<<

PUBLISH: September 11 and 18, 2020

REQUEST NO. 20-0093

REQUEST FOR PROPOSALS

The City of Sioux Falls, SD, Requests Proposals for Great Bear Recreation Park Chairlift Replacement.

Competitive Sealed Proposals shall be received at the Customer Service Counter, Ground Floor City Hall, 224 W. 9th St., Sioux Falls, SD 57104, not later than 2 p.m., October 8, 2020. The request for proposals will be opened but not read at 2:15 p.m.

The Request for Proposal is available from Purchasing at the above address or online at www.siouxfalls.org/business. Cite Request for Proposal No. 20-0093.

The City of Sioux Falls reserves the right to reject any or all proposals, waive technicalities, and make award(s) as deemed to be in the best interest of the City of Sioux Falls, SD.

Published twice at the approximate cost of $______.

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx

CITY OF SIOUX FALLS

REQUEST FOR PROPOSALS FOR GREAT BEAR RECREATION PARK CHAIRLIFT REPLACEMENT GUIDELINES AND REQUIREMENTS FOR SUBMITTAL

Request No. 20-0093

Prepared by City of Sioux Falls Purchasing Division September 11, 2020

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx TABLE OF CONTENTS

CONTENTS SECTION ONE—INTRODUCTION AND INSTRUCTIONS ...... 1 1.01—Purpose of the RFP ...... 1 1.02—Contact Person, Telephone, Fax Number, and Email ...... 1 1.03—RFP Schedule of Events ...... 1 1.04—Return Mailing Address and Deadline for Receipt of Proposals ...... 2 1.05—Amendments to the RFP ...... 2 1.06—Notice Provided ...... 2 1.07—Letter of Interest ...... 2 SECTION TWO—BACKGROUND INFORMATION ...... 3 2.01—Background Information ...... 3 SECTION THREE—SCOPE OF WORK ...... 3 3.01—Introduction ...... 3 3.02—Chairlift Technical Specifications ...... 3 3.03—Installation of the Chairlift ...... 4 3.04—Product Support and Customer Service Requirements ...... 4 3.05—Cost Proposal ...... 4 SECTION FOUR—GENERAL CONTRACT INFORMATION ...... 5 4.01—Contract Type ...... 5 4.02—Proposal as a Part of the Contract ...... 5 4.03—Additional Terms and Conditions ...... 5 4.04—Supplemental Terms and Conditions ...... 5 4.05—Contract Approval ...... 5 4.06—Taxes and Taxpayer Tax Identification ...... 5 SECTION FIVE—SELECTION CRITERIA ...... 6 5.01—Selection Criteria ...... 6 SECTION SIX—PROPOSAL FORMAT AND CONTENT ...... 7 6.01—Proposal Format and Content ...... 7 6.02—Introduction ...... 7 6.03—Scope of Work—Technical Specifications and Installation...... 7 6.04—Product Support and Customer Service ...... 7 6.05—Experience and Qualifications ...... 7 6.06—Financial Requirements (upon request only) ...... 8 6.07—References ...... 8 6.08—Cost Proposal ...... 9 6.09—Additional Enclosures ...... 9 SECTION SEVEN—STANDARD PROPOSAL INFORMATION ...... 10 7.01—Authorized Signature ...... 10 7.02—City Not Responsible for Preparation Costs ...... 10 7.03—Conflict of Interest ...... 10 7.04—Offeror’s Certification ...... 10 7.05—Offer Held Firm ...... 10 7.06—Amendments to Proposals and Withdrawals of Proposals ...... 11

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx i 7.07—Subcontractors ...... 11 7.08—Joint Ventures ...... 12 7.09—Evaluation of Proposals ...... 12 7.10—Right of Rejection ...... 12 7.11—Clarification of Offers ...... 12 7.12—Contract Negotiation ...... 13 7.13—Failure to Negotiate ...... 13 7.14—Notice of Intent to Award—Offeror Notification of Selection ...... 13 7.15—Special Conditions ...... 14 SECTION EIGHT—ATTACHMENTS ...... 15 8.01—Attachments ...... 15

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx ii

SECTION ONE—INTRODUCTION AND INSTRUCTIONS

1.01—Purpose of the RFP

This Request for Proposal (RFP) is issued by the City of Sioux Falls acting through its Parks and Recreation Department and Purchasing Office (hereinafter referred to as the “City”). The Purpose of this RFP is to establish a contract with a qualified vendor to design, fabricate, provide, and install a chairlift at Great Bear Recreation Park.

1.02—Contact Person, Telephone, Fax Number, and Email

The Purchasing Manager is the point of contact for this RFP. All vendor communications regarding this RFP must be directed to the Purchasing Manager. Unauthorized contact regarding the RFP with other City employees may result in the vendor being disqualified.

Scott Rust, Purchasing Manager Phone: 605-367-8836 Email: [email protected]

1.03—RFP Schedule of Events

This schedule of events represents the City’s best estimate of the schedule that will be followed for this RFP. If a component of this schedule, such as the deadline for receipt of proposals is delayed, the rest of the schedule may be shifted by the same number of days.

The approximate RFP schedule is as follows:

 RFP Issued: September 11, 2020.  Letters of Interest are due: September 25, 2020.  Proposals due: October 8, 2020, 2 p.m. Central Standard Time  Review of Proposals: October 12–16, 2020.  Presentations if Necessary: October 28–30, 2020.  City issues Notice of Intent to Award a Contract approximately: November 2020.  City issues contract approximately: December 2020.  Contract start date: December 2020.  Install the new chairlift on or before September 17, 2021.

RFP 20-0093 Great Bear Chairlift Replacement RFP 1 1.04—Return Mailing Address and Deadline for Receipt of Proposals

Offerors must submit one (1) original (marked “Original”) and five (5) copies of the proposal in a sealed envelope or package and a USB thumb drive with the proposal loaded on it.

A (1) Cost proposal are to be submitted in a separate sealed envelope or package, clearly labeled “cost proposal.”

Envelopes or packages containing proposals must be clearly addressed as described below to ensure proper delivery and to avoid being opened by the City before the deadline for receipt. Envelopes or packages must be addressed as follows:

City of Sioux Falls Purchasing Office Attention: Scott Rust Request for Proposal (RFP: Great Bear Recreation Park Chairlift Replacement) RFP No. 20-0093 224 West Ninth Street Sioux Falls, SD 57104

Proposals must be received by the purchasing agency at the location specified no later than 2 p.m., Central Standard Time, on October 8, 2020. Proposals will not be publicly read at the opening.

Proposals may not be delivered orally, by facsimile transmission, by other telecommunication, or electronic means.

Offerors assume the risk of the method of dispatch chosen. The City of Sioux Falls (“City”) assumes no responsibility for delays caused by any delivery service. Postmarking by the due date will not substitute for actual proposal receipt by the City. An Offeror’s failure to submit its proposal prior to the deadline will cause the proposal to be rejected. Late proposals or amendments will not be opened or accepted for evaluation.

1.05—Amendments to the RFP

If an amendment to this RFP is issued, it will be provided to all Offerors that submitted a Letter of Interest (see Section 1.07). Amendments will also be posted on the website under Requests for Proposal: www.siouxfalls.org.

1.06—Notice Provided

The Request for Proposal and any amendments to the RFP will be posted on the following website: www.siouxfalls.org.

1.07—Letter of Interest

Offerors interested in receiving any notices related to this RFP are required to contact the Purchasing Manager with the name of their firm, contact person, mailing address,

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 2 telephone number, fax number, and email address. The sole purpose of the Letter of Interest is to provide the purchasing agency with a contact person to receive any notices related to the RFP. Submission of a Letter of Interest is not a requirement for submitting a proposal to this RFP. The City must receive the Letters of Interest from the vendor by September 25, 2020.

SECTION TWO—BACKGROUND INFORMATION

2.01—Background Information

Great Bear Recreation Park is the largest park in the city of Sioux Falls. Great Bear is a year-round park. During the winter months, it provides winter sports activities for the whole family. The park features 14 downhill trails, a terrain park, the Kirby Family Tubing Park and cross country, and snowshoeing trails. The downhill trails are serviced by one chairlift and the terrain park has its own rope tow lift. During the summer months, Great Bear provides the perfect setting for hiking on the four4-mile trail system.

SECTION THREE—SCOPE OF WORK

3.01—Introduction

The current chairlift at Great Bear Recreation Park is original to the park and was installed in 1977. In 2020, the Sioux Falls City Council approved funding for a new chairlift for the park. The City will hire a general contractor or perform the work in house to remove the old lift and lift concrete footings to six inches below grade. The old lift counterweight and below ground structure at the base of the hill and the spread footing at the top lift structure shall be fully removed. In addition, the general contractor will upgrade the main electrical service, relocate snow making hydrants and lines, and grade the site for the new chairlift.

The City is requesting proposals from qualified vendors to design, manufacture, provide, and install a new chairlift meeting specifications set forth in Attachment 2.

3.02—Chairlift Technical Specifications

See Attachment 2. Any deviations from the attached technical specifications shall be addressed and included as part of the response. If there is no deviation addressed, the Lift Manufacturer will provide the Chairlift as specified in Attachment 2.

Please address the following in your proposal:

a. How many chairlifts of the make and model being proposed has your company produced and installed in the last five years.

b. Please list any innovative manufacturing, mechanical, electrical, and safety processes and features that are included on the chairlift your company plans to propose that you feel may set your equipment apart from the competition.

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 3 c. Please list any optional mechanical, electrical, and safety features that are not listed in the bid specifications.

d. Please include sales literature and drawings of the chairlift proposed.

3.03—Installation of the Chairlift

The City seeks an installation team that is properly equipped, trained, and efficient to install the chairlift.

Please address the following in your proposal:

a. Please explain the level experience your installation team has installing chairlifts and how many chairlifts they have installed in the past five years.

b. Please explain the process of installation.

c. Please include a timeline from design to manufacture and install.

3.04—Product Support and Customer Service Requirements

The City seeks a high level of product support and customer service. Customer service representatives shall be assigned to the City and shall be familiar with the equipment that is installed at Great Bear Recreation Park. The vendor must promptly notify Sioux Falls Parks and Recreation of any changes to the list of customer service representatives.

Please address the following in your proposal:

a. Are parts for the chairlift readily available and what are your lead times to have them shipped to the customer?

b. Provide your company’s discount on parts and service to the City.

c. How many technicians does your company employ?

d. How long does it take for a technician to respond to an on-site service call?

e. Does your company provide chairlift inspection services? If so, please explain the inspection process. Also provide a breakout of your inspection costs for 2022, 2023, and 2024 in your cost proposal.

3.05—Cost Proposal

Include a detailed cost proposal to provide a fully functioning chairlift that includes but is not limited to the design, manufacture, shipping, installation, installation hardware and materials, commissioning, of the new chairlift, and any items listed in the technical specifications. Also include cost for additional spare parts requested in the technical specifications and any other parts recommended to have on hand, periodic maintenance,

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 4 inspection services, any other required or optional chairlift features not listed in the technical specifications.

SECTION FOUR—GENERAL CONTRACT INFORMATION

4.01—Contract Type

This contract is a fixed price contract. The initial contract price will be based upon prices submitted by the vendor, subject to contract negotiations with the City.

4.02—Proposal as a Part of the Contract

Part or all of this RFP and the successful proposal may be incorporated into the contract.

4.03—Additional Terms and Conditions

The City reserves the right to add, delete, or modify terms and conditions during contract negotiations. These terms and conditions will be within the scope of the RFP and will not affect the proposed evaluations.

4.04—Supplemental Terms and Conditions

Proposals, including supplemental terms and conditions, will be accepted, but supplemental conditions that conflict with those contained in this RFP, or that diminish the City’s rights under any contract resulting from the RFP, will be considered null and void. The City is not responsible for identifying conflicting supplemental terms and conditions before issuing a contract award. After award of contract:

1. If conflict arises between a supplemental term or condition included in the proposal and a term or condition of the RFP, the term or condition of the RFP will prevail; and

2. If the City’s rights would be diminished as a result of application of a supplemental term or condition included in the proposal, the supplemental term or condition will be considered null and void.

4.05—Contract Approval

This RFP does not, by itself, obligate the City. The City’s obligation will commence when the Mayor signs the contract. Upon written notice to the Vendor, the City may set a different starting date for the contract. The City will not be responsible for any work done by the Vendor, even work done in good faith, if it occurs prior to the contract start date set by the City.

4.06—Taxes and Taxpayer Tax Identification

The Vendor must provide a valid Vendor Tax Identification Number as a provision of the contract.

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 5

The City is not responsible for and will not pay local, state, or federal taxes. The City sales tax exemption number is 1018-1374-ST, and certificates will be furnished upon request by the purchasing agency. The City will pay excise taxes. For more information, please contact the South Dakota Department of Revenue at 1-800-829-9188.

