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



Similar documents
Town of Somers, Connecticut Geographic Information Consulting Services Request for Proposals

REQUEST FOR QUALIFICATIONS (RFQ) DIVISION OF THE STATE ARCHITECT INSPECTOR OF RECORD SERVICES

REQUEST FOR PROPOSALS FOR LANDSCAPE ARCHITECTURAL SERVICES TOWN OF AVON, CONNECTICUT

CERTIFICATE OF INSURANCE TO CITY OF NEWARK CALIFORNIA ( the City ) A Municipal Corporation

EXHIBIT C CONSULTANT INSURANCE REQUIREMENTS SACRAMENTO AREA FLOOD CONTROL AGENCY

SECTION INSURANCE REQUIREMENTS

Attachment A Terms and Conditions

REQUEST FOR PROPOSAL

D3 Bus Wash Rehabilitation AC Transit Contract # SECTION INSURANCE REQUIREMENTS

CITY OF SAN JOSE REQUEST FOR.QUALIFICATIONS (RFQ) EVALUATOR (ATTORNEY) AND INVESTIGATOR- SAN JOSE ELECTIONS COMMISSION

Insurance Requirements for Contractors (Without Construction Risks)

Request for Statements of Qualifications # for Electric Motor Repair

How To Work For A City Of Germany Project

REQUEST FOR QUALIFICATIONS CONSULTANT ARCHITECTURAL SERVICES FOR VARIOUS TOWN BUILDINGS FOR THE PUBLIC WORKS DEPARTMENT, TOWN OF GROTON, CT

Request for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015

Attachment A Terms and Conditions RFX No TITLE: Quality Control Standards DHH Office of Public Health

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

CHECKLIST FOR INSURANCE REVIEWS

EXHIBIT "A" INSURANCE REQUIREMENTS FOR RIGHT OF ENTRY AGREEMENTS

EXHIBIT "B" CRITERIA AND BILLING FOR EXTRA SERVICES

Attachment A: Terms and Conditions RFx Bid Opening: 07/06/2016

REQUEST FOR QUALIFICATIONS ARCHITECTURAL/ENGINEERING DESIGN SERVICES For the RENOVATION OF THE TUTTLE BUILDING

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS

AGREEMENT FOR SERVICES BETWEEN THE CITY OF YREKA AND [CONTRACTOR] WHEREAS, Contractor has the necessary experience in providing the services; and

EXHIBIT B. Insurance Requirements for Construction Contracts

APPENDIX B INSURANCE & BONDING REQUIREMENTS FC-5801

Mansfield Independent School District Business Procedures Manual Section 7 Risk Management

CITY OF GRIFFIN, GEORGIA

Sidewalk Rehabilitation Program

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1

KALEIDA HEALTH INSURANCE REQUIREMENTS SERVICE PROVIDERS. Bodily Injury and Property Damage Limit occurrence. General Aggregate $2,000,000

CALIFORNIA HOUSING FINANCE AGENCY INSURANCE REQUIREMENTS - CONSTRUCTION RISK

Memorandum of Understanding

Schedule Q (Revised 1/5/15)

CONTRACT INSURANCE REQUIREMENTS

INSURANCE REQUIREMENTS FOR VENDORS

RIGHT OF ENTRY RECITALS. A. WHEREAS, CITY owns and operates the Norman Y. Mineta San Jose International Airport ( Airport ); and

Stephenson County, Illinois

5. Preparation of the State and Federal Single Audit Reports.

Attachment 04 Contractor s Insurance Requirements

ARTICLE 11. INSURANCE AND BONDS

MASTER AGREEMENT Enterprise Rent-A-Car and National Car Rental Master Agreement No: 9950 (hereinafter Contractor ) And

THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS

WITNESSETH. That Contractor, for the consideration hereinafter fully set out, hereby agrees with the County as follows:

Insurance & Bonding Requirements. Eastside Trail Extension


The Woodlands Township

HURRICANE PROTECTION AND SEVERE WEATHER PLAN INFORMAL REQUEST FOR PROPOSALS FOR NEW HANOVER COUNTY EMERGENCY MANAGEMENT

INSURANCE AND SURETY INFORMATION SHEET

HAMILTON COUNTY SCHOOL DISTRICT

Items 1-7 above shall not be subject to any of the following limiting or exclusionary endorsements:

DOCUMENTED QUOTES State of Colorado University of Northern Colorado Notice Number: UNC

New Hanover County. Request for Qualifications. Crime Scene Investigation (CSI) Building Expansion

REQUEST FOR QUALIFICATIONS ARCHITECTURAL DESIGN SERVICES FOR A FIRE STATION

Alterations to Building Request Form

GENERAL INSTRUCTIONS AND REQUIREMENTS

INSURANCE AND INDEMNIFICATION REQUIREMENTS. RE: CCTV system for bus shelters at the Economy Lot PAGE 1 OF 4

P. Insurance Submittal Address: All Insurance Certificates requested shall be sent to the Clark County Purchasing and Contracts Division, Attention:

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

Attachment 4: Insurance Requirements

COC-Insurance Requirements Page 1 of 9

AMENDMENT NO. 1 TO OPERATING AGREEMENT FOR NON-SIGNATORY PASSENGER AIR CARRIERS FOR TAMPA INTERNATIONAL AIRPORT TAMPA, FLORIDA BY AND BETWEEN

Hillsborough County Aviation Authority Standard Procedure S Contractual Insurance Terms and Conditions

Warner Robins Housing Authority

GENERAL TERMS & CONDITIONS OF QUOTE

OLYMPIC TOWER CONDOMINIUM

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR PRESCRIPTION SAFETY EYEWEAR PROGRAM ADDENDUM NO.

April 22, 2009 REQUEST FOR PROPOSALS (RFP)

City of Bellevue Request for Proposal RFP #15091 Locate Ticket Management Software

2014/2015 PAVING PROJECT MILLING AND PATCHING BID DOCUMENTS JASPER COUNTY, GEORGIA

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

Request for Proposals Westchase District Monument Signs Repaneling Date Issued: August 10, 2015

NOTICE OF REQUEST FOR PROPOSALS (RFP) RFP DOTPL-004

INSURANCE REQUIREMENTS FOR MASTER AGREEMENT CONTRACTORS

TOWN OF GROTON INVITATION TO BID INTERNET FIREWALL

INSURANCE REQUIREMENTS

REQUEST FOR PROPOSALS CLOSED CAPTIONING SERVICES FOR NEW HANOVER COUNTY GOVERNMENT

2014 Inlet Rehab Project II Various Locations

DATE ISSUED: 7/24/ of 7

How To Build A Data Backup System In Town Of Trumbull

GREENFIELD MIDDLE SCHOOL ROOF PROJECT

Request For Quotes Professional General Contractor Services Wilson Road Park Repair

Warner Robins Housing Authority

EXHIBIT D. Insurance and Bond Requirements

CITY OF HAMTRAMCK DEPARTMENT OF POLICE REQUEST FOR QUOTE VEHICLE REPAIR SERVICES

Exhibit B (Incorporated into Construction Purchase Order Terms and Conditions) CONSTRUCTION CONTRACT INSURANCE REQUIREMENTS

Canal Truck Insurance Application

SOLICITATION QUOTATION PROFESSIONAL SERVICES

WASHINGTON SUBURBAN SANITARY COMMISSION

CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE

INDEPENDENT CONTRACTORS AGREEMENT

CITY of DALY CITY INSURANCE REQUIREMENTS

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT (203) E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY Telephone: Fax: NOTICE TO BIDDERS

Public Works Department Engineering Division-Parking Section

TOHO WATER AUTHORITY REQUEST FOR QUALIFICATIONS RFQ RATE CONSULTING SERVICES

NEW YORK STATE OFFICE OF GENERAL SERVICES SURPLUS PROPERTY SALE - CABOOSE

Request for Proposal S P R I N G F I E L D U T I L I T Y B O A R D MAIN OFFICE

PREQUALIFICATION APPLICATION REQUIREMENTS

Transcription:

TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES The Town of Farmington Department of Public Works is seeking proposals for the purpose of establishing a list of companies that the Department 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 drainage 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 Tuesday, May 5, 2015. Faxed and e- mailed quotes will not be accepted. Joseph Swetcky Director of Finance

TOWN OF FARMINGTON, CT REQUEST FOR PROPOSALS FOR CONSTRUCTION EQUIPMENT RENTALS AND ON CALL CONSTRUCTION SERVICES The Town of Farmington Department of Public Works is seeking proposals for the purpose of establishing a list of companies that the Department 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 department is also seeking to establish a list of companies that it can call upon to perform small paving projects, replace catch basins, manholes, and drainage 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. The Town of Farmington contact for this solicitation shall be Scott Zenke, Highway & Grounds Superintendent, Telephone (860) 675-2550.

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 drainage 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 July 1, 2015 to June 30, 2016 with an option to extend prices submitted 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 Tuesday, May 5, 2015. 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. At time of hire, Company 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: April 18, 2015 Reply Due Date: May 5, 2015 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.