PROJECT TITLE: Roadside Mowing BID DUE DATE: May 24, 2016, 11:00 A.M. Town of Waldoboro Public Works Department REQUEST FOR BIDS ESTIMATED TIME PERIOD FOR CONTRACT: July 1 to July 31, 2016 BIDDER ELIGIBILITY: This procurement is open to those bidders that satisfy the minimum qualifications stated herein. CONTENTS OF BID REQUES: 1.Introduction 2.General Information 3.Insurance 1. INTRODUCTION 1.1 PURPOSE Bids are requested for roadside mowing along The Town if Waldoboro s (hereinafter Town) 57.46 miles of roads. 1.2 SCOPE OF WORK Proving labor, equipment, fuel and supplies to mow roadsides for 57.46 miles (114.92 lane miles) of Town owned roads. Mowing shall commence no earlier than July 1, 2016 and be completed by July 31, 2016. Two mowing passes on each side of the road are expected where possible. The contractor is responsible for safety signage. 2. GENERAL INFORMATION 2.1 CONTACT COORDINATOR The Contact Coordinator is the sole point of contact for the Town for this procurement, unless otherwise directed. Name E Mail Address Mailing Address John Daigle admin@waldoboromaine.org Waldoboro Town Office PO Box J Waldoboro, Me. 04572 Physical Address for Delivery 1600 Atlantic Highway Phone Number 207 832 4255 or 207 832 5963 Fax Number 207 832 6061 2.2 SUBMISSION OF PROPOSALS 2.2.1 SUBMISSION DEADLINE The Town will receive bids until 11:00 a.m. May
24, 2016, at which time they will be publicly opened and read. Bidders should allow normal delivery time to ensure timely receipt. Bidders assume the risk for the method of delivery chosen. The Town assumes no responsibility for delays caused by any delivery service. Late bids will generally be disqualified. All bids and any accompanying documentation become the property of the Town and will not be returned. 2.2.2 HARD COPY PROPOSALS Bidders are required to submit one copy of their bid. The bid, whether mailed or hand delivered, must arrive at town office no later than the deadline. The envelope should be clearly marked roadside mowing bid. 2.2.3 ELECTRONIC PROPOSALS Bids must be submitted electronically as an attachment to an e mail to the Contact Coordinator, at the e mail address listed in Section 2.1. Attachments to e mail shall be in Microsoft Word format or PDF. Zipped files will not be received by the town and cannot be used for submission of proposals. The Town does not assume responsibility for problems with Bidder s e mail. 2.3 NO OBLIGATION TO CONTRACT This RFP does not obligate the Town to contract for services specified herein. The Town reserves the right at its sole discretion to reject any and all bids received without penalty and negotiate with any bidder and waive any informality in the bid process. 2.4 COMMITMENT OF FUNDS The Town Manager (or Select Board if contract is in excess of $10,000) is the only person that may legally commit the Town to the expenditures of funds for a contract resulting from this bid. No cost chargeable to the proposed contract may be incurred before receipt of a fully executed contract. 2.5 RIGHT TO EXTEND CONTRACTS The Town reserves the right to extend a contract for ongoing services without reissuing another bid request. 3. INSURANCE 3.1 INSURANCE REQUIREMENT The Contractor shall furnish the Town with a certificate(s) of insurance executed by a duly authorized representative of each insurer, showing compliance with the insurance requirements set forth below and naming the Town as an additional insured. The Contractor shall, at its own expense, obtain and keep in force insurance coverage which shall be maintained in full force and effect during the term of the contract. The Contractor shall furnish evidence in the form of a Certificate of Insurance that insurance shall be provided, and a copy shall be forwarded to the Agency within fifteen (15) days of the contract effective date.
3.2 LIABILITY INSURANCE Commercial General Liability Insurance: Contractor shall maintain commercial general liability (CGL) insurance and, if necessary, commercial umbrella insurance, with a limit of not less than $1,000,000 per each occurrence. If CGL insurance contains aggregate limits, the General Aggregate limit shall be at least twice the each occurrence limit. CGL insurance shall have products completed operations aggregate limit of at least two times the each occurrence limit. CGL insurance shall be written on ISO occurrence from CG 00 01 (or a substitute form providing equivalent coverage). All insurance shall cover liability assumed under an insured contract (including the tort liability of another assumed in a business contract), and contain separation of insured s (cross liability) condition 3.3 WORKERS COMPENSATION The Contractor will at all times comply with all applicable workers compensation, occupational disease, and occupational health and safety laws, statutes, and regulations to the full extent applicable. The Town will not be held responsive in any way for claims filed by the Contractor or their employees for services performed under the terms of this contract. Additionally, the Contractor is responsible for ensuring that any subcontractors provide adequate insurance coverage for the activities arising out of subcontracts. Sole proprietors without worker s compensation coverage that contract with the Town must sign a waiver of worker s compensation coverage. Sole proprietors without worker s compensation cannot hire a subcontractor who does not have worker s compensation coverage.
Town of Waldoboro 2016 Roadside Mowing Bid Form Name of Firm: Contact Person: Address: Phone: Cell Phone: Email: Year BID TOTAL (LUMP SUM) BID: 1-Year Contract 2016 $ Equipment to be utilized: List 3 References, name and phone number I agree to fulfill all work as specified in the bid request for the above bid price: Signature Printed Name: