Loading...
HomeMy WebLinkAboutAAA Budget Environmental Inc.1 AAA Budget Environmental, inc. 121 East Grand Street Monticello, lA 52310 UNI TED STATES POSTdi SERVICE¢ 1000 50703 U.S. POSTAGE PAI MONTICELLO, IA 52310 JUAM'1N OUT $1.42 R2304Y123279-06 5nLED FIEJ AGR A5BESTasn15RiEMENT SFRU7c6s -dor: 807 and X09_ ell Eacj- a i43 Hai i43 Clef off;re I 3+ Floor 0.14-3 1 5 Mut\ but. 5 -We 4- . =1 A 50R03 CITY OF 44 3 tRLt f JON 7 20 18 r Q i y :5 0011111111.0011111110S MAY/29/2018/TUE 04:27 PM AAA_Budget_Enviro FAX No, 319-465-3104 P, 009 807 and 809-811 East 4th Street The undersigned Proposer/Bidder, having examined these documents and having full knowledge of the condition under which the work described herein must be performed, hereby proposes that they will fulfill the obligations contained herein in accordance with all instructions, terms, conditions, and specifications set forth; and that they will furnish all required services and pay all incidental costs in strict conformity with these documents for the stated process as payment in full, Our "not to exceed" bid price for each property is: 807 East 4th Street $ 070 809-811 East 4th Street vr_ $ S100 00 $ Submitting Firm: `\4P4ok S V k fc\j\coevvw 1�.S d \ �-�C Address: SaA E. Gr o. rrd City: `1/4`c\dv�-\ o Authorized Representative (print) Authorized Representative Signature - L7cS State: a_ 0,3 Zip: ¶39M0 v ti t -Z: /ea c% ACORO® CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDDIYYYY) 06/05/2018 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER SKOGMAN CARLSON INSURANCE 1110 Dina Court Suite B Hiawatha IA 52233 CONTACT Breanna Kair, CISR NAME: PHONE(319) 366-6288 (A/C. No, Ext): FAX No): (319) 364-7157 E-MAIL Breanna@skogmanins.com ADDRESS: INSURER(S) AFFORDING COVERAGE NAIC 4 acon Ins. Company INSURER A: One Be INSURED AAA Budget Environmental, Inc, AAABE, Asbestos Inspections Testing & Training Inc 1900 Walnut St Cedar Falls IA 50613 INSURER e: Western National Insurance INSURER C INSURER D INSURER E : INSURER F CERTIFICATE NUMBER: CL182605858 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLIC ES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTRINSD TYPE OF INSURANCE AUUL SOUK WVD POLICY NUMBER POLICY (MMIDDIYYYY) EFF POLICY EXP (MMIDD/YYYY) LIMITS A X COMMERCIAL GENERAL CLAIMS -MADE LIABILITY Y 793-00-04-98-0006 02/04/2018 02/04/2019 EACH OCCURRENCE $ 2,000,000 X OCCUR OAMAGEIO RENTED PREMISES (Ea occur ence) 50,000 $ MED EXP (Any one person) $ 5,000 PERSONAL &ADV INJURY $ 2.000,000 GEN'LAGGREGATE LIMIT APPLIES PRO- JECT PER: LOC GENERAL AGGREGATE $ 2,000,000 X POLICY PRODUCTS-COMP/OPAGG $ 2,000,000 OTHER: $ AUTOMOBILE LIABILITY AUTO ONLY SCHEDULED AUTOS COMBINED SINGLE LIMIT (Ea acciden0 $ BODILY INJURY (Per person) $ ANY OWNED AUTOS BODILY INJURY (Per accident) $ HIRED AUTOS ONLY _ _ NON -OWNED AUTOS ONLY PROPERTY DAMAGE (Per accident) $ $ A UMBRELLALIAB X OCCUR -MADE 793-00-58-30-0001 02/04/2018 02/04/2019 EACH OCCURRENCE $ 1,000,000 AGGREGATE $ 1,000,000 X EXCESSLIAB CLAIMS DED X RETENTION $ 0 $ B WOR AND ANY (Mandatory (Mandatory If yes, DESCRIPTION KERS COMPENSATION EMPLOYERS' CERPRETOR in in NH) descri e under OF LIABILITY EXCLUDIDkECUTIVE R EXCLUDED'! OPERATIONS below YIN N/A WCV1024114 01/02/2018 01/02/2019 X PER STATUTE EERH E.L. EACH ACCIDENT 100,000 $ N E.L. DISEASE - EA EMPLOYEE $ 500,000 E.L. DISEASE- POLICY LIMIT 100,000 $ A Pollution Liability 793-00-04-98-0006 02/04/2018 02/04/2019 Limit 2,000,000 DESCRIPTION Certificate OF OPERATIONS/ LOCATIONS/ VEHICLES (ACORD 1 I.Additional Remarks Schedule, may be a tacked if more space is required) holder is additionally insured on the policies indicated above CANCELLATION City of Waterloo City Hall 715 Mulberry Street Waterloo IA SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. 