TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES

Similar documents
LEGAL NOTICE TOWN OF FARMINGTON, CONNECTICUT REQUEST FOR PROPOSALS FOR AUDITING SERVICES

SANDY CITY CENTENNIAL PARKWAY SANDY, UTAH DEPARTMENT OF ADMINISTRATIVE SERVICES DIVISION OF PURCHASING MARCH 2017

.z:> By: Dan Tadic, P.E. Acting Public Works Director

CALUMET COUNTY HIGHWAY DEPARTMENT

BID DOCUMENTS FOR TREE TRIMMING AND/OR TREE REMOVAL SERVICES

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

Mobile and Stationary Security Patrol Services

REQUEST FOR PROPOSALS EMPLOYEE ASSISTANCE PROGRAM (EAP) 08/09-20

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

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

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No.

ROCKY HILL PUBLIC SCHOOLS REQUEST FOR PROPOSALS FOR AUDITING SERVICES. June 30, 2018

LONE TREE SCHOOL BELL SYSTEM

INVITATION TO BID LANDSCAPE SERVICES

PROPOSAL FOR STREET SWEEPING SERVICES

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

City of Henderson PO Box 716 Henderson, Kentucky REQUEST FOR PROPOSALS # 14-25

REQUEST FOR PROPOSALS. Auditing Services. Bid #

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

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

KITSAP COUNTY DEPARTMENT OF ADMINISTRATIVE SERVICES PURCHASING OFFICE INFORMAL BID TREE SERVICES ROSTER

DEMOLITION OF PORTABLE BUILDINGS #2 AMD #3

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

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

NOTICE TO CONTRACTORS INVITATION TO BID DEMOLITION OF BUILDINGS. Date: January 7, 2018 Demolition Property Addresses: 2557 Grant Ave Ogden UT 84401

LONE TREE SCHOOL FLOORING REPLACEMENT

Warner Robins Housing Authority

QUONSET DEVELOPMENT CORPORATION (QDC) INVITATION TO BID

MODESTO CITY SCHOOLS BID NO GASOLINE AND DIESEL FUEL. DUE DATE: No later than 3:00 p.m. PT on Monday, February 26, 2018

Leavenworth County Department of Public Works 300 Walnut Street, Suite 7 Leavenworth, KS 66048

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

OUTAGAMIE COUNTY ASPHALTIC CONCRETE MATERIALS

Solicitation 640. Recycling Bins. Bid Designation: Public

Real Estate Acquisition Services For Neighborhood Stabilization Program

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

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

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

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

JEFFERSON COUNTY DRAINAGE DISTRICT NO. 6 Karen J. Stewart, MBA, CTP Business Manager: Purchasing Agent

State of West Virginia Solicitation Response

TERREBONNE PARISH CONSOLIDATED GOVERNMENT MINIMUM INSURANCE REQUIREMENTS PROFESSIONAL SERVICES (ARCHITECTS, ENGINEERS, CONSULTANTS, ETC.

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

SHORELINE AREA TREE TRIMMING

REQUEST FOR QUOTES January 7, 2019

Invitation to Bid. Radcliff Wastewater Treatment Plant (WWTP) Road Paving. For. Radcliff Wastewater Treatment Plant

SPECIFICATIONS FOR FURNISHING LIQUID SODIUM BISULFITE (25% CONCENTRATION) DURING FY

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219

REQUEST FOR PROPOSALS

CITY AND BOROUGH OF JUNEAU (CBJ) REQUEST for QUOTES (RFQ) North Miner s Cove Parking Lot Repair. RFQ No. E15-095

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

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

EQUIPMENT WITH OPERATOR P R O P O S A L F O R M. Due Date: April 21, :00 am. MITN Code: 97535

TOWN OF FARMINGTON DEPARTMENT OF PUBLIC WORKS & DEVELOPMENT SERVICES ENGINEERING DIVISION

TULLAHOMA UTILITIES BOARD TULLAHOMA, TENNESSEE INVITATION TO BID FOR UNDERGROUND TRENCH LESS CONDUIT INSTALLATION

Invitation To Bid. for

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

Request for Quote RFQ# Date: 02/01/2017

City of Leavenworth Public Works Department June 13, 2017 Request for Bids 2017 Asphalt Paving Repair Work

Warner Robins Housing Authority

Exhibit. Owner Controlled Insurance Program. Insurance Requirements

HOPKINSVILLE WATER ENVIRONMENT AUTHORITY

EXHIBIT B. Insurance Requirements for Environmental Contractors and/or Consultants

