Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address: Payment Terms:

Similar documents
Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

Company: Legal Status: Ordering Address: Phone: Remit Address: Payment Terms:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address: Payment Terms:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

Riverton City Purchasing South 1700 West * Riverton, Utah INVITATION FOR BID

PURCHASE ORDER TERMS & CONDITIONS

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

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

REQUEST FOR QUOTE # 16471

PURCHASE ORDER TERMS AND CONDITIONS 1. ACCEPTANCE, SCOPE. This Purchase Order is for the purchase of goods, services, or both as described on the

Company: Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Phone: Remit Address:

SUU Contract for Workshops and Entertainment

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

a. Article(s) Goods and/or services described on the face of the Purchase Order

PURCHASE ORDER TERMS & CONDITIONS. Order Acceptance

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

PAN OSTON PURCHASE ORDER TERMS & CONDITIONS

Invitation to Bid BOE. Diesel Exhaust Fluid

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

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

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

SUPPLIER - TERMS AND CONDITIONS Materials and Goods

TERMS AND CONDITIONS

Purchase Order Terms and Conditions

PITTSBURGH LOGISTICS SYSTEMS(PLS PRO)CARRIER TERMS OF USE

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

INDEPENDENT CONTRACTOR AGREEMENT

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

BID DOCUMENTS FOR. WTP VFD Replacement Bid

For the purchase of indirect products and services by Cummins Inc., its subsidiaries, and affiliates

SAFETY FIRST GRANT CONTRACT

Dickinson College Purchase Order Terms and Conditions

City of Miami Blanket Purchase Order Department of Purchasing P.O. Box Miami, Florida (305) Fax - (305)

JEFFERSON PARISH SHERIFF S OFFICE INSTRUCTIONS TO BIDDERS AND GENERAL CONDITIONS PUBLIC WORKS/CONSTRUCTION PROJECTS

BNSF LOGISTICS TRANSLOADING AND CROSS-DOCKING PROVIDER TERMS AND CONDITIONS

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

FRESENIUS KABI USA, LLC GENERAL TERMS AND CONDITIONS FOR THE SUPPLY OF GOODS AND SERVICES

Purchase Order Terms and Conditions

Union College Schenectady, NY General Purchasing Terms & Conditions

INVITATION FOR BID B Purchasing Department 3221 McKelvey Road Bridgeton, MO SPECIFICATIONS FOR WINDOW TREATMENTS

RFP GENERAL TERMS AND CONDITIONS

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

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

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT EQUIPMENT AND PROCUREMENT DIVISION BID INVITATION. BID OPENING LOCATION: AHTD Equipment &

COUNTY OF COLE JEFFERSON CITY, MISSOURI

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

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

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

Imperial Plastics, Incorporated. PURCHAS E ORDER STANDARD TERMS AND CONDITIONS (1/2016 version)

ITHACA COLLEGE EQUIPMENT LEASE MASTER AGREEMENT. 1. TERM: This Agreement is effective from (insert dates for a three year period).

Request for Proposals. For. Billings Public Library Shelving Part A: Steel Library Shelving Part B: Compact Mobile Shelving

PURCHASE ORDER ACKNOWLEDGEMENT

Subcontract Agreement

INVITATION FOR BID B Purchasing Department 3221 McKelvey Rd Bridgeton, MO SPECIFICATIONS FOR. Trailer Graphic Wrap

BID DOCUMENT LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A BID, PLEASE COMPLETE PAGE )

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

GENERAL TERMS and CONDITIONS

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

TERMS AND CONDITIONS OF SALE (REV. 11/16)

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

ENERGY EFFICIENCY CONTRACTOR AGREEMENT

Purchasing and Contracting Department PURCHASE ORDER TERMS AND CONDITIONS

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

NEBBIOLO STANDARD TERMS & CONDITIONS OF SALE

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165

FIXTURE TERMS & CONDITIONS Materials & Goods

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

General Purchase Order Terms and Conditions (Pro-buyer)

