BID PROPOSAL FORM FOR SALE AND REMOVAL OF A HOUSE DATE OF BID PROPOSAL:

Similar documents
Invitation for Bid. House Sale & Removal. University of Arkansas - Fort Smith (listed properties)

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

I N V I T A T I O N T O B I D B I D # DOOR AND WINDOW REPLACEMENT AT SOUTH PORTLAND SCHOOLS

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

REQUEST FOR PROPOSAL

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

REQUEST FOR QUOTATION

City of Mt. Pleasant, Michigan CONTRACT DOCUMENTS. For. HSP Station Building Roof Replacement. NANCY RIDLEY City Manager

INVITATION TO BID "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

OPTION A: 2 BITUMINOUS PAVING WITH SHOULDERS OPTION B: SCRATCH COURSE BITUMINOUS PAVING WITHOUT SHOULDERS

PUBLIC NOTICE NOTICE OF REQUEST FOR BIDS CITY OF HIGHWOOD, ILLINOIS ROADWAY SNOW REMOVAL AND SALT APPLICATION

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

REQUEST FOR PROPOSALS FOR BID TOWN OF MIDDLESEX, VERMONT TROPICAL STROM IRENE FEDERAL BUYOUT DEMOLITIONS

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION

TOWN OF MANCHESTER, CONNECTICUT GENERAL SERVICES DEPARTMENT

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

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

Project Name, Improvement District No. Improvement District Number

COUNTY OF MONROE, MICHIGAN REQUEST FOR PROPOSALS FIRE ALARM SYSTEM REPLACEMENT FAIRVIEW COUNTY HOME. MONROE, MICHIGAN 48161

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

MEMORANDUM 7/30/15 BID NUMBER #02-15 REPLACEMENT OF WB HILL CROSS-CULVERT INVITATION TO BID

ConsensusDocs 751 STANDARD SHORT FORM AGREEMENT BETWEEN CONSTRUCTOR AND SUBCONTRACTOR

NOTICE TO BIDDERS CONCRETE CONSTRUCTION

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

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

Payment to City per gross ton (2,240 lbs.) of scrap metal delivered by City forces to vendor s local area facility.

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

CASTAIC LAKE WATER AGENCY STANDARD CONTRACT RISK TRANSFER PROVISIONS, GENERAL CONDITIONS and REQUIRED INSURANCE for

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

CHARTER TOWNSHIP OF WEST BLOOMFIELD INVITATION TO BID WEST BLOOMFIELD, FACILITY OPERATIONS

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

WINDSOR NORTH WEST PARK NATURE CENTER ADDITION AND STRUCTURE PROJECT 145 LANG ROAD. WINDSOR, CT

RFP GENERAL TERMS AND CONDITIONS

CITY OF MEMPHIS CITY ENGINEER S OFFICE PROCEDURES FOR MONITORING WELL PERMIT

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

GENERAL INSTRUCTIONS TO BIDDERS

ROAD COMMISSION FOR IONIA COUNTY

SUPPLEMENTARY AND SPECIAL TERMS AND CONDITIONS FOR MINOR PROJECTS

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

Right to Refuse The City of Coralville reserves the right to reject any and all bids and to waive any technicalities in the bidding process.

SUBCONTRACT CONSTRUCTION AGREEMENT

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

TOWN OF ERWIN REQUEST FOR PROPOSALS FOR GRASS MOWING SERVICES - ADDENDUM

CONTRACT DOCUMENTS and SPECIFICATIONS for Union County. Supplying and Delivering Precast Concrete Box Culverts

REQUEST FOR PROPOSAL FOOD SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL # RFP2015-P03

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

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

INSTRUCTIONS TO BIDDERS

W I T N E S S E T H:

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

M E M O R A N D U M. March 13, 2019

NEVADA IRRIGATION DISTRICT. Appendix B

ARTICLE RIGHT-OF-WAY RULES AND REGULATIONS

NOTICE TO BIDDERS TOWNSHIP OF BRISTOL Sealed Proposals for. Tree Trimming and Removal Services

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

INVITATION TO BID (ITB)

INDEPENDENT CONTRACTOR MASTER SERVICE AGREEMENT

CDBG/HOME CONTRACT DOCUMENTS NEW HOUSING CONSTRUCTION

**AMENDED** PLEASE FAX YOUR QUOTE TO: RFQ NO Send your quote to: Maria Salazar Today is: December 1, 2016

CITY OF ORTING. 110 Train St SE BID REQUEST, SPECIFICATIONS AND CONTRACT DOCUMENTS

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA

RFQ #2766 Sale of Surplus Scrap Metal

REQUEST FOR PROPOSAL (RFP) # DEMOLITION OF STEEL DETENTION EQUIPMENT POSTING DATE: DECEMBER 13, 2018

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

Multiple Structure Asbestos Abatement and Demolition Project

LAFAYETTE, LOUISIANA, AS SHOWN ON THESE SPECIFICATIONS...

Town of Highlands Board Approved as of May 17, 2012

Sealed Bid, Tree Pruning and Removal Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

AGREEMENT BETWEEN OWNER AND SELLER

FIRST NATIONAL BANK BUILDING 332 MINNESOTA STREET, ST. PAUL, MN TENANT MOVE-IN / MOVE-OUT INSTRUCTIONS

THE PROVISION OF CRACK SEAL MATERIAL 2017/2018 NOTICE TO BIDDERS. This entire Bid Package, which includes the following:

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

TOWN OF HOPKINTON WINTER SAND. Town of Hopkinton Department of Public Works 395 Woodville Road Hopkinton, Rhode Island 02833

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE:

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

NOTICE OF REQUEST FOR PROPOSALS TOWN OF CHAPEL HILL, NORTH CAROLINA FOR DOWNTOWN MUNICIPAL SERVICE DISTRICT (MSD) SERVICES

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

INSTRUCTIONS TO BIDDERS

SAMPLE DOCUMENT SUBCONTRACT AGREEMENT

Contractor for any and all liability, costs, expenses, fines, penalties, and attorney s fees resulting from its failure to perform such duties.

PROPOSAL FOR 2019 MINERAL WELL BRINE

The Town of Wilton. 238 Danbury Rd. Wilton, CT 06897

OGC-S Owner-Contractor Construction Agreement

SUBCONTRACTOR AGREEMENT

POST BID ADDENDUM. Project: LDS Eastview, Mesa, Iona 10 HVAC Project No.: Addendum No.: 2

STANDARD INTERCONNECTION AGREEMENT Fayetteville Public Works Commission

INSTRUCTIONS TO BIDDERS Locally Funded Contracts

MASTER SUBCONTRACT AGREEMENT

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

ROAD COMMISSION FOR IONIA COUNTY

TEMPORARY STREET CLOSURE FILING INFORMATION & APPLICATION (2017)

INVITATION TO BID ASPHALT SURFACE TREATMENT (TRIPLE TREATMENT TYPE I) IFB:

PROPOSAL LIQUID CALCIUM CHLORIDE

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

NC STATE SURPLUS PROPERTY AGENCY BID CONTRACT. RE-Bid # D05083 Bid Opening: May 8, 10:00AM

INVITATION TO BID NEW TENNIS COURTS NEILLS CREEK PARK COUNTY OF HARNETT NORTH CAROLINA

BETWEEN name. address. AND name (hereinafter called the Subcontractor ) address

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

Transcription:

BID PROPOSAL FORM FOR SALE AND REMOVAL OF A HOUSE DATE OF BID PROPOSAL: TO: Scott County Board of Commissioners Commissioners: The following Bid Proposal is for the sale of a rambler style, single-family house. The building described above is located in the City of Shakopee, Scott County, Minnesota at a street address of 1752 Marschall Road, South, Shakopee, Minnesota, in accordance with the Instructions to Bidders (and any addenda) which were supplied with this Bid Proposal and upon which the Bid Proposal is based. The following bid quotation is made in good faith and upon careful consideration of the requirements of the Instructions to Bidders (and any addenda). The Bidder acknowledges receipt of Addendum Numbers: (fill in "none" if applicable). The Bidder certifies that this Bid has been arrived at independently. The Bidder understands and agrees that if this bid is accepted by the County, this signed Bid Proposal Form, the Description Sheet, and the Bidding Instructions and Specifications shall constitute a contract between the Bidder and Scott County. A bid security in the amount of $500.00 is enclosed with this proposal. Bid submitted in the sum of ($ ) Dollars. Date: By: Bidders Name (Please Print or Type) Address Telephone Number

DESCRIPTION SHEET ADDRESS: 1752 Marschall Road, South, Shakopee, MN 55379 TYPE OF BUILDING: A rambler-style, single-family house, built circa 1969, which has approximately 970 square feet of above ground finished area with 3 bedrooms & 1 bathroom, approximately 159 square feet of finished area below grade in basement; attached two (2) stall garage; and detached two (2) stall garage. The building described above is located in Shakopee, Minnesota at a street address of 1752 Marschall Road, South, Shakopee, Minnesota. PERFORMANCE BOND: $5,000.00 REMOVAL DEADLINE DATE: March 1, 2017 LIQUIDATED DAMAGES: INSPECTION DATES & TIMES: $150.00 per Calendar Day By Prior Appointment Only. May request and schedule an inspection during the business days and times of Monday- Friday 8:00 AM to 7:00 PM subject to prior commitments. Please contact W. R. Ronning at telephone no. (952) 496-8364 to request and schedule a mutually acceptable appointment. If no answer, you may leave a voice message with name, telephone number, purpose of call and suggested time period to return your call (Scott County assumes no responsibility or liability for call backs) or you may call the receptionist at a main telephone number of (952) 496-8346 to leave a personal message with the receptionist for call back. Please note that it is a bidder s sole responsibility to schedule and confirm with the appropriate party(s) an appointment for inspecting the house. http://teamscoop/team/pwpmo/cpt169-06/rightofway/12915_prop-hsedesc-sheet.docx

BIDDING INSTRUCTIONS AND SPECIFICATIONS FOR THE SALE AND REMOVAL OF BUILDINGS BIDDING INSTRUCTIONS The sale contract for the purchase and removal of the buildings listed for sale on the attached Description Sheet will be administered by the County of Scott (herein referred to as the County ). Prior to submitting a bid on a building, the bidder should inspect the building and become aware of existing site conditions. Bidders may arrange with the County for inspecting the interior of any building listed for sale, during the times shown on the Description Sheet, attached hereto and made a part hereof. A bidder shall submit his/her bid on a form entitled Bid Proposal Form For Sale and Removal of a House, attached hereto and made a part hereof. Due to that these buildings are vacant; the County does not guarantee that any building will remain in the condition, which the bidder finds from an inspection preparatory to submitting a bid through and including its condition at the time of removal. The Bidder shall be responsible for any and all permits or approvals regarding the removal and moving of the buildings. ALL BUILDINGS WILL BE SOLD AS IS-WHERE IS. If the Description Sheet lists any item for sale which is not a building, these Bidding Instructions and Specifications shall govern (to the extent applicable) the sale and removal of that item, and the description of the listed item shall be substituted for the word building as used herein. All bids must contain a minimum bid security of $500.00. The bid security must be in the form of a certified check, cashier s check, or money order. Cash and personal checks will not be accepted and will cause rejection of a bid. Remittances must be made payable to Scott County Treasurer. The County makes no representation or warranty, express or implied that any building offered for sale will conform to the building code or permit requirements of any local jurisdiction having control over the relocation of these buildings. THE BIDDER ASSUMES ALL RISK THAT A BUILDING CAN BE MOVED OVER ANY CONTEMPLATED ROUTE, THAT NECESSARY PERMITS FOR RELOCATING THE BUILDING CAN BE OBTAINED, AND THAT THE BUILDING CAN BE MOVED OFF THE RIGHT OF WAY WITHIN THE TIME PERIOD ALLOWED IN THIS PROPOSAL. 1

