a. Proposals shall be submitted in a sealed envelope and addressed as follows:



Similar documents
a. Proposals shall be submitted in a sealed envelope and addressed as follows:

How To Build A Data Backup System In Town Of Trumbull

To receive consideration, bids must be submitted in accordance to the following instructions:

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

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

TOWN OF TRUMBULL, CONNECTICUT REQUEST FOR QUOTATION (RFQ) VIRTUALIZED SERVER. BID NUMBER 5945 DUE: May 2, :00PM GENERAL INSTRUCTIONS TO BIDDERS

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

CITY OF KYLE, TEXAS REQUESTS FOR PROPOSAL (RFP) PLUMBING SERVICES: RFP PARD

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

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

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

OAKLAND USD RFP /09) ATTOR RNEY ENSATION WORKERS' COMP

NOTICE TO BIDDERS Request for Proposals Legal Notice Advertisement: publish two(2) times:

Recitals. NOW, THEREFORE, the parties hereto agree as follows: Agreement

City of Boulder, Colorado. Request for Proposals RFQ # Pest Control

#5 Independent Contractor Form - With Insurance With Bonds

TOWN OF HARRISON NEW JERSEY MUNICIPAL AUDIT SERVICES REQUEST FOR PROPOSAL

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325

AGREEMENT BETWEEN COUNTY AND CONTRACTOR FOR GOODS AND SERVICES. THIS AGREEMENT, effective this 20th day of April in the year, 2015, between:

Request for Proposal Hewlett Packard Network Switches and Peripherals

5. Preparation of the State and Federal Single Audit Reports.

AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

Borough of Jamesburg

Office of Purchasing/Contracting*324 W. Evans Street*Florence, South Carolina 29501

Request for Quotation

CITY OF PORTSMOUTH PORTSMOUTH, NH Purchasing Department. Annual Fuel Bid - #01-14 INVITATION TO BID

Retaining Wall Replacement at the Currituck County Veterans Memorial Park

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ RATE CONSULTING SERVICES

RHODE ISLAND TURNPIKE AND BRIDGE AUTHORITY INVITATION TO BID

NORTH CAROLINA WEATHERIZATION ASSISTANCE PROGRAM SUBCONTRACTOR AGREEMENT - PLUMBING

HAMILTON COUNTY SCHOOL DISTRICT

Warner Robins Housing Authority

CITY OF BEAVERCREEK, OHIO QUOTES FOR MOWING AND GENERAL CLEANUP OF PRIVATE PROPERTIES

ASSOCIATION OF AMHERST STUDENTS (AAS) Office of the Treasurer and Budgetary Committee

AGREEMENT FOR SECURITY AND TRANSPORT SERVICES

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

LIBERTY INDEPENDENT SCHOOL DISTRICT, LIBERTY,TEXAS REQUEST FOR PROPOSAL DELINQUENT TAX ATTORNEY RFP #13-01

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT


Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1

REQUEST for PROPOSALS. Scheduling and Dispatch Software. City of Ionia Dial-A-Ride (IDART) 251 E. Adams Street Ionia, Michigan

REQUEST FOR PROPOSALS

FLORIDA KEYS AQUEDUCT AUTHORITY 1100 Kennedy Dr. Key West, FL REQUEST FOR QUALIFICATIONS (RFQ) FOR

Request for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE

EXHIBIT B-1 INSURANCE REQUIREMENTS FOR CONSTRUCTION CONTRACTS ABOVE $30,000

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401

LUZERNE COUNTY COMMUNITY COLLEGE

CONSULTANT AGREEMENT

PEST CONTROL SERVICES AGREEMENT REQUEST FOR QUOTE (RFQ)

NOTICE - CITY OF NOVI REQUEST FOR QUALIFICATIONS CONSULTANT - ARCHITECTURAL FAÇADE SERVICES

REQUEST FOR PROPOSAL # 6530 ROOFING REPAIR SERVICES FOR VARIOUS WASHTENAW COUNTY BUILDINGS

Stephenson County, Illinois

DUE DATE: August 23, :00 p.m.

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT Request for Qualification

CITY OF BONITA SPRINGS, FLORIDA RFP #

INVITATION FOR PRICE QUOTES FIRE HOSE TESTING

REQUEST FOR PROPOSAL OFFICE OF THE NEVADA ATTORNEY GENERAL GRANTEE- FORECLOSURE RELIEF PROGRAM MAY 20, 2011

Request for Proposals for Upgraded or Replacement Phone System

COC-Insurance Requirements Page 1 of 9

MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES


How To Write A Pnetration Testing Rfp

BID BOND CITY OF EAST POINT, GEORGIA

MCR Health Services Inc. Request for Proposal For Air Conditioning Unit Replacement Authorized Vendor

REQUEST FOR PROPOSALS Occupational Therapy Services July 29, 2014

MAJOR EQUIPMENT PURCHASE CONTRACT

How To Work For A City Of Germany Project

STATE OF WEST VIRGINIA BOARD OF RISK AND INSURANCE MANAGEMENT REQUEST FOR PROPOSAL RFP#

TABLE OF CONTENTS. Section 1: Minimum Qualifications 4. Section 2: Guidelines and General Information 5

REQUEST FOR PROPOSAL

Town of West New York Hudson County, NJ Notice for R.F.P. (Request for Proposal) Animal Control Shelter Services (2 nd Occasion)

Request for Quotation

REQUEST FOR PROPOSAL FINANCIAL PLANNING CONSULTANT

CITY OF LEAWOOD. Independent Contractor Agreement

Canterbury Park Pool Chamber Replacement

COVENTRY PUBLIC SCHOOLS PHOTOGRAPHY BID

Heating, Ventilation and Air Conditioning (HVAC) and Plumbing Maintenance Services

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. VENDING MACHINE SERVICES SUBMITTAL DEADLINE July 23, 2014 RFP NUMBER

December 1, 2015 December 31, 2016 (Option to Renew for One (1) Additional Year) RFP-F

NEGAUNEE PUBLIC SCHOOLS. REQUEST for PROPOSALS ENERGY SAVING CAPITAL IMPROVEMENT PROJECTS. On a PERFORMANCE CONTRACTING BASIS

Request for Qualifications (RFQ) Number PUBLIC WORKS CONTINUING CONSTRUCTION AND ENGINEERING INSPECTION AND PROJECT MANAGEMENT SERVICES

BID DOCUMENTS FOR LAUNDERING, PRESSING & DRY CLEANING SERVICES FOR THREE-YEAR TERM

Request for Proposal. City of Monrovia Case Management, Facilities Management and Work Order Application Replacement

Attachment A: Terms and Conditions RFx Bid Opening: 07/06/2016

PROPOSAL. To The. Alameda County Office of Education. ed Bid for Palo Alto Network Next Gen Firewall. Bid Open September 29th, :00 PM

Transcription:

1 CITY OF ATCHISON REQUEST FOR QUALIFICATIONS & PROPOSAL PLUMBING SERVICES JANUARY 1, 2014 THROUGH DECEMBER 31, 2014 DUE: DECEMBER 10, 2013 10:00 A.M. The City of Atchison (City) invites interested and qualified parties to submit qualifications and proposals of rates for plumbing services described in this request. The information outlined in this request details the intent and scope of the request and the guidelines governing the submission and evaluation process. Plumbing services required shall be on an as needed basis. Typically, requested services include plumbing work for which the City lacks the resources and/or expertise to complete. There are multiple points of contact within the City requiring selected contractor to communicate with various departments simultaneously. The selected contractor must be able to track and invoice its services to each department of the City. Selected contractors shall differentiate labor, equipment, and material costs on each invoice. Bidders are expected within reason to conform to the parameters of this request. The City may accept proposals that contain omissions, additions, or alterations to the request; however, any exception to the parameters of this request shall require clear explanation in a separate attachment to the proposal. 1. PREPARATION OF PROPOSALS a. Bidders shall include one (1) original proposal using the forms contained within this request plus any attachments deemed necessary by the requirements of this request. b. All proposals shall be submitted in a clear, concise, and legible manner. 2. PROPOSAL SUBMISSION a. Proposals shall be submitted in a sealed envelope and addressed as follows: Plumbing Bid 2014 Atchison Public Works Department 1801 Main St Atchison, KS 66002 b. Proposals must be signed by an authorized agent with the authority to enter the company into a contractual agreement with regard to price and related obligations. Unsigned proposals shall not be considered. c. Proposals may be withdrawn at any time prior to the bid opening. Proposals received after the bid opening shall not be opened or considered.

2 3. CITY OF ATCHISON OPTIONS 4. SALES TAX 5. INQUIRIES a. The City of Atchison reserves the right to reject any and/or all bids. b. Competitive bids for similar services may be required for certain projects at the discretion of the City of Atchison. c. The City of Atchison reserves the right to hire non-contracted firms for similar services when necessary to best serve public interest. d. City personnel must follow the organization s procurement policies and may on occasion request quotations for specific projects for the purposes of budget planning or obtaining authorization to purchase. a. The City of Atchison is tax exempt. Sales tax shall not be included in proposal rates and/or actual invoices. A tax exemption certificate shall be furnished to the selected contractor upon request. a. Questions concerning this request and its requirements may be directed to: Clinton McNemee Deputy Public Works Director 913-367-5561 clintonm@cityofatchison.com b. The City of Atchison reserves the right to communicate with any or all potential bidders for the purposes of clarifying the provisions of this request. c. The City of Atchison reserves the right to request additional information from any or all bidders after the bid opening. 6. AWARD AND AUTHORITY a. The City of Atchison Public Works Department shall issue a notice of award in writing. 7. AWARD, PRICING, AND DURATION OF SERVICE a. Plumbing services for the City shall be awarded to the successful respondent to this request on an as needed basis for various projects, assignments, installations, maintenance tasks, repairs, and consultations. b. Proposed pricing shall be effective January 1, 2014 at 12:00 a.m. to December 31, 2014 at 11:59 p.m. c. Upon mutual agreement of both parties, the contract may be extended at the proposed rates for one (1) year not to exceed three (3) consecutive years. The selected contractor shall indicate to the City of Atchison prior to November 1 st of the current contract year its willingness to continue the proposed rates for the following contract year.

3 8. ASSIGNMENT OF RIGHTS, TITLES, AND INTERESTS AND SUBCONTRACTING a. Any assignment or subcontracting of work to be performed related to this request and any other City of Atchison-related procurement shall not be permitted without the consent of the City of Atchison. 9. HOLD HARMLESS CLAUSE a. Any contractor or subcontractor of the City of Atchison agrees to indemnify, hold harmless, and defend the City of Atchison from and against any and all liability for loss, damage, or expense which the City of Atchison may suffer or for which the City of Atchison may be held liable by reason of injury, including death, to any person or damage to any property arising out of or in any manner connected with the operations to be performed under this request and subsequent contracted services, whether or not due in whole or in part of any act, omission, or negligence of the City of Atchison or any of its representatives or employees. 10. WORK REGULATIONS AND STANDARDS a. All plumbing services related to this request shall be performed for the City of Atchison in accordance with current Federal, State, and Local regulations. b. The selected contractor shall maintain current licensing, if applicable, with the City of Atchison. c. All work performed shall be under the supervision of a licensed Master Plumber. 11. INSURANCE a. The selected contractor shall be required to furnish a Certificate of Insurance which names the City of Atchison as additionally insured. The insurance is to include Contractor s Liability and Worker s Compensation. Certificates of Insurance must be provided by companies that are licensed in the State of Kansas and must certify coverage of $1,000,000 per occurrence. b. The selected contractor shall notify the City of Atchison thirty (30) days prior to changing, or the cancellation of, coverage. In the event of cancellation, the contractor shall cease all operations related to this request and shall not commence operations until coverage has been restored and a new Certificate of Insurance has been furnished to the City of Atchison. 12. WARRANTY a. The selected contractor shall warrant that any services or related materials that are found to be defective or faulty due to imperfect and/or bad workmanship and/or materials within one (1) year from the date of completion shall be replaced at no additional cost to the City of Atchison.

4 13. RESPONSE TIME REQUIREMENTS 14. INVOICING a. The selected contractor shall agree to respond to emergency calls twenty-four (24) hours per day, seven (7) days per week throughout the duration of the contract. Required response time for emergency calls is one-hundred, twenty (120) minutes from the time of the call. a. The selected contractor shall provide itemized billing for each invoice. Each invoice shall include: Invoice Date Indication of city department, division, or employee that ordered the service Basic description of service Total cost for Labor Description and total cost for parts and materials Total costs for other items such as equipment rental, fuel charges etc. b. The selected contractor shall charge a ten percent (10%) price markup on parts and materials. 15. PROPOSAL CHECKLIST a. Contractor Information Summary (pg 5) b. References (pg 6) c. Proposal of Rates (pg 7) d. Signature of Authorized Agent (pg 7) e. Sealed Envelope marked Plumbing Bid 2014 16. SELECTION CRITERIA a. Qualifications of contractor s plumbers b. Contractor s reputation for timely, quality performance c. Relevant experience and expertise d. Rates e. Response Times and ability to provide 24-hour emergency service

5 CONTRACTOR INFORMATION SUMMARY (Attach additional sheets as needed) COMPANY NAME BUSINESS TYPE (LLC, Sole Proprietorship etc.) NUMBER OF YEARS IN BUSINESS NUMBER OF EMPLOYEES QUALIFICATIONS OF PERSONNEL PROPOSED TO PERFORM WORK FOR THE CITY OF ATCHISON: RESPONSE TIME TO NON-EMERGENCY SERVICE CALLS: DURING NORMAL BUSINESS HOURS MINUTES AFTER HOURS AND WEEKENDS MINUTES INDICATE EXPERIENCE AND/OR QUALIFICATIONS RELATED TO: BACKFLOW DEVICES INDUSTRIAL, COMMERCIAL, INSTITUTIONAL, OR GOVERNMENTAL FACILITIES APPLICATION OF WATER-CONSERVING TECHNOLOGIES ADA ACCESSIBILITY RELATED TO PLUMBING INSTALLATIONS

6 REFERENCES Provide references for at least three (3) clients from the last ten (10) years for plumbing services related to governmental, institutional, commercial, and/or industrial settings. ORGANIZATION NAME CONTACT NAME PHONE SERVICE DATES TYPE OF WORK ORGANIZATION NAME CONTACT NAME PHONE SERVICE DATES TYPE OF WORK ORGANIZATION NAME CONTACT NAME PHONE SERVICE DATES TYPE OF WORK ORGANIZATION NAME CONTACT NAME PHONE SERVICE DATES TYPE OF WORK ORGANIZATION NAME CONTACT NAME PHONE SERVICE DATES TYPE OF WORK

7 PROPOSAL OF RATES & CONTACT INFORMATION LABOR $ PER HOUR EQUIPMENT $ PER HOUR HOURLY RATE - REGULAR HOURLY RATE - OVERTIME MATERIALS % PERCENT MARKUP 10 COMPANY NAME: ADDRESS: CITY-STATE-ZIP: PHONE: FAX: EMAIL: As an authorized agent of the contracting firm, I certify that all information and pricing included with this submission is complete and correct, and I certify that the firm has the expertise and resources necessary to meet the requirements as described in this RFP. AUTHORIZED AGENT - NAME SIGNATURE DATE

