Invitation to Bid - Riverbanks



Invitation to Bid

|Project Name: |Term Contract for Arborist Services |

|Bid #: | C16004-11/12/2015 |

|Bid Bond Required: |No |

|Public Construction Bond Required: |No |

|Pre-Bid Meeting (mandatory): |Site Visit, November 5th, 2015, 8:30am |

|Due to the sensitive nature of this |500 Wildlife Parkway, Columbia, SC 29210 |

|Contract the Site Visit has been | |

|deemed MANDATORY ATTENDANCE REQUIRED | |

|Deadline for all questions: |4:00 P.M., November 6th, 2015 |

|Bid Opening Date: | November 12th, 2015 |

|Bid Opening Time: |2:00 P.M. |

|All bids must be received by Procurement Services, 400 Rivermont Drive, Columbia, SC 29210 prior to the date and time shown above. Late bids will be |

|returned unopened. |

|PLEASE SUBMIT (1) ONE ORIGINAL BID. |

| |

Refer All Questions to:

Jessica Monts

Procurement Manager

Phone: (803-602-0831 Email: jmonts@

ADVERTISEMENT FOR BID

Notice is hereby given that the Richland-Lexington Riverbanks Park District (herein after known as the “District) is calling for and requesting bids for the following:

Bid # C16004-11/12/2015

Term Contract for Arborist Services

Detailed specifications for the above referenced Bid are available as a download on our website at procurement. Bid specifications are also available at Riverbanks Zoo and Garden Procurement Services Division at (803) 602-0831 or Email: jmonts@.

Deadline for receipt of bids has been set for 2:00 P.M. on November 12th, 2015. Only bids received on or before the time and date listed will be considered. Bids should be addressed to Procurement Services, 400 Rivermont Drive, Columbia, SC 29210. All bids will be opened publicly and read aloud at 2:00 PM. All bids received after 2:00 PM, of the day specified above, will be returned unopened. A mandatory pre-bid meeting will take place at 8:30 A.M. on November 5th, 2015, at the main entrance of Riverbanks Zoo and Garden, 500 Wildlife Parkway, Columbia, SC 29210.

The District reserves the right to accept or reject any and all bids in whole or in part and to waive any technicality or irregularity.

PROCUREMENT MANAGER

RIVERBANKS ZOO AND GARDEN

For Publication in South Carolina Business Opportunities (SCBO) on: October 28th, 2015

Instructions to Bidders

General Terms and Conditions

NOTICE TO BIDDERS: There will be a Mandatory Pre-bid Conference on November 5th, 2015 @ 8:30am at Riverbanks Zoo & Garden, 500 Wildlife Parkway, Columbia, SC 29210. Due to the importance of all bidders having a clear understanding of the scope and requirements for this contract, attendance at this meeting will be a prerequisite for bidding on this contract. Therefore, bids will be considered only from those bidders who are represented at this pre-bid conference. Attendance at the conference will be evidenced by the representative's signature on the attendance roster. Any changes that may be agreed upon as a result of this conference will be noted in an addendum to the bid invitation and emailed to all attendees. Each bidder shall fully acquaint himself with conditions relating to the scope and restrictions attending the execution of the work under the conditions of this bid. The failure or omission of a bidder to acquaint himself with existing conditions shall in no way relieve him of any obligation with respect to this bid or to the contract. All addendums to and interpretations of this solicitation shall be in writing and issued by the Procurement Officer. Richland-Lexington Riverbanks Park District DBA Riverbanks Zoo & Garden (hereinafter known as “the District”) shall not be legally bound by any addendum or interpretation that is not in writing.

Sealed Bids and Envelope Markings: All bids shall be submitted in a sealed opaque envelope. The outside of the envelope shall be clearly marked with the Sealed Bid #, Title of the Bid, Date of the Bid opening, and Time of the Bid Opening and name of firm submitting.

Opening Location: It will be the sole responsibility of the Bidder to deliver personally or mail their proposal to the office of Riverbanks Zoo and Garden Procurement Services. Bids should be delivered to400 Rivermont Drive, Columbia, SC 29210, on or before the closing hour and date shown for receipt of bids. Bids received in person or by mail after the stated time and date will not be considered.