SPECIFICATIONS AWARD OF THE SALE CONTRACT The County will award a sale contract to the highest responsible bidder for each separate bid item listed on the attached Description Sheet; the County, however, reserves the right to reject any or all proposals, to waive defects and technicalities therein, or to advertise for new proposals in order to award the contract in the best interest of Scott County. (The highest responsible bidder will hereinafter be referred to as the successful bidder.) Within 20 business days after the bid opening, subject to County Board of Commissioners approval, the County will notify the successful bidder by mail that his/her bid has been accepted. Bids may not be withdrawn during the 20-day period. All bid securities except the bid security of the successful bidder will be returned within 20 business days after the date of the opening of bids. The bid security of the successful bidder will be credited toward payment of the sale price. In addition to paying the full sale price, the successful bidder shall submit a performance bond in the amount specified on the Description Sheet. The performance bond may be in the form of a certified check, cashier s check, or money order made payable to Scott County Treasurer. A corporate surety Performance Bond or Contract Bond will also be accepted. (A license or permit form of bond will not be accepted.) The bond will be held on deposit by the County to assure performance of the contract, and will be returned following completion of the contract (less deductions, if any, as described herein). Failure on the part of the successful bidder to pay the full sale price and to submit the required performance bond within 20 calendar days after notification of bid acceptance shall be considered proof that the successful bidder has elected to abandon the purchase and forfeit the bid security, not as a penalty, but in liquidation of damages sustained by the County of Scott as a result of such failure. Upon receipt of the full sale price and the performance bond, the County relinquishes ownership of the building to the successful bidder (subject, however, to the right of the County to dispose of the building upon default of the successful bidder as described herein). Thereafter any damage to the building from fire, theft, vandalism, or any other cause shall be at the risk of the successful bidder. If the building is damaged or destroyed prior to transfer of ownership by a bill of sale, the sole remedy of the successful bidder shall be a return of the full sale price and the performance bond. A bill of sale will be mailed to (or may be picked up by) the successful bidder. It is understood by the successful bidder that a bill of sale to the building shall not create any right or title to the land upon which the building is now located. All items listed for sale are subject to the Minnesota Sales Tax. The award letter to the successful bidder will specify the amount of sales tax due, based upon the bid price. (Bidders are consequently reminded to not include tax in the amount of their bid.) 2

