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

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

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

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

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

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

RFP GENERAL TERMS AND CONDITIONS

WESTON HIGH SCHOOL BLEACHER REPAIRS MANDATORY WALK-THRU, MONDAY, JUNE 15, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

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

HEATING AND COOLING SYSTEM MAINTENANCE

PROPOSAL LIQUID CALCIUM CHLORIDE

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

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

INDEPENDENT SCHOOL DISTRICT NO. 273 District Media and Technology Services 5701 Normandale Road, Suite 339 Edina, MN 55424

Proposal No:

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

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

City of Loveland, Ohio

PROPANE GAS HEATING FUEL, GENERATOR FUEL AND BURNER SERVICE

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

COUNTY OF COLE JEFFERSON CITY, MISSOURI

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

Champaign Park District: Request for Bids for Playground Surfacing Mulch

West Ridge Park Ballfield Light Pole Structural Assessment

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

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

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 "Town Hall First Floor Renovation Project, Windsor CT". "Town Hall First Floor Renovation Project, Windsor CT".

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

W I T N E S S E T H:

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY HARRISON STREET DAVENPORT, IOWA REQUEST FOR PROPOSAL

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

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

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

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

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

MEMORANDUM Municipal Way, Lansing (Delta Township), Michigan Enclosed for your consideration is MERS Request For Proposal (RFP).

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

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.

REQUEST FOR PROPOSAL & QUALIFICATIONS (RFP) FOR THIRD-PARTY AGENCIES

SMALL ORDERS TERMS AND CONDITIONS - BLANKET

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

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

PLEASANTVILLE HOUSING AUTHORITY

Police Department Dispatch Architectural Services

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

ROAD COMMISSION FOR IONIA COUNTY

TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS

Traffic Control Signal Design & Engineering Services

REQUEST FOR PROPOSALS Lease and Operate the Concession Stand at Palmer Pool

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

REQUEST FOR PROPOSALS TELEPHONE SYSTEM

LEGAL NOTICE REQUEST FOR QUALIFICATIONS. Broome County Multi-Jurisdictional All-Hazard Mitigation Plan Update

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

DAVENPORT COMMUNITY SCHOOL DISTRICT 1606 BRADY STREET DAVENPORT, IOWA REQUEST FOR BID

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

City of Merriam, Kansas

JACKSON TOWNSHIP FRANKLIN COUNTY, OHIO STATE OF OHIO

CONTRACT SERVICES AGREEMENT FOR CONSULTANT SERVICES TO PERFORM DESIGNATED PROFESSIONAL SERVICES

BUSINESS ASSOCIATE AGREEMENT

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

REQUEST FOR QUOTATION

BUSINESS ASSOCIATE AGREEMENT

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

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

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

CONSULTANT SERVICES AGREEMENT

City of Portsmouth Portsmouth, New Hampshire Department of Public Works. Plumbing and Heating Repair Services

BERRIEN COUNTY ROAD DEPARTMENT

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

INSTRUCTIONS TO BIDDERS. Project Title: Water Line Replacement in the Area of Gillis Street, Richmond, Missouri

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

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

Black Hawk County Engineer

PROPOSAL CAR, TRUCK, AND HEAVY EQUIPMENT TIRES

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP TEMPORARY STAFFING

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

BERRIEN COUNTY ROAD COMMISSION

City of Sevierville The Sevierville Golf Club P. O. Box 5500 Sevierville, TN Phone: (865) Fax: (865) Contact: Nicole

SUU Contract for Workshops and Entertainment

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

ROAD COMMISSION FOR IONIA COUNTY

ADVERTISEMENT FOR BIDS GRATIOT COMMUNITY AIRPORT MOWING SERVICES BID B. Mowing services for the Gratiot Community Airport

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

CONSTRUCTION CONTRACT EXAMPLE

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

SUBCONTRACTOR CONTRACT THIS AGREEMENT, Made as of (Current Date), In the Year of (Current Year),

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

REQUEST FOR QUOTATION RECYCLING OF USED COOKING OIL SWA 16-Q05/SB

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

BID DOCUMENTS FOR. WTP VFD Replacement Bid

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

NOTICE TO BIDDERS CONCRETE CONSTRUCTION

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

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

Request for Qualifications

Iredell County. BID AND PROJECT REQUIREMENTS AND CONTRACT For

Transcription:

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS 1. Notice to Bidders 2. Bid Form 3. Instructions, Project Scope and Specifications 4. Patriot Park Concession Operation Agreement between Park Board and Contractor Page 1 of 8

BID FORM PATRIOT PARK CONCESSION OPERATION COMPANY NAME: ADDRESS: CITY: STATE: ZIP CODE: PHONE NUMBER: EMAIL ADDRESS: PERSON EXECUTING CONTRACT: TITLE: MONTHLY BASE RENT BID: $ PERCENTAGE OF GROSS MONTHLY SALES (in addition to monthly base rent): % SIGNATURE OF BIDDER: PRINTED SIGNATURE OF BIDDER: TITLE: DATE: Page 2 of 8

INSTRUCTIONS, PROJECT SCOPE & SPECIFICATIONS FOR PATRIOT PARK CONCESSION OPERATION Introduction The intent of this Notice to Bidders (BID) is to establish the general specifications for operating the Patriot Park Concession Operation Patriot Park, 2224 N. 950 West in Michigan City, Indiana. The BID submitted shall incorporate all items listed in the Instructions and Specifications. 1. INSTRUCTION FOR BIDDERS A.) A BID must be submitted in a SEALED ENVELOPE addressed to the Michigan City Park Board (hereinafter referred to as Board ) with the return address of the Bidder shown. BID must be clearly marked Patriot Park Concession Operation on the outside of the envelope. B.) All sealed BIDS should be delivered to the Secretary of the Michigan City Park Department, 100 East Michigan Boulevard, Suite 2, Michigan City, Indiana on or before March 21, 2018 at 5:00 pm local time or to the Board during its regular meeting scheduled to begin on March 21, 2018 at 5:00 pm local time in the Council Chambers at City Hall, 100 E. Michigan Boulevard, Michigan City, Indiana when the Board s presiding official calls the agenda item for receiving and opening of BIDS for the Project. Any BID received after the presiding official declares the time for submitting BIDS closed will not be considered. C.) Each BID shall be accompanied by a Bid Bond, signed by both the surety and the Bidder, or Cashier's Check in an amount not less than ONE THOUSAND DOLLARS ($1,000.00) of the total BID. The bond or certified check must be made payable to The Michigan City Park Department. The surety or Cashier s Check of the successful BIDDER will be retained by the Board until seven (7) days after the winning BIDDER provides the Board with a duly executed contract and required forms and attachments. The surety or Cashier s Check of the unsuccessful BIDDER(s) will be retuned upon the Board making an award for the Project and the successful BIDDER s timely submission of proof of insurance. D.) Each BIDDER must sign and return the following BID DOCUMENTS in your sealed BID: Bid Bond Bid Form List of references for similar operations within the past five years Page 3 of 8

The following documents from EEO Packet from Human Rights Director entitled Local Hiring/Equal Employment Opportunity Program and Certification of Applicable Laws: 1. Equal Employment Opportunity Clause to be Included in Public Contract 2. Notice of Non-Discrimination in Employment 3. Certification of Non-Segregated Facilities 4. Certification of Compliance with Applicable Laws 5. E-Verify Affidavit 6. Non-Investment in Iran Certification 7. Non-Collusion Affidavit 8. Affirmative Action and Equal Employment Opportunity Policy Statement E.) Please read and follow the Notice to Bidders, as well as all specifications and all bid documents, including the contract, when completing the BID. Should you have any questions regarding specifications, please contact Park Superintendent Jeremy Kienitz at (219) 873-1506 or jkienitz@emichigancity.com. F.) The issuance of this Notice to Bidders does not create any obligation on the part of the City to enter into any contract or undertake any financial obligations with respect to the project described herein. G.) No Bidder may withdraw any bid within a period of sixty (60) days following the date set for receiving bids. The Michigan City Park Board reserves the right to hold any or all bids for a period of not more than sixty (30) days and said bids shall remain in full force and effect during said period. The Michigan City Park Board reserves the right to reject and/or cancel any and all bids, solicitations and/or offers in whole or in part as specified in the bid documents, and to waive any nonconformity, whenever such actions are in the best interest, as determined solely by the Board. H.) The successful bidder shall secure, and/ or execute the following within seven (7) days from the date of Notice of Award of said contract: Proof of Insurance: Proof of Insurance as further defined in these Instructions & Specifications and in the exact amounts listed herein. The City of Michigan City, Indiana and the Michigan City Park Board must be named as an additional insured regarding the Commercial General Liability and Automobile Liability. Failure to comply with the exact insurance limits and terms associated with said insurance, within the time limits set forth herein, will result in the termination of any award of said contract. Agreement for Patriot Park Concession Operation at Patriot Park, Michigan City, Indiana Page 4 of 8

