MANDATORY PRE-BID MEETING JUNE 06, VEGETATION Center Grinding

Similar documents
CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL CEMETERY SIGNAGE. September 2, 2015 at 2:00 p.m.

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL SMALL VEHICLE PURCHASE. September 6, 2017 at 2:00 p.m.

Housing Development Corporation of Rock Hill. Request for Proposal. CONSTRUCTION OF THREE NEW HOMES Cottages at Southend

REQUEST FOR PROPOSAL CITY HALL CARPET REPLACEMENT

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL KNOWLEDGE PARK TRAFFIC CIRCLE LANDSCAPING. MANDATORY PRE-BID MEETING March 30, 2017 at 10:00 AM

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE GENERATORS AUGUST 28, 10:00 AM BACKGROUND BID REQUEST

Housing Development Corporation of Rock Hill. Request for Proposal. Repairs at 52 Reynolds Street, Rock Hill SC 29730

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE ICE RINK RENTAL AND OPERATION. Bids due by May 15, 2018 at 2:00 p.m.

CITY OF ROCK HILL, SC NEIGHBORHOOD STABILIZATION PROGRAM RENTAL MANAGEMENT REQUEST FOR QUALIFICATIONS AND PROPOSALS

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. Bids due on October 31, 2017 at 2:00 p.m.

Housing Development Corporation of Rock Hill. Request for Proposal. Repairs at 238 Pursley St., Rock Hill SC 29732

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL PORTABLE TACTICAL ROBOT. Bids due on February 8, 2018 at 2:00 p.m.

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 7 BIRD ST., ROCK HILL, SC 29730

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL MANUAL VEHICLE WASH SYSTEM. Bids Due February 6, 2018 at 2:00 PM

Rock Hill Fire Department RFP for HAZMAT Training Suits CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HAZMAT SUITS

Housing Development Corporation of Rock Hill. Request for Proposal

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

RFP GENERAL TERMS AND CONDITIONS

Proposal No:

REQUEST FOR PROPOSALS FLOOD DEBRIS REMOVAL

INVITATION TO BID (ITB)

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

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

COUNTY OF PRINCE EDWARD, VIRGINIA

REQUEST FOR PROPOSALS (RFP) FOR GATEWAY ENTRANCE SIGNAGE DESIGN, FABRICATION AND INSTALLATION FOR THE VILLAGE OF SPARTA

Request for Proposal For Scrap Metal Removal

CITY OF CHINO HILLS. Request for Proposals (RFP) for Water Fixed Assets Assessment Study

Black Hawk County Engineer

Champaign Park District: Request for Bids for Playground Surfacing Mulch

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

Invitation To Bid. for

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

Pulaski County Purchasing Department 201 South Broadway, Suite 440 Little Rock, AR Phone 501/ ; Fax 501/

PROPOSAL LIQUID CALCIUM CHLORIDE

COUNTY OF OSWEGO PURCHASING DEPARTMENT

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016

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

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

Request for Proposal Data Network Cabling

There will be a pre-bid meeting held at the Park s and Cemetery office located at 429 E 24 th St, Holland, MI on Monday, September 18, 2017 at 10am.

City of Loveland, Ohio

Request For Proposal (RFP) for

Request for Proposal CNC Mill For the Rockville High School

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

REQUEST FOR BID North Fraser Street Georgetown, SC Contact: Daniella Howard, Purchasing Agent Phone:

BERRIEN COUNTY ROAD DEPARTMENT

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

INVITATION TO BID (ITB)

REQUEST FOR QUOTATION

COUNTY OF SCOTT, VIRGINIA REQUEST FOR PROPOSAL FOR ACCOUNTING SERVICES

REQUEST FOR QUALIFICATIONS: ACCOUNTING &/OR AUDIT SERVICES

TOWN OF CENTREVILLE Queen Anne s County, Maryland. Centreville Wastewater Treatment Plant Expansion Preliminary Engineering Report. Invitation for Bid

