MIDLAND CUSD# ST. RT 17 VARNA, IL Snow Removal. Request for Bids - One year firm bid and optional three year firm bid

Similar documents
INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

Champaign Park District: Request for Bids for Playground Surfacing Mulch

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

STATE OF SOUTH CAROLINA ) ) CONTRACTOR AGREEMENT COUNTY OF HORRY )

City of Charlevoix ADVERTISEMENT FOR BIDS. Tree Trimming

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

PROPOSAL AND SPECIFICATIONS FOR FURNISH, HAULING AND SPREADING PROCESSED ROAD GRAVEL

REQUEST FOR PROPOSAL SNOW / ICE REMOVAL HARTLAND CONSOLIDATED SCHOOLS HOWELL, MICHIGAN 48843

ADVERTISEMENT FOR BIDS. Notice is hereby given that the City of Beacon shall receive sealed proposals for: Towing Services

REQUESTS FOR PROPOSALS

LEAGUE OF HUMAN DIGNITY BARRIER REMOVAL CONSTRUCTION CONTRACT OWNER AND CONTRACTOR

SECTION IV CONTRACT BID NUMBER

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

Black Hawk County Engineer

REQUEST FOR PROPOSAL SNOW / ICE REMOVAL BRIGHTON AREA SCHOOLS BRIGHTON, MICHIGAN 48116

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK:

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

REQUEST FOR PROPOSALS LEVELLAND PARK SYSTEM PLAYGROUNDS

COUNTY EXECUTIVE On behalf of the City of Pittsburgh

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

CITY OF BURTON JANITORIAL SERVICE AGREEMENT TERMS AND CONDITIONS FOR CITY OF BURTON CONTRACTUAL SERVICES

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

Complying with the Illinois Prevailing Wage Act. Pat Quinn, Governor Joseph Costigan, Director Tom Whalen, Con/Med Division Manager

AGENDA ITEM 1 H Consent Item. Award Construction Contract for Capital Improvement Plan (CIP) #17-01 Bus Parking Lot Improvements to Joe Vicini, Inc.

St. George CCSD #258

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

SPECIAL CONDITIONS: Description:

REQUEST FOR PROPOSALS FOR THE MANAGEMENT AND OPERATIONS OF THE RIVERFRONT PARKING GARAGE 35 MONROE AVE. MEMPHIS, TN 38103

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

City of Harris Harris, Minnesota Public Works Department GRADING GRAVEL ROADS REQUEST FOR PROPOSALS Fax #

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

RFP GENERAL TERMS AND CONDITIONS

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR ANIMAL CONTROL OFFICER FOR THE BOROUGH OF TOTOWA

PROPOSALS MUST BE RECEIVED BY: 10:00 AM (CST) ON FRIDAY, FEBRUARY 1, 2019

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES Minnesota State University, Mankato/System Office

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

CITY OF GALESBURG. PURCHASING 55 W Tompkins St Galesburg, IL Phone: (309)

PROPOSAL AND SPECIFICATIONS FOR PAVEMENT MARKING COUNTY PRIMARY ROADS CITY OF ALLEGAN MARCH 21, 2018

Proposal No:

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

Town of Manchester, Connecticut General Services Department. Request for Proposal

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

ADVERTISEMENT FOR BIDS City of Northport, Alabama. Bid File Number LAWN MAINTENANCE SERVICE

P.O. Number SERVICES CONTRACT [NOT BUILDING CONSTRUCTION]

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

THIS IS NOT AN ORDER!! DATE: April 19, REQUEST FOR QUOTATION Purchasing Department 200 Chesapeake Blvd, Ste 1400 Elkton, MD 21921

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

I N V I T A T I O N T O B I D BID #33-16 RECONSTRUCTION OF RETAINING WALL

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

Rutherford County Board of Education

Bids are due by 10:30 a.m. local time, Friday March 31, Sealed bids may be mailed or brought in person to:

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

ALL TERRAIN SLOPE MOWER

TOWN OF MANCHESTER, CONNECTICUT GENERAL SERVICES DEPARTMENT REQUEST FOR PROPOSAL PHYSICAL FITNESS ASSESSMENTS AND TRAINING RFP 15/16-75 PROPOSALS DUE:

POLICE TOW SERVICE THREE (3) YEAR CONTRACT NOTICE TO BIDDERS

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

VILLAGE OF ORLAND PARK (Contract for Small Construction or Installation Project) This Contract is made this day of, 20 by and between the Village

BERRIEN COUNTY ROAD DEPARTMENT

Donald S. Rector, P.E. January 1, Fairfield County Utilities Department Renewal - Service Line Contractor s License.

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

CONSTRUCTION AGREEMENT

SNOW REMOVAL. River Valley Community College - Keene Academic Center

CITIES OF BOYNE CITY AND CHARLEVOIX. INVITATION TO BID Pavement Marking Services

Alabama State Port Authority

SPECIFICATIONS AND BID PROPOSAL FOR SEAL COAT GRADE ASPHALT EMULSION TO THE BOARD OF COUNTY COMMISSIONERS HENRY COUNTY, OHIO

City of Spartanburg Procurement and Property Division Post Office Drawer 1749, SC P (864) F (864)

SUBCONTRACT. by and between. to perform the Work identified in Article 2 in accordance with the Projects Contract documents.

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

INVITATION TO BID Seal, Stripe and Paint Asphalt Parking Lots

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

INDOOR BLEACHER SAFETY RAILS MANDATORY WALK-THRU ON MONDAY, MAY 16, 2016 AT 10:00 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD.

REQUEST FOR PROPOSAL (RFP)

Services Agreement for Public Safety Helicopter Support 1

CITY OF SOUTH PORTLAND Purchasing Office Room 105 P.O. Box Cottage Road South Portland, Maine

STATE OF MINNESOTA MINNESOTA STATE COLLEGES AND UNIVERSITIES SYSTEM OFFICE

SUBCONTRACT CONSTRUCTION AGREEMENT

RFP # SPECIAL MAGISTRATE SERVICES FOR CODE ENFORCEMENT CASES

W I T N E S S E T H:

VACANT/ABANDONED PROPERTY GRASS CUTTING Request for Proposals

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER

PROPOSAL FOR CONTRACTOR EQUIPMENT RENTAL SERVICES WITH AND WITHOUT OPERATOR, OUR JOB SITE

PROPOSALS MUST BE RECEIVED BY: 10:30 AM (CST) ON TUESDAY, FEBRUARY 26, 2019

ATTENTION BIDDERS. This is a mandatory requirement when submitting an offer as described above.

CONSTRUCTION CONTRACT EXAMPLE

CITY OF GALESBURG. PURCHASING 55 West Tompkins Street Galesburg, IL Phone: 309/ INVITATION FOR BIDS

INVITATION TO BID Install Spray Foam Polyurethane Roof

The deadline for submitting bids under this RFP is Monday, March 26, 2017 at 2:00pm.

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

OFFICIAL BID SHEET. DATE: May 3, 2018

INVITATION TO BIDDERS. Notice is hereby given the Collinsville Area Recreation District ( CARD ) is accepting proposals for the following project:

REQUEST FOR PROPOSALS RFP FOR SNOW REMOVAL AND SALT APPLICATION QUOTES FOR. West Liberty-Salem LSD 7208 US HWY 68 N. West Liberty, Ohio 43357

TOWN OF EATONVILLE CRA SOLICITATION FOR CONTINUING SERVICES CS # Enhanced Code Enforcement Officer

The City of Roanoke is currently soliciting bid proposals for fire lane striping for all City owned facilities with fire lanes.

