2016 BID SHEET. Please read and complete all forms thoroughly and be sure to include all required documentation. Please return completed package to:

Similar documents
REQUEST FOR PROPOSAL

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

MAINE COMMUNITY COLLEGE SYSTEM

REQUEST FOR QUOTATION GOODS AND SERVICES RFQ

Request for Quote Number: PRC Baseball Diamond Backstop Re-Fence

Vehicle Fleet Safety Policy Amendment. The attached policy reflects a couple of important. The additions are underlined in red and the

Carmel Unified School District. Prequalification Application For Bleacher and Pressbox Replacement Project at Carmel High School

Kennebecasis Valley Fire Department Inc.

. FLEET MANAGEMENT POLICY

Contingent Liability Application (Bobtail & Deadhead)

QSP INFORMATION AT A GLANCE

Canal Truck Insurance Application

University Fleet Services

TABLE OF CONTENTS. Contact Information Regarding Fleet Operations...2. Driver Qualifications...3. Fleet Operations...4. Use of Personal Vehicles...

SUPER OVERSIZE / OVERWEIGHT SINGLE TRIP

REQUEST FOR STANDING OFFER

BEDFORD COUNTY GOVERNMENT VEHICLE USE POLICY

NEW YORK CHANGES IN BUSINESS AUTO, BUSINESS AUTO PHYSICAL DAMAGE, MOTOR CARRIER AND TRUCKERS COVERAGE FORMS

TORONTO MUNICIPAL CODE CHAPTER 880, FIRE ROUTES. Chapter 880 FIRE ROUTES

JEFFERSON COUNTY ROAD DEPARTMENT HIGHWAY PERMIT USE OF ROADS FOR HAUL ROUTE / EVENT ROUTE. Hereinafter referred to as County/Owner and Name

City of Portsmouth, Portsmouth, NH School Department Plumbing Repair Services INVITATION TO BID

Contractor Safety Management

Moody Bible Institute Policy and Guidelines for Vehicle Use and Driver Operations

COUNTY OWNED VEHICLE USAGE POLICY. Effective January 1, 2009

Local Business Tax Receipts Regulations and Procedures

PHYSICAL DAMAGE Medical Combined Single. Maximum Bodily Injury Property Damage Payments Limit BI & PD

Basildon Council - Motor Vehicle Claim Form

Section Mandatory provisions.

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

CHAPTER 7 PUBLIC WORKS LAW

To receive consideration, bids must be submitted in accordance to the following instructions:

FATIGUE MANAGEMENT MODULE STANDARDS

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

Effective: July 10, 1995 Last Revised: August 2, Rev. 8/2/2010. Policy: Vehicle Use and Driver Responsibilities

Water Well Drilling Rig or any associated motor vehicle or trailer used directly for that purpose.

House Substitute for SENATE BILL No. 117

Pedicabs/Rickshaws. Pedicab Application/Permit Checklist

ORDINANCE NO

SOLICITATION QUOTATION PROFESSIONAL SERVICES

SPECIALIZED SEATING AND WINDOW EQUIPMENT FOR MODIFICATION OF PRISONER TRANSPORTATION VANS

SAMPLE SERVICES CONTRACT

TOWNSHIP OF BRIGHTON REQUEST FOR PROPOSALS SANITARY SEWER REPAIRS AND/OR GRINDER PUMP INSTALLATION

Motor Vehicle Policy

Truck Application DESCRIPTION OF OPERATIONS. LIABILITY COVERAGE Complete for desired coverages by indicating limits of insurance.

REQUEST FOR PROPOSALS Occupational Therapy Services July 29, 2014

CONSULTING SERVICES AGREEMENT THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality. ( City ) and. an Ontario. ( Consultant").

Request for Quotations on Termite and Pest Control Service to Include Repair & Maintenance RFQ

ALARMS. Chapter 32 ALARMS

REQUEST FOR QUOTES (RFQ)

April 1 SASRIA SOC LIMITED. NMI Claims Procedure Manual. The document is aimed at assisting NMI and Brokers in managing Sasria claims

MASTER INDEPENDENT PILOT CAR AGREEMENT

TD Auto Club Membership Handbook

greatstreets.dc.gov Application for Great Streets Small Business Capital Improvement Grants

VEHICLE ACQUISITION, OPERATION AND DISPOSAL POLICY

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

SPECIFIC SAFETY OBLIGATIONS FOR CONTRACTORS ENGAGED WITH THE CITY OF BUNBURY.

MOTOR VEHICLE ACCIDENT CLAIM FORM

Licence Chapter 639 Special Transportation Services

Film Policy Cedar Hill, Texas

Motor Accident Claim Form Insured Section

REQUEST FOR PROPOSALS

CITY OF CHARLOTTETOWN. REQUEST FOR QUOTATIONS SUPPLY AND INSTALL LIGHTING Municipal Parking Garages

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

Vehicle Fleet Safety Program Procedures for Employees & Students

Town of Dennis Department of Public Works

AUTOMOTIVE BUSINESS REGULATION

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

Public Works Department Engineering Division-Parking Section

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

SITE CONTRACTOR PROCEDURES

Automobile Service Operations Application

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

DRIVER QUALIFICATION FILE CHECKLIST

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

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

REQUEST FOR PROPOSALS. On-Call HVAC Contractor Services GFN 1661

Associate Vice President of Public Safety & Administrative Services

AUTOMATED SPEED ENFORCEMENT Q&A

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

PROPOSAL COVER SHEET

NOTICE TO BIDDERS Request for Proposals Legal Notice Advertisement: publish two(2) times:

How To Get Paid At A Public Work Project

USING THE ROAD MAINTENANCE AGREEMENT TEMPLATE

ABC Corporate Vehicle Policy

BROKER CARRIER AGREEMENT. THIS AGREEMENT is made and entered into on, 200, by and between REED FREIGHT SERVICES, INC. ( BROKER ) and ("CARRIER").

ALL AMERICAN TRUCKING CO. LLC Carrier Sign on Checklist

Rules of Department of Transportation Division 60 Highway Safety Division Chapter 1 Motorcycle Safety Education Program

Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer

AT: 1. Norridge Village Hall N. Olcott Ave. and 2. Norridge Police Department N. Olcott Ave.

RULES OF THE DEPARTMENT OF PUBLIC SAFETY

ARC Audit Questions and Completion Instructions

RESOLUTION NO. 507 RESOLUTION OF THE COUNTY COUNCIL OF DORCHESTER COUNTY, MARYLAND ADOPTING AN VEHICLES USED FOR COUNTY BUSINESS POLICY

How To Get A Job Done

WISCONSIN LEGISLATIVE COUNCIL ACT MEMO

Morgan Hill Unified SCHOOL DISTRICT PREQUALIFICATION QUESTIONNAIRE FOR PROSPECTIVE BIDDERS. October 19, 2015

FIRST AND FINAL ADDENDUM RFP FOR ROOFING SERVICES FOR DISASTER RECOVERY ASSISTANCE

RFP Request for Proposal Fire Protection Systems Services

BUSINESS SERVICES POLICIES AND PROCEDURES

STATE OF RHODE ISLAND AND PROVIDENCE PLANTATIONS DEPARTMENT OF TRANSPORTATION DIVISION OF MOTOR VEHICLES AMENDED RULES AND REGULATIONS RELATIVE TO

Permit Number: Date Issued: Permit Fee: Invoice Number:

Transcription:

2016 BID SHEET Please read and complete all forms thoroughly and be sure to include all required documentation. Please return completed package to: Saddle Hills County Attention: Department of Engineering & Infrastructure R.R. #1 Spirit River, AB T0H 3G0 For General Inquiries phone (780) 864-3760 Deadline to return packages is MARCH 1, 2016 Rates effective April 1, 2016 to March 31, 2017 COMPANY NAME: CONTACT NAME: PHONE NUMBER:

Saddle Hills County R.R. #1, Spirit River, AB T0H 3G0 Phone: (780) 864-3760 Fax: (780) 864-3904 Name of Owner: Address: City: Province: Postal Code: Phone: Cell: Email: Direct Company Contact: Phone: Cell: Email: Is your company incorporated?: (Please circle) Yes No Years in business: Worker's Compensation Account No. Liability Insurance Agent: Insurance Account No. GST Registration No.

PLEASE INCLUDE: 1). Alberta Government Registration proving ownership 2). 3). As per Saddle Hills County Policy PW05 Hourly or Contracted Equipment (currently being revised to reflect the $2,000,000.00), a valid insurance policy showing a minimum requirement of two million dollars ($2,000,000.00) coverage for Public Liability and Property Damage, naming Saddle Hills County as additionally insured. A copy of the policy is to be provided to Saddle Hills County prior to commencement of work. WCB Clearance Letter (active account in good standing with the Worker's Compensation Board). 4). Driver's Abstract for all driver's that will be operating your equipment. 5). All drivers must have a valid Alberta Driver's License with the correct classification and endorsements. A driver's abstract must be supplied upon request. 6). NSC Certificate for all NSC Regulated vehicles. 7). 8). 9). 10). 11). 12). Attach a copy of CVIP (Truck Certification). If it expires before April 30, 2016, it is your responsibility to submit a current renewal certificate. Falsification of any records will result in immediate permanent suspension from the Contracted Equipment Bid Program. Registered truck owners shall keep Saddle Hills County informed of any and all changes in registration documentation. Failure to provide updated documents could result in permanent suspension from the Contracted Equipment Bid Program. All trucks called to work will be required to possess a valid safety inspection sticker. All vehicles must be equipped with a first aid kit, flare kit & fire extinguisher. All NSC drivers must have up to date Trip Inspection and Hours of Service documentation. 13). Does your company have a COR or SECOR? Date Issued: Yes No We request that a copy of the COR Certificate be included in the package.

RATES 1). Bids should be based on Saddle Hills County Policy PW05 Hourly or Contracted Equipment. CALL OUT PROCEDURES 1). 2). 3). 4). 5). Saddle Hills County Public Works Foremen will call the Trucking Company by telephone at the numbers listed on the owner's registration form, between the hours of 7:30 a.m. and 10:00 p.m. Monday through Sunday. The Trucking Company must have a person at the contact number with the authority to act on behalf of the Company to accept or reject an offer by the Director of Engineering or Infrastructure, or designate for a turn of work. Failure to do so may result in loss of position in the Trucking Program. It is the contractor's responsibility to ensure that correct contact information is provided to Saddle Hills County. Any Trucking Company occupying a position on the list who does not report for work when called or instructed to do so, will be given one written warning. Subsequent infractions will result in removal from the program. Under no circumstances shall the Trucking Company quit his or her turn of work without giving twenty-four (24) hours' notice. Failure to give notice will result in one written warning. Subsequent infractions will result in removal from the program. JOB CONDUCT 1). 2). The Director of Engineering and Infrastructure, or designate upon written notification of policy infractions may suspend any driver from the Contracted Equipment Bid Program. The Director of Engineering or designate will use their discretion to determine the need for a written infraction report. A driver may receive a written warning for any of the following reasons. a). b). c). d). e). Failure to follow instructions Being careless Exceeding the posted speed limits Failure to remain in numbered order to and from the pit on the designated haul routes Poor job performance

3). Infractions on the job of a serious nature will result in the immediate and permanent removal of the driver from the program. The Director of Engineering and Infrastructure or designate will use his or her discretion in determining the severity of the infraction. An example of such infractions includes but is not limited to the following: a). b). c). d). e). f). Alcohol abuse Drug abuse Insubordination Abusive or obscene language directed at a County Employee, another driver, or member of the Public Harassment Threat of physical abuse 4). 5). Booking off before completion of a normal shift without cause will result in a written warning. Booking on and off must be done in person, or by written notification from the registered owner or his or her representative. SAFETY INSTRUCTIONS FOR EQUIPMENT OWNER/OPERATORS GENERAL INSTRUCTIONS: 1). All equipment owner/operators shall ensure that their equipment meets all operational and maintenance requirements under the following: a). b). c). d). e). f). Motor Vehicle Administration Act Highway Traffic Act Occupational Health & Safety Act Motor Transport Act National Safety Code Standards All other relevant legislation 2). 3). 4). All equipment operators must comply with all County safety policies and procedures. Any personal injuries, property damage, hazards and near miss accidents must be reported immediately to the Public Works Foremen. Equipment operators are to be in a safe position while the trucks are being loaded.

5). Tailgates must be properly fitted when closed to avoid spillage 6). All trucks are to be loaded in a manner to prevent spillage while traveling. 7). All equipment must travel on designated Haul Roads. 8). All posted speed limits and traffic control procedures must be strictly adhered to. 9). No passing within the pit or stockpile areas. 10). When traveling on designated haul roads, NO PASSING IS PERMITTED. 11). During hauling operations a safe distance must be maintained between trucks. 12). Trucks shall not be operated in a reckless or careless manner. 13). 14). 15). 16). Truck Operators must exercise care and attention when working in the vicinity of overhead power lines. Trucks must be fully stopped when manually controlled end gates are being set. No work shall be performed under a raised truck box or cab until they have been securely blocked. Truck Operators must remove any rocks that are wedged between dual wheels. 17). After loading or dumping, the operator must remove any loose material.

) w. Saddle Hills POLICY TITLE HOURLY OR CONTRACTED EOUIPMENT SADDLE HILLS COUNTY POLICY NO. PWOS Amended PAGE 1 OF3 DEPARTMENT: PUBLIC WORKS COUNCIL RESOLUTION DCS DPW C CROSS REFERENCE EFFECTIVE DATE NO.: 06.99.04.13 DATE: Apri113, 1999 PURPOSE: J/.: ( / April 13,1999 Council for Saddle Hills County recognizes that from time to time it will require the use of additional equipment to perform specific tasks. To facilitate the use of operator owned equipment, Saddle Hills County will establish a list of available equipment with corresponding bid rates. DEFINITIONS: BIDDER means anyone providing a bid to supply equipment for hire. TRUCKER means anyone providing a gravel truck or truck in combination with a gravel trailer, pup or wagon for the purpose of hauling aggregate, dirt, asphalt or other material. ATTACHMENT means any other piece of equipment added to the base machine such as but not limited to a ripper, winch or chuckblade which may or may not be required to perform the municipalities work. ) Reference to the current year "Equipment Rental Rates Guide and Membership Roster, An Alberta Roadbuilders & Heavy Construction Association Publication" can be made to determine attachments. POLICY: 1. Saddle Hills County will advertise in the first quarter of each year requesting that all interested contractors wishing to provide equipment for day labour, construction and maintenance uses should submit bids. 2. The operating year, which the bid will cover, shall be from April 1 to March 31 of the following year. 3. All equipment owners (bidders) applying for and having completed the registration requirements with the Public Works Department will be assigned position numbers according to bid rates received. 4. Saddle Hills County reserves the right to accept or reject any or all tenders and to waive irregularities at its discretion. Saddle Hills County reserves the right to accept any bid other than the lowest bid without stating reasons. By the act of submitting a bid, the Bidder waives any right to contest in any legal proceedings or action the right of the Saddle Hills County to award work to whomever it chooses, in its sole unfettered discretion, and for whatever reasons the County deems appropriate. Without limiting the generality of the foregoing, Saddle Hills County may take into consideration any other factors in addition to price and capability to perform the work that it deems appropriate in its sole discretion, to be relevant to its selection of equipment and may include but not be limited to the following: a) Any past experience with the Bidder, or lack thereof. b) The results of any reference check done by Saddle Hills County. c) Production capabilities of equipment to be utilized. PW05

SADDLE HILLS COUNTY POLICY TITLE: Hourlv or Contracted Equipment POLICY NO. PWOS PAGE 2 OF 3 POLICY- continued ) 5. Positions on the established lists may not be inherited or transferred to new ownership. 6. As it relates to gravel hauling, the number of trucks required will be determined by the Director of Public Works or his designate. Subject to number 4 above, the trucks will be contacted based on their position on the list and the number of trucks required. 7. Rates will conform to the rates as bid by the individual and shall include operators wage, WCB coverage, insurance, fuel/oil, repairs and other costs associated with owning and operating equipment. Payment may be based on hourly or production rates as determined by the Director of Public Works or Foreman on the job. Truckers will be notified at time of selection. to the base unit will be quoted separately and reimbursed for their use only when required by the County. 8. Preferential hiring of County residents equipment shall be considered in due course and when it is economically efficient in the allocation of County resources. 9. The Director of Public Works will select equipment based on the lowest rate quoted, the power the unit must have, suitable attachments to be considered for hire, proximity of equipment to the job site, cost of moving equipment and other factors. 10. All bidders must provide and maintain documentary proof of the following requirements: a) Alberta Government registration proving ownership; b) Valid insurance policy showing adequate (minimum $1,000,000.00) coverage for public liability and property damage. A copy to be provided to Saddle Hills prior to commencement of work. c) Active account number with Workers' Compensation Board in the area of operation being performed. d) Valid and proper class of Alberta Operators License for drivers. Failure to do so will result in removal from the project. 11. When trucks are required, the gravel checker or foreman will call the Bidders by telephone at the number(s) listed on the truck owners registration form, between the hours of7:00 a.m. and 10:00 p.m. Monday through Friday. When an emergency condition is declared, dispatching services shall be provided on a 24 hours, 7 day a week basis by the Public Works department. Truckers must have a person at the number(s) with the authority of the registered trucker to accept or reject an offer by the gravel checker or Foreman for work. Failure to do so may result in loss of position on the trucking list. Changes in the telephone number(s) must be forwarded to the Public Works Operation in writing. 12. Any trucker may be suspended from the trucking list by the Foreman or supervisor of the job for any of the following reasons: a) Failing to follow instructions b) Being careless c) Being unreasonably slow d) Exceeding the posted speed limits e) Not remaining in numbered order to and from the pit on the designated haul routes. f) Not performing satisfactorily. PW05

SADDLE HILLS COUNTY ) POLICY TITLE: Hourly or Contracted Equipment POLICY NO. PWOS PAGE 3 OF 3 POLICY ) 13 Booking off before completion of a normal shift without cause and notification will result in suspension from the equipment lists. 14 Infractions on the job such as alcohol and drug abuse and insubordination, harassment of, threatening of, physical abuse of, the use of abusive and/or offensive language to County employees and/or public will result in permanent removal from the equipment lists. 15 A performance report shall be prepared by the Foreman explaining the details of the incident as it pertains to sections 12, 13, and 14 above. A copy of this report shall be forwarded to the affected Bidder. If an appeal is requested, it shall be submitted in writing to the Director of Public Works within 48 hours of receipt of the report. The appeal process shall consist of a meeting between the affected Bidder, the Director of Public Works, the Foreman and Chief Administrative Officer. 16 If the Bidder is working by the hour, an invoice must be sent to the Saddle Hills County in order to receive payment. If hauling for the County by tonnes or cubic meters, the County will issue an invoice for the Bidder on their behalf with a cheque to be issued by the municipality 30 days from the invoice date. The Bidders are responsible for providing a clearance letter from the Workers' Compensation Board at the end of each month that they work for the County. 17 An agreement is formed when the Quotation submitted by the Bidder, is signed by the Director of Public Works. Forming of the agreement does not mean that any of the equipment listed on the Quotation will be hired. 18 Saddle Hills County reserves the right to terminate an agreement at any time. 19 That the Quotation for Supply of Hourly Rental Equipment be reviewed from time to time at Council's discretion. PW05

DESCRIPTION OF UNIT MODEL SERIAL NO. / YEAR CAPACITY BID RATE PER GRAVEL TRUCK HOURLY m3 (cubic % of County BID RATE TONNES meter) TONNES/KM m3/km Rate 1 2 3 4 5 NOTE TO GRAVEL TRUCKERS: The basic load factor is $1.39/m3 ($ 0.85/tonnes). Under the column Hourly Bid Rate please state your price if you wish to be hired for any hourly work we may have. Please complete all three columns under the "Bid Rate Per (Gravel Truck)"heading. If you bid a percentage rate you are bidding a percentage County Rate of $0.283/m3/km ($0.174/tonnes/km).

DESCRIPTION OF UNIT MODEL SERIAL NO. / YEAR CAPACITY BID RATE PER GRAVEL TRUCK HOURLY m3 (cubic % of County BID RATE TONNES meter) TONNES/KM m3/km Rate 1 2 3 4 5 NOTE TO GRAVEL TRUCKERS: The basic load factor is $1.39/m3 ($ 0.85/tonnes). Under the column Hourly Bid Rate please state your price if you wish to be hired for any hourly work we may have. Please complete all three columns under the "Bid Rate Per (Gravel Truck)"heading. If you bid a percentage rate you are bidding a percentage County Rate of $0.283/m3/km ($0.174/tonnes/km).