RENEWABLE WATER RESOURCES. Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607

Similar documents
RENEWABLE WATER RESOURCES. Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607

RENEWABLE WATER RESOURCES

RENEWABLE WATER RESOURCES. Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607

RENEWABLE WATER RESOURCES. Purchasing Department 561 Mauldin Road Greenville, South Carolina REQUEST FOR BID For ANNUAL FUEL SUPPLY AGREEMENT

RENEWABLE WATER RESOURCES. Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607

RFP GENERAL TERMS AND CONDITIONS

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

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF GREENVILLE POLICE MOTORCYCLE RFP #28-11/1/18

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

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

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

INSTRUCTIONS TO BIDDERS

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)

DEPARTMENT OF HOUSING & ECONOMIC SUSTAINABILITY BID PROPOSAL - HOUSING REHABILITATION PROGRAM

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

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

Request for Proposal RFP SUBJECT: EXECUTIVE SEARCH CONSULTANT FOR A VICE PRESIDENT ACADEMIC & PROVOST

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

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

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

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

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

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

Request for Proposal. Internet Access. Peach Public Libraries. E-Rate Funding Year 2018 July 1, June 30, 2019

Request for Proposal Internet Access

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

Request for Bid/Proposal

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

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

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

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

CITY OF SENECA INVITATION FOR BIDS IFB : DEMOLITION SERVICES RESIDENTIAL STRUCTURE

PROPOSAL LIQUID CALCIUM CHLORIDE

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: Professional Parking Valet Services RFP NUMBER: DATED:

ANNEX A Standard Special Conditions For The Salvation Army

City of Bowie Private Property Exterior Home Repair Services

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

INSTRUCTIONS TO BIDDERS

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

INVITATION TO BID (ITB)

SUBCONTRACT (SHORT FORM)

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

Request for Proposal (RFP) For Plat book Printing

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

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

REQUEST FOR PROPOSAL: Metro Bus Digital Advertising 2018

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

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

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M.

INSTRUCTIONS TO BIDDERS

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS

REQUEST FOR PROPOSALS- INSURANCE BROKER AND CONSULTING SERVICES

RESPONDENT S PRICING AND DELIVERY PROPOSAL AND EXECUTION OF OFFER

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

REQUEST FOR PROPOSAL LOOMIS PARK MASTER PLAN GENERAL INFORMATION LOOMIS PARK MASTER PLAN

REQUEST FOR QUOTATION

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

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

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

2017 HUD Sidewalk and ADA Ramp Project, Phase II start construction 09/2017 and be completed by 12/2017.

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

City of Albany, New York Traffic Engineering

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

CITY OF SUGAR HILL Request for Proposals Event Audio Services

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

Educational Service Unit #3 REQUEST FOR PROPOSAL INSTRUCTIONS GENERAL CONDITIONS AND SPECIFICATIONS FOR:

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

City of Coolidge 130 W. Central Avenue Coolidge, Arizona (520) TDD: (520) / Fax: (520)

5.0 TERREBONNE PARISH CONSOLIDATED GOVERNMENT, DEFINED.

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

Request for Proposals for Agent of Record/Insurance Broker Services

Deluxe Corporation Purchase Terms and Conditions

The schedule of events associated with this Request for Proposals (RFP) is as follows: RFP release date: July 01, 2016

PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF EL SEGUNDO AND

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

WESTERN RIVERSIDE COUNCIL OF GOVERNMENTS EQUIPMENT PURCHASE AGREEMENT

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

REQUEST FOR PROPOSALS: DCSO Jail Inmate Video Visiting System. Davis County Government 28 South State Street Farmington, UT 84025

Request for Proposal # Postage Meter Lease & Maintenance Service

Cheyenne Wyoming RFP-17229

JOLIET JUNIOR COLLEGE REQUEST FOR QUOTATION FERTILIZATION & WEED CONTROL

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

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

RFP NO: REQUEST FOR PROPOSAL BUILDING DEMOLITION SERVICES CITY OF SOUTH BAY 335 SW 2ND AVENUE, SOUTH BAY, FLORIDA 33493

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

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

THE INDIANAPOLIS PUBLIC LIBRARY INVITATION TO QUOTE 2017 Concrete Repairs West Indianapolis Branch 1216 S. Kappes Street

REQUEST FOR PROPOSAL FOR PAWTUCKET/CENTRAL FALLS STATION DISTRICT BRAND DEVELOPMENT, COMMUNICATIONS AND MARKETING STRATEGY

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

Request for Proposal # Executive Recruitment Services

ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

Request for Proposals Professional Actuarial Services. QUESTIONS AND INTENT TO RESPOND DUE DATE: April 12, 2017, 4:00 p.m. (CDT)

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

Transcription:

RENEWABLE WATER RESOURCES Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607 REQUEST FOR PROPOSAL For ReWa Property Agricultural Land Lease

REQUEST FOR PROPOSAL For ReWa Property Agricultural Land Lease I. SCOPE OF SOLICITATION AND TECHNICAL INFORMATION Renewable Water Resources ( ReWa or Owner ), a special purpose district and political subdivision of the State of South Carolina, with its principal place of business at 561 Mauldin Road, Greenville, South Carolina 29607 is soliciting proposal packages from eligible Respondents ( Tenant ) regarding the agricultural lease of certain ReWa property adjacent to ReWa s Durbin Creek Water Resource Recovery Facility (WRRF). The fields are currently being used to produce hay. The successful Tenant shall be selected based on the weighted value of the selection criteria described below and as defined in their submittal ( Proposal ). 1.0 GENERAL 1.1 Scope The area available for lease is located on Inverary Road in Fountain Inn, South Carolina. The area is contained within Parcel Identification Number M015070100100. The portion of this parcel to be leased is approximately 100 acres divided into five fields as indicated on the attached map. The area will be leased for the purpose of growing and harvesting hay for the duration of three (3) years with a contract provision, if it is in the best interest of ReWa, for up to four (4) one-year extensions. The objective of the lease is the continued successful and sustainable agricultural use of this property. The site may also serve as a land application site to support the beneficial reuse of Rewa s biosolids in a manner that is protective of the environment, beneficial to the environment, and acceptable to the public. The biosolids application is the responsibility of the Owner or its designated Contractor and will be done in a manner that adheres to all local, county, regional, state, and federal regulations and standard practices as defined by ReWa. The Tenant will provide professional and reliable management of the proposed agricultural lease site. The ability to reliably manage the hay operation on the proposed agricultural lease site to support ReWa s Biosolids program will be the primary evaluation factor. The proposal should demonstrate the Tenant s ability to provide all labor, materials and equipment used to grow, cut, rake, bale, remove and transport all hay produced a the proposed lease site. ReWa will look favorably on the proposals that highlight an understanding and prior experience with the management of agricultural property where beneficial biosolids were used. The Tenant with the highest ranked proposal will be selected. The Tenant shall have the ability to provide all necessary management of the labor, tools, and equipment necessary to continue the successful agricultural use of the property as described herein. 1.2 Requirements and Responsibilities a. Tenant Responsibilities It is the responsibility of the Tenant to familiarize himself with the project site. The Tenant shall limit property use to activities pertaining to the growing and harvesting of hay in accordance with best management practices. The Tenant will be responsible for supplying, operating and maintaining all necessary equipment for the safe growing, cutting, raking, baling, loading and hauling of hay. The Tenant shall ensure that all equipment is operated safely and complies with all applicable local, state, and federal requirements. All equipment shall be properly maintained and provide a positive image at all times. ReWa will not be responsible for downtime of hay cutting, raking, bailing or transporting equipment. ReWa plant operations and environmental/regulatory compliance needs will take priority in the event any conflict arises between plant operations/environmental/regulatory compliance and farming activities. It is a goal of ReWa for all hay produced to be cut, raked, baled, loaded and transported in a timely manner so as to reduce spoilage and to make the fields available for further application of biosolids. Fields are to be cut at a frequency consistent with best hay crop management practices. At least twice per year, once between March 1st and May 15th and again between October 1st and December 15th all borders, and edges, as well as any accessible pastureland where vegetation was not cut for hay production, shall be cut in an effort to keep areas from becoming overgrown RFP ReWa Property Agricultural Land Lease 2/8