SECTION FIVE—SELECTION CRITERIA

THE TOTAL NUMBER OF POINTS USED TO SCORE THIS CONTRACT IS 100

5.01—Selection Criteria

Upon receipt of the proposals, an evaluation team will determine the best proposal deemed most qualified based on the following criteria:

The evaluation team will rely on the qualitative information contained and presented in the proposals, the reference checks made, and the ability to work well with other project team members in making the decision to select the most qualified Vendor to provide services for the City. Selection criteria will be based on:

Selection Criteria (100 Point Potential Score)

 Ability to design, manufacture, provide and install the chairlift 30 points

 Product Support and Customer Service 20 points

 Experience and Qualifications 20 points

 References 10 points

 Reasonableness of the Cost Proposal 20 points

Upon review of the proposals, the City will score the proposals and may short list and may request a presentation from the highest ranking Vendors. Upon completion of the interviews (if necessary), the highest ranking Vendor may be asked to enter into contract negotiations with the City. If an agreement cannot be reached with the highest ranked Vendor, the City may move to the next highest ranked Vendor. The same process will be repeated with the other ranked Vendors if no such agreement can be reached. The City of Sioux Falls reserves the right to not select a Vendor as part of this process if an agreement cannot be reached or for any other reason.

Oral Presentations

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 6

If presentations are needed, they will be held at City Center, 231 North Dakota Avenue, Sioux Falls, SD. The City will schedule a date and time with each of the Offerors if necessary.

Offerors will be responsible for all costs associated with providing the demonstration.

SECTION SIX—PROPOSAL FORMAT AND CONTENT

6.01—Proposal Format and Content

The City discourages overly lengthy and costly proposals. However, in order for the City to evaluate proposals fairly and completely, Offerors must follow the format set out in this RFP and provide all information requested. The Offeror’s proposal shall include a point-by-point response for each paragraph in this RFP.

6.02—Introduction

Proposals must include the complete name and address of Offeror’s firm and the name, mailing address, and telephone number of the person the City should contact regarding the proposal.

Proposals must confirm that the Offeror will comply with all provisions in this RFP. The proposal must disclose any instances where the firm or any individuals working on the contract has a possible conflict of interest and, if so, the nature of that conflict.

Proposals must be signed by a company officer empowered to bind the company. The Offeror’s failure to include these items in the proposals may cause the proposal to be determined to be nonresponsive and the proposal may be rejected.

6.03—Scope of Work—Technical Specifications and Installation.

Offerors must provide a comprehensive response to Section 3.02. Responses must be in the same sequence as they appear in Section 3.02. If necessary, an Offeror must provide supporting narrative and documentation when required in response to the requirements of this section.

6.04—Product Support and Customer Service

Offerors must provide a comprehensive response to the product support and customer service requirements specified in Section 3.03. Responses must be in the same sequence as they appear in Section 3.03. Offerors must provide supporting narrative and documentation when required in response to the product support requirements.

6.05—Experience and Qualifications

Offerors must describe the experience of their company in design, manufacturing, and installation of chairlifts. Additionally, Offerors must provide information specific to the

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 7 personnel assigned to accomplish the work called for in this RFP. Offerors must provide a narrative description of the organization of the project team and personnel. Provide the following information about each person listed:

1. Title.

2. Resume or qualifications

3. Description of the type of work the individual will perform.

4. The number of estimated hours for each individual named above.

If an Offeror intends to use subcontractors, the Offeror must identify in the proposal the names of the subcontractors and the portions of the work the subcontractors will perform. Offerors are responsible for all work performed by their subcontractors.

Offerors must provide three reference names and phone numbers for similar projects the Offeror’s company has completed. The City reserves the right to contact any references provided by the Offeror. Offerors are invited to provide letters of reference from previous clients.

6.06—Financial Requirements (upon request only)

1. The Offeror shall provide financial information upon request. The financial information shall be presented in such a manner that a determination about the stability and financial strength of the organization can be reasonably formulated. This must include, but not be limited to, company size, organization, date of incorporation, ownership, number of employees, revenues for the last fiscal year, audited financial statements for the most recent three years, and other information that is relevant to this RFP. A current Dun and Bradstreet Report would fulfill this requirement. An annual report can be used as verification of financial status provided it contains at a minimum a Compiled Income Statement and Balance Sheet verified by a certified public accounting firm. The City reserves the right to contact the accounting firm if questions arise. (Financial reports are not a public record and will not be shared with the public.)

2. Disclose any and all judgments, pending or expected litigation, or other real potential financial reversals, which may materially affect the viability or stability of the Offeror’s organization, or certify that no such condition is known to exist.

3. A confidentiality statement may be included if this portion is considered nonpublic information. The City may request reports on financial stability from independent financial rating services in order to further substantiate stability.

6.07—References

Offeror shall provide at least three references (company name, contact name and title, address, phone number, email) that your company has provided design, manufacture, and

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 8 installation of comparable chairlifts. References will be contacted. Please notify them accordingly.

6.08—Cost Proposal

All costs as stated in Section 3.05 associated with the contract must be stated in U.S. currency.

6.09—Additional Enclosures

Sales literature and drawings.

Bid Bond in the amount of ten (10) percent of the bid.

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 9 SECTION SEVEN—STANDARD PROPOSAL INFORMATION

7.01—Authorized Signature

An individual authorized to bind the Offeror to the provisions of the RFP must sign all proposals.

7.02—City Not Responsible for Preparation Costs

The City will not pay any cost associated with the preparation, submittal, presentation, or evaluation of any proposal.

7.03—Conflict of Interest

Offerors must disclose any instances where the firm or any individuals working on the contract has a possible conflict of interest and, if so, the nature of that conflict (e.g., employed by the City of Sioux Falls). The City reserves the right to cancel the award if any interest disclosed from any source could either give the appearance of a conflict or cause speculation as to the objectivity of the Offeror’s proposal. The City’s determination regarding any questions of conflict of interest is final.

7.04—Offeror’s Certification

By signature on the proposal, the Offeror certifies that it complies with:

1. The laws of the state of South Dakota. 2. All applicable local, state, and federal laws, codes, and regulations. 3. All terms, conditions, and requirements set forth in this RFP. 4. A condition that the proposal submitted was independently arrived at, without collusion. 5. A condition that the offer will remain open and valid for the period indicated in this solicitation; and any condition that the firm and/or any individuals working on the contract do not have a possible conflict of interest (e.g., employed by the City of Sioux Falls).

If any Offeror fails to comply with the provisions stated in this paragraph, the City reserves the right to reject the proposal, terminate the contract, or consider the Contractor in default.

7.05—Offer Held Firm

Proposals must remain open and valid for at least 90 days from the deadline specified for submission of proposals. In the event award is not made within 90 days, the City will send a written request to all Offerors deemed susceptible for award asking Offerors to hold their price firm for a longer specified period of time.

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 10 7.06—Amendments to Proposals and Withdrawals of Proposals

Offerors may amend or withdraw proposals prior to the deadline set for receipt of proposals. No amendments will be accepted after the deadline unless they are in response to the City’s request. After the deadline, Offerors may make a written request to withdraw proposals and provide evidence that a substantial mistake has been made. The procurement officer may permit withdrawal of the proposal upon verifying that a substantial mistake has been made, and the City may retain the Offeror’s bid bond or other bid type of bid security, if one was required.

