Request for Proposal (RFP)€¦ · The proposal must include the following: Attachment A, CTH BB,...

15
Request for Proposal (RFP) For Furnishing and Installing HMA for CTH C (CTH F to East Co. Line) Furnishing and Installing HMA for CTH V (Palmer Road to Amberg) Excavating Shoulders, Installing Base Aggregate Dense, Furnishing and Installing HMA for CTH BB (University Dr. to Pond Road) 2014 Construction Season Posting Date: May 6, 2014 Response Deadline: June 2, 2014 3:00 p.m.Central Standard Time (CST) To: Raymond G Palonen, Highway Commissioner Marinette County Highway Department 501 Pine Street Peshtigo, WI 54157

Transcript of Request for Proposal (RFP)€¦ · The proposal must include the following: Attachment A, CTH BB,...

Page 1: Request for Proposal (RFP)€¦ · The proposal must include the following: Attachment A, CTH BB, CTH C, and CTH V Paving Tabulation Sheet Attachment B, Statement of Understanding

Request for Proposal (RFP)

For

Furnishing and Installing HMA for CTH C (CTH F to East Co. Line)

Furnishing and Installing HMA for CTH V (Palmer Road to Amberg)

Excavating Shoulders, Installing Base Aggregate Dense, Furnishing and Installing HMA for CTH

BB (University Dr. to Pond Road)

2014 Construction Season

Posting Date: May 6, 2014

Response Deadline: June 2, 2014

3:00 p.m.Central Standard Time (CST)

To: Raymond G Palonen, Highway Commissioner

Marinette County Highway Department 501 Pine Street

Peshtigo, WI 54157

Page 2: Request for Proposal (RFP)€¦ · The proposal must include the following: Attachment A, CTH BB, CTH C, and CTH V Paving Tabulation Sheet Attachment B, Statement of Understanding

Page 2

Table of Contents

I. BACKGROUND ...................................................................................................................... 3

II. TENTATIVE PROJECT TIMELINE............................................................................................. 3

III. RFP DUE DATE ...................................................................................................................... 3

IV. RFP QUESTIONS .................................................................................................................... 4

V. RFP SUBMISSION REQUIREMENTS ....................................................................................... 4

VI. SCOPE OF SERVICES .............................................................................................................. 4

VII. SPECIAL PROVISIONS ............................................................................................................ 6

VIII. SPECIFICATIONS .................................................................................................................... 7

IX. CONTRACT TERMS ................................................................................................................ 8

X. FINANCIAL VERIFICATION ..................................................................................................... 8

XI. OTHER ................................................................................................................................... 8

WORKERS COMPENSATION INSURANCE: ........................................................................ 9

AUTO LIABILITY INSURANCE: ........................................................................................... 9

GENERAL LIABILITY INSURANCE:...................................................................................... 9

ADDITIONAL INSURED ...................................................................................................... 9

SUBCONTRACTOR ............................................................................................................ 9

WAVIER OF SUBROGATION.............................................................................................. 9

CANCELLATION NOTICE ................................................................................................... 9

PROOF OF INSURANCE ..................................................................................................... 9

XII. PROJECT COORDINATION AND CHANGES ............................................................................ 9

XIII. ATTACHMENTS ................................................................................................................... 10

Page 3: Request for Proposal (RFP)€¦ · The proposal must include the following: Attachment A, CTH BB, CTH C, and CTH V Paving Tabulation Sheet Attachment B, Statement of Understanding

Page 3

I. BACKGROUND Marinette County is requesting proposals for pulverizing, grading, installing base aggregate dense, replacing failed culverts, restoration, erosion control, furnishing and installing hot mix asphalt pavement, shouldering, and latex line painting for CTH BB (University Dr. to Pond Road), and CTH V (Palmer Road to Amberg). Furnishing and installing a hot mix asphalt leveling course and overlay, shouldering, and latex line painting for CTH C (CTH F to East Co. Line). Notwithstanding any other provisions of the RFP, Marinette County reserves the right to reject any or all proposals, to waive any irregularity or informality in a proposal, and to accept or reject any item or a combination of items when doing so would be to the advantage of Marinette County or its taxpayers.