FleetPride, Inc. Standard Terms and Conditions of Purchase

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

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

Champaign Park District: Request for Bids for Playground Surfacing Mulch

GROUNDS MAINTENANCE AGREEMENT

PLYMOUTH TUBE COMPANY ( PLYMOUTH ) ORDER ACKNOWLEDGEMENT / INVOICE TERMS AND CONDITIONS Effective 07/01/2014

Cooper Heat Treating LLC Terms and Conditions of Order Effective April 2, 2013

ST. LOUIS COMMUNITY COLLEGE E-BID FORM

MASTER TRANSPORTATION BROKERAGE AGREEMENT

NORDSON MEDICAL Standard Terms and Conditions of Purchase Revised March 11, 2015

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

GRAND RIVER DAM AUTHORITY REQUEST FOR QUOTE # 11135

FIXTURING/INSTALLATION AGREEMENT

The following STANDARD TERMS AND CONDITIONS shall apply to all sales of Products by Bailey.

Payment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility.

CITY OF TITUSVILLE, FLORIDA

RICE UNIVERSITY SHORT FORM CONTRACT

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

RFP Date: October 11, 2012 Response Deadline: November 1, 2012 at 4:00 PM PDT

Creation Date: 8-Nov-2009 Title: Supplier Qualification Form Revision Date: 06-Jan-16 Document Owner: Aaron Craves (989) Page #: 1 of 10

Invitation to Bid. Attached you will find a Bid Form. If you have any questions, feel free to call or me directly.

Hull & Company, LLC Tampa Bay Branch PRODUCER AGREEMENT

Atlantis Industries Corporation Terms and Conditions

City of Bowie Private Property Exterior Home Repair Services

GENERAL TERMS AND CONDITIONS

Workforce Management Consulting Services

Purchase Order Terms and Conditions Commercial Contracts

City of Jeffersontown. Request for Qualifications ON-CALL. Electrical Services

Transcription:

Riverton City Purchasing 12830 South 1700 West * Riverton, Utah 84065 REQUEST FOR QUOTATION Quotation No.: CC17142 BEFORE REPLYING TO THIS QUOTATION PLEASE READ THE INSTRUCTIONS AND GENERAL PROVISIONS PROVIDED WITH THIS DOCUMENT REPLIES MUST BE LEGIBLE Company: Fed. ID No. Legal Status: Sole Proprietor Non-Profit Corp. Profit Corp. Partnership Gov. Ordering Address: Contact Person: Department: Phone: Fax: Requisition Number: 156251 E-Mail: Inquiries Sent To: Craig Calvert E-Mail: ccalvert@rivertoncity.com Remit Address: Price Guaranteed Until - Date: Phone: 801-208-3175 Date Sent: 10/25/2017 Payment Terms: Shipment will be made A.R.O. 1. The item(s) specified on this quotation are produced, mined, grown, manufactured, or performed in Utah? Yes No IF No then where produced, etc.: 2. 3. Quotations must include manufacturer's descriptive literature & F.O.B. origin and destination freight cost or freight allowed or they may be rejected. Terms of shipment for F.O.B. origin means: Shipper load, carrier count and stow, consignee unload, freight collect! RETURN QUOTATION TO: Riverton City Note: Quotations MUST be received by: Attn: Purchasing November 1, 2017 12830 S. Redwood Road THE QUOTATION NUMBER LISTED IN THE Riverton, Utah 84065 UPPER RIGHT-HAND CORNER OF THIS DOCUMENT MUST BE REFERENCED Phone: 801-208-3175 WHEN RETURNED. Fax: 801-208-3176 Visit the Riverton City Home Page at: www.rivertoncity.com FREIGHT INFORMATION: Shipping point and zip code: National Motor Freight Classification: Shipping Weight: Item(s) and Specifications Quantity Unit Net Unit Price Extended Price Furnish and install Soft Start Drive, AF-600 FP Drive 480V, 3 Phase, 15 HP. Jordan River Well, #5. 1 Lot - To inspect the pump, schedule an appointment with Duane Green, 801-208-3106 See the attached contract terms and conditions. Total Price, without freight (FOB Origin) $ - Total Price, with freight (FOB Destination) $ - Receipt of addendum acknowledgement. Addendum # 1 2 3 4 5 6. The undersigned certifies that the vendor is willing and able to furnish the item(s) specified on this quotation! Vendors Authorized Agent: type or print NAME and TITLE) Signature: Please SIGN IN INK or this quote may be rejected, Your signature indicates you have read and agreed to the Instructions & General Provisions. Electronic submittal Implies signature Date:

Request for Quotation Continuation Page Quotation No.: CC17142 Requisition No.(s): 156251 Date: October 26, 2017 Department: 0 Item(s) and Specifications Quantity Unit Net Unit Extended Price Price Along with the quote for soft start drive, the City would like to establish contract pricing for electrical work to be done in the water facilities as needed. See the attached scope of work and the contract terms and conditions. The awards of this quote will be through a proposal format that is based upon the following factors with their assigned weights. 1. Price 60% 2. Previous experience on similar projects / references 40% Please attached separate sheets listing the following qualifications, not to exceed 12 pages single sided, excluding resumes. Number of years in business Resumes of staff who will be assigned to project. Current workload of the proposed electricians, including their current assignments. A statement of the firm's experience and qualifications to meet the requirements of the City as outlined herein. Detail your firm s experience in providing the services requested herein for similar customers of similar size, with dates of performance and/or completion, customer name, contact person, and telephone number(s). By providing such references you agree that neither the City nor the clients referenced shall have any liability regarding the provision of such references or the City s use of such references in making selections under this request for proposal.

Scope of services As needed contract I. GENERAL A. Electrician must be a Journeyman with knowledge, experience and equipment to work on, at a minimum: high voltage equipment, variable frequency drives, soft start drives, motor control logics, harmonic filters, pump motor protection systems, switch gear systems, programmable logic controller systems and megger test pump motors. B. Electrician must be licensed by the State of Utah as a Journeyman Electrician. C. Electrician must respond to emergency needs within 24 hours. D. Electrician will diagnose the problem and will provide the water department the amount of time required to make the repair and if needed, the parts required. The City may choose to have another source make the repair. E. If parts are required, electrician will provide the water director a list of the required parts and an itemized price for the parts. The City may choose to verify the cost of the parts and reserves the right to order them from another source. F. The time required to diagnose the problem will be waived if the electrician makes the repair. If the City chooses to have another source make the repair, the city agrees to pay the electrician for the amount of time required to make the diagnosis. G. If the electrician requires any outside help for the diagnosis and/or repair, they will be a sub-contractor to the electrician. Before final payment is made to the electrician the City may require proof of payment from the electrician to the sub-contractor. The City will not pay directly to sub-contractors. The term of this agreement is a one (1) year contract with four (4) one year options to renew, determined by the City, and provided the pricing remains the same.

As Needed Contract - Price Sheet I. GENERAL A. Prices stated include all costs associated with the performance of the services specified, including supervision, labor, insurance, transportation, delivery, fuel or other surcharges, demurrage, and related costs. No other charges shall be allowed. All prices and fees are stated in U.S. dollars. B. The City is exempt from sales, use, and federal excise taxes on these products and/or services. Exemption certificates shall be furnished upon request. C. Fee stated shall be firm for the full term of this Agreement, including any renewal terms. D. The Water Director will determine how many hours are allowed on each project assigned. II. FEE A. For all services provided. The Electrician shall be paid $ per hour. III. INVOICING AND PAYMENT The Electrician shall submit a written invoice, in duplicate, for services rendered and the City shall pay the invoiced fee within thirty (30) days after receipt of the invoice by the City. Invoices shall be submitted to: Riverton City Corporation 12830 South 1700 West Riverton, Utah 84065

