CITY OF GOODLETTSVILLE STREET SWEEPING SPECIFICATIONS

Similar documents
CRACK ROUTING AND SEALING And CHIP SEAL COATING BIDS 2012

PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE

Specifications for Asphaltic Paving of Clark Road in Salem Township and Ludlow Road in Union Township both in Champaign County, Ohio.

STATEMENT OF WORK FOR HOLIDAY DECORATIONS AT WASHINGTON DULLES INTERNATIONAL AIRPORT WASHINGTON, DC

Town of Wascott Advertisement for Bids ROAD MAINTENANCE PROJECTS

POLICE DEPARTMENT. Bid Package SITE MAINTENANCE

BID FORMS AND SPECIFICATIONS FOR THE DEMOLITION OF COMMERCIAL STRUCTURES IN THE 1700 BLOCK OF M STREET. CITY OF BELLEVILLE

CITY OF ATLANTIC BEACH BID NUMBER PURCHASING DEPARTMENT 800 SEMINOLE ROAD ATLANTIC BEACH, FLORIDA (904)

CONTRACT AGREEMENT. This CONTRACT AGREEMENT is entered into by and between the CITY OF WINDER (the

INVITATION TO BID. Roof Repair Multiple Elastomeric Coating Roofs. Invitation to Bid No. 2013/14-09

INVITATION TO BID ON TOWN PAVING PROJECTS

BITUMINOUS MIXTURE # 13A BID SHEET

INVITATION TO BID CITY OF HOPKINSVILLE

Highlands Housing Authority

Finance & Technology Administrator (815) ext 223

Asphalt Rubber Chip Sealing DRAFT MAINTENANCE SPECIFICATION. March 22, 2007

Section 505. CHIP SEALS

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

TEXAS DEPARTMENT OF TRANSPORTATION

City of Kingston Engineering Department. Application for New Outdoor Patio. Note: Agreement:

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT EXIT 103 SOUTHBOUND UNDERPASS BRIDGE REHABILITATION MILE 103.0

State Historic Preservation Office. Bidding, Contracting, and Construction Guidelines for the Historic Restoration Fund

Statement of Work Tree Planting Services 202 Parkway, Montgomery County

APPLICATION FOR CONTRACTOR REGISTRATION AND RENEWAL OF REGISTRATION INSTRUCTIONS AND CHECKLIST

City of Reno Public Works 1 E. 1 st Street, 8 th Floor P.O. Box 1900 Reno, NV (775) (775) FAX

Town of New Gloucester INVITATION TO BID Timber For Sale by Bid. Project Details

Teamsters Local Union 177 Drivers Collective Bargaining Supplement Agreement For the period August 1, 2013 to July 31, 2018

CITY OF THREE RIVERS, MICHIGAN Specifications for Bids. Tree and/or Stump Removal Performance Bids

BID SPECIFICATIONS FOR CLEANING & MAINTENANCE SERVICES FOR CITY OF ZION

PW # 2-18 TENDER FOR SUPPLY & APPLY CRUSHED GRANITE

Request for Proposal Parking Lot Improvements

MAINE TURNPIKE AUTHORITY ADDENDUM NO. 1 CONTRACT ROADSIDE CLEARING MM 75.3 TO MM 82.9 MM 99.2 TO MM 109.1

TOWNSHIP OF KILLALOE, HAGARTY AND RICHARDS REQUEST FOR PROPOSAL (RFP)

ADDENDUM NO. 1. FY 2012 Full Depth Reclamation Project CITY OF GAINESVILLE, GEORGIA

REQUEST FOR PROPOSAL

Pennsylvania Department of Transportation District 8-0 Rest Area Site G Specifications for Landscaping and Lawn Maintenance

Document B252TM 2007

REQUEST FOR PROPOSAL For TRAFFIC SIGN INVENTORY AND MANAGEMENT SYSTEM

MUNICIPAL OFFICES 1481 EAST COLLEGE AVENUE, STATE COLLEGE, PA TELEPHONE: FAX:

53.20 PAINTED ROADWAY LINES

MOBILE FOOD VENDOR LICENSE APPLICATION

For Receipt Prior To 3:00 PM Local Time Wednesday, March 29, 2017 And Will Be Publicly Opened And Read At 3:30 PM.

