← Back to Lewiston

Document Lewiston_doc_58a57a4f0f

Full Text

City of Lewiston Finance Department Norman Beauparlant, Director of Budget/Purchasing 2012-018 Equipment & Truck Rentals April 3, 2012 Sir/Madam: Sealed bids will be received in the office of the Director of Budget/Purchasing on Tuesday, April 24, 2012 until 2:00 p.m. at which time they will be publicly opened and read aloud on the enclosed specifications for Equipment & Truck Rentals for the Public Works Department. The Finance Committee reserves the right to accept or reject any and all proposals. Please use a clearly marked envelope with the bid name and number when submitting your bid. Only sealed bids will be accepted. Faxed bids will not be considered. Sincerely, Norman J. Beauparlant Director of Budget/Purchasing NJB/syt ---PAGE BREAK--- CITY OF LEWISTON, MAINE DEPARTMENT OF PUBLIC WORKS EQUIPMENT & TRUCK RENTALS REQUEST FOR QUOTATIONS BID 2012-018 DUE DATE: April 24, 2012 REQUIREMENTS The City of Lewiston, Department of Public Works is seeking quotations for Equipment and Truck Rentals (with operators) for 2012 street rehabilitation projects. The location and approximate of four of the projects are as follows: • Pinewoods Road Vista Bella Drive to townline (Not a full rehab but sections need under drain & gravel added to road base) • College Street Russell St to Little St (up to 1000' under drain) • Scribner Blvd Pleasant St to Webster St (up to 600' under drain) • Grove Street Sabattus St to Pond Rd (up to 1400' under drain) The proposed projects are to be performed as "in-house contract/management field design" whereby both City staff and contracted services will be performing various portions of the work, as directed by the Public Works staff. Contractors may expect to supply equipment, trucks and operators to perform a variety of work that consists of, but is not limited to, excavating the existing pavement and road base materials, backfilling, hauling materials, grading, compacting, trenching, ditching, assisting with the installation of catch basins, under drains, piping, driveway prep, lawn restoration, follow-up, etc. and other duties as deemed necessary to the projects. NOTE: • Paving will be done by others; • Gravel, crushed rock, rip-rap and loam will be hauled to the projects by others. The work day shall normally be from 07:30 am to 5:30 pm, unless other arrangements are made on a day to day basis. Contractors will be expected to be at the job site within a reasonable amount of time after being notified. Rental time will begin at the job site. There will be no travel time or warm-up time allowed. Equipment and trucks will be used on an as needed basis and there will be no guarantee on the number of hours worked on any given day. Furthermore, there is no guarantee by the City on the number of hours or weeks that the City will actually use the equipment. We expect to haul in and backfill/compact up to 4,000 CY of base aggregate and approximately 1,500 CY of 3/4" crushed rock. The duration of the work is expected to be from approximately mid-July to mid-October. ---PAGE BREAK--- The Bidders shall furnish equipment, labor (drivers/operators), maintenance, fuel and all other incidental materials of all rental units. The equipment and trucks shall be in good condition and must meet all applicable Local, State and Federal rules and regulations. They shall also be subject to inspections by the City to determine their condition and compliance with the rules and regulations as the City deems necessary. If any equipment or truck suffers an inordinate amount of down time, the City reserves the right to reject the further use of that unit. If down time or being late to a job site causes the City to incur costs, the vendor providing the equipment or trucks shall be responsible for these costs and these charges shall be deducted from the vendor's bill. The vendor shall submit a bill in duplicate at the end of each month for work performed that month. Payment will be made along with other City accounts payable, which are processed twice a month. The bids shall be awarded to the low bidder meeting specifications on an item by item basis, based on the size, capacity or type of equipment needed for the work. If