50703 AUTHORIZED REPRESENTATIVE ty icc ACORD 25 (2016/03) ©1988.2015 ACORD CORPORATION. All rights reserved The ACORD name and logo are registered marks of ACORD A MUTUAL INSURANCE COMPANY' THE SILVER LINING® Bond No. 2386716 POWER OF ATTORNEY Know all men by these Presents, That West Bend Mutual Insurance Company, a corporation having its principal office in the City of West Bend, Wisconsin does make, constitute and appoint: KURT FELLER lawful Attorneys) -in -fact, to make, execute, seal and deliver for and on its behalf as surety and as its act and deed any and all bonds, undertakings and contracts of suretyship, provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of: Seven Minion Five Hundred Thousand Dollars ($7,500000) This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of West Bend Mutual Insurance Company at a meeting duly called and held on the 2151 day of December, 1999. Appointment of Attorney -!n -Fact. The president or any vice pres(dencorany other officer ofWest Bend Mutual Insurance Company may appoint by written certificate Attorneys -In -Fact to act on behalf of the company in the execution of and attesting of bonds and undertakings and other wrttenobligatory instruments oflikenature. The signature of any o/ficerauthorized hereby and the corporate sea may be affixed byfacs(miletoanysuchpowerofattorneyortoanycertificaterelatingthereforeandany such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the company, and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the company in the future with respect to any bond or undertaking or other writing obligatory in nature to which Itis attached Any such appointment maybe revoked, for cause, or without cause, by anysald officer at any time, In witness whereof, the West Bend Mutual Insurance Company has caused these presents to be signed by its president undersigned and its corporate seal to be hereto duly attested by its secretary this 22nd day of September, 2017. Attest Christopher C. Z Secretary State of Wisconsin County of Washington On the 22nd day of September, 2017, before me personally came Kevin A. Steiner, to me known being by duly sworn, did depose and say that he resides in the County of Washington, State of Wisconsin; that he is the President of West Bend Mutual Insurance Company, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to said instrument is such corporate seal' that is was so affixed by order of the board of directors of said corporation and that he signed his name thereto by like order. a gan ronronnrp�s;, Kevin A. Steiner �i Chief Executive Officer/President SEAL.ti 44444 • 444444 L J I.. aFN....... r NOTARk't( v*\ PUBLIC, .*, 9r..... �� 5; e0; W15G.: Juli A 1-nedum Senior orporate Attorney Notary Public, Washington Co., WI My Commission is Permanent The undersigned, duly elected to the office stated below, now the incumbent in West Bend Mutual Insurance Company, a Wisconsin corporation authorized to make this certificate, Do Hereby Certify that the foregoing attached Power of Attorney remains in full force effect and has not been revoked and that the Resolution of the Board of Directors, set forth in the Power of Attorney is now in force. Signed and sealed at West Bend, Wisconsin this 7th day of June 2018 /,���F“ 41 SEAL/I Heather Dunn Vice President — Chief Financial Officer Notice Any questions concerning this Power of Attorney may be directed to the Bond Manager at NSI, a division of West Bend Mutual Insurance Company. 1900 S. 18th Ave. West Bend, WI 53095 1 ph (262) 334-6430 I 1-800-236-5004 I fax (262) 338-5058 1 www.thesitverining.com Bid Bond CONTRACTOR: Na no, legal status and address) AM Budget Environmental Inc 121 E Grand St Monticello, IA 52310-1618 OWNER: (Nance, legal status and address) City of Waterloo 715 Mulberry St Waterloo. IA 50703-5714 Document A310' — 2010 BOND AMOUNT: $ Five Percent of the Amount Bid PROJECT: (Name, location or address, and Project number, if any) Remove roof/flash tile2 small buildings Bond Number: 2386716 SURETY: Name, legal status and principal place of business) West Bend Mutual Insurance Company PO Box 620976 Middleton, WI 53562 The Contractor and Surety arc bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time petiod as may be agreed to by the Owner and Contactor, and the Contractor either (1) enters into a contract with the Owner hi accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for width the Owner may in good faith contract with another patty to perform the work covered