Transcription:

MIDLAND CUSD#7 1830 ST. RT 17 VARNA, IL 61375 Snow Removal Request for Bids - One year firm bid and optional three year firm bid Requirements of Contractor 1. All sites must be cleared of snow and ice by 7:30 a.m. when school is in session. It may be necessary to remove snow at some locations on Saturday. Building administrators will call the contract on an as-needed basis for snow and ice removal on Saturdays. However, everything would need to be cleared by 7:30 a.m. Monday morning. On days when school has been closed, removal should take place as soon as possible. Snow should also be removed during holiday periods because many events are scheduled during these periods. 2. Snow should be removed if it has accumulated in excess of 2 inches (2"). 3. Potential bidders have the option to bid all sites 1 and 2 or each one separately. Site 1: Midland Middle School 901 Hilltop Dr. Sparland, IL 61565 Site 2: Midland High School 1830 St. Rt. 17 Varna, IL 61375 4. Snow removal and salting at all sites includes: Driveways & Bus Lanes Teacher Parking Lots Student Parking Lots Bus Parking Lot

5. District is requesting firm bids for November 8, 2016 November 30, 2016. Bills are due by the end of the month. Contractor must keep an hourly log and submit with bill. 6. District has option to call contractor at any time if snow removal has not been adequate. 7. PROTECTION OF PERSONS AND PROPERTY: The Contractor shall be responsible for initiating, maintaining, and supervising all safety precautions and programs in connection with the work. He shall take all reasonable precautions for the safety of, and shall provide all reasonable protection to prevent damage, injury, or loss to (1) all employees on the Work and other persons who may be affected thereby, (2) all the Work and all materials and equipment to be incorporated therein, and (3) other property at the she or adjacent thereto. He shall comply with all applicable laws, ordinances, rules, regulations and orders of any public authority having jurisdiction for the safety of persons or property or to protect them from change, injury or loss. All damage or loss to any property caused in whole or in part by the Contractor, subcontractor or any Sub-subcontractor or anyone directly or indirectly employed by any of them or by anyone for whose acts any of them may be liable, shall be remedied by the Contractor. 8. CONTRACTOR'S LIABILITY INSURANCE: The Contractor shall purchase and maintain such insurance as will protect him from claims under workmen's compensation acts and other employee benefit acts, from claims for damages to property which may include death, and from claims for damages to property which may arise out of or result from the Contractor's operations under this Contract, whether such operations be by himself or by any subcontractor or anyone directly or indirectly employed by any of them. This insurance shall be written for not less than any limits of liability specified as part of this Contract, or required by law, whichever is the greater, and shall include contractual liability insurance as applicable to the Contractor's obligations under special conditions. The Contractor shall also purchase and maintain such insurance as will protect the Owner and their agents and employees from and against all claims, damages, losses and expenses including attorneys' fees arising out of or resulting from the performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death or to injury to or destruction of tangible property (other than the Work itself) including the loss of use resulting there from, and (2) is caused in whole or part by any negligent act or omission of the Contractor, any Subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a patty to whom insurance is afforded pursuant to this Paragraph. This insurance shall be written for not less than any limits of liability specified as part of this contract, or required by law, whichever is the greater. Certificates of such insurance shall be filled with the Owner before starting work. 9. LIABILITY: The contractor is responsible for the instructing, supervision, and