The successful Bidder must submit the aforementioned documentation to the Park Superintendent, 100 East Michigan Boulevard, Suite 2, Michigan City, Indiana, within seven (7) days from the date of notice of award of said contract If the successful Bidder fails to timely submit said proof of insurance and Agreement for Patriot Park Concession Operation at Patriot Park, Michigan City, Indiana or fails to otherwise comply with the terms contained herein, the Board may cancel contract, and award contract to the next lowest responsible and responsive Bidder. Work shall not commence under this contract until Counsel for the Michigan City Park Board has reviewed and approved the documents required to be submitted herein. I.) Bidding on this contract shall be limited to individuals, partnerships, and corporations actively engaged in the field of operating concession operations. All Bidders must have in their possession or available to them by formal agreement at the time of bidding, personnel, vehicles, devices, tools, and other equipment and supplies necessary to perform the work outlined in the scope of work details. J.) The BID will be for all work as shown in 2018 Concession Specifications, outlined herein. K.) All Bidders must examine the 2018 Concession Specifications and visit the project site to fully investigate the nature and extent of the work required. Bidders are responsible for becoming familiar with the location and access to the site, availability of utilities, condition of the site, and any existing governing regulatory agencies and permitting processes. 2. 2018 CONCESSION SPECIFICATIONS Note: Bidders are sometimes referred to as Vendor in these Specifications. 1. Bidders are responsible for inspection of the areas subject to Lease. These areas are all within Patriot Park and include the following: a. Sideline Concession Stand Building 2. Bidders should base their bids on, (a) a monthly flat rate, or (b) monthly flat rate with additional percentage of gross monthly sales. Bidders are advised, however, that no guarantee is promised by the Park Department that the agreed upon amount will be achieved in actual operations during the year of the Lease. Page 5 of 8

3. Bidders should include the following in their bids: a. Types of food and drinks to be served with proposed pricing. b. Dates of intended operation (inclusive), days of week, and hours. Failure to adhere to the agreed upon hours of operation the Park Department has the right to impose penalties. Also, failure to adhere to the agreed upon hours of operation will result in a breach of the agreement and the Park Department will be entitled to end the agreement. c. Willingness to enter into 1-year lease on 03/21/2018. d. Site maintenance and security plans to be made at vendor s expense. e. Type of bookkeeping plans and willingness to make all financial records to Park Department upon request. f. List vendor s experience in management of public food and beverage establishments. g. Responsibilities vendor expects to be assumed by Park and Recreation Department. h. Legal address and telephone number of vendor. i. Brief personal resume of vendor. j. Any and all additional plans which would enhance attractiveness of vendor s proposal. 4. The following requirements must be provided prior to the execution of the lease. a. Vendor must be able to provide certificates of insurance covering all vendors liability. (Comprehensive liability) b. Vendor must provide details of any renovation and agree to bear the expense thereof. c. Vendor must provide all equipment necessary to operate his or her business. d. Vendor must be in compliance with all Federal, State, County and City laws governing the operation of such food concessions. 5. Vendor must enter into a standard and accepted form of written commercial lease agreement containing the following general provisions among others: a. Term of lease: One (1) year. b. No sublease shall be permitted without the written consent of the Park Board and a copy of the contract provided to the Park Department. c. Gas and electric to be paid by Lessor. All other utilities to be paid by Lessee (phone service, etc. in conjunction with his/her use only). d. All maintenance of equipment, appliances, furniture, and fixtures to be the obligation of lessee. e. Remedies available to park Board in the event of default including right of reentry and possession; recovery of damages, attorney fees and court costs. f. Security deposit. g. Rights of parties concerning destruction of the premises as the result of fire or other catastrophe. Page 6 of 8