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

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

ADVERTISEMENT FOR BID

LEGAL NOTICE INVITATION TO SUBMIT QUOTATIONS

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

INVITATION TO BID (ITB) SCOTT COUNTY COURTHOUSE PAINTING SCOTT COUNTY BOARD OF SUPERVISORS 190 BEECH STREET, SUITE 201 GATE CITY, VA 24251

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

Invitation To Bid. for

LEAF VACUUM CURBSIDE COLLECTION INCLUDING EQUIPMENT AND OPERATOR

Asbestos Survey Services

LEGAL NOTICE CITY OF ANSONIA, CONNECTICUT REQUEST FOR PROPOSALS

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

Invitation To Bid. for

NOTICE TO BIDDERS BID #FY150019

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

Request for Proposal # Grinding and Processing Services for Yard/Pallet Waste

SNOW REMOVAL. River Valley Community College - Keene Academic Center

CITY OF VIRGINIA BEACH AGREEMENT BETWEEN OWNER AND ENGINEER THE CITY OF VIRGINIA BEACH DOES NOT DISCRIMINATE AGAINST FAITH- BASED ORGANIZATIONS.

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

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

REQUEST FOR BID North Fraser Street Georgetown, SC Contact: Daniella Howard, Purchasing Agent Phone:

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

Botetourt County Public Schools

Invitation to Bid BOE. Diesel Exhaust Fluid

Snow Removal Services Request for Proposals December 1, April 30, 2019

SCRAP TIRE RECYCLING AND DISPOSAL FOR THE MACON COUNTY SOLID WASTE DEPARTMENT

Evaluation Criteria. Proposals for Armored Car Services will be evaluated for: 1. Ability to meet specifications 2. References 3.

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

REQUEST FOR PROPOSAL (RFP)

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

FIRSTMERIT CONVENTION CENTER of CLEVELAND & GLOBAL CENTER FOR HEALTH INNOVATION REQUEST FOR PROPOSALS

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION

PLEASANTVILLE HOUSING AUTHORITY

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

Santa Cruz Port District REQUEST FOR PROPOSALS FOR GARBAGE HAULING SERVICES

REQUEST FOR PROPOSAL BEVERAGE SERVICE FOR ILLINOIS VALLEY COMMUNITY COLLEGE PROPOSAL #RFP2016-P04

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

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

REQUEST FOR QUOTATION

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

City of Bowie Private Property Exterior Home Repair Services

PORT OF SOUTH WHIDBEY PUBLIC WORKS INVITATIONS TO SUBMIT STATEMENT OF QUALIFICATIONS ON-CALL ENGINEERING SERVICES

Scofield Ridge Homeowners Association

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

Transcription:

PUR413 May 22, 2013 MANDATORY PRE-BID MEETING JUNE 06, 2013 VEGETATION Center Grinding Time: We are pleased to invite your company to a mandatory pre-bid meeting on June 06, 2013 @ 10:00 A.M. SHARP! Late arrivals will not be considered. LOCATION: The City Vegetation Grinding Facility is located @ 238 Red River Road, Rock Hill, SC 29730. MEETING FORMAT: Attached is a complete bid package outlining the complete scope of work to be performed along with minimum requirements of your company. After review of the bid document we will visit the site and explain the work that is to be performed. If you have any questions please contact Marty Burr, Performance Manager @ (803) 329-5551 or, e-mail: mburr@cityrockhill.com 1