Bid Submission: All proposals must be signed with the legal Firm name and by an Officer or employee having authority to bind the company or firm by his / her signature. Proposals shall be submitted on forms provided by the District. Bids not submitted on the attached form shall be rejected. One (1) original bid shall be submitted unless otherwise instructed.

Withdrawal of Bids: Bids may be amended or withdrawn only by written notice prior to the bid opening. Amendments must be sealed. Amendments or withdrawals received after the bid opening will not be effective, and the original bid submitted will be considered.

Price and Discount Requirements: Quote net prices after deducting trade discounts. All discounts must be incorporated in the prices contained in the bid, and not shown separately. Invoices submitted must agree with the prices formally bid.

Taxes: The District is NOT exempt from any taxes imposed by State and / or Federal Government. Bids shall not include taxes and will be added at purchase.

Delivery and Completion Dates: Indicate delivery and completion dates. This may be a determining factor in the award of the bid. The District may, at its option, grant additional time for any delay or failure to perform hereunder if the delay will not adversely affect the best interests of the District and is due to causes beyond the control of the Bidder. Such grant must be in writing and made part of the agreement by change order.

Irrevocable Offer: Bidder warrants by virtue of bidding that the prices quoted in this bid shall remain firm and be considered an irrevocable offer for a period of sixty (60) days, during which time one or more of the bids received may be accepted by the District.

Assignment/Delegation: No right, obligation or interest in any agreement resulting from this invitation to bid shall be assigned or delegated by the Bidder without prior written consent of the District, without prejudice to the District’s other rights and remedies.

Consideration of Bids: Telegraphic, telephonic, or faxed bids will not be considered.

Indemnification: The successful Bidder shall defend, indemnify and hold harmless the District and its board, officers, employees and agents, from any and all losses, damages, expenses (including reasonable attorneys fees) and other liabilities of any type whatsoever, arising out of or relating to any negligence, intentional tort, breach of contract, or breach of applicable law by the contractor (or vendor), or its employees, agents, subcontractors, or other persons or entities performing work under the contract.

Public Access: The Bidder shall allow public access to all documents and materials in accordance with the provisions of Section 30-4-10, South Carolina Statutes. Should the Bidder assert any exemptions to the requirements of Section 30-4-10, South Carolina Statutes, and related statutes, the burden of establishing such exemption, by the way of injunctive or other relief as provided by law, shall be upon the Bidder.

Records/Audit: The Bidder shall maintain books, records and documents pertinent to performance under this work in accordance with generally accepted accounting principles consistently applied. The District shall have inspection and audit rights to such records for audit purposes during the term of the contract and for three (3) years following the termination of obligations hereunder. Records which relate to any litigation, appeals or settlements of claims arising from performance under this invitation to bid shall be made available until a final disposition has been made of such litigation, appeals, or claims.

Acceptance: Receipt of an item shall not be an indication that the items are acceptable. Final acceptance and authorization of payment shall be given after a thorough inspection indicates that the item is delivered in accordance with the Bid Specifications. Suppliers are advised that in the event the delivered item does not meet specifications, payment will be withheld until such time the supplier takes necessary corrective action.

Variations to Specifications: For purposes of evaluation, Bidder must indicate any variances from the specifications and / or conditions on the form provided with this Invitation to Bid. Otherwise, it will be assumed that the product or service fully complies with the specifications. Items specifically described, as alternates shall be reviewed as an alternative bid to be considered by the District, in lieu of the primarily specified item(s). However, item(s) varying from the published specifications shall be considered substitutes, and the District reserves the right to consider or not to consider substitute bids. Substitutes shall be subject to disqualification if the District does not approve the substitution.

Interpretations: No oral interpretations will be made to any Bidder as to the meaning of the Specifications. Every request for such an interpretation shall be made in writing via email to Riverbanks Zoo and Garden Procurement Services, by the date expressed in this bid. The District shall not be responsible for oral interpretations given by any District employee. Every interpretation made to bidder will be in the form of an Addendum to the specifications, which if issued, will be sent promptly as is practical to all persons to whom specifications have been issued. All such Addenda shall become part of the specifications. A download of the Addendum will also be posted on the Procurement Services website at procurement. Further, it shall be the responsibility of each bidder, prior to submitting their bid, to contact Riverbanks Zoo and Garden Procurement Services Division at (803) 602-0831 to determine if addenda were issued and to make such addenda a part of their bid.