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

CONTRACT for PLUMBING REPAIR SERVICES

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

City of Dauphin. Heavy Equipment Rental Proposals

CARPINTERIA VALLEY WATER DISTRICT RANCHO MONTE ALEGRE (RMA) PHASE 4C LANDSLIDE MITIGATION PROJECT. Bid Addendum 1

City of El Centro Park & Recreation Division

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

KING COUNTY LIBRARY SYSTEM WHITE CENTER LIBRARY FURNITURE PROJECT

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

Santa Cruz Port District REQUEST FOR PROPOSALS FOR GARBAGE HAULING SERVICES

REQUEST FOR PROPOSAL CONCESSION OPERATIONS. for. The City of Sherman, Texas

REQUEST FOR PROPOSALS

INVITATION TO BID REGIONAL SCHOOL DISTRICT # NEW HAVEN ROAD PROSPECT, CONNECTICUT July 13, 2015 SEALED PROPOSAL WILL BE RECEIVED FOR

MIDLAND COUNTY REQUEST FOR PROPOSAL JUVENILE CARE CENTER PHYSICIAN

CHEROKEE NATION ENTERTAINMENT, L.L.C. REQUEST FOR PROPOSAL ( RFP )

REQUEST FOR SEALED BID PROPOSAL

TOWN OF MANCHESTER, CONNECTICUT GENERAL SERVICES DEPARTMENT

Request for Proposals 2018 Erosion Control Project. Madison, Wisconsin

BID DOCUMENTS FROM CITY OF BEEVILLE FOR PURCHASE OF SEAL COATING FOR CITY STREETS BEEVILLE, TEXAS BIDS WILL BE RECEIVED UNTIL

Request for Proposal For Design Engineering Services. Northwest Lansing Relief Sewer Project

THE CITY OF BRENTWOOD 2348 South Brentwood Blvd. Brentwood, MO REQUEST FOR PROPOSAL FOR 2015 VIDEO PRODUCTION SERVICES

CITY OF SACRAMENTO NONPROFESSIONAL SERVICES AGREEMENT LESS THAN $25,000

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

TRANSPORTATION SERVICES FOR QUEENSBURY SENIOR CITIZENS

City of Pawtucket. Seeking Private Contractor's for. Bid/CR # SNOW PLOWING SERVICES AND MATERIAL SPREADERS (SANDERS)

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL SUPPLY OF

COUNTY OF OSWEGO PURCHASING DEPARTMENT

REQUEST FOR QUALIFICATIONS Tree Trimming & Removal Services

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

INVITATION TO BID. Rental Equipment for Roadway Maintenance Construction and Flood Repair BID # SUBMITTAL DUE: 02/14/ :00 A.M.

PAVING BID: # BOE

Warner Robins Housing Authority

HAMTRAMCK PUBLIC SCHOOLS REQUEST FOR PROPOSAL HEATING, VENTILATION, AIR CONDITIONING ELECTRICAL, PLUMBING, CARPENTRY & GROUNDS SERVICES

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

TERREBONNE PARISH CONSOLIDATED GOVERNMENT INSURANCE REQUIREMENTS CONTRACTORS

Transcription:

TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES The Town of Farmington is seeking proposals for the purpose of establishing a list of vendors that the Town can contact when it needs to rent construction equipment or hire a construction crew in order to complete routine projects and for emergencies should the need occur. The list of equipment shall include but is not limited to loaders, excavators, dozers, combination loaders/backhoes, tri-axles, off-road trucks, tractors, graders, rollers, pumps, chippers, trench boxes, compactors, and pickups. Construction Services shall include small paving projects, catch basin replacement, and storm drainage and sanitary pipe replacement. In order to be included on the construction equipment rental list, quotes must be returned in a sealed envelope to the Town of Farmington Finance Office, One Monteith Drive, Farmington, Connecticut 06032, by 11:00 a.m. on Wednesday, August 3, 2016. Faxed and e-mailed quotes will not be accepted.

TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES The Town of Farmington is seeking proposals for the purpose of establishing a list of vendors that the Town can contact when it needs to rent construction equipment in order to complete routine projects and for emergencies should the need occur. The list of equipment shall include but is not limited to loaders, excavators, dozers, combination loaders/backhoes, tri-axles, off-road trucks, tractors, graders, rollers, pumps, chippers, trench boxes, and compactors. The Town is also seeking to establish a list of companies that it can call upon to perform small paving projects, replace catch basins, manholes, and storm drainage and sanitary pipe. Equipment: All equipment shall be in good operating condition and suitable for work with an experienced operator to assist in projects or emergencies. All equipment shall comply with Federal, state and local motor vehicle laws and regulations and OSHA requirements. Equipment will be subject to inspection by the Town before being placed into use. If the Town determines that the equipment is in such a condition as to be unsafe to operate, the contractor will remove the equipment at no cost to the Town. Hours of Operation: The Department of Public Works normal work schedule is Monday through Friday, 6:00 a.m. to 2:30 p.m. In some instances where a project must be completed by a deadline, the workday may be extended. An additional column for overtime rates is included on the proposal form. All rentals shall be for a four (4) hour minimum. Overtime shall be paid for hours worked in excess of 40 hours Monday-Friday and for Saturday/Sunday and the following holidays: Memorial Day, Independence Day, Labor Day, Thanksgiving Day, Christmas Day, and New Year s Day.

Conditions: Companies are asked to submit an all-inclusive per hour rate for each item of equipment listed. The hourly price submitted shall include the cost of the operator, fuel, and mobilization within the Town of Farmington. Companies may expand on the proposal form but must keep the same format. Paving contractors shall submit pricing for paving crew, trucks and equipment to pick up and install bituminous asphalt on a per ton basis including the application of a tack coat, if needed. The Town will purchase all materials associated with this work. Crew with one lead person would be used to repair or replace existing Catch Basins and Manholes or lay new or replace existing pipe. Equipment must consist of: One (1) Rubber tire backhoe w/ operator (Backhoe must have capacity to lift and set a Catch Basin Sump and Trench Box as needed), One (1) 5-8 cu/yd. dump truck with working driver, One (1) portable cement mixer, soil compactor capable of compacting a 12 LIFT, Two (2) additional workmen (one of which shall be a mason), Mason/pickup truck equipped with all hand tools, cutoff saw, slings/chains and pins to repair or replace existing Catch Basins and Manholes or to lay pipe up to 24 diameter, Trench / Manhole Box (must be OSHA Certified) & a compressor, including hoses, jackhammers, breakers bits to work on concrete and asphalt. Proposals submitted shall be good for a one-year period beginning September 1, 2016 to August 31, 2017 with an option to extend prices for one additional year by mutual agreement of both parties. In order to be included on the construction equipment rental list, proposals must be returned in a sealed envelope to the Town of Farmington Finance Office, One Monteith Drive, Farmington, CT 06032, by 11:00a.m. on Wednesday, August 3, 2016. Faxed and e-mailed proposals will not be accepted. In no way shall the submittal of a proposal be considered a binding contract between the company and the Town of Farmington. The Town reserves the right to award some or all of the services required. The Town also reserves the right to award work to one or more qualified vendors based upon equipment required to complete a project, unit costs, and equipment availability. It is the Town s intention to utilize the equipment of the company submitting the lowest responsible proposal first. However, if the company who has submitted the lowest responsible proposal cannot meet the Town s timeframe, the Town reserves the right to use the company that has submitted the next lowest responsible proposal whose equipment availability meets the Town s timeframe requirements. Prior to the start of any work, Vendor will be required to submit a Certificate of Insurance in accordance with the requirements listed in Appendix I.

RENTAL EQUIPMENT LIST PRICE PROPOSAL (PAGE 1 OF 2) Issue Date: July 16, 2016 Reply Due Date: August 3, 2016 Joseph Swetcky, Finance Director Town of Farmington 1 Monteith Drive Farmington, CT 06032 Type of Equipment Description Weight Time Rate: Straight Time Rate: Overtime Time Rate: Double-Time Wheel Loader: Excavators: Dozers: Backhoe Loader: Trucks/Trailers: Graders: Rollers: Dump Trucks: < 37,000 GVW Dump Trucks: > 37,000 GVW Sweepers:

RENTAL EQUIPMENT LIST PRICE PROPOSAL (PAGE 2 OF 2) Paving Crew: (Price Per Ton ONLY) (1-250 TN) Paving Crew: (Price Per Ton ONLY) (250 TN and up) Catch Basin & Drainage Crew* (operated by Contractor) COMPANY NAME ADDRESS CITY, STATE, & ZIP TELEPHONE SIGNATURE PRINTED NAME AND TITLE DATE FAX EMAIL ADDRESS The Town of Farmington reserves the right to reject any bid or all bids, or any part of any bid, or waive any defect, irregularity or informality of any bid when it is determined to be in the best interest of the Town to do so. Facsimiles or emailed bids will not be accepted. All bids must be submitted in a sealed envelope.