7.07—Subcontractors

Subcontractors may be used to perform work under this contract. If the Offeror intends to use subcontractors, the Offeror must identify in the proposal the names of the subcontractors and the portions of the work the subcontractors will perform.

If a proposal with subcontractors is selected, the Offeror must provide the following information concerning each prospective subcontractor within five (5) working days from the date of the City’s request:

1. Complete name of the subcontractor.

2. Complete address of the subcontractor.

3. Type of work the subcontractor will be performing.

4. Percentage of work the subcontractor will be providing.

5. Evidence, as set out in the relevant section of this RFP, that the subcontractor is registered and, if applicable, holds a valid South Dakota business license.

6. A written statement, signed by each proposed subcontractor, that clearly verifies that the subcontractor is committed to render the services required by the contract.

7. A copy of the Offeror/subcontractor contract verifying the Offeror as the sole responsibility for any and all services under this RFP and financially liable, without exception, to the City for all services contracted by the Offeror under this RFP.

The Offeror’s failure to provide this information, within the time set, may cause the City to consider its proposal nonresponsive and reject it. The substitution of one subcontractor for another may be made only at the discretion and prior written approval of the City’s Purchasing Manager or contract administrator designated by the City.

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 11 7.08—Joint Ventures

Joint ventures are acceptable. If submitting a proposal as a joint venture, the Offeror must submit a copy of the joint venture agreement that identifies the principals involved and its rights and responsibilities regarding performance and payment.

7.09—Evaluation of Proposals

All proposals will be reviewed to determine if they are responsive to the requirements of this solicitation. An evaluation committee will evaluate responsive proposals. The evaluation will be based solely on the evaluation factors set forth in this RFP. The evaluation will consider information obtained subsequent to any discussions with Offerors determined to be reasonable for award and any demonstrations, oral presentations, or site inspections, if required in this RFP.

7.10—Right of Rejection

The City reserves the right to reject any proposals, in whole or in part. Proposals received from debarred or suspended vendors will be rejected. The Purchasing Division may reject any proposal that is not responsive to all of the material and substantial terms, conditions, and performance requirements of the RFP.

The Purchasing Division may waive minor informalities that:

 Do not affect responsiveness.  Are merely a matter of form or format.  Do not change the relative standing or otherwise prejudice other offers.  Do not change the meaning or scope of the RFP.  Are insignificant, negligible, or immaterial in nature.  Do not reflect a material change in the work.  Do not constitute a substantial reservation against a requirement or provision.

The City reserves the right to reject any proposal determined to be nonresponsive and to reject the proposal of any Offeror determined to be nonresponsive. The City also reserves the right to refrain from making an award if it determines it to be in its best interest.

7.11—Clarification of Offers

In order to determine if a proposal is reasonably susceptible for award, communications by the Purchasing Division or the proposal evaluation committee are permitted with any Offeror to clarify uncertainties or eliminate confusion concerning the contents of a proposal and determine responsiveness to the RFP requirements. Clarifications may not result in a material or substantive change to the proposal. The initial evaluation may be adjusted because of a clarification under this section.

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 12

7.12—Contract Negotiation

After final evaluation, the Purchasing Division may negotiate with the Offerors of the highest-ranked proposals. Negotiations, if held, will be within the scope of the request for proposals and limited to those items that would not have an effect on the ranking of proposals. If any Offeror fails to provide the necessary information for negotiations in a timely manner, or fails to negotiate in good faith, the City may terminate negotiations and negotiate with the Offeror of the next highest-ranked proposal.

If contract negotiations are commenced, they will be held at City Hall, 224 West Ninth Street, Sioux Falls, SD—a date and time to be determined.

If contract negotiations are held, the Offeror will be responsible for all costs including its travel and per diem expenses.

7.13—Failure to Negotiate

If the selected Offeror:

 Fails to provide the information required to begin negotiations in a timely manner.

 Fails to negotiate in good faith.

 Indicates it cannot perform the contract within the budgeted funds available for the project.

 If the Offeror and the City, after a good-faith effort, cannot come to terms.

The City may terminate negotiations with the Offeror initially selected and commence negotiations with the next highest-ranked Offeror.

7.14—Notice of Intent to Award—Offeror Notification of Selection

After the completion of contract negotiations, the Purchasing Division will issue a written Notice of Intent to Award and send copies to all Offerors. The Notice of Intent Award will set out the names and addresses of all Offerors and identify the proposal(s) selected for award. The scores and placement of other Offerors will not be part of the Notice of Intent to Award.

Successful Offerors named in the Notice of Intent to Award are advised not to begin work, purchase materials, or enter into subcontracts relating to the project until both the successful Offeror and the City sign the contract.

Any bidder who is aggrieved in connection with the award of a contract may protest. The protesting bidder shall file a written statement with the Purchasing Division during normal business hours within seven calendar days of the date the Mayor signed the bid award document.

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 13 7.15—Special Conditions

Excluding proprietary information, the successful Firm’s proposal and contract are deemed public records and shall be available to the public upon request. In addition, the City shall maintain a “Register of Proposals for this Contract,” which shall contain the names of companies who submitted a proposal and the name of the company who was awarded the contract; however, the proposals of the submitting Firms not awarded the contract are nonpublic records and will remain confidential.

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 14 SECTION EIGHT—ATTACHMENTS

8.01—Attachments

1. Instructions to Bidders and General Terms and Conditions.

2. Chairlift Technical Specifications.

3. Great Bear Recreation Park Elevation Drawing.

4. Geotechnical Exploration Report dated September 25, 2019.

5. Addendum to Geotechnical Exploration Report dated October 7, 2019.

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 15 Attachment 1 Instructions to Bidders and General Terms and Conditions

1. Use of Standard Specifications: The City of Sioux Falls current editions of the General Conditions for Public Improvements and the Supplemental Standard Specifications are hereby made a part of this contract in their entirety unless otherwise revised, deleted, or supplemented herein. These documents are available for download at siouxfalls.org/engineering-specs.

Division II—Construction Details and Division III—Materials Details of the current edition of the South Dakota Department of Transportation Standard Specifications for Roads and Bridges and the current version of the South Dakota Department of Transportation Supplemental Specifications and Errata related to Division II and Division III are hereby made a part of this contract in their entirety unless otherwise revised, deleted, or supplemented herein. These documents are available for download at www.sddot.com.

2. Bidding Requirements and Conditions: Bids shall be prepared and submitted in accordance with Section 2 of the current version of the City of Sioux Falls General Conditions for Public Improvements and in accordance with the provisions listed in these Instructions to Bidders or this RFP.

3. Federal Tax ID Number: Each bidder shall state its Federal Tax Identification Number on the line provided on the bid form.

