WESTFIELD PUBLIC SCHOOLS - Find RFP



WESTFIELD PUBLIC SCHOOLS

“SNOWPLOWING - BID #2229

GENERAL SPECIFICATIONS

The City of Westfield, School Department, and Department of Public Works, invites qualified vendors to submit for the purchase of services for the snow plowing of the Westfield Public School Parking Lots for fiscal year 2011. Specifications and price agreement packages may be picked up on or after September 15, 2010 and are due in the Purchasing Office, City Hall by 11:00 am October 1, 2010, at 59 Court Street, Westfield, MA 01085. No price agreements will be accepted after November 1, 2010.

In accordance with the latest Federal regulations, all contractors will have (become effective 1/1/95 for each large employer with fifty or more CMV drivers and became effective 1/1/96 for each smaller employer with fewer than fifty CMB drivers, including owner-operators) a controlled substance and alcohol program in full compliance with all the provisions of U.S. Dept. of Transportation Federal Highway Administration 49CFR Parts 382, et. a. the Controlled Substances and Alcohol Use and Testing rule. Further, the written documentation provided by the Contractor must include the name, address and telephone number of the company and/or consortium that is currently providing (or will be providing) the controlled substances and alcohol testing services that comply with Part 382 Subpart C Tests Required, and in particular, #382.305 Random testing.

All vehicles must have both a State Inspection Sticker and be DOT Certified.

All work may be monitored to ensure accuracy of invoicing.

Any questions as to this bid should be directed to Tammy Tefft, Director of Purchasing, 59 Court Street, Westfield, MA 01085: 413-572-6254 or t.tefft@

1. Bids may be submitted for any or all plowing areas.

2. The attached pricing sheet(s) and bid forms must be used and submitted with bid packet of information.

3. The successful contractor(s) must have the necessary public and property insurance as stated below:

INSURANCE

Insurance: The contractor shall maintain such insurance as will protect him from claims under Workmen’s Compensation acts and from claims for damages because of bodily injury, including death, which may arise from and during operations under this contract whether such operations are by himself or by any subcontractor or anyone directly/indirectly employed by either of them.

Commercial Auto Insurance: The contractor shall maintain such insurance as will protect him against claims of the public. The amount of the insurance shall be as follows:

Bodily Injury- $250,000/500,000

Property Damage- $100,000

Or $1,000,000 Combined Single Limit

General Liability: $1,000,000/2,000,000

With the submission of a signed contract and prior to starting work on the contract, the contractor shall deposit with the City Purchasing Director, certificates from the insurers clearly stating that the insurance policies required in the above paragraphs have been issued to the contractor. Failure to provide insurance documents will result in the cancellation of the contract.

The contractor agrees to assume all liability for injury or damage to the contractor and any and all persons acting by, through, at the invitation of, or on behalf of the contractor and to all property and equipment of the contractor whether owned by the contractor or not.

The contractor agrees to indemnify, defend and hold the City of Westfield harmless for any injury or damage to any person or property as a direct or indirect consequence of any aspect of the contractor’s operation, which undertaking shall survive the term of the contract.

4. Specify vehicle(s)to be used, and also the type of plow to be used,

i.e., single plow, double hydraulic swing, etc. (See Cost Schedule)

5. The commencing of snowplowing must be authorized by a properly

authorized city or school official. It should be noted that snow will not

be plowed until two or more inches are on the ground. However, if snow falls

overnight, all initial plowing to open up traffic arteries and walkways at all

Westfield Public School sites must be completed by 7:00 A.M. each school

day. This mandate also includes Head Start and Camp Togowauk/Russell Road for

daycare programs. All contractors must report to the DPW garage on Ponders

Hollow Road before beginning their shifts and at the end of their shifts to sign

in and out on a “Hired Equipment Form”; Contractors that do not do this are not

eligible for payment.

Weather conditions may be such that it will be deemed advisable to sand/salt

any snowfall below one inch (below plowing requirements). Contractor must

contact either the Westfield Public Schools Operations Director, Maintenance Foreman or the Chief Financial Officer.

6. The successful contractor(s) must have available equipment to remove snow

at Westfield High School and Westfield Vocational Technical High School

upon the direction of the Director of Operations, Maintenance Foreman or the

Chief Financial Officer of the Westfield Public Schools. The size of the loader

used must be specified.

7. Snowplowing will include the following areas:

a. All hardtop driveways, parking lots and play areas.

b. All sidewalks on tree belts and sidewalks leading into

and around the school buildings.

c. All fire lanes around schools as determined by the Director of Operations, Maintenance Foreman or the Chief Financial Officer of Westfield

Public Schools.

8. The successful contractor(s) must provide the following information

when submitting invoices to the Westfield Public Schools, Business

Office, 22 Ashley Street, Westfield, MA 01085:

a. Vehicle used.

b. Rate per hour

c. Date must be specified

d. Time snowplowing began and time completed, per vehicle

e. Invoices are to be submitted within ten (10) days from when work was performed.