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL VEGETATION GRINDING PROJECT JUNE 20, 2013 @ 10:00 AM The City of Rock Hill, South Carolina is seeking competitive bids from qualified firms to provide the City with grinding of vegetation yard waste and site management including moving finished product within 30 days as per DHEC guidelines. The process of responding to this Request for Proposal (RFP) should involve interested companies reviewing and analyzing the information provided herein and responding in writing to any and all items where a response is requested. BACKGROUND The City s Public Works Department is responsible for managing and operating our Compost facility along with their activities. 2 BID REQUEST Sealed bids will be received by the Purchasing Division of the City of Rock Hill, South Carolina until 10:00 A.M. local time on June 20, 2013, at which time they will be publicly opened and read aloud. All companies submitting bids are welcome to attend, but attendance is not mandatory. Details of the bids and or award can be obtained by visiting our web-site at: www.cityofrockhill.com or contacting the Purchasing Office at dhenson@cityofrockhill.com or (803) 329-7072, after the bid opening. All material must be run through a screen that will provide a finished product of not larger than 3 4 City staff must approve finished product. Contractor will be responsible for complete site maintenance clean-up including any possible fluid spills. Contractor must comply with all DHEC regulations along with state federal and local laws. Hours of operation: Work can be performed from 8:00 AM to 5:00 PM Monday through Friday.

The bid opening will begin promptly at the appointed time in the City Operations Center, Purchasing Office Conference Room (Building #103)located at757 South Anderson Road, Rock Hill, South Carolina 29730. No bid may be submitted after the bid opening begins. The bidder is solely responsible for the timely submission of his/her bid. No bid may be withdrawn for a period of forty-five (45) calendar days after the bid opening. Bids may be mailed to City of Rock Hill, Attn: Marty Burr, P.O. Box 11706, Rock Hill, South Carolina 29731 or hand delivered to Marty Burr, Purchasing Office, Building #103, 757 South Anderson Road, Rock Hill, SC 29730, prior to the appointed time of the bid opening. All bids must be in a sealed envelope and marked SEALED BID; Public Works Vegetation Grinding, Open June 20, 2013 @ 10:00 AM. All bids must be approved by the Rock Hill Public Works staff, along with City Management. Should the bids be higher than the amount allocated by the City for this project, the City reserves the right to negotiate in good faith with the low bidder. Failing an agreement, the City may reject all bids and resubmit for new bids or make any other decisions it deems to be in its own best interest. Questions regarding Insurance requirements should be directed to Dot Archie, Risk Manager @ (803) 329-7025. Inquiries, re: terms and conditions, etc. should be directed to Marty Burr @ (803) 329-5551. City Contact If you have any questions regarding this RFP or scope of service, contact Gary Wright, Operations Supervisor @ (803) 817-5152. 3

Qualified Contractor A qualified contractor is defined for this purpose as one who meets, or by the date of bid acceptance can meet, all requirements for licensing, insurance and service contained within this RFP. Grinding companies must have a minimum of (3) three years experience in the commercial vegetation grinding field. Contract Term The initial contract shall be for a period of one (1) year beginning with the date of contract and may be extended by mutual agreement for renewal of three (3), one (1) year options, for a total of four (4) years if all options are exercised and provided that the funds for subject contract are available and an operating budget is approved by the City and Contractor. WMBE STATEMENT It is the policy of the City of Rock Hill to provide minorities and women equal opportunity for participating in all aspects of the City s contracting and procurement programs, including but not limited to employment, construction projects, and lease agreements consistent with the laws of the State of South Carolina. It is further the policy of the City of Rock Hill to prohibit discrimination against any person or business in pursuit of these opportunities on the basis of race, color, national origin, religion, sex, age, handicap, or veteran status. It is further the policy of the City of Rock Hill to conduct its contracting and procurement programs so as to prevent such discrimination and to resolve any and all claims of such discrimination. 4

City Business License: The successful contractor, prior to execution of the contract, must possess or obtain a City of Rock Hill Business License. Such license must be maintained throughout the duration of the contract. The fee for such license is based on the amount of the contract with the City if the contractor is not currently doing other business inside the City Limits. If the contractor is currently doing other business within the City limits of Rock Hill, and does not possess a business license, then the fee for the license is based on the total gross receipts from customers within the city limits. Contact Elizabeth Hurrell at 803-329-7042 to determine the exact amount or to ask other pertinent questions regarding doing business in the City of Rock Hill. Successful bidder must comply with the insurance provisions as detailed herein. For bids under $5,000 an Insurance Certificate on the ACORD form is acceptable. Indemnification: Company agrees to and shall indemnify and hold the City harmless from and against all liability, loss, damages or injury, and all costs and expenses (including attorney s fees and costs of any suit related thereto), suffered or incurred by the City, arising from or related to Company s negligent performance under this Agreement. Illegal Immigration Reform Act Compliance: The contractor certifies that the contractor will comply with the requirements of Chapter 14, Title 8 of the South Carolina Code of Laws titled Unauthorized Aliens and Public Employment and agrees to provide to the City of Rock Hill any documentation required to establish either; (a) the applicability of such law to the contractor, subcontractor, and subsubcontractor; or (b) the compliance with this law by the contractor and any subcontractors or sub-subcontractors. Fines and or Legal Fees: Contractor will be responsible for any and all fees, fines, etc. incurred due to noncompliance with any DHEC, Federal, State or local laws and regulations. 5