APPENDIX I TOWN OF FARMINGTON, CT INSURANCE REQUIREMENTS The successful bidder shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from, or be in connection with the performance of the work hereunder by the individual or the firm, his agents, representatives or employees. The cost of such insurance shall be included in the proposal. For the purpose of this clause, the term successful bidder shall also include the individual s or firm s respective officers, agents, officials, employees, interns, volunteers, boards and commissions. A. Minimum Scope and Limits of Insurance 1. Broad Form Comprehensive General Liability $1,000,000 combined single limit per occurrence for bodily injury, personal injury, property damage, and products/completed operations. 2. Automobile Liability $1,000,000 combined single limit per occurrence for bodily injury and property damage 3. Umbrella Liability $1,000,000 per occurrence, following form. 4. Workers Compensation and Employer s Liability Limits as required by Connecticut State Law 5. Professional Liability (if used on a claims-made basis, insurance coverage shall be maintained for the duration of the contract and for two (2) years following contract completion.) $1,000,000 per occurrence $1,000,000 aggregate

APPENDIX I (Cont.) 6. Personal Property Coverage Adequate insurance to cover the value of personal property (including but not limited to, personal computers) belonging to the vendor while located on Town property, while in use or in storage, for the duration of the contract. B. Aggregate Limits Any aggregate limits must be declared to and be approved by the Town. At the option of the Town, the insurer shall increase or eliminate the aggregate limit and notify the Town of any erosion of aggregate limits. C. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and be approved by the Town. At the option of the Town, the insurer shall reduce or eliminate such deductibles or selfinsured retentions as regards the Town and the vendors shall procure a bond, which guarantees payment of the losses and related investigations claims administration and defense expenses. At no time will the Town be responsible for the payment of deductibles or self-insured retentions. D. Notice of Cancellation or Non-renewal Each insurance policy required by this Exhibit shall be endorsed to state that coverage shall not be suspended, voided, canceled, or reduced, either in coverage or in limits, except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given to the Town. E. Other Insurance Provisions The policies are to contain, or be endorsed to contain, the following provisions: 1. Liability (General, Automobile, Professional) Coverages: a. The Town of Farmington and its respective officers, agents, officials, employees, volunteers, boards and commissions are to be named as additional insureds with regards to liability arising out of activities performed by or on behalf of the vendor; products and completed operations of the vendor; premises owned, leased or used by the vendor. The coverage shall contain no special limitations on the scope of protection afforded to the Town. b. The vendor s insurance coverage shall be the primary insurance as regards the Town. Any insurance maintained by the Town shall be in excess of the vendor s insurance and shall not contribute with it.

APPENDIX I (Cont.) c. Any failure to comply with the reporting provisions of the policies shall not affect coverage provided to the Town. d. Coverage shall state that the vendor s insurance shall apply separately to each insured against whom a claim is made or a suit is brought, except with respect to the limits of the insurer s liability. 2. Workers Compensation and Employer s Liability Coverage a. The insurer shall agree to waive all rights of subrogation against the Town for losses arising from the work performed by the vendor for the Town. b. If State statute does not require the vendor to obtain Workers Compensation insurance, then the vendor shall furnish the Town with adequate proof of the selfemployment status. The vendor agrees to waive all rights of claims against the Town for losses arising from the work performed by the vendor. In the event that during the contract this self-employment status should change, the vendor shall immediately furnish proper notice to the Town and a certificate of insurance indicating that Workers Compensation insurance and Employer s Liability coverage has been obtained by the vendor as required by this Exhibit. F. Acceptability of Insurers 1. Insurance is to be placed with insurers which have a Best s rating of at least A. 2. Insurance companies must either be licensed to do business in the State of Connecticut or be deemed to be acceptable by the Town s Director of Finance. G. Verification of Coverage The vendor shall furnish the Town with certificates of insurance effecting coverage required by this clause. The certificates and endorsements for each insurance policy are to be signed by a person authorized by the insurer to bind coverage on its behalf. The certificates and endorsements are to be received and approved by the Director of Finance before work commences. Renewal of expiring certificates shall be filed thirty (30) days prior to expiration. The Town reserves the right to require complete, certified copies of all required policies, at any time. All insurance documents required by this Exhibit shall be mailed to the Director of Finance.