by said bid, then this obi gation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contactorshall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in correction with a subcontractor's bid to a Contractor, the tam Contractor in this Bond shall be deemed to be Subcontractor and the tam Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement In the location of the Project, any provision in this Bond conflicting with said statutory o' legal requirement shall be deemed deletedheretintn and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond andnot as a common law bond. bit. I ADDITIONS AND DELETIONS: The author of this document has added information needed for Its completion, The author may also have revised the text of the original AIA standard form. An Additions end Deletions Report that notes added information as wall as revisions to the standard form text is available from the author and should be reviewed. A vertical line in the left margin of thls document Indicates where the author has added necessary Information and where the author has added to or deleted from the original AIA text, This document has important legal consequences. Consultation with an attorney Is encouraged with respect to Its completion or modification. Any singular reference to Contractor, Surely, Owner or other party shall be considered plural where applicable. AIA Document A31d'• — 2010. Copyright ®1963,1970 and 2010 by The American Institute of Architects. All rights reserved. WARNING: This AIW.. Document Is protected by US. gopydfln Law and International Treats s. Unauthorized r pn du tion or dlstrlbutlan Otitis AIA6 Document, or any portion of It. may result In severe chill and criminals nalties, and will be prbsecutad to the maximum extent passible under the law. This document was produced by AIA software al 04:27:00 on 02rteaola under orderNo, 6astoom24 which expires on omsams, and Is not for resale. User Notes: (3B9ADA17) 1 Signed and sealed this 7 day of June , 2018 diu llnes's 7 /QOJ/l ib , (Witt ess) (Title) Stephen Intlekofe dminstrator West Bend Mutual Insurance Company (Surety) (Seal) '.'. (Title) KURT F LLER , A rneyln-Fact Init. Document is protected by U.S.Copyright Law and lnterriatlopal Treatlos. Unauthorized reproduction or distribution uftyls AIM Doculnent, or any portion of It, may result In severe civil and criminal penailise, and will be prosecuted to the maximum extant passible under the law, This document ( was produced by AIA snftware al unix on marring under order No. OEO1007024 which expires on aviawNna, and ie nol for resale. User Notes: (3e9ADA17) AIA Document A310re-2010. Copyright ®1093,1970 and 2010 by The American Failure of Architects. AO auras reserved. WARNING: This AIM 2 1AY/29/2018/TUE 04:26 Ph AAA_Budget_Enviro FAX No, 319-465-3104 P. 001 CITY OF WATERLOO, IOWA Request for Proposal June 2018 ASBESTOS ABATEMENT SERVICES 807 and 809-811 East 4th Street City of Waterloo, Iowa Prepared by City of Waterloo Planning and Zoning department Chris Western -Project Manager SECTION I NOTICE OF REQUEST FOR PROPOSALS MAY/29/2018/TUE 04.26 PM AAA_Budget_Enviro FAX No, 319-465-3104 P. 002 1.0 Receipt and Opening of Proposals 1.0.1 All proposals must be received in a sealed envelope in City Hall (date and time stamped) by 1 00 p.m Thursday June 7, 2018. (our clock), Central Time, in order to be considered. City Hall is located at 715 Mulberry St, Waterloo, Iowa. Proposals sent electronically of via facsimile will not be accepted. The mailing container or envelope shall be plainly marked on the outside with the notation `SEALED RFP FOR ASBESTOS ABATEMENT SERVICES', and the name of the company submitting the proposal. 