and unsightly as per the discretion of ReWa. Good housekeeping, efficient performance and safety are priorities of ReWa. b. Owner Responsibilities The responsibilities of ReWa and/or its Contractor include the following: To maintain all permits necessary for land application. To transport and apply biosolids to the approved property in accordance with all permit requirements. To conduct appropriate soil and biosolids monitoring for beneficial land application. To schedule biosolids land application and communicate with the Tenant providing adequate notice of upcoming activities. II. SOLICITATION INFORMATION 1.1 Background Information Provide a description of the Tenant s organization, personnel, and location of current operation(s). Describe experience growing and harvesting agricultural products and managing agricultural property in the past 5 years. Include any experience in the management of a biosolids application site.. 1.2 Demonstration Describe the methods and equipment to be used for management of the hay fields. Include a list of equipment type, quantity and availability for the duration of the project. 1.3 Compensation Method Propose a compensation method for the management of the leased property. 2.0 INSURANCE REQUIREMENTS ReWa shall be named as additional insured for its interest on all policies of insurance except Worker's Compensation as regards ongoing operations, products and completed operations and this shall be noted on the face of the Certificate of Insurance. Certificates for all such policies shall be provided by the Lessor s insurance agent or broker to ReWa within 10 (ten) working days from the date of award. Lessor will provide Owner a minimum of 30 days advance notice in the event of the insurance policies or insurance policy is canceled. Sub-lessors approved by Owner are subject to all of the requirements in this section. Lessor agrees to maintain and keep in force during the life of this Agreement, with a company or companies authorized to do business in South Carolina for the following insurance policies: Type of Insurance or Bond Limit of liability Workers Compensation and Employer s Liability -Workers Compensation Statutory Limits -Employer Liability $500,000 per occurrence/$500,000 aggregate -------------------------------------------------- -------------------------------------------------------------------------- Commercial General Liability -Lessor s Public Liability Each Policy, individually: $1,000,000 per occurrence, -Lessor s Protective (contingent) $1,000,000 aggregate annually. liability -Contractual Liability (broad form) (NOTE: the above CGL policy shall include coverage for -Broad Form Contractual Coverage explosion, collapse, and underground (XCU) hazards, -Projects/Completed Operation and loss arising from nuisance, taking, whether inverse Liability or direct taking or negligence). -Personal Injury and Liability RFP ReWa Property Agricultural Land Lease 3/8

-Property Damage Liability (broad form) -------------------------------------------------- Comprehensive Automobile General Liability including owned, non-owned, and hired vehicles (Business auto liability, symbol 1) -------------------------------------------------- Umbrella Liability policy (Comprehensive Umbrella excess of all coverages above) -------------------------------------------------- Notice of Cancellation Such coverage for completed operations must be maintained for at least two (2) years following final acceptance of the work performed under the contract. -------------------------------------------------------------------------- Bodily Injury and Property Damage, $1,000,000 each occurrence -------------------------------------------------------------------------- $1,000,000 per occurrence -------------------------------------------------------------------------- Minimum of 30 days ReWa may consider proof of personal medical insurance coverages for those proposing under a Sole Proprietorship. ReWa shall require signature upon a worker s compensation waiver and release form for this such arrangement. 3.0 SUBMITTALS & INQUIRIES Proposers shall provide all submittals on 8.5" x 11" format with all standard text no smaller than 11 point. Each shall submit one original and five copies of their proposal, as well as one electronic copy of their proposal on a CD carrier. Mail or hand deliver to the following address no later than the opening proposal date and time specified below: ReWa Purchasing Department 561 Mauldin Road Greenville, South Carolina 29607 #400 01/24/2018 ReWa Property Agricultural Land Lease Proposals shall be publicly opened and only the names disclosed at the proposal opening on 2/20/2018 at 2:00 pm local time at ReWa - 561 Mauldin Road, Greenville, S.C. 29607 Inquiries on the project or requests for additional information must be in writing and be directed to: Stephanie Selman, ReWa Purchasing Department - 561 Mauldin Road, Greenville, SC 29607 or e- mailed to stephanies@re-wa.org no later than 2/15/2018 5:00 pm local time. ReWa will not be responsible for or bound by any oral instructions made by an employee(s) of ReWa regarding this proposal. There will be a non-mandatory site visit on 2/8/18 2:00 p.m. at: Durbin Creek WWTP 945 Invernary Road Fountain Inn, S.C. 29681 4.0 EVALUATION CRITERIA Proposals will be evaluated using criteria as listed below in order of relative importance: a. The capability of proposing contractor to provide required services. This includes, but is not limited to, equipment and proven ability to execute the contract. b. The extent of experience and success with the beneficial reuse of biosolids. c. Economic benefit of the proposed leasehold for ReWa. 5.0 VENDOR TERMS AND CONDITIONS 5.1 Proposal Opening and Award: Proposals shall be publicly opened and only the names of the offerors disclosed at the proposal opening. However, no decision will be made until Purchasing RFP ReWa Property Agricultural Land Lease 4/8