ANNUAL SERVICES AGREEMENT - Plumbing Services 2014 This AGREEMENT is made this day of, 20, by and between the City of Atchison hereinafter referred to as "CITY" and the contracting firm hereinafter referred to as "CONTRACTOR". Each shall be referred to as "PARTY" and collectively as "PARTIES". WHEREAS, the PARTIES enter into this agreement for the purposes of securing CONTRACTOR services and pricing for the duration of the CITY's fiscal year dated January 1, 2014 through December 31, 2014 for services related to facilities, equipment, utilities, and properties operated and/or maintained by the CITY. NOW THEREFORE, the CITY and the CONTRACTOR agree as follows: [1] SCOPE OF RESPONSIBILITIES OF CONTRACTOR A. CONTRACTOR shall not assign or subcontract any work covered by this AGREEMENT without the consent of the CITY. B. CONTRACTOR shall indemnify, hold harmless, and defend the CITY from and against any and all liability for loss, damage, or expense which the CITY may suffer or for which the CITY may be held liable by reason of injury, including death, to any person or damage to any property arising out of or in any manner connected with the operations to be performed under this request and subsequent contracted services, whether or not due in whole or in part of any act, omission, or negligence of the CITY or any of its representatives or employees. C. CONTRACTOR shall perform all work covered by this AGREEMENT in accordance with current Federal, State, and Local regulations. D. CONTRACTOR shall maintain current licensing, if applicable, with the CITY. E. CONTRACTOR shall ensure that all work covered by this AGREEMENT is performed under the supervision of a master-level licensee. F. CONTRACTOR shall furnish a Certificate of Insurance which names the City of Atchison as additionally insured. The insurance is to include Contractor s Liability and Worker s Compensation. Certificates of Insurance must be provided by companies that are licensed in the State of Kansas and must certify coverage of one-million dollars ($1,000,000.00) per occurrence. G. CONTRACTOR shall notify the CITY thirty (30) days prior to changing, or the cancellation of, coverage. In the event of cancellation, the contractor shall cease all operations related to this request and shall not commence operations until coverage has been restored and a new Certificate of Insurance has been furnished to the CITY. H. CONTRACTOR shall warrant any services or related materials that are found to be defective or faulty due to imperfect and/or bad workmanship and/or materials within one (1) year from the date of completion shall be replaced at no additional cost to the CITY.

I. CONTRACTOR shall respond to emergency calls twenty-four (24) hours per day, seven (7) days per week throughout the duration of the contract. Required response time for emergency calls is one-hundred, twenty (120) minutes from the time of the call. J. CONTRACTOR shall complete non-emergency work in a timely manner and shall notify the CITY of expected delays if deadlines cannot be met. K. CONTRACTOR shall provide itemized billing for each invoice including: Date of Invoice, indication of CITY department or employee for which service was performed, basic description of service, total labor cost, total parts and materials cost, and overall total costs including costs for miscellaneous items such as equipment rentals or fuel charges. L. CONTRACTOR shall charge a ten percent (10%) price markup for parts and materials. M. CONTRACTOR shall provide quotations for certain products and services for which the CITY needs for budget planning or obtaining authorization to make purchases in accordance with procurement policies. N. CONTRACTOR shall notify the CITY in writing prior to November 1st of the current contract term of its willingness to continue the proposed rates for the following contract year. If both PARTIES agree to extend the contract at the proposed rates, a new agreement shall be entered into. [2] SCOPE OF RESPONSIBILITIES OF CITY A. CITY shall typically order work covered by this AGREEMENT from the CONTRACTOR unless it is necessary to order such work from another contracting firm in order to best serve public interest. B. CITY shall reserve the right at its own discretion to solicit competitive pricing for certain similar services or products when deemed necessary by the CITY to ensure that the best interest of the public is being served. C. CITY shall furnish tax exemption information as required by the CONTRACTOR. D. CITY shall order work by such means that are verbally agreed upon as acceptable by both PARTIES. E. CITY shall communicate to the CONTRACTOR at the time of request if certain deadlines must be met. F. CITY shall reserve the right to reject unsatisfactory work and/or materials. G. CITY shall provide full payment for satisfactory work and/or materials within thirty (30) days of receipt of invoice. H. CITY shall respond to the CONTRACTOR in writing to acknowledge receipt of the letter describing the CONTRACTOR's willingness to continue providing services the following year for the proposed prices. If both PARTIES are willing to extend the contract, a renewing agreement shall accompany the letter. I. CITY shall verify the status of the CONTRACTOR's licensing with the CITY prior to entering into an agreement.