Default Provision: In case of default by the Bidder, Riverbanks Zoo and Garden may procure the articles or services from other sources and hold the Bidder responsible for excess incurred thereby, and may take such action, as it deems appropriate, including legal action for Damages or Specific Performance.

Signed Bid Considered an Offer: This signed bid shall be considered an offer on the part of the Bidder. The District shall deem the offer accepted upon approval.

Non-Collusion: By signing and submitting the Bid Form, the Bidder certifies that,

• This bid has been arrived at by the Bidder independently and has been submitted without collusion, and without any agreement, understanding, or planned common course, or action with, any vendor of materials, supplies, equipment, or services described in the invitation to bid, designed to limit independent bidding or competition, and

• The contents of the bid have not been communicated by the Bidder or its employees or agents to any person not an employee or an agent of the bidder or its surety on any bond furnished with the bid, and will not be communicated to any such person prior to the official opening of the bid.

• No attempt has been made or will be made by the Bidder to induce any other person(s) or firm(s) to submit or not to submit a bid for the purpose of restricting competition.

Regulations: It shall be the responsibility of the bidder to assure compliance with any OSHA, EPA and / or other Federal or State of South Carolina rules, regulations, or other requirements, as each may apply.

Applicable Law and Venue: Any resulting agreement or contract and all rights and duties of the parties hereto shall be governed by the laws of the State of South Carolina, including but not limited to the provisions of the South Carolina Uniform Commercial Code Title 36, Chapter 3, for any terms and conditions not specifically stated in this invitation to bid.

Conflict of Interest: Any entity submitting a bid or proposal or entering into a contract with the District shall disclose any relationship that may exist between the contracting entity and a District Board Member, Executive Officer or a District Employee. The relationship with a District Board Member, Executive Officer or a District Employee that must be disclosed is as follows: father, mother, son, daughter, brother, sister, uncle, aunt, first cousin, nephew, niece, husband, wife, father-in-law, mother-in-law, daughter-in-law, son-in-law, brother-in-law, sister-in-law, stepfather, stepmother, stepson, stepdaughter, stepbrother, stepsister, half brother, half sister, grandparent, or grandchild. The term “affiliate” includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of the entity. The disclosure of relationships shall be a sworn statement made on a District approved form. Failure to submit the form may be cause for rejection of the bid or proposal.

Cancellation: It is the intention of the District to purchase material and / or services from sources of supply that will provide prompt and convenient shipment and service. Any failure of the supplier to satisfy the requirements of the District shall be reason for termination of the award.

Errors: When an error is made in the bid extension of generating total bid prices or in any other process of completing the bid, the original unit prices submitted will govern. Carelessness in quoting prices, or in preparation of the bid otherwise, will not relieve the bidder.

Bid Rejection: Failure to comply with all the above instructions may result in rejection of the bid.

Bid Protest: Any actual or prospective Bidder who is aggrieved in connection with the solicitation or proposed award of a contract may protest to the Procurement Manager. The protest shall be submitted in writing within seven (7) calendar days after such aggrieved person knows or should have known the facts rise thereto. If the protest is not resolved by mutual agreement, the Purchasing Manager shall promptly issue a decision in writing, after consulting the CEO.

Awards: The District reserves the right to cancel the bid, reject any and all bids or waive any irregularity or technicality in bids received. When it is determined there is no competition to the lowest responsive Bidder, evaluation of other bids is not required. Bidders are cautioned to make no assumptions unless their bid has been evaluated as being responsive. The District reserves the right to not make any award(s) under this bid.

Criteria for Award:

A. Compliance to the specifications

B. Cost

C. Delivery

D. Disclosure Statement

Termination by the County: The District reserves the right to terminate a contract by giving thirty (30) days notice, in writing, of the intention to terminate, if at any time the contractor fails to abide by or fulfill any of the terms and conditions of the contract. The District also reserves the right to terminate this contract for convenience and / or with or without cause.

