introduction This RFP is being issued in order to: Section 2 Scope of Work Grind and dispose wood waste debris from designated debris drop-off sites. The purpose of this contract is to grind and dispose wood waste debris from the City s five wood waste debris drop-off sites in a timely and efficient manner. It will be the responsibility of the contractor to adhere to all FEMA regulations, policy, and guidance. Any work performed that is not in adherence with FEMA regulations, policy, and guidance will not be reimbursed by the City and will be the responsibility of the contractor. FEMA s Public Assistance Debris Management Guide (FEMA-325): www.fema.gov/pdf/government/grant/pa/demagde.pdf Bidders acknowledge that time is of the essence to the performance of the contract. Bidders understand and agree that wood waste debris grinding and removal must be done in the most expeditious manner possible. The successful bidder(s) shall make every effort to complete all requirements of the awarded contract in the shortest time possible. S:\AS\Pur\10\13-0082.docx 2

Services 1. The contractor shall provide all management, supervision, labor, materials, and equipment necessary for efficient and effective grinding and disposal of wood waste debris from the designated drop-off sites. 2. Contractor will provide fuel and all oils and lubricants as well as all other supplies needed necessary for the operation of the contractor s equipment. 3. The contractor shall be knowledgeable and have experience in providing the services as described herein and conduct its operations within the general parameters of FEMA s Public Assistance Program, unless otherwise directed by the City. 4. The contractor shall coordinate their work with the City or monitors retained by the City and shall comply with directions given. 5. The City intends to enter into one contract for the contractor to grind, haul, and dispose of the wood waste material from five wood waste debris dump sites listed in Exhibit B. 6. The amount of grinding and disposal of wood waste debris under this contract is approximately 100,000 tons. Compensation shall be based on a per ton of ground wood waste debris disposed. The contractor must provide machine(s) able to grind approximately a minimum 180 200 tons per hour and a fleet of trucks to haul the material away from the site per the schedule listed below in the performance schedule. (Bidder must show proof of available equipment to handle the work.) 7. The contractor shall grind all wood waste material to a size not to exceed 4 inches in length and 1/2 inch in diameter and remove the wood waste debris from the debris drop-off site. 8. Contaminants are all materials other than wood products and must be avoided during the grinding process. Plastics should be eliminated completely. To help eliminate contaminants, root rake loaders are recommended to feed material to the grinder. Screens are required when processing stumps with root balls or when large amounts of soil are present. 9. The City would prefer that the wood waste grindings be recycled rather than delivered to the Sioux Falls Sanitary Landfill. In the event a recyclable option is not available for the wood waste debris and the Sioux Falls Sanitary Landfill is the selected option for disposal, the awarded contractor will be required to pay the Sioux Falls Sanitary Landfill s tipping fee of $10/ton. The debris shall be disposed in a lawful manner meeting FEMA guidelines. The contractor shall state in their response the method of disposal and the site of delivery for the wood waste debris. 10. Ground wood debris shall not be piled more than 15 feet high for fire hazard reduction. The contractor shall take necessary precaution to prevent combustion or any other hazard resulting from the temperature storage of chips on site. S:\AS\Pur\10\13-0082.docx 3

11. The contractor may submit a subcontract plan including a clear description of the percentage of the work for which the contractor may retain subcontractors contingent upon City preauthorization of such subcontractors. 12. The contractor shall not move from one designated work area to another designated work area without prior approval from the City. Scheduling of contractors will be coordinated and approved by the City. 13. Contractor shall note that a significant portion of the project will occur in rented land. The contractor should exercise due care to minimize contamination to the soil and damage to the general property. The contractor shall repair any damages caused by the contractor s equipment in a timely manner at no expense to the City. Contractor shall immediately notify the City of any damages. 14. All equipment shall be approved by the City prior to use. Debris grinding generally will require the utilization of grinding equipment, excavators, loaders, hauling trucks, and/or workers trained and experienced to operate the equipment. All grinding equipment shall be operated on the debris site property, and no equipment shall be operated outside of ROW unless directed by the City. 15. The contractor shall have a competent superintendent or project manager assigned to the City contract work. This individual shall be available in person to the City at any time when work under this contract is ongoing. This individual shall be the contractor s principal point of contact for operational issues, shall attend all operational meetings, and shall be prepared to brief operational status at meetings and in public forums. 16. The City reserves the right to inspect the site, verify quantities, and review operations at any time. 17. All work shall be accomplished in a safe manner in accordance with City, state, federal, Occupational Safety & Health Administration (OSHA) standards, and any other applicable laws or regulations. Load Tickets 1. Load tickets shall be used for recording the tonnage of debris properly ground and removed for disposal. 2. All loads will be weighed at a certified scale furnished by the City. Scales will be provided at the Chambers Street site and the Sioux Falls Sanitary Landfill. 3. Tare weights must be obtained prior to any truck being used for disposal and will be subject to reweighing by the City at regular intervals throughout this contract. Performance Schedule 1. The contractor will meet with the City prior to the commencement of operations to discuss matters of judgment, safety, quality control, quality assurance, coordination, payment, record keeping, and project scheduling and reporting. All elements in the contract shall be reviewed in detail. S:\AS\Pur\10\13-0082.docx 4

2. Work under this contract shall begin within 72 hours of receipt of the notice to proceed. 3. Prior to commencing operations, the contractor shall, with the City s direction, provide a work plan showing where grinding operations will begin and a projection when operations will end at each wood waste drop-off site. 4. The Fairgrounds site will need to be ground and hauled away no later than June 15, 2013. 5. The Lyon Boulevard site will need to be ground and hauled away no later than July 15, 2013. 6. The 69th Street and South Cliff Avenue site will need to be ground and hauled away no later than August 1, 2013. 7. The Benson Street and Hall Avenue site will need to be ground and hauled away no later than August 15, 2013. 8. The Chambers Street site will need to be ground and hauled away no later than October 1, 2013. 9. The City reserves the right to modify the grinding and hauling schedule. 10. All activity associated with grinding and disposal may be performed 24 hours per day with the exception of the 69th Street and South Cliff Avenue site and upon acquiring appropriate state and City permits. The contractor shall devote such time, attention, and resources to the performance of the contractor s services and obligations hereunder as shall be necessary to complete this project. The contractor shall notify the City by close of day Thursday whether weekend work is anticipated. The contractor may work seven days per week. 11. The City may initiate additions or deletions to the contract by written amendment. Both parties shall equitably negotiate subsequent changes in cost and completion time following applicable City, state, and federal laws and regulations. 12. The contractor will be assessed liquidated damages of $1,000 per calendar day per site deadline that the wood waste debris is not removed from each site. 13. Any damages to the contractor s equipment or the wood waste debris will not be the responsibility of the City to reimburse the contractor for their loss of equipment or work. Equipment 1. 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 contain the following information: Company Name Unit Number S:\AS\Pur\10\13-0082.docx 5

2. Trucks or equipment that are designated for use under this contract shall not be used for any other work. 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 private contracted removals with the authorized City-contracted removals. Other Considerations 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. 2. The contractor shall be duly licensed in accordance with the City s and state s statutory requirements to perform the work. 3. The contractor shall provide copies of references, financial records, licenses, proof of insurance and bonding, and proposed list of equipment including any subcontractors. 4. The City may suspend contractor operations due to inclement weather. The performance period may be extended for weather delays. 5. The contractor shall not conduct any business outside the scope of this RFP including, but not limited to, the selling of wood waste grindings on City property. 1. Technical Plan Section 3 Proposal Format and Content i. Project Approach A brief narrative description of contractor s approach to project operations, disposal method, and site, including project management and mobilization. ii. Operations Plan Outline equipment and crew resources available to fulfill the proposal requirements. Demonstrate ability to complete the scope of work in a timely and safe manner. 2. Proposal Form i. Complete and sign Exhibit A. ii. Provide a bid security. Performance and Payment Bond At the time of execution of the contract, the successful bidder shall furnish a security bond in the sum equal to 100 percent contract price or a prorated share of the total contract price which is estimated to be $1,000,000 for the faithful performance of the contract, with the additional obligation that all persons supplying material or labor in the progression of S:\AS\Pur\10\13-0082.docx 6

the work shall be promptly paid. The bond shall be issued by a surety authorized to do business in the state of South Dakota. The price of the bond is a 100 percent reimbursable expense. Payment 1. Payment for work completed may be invoiced on a monthly basis. To receive payment, contractor shall submit invoice to the City or the City s monitor for the grinding and disposal of wood waste debris. Payment will be based on the total number of tons disposed from the wood waste debris drop-off sites. Payment will be based on the unit pricing submitted by the contractor in the Proposal Form (Exhibit A). Work included in these specifications and not identified in the Proposal Form will be priced by amendment or supplemental agreement to this contract. 2. Time is of the essence to the performance hereunder and the City shall recover from the contractor any delay costs caused by the acts or omissions of the contractor or its agents. Except as otherwise provided herein, payment shall be made for actual work accepted and completed. For reasonable cause and/or when satisfactory progress has not been achieved by the contractor during any period for which a payment is to be made, the City may retain a percentage of said payment, not to exceed 5 percent of the contract value to ensure performance of the contract. Said cause and progress shall be determined by the City, in its sole discretion, based on its assessment of any past performance of the contractor and the likelihood that such performance will continue. Upon completion of all contract requirements, retained amounts shall be paid promptly less any offsets or deductions authorized hereunder or by law. 3. The City may withhold final payment for reasons including, but not limited to, the following: unsatisfactory job performance or progress, defective work, disputed work, failure to comply with material provisions of the contract, third-party claims filed, or reasonable evidence that a claim will be filed or other reasonable cause. 4. Final payment, less any offsets or deductions authorized hereunder or by law, shall be made within 30 days of the certification of completion of the project by the City s authorized agent provided the contractor has completed filing of all contractually required documents and certifications with the City s authorized agent including acceptable evidence of the satisfaction of all claims or liens. Changes, Additions, Deduction, and Additional Work 1. The City may elect to grind and dispose of wood waste debris using its own equipment or other contractor s equipment. Further, no amount of work is guaranteed under the contract, and the City may terminate the contract(s) awarded without cause at the City s convenience. In such event, the contractor shall be paid for work performed through the date of termination. 2. Upon proper action by the City, the City may authorize changes, additions, or deductions from the work to be performed. The authorization must be by written notice to the contractor. No extra work shall be done or any obligation incurred except upon written order by the City. If any change causes an increase or decrease in the S:\AS\Pur\10\13-0082.docx 7

contractor s cost of, or the time required for, the performance of any part of the work under this contract, the City shall make an equitable adjustment and modify the contract in writing. Termination of Contract 1. The City may, by written notice to the contractor, terminate this agreement in whole or in part at any time, either for the City s convenience or for cause. Upon receipt of notice, the contractor shall immediately discontinue all services affected, unless the notice directs otherwise. 2. If the termination is for the convenience of the City, an equitable adjustment in the contract price shall be made, but no amount shall be allowed for anticipated profit or unperformed service. 3. This contract shall be terminated for cause if the contractor defaults in the performance of any of the terms hereof including, but not limited to, unsatisfactory job performance or progress, defective work, disputed work, failure to comply with material provisions of the contract, third-party claims filed or reasonable evidence that a claim will be filed, or other reasonable cause, or otherwise fails to cure any other deficiency identified by the City s authorized agent within 24 hours of delivery of notice of said deficiency. The City retains all other legal or equitable rights or remedies existing as a result of said default, including, but not limited to, any legal process necessary to obtain any sureties securing this contract. Any reasonable attorney s fee incurred in enforcing this contract will not exceed 5 percent of said contract price. Indemnification To the fullest extent permitted by law, the contractor, its subcontractors, agents, servants, officers, or employees, shall indemnify and hold harmless the City of Sioux Falls, including, but not limited to, its elected and appointed officials, officers, employees, and agents from any and all claims brought by any person or entity whatsoever, arising from any act, error, or omission of the provider during the contractor s performance of the agreement or any other agreements of the contractor, entered into by reason thereof. The contractor shall indemnify and defend the City of Sioux Falls, including, but not limited to, its elected and appointed officials, officers, employees, and agents with respect to any claim arising, or alleged to have arisen from negligence, and/or willful, wanton, or reckless acts or omissions of the contractor, its subcontractor, agents, servants, officers, or employees, and any and all losses or liabilities resulting from any such claims, including, but not limited to, damaged awards, costs, and reasonable attorney s fees. The indemnification shall not be affected by any other portions of the agreement relating to insurance requirements. The contractor agrees that it will procure and keep in force at all times at its own expense insurance in accordance with these specifications. Insurance Requirements The contractor shall secure the insurance specified below. All insurance secured by the contractor under the provisions of this section shall be issued by insurance companies S:\AS\Pur\10\13-0082.docx 8

acceptable to the City. The insurance specified in this section may be in a policy or policies of insurance, primary or excess. Certificates of all required insurance shall be provided to the City upon execution of this agreement. 1. Workers compensation insurance providing the statutory limits required by South Dakota law. In addition, it shall provide Coverage B, Employer s Liability Coverage, of not less than $1,000,000 each accident, $1,000,000 disease-policy limits. The required limit may be met by excess liability (umbrella) coverage. 2. Commercial general liability insurance providing occurrence form contractual, personal injury, bodily injury, and a property damage liability coverage with limits of at least $1,000,000 per occurrence, $2,000,000 general aggregate, and $2,000,000 aggregate products and completed operations. The required limit may include excess liability (umbrella) coverage. The policy shall name the City and its representatives as an additional insured. If occurrence form insurance is not available, claims made insurance will be acceptable. The policy shall be maintained for three years after completion of this agreement. 3. Automobile liability insurance covering all owned, nonowned, and hired automobiles, trucks, and trailers. The coverage shall be as broad as that found in the standard comprehensive automobile liability policy with limits of not less than $1,000,000 combined single limit each occurrence. The required limit may include excess liability (umbrella) coverage. The contractor will provide the City with at least 30 days written notice of an insurer s intent to cancel or not renew any of the insurance coverage. The contractor agrees to hold the City harmless from any liability, including additional premium due because of the contractor s failure to maintain the coverage limits required. The City s approval or acceptance of certificates of insurance does not constitute the City s assumption of responsibility for the validity of any insurance policies nor does the City represent that the above coverages and limits are adequate to protect any individual/group/business, its consultants or subcontractors interests, and assumes no liability therefore. Independent Contractor The parties agree that the contractor operates an independent business and is contracting to do work according to its own methods, without being subject to the control of the City or FEMA, except as to the product or the result of the work. The relationship between the City and the contractor shall be that as between an independent contractor and the City and not as an employer-employee relationship. The payment to the contractor is inclusive of any use, excise, income, or any other tax arising out of this agreement. Suspension and Disbarment This contract is a covered transaction for purposes of 49 CFR Part 29. As such, the contractor is required to verify that none of the contractor, its principals, as defined at S:\AS\Pur\10\13-0082.docx 9

49 CFR 29.995, or affiliates, as defined at 49 CFR 29.905, are excluded or disqualified as defined at 49 CFR 29.940 and 29.945. The contractor is required to comply with 49 CFR 29, subpart C, and must include the requirement to comply with 49 CFR 29, subpart C, in any lower tier covered transaction it enters into. By signing and submitting its bid or proposal, the bidder or proposer certifies as follows: The certification in this clause is a material representation of fact relied upon by the City of Sioux Falls. If it is later determined that the bidder or proposer knowingly rendered an erroneous certification, in addition to remedies available to the City, the federal government may pursue available remedies including, but not limited to, suspension and/or debarment. The bidder or proposer agrees to comply with the requirements of 49 CFR 29, subpart C, while this offer is valid and throughout the period of any contract that may arise from this offer. The bidder or proposer further agrees to include a provision requiring such compliance in its lower tier covered transactions. Contract Award Section 4 Contract Award It is the City s intent to enter into a contract(s) with a contractor(s) with the lowest total cost who best demonstrates the ability and technical plan to expeditiously provide eligible grinding and disposal of wood waste debris. The evaluation criteria used for this RFP is as follows: Cost Proposal 50% Technical Plan to Complete the Work Expeditiously 40% Project Management 10% The City will award one contract to the contractor to perform the work described herein. The City reserves the right to reject any and all bids, waive technicalities, and make the award(s) as deemed in the best interest of the City. The bid includes all local, state, and federal taxes that would affect the amount of the bid. Contractor agrees to work diligently to complete this contract by the earliest possible date. The City desires the project be completed by October 31, 2013; however, in no event shall the time period for completion of this contract exceed October 31, 2013, unless the City initiates additions or deletions by written change orders, or in its sole discretion extends the completion date to the progress of the wood waste debris grinding and disposal, or the contract is terminated as provided herein. S:\AS\Pur\10\13-0082.docx 10