4. Bid Security: Each bid of $50,000 or greater must be accompanied by a bid bond in the amount of 10 percent of the amount of the bid, or in lieu thereof a certified check, cashier’s check, or bank draft in the amount of 5 percent of the amount of the bid. All bid guaranties shall be made payable to the City of Sioux Falls. Bonds shall be issued by a surety authorized to do business in this state. Checks shall be certified or issued by a state or national bank. Bid guaranties other than those mentioned will not be accepted by the City of Sioux Falls. Bid guaranties of unsuccessful bidders shall be returned within 30 calendar days of the bid opening. Bid security of the successful bidder shall be retained until the contract is executed and a performance security (if applicable) has been submitted.

5. Award and Execution of Contract: Bids shall be evaluated and awarded in accordance with Section 3 of the current version of the City of Sioux Falls General Conditions for Public Improvements and in accordance with the provisions listed in these Instructions to Bidders.

6. Local Preference: By virtue of statutory authority, preference will be given materials, products, and supplies found or produced within the state of South Dakota. Bidders resident in South Dakota shall be allowed a preference over the bid of any bidder from any other state enforcing or having a preference for resident bidders, equal to such preference, except that bid awards where federal funds are involved must be made to the lowest responsive and responsible bidder without regard to state preferential bid provisions.

7. Performance and Payment Bond: Performance and payment bonds are required for all construction contracts totaling $50,000 or more.

8. Right to Protest: Any bidder who is aggrieved in connection with the award of a contract may contact the City Engineer to discuss the basis for a bid award. Venue and jurisdiction for any appeals are in the South Dakota Circuit Court in Minnehaha County. Such protests

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 16 and appeals regarding the request for bids and bid proposals are governed by and must be construed in accordance with South Dakota law.

9. Questions: Questions pertaining to this bid request shall be directed to:

Scott Rust Purchasing Manager City of Sioux Falls 605-367-8836 [email protected]

If the City deems it of general interest, the answer shall be issued in written addendum on the City’s webpage.

10. Insurance: The Contractor entering into any contract for services shall secure the insurance specified below and shall cause all its consultants/subcontractors to do likewise. All insurance shall be issued by an insurance company(s) acceptable to the City. The insurance specified in this policy directive may be in a policy or policies of insurance, primary or excess. Certificates of all required insurance shall be provided to the City upon execution of any agreement. Exceptions to this policy must be approved by the City Attorney’s Office and Risk Management.

a. Workers’ compensation. The policy shall provide the statutory limits required by South Dakota law. In addition, it shall provide Coverage B, Employer’s Liability coverage of not less than $1,000,000 each accident, $1,000,000 disease-policy limits. The required limit may be met by excess liability (umbrella) coverage.

b. Commercial general liability. The policy shall provide occurrence form contractual, personal injury, bodily injury, and property damage liability coverage with limits of at least $1,000,000 per occurrence, $2,000,000 general aggregate, and $2,000,000 aggregate products and completed operations. The required limit may include excess liability (umbrella) coverage. The policy by endorsement shall name the City and its representatives (elected and appointed officials, agents, officers, City Council members, and employees) as additional insured. Blanket endorsements are acceptable if they define, list, or name ”additional insureds” as including any person or organization for whom the Bidder is performing operations under a written contract. If “occurrence form” insurance is not available, “claims made” insurance will be acceptable. The policy shall be maintained for three years after completion of this contract.

c. Automobile. The policy shall cover all owned, nonowned, and hired automobiles, trucks, and trailers. The coverage shall be as broad as that found in the standard comprehensive automobile policy with limits of not less than $1,000,000 combined single limit each occurrence. The required limit may include excess liability (umbrella) coverage.

d. The Contractor’s insurance companies must agree to provide by endorsement the City with at least 30 days’ written notice of an insurer’s intent to cancel or not renew any of the insurance coverages. The Contractor agrees to hold the City harmless from any liability, including additional premiums due because of the Contractor’s failure to maintain the coverage limits required.

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 17 e. The City’s acceptance of a certificate of insurance does not mean that the City assumes responsibility for its validity. Nor does it mean that the City represents that the coverage and limits required are adequate to protect the Contractor.

f. The commercial general liability, automobile liability, umbrella, employer’s liability and workers compensation policies must be endorsed to provide a waiver of subrogation endorsement in favor of the City and its elected and appointed officials, agents, officers, City Council members, employees and consultants.

11. Brand Name or Equal: Whenever an article or material is defined by describing a proprietary product or by using the name of a manufacturer, the term “or equal” if not inserted shall be implied. The specified article or material shall be understood as indicating the type, function, minimum standard of design, efficiency, and quality desired and shall not be construed as to exclude other manufactured products of comparable quality, design, and efficiency.

Requests for review of “or equal” articles or materials should be submitted to the City in writing a minimum of seven calendar days prior to the bid opening for evaluation. The evaluation of bids and determination as to equality of the products shall be the responsibility of the City and will be based on information furnished by the bidder or identified in their bid, as well as other information reasonably available to the City.

If deemed equal, written notification and/or an addendum will be issued prior to bid opening and will be public. Any request for review made less than seven calendar days prior to the bid opening may not leave sufficient time for evaluation, and in such case bidders should assume, for purposes of making their bids, that the proposed article or material will not be allowed. In addition, bidders should not assume other articles or materials will be allowed or substituted by change order following the bid award.

12. Disallowance of Noncomplying Bid or Offer, Contracts in Violation Void: Any bidder or offeror who fails to comply with the provisions of SDCL 5-18A, 5-18B, 5-18C, and 5-18D, or who provides any false information in the submission of any bid or offer, is subject to having their bid or offer disallowed by the City. Any contract entered into in violation of SDCL 5-18A, 5-18B, and 5-18C is null and void.

13. Additional Terms and Conditions

The Vendor shall be subject to the provisions of Chapter 98 of the Code of Ordinances of Sioux Falls, SD. It is declared to be discrimination for the Vendor, because of race, color, sex, creed, religion, ancestry, national origin, or disability, to fail or refuse to hire, to discharge an employee, or to accord adverse, unlawful, or unequal treatment to any person or employee with respect to application, hiring, training, apprenticeship, tenure, promotion, upgrading, compensation, layoff, discharge, or any term or condition of employment. If the Vendor is guilty of discrimination, this Agreement may be terminated in whole or in part by the City and the Vendor shall be liable for any costs or expense incurred by the City in obtaining from other sources the work and services to be rendered or performed or the goods or properties to be furnished or delivered to the City under the Agreement so terminated or canceled. Should the Sioux Falls Human Relations Commission in a proceeding brought as provided by the Code of Ordinances of Sioux Falls, SD, find that the Vendor has engaged in

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 18 discrimination in connection with this Agreement and issue a cease and desist order with respect thereto, the City shall withhold up to 15 percent of the contract price until such time as the Commission’s order has been complied with or the Vendor has been adjudicated not guilty of such discrimination. The Vendor will permit access to any and all records pertaining to hiring and employment and to other pertinent data and records for the purpose of enabling the Commission, its agencies or representatives, to ascertain compliance with the above provisions.