PLEASE INCLUDE THREE COPIES OF YOUR QUOTATION No bid may be withdrawn for a period of sixty (60) calendar days after the bid opening. The use herein of brand names or manufacturers is not intended to restrict competition, but to indicate the quality required by the City. We encourage open competition. All bidders must comply with all state and local laws, and ordinances regarding fees, licensing and bidding requirements. Successful bidder must comply with the insurance provisions as detailed herein. All prices quoted are to include all material, supplies, equipment, and labor to perform the task in a workmanlike manner. All prices are to include all applicable taxes; if any. If an award is made, it will be made to the lowest responsible and responsive bidder meeting all specifications. Payment to contractor will be in a total project payment upon completion and inspections. TERMINATION: Subject to the provisions enclosed, any contract resulting from this proposal may be terminated by the City of Rock Hill provided a thirty (30) day advance notice in writing by the City Manager is given to the contractor. Excluded Bidders Bids from vendors/contractors with prior poor performance; quality issues, contact conformance, payment history, timeline compliance, or any other reason the City deems POOR PERFORMANCE will not be considered. Excluded Vendors/Contractors can resubmit complete company information with references for city review after a minimum of one year from the last excluded bid. City will contact Vendor/Contractor with its decision within 30 days of company information submittal. City reserves the right to include or exclude said Vendor/Contractor based on findings 6

Customer Service Please remember, although you are a contracted City service, you each represent the City of Rock Hill during all work performed, face-to-face as well as telephone conversations. These guidelines are to give all contract employees a solid feeling for what the City of Rock Hill expects from any contracted service. Overview: A. Be friendly, courteous, and helpful B. Company uniforms must be worn at all times C. Staff members must look and act professional at all times. CONTRACTORS EMPLOYEES: Contractor and employees of the contractor must have documented background checks and the City of Rock Hill Human Resources Department reserves the right to conduct our own internal background checks. If the City exercises that option it would be at our cost unless the findings uncover reasons that these individuals should not be working on a city property. Contractor shall investigate and certify that, during the term of the Agreement, all employees and persons under Contractor's control have not been convicted of a sexual crime or are on the sexual offender registry. COMPANY I, the owner or individual having the authority to sign on behalf of the company understand the statements above and affirm I, we have performed all of the background information listed above on all of our employees or sub-contractors that have the possibility of working on this project and also agree that company will perform this process not less than annually for the duration of the contract, if so awarded. Authorized Signature PRINT NAME AND TITLE: SIGNATURE DATE This form must be completed. 7

S.C. CODE OF LAWS The state of S.C. Code of Laws Section 12-9-310 (A) requires that any entity within the state having a contract with a nonresident taxpayer conducting business or performing services of a temporary nature within this State, with such contract amounts exceeding the payment of ten thousand dollars ($10,000.00) during any one (1) calendar year, must withhold two (2) percent of each payment to these nonresidents. This does not apply to a nonresident which has registered with the Secretary of State or the Department of Revenue and by that registration has agreed to be subject to the jurisdiction of the department and the courts of the State to determine its SC tax liability, if any. Such registration is not an admission of tax liability nor must it be construed to require the filing of an income tax return. If the entity having a contract with a nonresident obtains an affidavit from the nonresident stating that the nonresident is registered with the department or with the Secretary of State, then the entity is not responsible for withholding. Business tax application is included herein. The successful bidder, if a nonresident, must fill in front side and section C on reverse side. Nonresident successful bidder must also submit form I-312 (enclosed). Failure to complete these two forms by nonresident will require the City to withhold 2% of all requested payments. 8