1.1 RFP Timeline Date of Issuance: May 29, 2018 Mandatory Walk Thru Date: Friday June 1, 2018 at 10 a.m. (if you cannot make this date you may call to schedule one) Deadline for Proposal Submittal: 1:00 p.m. Thursday June 7, 2018 Submit Sealed Proposal to: SEALED REP FOR ASBESTOS ABATEMENT SERVICES for: 807 and 809-811 East 4th Street Address exactly as stated —> City Hall City Clerks Office 15t Floor City Hall 715 Mulberry Street Waterloo, IA 50703 Method of Submittal: Contact Person, Title: E-mail Address: Phone/ Fax Numbers: Mail or Overnight Delivery, In Person (No Electronic or Fax Submittals) Chris Western, Planner II/Project Manager chris.western@waterloo-ia.org Phone: 319-291-4366 Fax: 319-291-4262 1.2 The City reserves the right to accept or reject any or all proposals and to waive any informalities or irregularities in proposals if such waiver does not substantially change the offer or provide a competitive advantage to any Proposer. 1.3 The City is not responsible for delays occasioned by the U.S. Postal Service, the internal mail delivery system of the City, or any other means of delivery employed by the Proposer. Similarly, the City is not responsible for, and will not open, any proposal responses that are received later than the date and time stated above. Late proposals will be retained in the RFP file, unopened No responsibility will be attached to any person for premature opening of a proposal not properly identified. 1.4 Proposals will be evaluated promptly after opening. After an award is made, a proposal summary will be sent to all companies who submitted a proposal. Proposal results will not be given over the telephone. Proposals may be withdrawn anytime prior to the scheduled closing time for receipt of proposals; no proposal may be modified or withdrawn for a period of sixty (60) calendar days thereafter. SECTION ll INSTRUCTIONS TO PROPOSERS 2.0 The Proposal shall include the attached Exhibit "A" signature page, properly completed. A company representative who is authorized to bind the company will sign on behalf of the company to indicate to the City that you have read all provisions of the RFP and agree to all RFP FOR ASBESTOS ABATEMENT SERVICES: 807 and 808,811 East 4th Street Page 2 of 9 MAY/29/2018/TUE 04:26 PM AAA_Budget_Enviro 4 FAX No, 319-465-3104 P. 003 terms and conditions, except as provided in paragraph 2.4 below. The City of Waterloo reserves the right to reject any or all proposals, and to accept in whole or in part, the proposal, which, in the Judgment of the proposal evaluators, is the most responsive and responsible proposal. 2.1 General Liability Insurance with limits of liability of at least $1,000,000 per occurrence for Bodily Injury and Property Damage. At a minimum, coverage for Premises, Operations, Products and Completed Operations shall be included. This coverage shall protect the public or any person from injury or property damages sustained by reason of the contractor or its employees carrying out their work. The contract shall provide certificate of insurance having the City of Waterloo as additional insured. 2.2 A bid guarantee from each Proposer equivalent to five percent (5%) of the bid price is required. The bid guarantee shall consist of a firm commitment, such as a bid bond, certified check, or other negotiable instrument acceptable to the City, as assurance that the Proposer will, upon acceptance of its bid, execute such contractual documents as may be required within the time specified. 2.3 This Request for Proposal does not commit the City to make an award, nor will the City pay any costs incurred in the preparation and submission of proposals, or costs incurred in making necessary studies for the preparation of proposals. 2.4 Important Exceptions to Contract Documents - The Proposer shall clearly state in the submitted proposal arty exceptions to, or deviations from, the minimum proposal requirements, and any exceptions to the terms and conditions of this RFP. Such exceptions or deviations will be considered rn evaluating the proposals. Any exceptions should be noted on the Signature Page. Companies are cautioned that exceptions taken to this RFP may cause their proposal to be rejected No additional exceptions shall be allowed after submittal of a proposal, 2.5 Incomplete Information - Failure to complete or provide any of the information requested in this REP, and/or additional information as indicated, may result in disqualification by reason of "non responsiveness". SECTION III SPECIAL TERMS AND CONDITIONS 3.0 Term of Contract 3..1 The initial term of the Contract shall be for two (2) weeks (not including the DNR ten day notice period) .RFP FOR ASBESTOS ABATEMENT SERVICES: 807 and 809-811 East 4h Street Page 3 of 9 MAY/29/2018/TUE 04:27 PM AAA_Budget_Enviro FAX No. 319-465-31 4 P.004 3..2 3.0.2 The City and the Contractor may renew the original Contract for one (1) week time periods by mutual agreement. Two (2) week's notice must be given to renew the Contract for additional increments. 