Request for Quotation Instructions and General Provisions "Failure to comply with the following instructions may cause rejection of this quotation" 1. Administrative Authority: The administration of this purchasing process is conducted by the Riverton City Purchasing Agent. No contact of the City Mayor, City Council or any employee in regards to this solicitation other than those listed herein. 2. No Obligation Implied: This Request for Quotation implies no obligation on the part of Riverton City. 3 Contract requirements: Any contract that may arise from this Request for Quotation is subject to the following Terms and Conditions: INDEMNIFICATION - The contractor agrees to protect, indemnify and hold Riverton City, the City Council, the Mayor, and all employees (collectively the "Indemnities") free and harmless from and against all losses, claims liens, demands and causes of action of every kind and character arising out of performance of the Work by the contractor or by its subcontractors, including the amount of judgment, penalties, interest, court costs and legal fees incurred by the Indemnities or any of them in defense of the same, arising in favor of any party, including governmental agencies or bodies, on account of, but not limited to, taxes, claims, liens, debts, personal injuries, death or damages to property (including property of Indemnities). The Contractor further agrees to; investigate, handle, respond to, provide defense for and defend any such claim, demand or cause of action at its sole expense, and agrees to bear all other costs and expenses related thereto, even if such claim, demand or cause of action is due solely to the fault of Riverton City and, release, indemnify and hold the Buyer, its officers, agents and employees harmless from liability of any kind or nature, including the contractor s use of any copyrighted or uncopyrighted composition, secret process, patented or unpatented invention, article or appliance furnished or used in the performance of this contract. Riverton City is a governmental entity under the Governmental Immunity Act and waives no defenses, limits of liability or other rights. INDEPENDENT CONTRACT - It is understood and agreed by the parties that the contractor is to act in the capacity of an independent contractor and as such will have no authorization, express or implied to bind Riverton City to any agreements. Contractor's officers and employees shall not be considered as employees or officers of the City and shall not be entitled to any employee benefits as City employees as a result of the execution of this agreement. INSURANCE - The contractor agrees to acquire and maintain the appropriate insurance, in the appropriate amounts, for the service(s) provided. This may include, but not limited to workers compensation, liability and errors in omission. Proof of insurance will be provided to the City upon request. WORKFORCE - The Contractor agrees to register and participate in the Status Verification System to verify the work eligibility status of the Contractor's new employees that are employed in the state. The Contractor further agrees to have each contractor or subcontractor who works for or under main contractor, certify by affidavit that the contractor or subcontractor has verified through the Status Verification System the employment status of each new employee of the respective contractor or subcontractor. 4. Riverton City Reservations: The right is reserved to cancel this Request for Quotation or to accept or reject any or all quotes, and to waive any informality or technicality in any quote, in the interest of Riverton City. Riverton City reserves the right to award multiple contracts to more than one vendor for the same or similar items. Riverton City reserves the right for an option to renew or extend any contract that may arise from this Request for Quotation, not to exceed four (4) renewals or extensions. Unless specifically provided for elsewhere in this quote, multiple or alternate quotes will not be accepted. The City Mayor and City Council reserves the right to purchase such brands as it desires, irrespective of price. The right is reserved, unless supplier countermands, to increase or decrease the quantity of any item(s) as the quoted price. Riverton City reserves the right to cancel any item(s) not delivered after the purchase order issued. Riverton City reserves the right to select some or all of the items from any vendor unless an "all or nothing" statement is included in the quote. Riverton City does not guarantee to make any purchase from this quote. Estimated quantities are for quoting purposes only and are not to be interpreted as a guarantee to purchase any amount. 5. Failure to Quote: Failure to respond may result in the removal of your firm from the vendor's list for the commodity(s) listed. Unless you advise the Purchasing Agent prior to the quote due date that you desire to receive future invitations to quote on this commodity. Three consecutive no responses will result in removal 6. Quote Preparation: A. Fill out this quote form completely filling in all blanks, either in ink or typewritten. All information provided must be legible. B. C. Errors may be crossed out and corrections made in ink or typewritten (no type covers) adjacent and must be initialed in ink by the person signing the quote. Any manufacturer's name, trade names, brand names or catalog number(s) used in this specification are there for the purpose of establishing and describing general performance and quality levels. Such references are not intended to be restrictive, and quotes are invited on these and comparable brands or products by any manufacturer. All items will be evaluated on an "acceptable substitute" basis unless stated otherwise, Riverton City determining acceptability. D. E. F. Price each item separately and extend, unless each item makes up a complete system or a lot price requested. Unit price will govern if there is an error in the extension. Furnish descriptive literature for each item quoted. If a substitute is offered make a full written explanation on the quote as to its brand name, model number etc. Submit your quote on the documents furnished herein. G. Do not quote on items you cannot supply promptly. H. Provide information on local availability of parts and service for all items quoted and service literature to allow for in-house maintenance and repairs 7. Quote Submittal: A. The quote must be signed in ink and delivered to Purchasing by the "Due Date & Time." Quotes may be delivered via mail, fax or electronic means. Electronic submittal implies signature. B. Quotes, modifications, or corrections received after the closing time on the "Due Date" will be considered late. C. All purchases are subject to Riverton City purchasing ordinance. 8. Warranties: Contractor warrants that all equipment, and/or materials, and/or labor that is furnished or performed will be free from defects for a minimum period of twelve (12) months from date of acceptance. Upon notice from the City of any defect during the applicable warranty period, the affected item, parts or work shall be redone, redesigned, repaired or replaced by contractor (at contractor s expense) at a time acceptable to the City. 9. Conformance Warranty: Vendor warrants the item(s) quoted will conform to the description as quoted, and applicable specifications, and shall be of good and merchantable quality for the known purpose for which it is sold. 10. Quote Evaluation: Any item quoted is subject to evaluation. Any item which fails to qualify for approval when evaluated shall not be accepted regardless of compliance to quote requirements. Quotes will not be accepted from vendors who require assignment of payment to another agent. Note: Riverton City will only pay the vendor named on the order. Riverton City will not deal with a factor or make payment to such. 11. Antidiscrimination Act: The vendor agrees to abide by the provisions of the Utah Antidiscrimination Act, Title 34 Chapter 35, U.C.A. 1953, as amended, and Title VI and Title VII of the Civil Rights Act of 1964 (USC 2000e), which prohibit discrimination against any employee or applicant for employment, or any applicant or recipient of services, on the basis of race, religion, color, or national origin: and further agrees to abide by Executive Order No. 11246, as amended, which prohibits discrimination on the basis of sex: 45 CFR 90 which prohibits discrimination on the basis of age, and Section 504 of the Rehabilitation Act of 1973, which prohibits discrimination on the basis of handicap. This purchase may be canceled if the vendor fails to comply with the provisions of these laws and regulations. Vendor must include this provision in every subcontract or purchase order relating to purchases by Riverton City to insure that subcontractors and vendors are bound by this provision.