Compliance with Laws and Regulations: Bidder agrees that they will comply with all Federal, State, and Local Laws and Regulations applicable to the production, sale, and delivery of the goods or the furnishing of any labor or services called for by this invitation to bid, and any provisions required thereby to be included herein shall be deemed to be incorporated herein by reference. Noncompliance may be considered grounds for termination of contracts.

• Public Record Law: Correspondence, materials, and documents received pursuant to this Invitation for Bid become public records subject to the provisions of Section 30-4-10, South Carolina Statutes.

Insurance:

• Owners Insurance: The Contractor shall not commence work until they have obtained all the insurance required under this section.

• Worker’s Compensation Insurance: The Contractor shall procure and maintain worker’s compensation insurance to the extent required by law for all their employees to be engaged in work under this contract. In case any employees are to be engaged in hazardous work under this contract and are not protected under the worker’s compensation statute, the Contractor shall provide adequate coverage for the protection of such employees.

• Public Liability Insurance: The Contractor shall procure and maintain broad form commercial general liability insurance (including contractual coverage) and commercial automobile liability insurance in amounts not less than shown below. The owner shall be an additional named insured on this insurance on this insurance with respect to all claims arising out of the operations or work to be performed.

|Commercial General (Public) Liability, other than |Commercial General |

|Automobile |Premises / Operations |

| |Independent Contractors |

|$2,000,000.00 Combined single limit for Bodily Injury |Products / Completed Operations |

|and Property Damage |Personal Injury |

| |Contractual Liability |

| | |

|Automobile |Owner Leased Automobiles |

| |Non-Owned Automobiles |

|$1,000,000.00 Combined single limit Bodily Injury and |Hired Automobiles |

|Damage Liability |Owned Automobiles |

• Proof of Insurance: The Contractor shall furnish the owner a certificate of insurance in a form acceptable to the owner for the insurance required. Such certificate or an endorsement provided by the contractor must state that the owner will be given thirty (30) days written notice prior to cancellation or material change in coverage. Copies of an endorsement-naming owner as Additional Name Insured must accompany the Certificate of Insurance.

The District reserves the right to accept or reject any or all bids in whole or in part and waive all any technicality or irregularity.

Note: Any and all special conditions attached hereto, which may vary from these General Conditions, shall have precedence.

Refer All Questions to:

Jessica Monts,

Procurement Manager

Telephone: (803) 602-0831

E-mail: jmonts@

End of General Terms and Conditions

Technical Specifications

Overview

The District is accepting sealed bids to establish firm fixed pricing for Arborist Services at Riverbanks Zoo and Garden locations for the period of November 23rd, 2015 through November 22nd, 2017. This annual bid may be renewed for three (3) additional one (1) year periods subject to vendor acceptance, satisfactory performance and staff’s determination that a renewal would be in the best interest of the District.

General Requirements

1. DESCRIPTION OF WORK:

It is the intent of the Richland-Lexington Riverbanks Park District (hereinafter known as the District) to secure a qualified contractor to provide arborist services, on a requirements and time and materials basis. The Contractor will be required, under the direction of the District, to prune or fell District trees and remove or chip all tree materials, unless otherwise instructed to save debris for District use. Other work is to include stump grinding and/or stump removal.

Under normal circumstances (not an emergency), the Contractor will be contacted by the District to inspect a prospective site and establish the scope of the work, generally by marking and measuring trees. The District will then issue written directive to proceed with the agreed work (tree size, prune or cut, etc.). Upon receipt of direction, the Contractor shall be required to commence Work within ten (10) business days, unless the District deems this to be done earlier.

Under the Emergency Call Out, the Contractor will have 12 hours to respond.

The District will make every effort to provide a full day's work before issuing a Call Out to the Contractor. There will be no separate payment for mobilization.

Upon commencement, the Contractor shall complete the Work within a reasonable time frame as agreed upon by the Contractor and the District.

Upon completion of the Work the District representative shall inspect the quality of the service and prepare a punch-list (if applicable) and/or release work for payment.

2. EXPERIENCE REQUIREMENTS:

Contractor must have a minimum of five (5) years of experience in municipal arborist services as described herein. Contractor shall submit a list and description of similar Work completed or in progress with Owner names, contact personnel and telephone numbers. At a minimum, 3 references from where the bidder provided similar services to those described herein should be provided. References must include the contact names and telephone numbers. References will be contacted and considered for evaluation prior to award.

3. CERTIFICATION REQUIREMENTS:

It shall be required that the awarded vendor have a certified arborist on staff and available when called upon by the District. Proof of certification will be required prior to award.

CONTRACT DURATION:

This is a two (2) year term service and maintenance contract. Upon completion of the initial term, this contract can be renewed annually with mutual consent, under the same terms and conditions, for up to three (3) additional years. Contractor should bid accordingly.

4. TIME RESTRICTIONS:

When at all possible, district will allow work on site during business hours; however, due to the nature of districts business with large numbers of visitors, work in public area may need to occur before 9 a.m. and after 5 p.m.   At the discretion of the District, areas inside the park can be worked during normal work hours as long as zoo operations are not being adversely effected. The District will direct the time and locations for these limited occurrences.

5. BID QUANTITIES:

All quantities and items are approximate or best to the District’s knowledge, only since the actual work to be performed under this Contract is unknown at this time. Being an indefinite delivery Contract, the type and quantity of Work will be determined by the District during the life of the Contract. Quantities proposed on the bidding schedule may be exceeded or under used without the need of a formal change order. The District foresees no less than 8 hours per month of services needed during the initial term of this contract.

SPECIFICATIONS

ITEM 1- DESCRIPTION.

1. Equipment. Workers shall employ accepted tree climbing methods, as directed by the District.

2. Pruning Existing Trees. This work shall consist of pruning existing trees as directed by the District.

3. Tree Removal. The work shall consist of felling trees of various sizes, disposing of all wood and debris (unless instructed otherwise to salvage for District use), and may require topping, stump removal and other work as determined by the circumstance and as directed by the District. Stump grinding shall be included as part of tree removal work by Contractor.

4. Existing Stump Grinding The work shall consist of removing existing stumps, disposing of all wood and debris, as directed by the District.

ITEM 2 - CONSTRUCTION DETAILS

1. Equipment Workers shall not climb trees with climbing spurs when pruning. In the case of felling trees spurs are acceptable. All tools used and methods employed in accordance ANSI A300 Part 1 Standard Practices, except that no anvil type pruners will be permitted.

2. Pruning Existing Trees. Pruning shall be in accordance ANSI A300 Part 1 Standard Practices. When specified, the quantity of trees as shown in the contract documents shall be pruned so the resulting crown retains the growth habit of the tree species. Any and all branches interfering with or hindering the healthy growth of the tree shall be removed. All diseased branches and all dead branches 1 inch or more in diameter shall be removed. Any branch which may be partly dead, yet has a healthy lateral branch at least one-third the diameter of the parent branch shall be removed beyond the healthy branch. All stubs or improper cuts resulting from former pruning shall be removed. All cuts shall be cleanly made with sharp tools as close to the parent trunk or limb as possible without disturbing the branch bark ridge or callus collar. All existing nails, spikes, wire, plastic or other materials found driven into or fastened to the trunk or branches shall be removed or if approved they shall be cut flush in a manner to permit complete healing over.

In addition, all tree branches within 6 feet of a building, overhanging a roof or deemed problematic by the District will be removed under this item of work.

3. Tree Removal. No tree shown in the contract documents or listed for removal shall be cut until it is approved by the District. The Contractor shall be responsible to coordinate all work involving utilities with the respective utility company. All trees shall be topped and limbed before felling unless otherwise approved. All injuries to the limbs, bark and roots of plants to remain shall be repaired in accordance with ANSI A300 Standard Practices Pruning and ANSI Z133.1 Arboricu/tural Operations Safety.

4. Existing Stump Grinding. Stumps slated for removal shall be ground to the depth of 6 inches below grade. Stumps shall include all visible wood and roots. Backfill to finished grade with topsoil. All stump holes shall be backfilled with topsoil.

ITEM 3 - METHOD OF MEASUREMENT

1. Labor. Payment for the labor for this work will be based upon the actual hours worked per worker, according to their title and the price bid per hour for that title. Hourly rates are to be given for the titles below with approximate job descriptions:

a. Working Foreman (Climber #1):

Use sophisticated climbing and rigging techniques, cuts away dead or excess branches from trees or shrubs or to improve appearance, health, and value of tree. Prune or treat trees or shrubs using handsaws, hand pruners, clippers, and power pruners. Works off the ground in the tree canopy and may use truck-mounted lifts. Use axes or chainsaws to fell trees using knowledge of tree characteristics and cutting techniques to control direction of fall and minimize tree damage.

b. Climber #2:

For safety reasons, a second Climber is required onsite during work that involves climbing. The second climber is required in the event an aerial rescue is required.

c. Equipment Operators:

Perform tasks involving physical labor at construction sites. May operate heavy equipment hand and power tools of all types including but not limited to; prentice or backhoe, crane, bucket truck, dump truck, wood chippers, stump grinder and chainsaws, clean up rubble, debris and other waste materials.

2. Standard Equipment. Machinery, such as chippers, dump trucks, bucket trucks, backhoes, prentice loader (optional), stump grinder will be paid for based upon the actual hours needed and used on site for the completion of the assigned work. The price paid will be the number of hours multiplied by the price per hour bid. ALL STANDARD EQUIPMENT LISTED SHALL BE PRESENT AT EACH JOB REQUIREMENT.

3. Incidentals. Pickup trucks, all hand tools, fuel, travel to and from the specified work location are considered incidental to the work. The cost of materials, tools and supplies incidental to the completion of the work are to be included in the prices bid for various items of work.

3.4 As Needed Equipment. Machinery, such as a crane or any other equipment that will only be used on an as needed basis shall be accessible to perform the work needed. The price paid will be the number of hours multiplied by the price per hour bid.

End of Technical Specifications

BIDDING SCHEDULE / PRICE-BUSINESS PROPOSAL

  

 

| Item  | Quantity  | Unit of Measure  | Unit Price  | Extended Price  |

| 1  | 8 |Hour |  |  |

| | | |   |   |

| | | |  |  |

|Item Description:   Hourly Labor Rate for Working Foreman |

|Tendering Text:   complying with all specifications listed in the solicitation |

| Item  | Quantity  | Unit of Measure  | Unit Price  | Extended Price  |

| 2 | 8 |Hour |  |  |

| | | |   |   |

| | | |  |  |

|Item Description:   Hourly Labor Rate for Climber #2 |

|Tendering Text:   complying with all specifications listed in the solicitation |

| Item  | Quantity  | Unit of Measure  | Unit Price  | Extended Price  |

| 3 | 8 |Hour |  |  |

| | | |   |   |

| | | |  |  |

|Item Description:   Hourly Labor Rate for Heavy Equipment/Machine Operator for all Standard Equipment |

|Tendering Text:   complying with all specifications listed in the solicitation |

| Item  | Quantity  | Unit of Measure  | Unit Price  | Extended Price  |

| 4  | 8 |Hour |  |  |

| | | |   |   |

| | | |  |  |

|Item Description:   Hourly Labor Rate for Working Foreman, OVERTIME |

|Tendering Text:   complying with all specifications listed in the solicitation |

| Item  | Quantity  | Unit of Measure  | Unit Price  | Extended Price  |

| 5 | 8 |Hour |  |  |

| | | |   |   |

| | | |  |  |

|Item Description:   Hourly Labor Rate for Climber #2, OVERTIME |

|Tendering Text:   complying with all specifications listed in the solicitation |

| Item  | Quantity  | Unit of Measure  | Unit Price  | Extended Price  |

| 6  | 8 |Hour |  |  |

| | | |   |   |

| | | |  |  |

|Item Description:   Hourly Labor Rate for Heavy Equipment/Machine Operator for all Standard Equipment, OVERTIME |

|Tendering Text:   complying with all specifications listed in the solicitation |

| Item  | Quantity  | Unit of Measure  | Unit Price  | Extended Price  |

| 7  | 8 |Hour |  |  |

| | | |   |   |

| | | |  |  |

|Item Description:   Hourly Rate for Standard Machinery, such as chippers, dump trucks, bucket trucks, backhoes, prentice, stump grinder |

|Tendering Text:   complying with all specifications listed in the solicitation |

| Item  | Quantity  | Unit of Measure  | Unit Price  | Extended Price  |

| 8 | 8 |Hour |  |  |

| | | |   |   |

| | | |  |  |

|Item Description:   Crane Accessibility (As Needed)Hourly Rate |

|Tendering Text:   complying with all specifications listed in the solicitation |