[3] TERM, FEES, AND GENERAL CONSIDERATIONS A. The TERM of this AGREEMENT shall begin at 12:00 a.m. January 1, 2014 and end at 11:59 p.m. December 31, 2014. B. Either PARTY may terminate this AGREEMENT for a material breach of this AGREEMENT by another PARTY. C. It shall be understood by both PARTIES that the corresponding Request for Proposals or "RFP" shall not contradict any section in whole or in part of this AGREEMENT, and this AGREEMENT shall likewise not contradict any section in whole or in part of the RFP. D. It shall be understood by both PARTIES that fees, prices, and other information submitted by the CONTRACTOR in response to the RFP shall be valid for the entirety of the TERM. E. It shall be understood by both PARTIES that the CITY shall keep on file attached to this signed AGREEMENT copies of the CONTRACTOR's complete RFP submission and related documentation, the CONTRACTOR'S Certificate of Insurance, and the corresponding letters of award and letters of willingness to renew the AGREEMENT at proposed pricing from both PARTIES and that all such documents shall be considered binding in relation to this AGREEMENT. Both PARTIES enter into this AGREEMENT by signing below: X / / Atchison City Manager - CITY Date X / / Authorized Agent - CONTRACTOR Date ATTEST: X / / Clerk - CITY Date

ANNUAL SERVICES AGREEMENT - Plumbing Services 2014 This AGREEMENT is made this day of, 20, by and between the City of Atchison hereinafter referred to as "CITY" and the contracting firm hereinafter referred to as "CONTRACTOR". Each shall be referred to as "PARTY" and collectively as "PARTIES". WHEREAS, the PARTIES enter into this agreement for the purposes of securing CONTRACTOR services and pricing for the duration of the CITY's fiscal year dated January 1, 2014 through December 31, 2014 for services related to facilities, equipment, utilities, and properties operated and/or maintained by the CITY. NOW THEREFORE, the CITY and the CONTRACTOR agree as follows: [1] SCOPE OF RESPONSIBILITIES OF CONTRACTOR A. CONTRACTOR shall not assign or subcontract any work covered by this AGREEMENT without the consent of the CITY. B. CONTRACTOR shall indemnify, hold harmless, and defend the CITY from and against any and all liability for loss, damage, or expense which the CITY may suffer or for which the CITY may be held liable by reason of injury, including death, to any person or damage to any property arising out of or in any manner connected with the operations to be performed under this request and subsequent contracted services, whether or not due in whole or in part of any act, omission, or negligence of the CITY or any of its representatives or employees. C. CONTRACTOR shall perform all work covered by this AGREEMENT in accordance with current Federal, State, and Local regulations. D. CONTRACTOR shall maintain current licensing, if applicable, with the CITY. E. CONTRACTOR shall ensure that all work covered by this AGREEMENT is performed under the supervision of a master-level licensee. F. CONTRACTOR shall furnish a Certificate of Insurance which names the City of Atchison as additionally insured. The insurance is to include Contractor s Liability and Worker s Compensation. Certificates of Insurance must be provided by companies that are licensed in the State of Kansas and must certify coverage of one-million dollars ($1,000,000.00) per occurrence. G. CONTRACTOR shall notify the CITY thirty (30) days prior to changing, or the cancellation of, coverage. In the event of cancellation, the contractor shall cease all operations related to this request and shall not commence operations until coverage has been restored and a new Certificate of Insurance has been furnished to the CITY. H. CONTRACTOR shall warrant any services or related materials that are found to be defective or faulty due to imperfect and/or bad workmanship and/or materials within one (1) year from the date of completion shall be replaced at no additional cost to the CITY.

I. CONTRACTOR shall respond to emergency calls twenty-four (24) hours per day, seven (7) days per week throughout the duration of the contract. Required response time for emergency calls is one-hundred, twenty (120) minutes from the time of the call. J. CONTRACTOR shall complete non-emergency work in a timely manner and shall notify the CITY of expected delays if deadlines cannot be met. K. CONTRACTOR shall provide itemized billing for each invoice including: Date of Invoice, indication of CITY department or employee for which service was performed, basic description of service, total labor cost, total parts and materials cost, and overall total costs including costs for miscellaneous items such as equipment rentals or fuel charges. L. CONTRACTOR shall charge a ten percent (10%) price markup for parts and materials. M. CONTRACTOR shall provide quotations for certain products and services for which the CITY needs for budget planning or obtaining authorization to make purchases in accordance with procurement policies. N. CONTRACTOR shall notify the CITY in writing prior to November 1st of the current contract term of its willingness to continue the proposed rates for the following contract year. If both PARTIES agree to extend the contract at the proposed rates, a new agreement shall be entered into. [2] SCOPE OF RESPONSIBILITIES OF CITY A. CITY shall typically order work covered by this AGREEMENT from the CONTRACTOR unless it is necessary to order such work from another contracting firm in order to best serve public interest. B. CITY shall reserve the right at its own discretion to solicit competitive pricing for certain similar services or products when deemed necessary by the CITY to ensure that the best interest of the public is being served. C. CITY shall furnish tax exemption information as required by the CONTRACTOR. D. CITY shall order work by such means that are verbally agreed upon as acceptable by both PARTIES. E. CITY shall communicate to the CONTRACTOR at the time of request if certain deadlines must be met. F. CITY shall reserve the right to reject unsatisfactory work and/or materials. G. CITY shall provide full payment for satisfactory work and/or materials within thirty (30) days of receipt of invoice. H. CITY shall respond to the CONTRACTOR in writing to acknowledge receipt of the letter describing the CONTRACTOR's willingness to continue providing services the following year for the proposed prices. If both PARTIES are willing to extend the contract, a renewing agreement shall accompany the letter. I. CITY shall verify the status of the CONTRACTOR's licensing with the CITY prior to entering into an agreement.

[3] TERM, FEES, AND GENERAL CONSIDERATIONS A. The TERM of this AGREEMENT shall begin at 12:00 a.m. January 1, 2014 and end at 11:59 p.m. December 31, 2014. B. Either PARTY may terminate this AGREEMENT for a material breach of this AGREEMENT by another PARTY. C. It shall be understood by both PARTIES that the corresponding Request for Proposals or "RFP" shall not contradict any section in whole or in part of this AGREEMENT, and this AGREEMENT shall likewise not contradict any section in whole or in part of the RFP. D. It shall be understood by both PARTIES that fees, prices, and other information submitted by the CONTRACTOR in response to the RFP shall be valid for the entirety of the TERM. E. It shall be understood by both PARTIES that the CITY shall keep on file attached to this signed AGREEMENT copies of the CONTRACTOR's complete RFP submission and related documentation, the CONTRACTOR'S Certificate of Insurance, and the corresponding letters of award and letters of willingness to renew the AGREEMENT at proposed pricing from both PARTIES and that all such documents shall be considered binding in relation to this AGREEMENT. Both PARTIES enter into this AGREEMENT by signing below: X / / Atchison City Manager - CITY Date X / / Authorized Agent - CONTRACTOR Date ATTEST: X / / Clerk - CITY Date