It is further within the right of Marinette County to reject proposals that do not contain all elements and information requested in this document. Marinette County shall not be liable for any losses incurred by the vendor making the proposal throughout this process. The cost of preparing a response to this RFP is not reimbursable in part or in whole to the vendor. Any proposal received will become the property of Marinette County and a matter of public record. Any proprietary material or information should be marked and submitted as a supplement to the proposal to allow the County to protect the information as warranted.

II. TENTATIVE PROJECT TIMELINE

RFP posted by 4:30 p.m. May 6, 2014 RFP questions due by 3:00 p.m. May 21, 2014 RFP questions answered by 4:30 p.m. May 22, 2014 RFP responses due from potential vendors by 3:00 p.m. June 2, 2014

III. RFP DUE DATE

Proposals shall be submitted to the Marinette County Highway Commissioner by no later than 3:00 p.m. central time on June 2, 2014. Proposals shall be clearly labeled Furnish and Install Hot Mix Asphalt for CTH BB, CTH C, and CTH V and submitted to the location/address listed below. Faxed and emailed proposals will not be accepted.

Delivery Address for Hand Delivery, USPS, UPS, Fed X: Raymond G Palonen, Highway Commissioner Marinette County Highway Department Furnish and Install Hot Mix Asphalt for CTH BB, CTH C, and CTH V 501 Pine Street Peshtigo, WI 54157 Each proposal must be received by the due date and time set for this RFP. A proposal received after the established deadline will not be considered.

Page 4: Request for Proposal (RFP)€¦ · The proposal must include the following: Attachment A, CTH BB, CTH C, and CTH V Paving Tabulation Sheet Attachment B, Statement of Understanding

Page 4

IV. RFP QUESTIONS All questions related to this RFP must be submitted not later than 3:00 p.m. CST, May 21, 2014, via e-mail to [email protected]. Clearly mark the e-mail “Questions for Furnish and Install Hot Mix Asphalt for CTH BB, CTH C, and CTH V.” Phone call or faxed questions will not be accepted.

Answers to questions will be posted in the form of an addendum to the RFP and placed on the Marinette County website http://www.marinettecounty.com on May 22, 2014, not later than 4:30 p.m. CST. It is the responsibility of all interested vendors to access the website for this information. Calls for assistance with the website may be made to (715) 732-7419.

V. RFP SUBMISSION REQUIREMENTS The proposal shall be sealed and labeled with the following information:

Name of Vendor Address Contact Person Telephone and Facsimile Number E-mail Address

One original response and one copy are required to be submitted.

The proposal must include the following:

Attachment A, CTH BB, CTH C, and CTH V Paving Tabulation Sheet

Attachment B, Statement of Understanding

Attachment C, Addendum Sheet, if applicable

The vendor shall specify the unit prices.

Upon award of the contract, the selected vendor will be required to submit a federal W-9 Form and payment address to Marinette County. Vendors previously established with the county may have this requirement waived. The proposal shall be prepared with a straightforward, concise delineation of the vendor’s capabilities to satisfy the requirements of this RFP.

A vendor may withdraw or modify its proposal prior to the proposal due date. Any changes or withdrawals must be made in writing prior to the proposal due date.

VI. SCOPE OF SERVICES

CTH BB (University Dr. to Pond Road) +/- 89,000 SY HMA +/- 10,000 CY Shoulder Excavation

+/- 40,000 Ton 1 ¼” Base Agg. Dense +/- 1,200 Ton Shoulder Agg.