and the user department(s) have had ample time to review each response. However, award will be made at the earliest possible date. ReWa reserves the right to award in whole or in part, by item, group of items, geographic area or by section where such action serves ReWa's best interest. The contract will be awarded to the response that meets the requirements and criteria set forth in the request for proposal. Proposals received after the closing time/date will not be accepted. By submission of a response, you are guaranteeing that all goods and/or services meet the requirement of the solicitation during the contract period. 5.2 Rights Reserved by ReWa: ReWa reserves the right to reject any and all responses, any portion thereof, and waive any technicalities. Accordingly, the right is reserved to make awards in the best interest of ReWa. Integrity, reputation, and experience will be heavily weighted in response evaluation. This solicitation does not commit ReWa to award a contract, to pay any costs incurred in the preparation of the response, or to procure or contract for goods and/or services listed herein. 5.3 Responders Qualification: Responders must, upon request of ReWa, furnish satisfactory evidence of their ability to furnish products or services in accordance with the terms and conditions of these specifications. ReWa reserves the right to make the final determination as to the responder s ability to provide the products or services requested herein. 5.4 Responders Responsibility: Each responder shall be fully acquainted with the conditions relating to the scope and restrictions attending the execution of the work under the conditions of this response. It is expected that this will sometimes require on-site observation. The failure or omission of an offeror to be acquainted with existing conditions shall in no way relieve the offeror of any obligations with respect to this proposal or to any contract as a result of this proposal. 5.5 Waiver: ReWa reserves the right to waive any Instructions to Responders, General or Special Terms and Conditions, specifications, or technicalities when it is deemed to be in the best interest of ReWa to do so. 5.6 Rejection: ReWa reserves the right to reject any response that contains prices for individual items or services that are inconsistent or unrealistic when compared to pricing of like responses; or ambiguous responses which are uncertain as to terms, delivery, quantity, or compliance with specifications may be rejected or otherwise disregarded if such action is in the best interest of ReWa. 5.7 Proposal Form: The responder shall sign his response correctly or the proposal may be rejected. If the proposal shows any omissions, alteration of form, unauthorized additions, a conditional proposal or any irregularities of any kind, the proposal may be rejected. Information essential to an understanding and evaluation of the proposal should be submitted. 5.8 Specification Changes, Additions and Deletions: All changes in specifications shall be in writing in the form of an addendum and furnished to all responders. ReWa shall not be responsible for any verbal information given by any employees of ReWa in regard to this proposal. 5.9 Proposal Changes: Proposals, amendments thereto or withdrawal requests received after the advertised time for proposal opening, shall be void regardless of when they were mailed. 5.10 Proposal Price: The proposal price presented as a result of these specifications shall be for the contract period. The proposal shall be acceptable for sixty (60) days from the date of opening. All prices and notations shall be printed in ink or signing the proposal. Erasures or use of typewriter correction fluids may be cause for rejection. No proposal shall be altered or amended after specified time for opening. 5.11 Federal, State and Local Laws: The Lessor assumes full responsibility and liability for compliance with any and all local, state and federal laws and regulations applicable to the Lessor and his employees including, but not limited to, compliance with the EEO guidelines, the Occupational Safety and Health Act of 1970, and minimum wage guidelines. 5.12 Deduction and Holdbacks: In addition to ReWa s right of termination, ReWa shall be entitled to full reimbursement for any costs incurred by ReWa by reason of the Lessor s failure to perform or to satisfactorily perform its responsibilities and duties. Such costs may include, but are not limited to, the cost of using ReWa s employees or employees of any other entity to perform the obligations of a contract resulting from this solicitation. ReWa may obtain any such reimbursement by deduction from payments otherwise due to the Lessor or by any other proper RFP ReWa Property Agricultural Land Lease 5/8