h. Provisions of vendor s proposal. i. Inventory of all property to be installed. j. Upon vacation of premises by lessee for whatever reason, all permanent fixtures shall become property of the Parks and Recreation Department. k. Vendor shall have exclusive rights to concession sales within the area of Patriot Park. l. Understand that all permanent fixtures installed by vendor on the premises becomes the property of the Michigan City Park and Recreation Department, subject to right of vendor to depreciate cost of same. 3. NON-NEGOTIABLE TERMS IN AWARDED CONTRACT A.) Indemnification: Bidder agrees to indemnify and hold harmless the City (including Park Board) and its officers, agents, officials and employees for any and all claims, actions, causes of action, judgments and liens arising out of any negligent act or omission by the Bidder or any of its officers, agents, officials, employees, or subcontractors or any defect in materials or workmanship of any supply, materials, mechanism or other product or service which it or any of its officers, agents, officials, employees, or subcontractors has supplied to the City or has used in connection with the Contract and regardless of whether or not it is caused in part by a party indemnified herein under. Such indemnity shall include attorney s fees and all costs and other expenses arising there from or incurred in connection therewith and shall not be limited by reason of the enumeration of any insurance coverage required herein. B.) Default/Non-performance: If the Bidder breaches this Agreement or fails to perform the work in an acceptable manner, he shall be considered in default and subject to termination by the City. C.) No Assignment: No portion of the Contract shall be sublet, assigned, transferred or otherwise disposed of by the Bidder except with the written consent of the City being first obtained. Consent to sublet, assign, transfer, or otherwise dispose of any portion of this Agreement shall not be construed to relieve the Bidder of any responsibility of the fulfillment of this Agreement. D.) Insurance: The Bidder shall, as a prerequisite to the Contract, purchase and thereafter maintain such insurance that will protect him from the claims set forth below which may arise out of or result from the Bidder s operations under the Contract, whether such operations be by the Bidder or by anyone directly or indirectly employed by the Bidder, or by anyone whose acts may be liable: Commercial General Liability Insurance $1,000,000 Each Occurrence Limit (Bodily Injury and Property Damage) $2,000,000 General Aggregate per Project $2,000,000 Products & Completed Operations Aggregate Page 7 of 8

$1,000,000 Personal and Advertising Injury Limit Business or Commercial Automobile Liability Insurance $1,000,000 combined single limit per accident Workers' Compensation and Employers' Liability Insurance $500,000 Each Accident $500,000 Each Employee for Injury by Disease $500,000 Aggregate for Injury by Disease Excess or Umbrella Liability $1,000,000 Occurrence/Aggregate E.) Certificates of Insurance showing such coverage then in force (but not less than the amount shown above) shall be on file with the City prior to commencement of work and shall be in full force and effect throughout contract. These Certificates shall not be canceled or non-renewed until at least sixty (60) days prior written notice has been received by the City. The City of Michigan City, Indiana and the Michigan City Park Board shall be named as an additional insured on the Commercial General Liability and Automobile Liability. F.) Bidder agrees to comply with all federal, state, and local laws, rules and regulations applicable to the Bidder in performing work pursuant to the Contract, including, but not limited to, discrimination in employment, prevailing wage laws, conflicts of interest, public notice, accounting records and requirements. The Contract shall be governed by the laws of the United States, and the State of Indiana, and by all Municipal Ordinances and Codes of the City of Michigan City, Indiana. Venue of any disputes arising under the Contract shall be in LaPorte County, Indiana. G.) The Bidder shall not discriminate against any employee or applicant for employment, to be employed in the performance of the Contract, with respect to hire, tenure, terms, training, conditions or privileges of employment, because of race, sex, color, religion, national origin, ancestry, or disability. 4. OTHER INFORMATION A.) All expenses incurred in the preparation of a response to this Invitation to Bid shall be borne by the Bidder. B.) All submitted BIDS shall become the property of the City of Michigan City, Indiana. Page 8 of 8