Solicitation 14306 CEMETERY MANAGEMENT


[PDF]Solicitation 14306 CEMETERY MANAGEMENT...

1 downloads 169 Views 487KB Size

City of Provo

Bid 14306

5

Solicitation 14306

CEMETERY MANAGEMENT SOFTWARE AND DATABASE MIGRATION

Bid designation: Public

City of Provo

6 3/16/2015 12:18 PM

p. 1

City of Provo

Bid 14306

Bid 14306 CEMETERY MANAGEMENT SOFTWARE AND DATABASE MIGRATION Bid Number   

14306

Bid Title   

CEMETERY MANAGEMENT SOFTWARE AND DATABASE MIGRATION

Bid Start Date

Mar 16, 2015 12:15:48 PM MDT

Bid End Date

Apr 2, 2015 5:00:00 PM MDT

Question & Answer End Date

Mar 31, 2015 2:00:00 PM MDT

Bid Contact   

Thomas Mckenna

5

Parks Division Project Coordinator 801-852-6643 [email protected] Contract Duration    One Time Purchase Contract Renewal    Not Applicable Prices Good for   

60 days

Bid Comments

Provo City is accepting SEALED BIDS for CEMETERY MANAGEMENT SOFTWARE AND DATABASE MIGRATION, 1417 South 350 East, Provo, Utah.  Please refer to the bid documents for more information.  The cost to prepare the bid is to be solely borne by the  bidder.

Item Response Form

Item    

14306-01-01 - CEMETERY MANAGEMENT SOFTWARE AND DATABASE MIGRATION

Quantity   

1 each

Prices are not requested for this item. Delivery Location          City of Provo Provo City Cemetery   610 South State Street   Provo UT  84601 Qty 1 Description --

6 3/16/2015 12:18 PM

p. 2

City of Provo

Bid 14306

PARKS AND RECREATION DEPARTMENT REQUEST FOR BID CEMETERY MANAGEMENT SOFTWARE AND DATABASE MIGRATION BID No. 14306 Submission Date:

Thursday, April 2, 2015

Submission Time:

5:00 P.M.

Submission Place:

BidSync

Identify your submission as: BID # 14306 "CEMETERY MANAGEMENT SOFTWARE AND DATABASE MIGRATION" Carefully read all instructions, requirements and specifications. Fill out all forms properly and completely. Submit your BID with all appropriate supplements and/or samples. Please file your bid electronically on BidSync. For additional information, contact: Thomas McKenna, Parks Project Coordinator (801) 852-6643 or [email protected] You must sign below; failure to sign WILL disqualify the offer. All prices must be typewritten or written in ink. Total Amount of BID:

$

Company Name: Company Address: Company Address: Telephone Number: E-mail address: Fax Number: Title: Print Name: Signature: My signature attests that: I have carefully reviewed all the contract documents, drawings, specifications and additional requirements and instructions that have been issued concerning the above project. I understand the scope of work and requirements of the project. The total construction cost is the fee to be compensated to the contractor for fully completing all requirements contained in the contract documents and providing a complete and fully operating system. Contractor will provide all equipment, labor, and materials required to fully complete the project. (Contract is not valid until purchase order is issued.)

1

3/16/2015 12:18 PM

p. 3

City of Provo

Bid 14306

TABLE OF CONTENTS NOTICE INVITING BIDS ..................................................................................................... …………………..

4

SECTION 1: ........................................................................................................................ INTRODUCTION 1.1 ............................................................................................................... SCOPE OF THE WORK 1.2 ..............................................................................................................................UNIT PRICING

5 5 6

SECTION 2: .................................................................................................... GENERAL REQUIREMENTS 2.1 .......................................................................................... SCOPE OF TERMS & CONDITIONS 2.2 ................................................................................ STATEMENT ON IMMIGRATION STATUS 2.3 .................................................................................................................. SUBMISSION OF BID 2.4 ............................................................................................................. AWARD OF CONTRACT 2.5 ...............................................................................................................ADDENDA TO THE BID 2.6 ...............................................................................................DISCLOSURE OF BID CONTENT 2.7 ................................................................................................................... SUBSTANTIVE BIDS 2.8 ................................................................................................................................BID BINDING 2.9 ...................................................................................................................... ECONOMY OF BID 2.10 ............................................................................................... AUTHORIZATION TO PUBLISH 2.11 ..................................................................................................................... QUALIFICATIONS 2.12 .................................................................................................................... INDEMNIFICATION 2.13 ............................................................................................................................... INSURANCE 2.14 .............................................................................................................. FAILURE TO DELIVER 2.15 .............................................................. EVALUATION PROCESS & SELECTION CRITERIA 2.16 ....................................................................................................................................... PRICES 2.17 ..................................................................................................... INVOICES AND PAYMENTS 2.18 ............................................................................................... INDEPENDENT CONTRACTOR 2.19 ................................................................................ ASSIGNMENT AND SUBCONTRACTING 2.20 ................................................................. RIGHT OF OWNER TO TERMINATE CONTRACT 2.21 ....................................................................................................... LAWS AND ORDINANCES 2.22 ....................................................................................................... CONFIDENTIAL MATTERS 2.23 ..................................................................................................................... FORCE MAJEURE 2.24 ...................................................................................................................... CHANGE ORDER 2.25 ....................................................................................................... CONFIDENTIAL MATTERS 2.26 .............................................................................................................. SAFETY OBLIGATION

6 6 6 7 7 7 7 7 8 8 8 8 8 9 9 9 10 10 10 10 11 11 11 11 12 12 12

NOTICE OF AWARD ................................................................ ………………………………………………….

13

AGREEMENT .................................................................................................................................................

14

NOTICE TO PROCEED ..................................................................................................................................

16

CHANGE ORDER FORM ...............................................................................................................................

17

SECTION 3: ........................................................................ SPECIAL REQUIREMENTS / INSTRUCTIONS 3.1 .........................................................CONTRACTOR'S FAMILIARITY WITH SITE AND WORK 3.2 ........................................................................ INFORMATION REQUIRED OF RESPONDENT CONTRACTOR INFORMATION .......................................................................................... CONTRACTOR MUST LIST 5 PROJECTS ......................................................................... LIST OF SUBCONTRACTORS ............................................................................................ NON-COLLUSION AFFIDAVIT OF CONTRACTOR ........................................................... NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR ................................................... CERTIFICATION OF NONSEGREGATED FACILITIES ..................................................... 3.3 ............................................................................................................ TIME FOR COMPLETION 3.4 .............................................................................................................LIQUIDATED DAMAGES

18 18 18 19 20 21 22 23 24 25 25

2

3/16/2015 12:18 PM

p. 4

City of Provo

Bid 14306

3.5 .................................................................................... RESPONSIBILITIES OF CONTRACTOR 3.6 ........................................................................................ INTERPRETATIONS AND ADDENDA 3.7 .................................................................................................................... COMMUNICATIONS 3.8 ............................................................................CONTRACT DOCUMENTS AND DRAWINGS 3.9 ..............................................................................................................................UNIT PRICING 3.10 ......................................................................................................... CHANGES IN THE WORK 3.11 ............................................................................................... PAYMENTS TO CONTRACTOR

25 25 26 26 26 26 27

UNIT PRICE SCHEDULE (BASE BID) ..........................................................................................................

28

3

3/16/2015 12:18 PM

p. 5

City of Provo

Bid 14306

NOTICE INVITING BIDS Provo City is accepting SEALED BIDS for CEMETERY MANAGEMENT SOFTWARE AND DATABASE MIGRATION, 1417 South 350 East, Provo, Utah, BID NUMBER 14306 . APPROXIMATE DESCRIPTION as follows: The Provo City Cemetery (Cemetery), established in 1853, is currently expanding by an additional 13,000 burial plots. The Cemetery’s current management software is obsolete and is in need of new management software. Please refer to the Scope of Work below for more information. Owner:

Provo City Corporation Parks and Recreation Department 1417 S 350 E Provo, Utah 84606 Contact: Thomas McKenna, Project Manager 801-852-6643 [email protected]

SEALED BIDS will be received via BidSync until Thursday, April 2, 2015 at 5:00 P.M., local time. BIDS received after this time will not be accepted. Contract Documents may be downloaded from www.BidSync.com Provo City reserves the right to reject any or all BIDS; or to accept or reject the whole or any part of any BID; or to waive any informality or technicality in any BID in the best interest of the city. Contracts for work under this BID will obligate the Contractor and Subcontractors not to discriminate in employment practices. Contractors shall submit a compliance report. BID INFORMATION: All potential Contractors finding inconsistencies or ambiguities in the BID or seeking clarifications must submit their questions to BidSync. Clarifications and answers to questions will be posted on BidSync in the form of an answer to a question, an Addendum, or another document.

4

3/16/2015 12:18 PM

p. 6

City of Provo

SECTION 1: 1.1

Bid 14306

INTRODUCTION

SCOPE OF THE WORK

SCOPE OF THE WORK Background Information Provo City is soliciting this BID from qualified vendors to provide new management software for the Cemetery. The city currently uses a legacy custom developed application to manage its cemetery operations. The custom application was developed in Delphi and leverages MySQL for the database backend and Blue Marble for the mapping functionality. Provo City infrastructure is primarily virtualized with VMware ESX. Systems are primarily Windows based. Databases are primarily Microsoft SQL. All City GIS needs except the current cemetery software is done with ESRI 1)

Proposal Requirements a) Feature Requirements i) GIS mapping interface with access to the data through map interaction ii) Multiple burial plot mapping sizes, configurations, direction, mausoleum spaces, niches, columbaria, and other interment options that may apply. iii) Property ownership mapping shall be customizable and capable of producing irregular shaped pieces of property. iv) Database must allow access to record by searching any of the following: first or last name, date of birth or death, burial date (month, day, year), plot or lot location, property ownership and any other method that may apply. v) A database that may query number of interments, revenue, plots sold by month or year. vi) Customizable reporting options shall include: work orders, grave site opening and closing, patron concern, property certificates and any other that may apply vii) Image management shall include: property ownership, burial lot location, irrigation valve, sprinkler heads, isolation valve, faucet location, tree planting, and site lighting viii) Excellent product training, support and upgrades. ix) Compatibility with Windows based operating systems. x) Online research by any of the following: name (first or last), burial date, burial location and they must be able to connect or print a burial map location xi) Integrated accounting functions b) Technical Requirements i)

Core Requirement (1) Virtualized Server (a) Servers required for the solution can be virtualized in our current VMWare infrastructure (2) Supported Operating Systems (a) Client & Servers are Microsoft based. Public access provided by Web/Mobile application. (3) Hosted or Client-Server (a) Identify if the solution is hosted or a client-server application. (4) Operating System (a) What server and client operating systems are supported by this product? (5) Hardware & Software (a) What are the minimum and recommended hardware and software requirements for both server and client? (6) Database 5

3/16/2015 12:18 PM

p. 7

City of Provo

Bid 14306

(a) What database technology is supported by this product? (b) What processes are available for data migration? (7) Mapping (a) What mapping technology is supported by this product? (8) Scalability (a) Detail scalability of solution for future growth requirements (9) What programing languages/frameworks are used for development? (10) How many Full Time Equivalents (FTE) are required to successfully support & maintain the solution? The cost to migrate the existing 40,000 to 45,000 record database into the new software shall also be included in the proposal. Other work and costs shall include transferring the existing mapping of the 45 acre site and adding the 8 acre expansion area. It is expected that the chosen contractor will follow the contents of this document with due perseverance. 1.2

UNIT PRICING

Any BID in which a total price for all items is submitted without quoting a unit price for each and every separate item shall be considered non-responsive and will be rejected. Contractors may restrict their BID to consideration in the aggregate by so stating, but shall name a single unit price on each item. Unit prices given will be totaled by Owner’s representatives in order to determine lowest price. In the event Contractor makes arithmetic mistakes in the quoted total BID price, unit prices will govern. The Contractor, as part of his BID, shall complete the unit price schedule and enter a dollar amount for every line item listed. The items enumerated shall be listed in a Unit Price Schedule, by item number, item description, item quantity, item unit cost and item extended cost. The City reserves the right to reject any or all of the items in the Unit Price Schedule, and award the contract in whole or in part, if it is deemed in the City’s best interest. SECTION 2: 2.1

GENERAL REQUIREMENTS

SCOPE OF TERMS & CONDITIONS

Before submitting a BID, Contractor shall be thoroughly familiar with all contract conditions referred to in this document and any addenda issued before the BID submission date. Such addenda shall form a part of the BID. It shall be the Contractor’s responsibility to ascertain that the BID includes all addenda issued prior to the BID submission date. Contractors, by virtue of submission of a BID, acknowledge and accept these Terms and Conditions. General Requirements apply to all advertised BIDS, however, these may be superseded, whole or in part, by SECTION 3: SPECIAL REQUIREMENTS/INSTRUCTIONS OR OTHER DATA CONTAINED HEREIN. All Contractors should carefully review SECTION 3.2, INFORMATION REQUIRED OF RESPONDENT and be sure that the BID submittal is complete. 2.2

STATEMENT ON IMMIGRATION STATUS

All Responders are reminded of the requirements of the Utah Code Section 63G-11-103 that Provo City is prohibited from entering into any contract for the performance of services with any successful Contractor who does not provide the City with proof of registration and participation in a federally approved immigration status verification system. Failure to provide the required proof may be grounds for rejection of a successful BID.

6

3/16/2015 12:18 PM

p. 8

City of Provo

2.3

Bid 14306

SUBMISSION OF BID

Contractors must fill out and submit electronically on BidSync. The BID must be received no later than 5:00 P.M. Local Time, Thursday, April 2, 2015. All BIDS become the property of Provo City (the Owner) upon receipt of same by the Owner. The content of all BIDS will be kept confidential until an award is made, after which the content will no longer be kept confidential, except as provided in SECTION 2.6 DISCLOSURE OF BID CONTENT. Unless specifically authorized by the Project Manager, telephonic BIDS will not be considered. However modifications by telegraph fax, etc., of BIDS already submitted will be considered if received prior to the time for opening of BIDS. An authorized representative of the Contractor shall sign the Cover Sheet. This contract will be binding only when signed by the Owner and a Purchase Order has been issued. The Owner is not liable for any cost incurred by Contractor associated with the preparation of a BID or the negotiation of a contract for services. 2.4

AWARD OF CONTRACT

Contract may be negotiated with Contractor whose BID is determined to be most responsive to the Owner’s needs and most advantageous to the Owner, considering cost as well as other factors based on the criteria described herein, all as solely determined by the Owner. AWARD OF CONTRACT MAY BE MADE WITHOUT DISCUSSION AFTER BIDS ARE RECEIVED. BIDS should, therefore, be submitted initially on the most favorable terms, from price, service and technical standpoints. The Owner reserves the right to reject any and all BIDS and to waive any formality in BIDS received, to accept or reject any or all of the items in the BID, and award the contract in whole or in part, if it is deemed in the Owner’s best interest. The Owner reserves the right to negotiate any and all elements of the BID, if such action is deemed in the best interest of the Owner. 2.5

ADDENDA TO THE BID

If it becomes necessary to revise any part of this REQUEST FOR BID an addendum will be provided to all potential Contractors on BidSync who have indicated an intent to respond. All potential Contractors finding inconsistencies or ambiguities should use BidSync to seek clarification through questions. 2.6 DISCLOSURE OF BID CONTENT The Government Records Access and Management Act, Provo City Code Section 3.13.010 et seq., and the Utah Code Act (“GRAMA”), state that certain information in the submitted BID may be open for public inspection. If the Contractor desires to have information contained in its BID protected from such disclosure, the Contractor may request such treatment by providing a “written claim of business confidentiality and a concise statement of reasons supporting the claim of business confidentiality” with the BID. PROVO CITY CODE § 3.13.308. Pricing elements of any BID will not be considered protected. All material contained in and/or submitted with the BID becomes the property of the City and may be returned only at the City’s option. 2.7

SUBSTANTIVE BIDS

The Contractor certifies that (a) Contractor’s BID is genuine and is not made in the interest of, or on behalf of, an undisclosed person, firm or corporation; (b) Contractor has not directly or indirectly induced or solicited any other Contractor(s) to put in a false or sham BID; c) Contractor has not solicited or induced any other person, firm or corporation to refrain or abstain from proposing a BID; (d) Contractor has not sought by collusion to obtain for themselves any advantage over any other Contractor(s) or over the Owner; and (e) Contractor shall not violate or cause any person to violate the Utah Code of Ethics. 7

3/16/2015 12:18 PM

p. 9

City of Provo

2.8

Bid 14306

BID BINDING

Contractors are advised that BIDS shall be binding upon the Contractor for sixty (60) calendar days from the BID due date. A Contractor may withdraw or modify their BID any time prior to the BID due date by a written request, signed in the same manner and by the same person who signed the BID.

2.9

ECONOMY OF BID

Contractor must submit a complete and concise response in their BID. All BIDS received will be retained by the Owner. BIDS should be prepared simply and economically, while providing complete details of the Contractor’s abilities to meet the requirements of this BID. All information must be legible. Any and all corrections and/or erasures must be initialed. Each BID shall be accompanied by a transmittal letter signed in ink by an authorized representative of the Contractor. The contents of the BID submitted by the successful Contractor may become part of any contract awarded as a result of this REQUEST FOR BID. 2.10

AUTHORIZATION TO PUBLISH

Throughout the term of this BID, prospective Contractors must secure from the Owner written approval prior to their release of any verbal or written information to third parties that pertain to potential work or activities covered by this BID. Failure to adhere to this clause may result in disqualification of the Contractor. 2.11

QUALIFICATIONS

Each Contractor may additionally be required to show that they have satisfactorily provided service and performed similar work in the past and that no claims of any kind are pending against such work. No BID will be accepted from a Contractor who is engaged on any work, which would impair their ability to perform or finance this work. All such work shall be revealed in the BID. No BID will be accepted from, nor will a contract be awarded to, any Contractor who is in arrears to the Owner, upon any debt or contract, or who is in default, as surety or otherwise, upon any obligation to the Owner, or is deemed to be irresponsible or unreliable by the Owner. 2.12

INDEMNIFICATION

To the fullest extent permitted by law, the Contractor shall indemnify, defend and hold harmless Owner, and any subsidiary or affiliate of the Owner, and its past, present and future agents, representatives and employees from and against all claims, damages, losses, liabilities, liens, cost, citations, penalties, fines and expenses, including but not limited to attorneys' fees, arising out of or resulting from the performance of the work, provided that such claim, damages, loss, liability, lien, cost, citation, penalty, fine or expense is caused in whole or in part by any negligent act or omission of the Contractor, any subcontractor, any sub-subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts of them may be liable, regardless of whether liability is imposed upon such indemnified party by applicable laws, rules or regulations regardless of the negligence, omissions or other fault of such indemnified party. This indemnity obligation is intended to include the indemnification of Owner indemnified hereunder for damages apportioned to the Contractor, any subcontractor, any sub-subcontractor, any directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. Such obligation shall not be construed to negate, abridge or otherwise reduce any other right or obligation of indemnity, which may otherwise exist in favor of the Owner. In any and all claims against the Owner, or any subsidiary of affiliate, or any of its past, present or future agents, representatives or employees by any employee of the Contractor, any subcontractor, any sub-subcontractor, any one directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligation under this paragraph shall not be limited in any way by any limitation on the amount or types of 8

3/16/2015 12:18 PM

p. 10

City of Provo

Bid 14306

damages, compensations or benefits payable by or for the Contractor, any subcontractor, any subsubcontractor under the worker's or workman's compensation acts, disability benefit acts or other employee benefit acts. To the fullest extent by law, the Contractor shall indemnify, defend and hold harmless the Owner and any subsidiary or affiliate, and its past, present and future agents, representatives and employees from and against all claims, damages, losses and expenses, including but not limited to attorney's fees, directly or indirectly arising out of or based in whole or in part upon: 1. The Contractor's breach of any covenant or warranty of this Agreement. 2. Any damage or loss to any property caused in whole or in part by the Contractor, any subcontractor, any sub-subcontractor or any one directly or indirectly employed by any of them, or by anyone for whose acts any of them may be liable, except damages or loss attributable solely to acts or omissions of the Owner or its agents or employees and not attributable to the fault or negligence of the Contractor. 3. The Contractor's failure to comply with any applicable law, rule or ordinance. 4 The indemnity obligations of this paragraph are in addition to the indemnity obligation of the Contractor under the indemnification section. 2.13

INSURANCE

Contractor shall provide the following minimum insurance coverage from companies holding a General Rating of "A" or better as set forth in the most current issue of Best's Key Rating Insurance Guide written for not less than the following, or greater if required by law and all such insurance to be primary to any insurance maintained by Owner, shall name Owner as additional insured with waiver of subrogation: 1. The Contractor's Worker's Compensation Insurance shall be written for not less than the statutory limits for the locale of the Project and the Contractor's Employer's Liability Insurance shall be written for not less than $1,000,000. 2. The Contractor's Comprehensive Automobile Liability Insurance shall be written with combined single limits of not less than $1,000,000 each occurrence. 3. The Contractor's Comprehensive General Liability Insurance with contractual liability coverage on occurrence form with limits not less than $1,000,000 each occurrence. Completed Operations insurance must be kept in effect for 2 years after completion of work. 4. The Contractor shall not commence work under this Contract until all of the insurance required herein shall have been obtained by the Contractor. The Contractor shall furnish to the Owner Certificates of Insurance verifying that such insurance has been obtained. Such certificates will provide that Owner will receive at least thirty (30) days prior written notice of any material change in, cancellation of, or non-renewal of such insurance. 5. If applicable, professional liability (errors & omissions) insurance coverage for a limit of $2,000,000. Insurance shall be maintained for two (2) years after work has been completed. 6. If Contractor uses any subcontractors, Contractor will provide for subcontractors or require the same insurance provisions for its subcontractors. 2.14

FAILURE TO DELIVER

In case of failure to deliver services in accordance with the Contract terms and conditions, the Owner, after due oral or written notice, may procure the services from other sources and hold the Contractor responsible for any resulting additional purchase and administrative costs. This remedy shall be in addition to any other remedies which the Owner may have. The Owner shall be entitled to offset such costs against any sums owed by the Contractor to the Owner under this Contract. 2.15

EVALUATION PROCESS & SELECTION CRITERIA

The Owner’s evaluation team will judge the merit of all BIDS received in accordance with the general evaluation criteria listed below. Failure to provide any of the information requested may result in the BID 9

3/16/2015 12:18 PM

p. 11

City of Provo

Bid 14306

being removed from further consideration. In determining lowest responsible respondent, in addition to PRICE, the Owner will consider: 1. The ability, capacity and skill of the Contractor to perform the services required under the contract; 2. Whether the Contractor can provide the services promptly or within the time specified, without delay or interference; 3. The character, integrity, reputation, judgment, experience, and efficiency of the Contractor; 4. The quality of service and level of performance of Contractor under previous contracts, if any; 5. The previous and existing compliance by the Contractor with laws and ordinances relating to the contract or service; and 6. Whether the Contractor is in arrears to the Owner on a debt or contract or is in default on surety, or whether the Contractor’s taxes or assessments are delinquent. 7. Other relevant information, which the Owner feels would help in the evaluation of their BID. 2.16

PRICES

Prices for all goods and/or services shall be firm for the duration of this contract and shall be stated on the Pricing/Delivery Information form. Prices shall be all inclusive: No price changes, additions or subsequent qualifications will be honored during the course of the contract. All prices must be written in ink or typewritten. Pricing on all transportation, freight, drayage and other charges are to be prepaid by the contractor and included in the BID prices. If there are any additional charges of any kind, other than those mentioned above, specified or unspecified, Contractor MUST indicate the items required and attendant costs or forfeit the right to payment for such items. 2.17

INVOICES AND PAYMENTS

Contractors shall submit invoices in duplicate on each purchase order or purchase release after each delivery, indicating the purchase order number. Invoices must be itemized. Any invoice that cannot be verified by the contract price and/or is otherwise incorrect will be returned to the Contractor for correction. Under term contracts, when multiple deliveries and/or services are required, the Contractor may invoice following each delivery and the Owner will pay on invoice. Contracts providing for a monthly charge will be billed and paid on a monthly basis only. 2.18

INDEPENDENT CONTRACTOR

The relationship of the Contractor to Owner shall be that of an independent Contractor. Neither Contractor nor any of its employees shall be held or deemed in any way to be an agent, employee, or official of Owner. Contractor shall be responsible for, and hold Owner harmless from any liability for, unemployment taxes or contributions, payroll taxes, or other federal or state employment taxes and worker's compensation insurance coverage as may be required by law.

2.19

ASSIGNMENT AND SUBCONTRACTING

The Contractor shall not assign or subcontract the work, or any part thereof, without the previous written consent of Owner, nor shall they assign, by power of attorney or otherwise, any of the money payable under the Contract unless written consent of Owner has been obtained. No right under the Contract, nor claim for any money due or to become due shall be asserted against Owner, or persons acting for Owner, by reason of any so-called assignment of the Contract or any part thereof, unless such assignment has been authorized by the written consent of Owner. In case the Contractor is permitted to assign monies due or to become due under the Contract, the instrument of assignment shall contain a clause subordinating the claim of the assignee to all prior liens for services rendered or materials supplied for the performance of the work. 10

3/16/2015 12:18 PM

p. 12

City of Provo

2.20

Bid 14306

RIGHT OF OWNER TO TERMINATE CONTRACT

Owner, upon written notice, may terminate this Contract, or any part hereof, as a result of the Contractor’s failure to render to the satisfaction of Owner, the material, work and/or services required of it, including progress of the work and such abandonment or termination shall not be deemed a breach by Owner. Owner shall be the sole determinant in all termination for cause issues. The Contractor shall not be entitled, nor shall Owner give any consideration to claims for any costs or for loss of anticipated revenue(s), including overhead and profit, due to the abandonment or termination of this Contract, or any part hereof, by Owner for cause. Owner, upon written notice, may abandon or terminate this Contract or any part hereof, and such action shall in no event be deemed a breach of this Contract. Such termination may come about for the sole convenience of Owner. Upon receipt of written notification from Owner that this Contract, or any part hereof, is to be terminated, the Contractor shall immediately cease operation of the work stipulated, and assemble all material that has been prepared, developed, furnished or obtained under the provisions of this Contract that may be in its possession or custody, and shall transmit the same to Owner on or before the fifteenth day following the receipt of the above-written notice of termination, together with its evaluation of the cost of the work performed. The Contractor shall be entitled to just and equitable payment in accordance with this Contract for any uncompensated work satisfactorily performed prior to such notice. Owner shall determine the amount of work satisfactorily performed by the Contractor and Owner’s evaluation shall be used as a basis to determine the amount of compensation due the Contractor for this work. Termination by Owner for cause, default or negligence on the part of the Contractor shall be excluded from the foregoing provision; termination costs shall not apply. Owner reserves the right to make award on all items, or on all of the items, which are in the best interests of the Owner. 2.21

LAWS AND ORDINANCES

The laws of the State of Utah shall govern any contract executed between the successful Contractor and Owner. Further, the place of performance and transaction of business shall be deemed to be in the County of Utah, State of Utah, and in the event of litigation, exclusive venue and place of jurisdiction shall be the State of Utah, and more specifically, the district court of Utah County, Utah. 2.22

CONFIDENTIAL MATTERS

All data and information gathered by the Contractor, and all reports, recommendations, documents, and data shall be treated by the Contractor as confidential. The Contractor must agree not to communicate or disclose the aforesaid matters to a third party or use them in advertising, publicity, or propaganda and/or in any other job, unless prior written consent is obtained from Owner. 2.23

FORCE MAJEURE

“FORCE MAJEURE” shall be considered to be an act of God, fire, or explosion that, due to its consequences, threatens to delay the timely performance of the parties’ obligations hereunder. Whenever either party has knowledge of any event of Force Majeure or other situation that is delaying or threatens to delay the timely performance of any obligation called for by this Contract, that party shall immediately give written notice thereof, including all relevant information with respect thereto, to the other party. Neither party to this Contract shall be liable for delay or failure to perform pursuant to the terms of this Contract, if and to the extent such delay or failure is due to the event of Force Majeure as defined above provided that: 11

3/16/2015 12:18 PM

p. 13

City of Provo

Bid 14306

1. Neither party may claim the benefit of this section unless the delay or failure to perform is due to causes beyond its control and without its fault or negligence; and 2. Any delay or failure by a Contractor or subcontractor at any tier of either party shall not be excusable unless such delay or failure arises out of causes beyond the control of Contractor, and the services to be furnished by Contractor or subcontractor are not obtainable from other sources at comparable costs in sufficient time to permit its commitments to be met pursuant to this Contract. 2.24

CHANGE ORDER

Any change in the scope or description of the material or service, or in the contract price, shall be executed by written order of Owner. No change order shall affect the validity of the contract or any terms or conditions not expressly changed. 2.25

CONFIDENTIAL MATTERS

All data and information gathered by the Contractor, and all reports, recommendations, documents, and data shall be treated by the Contractor as confidential. The Contractor must agree not to communicate or disclose the aforesaid matters to a third party or use them in advertising, publicity, or propaganda and/or in any other job, unless prior written consent is obtained from Owner.

2.26

SAFETY OBLIGATION

The Contractor shall be solely responsible for all means, methods, techniques, sequences, and procedures and for coordinating and supervising all portions of the Work under the Contract. The Contractor shall conduct the Work in such manner as to protect the Owner and all other persons from accidents and injury, and in such a manner as to avoid damage to the Property, adjacent properties, or any improvements or personal property located thereon. The Contractor shall be solely responsible for initiating, maintaining and supervising all safety precautions and programs in connection with the Work. The Contractor shall comply with all State and Federal OSHA, health environmental, and safety regulations, rules and laws.

12

3/16/2015 12:18 PM

p. 14

City of Provo

Bid 14306

NOTICE OF AWARD

TO:

PROJECT DESCRIPTION: CEMETERY MANAGEMENT SOFTWARE AND DATABASE MIGRATION The OWNER has considered the BID submitted by you for the above described WORK in response to its Advertisement for BIDS dated Thursday, April 2, 2015 , and Information for Respondents. You are hereby notified that your BID has been accepted for items quoted on Thursday, April 2, 2015 and as amended and noted below, for the CEMETERY MANAGEMENT SOFTWARE AND DATABASE MIGRATION. Base Bid

____________

Total Awarded Bid

____________

You are required to return an acknowledged copy of this NOTICE OF AWARD to the OWNER. Dated this

day of

, 2015 .

PROVO CITY CORPORATION Owner

By

Roger L. Thomas

Director of Parks and Recreation Title ACCEPTANCE OF NOTICE: Receipt of the above NOTICE OF AWARD is hereby acknowledged by of

this the

day

, 2015 .

13

3/16/2015 12:18 PM

p. 15

City of Provo

Bid 14306

AGREEMENT

THIS AGREEMENT made this

day of

, 2015, by and between Provo

City Corporation hereinafter called "OWNER" and business as an Individual, or a Corporation hereinafter called "CONTRACTOR."

, doing

WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned: 1.

The CONTRACTOR will commence and provide CEMETERY MANAGEMENT SOFTWARE AND DATABASE MIGRATION.

2.

The CONTRACTOR will furnish all of the materials, supplies, tools, equipment, labor and other services necessary for the completion of the project described herein.

3.

The CONTRACTOR will commence the work required by the CONTRACT DOCUMENTS within 10 calendar days after the date of the NOTICE TO PROCEED and will complete the work required by the CONTRACT DOCUMENTS within SIXTY (60) calendar days, unless the period for completion is extended otherwise by the PROJECT ENGINEER or by the CONTRACT DOCUMENTS.

4.

The CONTRACTOR agrees to perform all of the WORK described in the CONTRACT DOCUMENTS for the sum of ___________________________________________________ for the CEMETERY.

5.

The term "CONTRACT DOCUMENTS" means and includes the following: A. B. C. D. E. F. H. I. J.

Request for BIDS. Information for Respondents. BID. Notice of Award. Agreement. Notice to Proceed. General Requirements. Special Requirements. Project Specifications.

6.

The OWNER will pay to the CONTRACTOR in the manner and at such times as set forth in the General Requirements such amounts as required by the CONTRACT DOCUMENTS.

7.

This agreement shall be binding upon all parties hereto and their respective heirs, administrators, successors and assigns.

14

3/16/2015 12:18 PM

p. 16

City of Provo

Bid 14306

AGREEMENT continued

IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in 5, each of which shall be deemed an original on the date first above written.

PROVO CITY CORPORATION OWNER

ATTEST:

By (Signature)

By (Signature)

ROGER THOMAS Name (Please Type)

JANENE WEISS Name (Please Type)

PARKS AND RECREATION DIRECTOR Title

CITY RECORDER Title

CONTRACTOR

By (Signature)

Name (Please Type)

Title

Address

15

3/16/2015 12:18 PM

p. 17

City of Provo

Bid 14306

NOTICE TO PROCEED

TO:

You are hereby notified to commence work, in accordance with the Agreement dated the of

day

, 2015, as soon as your Payment and Performance Bonds are received by the City

or on or before the

day of

, 2015, and you are to complete all

WORK within sixty (60) calendar days or by

, 2015.

PROVO CITY CORPORATION Owner

By

Title

ACCEPTANCE OF NOTICE: Receipt of the above NOTICE TO PROCEED is hereby acknowledged by day of

this the day

,

, 2015.

16

3/16/2015 12:18 PM

p. 18

City of Provo

Bid 14306

CHANGE ORDER FORM No. ____________________________________________________________________________________ ____________ PROJECT:

CEMETERY MANAGEMENT SOFTWARE & DATABASE MIGRATION.

OWNER:

PROVO CITY PARKS & RECREATION 1417 S. 350 E. PROVO, UTAH 84606

CONTRACTOR: Thomas McKenna

DATE OF ISSUANCE:

OWNER'S REP.:

CONTRACT FOR: CONSTRUCTION OF CEMETERY EXPANSION _____________________________________________________________________________________________ _____________ You are directed to make the following changes in the Contract Documents. Description: Purpose of Change Order: _____________________________________________________________________________________________ _____________ CHANGE IN CONTRACT PRICE: Original Contract Price $ _____________________________________________________________________________________________ _____________ Prior Change Orders No. to No. $ _____________________________________________________________________________________________ _____________ Net Increase (Decrease) of this Change Order $ _____________________________________________________________________________________________ _____________ Contract Price with all approved Change Orders $ Change to CONTRACT TIME: None The CONTRACT TIME will be Increased (Decreased) by

calendar days.

The date for completion of all work will be

(Date).

Approvals Required: To be effective this order must be approved by the Federal agency if it changes the scope or objective of the PROJECT, or as may otherwise be required by the SUPPLEMENTAL GENERAL REQUIREMENTS. _____________________________________________________________________________________________ _____________ RECOMMENDED: APPROVED: APPROVED: ACCEPTED: by__________________________ by____________________ by________________________ by__________________________ Project Manager Owner Federal Agency (if applicable)Contractor 17

3/16/2015 12:18 PM

p. 19

City of Provo

Bid 14306

SECTION 3: SPECIAL REQUIREMENTS / INSTRUCTIONS Where these specific requirements differ from the preceding General Requirements, these specific requirements shall control. 3.1 CONTRACTOR'S FAMILIARITY WITH SITE AND WORK By submitting this BID or BID, the contractor acknowledges that they have familiarized themselves with the local conditions under which the work is to be performed and understands the scope of work as defined in the contract documents. 3.2

INFORMATION REQUIRED OF RESPONDENT

The Respondent shall furnish the following information with his BID: 1. 2. 3. 4. 5. 6. 7. 8. 9.

Cover sheet. Statement of Immigration Status. Contractor information. Five projects completed recently. List of any subcontractors. Non-collusion affidavit of contractor. Non-collusion affidavit of subcontractor, if subcontractors will be working on this project. Certification of nonsegregated facilities. The unit price schedule.

Failure to comply with this requirement will render the BID non-responsive and may cause its rejection. Additional sheets shall be attached as required.

18

3/16/2015 12:18 PM

p. 20

City of Provo

Bid 14306

CONTRACTOR INFORMATION CONTRACTOR'S name and address:

CONTRACTOR'S Telephone number:

Primary classification:

License # and date of expiration: Number of years as a contractor: NAMES and titles of all officers of CONTRACTOR'S firm:

ATTACH TO THIS BID the experience resume of the person who will be designated principal of the company.

19

3/16/2015 12:18 PM

p. 21

City of Provo

Bid 14306

CONTRACTOR MUST LIST 5 PROJECTS completed as of recent date involving work of similar type, scope and complexity. Include with this information the name, address and telephone number of the owner, original contract price, change orders, reasons for change orders and final contract price. Insufficient experience with projects of this type, scope, and/or complexity will render the respondent non-qualified and therefore ineligible for award of contract.

1. Project: Name:

Change Orders:

Address:

Reason for Change Orders:

Telephone #:

Final Contract Price:

Original Contract Price: 4. Project: Name:

Change Orders: Reason for Change Orders:

Address:

Final Contract Price:

Telephone #:

2. Project: Name:

Original Contract Price: Change Orders:

Address: Reason for Change Orders: Telephone #: Final Contract Price: Original Contract Price: 5. Project: Name:

Change Orders: Reason for Change Orders:

Address:

Final Contract Price:

Telephone #:

3. Project: Name:

Original Contract Price: Change Orders:

Address: Reason for Change Orders: Telephone #: Final Contract Price: Original Contract Price:

20

3/16/2015 12:18 PM

p. 22

City of Provo

Bid 14306

LIST OF SUBCONTRACTORS: ATTACH TO THIS BID, a list with the name, license no., business address and telephone number of each subcontractor who will perform work under this BID in excess of one half of one percent of the CONTRACTOR's Total BID Price. Include with this information the portion of the work that will be done by such subcontractor. After the opening of BIDS, no changes or substitutions will be allowed except as otherwise provided by law and/or the Project Engineer. 1.

.

2.

.

3.

.

4.

.

5.

.

21

3/16/2015 12:18 PM

p. 23

City of Provo

Bid 14306

NON-COLLUSION AFFIDAVIT OF CONTRACTOR State of Utah ) )ss. County of Utah) , being first duly sworn, deposes and says that: 1. He is (owner, partner, officer, representative or agent) of herein after referred to as the "Contractor" 2. He is fully informed respecting the preparation and contents of the contractor's BID submitted by the contractor for CEMETERY MANAGEMENT SOFTWARE AND DATABASE MIGRATION. The Contractor for certain work in connection with the improvement Project Contract pertaining to the Project in Provo City, Utah; 3. Such contractor's BID is genuine and is not a collusive or sham BID; 4. Neither the contractor nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Respondent, firm or person to submit a collusive or sham BID in connection with such Contract or to refrain from submitting a BID in connection with such Contract, or has in any manner, directly or indirectly, sought by unlawful agreement or connivance with any other Respondent, firm or person to fix the price or prices in said contractor's BID or to secure through collusion, conspiracy, connivance or unlawful agreement any advantage against the Provo City Corporation (Local Public Agency) or any person interested in the Proposed Contract: and 5. The price or prices quoted in the contractor's BID are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Respondent or any of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed Title Subscribed and sworn to before me this

day of

, 2015.

Notary My commission expires

, 20

.

22

3/16/2015 12:18 PM

p. 24

City of Provo

Bid 14306

NON-COLLUSION AFFIDAVIT OF SUBCONTRACTOR State of Utah ) )ss. County of Utah) , being first duly sworn, deposes and says that: 1. He is (owner, partner, officer, representative or agent) of herein after referred to as the "Contractor" 2. He is fully informed respecting the preparation and contents of the contractor's BID submitted by the contractor for CEMETERY MANAGEMENT SOFTWARE AND DATABASE MIGRATION, the Contractor for certain work in connection with the improvement Project Contract pertaining to the Project in Provo City, Utah; 3. Such contractor's BID is genuine and is not a collusive or sham BID; 4. Neither the contractor nor any of its officers, partners, owners, agents, representatives, employees or parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or indirectly, with any other Respondent, firm or person to submit a collusive or sham BID in connection with such Contract or to refrain from submitting a BID in connection with such Contract, or has in any manner, directly or indirectly, sought by unlawful agreement or connivance with any other Respondent, firm or person to fix the price or prices in said contractor's BID or to secure through collusion, conspiracy, connivance or unlawful agreement any advantage against the Provo City Corporation (Local Public Agency) or any person interested in the Proposed Contract: and 5. The price or prices quoted in the contractor's BID are fair and proper and are not tainted by any collusion, conspiracy, connivance or unlawful agreement on the part of the Respondent or any of its agents, representatives, owners, employees or parties in interest, including this affiant. Signed Title Subscribed and sworn to before me this

day of

, 2015.

Notary My commission expires

, 20

.

23

3/16/2015 12:18 PM

p. 25

City of Provo

Bid 14306

CERTIFICATION OF NONSEGREGATED FACILITIES The Respondent certifies that he does not maintain or provide for his employees any segregated facilities at any of his establishments, and that he does not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Respondent certifies further that he will not maintain or provide for his employees any segregated facilities at any of his establishments, and that he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The Respondent agrees that a breach of this certification will be a violation of the Equal Opportunity clause in any contract resulting from acceptance of this BID. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directive or are in fact segregated on the basis of race, color, religion, national origin, because of habit, local custom, or otherwise. The Respondent agrees that (except where he has obtained identical certification from proposed subcontractors for specific time periods) he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity clause, and that he will retain such certifications in his files. NOTE: The penalty for making false statements in offers is prescribed in 18 U.S.C.1001. Date

,

Name of Respondent By Signature Title Official Address (including ZIP)

24

3/16/2015 12:18 PM

p. 26

City of Provo

3.3

Bid 14306

TIME FOR COMPLETION

The work which the Contractor is required to perform under this Contract shall be commenced at the time stipulated by the Owner in the Notice to Proceed to the Contractor and shall be fully completed within SIXTY (60) consecutive calendar days thereafter weather permitting. 3.4

LIQUIDATED DAMAGES

Liquidated damages shall be assessed as follows: 1. As actual damages for any delay in completion of the work which the Contractor is required to perform under this contract are impossible of determination, the Contractor and his Sureties shall be liable for and shall pay to the Owner the sum of $100.00 as fixed, agreed and liquidated damages for each calendar day of delay from the above stipulated time for completion. 3.5

RESPONSIBILITIES OF CONTRACTOR 1. Except as otherwise specifically stated in the Contract Documents and technical specifications, the Contractor shall provide and pay for all materials, labor, tolls, equipment, transportation, superintendence, charges, levies, fees, permits or other expenses and all other services and facilities of every nature whatsoever necessary for the performance of the Contract and to deliver all improvements embraced in this contract in every respect within the specified time. 2. The Contractor shall carefully review the Contract Documents and shall promptly report any errors, inconsistencies or omissions he may discover. 3. The Contractor shall secure proper written authorization for any corrective work which becomes the responsibility of the owner. 4. The Contractor shall submit a schedule indicating the intended starting date of the work, the different phases and timetable if possible, and the intended date of completion. 5. The Contractor shall inform the Owner of any delays, and causes of such, that affect the completion of the work. 6. The Contractor shall be responsible for the supervision and direction of the work. He shall direct his authorized staff and/or subcontractors as deemed necessary and consistent with good business practices. 7. The Contractor shall be solely responsible for all means, methods, techniques, sequences and procedures, and for coordinating all portions of the work. Unless specifically noted otherwise, the Contractor shall provide and pay for all labor, materials, equipment, tools and transportation necessary for proper execution and completion of the work. 8. The Contractor performing any part of the work and any subcontractors under the contract shall guarantee their respective work against defective materials or workmanship for one year from the date of filing notice of completion by the contractor and acceptance of such by the owner.

3.6

INTERPRETATIONS AND ADDENDA 1. All requests for interpretation of the Contract Documents shall be made in writing and delivered to the OWNER no later than seven (7) calendar days prior to opening of BIDS. In the OWNER’S discretion, OWNER will post a written interpretation at www.BidSync.com for all Contractors to view. 2. No oral interpretations shall be made to any Contractor. The OWNER shall not be responsible for or bound by any statements, interpretations, explanations, representations, conclusions or assumptions made by any party, whether oral or written, except for written statements that are issued in an Addendum by the OWNER and posted at www.bidsync.com. 3. Each statement made in an Addendum is part of the Contract Documents at the location designated in the Addendum. A statement issued in an Addendum shall have the effect of modifying a portion of the Bid Documents when the statement in the Addendum specifies a 25

3/16/2015 12:18 PM

p. 27

City of Provo

Bid 14306

particular section, paragraph or text and states that it is to be so modified. Only the specific section, paragraph or text shall be so modified, and all other portions of the Bid Documents shall remain in effect. 4. Contractors shall sign to acknowledge their receipt of all Addenda issued. Contractors shall also acknowledge receipt of all Addenda in the space provided in the Bid. 5. Except to postpone the Bid opening, no Addenda shall be issued within 48 hours of the Bid opening. 3.7

COMMUNICATIONS 1. All notices, demands, requests, instructions, approvals, BIDS and claims must be in writing. 2. Any notice to or demand upon the Contractor shall be sufficiently given if delivered at the office of the Contractor stated on the signature page of the Agreement (or at such other office as the Contractor may from time to time designate in writing to the Owner), or if deposited in the United States mail in a sealed, postage prepaid envelope, in each case addressed to such office. 3. All papers required to be delivered to the Owner shall, unless otherwise specified in writing to the Contractor, be delivered to the Provo City Parks & Recreation Department of Provo City Corporation at 1417 South 350 East, Provo, Utah, 84606 and any notice to or demand upon the Local Pubic Agency shall be sufficiently given if so delivered.

3.8

CONTRACT DOCUMENTS AND DRAWINGS 1. The Owner will furnish the Contractor without charge one (1) electronic copy of the Contract Documents. 2. All documents furnished by the owner are the property of the owner. They are not to be used on other work and, with the exception of the signed contract set, are to be returned to the Owner on request. 3. In resolving conflicts resulting from conflicts, errors, or discrepancies in any of the following Contract Documents, the order of precedence shall be as follows: a. Change Orders b. Agreements c. Contractor's BID (BID Form) d. General Requirements e. Special Requirements f. Specifications

3.9

UNIT PRICING Unit prices shall be used to adjust the total contract price if there are any additions or deletions to the system as shown on the attached plans.

3.10 CHANGES IN THE WORK 1. The Owner may make changes in the scope of the work required to be performed by the Contractor under the Contract or making additions thereto, or by omitting work therefrom, without invalidating the Contract and without relieving or releasing the Contractor from any of his obligations under the Contract or any guarantee given by him pursuant to the Contract provisions. All such work shall be executed under the terms of the original Contract unless it is expressly provided otherwise. 2. Except for the purpose of affording protection against any emergency endangering health, life, limb or property, the Contractor shall make no change in the materials used or installing the improvements or supply additional labor, services or materials beyond that actually required for the execution of the contract, unless in pursuance of a written order from the Owner 26

3/16/2015 12:18 PM

p. 28

City of Provo

Bid 14306

authorizing the Contractor to proceed with the change. No claim for an adjustment of the contract price shall be valid unless so ordered. 3. If applicable unit prices are contained in the Agreement (established as a result of either a unit price quoted or a Supplemental Schedule of Unit Prices) the Owner may order the Contractor to proceed with desired changes in the work, the value of such changes to be determined by the measured quantities involved and the unit prices specified in the Contract, provided that in the case of a unit price contract the net value of all changes does not increase or decrease the original total amount shown in the Agreement by more than twenty-five percent (25%). 4. If applicable unit prices are not contained in the Agreement or if the total net change increases or decreases the total Contract price more than twenty-five percent (25%), the Owner shall request an itemized BID from him covering the work involved in the change. 5. Each change order shall be completed substantially in the form provided in the Contract Documents. 3.11 PAYMENTS TO CONTRACTOR 1. Partial Payments a. The Contractor shall prepare his requisition for partial payment as of the last day of the month and submit it to the Owner for his approval. The amount of the payment shall be determined by adding to the total value of work completed to date and deducting (a) five percent (5%) of the total amount to be retained until the final payment, and (b) the amount of all previous payments. b. The Contractor shall be responsible for the care and protection of all materials and work upon which payments have been made until final acceptance of such work and materials by the Owner. Such payments shall not constitute a waiver of the right of the Owner to require the fulfillment of all terms of the Contract and the delivery of all improvements embraced in this Contract complete and satisfactory to the Owner in all details. 2. Final Payment a. After final inspection and acceptance by the Owner of all work under the Contract, the Contractor shall prepare his requisition for final payment which shall be based upon the carefully measured or computed quantity of each item of work at the applicable unit prices stipulated in the Agreement. The total amount of the final payment due the Contractor under this contract shall be the amount computed as described above less all previous payments. 3. The Owner, before paying the final estimate, may require the Contractor to furnish releases or receipts from all subcontractors having performed any work and all persons having supplied materials, equipment (installed on the Project) and services to the Contractor. The Owner may make payment in part or in full to the Contractor without requiring the furnishing of such releases or receipts and any payments so made shall in nowise impair the obligations of any surety or sureties furnished under this Contract. 4. Withholding of any amount due the Owner for "Liquidated Damages" shall be deducted from the final payment due the Contractor. 5. Withholding Payments The Owner may withhold from any payment otherwise due the Contractor so much as may be necessary to protect the Owner and if it so elects may also withhold any amounts due from the Contractor to any subcontractors or material dealer for work performed or material furnished by them. 6. Payments Subject to Submission of Certificates Each payment to the Contractor by the Owner shall be made subject to submission by the Contractor of all written certifications required of him and his subcontractors by the enclosed Labor Standards Provisions.

27

3/16/2015 12:18 PM

p. 29

City of Provo

Bid 14306

The total costs shall be broken down into the categories indicated below to provide the Owner and engineer with a comparable analysis of each BID submitted and a method for determining value engineering items as necessary. Every numbered item, subtotal and total shall have a dollar amount entered (See Section 1.2 UNIT PRICING). A line item entry that says “included” meaning included in the total is not acceptable. All pricing shall include all work, materials, labor, fees, etc. to fully complete the work per the plans and specifications whether specifically listed as a bid item on this form or not.

UNIT PRICE SCHEDULE Item Description

Unit

Quantity

1

Cemetery Management Base Software

EA

1

2

Optional Module (show one optional module per line – add additional line items as needed. Break the cost of the optional modules out separately as shown below.)

EA

1

3

Existing Record Data Migration

LS

1

4

Transfer of 45 acre existing map and adding 8 acres to new map

LS

1

5

Software Setup

LS

1

6

Training (designate type – remote, on-site, etc.)

LS

1

7

Technical Support (designate term - free, monthly, annually, etc.)

LS

1

8

Product Upgrades (designate term – free, annual fee, etc.)

LS

1

9

User Licensing (Is this required, Is it included in the base price? If not show cost here.)

EA

1

Unit cost

Total Cost

Sub-Total Optional Modules Total Cost

28

3/16/2015 12:18 PM

p. 30

City of Provo

Question and Answers for Bid #14306 - CEMETERY MANAGEMENT SOFTWARE AND DATABASE MIGRATION

Bid 14306

5

Overall Bid Questions There are no questions associated with this bid.    Question Deadline: Mar 31, 2015 2:00:00 PM MDT

6 3/16/2015 12:18 PM

p. 31