3.0.3 A Contract, approved by the City Council and signed by the Mayor, shall become the document that authorizes the Contract to begin, assuming the insurance requirements have been met. Each section contained herein, any addenda and the response (Proposal) from the successful bidder shall also be incorporated by reference into the resulting Contract. 3..4 No price escalation will be allowed during the initial term of the Contract. If it is mutually decided to renew beyond the initial period and the Contractor requests a price increase, the Contractor shall provide documentation on the requested increase. The City reserves the right to accept or reject price increases, to negotiate more favorable terms, or to terminate (or allow to expire) without cost, the future performance of the Contract. 3..5 The total actual expenses shall not exceed the amount allowed by the project Contract, including any renewal extensions thereof, unless amended by written agreement. 3.1 Agreement Forms 3.1.1 After award, the Proposer will be required to enter into a written contract with the City. 3.1.2. Termination for Cause. In the event that Contractor defaults in the performance or observance of any covenant, agreement or obligation set forth in the Contract, and if such default remains uncured for a period of seven (7) days after notice thereof shall have been given by City to Contractor (or for a period of fourteen (14) days after such notice if such default is curable but requires acts to be done or conditions to be remedied which, by their nature, cannot be done or remedied within such 14 -day period and thereafter Contractor fails to diligently and continuously prosecute the same to completion within such 14 -day period), then City may declare that Contractor is in default under the Contract. 3.1.3 Termination for Convenience. The Contract may be terminated at any time, in whole or in part, upon the mutual written agreement of the parties. City may also choose to terminate the Contract at any time by delivering to Contractor 10 -days' advance written notice of intent to terminate. 3.1.4 Remedies. If Contractor is in default of the Contract and has not cured said default as set forth in Section 3.1.2 above, the City may take any one or more of the following steps, at its option: 3.1.4.1 by mandamus or other suit, action or proceeding at law or in equity, require Contractor to perform its obligations and covenants under the Contract, or enjoin any acts or things which may be unlawful or in violation of the rights of the City under the Contract, or obtain damages caused to the City by any such default; 3.1.4.2 have access to and inspect, examine and make copies of all books and records of Contractor which pertain to the project; 3.1.4.3 declare a default of the Contract, make no further disbursements, and demand immediate repayment from Contractor of any funds previously disbursed under the Contract; 3.1.4.4 terminate the Contract by delivering to Contractor a written notice of termination; and/or 3.1.4.5 take whatever other action at law or in equity may he necessary or desirable to enforce the obligations and covenants of Contractor under the Contract, including but not limited to the recovery of funds. 