+/- 5,000 LF Saw cutting +/- 90,600 LF Latex Line Painting

Page 5: Request for Proposal (RFP)€¦ · The proposal must include the following: Attachment A, CTH BB, CTH C, and CTH V Paving Tabulation Sheet Attachment B, Statement of Understanding

Page 5

Marinette County is soliciting proposals for pulverizing and paving CTH BB from University Dr. to Pond Road (approximately 5.7 miles). Work under this contract will include pulverizing, excavating shoulders to accommodate a 26ft total pavement width (2-11ft travel lanes, 2ft paved shoulders) and 1 foot gravel shoulders, removing and re-installing mailboxes, installing temporary mailboxes on side roads by coordinating with the Marinette Post Office, backfilling and compacting shoulder excavation with 1 ¼” BAD (or approved equivalent) by mechanical means to a density meeting 95% standard proctor, installing 4 inches of 1 ¼” BAD (or approved equivalent) over the entire roadway prior to pulverization, fine grading and compacting (no grades will be provided) to ensure a smooth ride, installing a minimum compacted 2” E-0.3 or E1-19.0mm lower layer HMA, installing a minimum compacted 1 ½” E-0.3 or E1-12.5mm Upper Layer HMA, installing 1 foot gravel shoulders, installing latex edge lines and centerline painting to match existing passing and no passing zones, and traffic control and signing meeting the MUTCD. Driveways and intersections will require saw cutting to allow HMA to be installed to provide a seamless transition between new asphalt and existing asphalt. Sample coring of the asphalt is anticipated to verify pavement thickness. Work to be completed by October 15, 2014. CTH C (CTH F to West Co. Line) +/- 72,000 SY HMA +/- 300 LF 24” Culvert +/- 200 LF 18” Culvert +/- 42 LF 15” Culvert

Marinette County is soliciting proposals for the overlay of CTH C from CTH F to the east county line (approximately 5.5 miles). Work under this project will consist of replacing steel culverts (culverts, band, and endwalls to be supplied by Marinette County), installing a compacted E-0.3 or E1-12.5mm leveling course to fill ruts and depressions, installing a minimum compacted 1 ½” E-0.3 or E1-12.5mm overlay 22 ft wide, installing gravel shoulders to match existing dimensions, installing latex edge line and centerline painting to match existing passing and no passing zones, and traffic control and signing meeting the MUTCD. Driveways and intersections will require a milled or sawed butt joint to match new pavement with existing pavement. Culverts are required to be installed at the same slope and grade as existing, backfill must be compacted in 1 foot lifts by mechanical means to 95% of a standard proctor, compaction equipment must be approved by Marinette County prior to commencing work (small plate compactors will not be allowed), questionable compaction will be tested. Sample coring of the asphalt is anticipated to verify pavement thickness. Work to be completed by October 15,2014. CTH V (Palmer Road to Amberg ) +/- 77,000 SY HMA +/- 330 LF 24” Culvert +/- 50 LF 36” Culvert +/- 8,000 CY Grading Marinette County is soliciting proposals for the paving of CTH V from Palmer Road to Amberg (approximately 5.7 miles). Work under this project will consist of replacing steel culverts (culverts, band, and endwalls to be supplied by Marinette County), pulverizing the existing asphalt pavement, installing a minimum compacted 2” E-0.3 or E1-19.0mm

Page 6: Request for Proposal (RFP)€¦ · The proposal must include the following: Attachment A, CTH BB, CTH C, and CTH V Paving Tabulation Sheet Attachment B, Statement of Understanding

Page 6

lower layer asphalt and a minimum compacted 1 ½” E-0.3 orE1-12.5mm upper layer asphalt pavement 22 ft wide, installing gravel shoulders, installing latex edge line and centerline painting to match existing passing and no passing zones, and traffic control and signing meeting the MUTCD. Driveways and intersections will require a butt joint to match new pavement with existing pavement. Culverts are required to be installed at the same slope and grade as existing, backfill for culverts and grading fill areas must be compacted in 1 foot lifts by mechanical means to 95% of a standard proctor, compaction equipment must be approved by Marinette County prior to commencing work in culvert locations (small plate compactors will not be allowed), questionable compaction will be tested. Sample coring of the pavement is anticipated to verify pavement thickness. Work to be completed by October 15, 2014.