the low bidder meeting specifications cannot provide the equipment or trucks required, then the second low bidder will be used and so forth. The bidder is not required to provide bids for each item. The City of Lewiston reserves the right to reject any and all bids, when deemed to be in the best interest of the City, and to waive any minor discrepancy or technicality in the bid specifications. Quotes shall be submitted to the Director of Budget/Purchasing, City Building, Pine St., Lewiston, Maine 04240 by 2:00 p.m., Tuesday, May 24, 2011. The quotations must be signed by the bidder with his/her full name and address. All mailed proposals should be sent by registered mail to insure delivery. The envelope shall be clearly marked: Equipment & Truck Rental Bid 2012-018 Questions can be directed to Jon Elie, Operations Manager. 513-3003 Ext. 3441 CLAIMS: The City of Lewiston will not be held responsible for any damages or injuries arising out of any snow removal activity for the City. Any related claim will be referred to the Contractor. The contractor may wish to make personal restoration within a reasonable amount of time at the property owner’s satisfaction or process a claim with their insurance carrier. INSURANCE: The Contractor shall furnish proof of coverage with adequate insurance of the types and to the limits specified below naming the City of Lewiston as additional insured. ---PAGE BREAK--- Certificate of such insurance shall be filed with the Director of Budget/Purchasing by May 21, 2012. WORKERS’ COMPENSATION: Workers’ Compensation, coverage with Statutory Limits and Employers Liability for all employees with limits of $400,000 per incident; and in case any work is sublet, the Contractor shall require the sub-contractor similarly to provide coverage for the latter’s employees unless such employees are covered by the protection afforded the Contractor. AUTOMOTIVE LIABILITY INSURANCE: Automotive Liability insurance with minimum limits of liability for bodily injury in the amount of $400,000 for each occurrence and minimum limits of liability for property damage in the amount of $50,000/$100,000 aggregate. GENERAL LIABILITY INSURANCE: General Liability insurance with minimum limits of liability for bodily injury in the amount of $500,000 for each occurrence and minimum limits of liability for property damage in the amount of $50,000/$100,000 aggregate, or a combined single limit of $500,000 for each occurrence, including completed operations shall be required. SUBSTANCE ABUSE: The Contractor shall be in compliance with the Federal regulations pertaining to the mandatory alcohol and substance abuse testing, and must supply proof of compliance to the City upon the City’s request. The City of Lewiston, Department of Public Works reserves the right to suspend any operator who is suspected to be under the influence of alcohol and/or drugs. ---PAGE BREAK--- CITY OF LEWISTON, MAINE DEPARTMENT OF PUBLIC WORKS EQUIPMENT & TRUCK RENTALS REQUEST FOR QUOTATIONS BID 2012-018 DUE DATE: April 24, 2012 BID FORM NOTE: Fuel for all trucks and equipment shall be provided by the Contractor, not by the City. 1. Excavators - with Impactor Year, Make & Size Hourly Rate (w/operator) 1) $ 2) $ 3) $ 2. Excavators - with rock bucket & ditch bucket Year, Make & Size Hourly Rate (w/operator) 1) $ 2) $ 3) $ 3. Backhoes Year, Make & Size Hourly Rate (w/operator) 1) $ 2) $ 3) $ 4. Bulldozers Year, Make & Size Hourly Rate (w/operator) 1) $ 2) $ 3) $ 5. Front-End Loaders Year, Make & Size Hourly Rate (w/operator) 1) $ 2) $ 3) $ 2. Road Graders Year, Make & Size Hourly Rate (w/operator) 1) $ 2) $ 3) $ ---PAGE BREAK--- 3. Vibratory Rollers (8-10 tons) Year, Make & Size Hourly Rate (w/operator) 1) $ 2) $ 3) $ 4. Dump Trucks Year, Make & Size Hourly Rate (w/operator) 1) Tri-Axle Trucks (18-20 CY) # Trucks Available # $ 5. Water Wagon (1,500 gallon minimum) Year, Make & Size Hourly Rate (w/operator) 1) Capacity = $ 2) Capacity = $ 3) Capacity = $ 9. Skid Steer Loaders Year, Make & Size Hourly Rate (w/operator) 1) $ 2) $ 3) $ 10. Wheelers Year, Make & Size Hourly Rate (w/operator) 1) Wheeler (14 CY) # Wheelers Available # $ FIRM SIGNED BY PRINTED NAME & TITLE ADDRESS TELEPHONE # FAX # E-MAIL ADDRESS DATE