CITY OF URBANA, ILLINOIS. Request for Proposal GENERAL TERMS, CONDITIONS AND SPECIFICATIONS FOR: RAIN BARREL AND COMPOST BIN SEMI-TRUCK SALE

Similar documents
WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

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

SAMPLE SUBCONTRACTOR AGREEMENT

7/14/16. Hendry County Purchase Order Terms and Conditions

West Ridge Park Ballfield Light Pole Structural Assessment

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

Transurban Standard Terms and Conditions

Snow Removal Services Request for Proposals December 1, April 30, 2019

Union College Schenectady, NY General Purchasing Terms & Conditions

RICE UNIVERSITY SHORT FORM CONTRACT

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.

2018 FABULOUS PHOENIX 4 TH FOOD VENDOR REGULATIONS

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

SAFETY FIRST GRANT CONTRACT

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

Page of 5 PURCHASE AGREEMENT

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for

TERMS AND CONDITIONS OF SALE

CONSULTANT SERVICES AGREEMENT

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

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

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

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

Deluxe Corporation Purchase Terms and Conditions

PROFESSIONAL SERVICES and NON-CONSTRUCTION CONRACTS

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

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

STAFF LEASING AGREEMENT

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

Purchase Order Terms and Conditions

MASTER SUBCONTRACT AGREEMENT

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK:

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

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

REQUEST FOR PROPOSAL BEVERAGE SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2016-P04

Request for Bid/Proposal

REQUEST FOR PROPOSALS FOR MUNICIPAL SOLID WASTE, RECYCLING AND LANDSCAPE WASTE COLLECTION SERVICES

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

TEMPORARY SERVICE APPLICATION (HYDRANT METERS)

REQUEST FOR PROPOSALS Lease and Operate the Concession Stand at Palmer Pool

PROFESSIONAL SERVICES AGREEMENT. For On-Call Services WITNESSETH:

W I T N E S S E T H:

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

INDEPENDENT CONTRACTOR AGREEMENT

AGREEMENT FOR TRANSPORTATION SERVICES

INDEPENDENT CONTRACTOR AGREEMENT

Champaign Park District: Request for Bids for Playground Surfacing Mulch

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

TERMS AND CONDITIONS OF SALE

SUBCONTRACT CONSTRUCTION AGREEMENT

LAGRANGE FIRE & RESCUE 309 North First Avenue, LaGrange, KY (502) voice (502) fax

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK

RFP GENERAL TERMS AND CONDITIONS

Pella Certified Contractor Agreement. This Agreement is made this day of, 20, by and between. _ ( Pella Sales Entity ) and. ( Remodeler ).

PURCHASE ORDER TERMS & CONDITIONS

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

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

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

COUNTY OF OSWEGO PURCHASING DEPARTMENT

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015

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

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

CITY OF SHENANDOAH REQUEST FOR PROPOSALS. for the SPECIAL EVENT TENTS CITY OF SHENANDOAH I-45 NORTH SHENANDOAH, TEXAS 77381

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

CONSULTANT SERVICES AGREEMENT (Hazardous Material Assessment/ Abatement Consulting Services)

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

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

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

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

City of Rolling Hills INCORPORATED JANUARY 24, 1957

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

DRY SWEEPING SERVICES AGREEMENT

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

Force Vector, Inc. Master Contract for Sales of Goods and Services

REQUEST FOR QUOTATION

ANNEX A Standard Special Conditions For The Salvation Army

PROPOSAL LIQUID CALCIUM CHLORIDE

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

AGREEMENT FOR ENGINEERING SERVICES (AHTD VERSION COST PLUS FEE) JOB NO. FEDERAL AID PROJECT ( FAP ) NO. JOB TITLE PREAMBLE

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

REQUEST FOR PROPOSALS. For. Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

Request for Proposal (RFP) For Plat book Printing

County of Greene, New York REQUEST FOR PROPOSALS (RFP) TO PROVIDE INSURANCE BROKERAGE SERVICES FOR THE COUNTY OF GREENE

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

INTERLOCAL AGREEMENT BETWEEN CITY OF LYNNWOOD AND EDMONDS SCHOOL DISTRICT NO. 15 USE OF CITY AQUATIC FACILITIES

FleetPride, Inc. Standard Terms and Conditions of Purchase

SUBCONTRACT (SHORT FORM)

WHEREAS, the City and Contractor desire to enter into an Agreement whereby Contractor shall provide the following Service:

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

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

Transcription:

CITY OF URBANA, ILLINOIS Request for Proposal GENERAL TERMS, CONDITIONS AND SPECIFICATIONS FOR: RAIN BARREL AND COMPOST BIN SEMI-TRUCK SALE RFP # 1415-09 ISSUED: February 13, 2015 RESPONSES DUE: 2:00pm, March 13, 2015 1

CITY OF URBANA, ILLINOIS Department of Public Works GENERAL TERMS AND CONDITIONS 1. Request for Proposal The City of Urbana (hereinafter "City"), Champaign County, Illinois, a municipal corporation acting under its statutory home-rule powers, is seeking proposals to provide a one day semi-truck sale (hereafter sale ) of compost bins and rain barrels on May 16, 2015. 2. Intent The City intends to enter into one contract with a qualified and responsible vendor(s) for services described herein, and accordingly is furnishing herein a set of specifications by which such proposals shall be judged. However, the City reserves the right to determine the acceptability or unacceptability, or to reject any subpart and/or all proposals, or to negotiate the effects and costs of any such proposals prior to reaching a decision on the awarding of Contract. 3. Contract Term and Extensions The term of this Contract shall be for the day of May 16, 2015. 4. Scope of Work The work under the Contract shall consist of the items herein contained in this Request for Proposal, including sales, supervision, materials, equipment, labor and all other items necessary to complete said work in full compliance with the Contract documents. The sale shall be hosted in a City of Urbana parking lot. The City shall provide 4 volunteers to help unload products and coordinate the sale. The sale shall be open to the public with transactions made between the vendor and members of the public. The Vendor shall be solely responsible for the quality and condition of any product sold. The Vendor shall handle all sales transactions by cash, check, or credit card. 5. Contact Person Mr. Scott Tess, Environmental Manager, Department of Public Works, City of Urbana, 706 South Glover Avenue, Urbana, Illinois, 61802, (217) 384-2381, Fax (217) 384-2400, Email; srtess@urbanaillinois.us. 6. Meeting Specifications The terms, conditions and specifications included in this package describe the services which the City thinks are necessary to meet the performance requirements of the City, and shall be considered the minimum standards expected of the Vendor. The City shall require all Vendors to fully comply with the specifications. The City reserves the right to determine the acceptability or unacceptability of any and all proposals. Price alone is not the sole deciding factor. Price, recycled content of products, warranty period, product design specifications, number of advertising pieces, number of pre- 2

event product gift certificates, number of products made available for sale, number of staff provided by the vendor, and types of payment methods made available are all factors in selecting a vendor. 7. Investigation by Potential Vendor It shall be the responsibility of the Vendor to thoroughly read and understand the information, instructions, and specifications contained in this Request For Proposals. Vendors are expected to fully inform themselves as to the conditions and requirements of the services to be provided. Failure to do so is at the Vendor's own risk. No plea of error or plea of ignorance by the Vendor of conditions that exist or that may hereafter exist as a result of failure or omission on the part of the Vendor to make the necessary examinations and investigations will be accepted as a basis for varying the requirements of the City. Submission of a proposal constitutes a representation and warranty that the Vendor has familiarized itself with the conditions and requirements and intends to comply with them unless specifically noted otherwise. 8. Format for Submissions A properly prepared proposal shall consist of: 1. Signed Cover Letter on the Vendor's letterhead, accompanying the proposal from an officer or employee having the authority to bind the Vendor by signature; 2. Price Sheet; 3. Documentation and Description of products and services. 9. Proposal Delivery Procedures Sealed proposals shall be delivered to the office of the Director of Public Works, 706 South Glover Avenue, Urbana, Illinois, 61802, by no later than 2 p.m. on Friday, March 13, 2015. Sealed envelopes should be clearly labeled "Proposal for Rain Barrel and Compost Bin Semi-Truck Sale RFP 1415-09" with the Vendor's name and address. If sent by mail, the sealed envelope containing the proposal must be enclosed in another envelope addressed to the City at the location stated in this paragraph. Proposals must be in the hands of the City on or before the date they are due as provided in this Request For Proposals. Proposals arriving after the above specified time, whether sent by mail, courier, or in person, shall not be accepted. These proposals will either be refused or returned unopened. It is the Vendor's responsibility for timely delivery regardless of the methods used. Mailed proposals which are delivered after the specified time will not be accepted regardless of the postmarked date or time on the envelope. Facsimile ("fax") machine transmitted proposals shall not be accepted. 10. Withdrawals; Declinations A written request for the withdrawal of a proposal will be granted if the request is received by the Public Works Director prior to the specified time of opening. However, after a proposal is opened, it will be binding for a period of thirty (30) calendar days and subject to acceptance as the City may determine. 11. Non-Acceptance of Proposals 3

No proposal shall be accepted from, or Contract awarded to, any person, firm, or corporation that is in arrears or is in default to the City upon any fee, debt or contract, or that is a defaulter, as surety or otherwise, upon any obligation to the City, or has failed to faithfully perform any previous contract with the City in accordance with the terms and conditions of such prior contract. 12. Proposal Opening Procedures The opening of all proposals shall commence as soon as reasonably practicable after the stated due date and time above, at the Public Works office, 706 South Glover Avenue, Urbana, Illinois, and the names of all Vendors and their proposals shall be publicly read. All potential Vendors and the public may attend the proposal opening. The City shall then take all proposals under review. The City will render a decision within fifteen (15) days after the opening of proposals. 13. Competency of Vendors The opening, reading or posting of proposals shall not be construed as acceptance by the City of any proposal nor shall such be construed as any acknowledgement that any Vendor is qualified or that its proposal meets or satisfies all the terms and conditions set forth in this Request For Proposals. The City reserves the right to determine the competence and financial and operational capacity of any Vendor. Upon request of the City, the Vendor shall furnish evidence as may be required by the City to evaluate its ability and resources to accomplish the services required by the specifications herein. The City shall unequivocally be the sole and final judge of such competency, and its decision shall be final and any Vendor s submission in response to this Request For Proposals shall constitute a waiver of any right to recourse by any Vendor. 14. Prevailing Wage The wage rate scales paid to all laborers, mechanics and other workers employed upon the work covered by this Contract are not subject to the Prevailing Wage Act (820 ILCS 130/3). 15. Insurance The Vendor shall carry all insurance coverage s required by law and such insurance shall be at the levels hereinafter provided: Type of Insurance Coverage Minimum Coverage Amount Commercial General Liability, with a waiver of subrogation in favor of the City, covering Vendor/Subcontractor and its agents, and including broad form property damage: General Aggregate $2,000,000 Each Occurrence (BI/PD) $1,000,000 Premises and Operations, Products/Completed Operations $2,000,000 Worker s Compensation, with a waiver of subrogation Amounts Statutorily Required Employer Liability 4

Bodily Injury by Accident $500,000 Bodily Injury by Disease $500,000 Disease Policy Limit $500,000 Business Automobile Liability with Any Auto Coverage on all owned, hired, non-owned, and leased vehicles $1,000,000 Pollution Liability $1,000,000 Commercial Umbrella Insurance $1,000,000 All liability policies shall show the City of Urbana as additional insured including completed operations for a minimum of 1 year after completion of the project on a primary and noncontributory basis. Additional insured forms and waivers are required to be included with the certificate of insurance. 16. Compliance with Applicable Laws, Ordinances, and Regulations The Vendor shall comply with all applicable federal, state and municipal laws, ordinances, rules, and regulations during the term of this Contract. 17. Taxes, Licenses, Permits, and Certificates The Vendor shall pay all sales, use, property, income, and other taxes that are lawfully assessed against the City or the Vendor in connection with the Vendor's facilities and the work included in this Contract. By law, the City is exempt from paying federal excise tax, state and local retailers' occupation tax, state and local service occupation tax, use tax and service use tax. The City's tax-exempt number shall be furnished upon request of the Vendor. Immediately upon the awarding of this Contract, the Vendor shall secure and pay for, at its own expense, all necessary permits, licenses, and certificates of authority required to complete the work, and shall comply with all requirements of such permits, licenses, and certificates of authority to operate in the City, including inspections. The Vendor shall keep and maintain all such licenses, permits, and certificates of authority in full force and effect throughout the term of this Contract. 18. Indemnity The Vendor shall indemnify, defend, save, and hold harmless the City, its officers, employees and any volunteers the City provides, from any and all liability, losses, costs, expenses, demands, taxes, claims, damages, lawsuits, proceedings, or causes of action, including workers' compensation claims, of any kind or nature whatsoever, including reasonable attorney's fees and costs of defense, that the City may suffer, incur, sustain, or become liable for, on account of any bodily injury to or death of its officers, employees and/or City-provided volunteers, or bodily injury or death to any other person, or damage to or injury to real estate, or personal property, in any way resulting from, arising out of, in connection with, or pursuant to this Contract, caused by any act or omission on the part of the Vendor, its agents, retailers, employees, or any subcontractors in performance of the services to be conducted, including ownership, maintenance, use, operation, or control of any vehicle owned, operated, maintained, or controlled by the Vendor or subcontractor. 5

The Vendor shall, at its own expense, appear, defend, and pay all reasonable fees of attorneys and all costs and other expenses arising from or incurred in connection with any act or omission on the part of the Vendor and/or any of its officers, management, employees, agents, or subcontractors; and, if any judgments shall be rendered against the City in any such action, the Vendor shall, at its own expense, fully satisfy and completely discharge same. The Vendor expressly understands and agrees that any performance bond or insurance protection required by this Contract, or otherwise provided by the Vendor, shall in no way limit the responsibility to indemnify, keep and hold harmless, and defend the City, and to pay expenses and damages as herein provided. The Vendor shall not be liable for any liability or claims of liability resulting from the negligence or willful act or omission of the City, its agents, officers, employees, or City-supplied volunteers unless any of them commit a negligent or willful act or omission under the direction of the Vendor. 19. Non-Collusion In submitting this proposal, the Vendor declares and warrants that the only persons or parties interested in the proposal as principals are those named herein; and that the proposal is made without collusion with any other person, firm or corporation. 20. Adjudged Bankrupt In the event that the Vendor seeks protection under the United States Bankruptcy Code (11 U.S.C. 101, et seq.), any contract awarded by the City to the Vendor pursuant to this Request For Proposals shall become and shall be deemed immediately void and of no legal effect and shall not be deemed by the Vendor as an assets. Further, to the extent the Vendor includes on any bankruptcy schedule any reference to any contract it is awarded pursuant to this Request For Proposals, such inclusion shall include a note or statement that the contract automatically, by its express terms, became null, void, unenforceable, and of no legal effect. If Vendor shall become insolvent, or fail to meet its financial obligations, then this Contract may be terminated at the option of the City upon fifteen (15) days written notice to Vendor and in no event shall this Contract be, or be treated as, an asset of Vendor in any liquidation by the Vendor after the exercise of said option. This Contract is not assignable, whether voluntarily, involuntarily or by any process of law, by Vendor without written permission of the City except as above provided, and shall not be or come under the control of any creditor, receiver, or trustee of the Vendor in case of any bankruptcy, insolvency or liquidation of Vendor, but shall be subject to termination as above provided. 21. Payments The City will not pay to the Vendor selected for any goods or services related to this Request For Proposals. Products are to be offered for sale from the selected vendor to members of the public. All prices shall include taxes. Cash and credit payments shall be accommodated. City of Urbana and City of Champaign rebates shall be honored at the point of sale. The cities shall reimburse the vendor for the rebates following the sale and upon receipt of the Report as described in section 5. of the Detailed Specifications. 22. Disputes 6

Any dispute regarding service under the contract will be decided by the Director of Public Works (or his designee) and the decision of the City, in such matters, will be final. 23. Notices Any notice required to be given under this Contract shall be given to City at the Office of the Director of Public Works and to Vendor at Vendor's business address. If to Vendor: Name; Address; and City, State and Zip Code. If to the City: Mr. William R. Gray, Director of Public Works, City of Urbana, 706 South Glover Ave., Urbana, Illinois, 61802. 24. Cleanliness The Vendor shall clean up, sweep, or collect and dispose of any materials left onsite as a consequence of the Rain Barrel and Compost Bin Semi-truck sale. 25. Damage to Property The Vendor shall promptly, and without charge to the City, repair or restore, at its own expense and to a condition equal to that existing before the occurrence and satisfactory to the City, any damage done by the Vendor to any property, public or private, as a result of the work. If Vendor fails to promptly repair or restore any such damage, then the City may, after 48 hours written notice to Vendor, itself cause such repair or restoration to be made, with its own forces or with forces hired for that purpose, and charge all costs related thereto to Vendor. If the City determines, in its sole discretion, that such damage has created a dangerous situation requiring immediate response, then the City may cause such repair or restoration to be made without notice to Vendor and charge all costs related thereto to Vendor. Notwithstanding any other provision of the Contract, Vendor's obligations under this section shall exist without regard to, and shall not be construed to be waived by, the availability or unavailability of any insurance, either of the City or Vendor, to indemnify, hold harmless, or reimburse Vendor for the cost of any repair or replacement work required by this section. 26. Subcontractor Any subcontractor that may be used by the Vendor shall be acceptable to, and approved in advance, by the City. The City's approval of any subcontractor shall not relieve Vendor of full responsibility and liability for the performance of the work. All work performed under any subcontract shall be subject to all of the provisions of the Contract, and every reference in the Contract to "Vendor" shall be deemed also to refer to all subcontractors of Vendor. If any subcontractor fails to perform the part of the work undertaken by it in a manner satisfactory to the City, then Vendor shall immediately upon notice of due cause from the City terminate such subcontract. Vendor shall have no claim for damages, or for compensation in excess of the contract price, as a result of any such termination. 27. Risk of Loss The work and everything pertaining thereto shall be performed and maintained at the sole risk and cost of Vendor. Vendor shall have no claim against the City because of any damage or loss to the work or Vendor's equipment, materials, or supplies. 7

28. Safety The Vendor shall be solely responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the work and the job site of this Contract. Precaution shall be exercised at all times for the protection of persons and property. The safety provisions of all applicable laws, regulations shall be observed, including safeguards on machinery and equipment, the elimination of hazards, and worker safety training. In the event of accidents or inappropriate behavior of any kind occurring during the performance of this, the Vendor shall immediately notify the City. Upon request of the City, the Vendor shall provide such accounting of details and/or copies of written accident reports or initiate an appropriate actions and/or responses as the City may require. 29. Equipment The Vendor shall furnish all necessary equipment to unload and move products for the sale. 8

DETAILED SPECIFICATIONS 1. Products Acceptable proposals must include: 1. Specifications of the rain barrels, compost bins, and any other items that you will make available for sale including: a. Materials b. Functioning c. Weight d. Capacity e. Percent recycled or reused content. 2. Warranties for compost bins of at least 5 years. Warranties for rain barrels of at least 10 years. 3. Assembly directions for the rain barrels and compost bins. 4. Acceptable rain barrels shall include: a. A screened lid to abate mosquitos. b. An overflow orifice and accompanying hose. c. A discharge spigot on the side of the unit near the bottom. d. A minimum of 50% recycled or reused content. e. No sharp edges. 5. Acceptable compost bins shall include: a. Ventilation openings in the body of the unit to promote aerobic decomposition of organic material. b. A minimum of 50% recycled or reused content. c. No sharp edges d. A stationary compost bin shall include 5.a. through 5.c. and: i. A top lid or hatch for loading organic materials for composting no less than 14 inches in diameter as measured from the inside of the lid opening if circular or 10 inches x 10 inches if square. ii. A door on the side of the unit near the bottom that will effectively hold composting materials in while also allowing for easy removal of composted materials. 1. This door must be no less than 10 inches wide and 10 inches tall to accommodate a standard 9 inch wide spade shovel. e. A tumbling compost bin shall include 5.a. through 5.c. and: i. An opening with a lid or hatch for loading organic materials for composting no less than 14 inches in diameter as measured from the inside of the lid opening if circular or 10 inches x 10 inches if square. 6. At least 400 rain barrels shall be made available for sale. This total includes the number of rain barrels that may be pre-sold and made available for pickup on the sale date. 7. At least 100 compost bins shall be made available for sale. This total includes the number of compost bins that may be pre-sold and made available for pickup on the sale date. 2. Services Acceptable proposals must include: 1. Credit card and cash payment acceptance. 9

2. Provision of one advertising insert in the News-Gazette for the full Thursday market circulation of 30,610 to be designed, arranged, and paid for by the vendor. 3. Provision of at least 500 print handbills or flyers delivered to the City of Urbana for distribution. 4. Description of set-up hours 5. Description of sales hours 6. Minimum of two (2) staff persons provided by the vendor. A higher number of staff is desirable. 7. Description of vendor experience operating sales events. 8. Description of pre-order options. Pre-order options are desirable. 9. Minimum of two (2) product gift certificates to be used for promotions. 3. Service Period The Vendor shall provide a one day semi-truck sale of compost bins and rain barrels on Saturday, May 16, 2015. 4. Location of Service The Vendor shall provide a one day semi-truck sale of compost bins and rain barrels in the parking lot located at 400 South Vine Street Urbana, Illinois 61802. 5. Reporting The Vendor shall furnish a report of the number of sales of each product in Microsoft Excel format within 45 days of the sales event which shall include: 1. Number of sales of rain barrels and compost bins by City (Urbana, Champaign, Other). The number of sales for all other products may be aggregated into one category for the report. Totals should include both online and day of the event sales 2. Email addresses from online sales. 3. Email addresses or copies of sales receipts from day of event sales 7. Sales History Years Rain Barrels Compost Bins 2011 500 500 2013 450 173 2014 447 138 10

PRICE QUOTATION SHEET Having read and agreeing to the General Terms and Conditions and Detailed Specifications of the proposal entitled RAIN BARRELA ND COMPOST BIN SEMI-TRUCK SALE, I hereby submit the following price proposals List the per unit price of each product tax included and the number of each product to be made available on the sales date: ITEM PRICE PER UNIT # WARRANTY YEARS PROVIDED # EVENT STAFF PROVIDED Rain Barrel Compost Bin Printed Name of Company Official Company Name Signature of company official Company Address Email City/State/Zip Date Phone 11

12