This section shall be binding on all subcontractors or suppliers.

14. The Contractor shall keep informed of, and comply with, all federal, state, and local laws and regulations, and all judicial orders and decisions, which affect those engaged or employed on the work, or which affect the conduct of the work. The Contractor shall protect and indemnify the City and its representatives against any claim or liability arising from, or based on, the violation of any such law, ordinance, regulation, order, or decree, whether by the Contractor, subcontractors, suppliers of materials or services, consultants, and their respective officers, employees, and agents.

15. The Contractor shall defend, indemnify, and hold harmless the City, its elected and appointed officials, agents, officers, City Council members, employees, consultants, and representatives from all suits, actions, or claims of any character brought because of any injuries to persons, damage to property (other than damage to City property as necessary to complete the project), or expenses or attorneys’ fees received, sustained, or incurred by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act, error or omission, neglect, or misconduct of said Contractor or its consultants, subcontractors, suppliers, their respective employees and agents, or any individual or business entity directly or indirectly employed by Contractor or its consultants or subcontractors, or for who acts, errors or omissions any of the foregoing may be liable; or because of any claims or amounts recovered from any infringements of patent, trademark, copyright, or other intellectual property rights, but only to the extent such claims are caused by negligent or intentional acts or omissions of the Contractor, anyone directly or indirectly employed by them, or anyone for whose acts they may be liable; or from any claims or amounts arising or recovered under the “South Dakota Workers’ Compensation Law,” or any other law, ordinance, order, or decree on account of the acts or omissions of the Contractor, its employees, agents, and subcontractors; and so much of the money due the said Contractor under and by virtue of the Contractor’s contract as may be considered necessary by the City for such purpose may be retained for the use of the City; or in case no money is due, the Contractor’s surety may be held until such suit or suits, actions or actions, claim or claims for injuries, damages, expenses and attorneys’ fees as aforesaid shall have been settled and suitable evidence to that effect furnished to the City. Money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that the Contractor is adequately protected by public liability and property damage insurance.

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 19 Attachment 2 Technical Specifications

PART 1 - GENERAL

1.1 STIPULATIONS

A. The Specification Sections “General Conditions of the Contract”, “Special Conditions” and “Division 1- General Requirements” form a part of this section by this reference thereto and shall have the same force and effect as if printed herewith in full.

1. Provide items, articles, materials, operations or methods shown, listed, mentioned, or scheduled on the Drawings, and/or herein specified, including all labor, supervision, materials, equipment, and incidentals necessary and required for the completion of Work.

1.2 WORK BY OTHERS

A. The general contractor (procured under a different contract) is responsible for providing the following:

1. Adequate staging and assembly area for the chairlift manufacturer’s use.

2. Containers, material, and labor to load and unload carriers at the acceptance test.

3. Coordinate temporary power and telephone service with the electrical contractor.

4. Electric and telephone service to a work site of the chairlift manufacturer’s selection. Utility charges shall be paid for by the chairlift manufacturer.

5. Tower pads, evacuation equipment, and fire extinguishers.

6. Electric power, transformer, and power connection to the main disconnect at the lift operator’s control building.

7. Provide main power disconnect of appropriate size in the lift operator’s building for incoming 480 v., 3 phase power.

8. Provide and install tower lighting on each chairlift tower.

9. Reseeding and revegetation of disturbed areas of the site, see General Notes and Erosion Control Notes in plans.

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 20 10. Removal of the old lift and lift concrete footings to six inches below grade. The old lift counterweight and below ground structure at the base of the hill and the spread footing at the top lift structure shall be fully removed.

a. Work may be completed by the owner if this alternate is not accepted during bidding.

11. Relocation of existing snow making hydrants and snow making water lines.

1.3 GENERAL SPECIFICATIONS:

A. The Lift Manufacturer shall be responsible for providing the following, in addition to other requirements listed within this document:

1. Lighting to be installed on chairlift towers by City’s general contractor.

2. As-built drawings of the completed lift.

3. Maintaining lift-related survey control throughout the duration of the project.

4. Coordination of geotechnical monitoring during construction. Geotechnical monitoring will be paid by the City under separate contract.

B. The chairlift manufacturer shall design, fabricate, supply, provide and install the following services, work, and equipment as follows:

1. The design, manufacture and installation of the passenger chairlift shall conform to the requirements of the A.N.S.I. B77.1-20017 American National Standard for Passenger Chairlifts - Aerial Tramways, Aerial Lifts, Surface Lifts, Tows and Conveyors – Safety Standard.

C. It is the responsibility of the Passenger Chairlift Manufacturer to make application and design submittals to the South Dakota Department of Labor and Industry and obtain all approvals and licenses from said agency for the installation and operation of the passenger chairlift.

D. -under clearance for the proposed passenger chairlift shall be provided to the greatest extent possible along the lift line.

E. Warranty on the passenger chairlift shall apply to both parts and labor and extend for a period of 2 years (or 2400 hours, whichever is less), commencing with successful completion of Acceptance Testing Procedures and receipt of the State Tramway License.

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 21 F. Engineering design and construction certification of the passenger chairlift and footings shall bear the seal of a qualified South Dakota licensed professional engineer.

G. Structural reinforced concrete used in the construction of foundations shall have the following properties:

1. Concrete shall have a minimum compressive strength of 4,000 psi at 28 days.

2. Reinforcing steel shall have a minimum yield strength of 60,000 psi.

1.4 SUBMITTALS

A. The Chairlift Manufacturer shall obtain approval from the City of Sioux Falls, South Dakota Approvals for the design of the proposed chairlift and for the construction of the proposed chairlift.

B. The Chairlift Manufacturer shall provide for review and acceptance a copy of the specifications for galvanizing structural steel components and carriers. Hot-dip galvanizing of components from low-alloy or plain steel shall confirm with the latest adopted version of the following standards: EN/ISO 1461, ASTM A 12.

C. The Chairlift Manufacturer shall provide to the Design Professional and Contractor for review and approval a copy of the details and specifications for the that is proposed to be supplied with the chairlift.

D. A list of all necessary and supplied specialty tools for maintaining the lift.

E. The chairlift manufacturer shall submit to the City of Sioux Falls, South Dakota for review and approval, 6 copies of the set of standard drawings, details, and design manuals of the lift equipment to be provided and installed.

F. A list of electrical and mechanical spare parts and a value of these parts noted.

G. The chairlift manufacturer shall submit to the City of Sioux Falls, South Dakota for review and approval, 5 copies of the Acceptance Testing Procedure for the proposed chairlift.

H. The Chairlift Manufacturer shall include with their proposal, any suggestions, recommendations, or additions to these specifications that will be in the best interest of the City of Sioux Falls, South Dakota.