implementation of all safety rules and regulations. The owner is not responsible for any injuries or loss of life, connected with this project 10. FAIR EMPLOYMENT PRACTICES: All Contractors agree that, is accordance with an Act to prohibit discrimination and intimidation on account of race or color in employment under Contracts for public buildings or public works, approved July 9,1933, as amended, no person will be refused or denied employment is any capacity on the grounds of race or color, nor be discriminated against in any manner by reason thereof in connection with the performance of the work set forth in the attached drawings and specs; nor will any unfair employment practice, as defined in the Fair Employment Practices Act, approved July 21, 1961, as amended, be committed by the said Contractors. OCCUPATIONAL SAFETY AND HEALTH: It shall be each Contractor's responsibility to comply with all local, state and federal laws and regulations governing job safety and health standards, and the requirements of the "Occupational Safety and Health Act of 1980" enacted by Congress and signed into law on December 29,1990. 11. EQUIPMENT - TOOLS - APPARATUS: All equipment, tools, ladders, and apparatus, etc., must be supplied by the contractor. The owner will not supply any equipment to contractor to complete work. The contractor is responsible for the working condition and safety of all equipment, tools, ladders, trucks, plows, and apparatus, etc. 12. PREVAILING WAGE POLICY: The Owner has, by resolution, established a general prevailing rate of hourly wage in said District All Contractors and Subcontractors shall comply with the following and any later amendments thereto: "Illinois Statutes, as amended by Act approved August 8,1961, (SB No. 250) (Rev. Stat Chap. 48, Sec. 39S-1 et Seq.) declared to be the Policy of the State of Illinois that a wage of no less than the general prevailing hourly rate as paid for work of a similar character in the locality in which the work is performed, shall be paid to all laborers, workmen and mechanics employed by or on behalf of any and all public bodies engaged in public works, exclusive of maintenance work." Pursuant to Public Act 86-799, the Wage Determination Act, the effective wages as determined by the Illinois Department of Labor as the prevailing wages for Woodford and Tazewell Counties Effective 6-1-94, is attached. Copies may be secured from the County Clerks. Current Copies of the Wage determination shall be secured monthly by the contractor from the county clerk and posted in a conspicuous location at the job site by the contractor. The wage determination is updated monthly by the State of Illinois Department of Labor. The wages paid by the contractor shall not be lower than the amount posted in the current wage determination. If during the duration of the project the minimnnp wage for a trade is increased the contractor shall pay this increased wage or wages with no increase in the contract amount or additional cost to the

Owner. Public Act 86-799 also requires, that in the case of any underpayment of the prevailing wage, a penalty of 20% of the underpayment shall be assessed against the contractor or subcontractor; and the 20% penalty shall be payable to the Illinois Department of Labor. Any underpayment that has not been repaid to a worker within thirty-days of violation is subject to an additional 2% of the underpayment as a punitive damage assessment. This is payable to the worker (Ch. 48, Par. 39s-l 1). Public Act 86-799 now requires an automatic two (2) year debarment of any contractor or subcontractor round to have violated the Act on two (2) separate occasions. An affected contractor or subcontractor may request the Department to hold a hearing on the alleged violations within ten (10) days notification of the second violation (Ch. 48, Par. 39s-1 la). All Contractors and Subcontractors shall see that the above requirements are complied with throughout the duration of the work performed under this Contract. 13. Bids are due in the Superintendent's office, Midland CUSD #7, by Monday, October 30, 2016 at 10:00 a.m. Mark envelope: Snow Removal Bid. 14. Questions concerning bids should be directed to: Superintendent Bill Wrenn 1830 St. Rt. 17 Varna, IL 61375 309-463-2364

SNOW REMOVAL BID PROPOSAL ONE YEAR QUOTE 1. Firm Name: Address: Phone: Contact: 2. Quote: i. Site #1 Midland Elementary: $ Per Hr./Job ii. Site #2 - Midland Middle School $ Per Hr./Job iii. Site #3 - Midland High School $ Per Hr./Job 3. List Below Available equipment and Quantity: a. b. c. d. e. f. g. 4. All quotes are one-year quotes only. 5. All Bids are due in Superintendents Office by 10 a.m. October 18, 2010. 6. The affidavit P.A. 85-1295 will be enclosed with the bid. 7. The Prevailing wage agreement will also be supplied. 8. I hereby submit this bid to CUSD #7. I agree to all terms and conditions of this bid proposal. Signature Date 9. The school district reserves the right to reject any or all bids, waive or not waive any informality in the bids, and to accept any bid which the school district deems most favorable.