BUILDING REMOVAL AND SITE CLEANUP The successful bidder shall furnish, at its sole cost and expense, all labor, material, and equipment required for the removal of the building. All work shall be done in accordance with these specifications and in accordance with local ordinances and regulations. In the event there is a conflict between these specifications and local ordinances and regulations, the local ordinances and regulations shall govern. The successful bidder shall, at the bidder s own expense, obtain all required licenses and permits for moving the building. The successful bidder shall provide the County with a copy all required licenses and permits for moving the building prior to removing the building from the premises. The successful bidder is responsible for and shall make arrangements with utility or public service companies for removal of meters and/or other equipment owned by such companies. The furnace, laundry tubs, appliances, ducts, pipes, wiring, wood, wallboard, columns, and debris shall be removed from the basement, if remaining. (The successful bidder is not required to fill in the basement.) The successful bidder shall at all times keep the premises free from the accumulation of waste materials and debris caused by his operations. The successful bidder is not required to remove foundation walls or to remove the basement concrete or slab or any on-grade concrete slabs. However, any protruding bolts or steel reinforcement bars shall be cut off or bent over at the concrete surface. Above-ground foundation blocks and concrete steps may be left in place. Loose foundation blocks and pieces of concrete shall be either thrown into the basement hole or removed from the site. The successful bidder shall furnish and erect, in a good workmanlike manner, a woven wire fence wrapped with high-visibility orange safety fence with wooden or heavy-duty steel T-posts (a wood slat snow fence with steel posts may be substituted subject to prior approval (or another approved substitute). The fence shall be approximately four feet in height and with openings of not more than 4 inches or less in width, around the basement and any other excavations or holes. The fence shall enclose the entire perimeter of the basement, excavation or holes. The fence shall be erected on the same day that the building is pulled away from the foundation. The fence will become the property of the County upon completion of the work subject to an inspection by the County approving the installation of said fence. The successful bidder shall notify the County within 24 hours following the removal of the building off its foundation and when the building is removed from the right of way. The County s authorized representative for receiving any notice provided for in these specifications shall be the person signing the award letter or the person designated in such letter. The successful bidder shall be responsible to the County for the acts and omissions of the bidder s building mover and any other person or organization performing any of the work under a contract with the successful bidder. INSURANCE The successful bidder agrees to indemnify and save harmless the County, its officers and employees from all suits, actions, and claims of any character brought because of injuries received or damages sustained by any person, persons, or property arising out of the removal operations; or in consequence of any neglect in safeguarding the site; or because of any act or omission, neglect, or misconduct of the successful bidder, or by any person or organization employed directly or indirectly by the successful bidder. 3

The successful bidder shall not commence work under this Contract until it has obtained at its own cost and expense all insurance required herein. All insurance coverage is subject to approval of the County and shall be maintained by successful bidder until final completion of the work. County shall not accept any insurance coverage provision under which successful bidder or its insurer attempt or purport to avail themselves of any governmental right of immunity available to the County as a municipal corporation pursuant to any common law doctrine, Minn. Stat. Ch. 466 et. seq., or other statutory authority. The successful bidder further agrees that to protect itself as well as the County under the indemnity Contract set forth above, it shall at all times during the term of the Contract have and keep in force: A. Workers Compensation a. State: Minnesota Statutory b. Employer s Liability with minimum limits of: Bodily Injury by Accident: $100,000 each Accident Bodily Injury by Disease: $100,000 each Employee Bodily Injury by Disease: $500,000 policy limit c. Benefits required by union labor contracts: As applicable In the event the successful bidder is a sole proprietor and has not elected to provide workers compensation insurance, the successful bidder shall be required to execute and submit an affidavit of sole proprietorship in a form satisfactory to the County before entering into the agreement. B. Commercial General Liability Including Premises, Operations, Products, Completed Operations, Advertising and Personal Injury Liability, with the following minimum limits of liability: $2,000,000 Aggregate $2,000,000 Products & Completed Operations Aggregate $1,000,000 Personal Injury & Advertising Injury $1,000,000 Occurrence $ 100,000 Fire Damage Limit $ 5,000 Medical Expense Policy should be written on an occurrence basis and include explosion, collapse and underground. C. Commercial Auto Liability Minimum limits of liability shall be: If split limits: $1,000,000 each person/$1,000,000 each occurrence for Bodily Injury $1,000,000 each occurrence for Property Damage If combined single limit: $1,000,000 per occurrence Automobile liability should include any auto, hired and non-owned. The County shall be named as additional insured. 4