Bill of Quantity (BOQ)

Request for Proposal: Due October 11, :00 pm

CITY OF HOMESTEAD Utility Rights-of-Way Use Permit Application

SPECIFICATIONS FOR SAND SEAL

Metropolitan Nashville Airport Authority

7. EXCAVATION IN PUBLIC STREETS The E-Permit & U-Permit

MIDLAND COUNTY ROAD COMMISSION

SAN JOAQUIN COUNTY PURCHASING AND SUPPORT SERVICES PURCHASING DIVISION

INVITATION TO BID-NEW CONSTRUCTION

SECTION 10. WASTE TIRE FACILITIES and WASTE TIRE HAULERS Standards for Tire Retailers, Wholesalers and Fleet Service Facilities

FACILITY AND GROUNDS MANAGER

RAY-CORE Structural Insulated Roof and Wall Panels

Application for Employment

Addendum No. 1 Page 1 of 2

B. This project is being bid as one contract, and the contract is comprised of a one-line item bid.

Fill out all sections or mark with N/A (not applicable)

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

UTILITIES COMMISSION CITY OF NEW SMYRNA BEACH, FLORIDA 200 CANAL STREET P.O. BOX 100 NEW SMYRNA BEACH, FL

CITY OF LYNWOOD. Specification for Correlator-Based Leak Detection Study

EXCAVATION / RIGHT OF WAY PERMIT

City of Olivette Request for Qualifications Furniture Procurement and Installation April 26, 2016

FAIRCHILD APPLICATION FOR EMPLOYMENT

ATTACHMENT A SCOPE OF WORK AND SPECIFICATIONS FOR STREET SWEEPING SERVICES AT SOUTH COASTAL OPERATIONS FOR OC COMMUNITY RESOURCES OC PARKS

TOWN OF ROTTERDAM RESIDENTIAL BUILDING PERMIT APPLICATION Ext. 395 Needed to Obtain Permit:

MEDICAID TRANSPORTATION PROVIDER RECRUITMENT INVITATION

Terms and Conditions of Service. Buckeye Intermodal

REQUEST FOR PROPOSAL. Construction Management Services Not at Risk

SECTION 26 - COLD PLANE ASPHALT CONCRETE PAVEMENT TABLE OF CONTENTS

SPECIFICATIONS FOR NEW WORK CHIP SEAL

REQUEST FOR PROPOSAL FOR VIDEO SURVEILLANCE SYSTEM MAINTENANCE

Association of Minnesota Counties Annual Conference 2017

Sample Timber Sale Agreement

SOLID WASTE FACILITY PERMIT Facility Permit Number: 19-AR-1250

GRADING & DRAINAGE PERMIT SOIL EROSION AND SEDIMENTATION CONTROL PERMIT PROGRAM OVERVIEW

ALL-IN-ONE CLOUD BASED CITIZEN SERVICE PLATFORM FOR PERMITTING, LICENSING, INSPECTIONS, AND ENFORCEMENT

2016 CONCRETE REPLACEMENT PROJECT

Job Description Production Supervisor (IPM, Sprinkler Service

Building Permit Applications for new home construction will not be accepted unless the following documentation is included at the time of submission:

Both envelopes must have the following information in the lower left hand corner:

EVENT STAFFING & SECURITY SERVICES. Quote: # RFQ Released: September 19, Deadline for Quotes: Monday, October 9, 2017 by 2:00 p.m.

Main Building Auditorium

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 1

WASTEWATER SYSTEMS OPERATOR

Section 508. CHIP SEALS Description. Prepare the surface and apply the specified single chip seal, double chip seal or shoulder chip seal.