I. Awarded Chairlift Manufacturer shall provide an electronic copy of a comprehensive O&M manual on a thumb drive upon.

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 22 1.5 QUALITY CONTROL

A. The General Contractor (separate contract) is responsible for complying with earthwork, site, utility and site electrical sections of this specification including Quality Control in those sections.

B. The lift manufacturer is responsible for providing a copy of and adhering to their Quality Assurance (QA) programs. The QA programs shall be utilized to ensure the integrity of the design, manufacture, installation, operation and maintenance of the passenger chairlift and meet the applicable requirements of the ANSI B77.1-2017 Standard.

1.6 PAYMENT PROCEDURES

A. Stored Materials: Include in Application for Payment amounts applied for materials or equipment purchased or fabricated and stored, but not yet installed. Differentiate between items stored on-site and items stored off-site.

1. Provide certificate of insurance, evidence of transfer of title to Owner, and consent of surety to payment for stored materials.

2. Provide supporting documentation that verifies amount requested, such as paid invoices. Match amount requested with amounts indicated on documentation; do not include overhead and profit on stored materials.

3. Provide summary documentation for stored materials indicating the following:

a. Value of materials previously stored and remaining stored as of date of previous Applications for Payment.

b. Value of previously stored materials put in place after date of previous Application for Payment and on or before date of current Application for Payment.

c. Value of materials stored since date of previous Application for Payment and remaining stored as of date of current Application for Payment.

4. Materials for which an allowance is requested shall be stored in an approved manner. If at any time stored materials are lost or damaged, the Contractor will be responsible for repair and replacement of such damaged materials. If payment has been prior to such damage, the amount allowed, or a proportionate part thereof, shall be deducted from the next partial payment and withheld until satisfactory repairs or replacements have been made.

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 23 B. Chairlift: The chairlift manufacturer can apply for payments according to the following schedule as long as other requirements of this section are complied with, such as insurance certificates, verification of progress in creating the chairlift such as photographs, schedules, etc.

1. After review and approval of shop drawings a payment request of 10 percent of the chairlift may be applied for.

2. At 25 percent fabrication of the chairlift, a payment request of 10 percent of the chairlift may be applied for.

3. At 50 percent fabrication of the chairlift, a payment request of 10 percent of the chairlift may be applied for.

4. At 75 percent fabrication of the chairlift, a payment request of 10 percent of the chairlift may be applied for.

5. At the time when the chairlift is ready to ship to the site, a payment request of 10 percent of the chairlift may be applied for. The payment request will equal 50 percent of the chairlift cost.

6. Once the footings, drive terminal, towers, and return terminal are in place, a payment request of 25 percent of the chairlift may be applied for.

7. Once the chairlift is in place and has been shown to be fully operational, a payment request of 25 percent of the chairlift may be applied for.

PART 2 - PRODUCTS

2.1 FIXED GRIP QUAD CHAIRLIFT “NEW”

A. Horizontal length: 850 ft. ± Vertical: 175 ft. ± Slope length: 869 ft. ±.

B. Number of Passengers/carrier: 4.

C. Lift capacity: 2,398 pph (initial-maximum).

D. Operating speed: 425 ft/min (maximum).

E. Drive: At Bottom.

F. Tension: At Bottom.

G. Rotation: Counterclockwise.

H. Electric Drive: AC Variable Frequency Electric Drive with Dynamic Braking.

I. Prime Mover: AC electric motor.

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 24 J. Auxiliary Prime Mover: Diesel engine with converter, evacuation only capacity).

K. Bottom Tensioning: Hydraulic.

L. Downhill Loading: 0 percent, 2 loaded carriers, maximum required.

M. Wind rating of the structure – to be specified in engineering design calculations.

2.2 TERMINAL ENCLOSURES

A. The Chairlift Manufacturer shall equip the drive terminal with a full motor room enclosure. The motor room enclosure shall be steel plate with a powder coated finish in a color to be determined by the City of Sioux Falls, South Dakota.

B. The chairlift name and\or logo shall be provided on the enclosure or terminal frame in a painted format approved by the City of Sioux Falls, South Dakota. The roof, siding, vents, windows and doors of a machinery enclosure or motor room enclosure shall be designed and constructed to be leak-proof.

C. Safety glass windows shall be continuous around the enclosure except for louvered vents or exterior access door locations. Exterior access doors to the chairlift end of a motor room enclosure shall be sliding glass units or units that open outward. Automotive type gaskets to minimize leakage shall be used on all window glazing. Window glazing shall be tinted in a color approved by the City of Sioux Falls, South Dakota.

D. The underside of the enclosure shall have full coverage steel plate floor, designed to reduce machinery noise and conceal the drive equipment from the passenger’s view. Access panels may be provided in the floor where necessary for convenience in accessing brakes and other components from within the enclosure.

E. Access to the motor room enclosure shall have a stairway type ladder conforming to the requirements of NFPA 101-2009 and OSHA 29 CFR Part 1920.25.

2.3 DRIVE TERMINAL

A. An exhaust fan shall be provided in a machinery enclosure or motor room enclosure for adequate cooling and vapor removal.

B. Machinery guards and heat shields for exhaust pipes and manifolds shall be provided in the motor room enclosure.

C. A lift telephone shall be provided in the motor room enclosure.

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 25 D. A drive terminal enclosure shall be provided with sufficient electric heat (277v or 480v), light and emergency lighting per NFPA 101-2009.

E. All batteries, cables and battery charging systems for back-up, low voltage control system power shall be provided.

2.4 RETURN TERMINAL

A. A fixed idler-wheel return terminal shall be provided for bull wheel unloading of passengers

2.5 BUILDINGS

A. The general contractor (separate contract) shall provide and install a 10-foot x 18-foot lift operator’s control building at the bottom drive terminal area complete with lighting, emergency lighting, heat, and telephone. The building shall be located approximately where indicated on the drawings by Stockwell Engineers, Inc. entitled Great Bear Ski Valley, Quad Lift Replacement Project and have a door on the downhill side, opening outward availing convenient access to the unloading area of the lift.

B. The General Contractor (separate contract) shall provide and install a 6-foot x 8-foot lift attendant’s building at the top unloading area complete with lighting, emergency lighting, heat and telephone. The building shall be located approximately where indicated on the drawings by Stockwell Engineers, Inc. entitled Great Bear Ski Valley, Quad Lift Replacement Project, and have a door on the uphill side, opening outward availing convenient access to the unloading area of the lift.

2.6 LINE EQUIPMENT

A. Towers shall be anchor-bolted, tubular towers with ladders and ski tip deflectors. Towers shall be consecutively numbered from the bottom of the lift to the top of the lift.

B. Cross arm walkways and railings and shall be provided. Walkways and railings (or equivalent) shall be provided parallel to each sheave assembly for maintenance purposes. The Chairlift Manufacturer shall clearly stipulate if this equipment is not provided on all towers or adjacent to all sheave assemblies.