3.1.4.6 No delay in enforcing the provisions hereof as to any breach or violation shall impair, damage or waive the right of City to enforce the same or to obtain relief RFP FOR ASBESTOS ABATEMENT SERVICE& 807 and 808-811 East 4" Street Page 4 of 9 MAY/29/2018/TUE 04:27 PM AAA_Budget_Enviro 3.2 Terms 3.2,1 3.2.2 a( 3.2.3 3.2.4 3.2.5 FAX No. 319-465-3104 P.005 against or recover for the continuation or repetition of such breath or violation or any similar breach or violation thereof at any later time or times. in the event that City prevails against Contractor in a suit or other enforcement action under the Contract, Contractor agrees to pay the reasonable attorneys' fees and expenses incurred by Gity. of Payment Invoices for services authorized under this Contract shall be submitted on a monthly basis and will be paid within forty-five (45) days after receipt of an original invoice and after services are delivered and have been accepted. For accounting purposes, all invoices shall contain a sufficient level of detail regarding all services provided and allowable expenses incurred. All invoices and supporting documentation shall be submitted at the intervals as agreed upon via US mail to: Attn: City of Waterloo Planning and Zoning Department 715 Mulberry Street, Waterloo, IA 50703, 807 and 809-811 East 4th Street abatement project. City has the right, at its discretion, to deny payment for any work by any Contractor if the total actual expenses exceed the amount allowed by the project Contract, including any renewal extensions thereof. The Contractor is not obligated to continue performance of services under this Agreement or otherwise incur costs in excess of the total actual expense allowed unless an amendment to the Contract is approved, and the City notifies the Contractor, in a written amendment, of the City's acceptance of the revised total actual expense allowed. The City may withhold payment for reasons including, but not limited to, the following: unsatisfactory job performance or progress, defective work, disputed work, failure to comply with material provisions of the Contract, third party claims filed or reasonable evidence that a claim will be filed or other reasonable cause. SECTION IV SERVICE REQUIREMENTS 4.0 Background The City of Waterloo, Iowa, is seeking proposals for asbestos abatement services for: 807 and 809-811 East 4th Street 4.1 Scope of Work The City of Waterloo is seeking a qualified asbestos abatement contractor to remove asbestos containing material (ACM). Proposer shall be responsible to familiarize itself with the specifications included in this RPP and to make a personal examination of the job site(s) and the physical conditions that may affect its bidding and performance under the Contract. The services to be performed under this Contract shall consist of the following: 4.1.1 All services must be performed in accordance with all applicable codes and ordinances of the City of Waterloo, Iowa, accepted professional standards and best practices, as well as all applicable Federal and State regulations, including but not limited to asbestos Statutes and Rules (published by the Iowa Division of Labor), 40 CFR Part 61 National Emissions Standards for Hazardous Air Pollutants (NESHAP), as well as applicable State regulations of the Iowa Department of Natural Resources. The Contractor shall hold and maintain an asbestos permit issued by the Iowa Division of Labor, and all personnel who perform work on the Project shall hold and maintain an Iowa asbestos license issued by the Iowa Division of Labor. RFP FOR AS8>=STO$ ABATEMENT SERVICES: 807 and 809-811 Bast 4" Street Page 5 of 9 MAY/29/2018/TUE 04:27 PM AAA_Budget_Enviro FAX No, 319-465-3104 P. OOG 4.1.2 Remove ACM as identified in the asbestos survey included as Exhibit "B". 4.1.3 Document amounts of ACM removed from each structure. 4.1.4 Document ACM disposal at the Black Hawk County Landfill through the use of landfill tickets and provide copies to the project manager. 4.1.5 At the request of the City given with reasonable advance notice, attend meetings of the City relative to the work set forth in this Agreement. 4.1.6 Provide other services 28 requested by the City as may be necessary to implement the demolition project. 4.2 Silence of Specifications — Commercially accepted practices shall apply to any detail not covered in this specification and to any omission of this specification. Any omission or question of interpretation of the specification That affects the performance or integrity of the service being offered shall be addressed in writing and submitted with the Proposal. 