MetroLink Operations 700 South Ewing Street Saint Louis, Missouri

REQUEST FOR PROPOSALS

APPLICATION FOR PORCH / DECK PERMIT

REQUEST FOR CONSTRUCTION BIDS May 23, 2017

Field Guide on. Safe Maintenance and. Work Zone Operations

INTRODUCTION WORK SCOPE AND PROJECT CONDITIONS

REQUEST FOR PROPOSAL SCRAP TIRE TRANSPORTATION AND RECYCLING FOR THE CARROLL-COLUMBIANA-HARRISON SOLID WASTE DISTRICT

April 1, CITY OF PORTSMOUTH Public Works Department. Bid # Annual Paving Project ADDENDUM NO. 1 NOTICE TO ALL BIDDERS

REQUEST FOR PROPOSALS OREGON CITY ANNEX FIBER OPTIC ENGINEERING & INSTALLATION. Date Due: Friday, September 8, Time Due: 4:00 p.m.

Facilities Planning and Construction (FP&C)

SECTION CONSTRUCTION FACILITIES AND TEMPORARY CONTROLS

Request for Proposals

SECTION CLOSEOUT PROCEDURES

1. This Section includes administrative and procedural requirements for contract closeout including, but not limited to, the following:

Transcription:

CITY OF GOODLETTSVILLE STREET SWEEPING SPECIFICATIONS Whereas the City of Goodlettsville, hereinafter called City, desires to obtain the service of a private contractor for cleaning and sweeping certain streets within the City. SCOPE Contractor s service is based on removal of a regular day-to-day build-up of material and debris. Any excessive, out of the ordinary, or unusual build-up or residue of any dirt, debris or material is covered by the price quoted in this agreement under the hourly rate. These items include leaves, deeper than one-half the height of the curb face, debris or material as a result of construction work, or large amount debris or material from a storm, high winds, lightning, or flooding. By mutual agreement, these items may be cleaned up at the hourly rate plus disposal. At no time shall sweeping be performed against the flow of traffic. The contractor shall provide their own equipment, labor, fuel, and any other materials necessary to complete the required work. The contractor shall be responsible for the insurance, maintenance and repair of equipment and the availability, presence and supervision of employee(s). The contractor will clean an area seven (7) ft. wide from the curb, barrier or paved shoulder edge. No cleaning operation shall be conducted when there are climatic conditions present or forecast that would make such an operation ineffectual or dangerous. The climatic conditions include, but not limited to, heavy rain, fog, snow, ice, sleet, and high winds. If an emergency condition exists, the contractor shall respond as quickly as reasonably possible. TERM The term of the initial contract will be for one (1) year. Upon satisfactory performance of the work the contract may be renewed for an additional one year period upon written confirmation by both the City and the contractor. QUALIFICATIONS Contractor must demonstrate to the City the following: 1. A minimum of three (3) years experience in the municipal street sweeping business and provide five (5) municipal references of same. 2. The contractor s operators must meet the following requirements: possess a valid Tennessee commercial driver s license, a valid DOT medical card, pass a pre-hire drug screen, be subject to random drug & alcohol screening, have their MVR reviewed annually, be tested for cause on all accidents, must wear ANSI class three (3) safety vest at all times and participate in monthly safety meetings with their employer. 1