C. Lifting frames shall be provided on each tower.

D. A fall protection system shall be provided on all tower ladders including: cable and end connections with shock-absorbing device at top and cable tensioning device at bottom. Two compatible pass-through devices shall be

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 26 provided for attachment to safety harness. Approved safety harnesses shall be provided by the City of Sioux Falls.

E. Tower tubes, cross arms, walkways, railings, ladders, and ski tip deflectors shall be hot-dipped galvanized.

F. An overhead, 50 pair with at least 4 spare pairs for owners use, “figure 8” control cable shall be provided with rating conforming to REA PE-38. Messenger cable for the control cable shall be 3/8” diameter.

G. Deropement switches shall have replaceable “bar-type” actuators.

H. Carriers shall be hot-dipped galvanized with restraint bars. Seat pads with a textured or non-slip surface shall be provided. Pads or bumpers shall be provided between metal contact points of the restraint bar and carrier frame or seat. Carrier seat frames shall have an integral, slatted back. Foot rests shall not be provided with carriers.

I. Carriers shall be sequentially numbered.

2.7 MISCELLANEOUS LIFT COMPONENTS

A. A work carrier shall be provided. It shall be specifically designed for the purpose of line maintenance and shall not be a conventional passenger carrier with adaptive maintenance equipment. It shall provide for carrying 2 workers and usual line maintenance equipment and parts and shall have an upper level and lower level. The upper level shall be configured to position a maintenance worker at haul rope level for convenience of performing routine inspection and maintenance duties. The work carrier shall meet the applicable requirements of ANSI B77.1—2017 and have its load-rating designation affixed in a conspicuous location on the carrier.

B. Lift-related signs shall be provided. A complete sign package shall meet the requirements of ANSI B77.1-2017, Annex D for Sec. 4—Fixed Grip Chair skier, as listed in Table D-1. The sign package shall include two (2) signs for the lift buildings which prohibit the entry of unauthorized people as per Fig. D-25.

C. The sign package shall be installed by the lift manufacturer.

D. Low temperature grease, oils and lubricants shall be provided throughout the entire chairlift that are rated to perform in ambient temperatures of -40°F.

E. The General Contractor (separate contract) shall provide and install ski area lighting on each lift tower. The lighting shall be located approximately where indicated on the drawings by Stockwell Engineers, Inc. entitled Great Bear Ski Valley, Quad Lift Replacement Project and by manufacturer’s recommendations. The lift manufacturer shall account for tower-mounted lighting fixtures in the tower and tower footing design calculations.

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 27 3.1 EXAMINATION

A. Prior to the construction of the new lift, the General Contractor or Owner shall be responsible to dismantle, demolish and otherwise remove from the site the existing quad chairlift that is in the same general area as the new quad chairlift will be. This work shall include removing and disposing off-site all structural steel, terminal superstructures, towers, wire rope, communication cable, carriers, drive machinery, electric power supply and control system components and miscellaneous parts.

3.2 PREPARATION

A. The General Contractor or Owner shall remove or bury existing, concrete chairlift tower footings. Drive terminal and return terminal foundations and line tower footings may be toppled and buried on-site, covered with earth or otherwise demolished and backfilled in such a manner that concrete foundations and rubble will be buried at least 6 inches below finish grade and in such a manner that no adverse or unsafe conditions or obstructions to skiers or mountain operations are remaining at the site. Footings left buried in-place shall not interfere with the installation of new footings for the new chairlift.

B. Clearing and Grubbing—It is anticipated that no clearing and grubbing will be required on the site for construction of the new chairlift.

3.3 ERECTION

A. General Contractor’s or Owner (separate contract) responsibilities:

1. Provide site grading and drainage at lift terminal locations as further indicated on the drawings.

2. Provide access road to bottom terminal site, individual line tower sites and top terminal site that is adequate for delivery by concrete trucks and heavy equipment without being towed and for general installation of the lift or any of its components.

3. Clearing and maintenance of access roads throughout the course of the project.

4. Loading and unloading ramp construction using earth materials.

5. Cuts or Fills as indicated on the drawings along the lift centerline. This work shall be minimized.

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 28 6. Final Grading and drainage at the drive terminal area, the areas surrounding line towers and return terminal area including installation of erosion control measures and establishment of growth.

7. Installation of ski area lighting on lift towers.

8. Removal of site access roads used for chairlift construction and restoration of the site in these areas including installation of erosion control measures and establishment of growth.

B. Lift Manufacturer’s Responsibilities

1. The Lift Manufacturer shall provide all excavation and backfill for chairlift foundations and footings, including any select fills and compaction that may be required f or soil stability in the immediate area of the footings and foundations.

2. The Lift Manufacturer shall be responsible for initial backfill of the chairlift footings and foundations and for restoring existing ground level in these areas and grading to promote proper runoff away from the footings and foundations. He shall establish temporary drainage and erosion control measures in these areas.

3. Provide all lift wiring from the bottom operator and top attendant station to the lift.

3.4 TESTING

A. Lift Manufacturer's Responsibilities

1. Conduct the Acceptance Test with the City and Engineering Consultant participation.

2. Provide engineering design and construction certifications, “As-Built” survey, “As-Built” chairlift calculations and “As-Built” electrical schematics of the electric drive as required per ANSI B77.1-2017.

3. Provide five (5) copies of Lift Operation and Maintenance Manuals, drawings and “As-Built” documents. One copy of the manuals and drawings shall be provided to the Engineering Consultant for review prior to submitting five (5) final copies to the City.

4. Provide all wire rope documents including: wire rope specification, test report, and certification of splice.

5. Provide nondestructive test certifications for carriers and grips.

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 29 6. Provide concrete test reports for samples taken at the lift terminal and tower footing locations.

7. Provide the first resplice of the haul rope after initial rope stretch has stabilized or after the first 1,000 hours of operation, whichever time period is longer. 8. The Chairlift Manufacturer shall provide the City of Sioux Falls with the following spare parts:

a. A main control board for the electric drive.

b. Ten (10) complete line sheaves.

c. Ten (10) spare sheave liners.

d. Ten (10) sets of line sheave bearings.

e. Two (2) carriers, complete with grips, restraint bars and seat pads.

f. Five (5) rope grips.

g. Six (6) deropement stop switches.

h. One (1) brake torque test adapter (extension) if required.

END OF SECTION 341443

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 30

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 31

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 32

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 33

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 34

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 35

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 36

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 37

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 38

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 39

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 40

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 41

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 42

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 43

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 44

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 45

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 46

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 47

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 48

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 49

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 50

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 51

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 52

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 53

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 54

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 55

S:\AS\Pur\2020\14 Parks and Recreation\20-0093\RFP 20-0093 Great Bear Chairlift Replacement RFP.docx 56