VII. SPECIAL PROVISIONS It is the understanding of Marinette County prevailing wages apply to all three projects; a wage determination has been completed. CTH BB (University Dr. to Pond Road) Determination No. 201402682 CTH C (CTH F to West Co. Line) Determination No. 201400706 CTH V (Palmer Road to Amberg) Determination No. 201400707 Affidavits of compliance shall accompany invoices to the Marinette County Highway Department. All proposal prices provided shall remain in effect without adjustment until December 31, 2014. If work must carry over into 2015, prices will remain in effect until which time each project has been completed. The vendor will provide Hot Mix Asphalt Materials Mix-Type E-0.3 or type E-1 with PG 58-28 asphalt cement. Vendor will provide a Hot Mix Asphalt plant with recycle capabilities and minimum capacity of 250 tons per hour. The vendor will be allowed a set-up in a Marinette County Pit using Marinette County’s aggregate provided the use is for state or local projects as defined by Marinette County. Advance permission and a separate agreement for material royalties and pit restoration with Marinette County’s Highway Department is required. Price per ton includes mobilization and set up, WisDOT spec material, aggregate, liquid asphalt, and all incidentals necessary to complete the work.

Page 7: Request for Proposal (RFP)€¦ · The proposal must include the following: Attachment A, CTH BB, CTH C, and CTH V Paving Tabulation Sheet Attachment B, Statement of Understanding

Page 7

VIII. SPECIFICATIONS This work shall consist of the preparation of base aggregate dense and mixture for Hot Mix & Cold Mix Asphalt materials. The requirements of the following sections and subsections of the Standard Specifications for Highway and Structure Construction of the State of Wisconsin, Department of Transportation, Division of Highways, latest Edition and supplement include:

350 Base Aggregate Dense 450 General requirements for asphaltic pavement 455 Asphaltic materials 460 Hot mix asphalt 465 Asphalt surface

The Vendor shall provide a current mix design for each type of asphalt pavement that will be produced. The mix design shall be done by a testing laboratory at the Vendor’s expense. The mix design shall be done according to WisDOT specifications. The Vendor shall notify Marinette County in writing whenever an aggregate source is changed and provide quality control testing that verifies asphalt mixture meets all design criteria.

The cost of the mix design shall be incidental to and included in the unit price provided.

BITUMINOUS PLANT AND EQUIPMENT The bituminous plant and equipment shall comply with the requirements of Subsection 405.3.1.1, Equipment, Standard Specifications for Highway and Structure Construction of the State of Wisconsin, Department of Transportation, Division of Highways, latest Edition.

ASPHALT TESTING AND ACCEPTANCE: All asphaltic concrete pavement mix material quality control testing shall comply with the provisions of Section 460 of the Standard Specifications for Highway and Structure Construction of the State of Wisconsin, Department of Transportation, latest Edition.

The Vendor will provide in-house quality control which documents the material provided by the asphalt plant meets the project specifications. This documentation will include tests taken throughout the production. This may include tests, which were specifically taken only for the County production. If the extraction and gradation test fails, or if owner detects a problem, additional tests may be required. The cost of testing shall be incidental to, and included in, the unit price provided.

Marinette County may select an independent quality assurance testing laboratory at any time to verify asphalt quality control testing. The laboratory shall be certified to do any owner require verification testing work at the owner’s expense.

Page 8: Request for Proposal (RFP)€¦ · The proposal must include the following: Attachment A, CTH BB, CTH C, and CTH V Paving Tabulation Sheet Attachment B, Statement of Understanding

Page 8

METHOD OF MEASUREMENT The CTH BB, CTH C, and CTH V project activities will be measured by the square yard (SY) for hot mix asphalt pavement, all other work associated with the completion of each project is incidental to the project. Quantities listed are estimates only, contractors are encouraged to visit each project and verify quantities for the purpose of estimating the cost of the work.