and lawful means. All deductions from any money due to the Lessor are to be as liquidated damages and not as a penalty. It is ReWa s intent to give the Lessor a reasonable opportunity whenever practicable, to correct any such failure to perform or satisfactorily perform its responsibilities and duties. In no circumstances shall any uncorrected situation extend for more than five days. 5.13 Quality: Unless otherwise indicated in this proposal it is understood and agreed that any goods and/or services offered or shipped on this proposal shall be new and in first class condition unless otherwise indicated herein. 5.14 Termination for Cause: Any contract resulting from this solicitation shall be subject to termination for failure to comply with the specifications, terms and conditions by ReWa or the Lessor upon written notice by registered mail. Such termination shall be effective not less than 30 (thirty) days nor more than 90 (ninety) days after receipt of such notice by the vendor from ReWa. Receipt of notice by one party to terminate the contract shall nullify any subsequent reciprocal notice by the receiving party prior to the announced termination date. In the event of termination ReWa shall be responsible to pay the vendor only for work satisfactorily completed upon the effective date of termination and shall not be responsible for any other charges. 5.15 Non-Appropriation: Any contract entered into by ReWa resulting from this invitation shall be subject to cancellation without damages or further obligation when funds are not appropriated or otherwise made available to support continuation of performance in a subsequent fiscal period or appropriated year. 5.16 Incorporation of Proposal into Contract: The terms, conditions, and specifications of this proposal and the selected firm s response are to be incorporated, in total, into the contract. 5.17 S.C. Law Clause: Upon award of contract under this proposal, the person, partnership, association or corporation to whom the award is made must comply with the laws of South Carolina which require such person or entity to be authorized and/or licensed to do business with this State. Notwithstanding the fact that applicable statutes may exempt or exclude the successful offeror from requirements that it be authorized and/or licensed to do business in this State, by submission of this signed proposal, the offeror understands and agrees to be bound to the jurisdiction and process of the courts of the State of South Carolina, as to all matters and conflicts or future conflicts under the contract and the performance thereof, including any questions as to the liability for taxes, licenses, or fees levied by the State. 5.18 Assignment Clause: Successful responder will be required to give ReWa ninety (90) days notice in the event of a change in the ownership of a contract resulting from this solicitation. ReWa is under no obligation to continue the contract resulting from this solicitation with an assignee. No contract or its provisions may be assigned, sublet, or transferred without the written consent of ReWa. 5.19 Indemnification: The Lessor agrees to indemnify and save harmless ReWa and all ReWa officers, agents and employees from any and all claims, suits, actions, legal proceedings, damages, costs, expenses & attorney fees of every name and description, arising out of or resulting from the use of any materials furnished by the Lessor, or any work done in the performance of a contract resulting from this solicitation arising out of a willful or negligent act or omission of the provider, its officers, agents and employees; provided that such liability is not attributable to a willful or negligent act or omission on the part of ReWa, its officers, agents and employees. 5.20 Deviations from Specifications: Any deviation from specifications indicated herein must be clearly pointed out; otherwise, it will be considered that items offered are in strict compliance with these specifications, and successful offeror will be held responsible therefore. Deviations must be explained in detail on separate attached sheets(s). The listing of deviations, if any, is required but will not be construed as waiving any requirements of the specifications. Deviations found in the evaluation of the proposal and not listed may be cause for rejection. Responders offering substitute or equal items must provide information sufficient enough to determine acceptability of item offered. 5.21 Minor Deviations: ReWa reserves the right to negotiate minor deviations from the prescribed terms, conditions and requirements with the selected Lessor. 5.22 Conflict of Interest Statement: The Lessor may become involved in situations where a conflict of interest could occur due to individual or organizational activities within ReWa. The Lessor, RFP ReWa Property Agricultural Land Lease 6/8