The undersigned hereby certifies that they have read and understand the contents of this solicitation and agree to furnish at the prices shown any or all of the items above, subject to all instructions, conditions, specifications, and attachments hereto. Failure to have read all the provisions of this solicitation shall not be cause to alter any resulting contract or request additional compensation.

Company Name:

Company Address:

City, State Zip Code

Telephone: Fax:

E-mail:

Business Tax Receipt Number: FEIN Number:

Authorized Signature: Date:

Name: Title:

(Type / Printed)

Bidders Questionnaire

(This form must be included with your bid)

Bid # C16004-11/12/2015 for Arborist Services

1. How many years has your organization been in business?

2. Number of employees "ON THE JOB" each week?

3. The following are named as (minimum) five (5) references - public entities, corporations or individuals for which you have performed similar work:

1) Firm Phone # ( ) -

Contact

2) Firm Phone # ( ) -

Contact

3) Firm Phone # ( ) -

Contact

4) Firm Phone # ( ) -

Contact

5) Firm Phone # ( ) -

Contact

4. List three (3) similar projects your organization has underway or has been awarded as of this date, including the type of project; the percent complete; and the scheduled completion date:

1)________________________________________ _ _

2)

3)

5. Have you ever failed to complete work awarded to you: Yes No

if so, where and why?

6. State the true, exact, correct and complete name of the partnership, corporation, or trade name under which you do business and the address of the place of business:

Company Name:

Company Address:

Telephone Number: Fax:

E-mail:

Authorized Signature: Date:

Name: Title:

SOLICITATION NUMBER: C16004-11/12/2015 DATE:

CERTIFICATE OF FAMILIARITY

The undersigned, having fully familiarized himself with the information contained within this entire solicitation and applicable amendments, submits the attached bid and other applicable information to the District, which I verify to be true and correct to the best of my knowledge. I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm or person submitting a bid for the same materials, supplies or equipment, and is in all respects, fair and without collusion or fraud. I agree to abide by all conditions of this bid and certify that I am authorized to sign this bid. I further certify that this bid is good for a period of ninety (90) days, unless otherwise stated.

___________________________________ ___________________________________

Company Name as registered Authorized Signature

with the IRS

___________________________________ ___________________________________

Correspondence Address Printed Name

___________________________________ ___________________________________

City, State, Zip Title

___________________________________ _________________ __________________

Date Telephone Number Fax Number

____________________________________ ____________________________________

Remittance Address E-mail Address (PLEASE PRINT)

____________________________________

City, State, Zip

____________________________________ __________________________________

Telephone Number Toll-Free Number if available

____________________________________ __________________________________

Federal Tax ID Number SC Sales and Use Tax Number

Richland-Lexington Riverbanks Park District

C16004-11/12/2015

Arborist Services-Term Contract

LIST OF REFERENCES

Please list four (4) references that your company has recently or currently provided similar products and/or services for.

___________________________________ ___________________________________

Company Name Company Name

___________________________________ ___________________________________

Representative Representative

___________________________________ ___________________________________

Address Address

___________________________________ ___________________________________

City, State, Zip Code City, State, Zip Code

___________________________________ ___________________________________

Telephone # / Fax # Telephone # / Fax #

___________________________________ ___________________________________

E-Mail Address E-Mail Address

___________________________________ ___________________________________

Company Name Company Name

___________________________________ ___________________________________

Representative Representative

___________________________________ ___________________________________

Address Address

___________________________________ ___________________________________

City, State, Zip Code City, State, Zip Code

___________________________________ ___________________________________

Telephone # / Fax # Telephone # / Fax #

___________________________________ ___________________________________

E-Mail Address E-Mail Address

COMPANY: __________________________

AUTHORIZED SIGNATURE:__________________________

[pic]

Procurement Services, 400 Rivermont Drive, Columbia, SC 29210

803-602-0831 Phone 803-771-8722 Fax

SAMPLE CONTRACT

Date

Name

Address

Re: Bid No.