STANDARD CONTRACT TERMS AND CONDITIONS TERMS OF AGREEMENT It is understood and agreed that the term of this agreement is a one (1) year contract with four (4) one year options to renew, determined by the City, and provided the prices remain the same. This contract is a price agreement contract, meaning the City is not obligated to use contractor in any way; however, when the Contractor is contacted by the City to provide services, the prices are set. This Contract may be a multiple award contract meaning the city may award the contract to more than one contractor. The award will be as follows: An award will be made to a Primary Contractor; all others who responded may be considered Secondary Contractors. The City will contact the Primary Contractor when needed. The Primary Contractor will have 24 hours to respond to schedule a time to inspect. In the event that the Primary Contractor does not respond within the 24-hour period or in the event that the scheduled time is not acceptable, the City will contact the next lowest Secondary Contractor allowing them to schedule a time with the same requirements as required by the Primary Contractor. This City will follow these steps until a contractor is selected for the assigned project. If a contractor schedules a time to complete a project and does not start or complete the project in the scheduled time the contractor will be considered a Non-Responsible Contractor and will no longer be contacted. In the event of any conflict between these standard terms and conditions and any other terms and condition included in this agreement, these standard contract terms and conditions, Attachment A, will govern. COMPENSATION Payment terms are Net 30, meaning the Contractor shall be compensated within 30 days of receipt of a valid invoice from the contractor. The Contractor shall submit the invoice on or after the last day of the month for that month s service. NON-AVAILABILITY OF FUNDS LIABILITY It is understood that if the department fails to receive sufficient appropriation of funds or authorization for the expenditure of sufficient funds to provide for the continuation of the contract or the lawful order issued in or for any fiscal year during the term of this contract, the contract and all lawful order s issued shall terminate on the date said funds are no longer available without any termination charges or liability incurring to the City. The City shall certify and warrant in writing that sufficient funds have not been appropriated or authorized to continue this amendment. Non-Availability of Funds or failure to receive authorization for the expenditure of sufficient funds as used herein means a level of funding that results in less funding than that which was allocated to department in the immediately preceding fiscal year. Any damages occurring from the execution of the contract, incidental or otherwise, to City or private properties must be repaired, at the contractor s expense, to the owner s satisfaction. INDEMNIFICATION The contractor agrees to protect, indemnify and hold Riverton City, the City Council, the Mayor, and all employees (collectively the "Indemnities") free and harmless from and against all losses, claims liens, demands and causes of action of every kind and character arising out of performance of the Work by the contractor or by its subcontractors, including the amount of judgment, penalties, interest, court costs and legal

INSURANCE fees incurred by the Indemnities or any of them in defense of the same, arising in favor of any party, including governmental agencies or bodies, on account of, but not limited to, taxes, claims, liens, debts, personal injuries, death or damages to property (including property of Indemnities). The Contractor further agrees to; investigate, handle, respond to, provide defense for and defend any such claim, demand or cause of action at its sole expense, and agrees to bear all other costs and expenses related thereto, even if such claim, demand or cause of action is due solely to the fault of Riverton City and, release, indemnify and hold the Buyer, its officers, agents and employees harmless from liability of any kind or nature, including the contractor s use of any copyrighted or uncopyrighted composition, secret process, patented or unpatented invention, article or appliance furnished or used in the performance of this contract. Riverton City is a governmental entity under the Governmental Immunity Act and waives no defenses, limits of liability or other rights. Riverton City requires the insurance provider to be rated an A- or better or a financial category of VII (7) or Higher as rated by AM Best Ratings. Workers Compensation insurance, sufficient to cover all employees in the employ during the term of the contract including any renewal thereof must be maintained. Coverage amount should be amount required by Utah Workmen s Compensation Laws. All subcontractors are required to also carry workers compensation insurance as specified above. The City will require employees from companies who choose to not carry workers compensation insurance, (three or less employees) to obtain a Workers Compensation Waiver Form from the State of Utah. Commercial General Liability insurance in the amount of $1,000,000.00 per occurrence with an aggregate of $2,000,000.00. Commercial Auto insurance in the amount of $1,000,000.00 per occurrence. The insurance must apply to hired, not owned and owned vehicles. Insurance needs to include Project Name with the location and description of the project, and the Project Number and Bid Number (if known). Insurance must name as the certificate holder; Riverton City, its elected officials, appointed officials, officers, employees and volunteers. Coverage is for all operation performed by or on behalf of the named insured. Riverton City will assume no liabilities for the contractor including any of the contractor s representatives, employees or properties. The contractor agrees to, at all times, protect, indemnify, defend and hold harmless the City and city employees from any and all claims. Contractor shall, at all times, keep the work area in a neat, clean, safe and secure condition to avoid the risk of loss, theft, vandalism or sabotage. Insurance provided is required to be primary and non-contributory. Proof of coverage must be provided before work can begin, and agrees to provide proof of insurance upon demand by the City throughout the terms of the contract. The insurance policy must be written to have a 30 day written cancelation notice. If any of the required insurance coverage is cancelled or lapse, the City may at the City's discretion, obtain substitute coverage at reasonable rates. The City may deduct the cost of such coverage, plus 10% for administrative charges, from any monies that are owing to contractor. INDEPENDENT CONTRACT It is understood and agreed by the parties that the contractor is to act in the capacity of an independent contractor and as such will have no authorization, express or implied to bind Riverton City to any agreements. Contractor's officers and employees shall not be considered as employees or officers of the City and shall not be entitled to any employee benefits as City employees as a result of the execution of this agreement.