by submitting a proposal, is in essence assuring ReWa that his company is in compliance with all federal, state, and local conflict of interest laws, statutes, and regulations. 5.23 Contracts: ReWa reserves the option to prepare and negotiate its own contract with the Lessor, giving due consideration to the stipulations of the Lessor s contracts and associated legal documents. Lessors should include with their submittal a copy of any proposed standard contract. 5.24 Lessor Liability: The Lessor will assume full responsibility for all injuries to, or death of any person and for all damage to property, including property and employees of ReWa and for all claims, losses or expense which may in any way arise out of the performance of the work, whether caused by negligence or otherwise; and the Lessor shall indemnify and save ReWa harmless from all claims, losses, expense, or suits for any such injuries, death or damages to property, and from all liens, losses, expenses, claims or causes of action of any sort which may arise out of the performance of the work, and shall defend, on behalf of ReWa and suit brought against ReWa for attorney s fees and for all other expenses incurred by ReWa in connection with or as a result of any such suit, claims, or loss. The Lessor will be solely responsible for compliance with building code requirements, all dimensions, and all conditions relating to his work under a contract resulting from this solicitation. 5.25 Sub-Contracting: The Lessor shall not sub-lease any portion of a lease resulting from this solicitation without proper written approval from ReWa. 5.26 Non-Collusion: The Lessor expressly warrants and certifies that neither the Lessor nor its employees or associates has directly or indirectly entered into any agreement, participated in any collusion or otherwise taken any action in restraint of free competitive procurement in conjunction with this proposal. 5.27 Prohibition of Gratuities: Neither the Lessor nor any person, firm or corporation employed by the Lessor in the performance of the contract shall offer or give, directly or indirectly, to any employee or agent of ReWa, any gift, money, or anything of value, or promise any obligations, or contract for future reward or compensation at any time during the term of a Lessor resulting from this solicitation. 5.28 Publicity Releases: Lessor agrees not to refer to the award of a Lessor resulting from this solicitation in commercial advertising in such a manner as to state or imply that the products or services provided are endorsed or preferred by the user. The Lessor shall not have the right to include ReWa s name in its published list of customers without prior approval of ReWa. With regard to news releases, only the name of the contract, type and duration of contract may be used and then only with prior approval of ReWa. The Lessor also agrees not to publish, or cite in any form, any comments or quotes from the ReWa Staff unless it is a direct quote from the Public Relations Officer. 5.29 Public Record: All information submitted relating to this proposal, except for proprietary information, shall become part to the public record to the extent required by the Freedom of Information Act. Lessors shall be responsible for clearly marking all information submitted that is proprietary based on the Freedom of Information Act. ReWa assumes no responsibility for the release of information not clearly and properly labeled as proprietary. 5.30 Contact Limitation: By submission of a response to this solicitation, vendor agrees that during the period following issuance of the solicitation and prior to the statement of intent to award, vendor shall not discuss this procurement with any party except members of ReWa or other parties designated in this solicitation. OFFERORS shall not attempt to discuss or attempt to negotiate with the using department any aspects of the procurement without the prior approval of the buyer responsible for the procurement. 5.31 Precedence: In the event of conflict between the terms and conditions and the specifications, the more restrictive instruction shall take precedence unless stated otherwise in the specifications. RFP ReWa Property Agricultural Land Lease 7/8

INSTRUCTIONS TO RESPONDENTS 1. All aspects of this solicitation shall be governed by the Procurement Code adopted by ReWa. 2. Response amendments thereto or withdrawal requests received after the time advertised for opening will be void regardless of when they were mailed. 3. Attach complete specifications for and permitted substitutions offered, or when amplification is desirable or necessary. 4. If specifications or descriptive papers are submitted with the response, enter respondents name thereon. 5. If applicable, unit prices shall govern over extended prices, and written out prices shall govern over numeric prices, unless otherwise stated in notice. 6. The right is reserved to reject any response in which the delivery time indicated is considered sufficient to delay the operation for which the goods/services are intended. *********************** In compliance with solicitation, and subject to all conditions, thereof, the undersigned offers and agrees to, if this response is accepted. Below listed Addenda (if applicable) is hereby acknowledged: 1. 4. 2. 5. 3. 5. Company Name: Phone: Address: Fax: Response signed in writing by: Signature: Printed Name: Title: Response Date: RFP ReWa Property Agricultural Land Lease 8/8