Dear (Name),

Enclosed is a signed original contract for the above referenced project. Upon review and approval, please have a copy of the contract signed on behalf of your company and return one fully executed copy of the contract along with certificate of insurance to my office.

For all billing questions, your Accounts Payable contact will be Tammy Jenkins at (803) 779-8717. Invoices may be emailed to finance@

We look forward to working with you on this project. Please let me know if you should you have any questions or concerns regarding this contract.

Sincerely,

Jessica Monts,

Procurement Manager

SAMPLE CONTRACT

CONTRACT FOR

STATE OF SOUTH CAROLINA )

RICHLAND-LEXINGTON RIVERBANKS PARK DISTRICT )

THIS AGREEMENT is entered into by and between the Richland-Lexington Riverbanks Park District, 500 Wildlife Parkway, Columbia, SC 29210 (hereinafter referred as District) and Company, Address (hereinafter referred to as Company)

NOW THEREFORE, for and in consideration of the mutual covenants and conditions set forth herein, the parties hereto agree as follows:

1. Scope of Contract. Company shall provide all of the work and services required by Bid Number, which is incorporated herein and made a part hereof, for the Contract Name.

2. Term of Contract. The term of this contract shall commence on (Date) and shall continue for a period of two (2) year. The District shall have the right, but not the obligation, to renew this contract for three (3) additional one year periods under the same terms and conditions. This contract may be extended upon District’s written notice not less than thirty (30) days prior to the expiration of the initial term or any extension hereof.

3. Compensation. The District agrees to pay Company according to the schedule of charges attached hereto and incorporated herein as Exhibit A and there shall be no deviation from these charges without a written change order as provided for herein. The charges shall include all tariffs, taxes, fees and other assessments imposed from time to time by any federal, state, or local governments.

4. Payment Terms. Payment will be made within thirty (30) days after acceptance of completed order/project.

5. Insurance. Company shall provide insurance as set forth in the BID.

6. Modification / Change Orders. Any change orders, alternations, amendments or other modifications hereunder shall not be effective unless reduced to writing, signed by the District and Company, and executed with the same formality as this contract.

7. Termination. This contract may be terminated pursuant to the BID.

8. Warranty. Company's services are warranted to be performed in a timely and workmanlike manner and such services shall meet in addition to the response to the BID.

9. Indemnification. Company shall provide indemnification as set forth in the BID.

10. Breach / Waiver. No term or provision hereof shall be deemed waived unless breach thereof is waived in writing and signed by the party claimed to have waived and consented. No consent by any party to, or waiver of, a breach by the other, whether expressed or implied, shall constitute a consent to, or waiver of, or excuse for, any difference or subsequent breach.

11. Severability. If any term or provision of this contract shall be found to be illegal or unenforceable, then, notwithstanding any such illegality or unenforceability, the remainder of said contact shall remain in full force and effect and such term or provision shall be deemed to be deleted and severable there from.

12. Entire Agreement and Priority of Documents. This document, together with all subordinate and other documents incorporated by reference herein, will constitute the entire agreement between the parties with respect to the subject matter contained herein and may only be modified by an amendment executed in writing by both parties. Company hereby agrees, except where this contract specifically indicates otherwise, all written bids, specifications, brochures and sales materials presented by Company to District leading to this contract, and all other Company representations, commitments, warranties prior to and in connection with this contract, shall be deemed to be, and are, incorporated by reference into and made a part of this contract. Except as otherwise expressly stated, in the event of a conflict in the interpretation of the contract, the order of priority in descending order is (I) this document, (ii) the BID, and then (iii) the Response.

IN WITNESS WHEREOF, the Company and the District have signed and executed this contract this _______ day of _________________, 2015

WITNESSES: COMPANY NAME

_________________________ BY: ______________________________

ITS: _____________________________

RICHLAND-LEXINGTON RIVERBANKS

PARK DISTRICT

_________________________ BY: ______________________________

Jessica Monts, Satch Krantz, CEO

Procurement Manager

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download