D. Proof of Insurance Insurance certificates evidencing that the above insurance is in force with companies acceptable to County and in the amounts required shall be submitted to County for examination and approval prior to delivery of a bill of sale,, after which they shall be filed with County. The insurance certificate shall name the County as an additional insured and specifically provide that a certificate shall not be materially changed, canceled or non-renewed except upon sixty (60) days prior written notice to County. Neither County s failure to require or insist upon certificates or other evidence of insurance showing a variance from the specified coverage changes the successful bidder s responsibility to comply with the insurance specifications. The County may withhold payment for failure of the successful bidder to furnish certificates of bonding and/or insurance as required above. DELAY IN REMOVING BUILDINGS The successful bidder shall remove the building from the right of way on or before the Removal Date specified in this proposal on its attached Description Sheet(s). Time being an essential element of the contract, the County will be entitled to damages for failure on the part of the successful bidder to remove the building on or before the Removal Date. Due to difficulty in making a precise determination of actual damages incurred, the successful bidder will be assessed a daily charge in the amount stipulated in this proposal (see Description Sheet), not as a penalty but as liquidated damages to compensate for the additional cost incurred. Liquidated damages will be assessed on a calendar day basis for each day that the building remains on the right of way after the Removal Date, and the cumulative daily charges will be deducted from the performance bond. No liquidated damages will accrue during the period that a building remains on the right of way past the Removal Date when the delay in moving is caused by seasonal roadway load limit restrictions imposed by any governmental jurisdiction. Liquidated damages will not be waived for any other reason. In any action involving assessment or recovery of liquidated damages for delay in removing a building, the specified daily charges shall be presumed reasonable and shall be in addition to any other rights and remedies provided by law or under these specifications. If the building has not been removed from the right of way by the Removal Date, the County may declare the bidder in default and give written notice demanding that the default be corrected by a time to be specified in such notice. If the successful bidder does not remove the building within the time specified, the County (without further notice to the defaulting bidder) may consider the building and all related property, material, and equipment remaining on the right of way to have been abandoned by the bidder for the County to dispose of by whatever means it may determine appropriate. The successful bidder shall be liable to the County for any costs incurred by the County as a result of the bidder s default together with any assessed daily charges. If the performance bond amount is not adequate to cover such costs plus assessed daily liquidated damages, the successful bidder shall remain liable to the County for the excess. The full sale price will under all circumstances be retained by the County. 5

It is understood and agreed by the successful bidder that if work continues on the removal of the building after the date specified in the default notice, such work shall be deemed to have been done without the County s consent, and such work (done with or without the knowledge of the County s officers or employees) will not preclude the County from having the right to make arrangements and contracts for removal of the building by others. In such case, the successful bidder agrees to save harmless the County, its officers and employees from any claims which arise as a consequence of the bidder continuing removal work after the date specified in the default notice. If the successful bidder sells the building before it has been removed from the right of way, the successful bidder shall continue to be responsible to the County for all of the obligations of the successful bidder contained in these specifications. In addition, the successful bidder agrees to save harmless the County, its officers and employees from any claims brought by the subsequent purchaser which arise as a consequence of the County exercising its right herein to dispose of the building. DELAY IN REMOVING DEBRIS If the successful bidder fails to keep the premises free from the accumulation of waste materials and debris caused by its operations, or fails to clean up the premises after the building has been removed, or fails to complete any other work required by these specifications (but not including DELAY IN REMOVING BUILDINGS, which is specifically provided for above), the County may give written notice to the successful bidder, describing the work which must be completed and setting a date for completion. If the work is not completed in the time allowed, the County may complete the work or have it done by others. The County will charge the successful bidder for all costs incurred. Time being an essential element of the contract, the County will be entitled to damages for failure on the part of the successful bidder to remove the debris from the site on or before the Removal Date. Because of difficulty in making a precise determination of actual damages incurred, the successful bidder will be assessed a daily charge in the amount stipulated in this proposal (see Description Sheet), not as a penalty but as liquidated damages to compensate for the additional cost incurred. Liquidated damages will be assessed on a calendar day basis for each day that the debris remains at the site after the Removal Date, and the cumulative daily charges will be deducted from the performance bond. In any action involving assessment or recovery of liquidated damages for delay in removing debris, the specified daily charges shall be presumed reasonable and shall be in addition to any other remedies provided under these specifications. \\ntscott\scfs\rds_userdata$\suhellm\desktop\cp 17-41 1752 House Removal\1752_House Removal_Proposal.docx 6