BASIS OF PAYMENT The CTH BB, CTH C, and CTH V projects, as provided above, will be paid for by the square yard (SY) for all work associated with pulverizing, excavation, culvert installation, base aggregate dense, shaping, asphalt paving, line painting, shouldering, traffic control and signing, and all other incidental work. Price shall be full compensation for furnishing, including all labor, tools, equipment, materials and incidentals necessary to complete the work. 10% of the total contract price for each project will be retained until all work has been completed and approved by the Marinette County Highway Department or its designated representative.

IX. CONTRACT TERMS The vendor may provide a contract to be approved by Marinette County Corporation Counsel. If the vendor does not provide a contract, the vendor shall be required to sign a contract similar to Attachment D.

X. FINANCIAL VERIFICATION Vendor’s financial solvency may be verified through financial background checks via Dun & Bradstreet or other means prior to contract award. Marinette County reserves the right to reject Proposals based on information obtained through these background checks.

XI. OTHER

All work shall conform to all applicable industry standards, federal, state and local laws, codes and ordinances. No vendor will be provided with financial and/or competitive vendor information on this Proposal until after the award of contract has been made. At that time, all Proposals will be available for review in accordance with the Wisconsin Open Records Law. Marinette County shall not be held liable for any claims arising from disclosure required under the Wisconsin Open Records Law.

Marinette County and its departments are exempt from payment of all federal, state and local taxes on its purchases except Wisconsin excise taxes.

Any contract between vendor and Marinette County shall be subject to the laws of the State of Wisconsin. In connection with the performance of work under such contract, the vendor agrees not to discriminate against any employee or applicant for employment because of age, race, religion, color, handicap, sex, physical condition, developmental disability, sexual orientation, or national origin.

Page 9: Request for Proposal (RFP)€¦ · The proposal must include the following: Attachment A, CTH BB, CTH C, and CTH V Paving Tabulation Sheet Attachment B, Statement of Understanding

Page 9

By responding to this Proposal, prospective vendors acknowledge and accept the attachments, including insurance requirements and service template contract sample attached. WORKERS COMPENSATION INSURANCE:

Vendor shall provide statutory workers compensation insurance coverage for its employees who will not be considered employees of Marinette County in any way. AUTO LIABILITY INSURANCE:

Vendor shall provide a minimum of $300,000 per occurrence to cover bodily injury and property damage arising out of ownership, maintenance, or use of any motor vehicle, including non-owned and hired. GENERAL LIABILITY INSURANCE:

Vendor shall provide a minimum limit of $1,000,000 per occurrence broad form coverage. ADDITIONAL INSURED

The vendor agrees that all liability coverage policies shall name Marinette County as additional insured with respects to liability arising out of activities performed by or on behalf of the vendor/contractor; products and completed operations of vendor/contractor; premises owned, occupied or used by vendor; or automobiles owned, leased, hired or borrowed by vendor. The coverage shall contain no special limitations on the scope of protection to the County.

SUBCONTRACTOR

Subcontractors of the vendor are subject to the same requirements as is vendor.

WAVIER OF SUBROGATION

Insurers shall waive all subrogation rights against Marinette County on all policies required under this section.

CANCELLATION NOTICE

Marinette County will be given a 30 day notice in advance of cancellation, non-renewal, or material change in coverage.

PROOF OF INSURANCE

Valid Certificates of Insurance shall be issued to Marinette County prior to the execution of the contract.

XII. PROJECT COORDINATION AND CHANGES

Project coordination and communications shall be between the Marinette County Highway Department or its designated representative(s) and the vendor, failure to utilize proper communication channels may lead to payment withholding for unauthorized work. Marinette County reserves the right to make changes to the project,

Page 10: Request for Proposal (RFP)€¦ · The proposal must include the following: Attachment A, CTH BB, CTH C, and CTH V Paving Tabulation Sheet Attachment B, Statement of Understanding

Page 10

all changes shall be mutually agreed upon in writing by the Vendor and the Marinette County Highway Department or its designated representative.