3. Evidence contractor has shop facilities with at least one (1) full time mechanic and an office with receptionist or answering service from 7:30 A.M. to 4:30 P.M, Monday through Friday. Additional telephone numbers and personnel must be provided in case of an emergency. 4. Certificate of liability insurance (minimum $5,000,000), and workers compensation insurance and a performance bond in the amount of one hundred percent (100%) of the total bid, and a bid bond in the amount of five percent (5%) of the total bid. 5. All equipment must meet minimum safety standards as outlined by the Department of Transportation in regard to strobe lights, arrow board and, if applicable, use of a shadow vehicle with an arrow board and impact attenuator. 6. Bidder must have a valid Tennessee General Contract License at the time of the bid and keep the license current throughout the length of the contract with the City. DISPOSAL Removal and disposal of debris during the cleaning operation shall be the responsibility of the Contractor. All applicable Federal, State, and local laws and ordinances related to the hauling, handling, and disposal of such material shall be complied with by the Contractor. EQUIPMENT The sweeper(s) must be of necessary size for street sweeping. No parking lot sweepers will be allowed. The equipment used for cleaning shall be a regenerative air vacuum sweeper (six) 6 cubic yards capacity equal to the Tymco 600 or a mechanical broom type, equal to the Elgin Eagle that will safely and effectively perform the cleaning work. All sweepers must have strobe lights and slow moving vehicle signs to increase visibility. All sweepers shall have a factory installed dust suppression system. All cleaning equipment shall be equipped in accordance with existing state, federal, local laws. Sweeping operations shall conform to current MUTCD guidelines. The contractor must have available one (1) spare sweeper of the same size or larger capacity that is utilized on the contract. Equipment to be utilized: Makes: (1) (2) (3) Model Unit # Year: SPECIAL EQUIPMENT VERIFICATION REQUIREMENT 2

Contractor is required to equip all vehicles used in conjunction with this contract with an internet-based monitoring system such as Network-Fleet. The City shall be provided password access to contractor s vehicle account in order to confirm contractor s work locations, mileage claims, disposal locations and times. AS A MINIMUM THE SYSTEM MUST PROVIDE THE FOLLOWING CAPABILITIES: Real-time GPS tracking of vehicles with a maximum update time of three (3) minutes. Historical GPS data by vehicle for a minimum of sixty (60) days. Speed monitoring of vehicle. Ability to designate specific locations as landmarks or restrictions. Report capability on demand, to provide activity data, route, start/stop times and locations, idle time, visits to landmarks or restricted areas, speed record by day or route. Password access by City to an internet-based monitoring site allowing City management unlimited access to real-time data or historical data and reports for contractor vehicles assigned to City sweeping contract. CITY The City will provide contractor with a designated individual that will help coordinate sweeping, verify that work has been completed as scheduled, and handle problems that may arise in areas of the City s responsibilities, such as removal of abandoned or parked automobiles, and coordinating after special events. The quantity is estimated only and in no way obligates the City to have this work performed. The City will furnish the contractor with a list of roads along with a frequency for sweeping of each. HOURS Hours of operation will be limited to night sweeping only. Night Time: 9:00 p.m. until 6:00 a.m., Sunday - Thursday DAILY REPORTS Daily reports are to contain the following information: date, equipment & personnel used, location swept and times work performed. These daily reports are to be submitted via fax at a designated number by the following morning by 8:30AM to allow for timely inspection of routes by City personnel. The City will notify the contractor of any deficiencies in writing within twenty-four (24) hours of being swept and contractor shall correct said deficiencies within twenty-four (24) hours. No other cycles shall commence until the unsatisfactory results have been resolved. An invoice with a copy of all of the daily reports is to be submitted to the Public Works Department at the end of each month. INVOICING Contractor will submit a monthly statement to the City showing streets swept. Payment will be made by the City within thirty (30) days of receipt. The contract represents the entire agreement between the City and the contractor. Both parties reserve the right to add additional streets, parking lots, etc., to this agreement upon the written consent of each party. 3

AREAS TO BE SWEPT Rivergate Parkway, Conference Drive and Long Hollow Pike curbs, islands, turn lanes and intersections. Total Miles Swept: 19.27 Frequency of Sweeping: Two week intervals STREET SWEEPING QUOTATION Price per curb mile, including disposal Emergency call-out Hourly rate for air sweeper, excluding disposal, portal to portal Hourly rate for mechanical broom sweeper, excluding disposal for construction clean up or other heavy debris, portal to portal Disposal rate per ton Company Seal Signature Date Mayor s signature Date 4

REFERENCES 1) Reference Name: 2) Reference Name: 3) Reference Name: 4) Reference Name: 5) Reference Name: 5