Section 5 Standard Proposal Information Authorized Signature An individual authorized to bind the offeror to the provisions of the RFP must sign the proposal. City Not Responsible for Preparation Costs The City will not pay any cost associated with the preparation, submittal, presentation, or evaluation of any proposal. Security Bond Required Each bid of $25,000 or greater must be accompanied by a bid bond in the amount of 10% (ten percent) of the amount of the bid, or in lieu thereof a certified check, cashier s check, or bank draft in the amount of 5% (five percent) of the amount of the bid. All bid guaranties shall be made payable to the City of Sioux Falls. Bonds shall be issued by a surety authorized to do business in this state. Checks shall be certified or issued by a state or national Bank. Bid guaranties other than those mentioned will not be accepted by the City of Sioux Falls. Bid guaranties of unsuccessful bidders shall be returned within 30 calendar days of the bid opening. Bid guaranty of the successful bidder shall be retained until the contract is executed and a performance guaranty (if applicable) has been submitted. Should a successful bidder fail to enter into contract, the bid guaranty shall be forfeited to the City to compensate for administrative expenses of making a reaward or issuing a new request. Conflict of Interest Offerors must disclose any instances where the contractor or any individuals working on the contract has a possible conflict of interest and, if so, the nature of that conflict (e.g., employed by the City). The City reserves the right to cancel the award if any interest disclosed from any source could either give the appearance of a conflict or cause speculation as to the objectivity of the offeror s proposal. The City s determination regarding any questions of conflict of interest is final. Offeror s Certification By signature on the proposal, the offeror certifies that it complies with: The laws of the state of South Dakota. All applicable local, state, and federal procurement laws, codes, and regulations. All terms, conditions, and requirements set forth in this RFP. A condition that the proposal submitted was independently arrived at without collusion. S:\AS\Pur\10\13-0082.docx 11

A condition that the offer will remain open and valid for the period indicated in this solicitation and any condition that the contractor and/or any individuals working on the contract do not have a possible conflict of interest (e.g., employed by the City of Sioux Falls). If any contractor fails to comply with the provisions stated in this paragraph, the City reserves the right to reject the proposal, terminate the contract, or consider the contractor in default. No Contact Policy Any contact with any City representatives, related officials, or representatives other than those outlined in the RFP is prohibited. Such unauthorized contact may disqualify the contractor from this procurement. Special Conditions The City reserves the right to reject any and all proposals, to waive formalities, and to select the proposal and developer(s) that, in the City s sole discretion, are in the best interests of the city of Sioux Falls, South Dakota. The City reserves the right to: 1. Amend, modify, or withdraw this RFP. 2. Revise any requirements under this RFP. 3. Require supplemental statements of information from any responding party. 4. Extend the deadline for submission of responses hereto. 5. Negotiate or hold discussions with any bidder to correct insufficient responses that do not completely conform to the instructions contained herein. 6. Waive any nonconformity with this RFP. 7. Cancel, in whole or in part, this RFP if the City deems it is in its best interest to do so. 8. Request additional information or clarification of information provided in the response without changing the terms of the RFP. 9. Waive any portion of the selection process in order to accelerate the selection and negotiation with the top-ranked contractor. 10. Not award a contract as a part of, or result of, this RFP process. The City may exercise the foregoing rights at any time without notice and without liability to any bidder, or any other party, for expenses incurred in the preparation of responses hereto or otherwise. S:\AS\Pur\10\13-0082.docx 12

Exhibit A Proposal Form Cost for grinding and disposal of wood waste debris per ton. $ Signature of Bidder Typed/Printed Name and Title Company Name Address Telephone Federal Tax ID Number South Dakota Sales Tax Permit No. Security Enclosed S:\AS\Pur\10\13-0082.docx 13

Exhibit B S:\AS\Pur\10\13-0082.docx 14