XIII. ATTACHMENTS CTH BB, CTH C, and CTH V Paving Tabulation Sheet, Attachment A Statement of Understanding, Attachment B Addendum Sheet, Attachment C Sample Contract, Attachment D

Page 11: Request for Proposal (RFP)€¦ · The proposal must include the following: Attachment A, CTH BB, CTH C, and CTH V Paving Tabulation Sheet Attachment B, Statement of Understanding

Page 11

ATTACHMENT A

2014 CTH BB, CTH C, and CTH V Paving Tabulation Sheet

CTH BB (University Dr. to Pond Rd) $__________ / SY Hot Mix Asphalt

+/- 10,000 CY Shoulder Excavation

+/- 40,000 Ton 1 ¼” Base Agg. Dense +/- 1,200 Ton Shoulder Agg.

+/- 5,000 LF Saw cutting +/- 90,600 LF Latex Line Painting

Total +/- 89,000 SY $___________________

CTH C (CTH F to West Co. Line) $__________ /SY Hot Mix Asphalt

+/- 300 LF 24” Culvert +/- 200 LF 18” Culvert +/- 42 LF 15” Culvert +/- 87,100 LF Latex Line Painting

Total +/- 72,000 SY $___________________

CTH V (CTH C to Amberg) $__________ /SY Hot Mix Asphalt

+/- 330 LF 24” Culvert +/- 50 LF 36” Culvert +/- 89,000 LF Latex Line Painting

Total +/- 77,000 SY $___________________

I have full authority to make such statements and to submit this proposal as the duly recognized representative of the Proposer.

________________________________ _________________ Signature of Duly Authorized Individual Date

Printed Name: _______________________________________________________

Title: _______________________________________________________

Address: _______________________________________________________

Phone Number: _______________________________________________________

Email: _______________________________________________________

Page 12: Request for Proposal (RFP)€¦ · The proposal must include the following: Attachment A, CTH BB, CTH C, and CTH V Paving Tabulation Sheet Attachment B, Statement of Understanding

Page 12

ATTACHMENT B

2014 CTH BB, CTH C, and CTH V Paving Statement of Understanding of Proposal

____________________________________ Vendor name ____________________________________ Vendor’s address

____________________________________ City State Zip code

____________________________________ Contact person’s name & position

_____________________________________________________________ Vendor’s Phone number Vendor’s Fax Number

We have read the County’s Request for Proposals (RFP) for CTH BB, CTH C, and CTH V Paving and fully understand its intent. We certify that we have adequate personnel, equipment, and license to perform said services. We understand our ability and fitness to perform shall be judged solely by Marinette County. In addition, we certify that:

(a) Our proposal is not made in the interest or on behalf of any person not named therein;

(b) We have not directly or indirectly induced or solicited any person to submit a

false or misleading proposal or to refrain from proposing;

(c) We have not in any manner sought by collusion to secure an advantage over any other vendor;

(d) We have thoroughly examined the RFP requirements, and our proposed fees

cover all costs for service/equipment we have proposed; and

(e) We acknowledge and accept all the terms and conditions included in the RFP ________________________________ _________________ Signature of vendor or vendor’s Representative Date

Page 13: Request for Proposal (RFP)€¦ · The proposal must include the following: Attachment A, CTH BB, CTH C, and CTH V Paving Tabulation Sheet Attachment B, Statement of Understanding

Page 13

ATTACHMENT C

2014 CTH BB, CTH C, and CTH V Paving Addendum Sheet

(If Addendums exist for this project, please sign, date, and submit with Proposal.)

The undersigned acknowledges receipt of the following addenda:

Addendum #1 _______________________ Initials _______________ Addendum #2 _______________________ Initials _______________ Addendum #3 _______________________ Initials _______________ Addendum #4 _______________________ Initials _______________ Addendum #5 _______________________ Initials _______________ The undersigned agrees with the following statement: I have examined and carefully prepared the response to proposal from the plans and specifications and have checked the same in detail before submitting to Marinette County. Name Signature Date All vendors are responsible to check for addenda, posted on the county website at www.marinettecounty.com, for this project prior to the due date. No notification will be sent if addenda are posted unless there is an addendum within three (3) business days of RFP due date. All vendors receiving initial notification of project will be notified by Marinette County of all addenda issued within three (3) business days prior to due date. If a RFP has already been submitted, vendor is required to acknowledge receipt of addendum via fax or e-mail prior to due date. A new RFP response must be submitted by vendor if addendum affects costs. Vendors that do not have internet access are responsible to contact Marinette County at 715-732-7419 to ensure receipt of addenda issued. RFPs that do not acknowledge addendums may be rejected. All RFPs submitted shall be sealed. Envelopes are to be clearly marked with required information. Sealed RFPs that are opened by mistake due to inadequate markings on the outside may be rejected and returned to the vendor.