4.3 Due to project requirements, the contractor that conducted asbestos surveys is not eligible to perform asbestos abatement on the same properties, and therefore is not eligible to bid on this RFP. 4.4 The Contractor shall complete the Project in an expeditious manner and shall commence work within ten (10) days after being notified by the City with a Notice to Proceed on any given property or properties. All work shall be completed and necessary reports and documentation provided within twenty-five (25) days of the issuance of Notice to Proceed. If Contractor is prevented from timely completing the work because of circumstances beyond the Contractor's reasonable control as detei mined by the City, the time for completion of the work will be tolled for a period of time equivalent to the stoppage resulting from such circumstances. The Contractor does hereby expressly acknowledge and agree that time is of the essence of this Contract, and, thus, failure by the Contractor to timely render and perform services hereunder shall constitute a material breach of the Contract. SECTION VII GENERAL TERMS AND CONDITIONS 1. LANGUAGE ,WORDS USED INTERCHANGEABLY - The word CITY refers to the CITY OF WAT8RLOO, IOWA throughout these Instructions and Terms and Conditions, Slrttllariy, PROPOSER refers to the person or company submitting an offer to sell its goods or services to the CITY, and CONTRACTOR refers to the successful bidder. 2, PROPOSER QUALIFICATIONS. - No Proposal shall ba accepted from, and no Contract will be awarded to, any RFP FOR ASBESTOS ABATEMENT SERVICES: 807 and 809-811 East 4'" Street Page 6 of 9 MAY/29/2 18/TUE 04:27 hi! AAA_Budget_Enviro person, firm or corporation that Is in arrears to the City upon debt or Contract, that is a defaulter, as surety or otherwise, upon any obligation to the City, or that is deemed Irresponsible or unreliable by the City. If requested, Proposers shall be required to submit satisfactory evidence that they have a pmetical knowledge of the particular supply/service proposal and that they have the necessary financial resources to provide the proposed supply/service as described in this Request for Proposal. 3, SPECIFICATION DEVIATIONS EY THE PROPOSER/ OFFEROR - Any deviation from this specification MUST be noted in detail, and submitted In writing in the Proposal. Completed specifications should be attached for any substitutions offered, or when amplifications are desirable or necessary. The absence of the specification deviation statement and accompanying specifications will hold the Proposer strictly accountable to the specifications as written herein. Failure to submit this document of specification deviation. if applicable, shall be grounds for rejection of the item when offered for delivery. If specifications or descriptive papers are submitted with Proposals, the Proposer's hame should ba clearly shown on each document. 4. COLLUSIVE PROPOSAL - The Proposer certifies that the proposal submitted by said Proposer is done so without any previous understanding, agreement or connection with any person, firm, or corporation making a proposal for the Same Contract, without prior knowledge of competitive prices, and it is, in ail respects, fair. without outside control, collusion, fraud or otherwise illegal action. 5, SPECIFICATION CHANGES, ADDITIONS AND DELETIONS - All changes In Proposal documents shall be through written addendum, Verbal information obtained otherwise will NOT be considered in awarding Of Propos le. 6. PROPOSAL CHANGES - Proposals, amendments thereto, or withdrawal requests received after the time advertised for Proposal opening, will be veld regardless of when they were mailed. 7. HOLD HARMLESS AGREEMENT - The Contractor agrees to protect, defend, indemnify and hold harmless the City of Waterloo, its officers and employees, their agencies and agents, from any and all claims and damages of every kind and nature made. rendered or incurred by or in behalf of every person or corporation whatsoever. including the parties hereto and their employees that may arise, occur, or grow out of any acts, actions, work or other activity done by the Contractor, its employees, subcontractors or any independent contractors working under the direction of either the Contractor or subcontractor in the performance of this Contract. 8. PROPOSAL REJECTION OR PARTIAL ACCEP- TANCE - The City reserves the right to reject any or all Proposals. The City further reserves the right to waive technicalities and formalities in Proposals, as well as to accept in whole or in part such Proposals where it is deemed advisable in protection of the best interests of the Clty. FAX No. 319-465-3104 P. 007 9. PROPOSAL CURRENCYILANGUAGE - All proposal prices shall be shown in US Dollars ($), All prices must remain firm for the duration of the Contract regardless of the exchange rate. All proposal responses must be submitted In English, 10. PAYMENTS - Payments will be made for all goods/services delivered, inspected and accepted Within 45 days and on receipt of an original invoice. 11. MODIFICATION, ADDENDA & INTERPRETATIONS - Any apparent inconsistent as, or any matter requiring explanation or interpretation, must be inquired into by the Proposer in writing a least 72 hours (excluding weekends and holidays) prior to the time set for the Proposal opening. Any and all such Interpretations or modifications will be in the form of written addenda. All addenda shall become part of the Contract documents and shall be acknowledged and dated on the signature page. 12. LAWS AND REGULATIONS - All applicable State of Iowa and federal laws, ordinances, licenses and regulations of a governmental body having jurisdiction shall apply to the award throughout as the case may be, and are incorporated here by reference. 13. SUBCONTRACTING - No portion of this Proposal may be subcontracted without the prior written approval by the City. 14. ELECTRONIC SUBMITTAL - Telegraphic and/or proposal offers sent by electronic devices (e.g. facsimile machines) are not acceptable and will be rejected upon receipt. Proposing firms will be expected to allow adequate time for delivery of their proposal either by alrfralght, postal seMce, or other means. 15. CANCELLATION - Either party may cancel the award in the event that a petition, either voluntary or Involuntary, Is filed to declare the other party bankrupt or Insolvent or in the event that such party makes an assignment for the benefit of creditors. 16. ASSIGNMENT - Proposer shall not assign this order or any motes to become due hereunder without the prior written consent of the City. Any assignment or attempt at assignment made without such consent of the City shall be void. 17. EQUAL OPPORTUNITY - The successful firm agrees not to refuse to h re, discharge, promote, demote, or to otherwise discriminate In matters of compensation against any person otherwise qualified solely because of age, race, color, religion, sex, sexual orientation. gender Identity, marital status, national origin, citizenship status, disability, or veteran status. 18. TAXES - The City of Waterloo is exempt from sales Lax and certain Other use taxes. Any charges for taxes. from which the City is exempt will he deducted from invoices before payment is made. 19. PROPOSAL INFORMATION IS PUBLIC — All documents submitted With any proposal and the proposal shall become public documents and subject to Iowa Code Chapter 22, which is otherwise known as the "Iowa Open Records LaW'. By submitting any document to the City of Waterloo In connection with a proposal, the submitting party recognized this and waives any RFP FOR ASBESTOS ABATEMENT SERVICS: 907 and 809-811 East 4" Street Page 7 of 9 MAY/29/2018/T E 34:27 PM AAA_Budget_Enviro claim against the City of Waterloo and any of its officers and employees relating to the release of any document or information submitted. Each submitting party shall hold the City of Waterloo and its officers and employees harmless from any claims arising from the release of any document or information made available to the City of Waterloo arising from any proposal opportunity. FAX No. 319-465-3104 P. C EXHIBIT "A" SIGNATURE PAGE RFP FOR ASBESTOS ABATEMENT SERVICES: 807 end 809-811 East 4^ Sheet 0 Page 8 of 9