9. Westfield Public Schools will supply sand to the awarded contractor.

Sanding may be done for storms of less than two inches, such as ice.

10. The successful contractor(s) will be required to forward separate invoices

to Westfield Public Schools, Business Office, 22 Ashley Street, Westfield,

MA 01085, within ten (10) business days of a storm, as follows:

❖ Westfield Vocational Technical High School

❖ Westfield Public Schools (all other areas)

11. All operators of hired equipment utilized during the winter months

must be available 24 hours a day and shall be required to carry either a pager or cellular telephone at all times while the equipment is engaged by Westfield Public Schools. These telephone numbers must be given to the Chief Financial Officer in the Business Office of Westfield Public Schools at 22 Ashley Street, Westfield, MA. All numbers will be passed on to the Maintenance Department of Westfield Public Schools. It shall be the sole responsibility of the hired equipment vendor to notify the Chief Financial Officer of any change in any telephone number.

12. Snow may only be moved or removed after initial plowing in any given

area if the contractor secures permission to do so from the Director of Operations, the Maintenance Foreman or the Chief Financial Officer of Westfield Public Schools.

The City of Westfield reserves the right to cancel any contract wherein,

in its opinion, the contractor is not satisfactorily giving the service required.

School Plowing Areas

Plowing Area #1 - Westfield High School, 177 Montgomery Road

Plowing Area #2 – Abner Gibbs School, 50 West Silver Street

Admin Building, 22 Ashley Street

Highland School, 34 Western Avenue

Plowing Area #3 – Westfield South Middle School, 30 West Silver Street

Maintenance Facility, 32 West Silver Street

Interim Alternative, 12 West Silver Street

Plowing Area #4, Franklin Avenue School, 22 Franklin Avene

Fort Meadow/Early Childhood Center, 35 White Street

Parkside Academy, 38 Parkside Avenue

Plowing Area #5, Southampton Road School, 330 Southampton Road

Head Start Program, 390 Southampton Road

Plowing Area #6, Westfield Vocational Technical High School, 33 Smith Avenue

Plowing Area #7, Paper Mill School, 148 Paper Mill Road

Munger Hill School, 33 Mallard Lane

Plowing Area #8, Westfield North Middle School, 350 Southampton Road

Plowing Area #9, Russell Road/Camp Togowauk, 754 Russell Road

Please state the area #(s) you are interested in plowing ___________________________.

Pricing

| |QUANTITY OF VEHICLES|MAKE & | | |

|TYPE OF |AVAILABLE |YEAR OF | |RATE PER |

|VEHICLE | |VEHICLE |REGISTRATION |HOUR |

|1 Ton Truck | | | |$55.00 hr |

|5 Ton Truck | | | |$70.00 hr |

|Snow removal vehicle | | | |$70.00 hr |

|Payloader C185 or equal | | | |$85.00 hr |

|Bobcat or equal | | | |$75.00 hr |

|5 Ton Truck | | | |$70.00 hr |

|W/Sander ** | | | |** see note below |

|Sanding Rate | | | |$75.00 |

|EXAMPLE: | 2 |04 Ford |1234AB |$70.00 hr |

|5 Ton Truck | |03 Chevy |5678CD | |

** 5 ton w/sander is $70/hr unless sanding is requested by the Director of Operations, Maintenance Foreman, or Chief Financial Officer of the Westfield Public Schools. **

If you have additional equipment that the DPW may use please list on the attached sheet with pricing structure per hour.

EQUIPMENT LEASING

Equipment leasing: D-7 bulldozer & operator to be hired on an as needed basis for various jobs throughout the year for all using departments. $____________ per hour

Acceptance of Pricing for equipment submitted _________________________

Supt. of Public Works

_________________________________ ______________________________

Name of Company Date

________________________________ ______________________________

Address Signature & Title

__________________________________ ______________________________

City, State, Zip Printed Signature

______________/____________________ ______________________________

Phone # / Fax # FID #

NON-COLLUSION AFFIDAVIT

The undersigned certifies under penalties of perjury that this bid or proposal has been made and submitted in good faith and without collusion or fraud with any other person. As used in this certification, the word “person” shall mean any natural person, business, partnership, corporation, union, committee, club, or other organization, entity, or group of individuals.

_________________________________________________

Signature of individual submitting bid or proposal

_________________________________________________

Name of Company

_________________________________________________

Date

ATTESTATION OF TAXES

Any person failing to sign the Attestation of Taxes shall not be allowed to obtain, renew, or extend a license, permit, or public contract.

Pursuant to M.G.L. Chapter 62C, §49A, I hereby certify, under the penalties of perjury, that, to the best of my knowledge and belief, I am in compliance with all the laws of the Commonwealth relating to taxes, reporting of employees and contractors, and withholding and remitting child support.

_________________________________________________

Signature and Title of Authorized Company Officer

_______________________________

Date

Equipment Listing

Please include a list of additional vehicles that you would like to be considered to be used for this contract, including make, model and year. The City of Westfield does not guarantee the use of any of the listed equipment.

Make Model Year Cost per hour

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download