Page 14: Request for Proposal (RFP)€¦ · The proposal must include the following: Attachment A, CTH BB, CTH C, and CTH V Paving Tabulation Sheet Attachment B, Statement of Understanding

Page 14

ATTACHMENT D

MARINETTE COUNTY SAMPLE AGREEMENT

THIS AGREEMENT is made by and between Marinette County, a municipality, hereinafter referred to as COUNTY, and ________________________________, hereinafter referred to as VENDOR, for the purpose of _________________________________________________________. The parties agree as follows: 1. Contact Persons and Contract Administrators:

COUNTY’s agent and contact person is: Name Whose principal business address is: Department Address

Marinette WI 54143

VENDOR agent and contact person is:

Name: Title: Company: Address: City, State:

Telephone: 2. VENDOR agrees the following services, as set forth in the response to the Request for

Proposal (RFP) dated ____________________ will be provided to Marinette County. 3. VENDOR agrees to present manufacturer’s literature regarding materials & warranty.

4. Start/Completion dates to be determined.

5. COUNTY agrees to the following:

Payment Terms – COUNTY will pay the VENDOR within 30 days of receipt of an invoice.

6. Both parties agree that the relationship between the parties shall be that of an independent VENDOR and shall not be construed to be an Employer-Employee relationship; specifically the parties agree that:

VENDOR will be responsible to pay all Federal, State and social security taxes on any income received under this Agreement.

COUNTY will pay no fringe benefits or other compensation to VENDOR.

Page 15: Request for Proposal (RFP)€¦ · The proposal must include the following: Attachment A, CTH BB, CTH C, and CTH V Paving Tabulation Sheet Attachment B, Statement of Understanding

Page 15

7. VENDOR will provide and maintain certificates of insurance with minimum limits as follows:

General liability, each occurrence $1,000,000 Auto liability, each occurrence $ 300,000 Workers Compensation Statutory Requirements

Certificates of insurance indicating COUNTY as additional insured must be presented to COUNTY’s agent with a signed copy of this agreement prior to commencing work. Additionally, all policies shall contain endorsements by respective insurance companies waiving all rights of subrogation, if any, against COUNTY and shall further provide that policies are not cancelable except upon thirty days written notice to COUNTY.

8. VENDOR hereby agrees to release, indemnify, defend and hold harmless Marinette County, its officials, officers, employees and agents from and against all judgments, damages, penalties, losses, costs, claims, expenses, suits, demands, debts, actions and/or causes of action of any type or nature whatsoever, including actual and reasonable attorney fees, which may be sustained or to which they may be exposed, directly or indirectly, by reason of personal injury, death, property damage, or other liability, alleged or proven, resulting from or arising out of the performance under this agreement by vendor, its officers, officials, employees, agent or assigns. Marinette County does not waive, and specifically reserves, its right to assert any and all affirmative defenses and limitations of liability as specifically set forth in Wisconsin Statutes, Chapter 893 and related statutes.

9. This contract may be amended in writing by mutual agreement of both parties at any

time. 10. This agreement shall be governed by the laws of the State of Wisconsin. 11. COUNTY may terminate this agreement in the event VENDOR breaches any of the terms

of the agreement or for unsatisfactory performance by VENDOR. Termination shall be immediate upon written notification by the COUNTY.

__________________________________________________ _____________________ VENDOR Date _________________________________________________ _____________________ Kathy Brandt, County Clerk Date