ASSIGNMENT LICENSE The contractor shall not assign this agreement or assign, pledge transfer or otherwise dispose of its interest or this agreement, without the specific consent of the City, and that no such assignment, pledge, mortgage, transfer, or other disposition shall relieve the contractor of its obligations hereunder, nor shall such an assignment of other disposition terminate any such claim or defense which the City may have. Riverton City may assert any claim or defense it may have against the contractor and against any such assignee. Contractor must meet all current licensing requirements of the City, County and State of Utah to do the type of work required under this solicitation including the proper license classifications with a sufficient monetary limit as established and issued by the division of occupational and professional licensing, state department of commerce. Licensing must be current and valid at the date of bid opening. License Number: OSHA REQUIREMENTS Contractor agrees to comply with all OSHA requirements that may be associated with this project. For any OSAH violation that occurs with this project the Contractor agrees to pay any fine accessed to the City and the City will not accept any bids from the contractor on any project for the next year. CONFINED SPACE AGREEMENT Work performed in City-owned confined spaces will require contractors to: LIQUIDATED DAMAGES 1. Possess the equipment required for confined space entry. 2. Use employees who are trained in confined space protocol. 3. Comply with Riverton City s Confined Space program policies and procedures and OSHA Standards 29 CFR 1910 and 1926. The Contractor agrees to provide a completion date of an assigned project within 24 hours after being contacted regarding the project. If the contractor does not provide a completion date within that time the city will assume the contractor is unable to schedule the project and will move to the next contractor. The project must be completed within the completion date, as proposed by the contractor and accepted by the city. Contractor agrees that the City will suffer damage or financial loss if the project is not completed on the agreed completion time or within any time extensions that are allowed by written pre approval. The Contractor and the City agree that proof of the exact amount of any such damage or loss is difficult to determine. Accordingly, instead of requiring any such proof of damage or specific financial loss or late completion, the Contractor agrees to pay the following sums to the City as liquidated damages and not as a penalty. 1. Late Time Completion: One hundred dollars and no cents ($100.00) for each day or part thereof that expires after the completion time until the work is accepted as substantially complete. 2. Interruption of Public Services: No interruption of public services shall be caused by the Contractor, its agents or employees, without the engineer s prior written approval. The City and Contractor agree that in the event the City suffers damages

WORKFORCE WARRANTY PAYMENT TAXATION NOTICES from such interruption, the amount of liquidated damages stipulated below shall not be deemed to be a limitation upon the Cities right to recover the full amount of such damages. One thousand dollars and no cents ($1,000.00) for each day or part thereof of any utility interruption caused by the Contractor without prior written authorization. 3. Survey Monuments: No land survey monument shall be disturbed or moved until the City Engineer has been properly notified and the City Engineer s surveyor has referenced the survey monument for resetting. The parties agree that upon such an unauthorized disturbance it is difficult to determine the damages from such a disturbance, and the parties agree that Contractor will pay as liquidated damages the sum of one thousand The City shall be entitled to deduct and retain liquidated damages out of any money which may be due or become due to the Contractor. To the extent that the liquidated damages exceed any amounts that would otherwise be due the Contractor, the Contractor shall be liable for such amounts and shall return such excess to the City. The Contractor agrees to register and participate in a status verification system such as E-Verify, to verify the work eligibility status of the Contractor's new employees that are employed in the state. The Contractor further agrees to have each contractor or subcontractor who works for or under main contractor, certify by affidavit that the contractor or subcontractor has verified through a status verification system the employment status of each new employee of the respective contractor or subcontractor. Contractor warrants all equipment, materials, and labor furnished or performed will be free from defects for a period of twelve (12) months from date of acceptance. Upon notice from the City of any defect during the applicable warranty period, the affected item, parts or work shall be redone, redesigned, repaired or replaced by contractor (at contractor s expense). Warranty repairs must be completed within 10 calendar days after notice or a negotiated time that is acceptable to the City. All liquidated damages specified for original work will apply on warranty repairs. Riverton City reserves the right to make payments with a credit card. If the prices change because of a credit card payment bidder must provide two prices, a price for payment by credit card and a price for payment by check. It is understood and agreed that the contractor shall pay and discharge all license fees, assessments, sales, use, property and other tax or taxes lawfully imposed as stated in statute U.C.A.1953 Section 59-12-104. All notices to be given under this agreement shall be made in writing and mailed to the other party at its address as set forth herein or at such other address as the party may provide in writing from time to time. Such notice shall be mailed, return receipt requested, to the parties as follows: Contractor

NO OFFICER OR EMPLOYEE INTEREST AFFIDAVITS It is understood and agreed that no officer or employee of Riverton City has or shall have any pecuniary interest, direct or indirect, in this agreement or the proceeds thereof. No officer or employee of the contractor or any member of their families shall serve on any City board or committee or hold any such position which either by rule, practice, or action nominates, recommends, or supervises contractor's operations, or authorizes funding of payments to the contractor. At the time of, or prior to, commencing work, the contractor may be required to submit a sworn affidavit from each officer, employee or agent of the contractor who has been in contact or communicated with any officer, agent, or employee of the City during the past calendar year concerning the provision of these goods and services. The affidavit shall contain the following statement: "I do solemnly swear that neither I, nor to the best of my knowledge, any member of my firm or company, has either directly or indirectly restrained free and competitive bidding by entering into any agreement, participating in any collusion, or otherwise taken any action unauthorized by the governing body of the City, or in violation of applicable law to secure favorable treatment with respect to being awarded this contract." NON-DISCRIMINATION/AFFIRMATIVE ACTION The Respondent agrees to abide by the provisions of the Utah Antidiscrimination Act, Title 34 Chapter 35, U.C.A. 1953, as amended, and Title VI and Title VII of the Civil Rights Act of 1964 (USC 2000e), which prohibit discrimination against any employee or applicant for employment, or any applicant or recipient of services, on the basis of race, religion, color, or national origin; and further agrees to abide by Executive Order No. 11246, as amended, which prohibits discrimination on the basis of sex; 45 CFR 90 which prohibits discrimination on the basis of age, and Section 504 of the Rehabilitation Act of 1973, which prohibits discrimination on the basis of handicap. This agreement may be canceled if the contractor fails to comply with the provisions of these laws and regulations. The Contractor must include this provision in every subcontract or purchase order relating to purchases by Riverton City to insure that subcontractors and vendors are bound by this provision. MODIFICATION OR WITHDRAWAL LAW DEFAULT Solicitations may be modified or withdrawn prior to the time set for the opening. After the time set for the opening, there may be no modifications or withdrawals. This contract shall be governed and constituted in accordance with the laws of the State of Utah. If either party fails to perform its obligations, the other party may give written notice specifying the nature of the failure, and requesting the defaulting party to remedy it. If the default is not corrected within thirty (30) days of the notice date, the non-defaulting party may pursue the remedy provided herein, and without waiving that remedy, it may terminate this agreement. If the failure reasonably justifies faster action, the notice may require correction within less than thirty (30) days, and the non-defaulting party may take reasonable action to protect its interest. If the failure is one that reasonably requires more than thirty (30) days to correct, the correction period shall be extended beyond thirty (30) days, so long as the defaulting party promptly commences to correct the default and diligently pursues it to completion. In the event either party needs to enforce the terms of this agreement by suit or otherwise, the party at fault shall pay the costs and expenses incident thereto, including a reasonable attorney s fee.

ENTIRE AGREEMENT This Agreement, together with the attachments hereto, contains the entire Agreement between the parties, and supersedes all prior agreements, and oral or written representations with respect to the subject matter hereto, and no statements, promises, or inducements made by either party or agents for either party, that are not contained in this written Agreement, shall be binding or valid. This Agreement may not be enlarged, modified, or altered except in writing, signed and dated by the parties.