Local Purchasing It is the intent of the City of Rock Hill to promote the use of local businesses and hiring citizens living within the local Rock Hill/York County area when possible. Contractor and or business must make every reasonable attempt to hire local Rock Hill/York County residents. Selected contractor(s) must make every reasonable effort to purchase/lease all material, equipment and supplies associated with the awarded bid to a local business with a valid City of Rock Hill Business License. Contractor(s) receiving award must supply City with a list of their employees working on the project which include the city/town in which they reside along with a list of all equipment, material, suppliers and subcontractors and their addresses. Special consideration may be given to companies that have products produced and/or manufactured in the United States. Insurance: Company agrees that Company shall keep and maintain general automobile liability insurance in the amount of $ 1,000,000 per occurrence for each vehicle and $1,000,000 in aggregate for all vehicles which Company brings onto City property or use in any manner in the provision of services, including transportation to and from the site (s) where the services are rendered; and Company further agrees that Company shall maintain general liability insurance in the amount of at least $1,000,000 per incident/occurrence and $1,000,000 in aggregate for all incidents/occurrence during the policy period; and Company agrees that Company shall maintain Worker s Compensation Insurance on all of the Company s employees. In no event shall Company serve as self-insurer for the purpose of Workers Compensation Insurance. Company also agrees that Company shall provide, in a form acceptable to City, certificates of Worker s Compensation Insurance, Automobile Liability Insurance and General Liability Insurance. Overtime City Staff; If Contractor request or if City Staff is required to work after normal scheduled hours (Monday-Friday, 7am. to 7pm), contractor will reimburse City at a rate of $50.00 per hour per employee with a two hour minimum per request. Reimbursement will be deducted from contractors monthly pay application. 9

BID SHEET We, the undersigned, do hereby affirm that we have read and understand the enclosed bid requirements and specifications; and do submit this bid for the sum of: 1. Grind/Mulch using screen that will allow for a finished product not to exceed 3-4 in size as outlined in the pre-bid meeting. Cost per yard $ 2. Grind/Mulch material as listed above and contractor hauls off material. All material must be removed to an approved location. Contractor is responsible for working within the guidelines of DHEC along with any state, local or federal laws. Cost per yard $ Company Name: Name: Title: Signature: Date: Telephone Number: Fax Number: E-mail: List owned equipment that will be used on this project. 10

Enhancing Local Businesses and Employment Opportunities in the Rock Hill/York County Area Please list all employees names, cities and states of residence that will be working on this project. (Attach separate sheet if necessary). Name City/Town State Please list all businesses to be used for purchasing materials and supplies. Product Company Address, City, State 11

INDEMNITY PROVISION CONTRACTOR (or Lessee or Vendor) assumes entire responsibility and liability for losses, expenses, demands and claims in connection with or arising out of any injury, or alleged injury (including death) to any person, or damage, or alleged damage, to property of City or others sustained or alleged to have been sustained in connection with or to have arisen out of or resulting from the performance of the work/service by the Contractor, his subcontractors, agents, and employees, including losses, expenses, damages sustained by City, and agrees to indemnify and hold harmless the City, its officials, employees or volunteers from any and all such losses, expenses, damages, demands and claims and agrees to defend any suit or action brought against them, or any of them, based on such alleged injury or damage, and to pay all damages, cost and expenses in connection therewith or resulting therefrom. As an integral part of this agreement, contractor agrees to purchase and maintain during the life of this contract, contractual liability insurance in the amount required in the general liability insurance requirements and to furnish proper evidence thereof. Above provision specifically applies to the contract dated between the City of Rock Hill and for (contractor). (service or products) NAME PRINT NAME TITLE COMPANY 12