CITYOF NEWTONPURCHASING DEPARTMENT

CONTRACTFORPUBLICWORKS

PROJECT MANUAL:

2014–2015

HOURLYSNOWPLOWINGSERVICES

(StreetsandSidewalks)

REQUESTFORAPPLICATIONS#15-25

ProposalSubmittalDate:OngoingfromdateofissueoftheRequestForApplications

SEPTEMBER2014

SettiD.Warren,Mayor

CITY OFNEWTON NOTICE TO CONTRACTORS

HOURLY SNOW PLOWINGSERVICESREQUEST FORAPPLICATIONS#15-25

TheCityofNewtonisissuingthisRequestForApplicationsforcontractors(Contractors)tobeapprovedaseligibletoprovidesnowplowingservicesatafixedhourlyratebasedontheContractor’svehicleandbladesize.ApprovedContractorswillbeassignedtooneoftheDPWCityyardsateitherEliotorCraftStreetandbelistedonarosterofapprovedsnowplowingContractorsthattheCitymaycalltoplowfromtimetotimeonanasneededbasis.Approvaldoesnotguaranteethatthevendor’sserviceswillbeusedandtheCityhassolediscretiontocallornotcallvendorsinanymannerandinwhateverorderitelects.

ThisprocurementisnotsubjecttoM.G.L.c.30B.

ThePurchasingDepartmentwillpubliclyadvertiseonetimeonThursday,September25,2014fortheRentalofTrucksandEquipmentforsnowplowing,snowremoval,andotherrelatedworkforthe2014-2015WinterSeason.Thetermofthiscontractshallextendfromcontractexecutionuntil6/30/15.ContractDocumentswillbeavailableonlineatgov/bids,orpickupatthePurchasingDepartmentafter10:00AM.,September11,2014.TheContractDocumentsshallbeavailablethroughtheWinterSeasonandContractorsmayapplyforapprovalatanytime.Therewillbenochargeforcontractdocuments.

Enclosedpleasefindthefollowingforms:

1.One(1)copyofSpecificationsForHourlySnowPlowingEquipment

2.One(1)copyofCityOfNewtonSnowPlowing/HaulingMaximumAcceptance

3.Two(2)copiesof2014-2015ScheduleOfTrucksAndEquipmentForHourlySnowPlowingServices

4.One(1)copyofIndemnificationandAffidavitofOwnershipform

5.One(1)copyofCertificateofTaxCompliance

6.One(1)copyofCertificateofNon-Collusion

7.One(1)copyofDebarmentLetter

8.One(1)copyofIRSFormW-9

9.One(1)copyofContractForms

FOLLOWthesesteps:

a.Listtheequipmentofferedforrentalontheenclosed2014-2015ScheduleofTrucksandEquipmentForHourlySnowPlowingServices.Fillinallinformationrequested.

b.CalltheCityofNewtonDepartmentofPublicWorks(DPW),HighwayDivision(617)796-1634,tosetupanappointmentforaninspectionofyourequipment.

c.Uponapprovalofinspection,pleaseprovideIndemnificationAgreementandAffidavitofOwnershipForm;Tax Compliance,Non-CollusionForm,DebarmentLetterandIRDFormW-9andCertificatesofPropertyDamageandLiabilityInsurancecoveringallvehicleslistedandWorkmen’sCompensationInsuranceanddeliverthemtoPURCHASING,Room

#204,1000CommonwealthAvenue,Newton,MA02459.

CertificateofPropertyDamageandLiabilityInsurance:TheCertificateofInsurancemuststatethatitcoverssnowplowingandremovaloperationsintheCityofNewton.AllvehiclestobeusedforsnowplowinginNewtonmustbelistedonthecertificate.TheCityofNewtonmustbenamedasanadditionalinsured.

Worker’sCompensationInsurance:Worker’sCompensationInsurancemustbeprovidedinanyinstancewhereanemployeeoftheContractorwilloperateapieceofequipment.ForpurposesofCitysnowplowcontracts,the“Contractor”isthepersonwhohasenteredintoacontractwiththeCityandanemployeegenerallyincludesanyoneotherthantheContractorwhowillbeoperatingsnowplow/haulingequipment.Asageneralrule,Worker’sCompensationinsurancewillberequiredexceptwheretheContractorisasoleproprietorshipandusesonlyonepieceofequipment,orwheretheContractorisapartnershipandonlypartnersoperateequipment.

Partnership/Subcontractors.IftheContractorisapartnership,apartnershipstatement(formsuppliedbytheCity)mustbesigned,andallpartnerswhowillbeoperatingsnowplowequipmentmustsignanindemnificationagreement(formsuppliedbytheCity).

TherearenoothergeneralexceptionstotherequirementofWorker’sCompensationinsurance.ContractorsarenotpermittedtohiresubcontractorstoperformservicesunderthecontractunlesstheCityhasagreedtothisinwritingbytheCommissionerofPublic

Worksand/orhisdesigneeorhisdesignee,arrangementsmustbemadeinadvanceofanywork.AllsubcontractorsshallbesubjecttoallthetermsandconditionsoftheContractor(inspections,insurance,etc.).

Inspection.TheDPWandtheCityreservestherighttorejectequipmentnotrequired.Uponasuccessfulequipmentinspectionandacceptanceofdocumentation,theCitywillthendrawupthecontractswithequipmentlistedonyourreturnedEquipmentRentalforms.NoequipmentshallbehiredunlessanduntiltheDPWhascompleteditsinspectionofthevehiclesofferedandanexecutedcontractisonfile.

Thepromptreturnofthesevehiclelistings;IndemnificationAgreementandAffidavitofOwnershipForm;CertificateofTaxCompliance;CertificateofNon-Collusion;andInsuranceCertificateisimperative,sothattheDPWmaymakethenecessaryyardassignmentspriortothesnowseason.

CITYOFNEWTON

NicholasRead

ChiefProcurementOfficer

September11,2014

CITY OFNEWTONDEPARTMENT OFPUBLICWORKS

SPECIFICATIONSFORCONTRACTED SNOW PLOWINGEQUIPMENT

(Streets andSidewalks)

I.INTRODUCTION

TheCityofNewtonintendstocontractforsnowplowingequipmentonanhourlybasisbothfornormalsnowplowingandsnowremoval.Tofacilitatethesnowremovalefforts,thePublicWorksDepartmenthasestablishedsnowplowingroutesandhasevaluatedthenumberandtypeofequipmentneededbyeachroute.WhenaContractorisnotifiedtoprovideplowingservices,itsequipmentwillbeassignedtoaspecificrouteforthatdayduringallnormalplowingoperations.

TheCityOfNewtonSnowPlowing/HaulingRatesforsnowplowingequipmenthavebeenestablishedandareattachedhereto.

ThereshallbeonormoreCitySnowInspectorsassignedtoconfirmthatContractorshavemettheirobligationsunderthisRFAandtheirrespectivecontracts.

II.RESPONSIBILITIESOFCONTRACTORS

A.Equipmentcontractedformustbeavailablesevendaysaweek,24-hoursperday,includingholidays.Theneedforeachpieceofequipmentcontractedfor,willbedeterminedbytheDPWCommissionerorhisdesignee,andmustbecapableofrespondingwithinonehourofnotificationtoreport.Onlyvehiclesandequipmentrespondingwithintheallottednotificationperiodshallbepaidforcall-outtimeinaccordancewiththeattachedCityOfNewtonSnowPlowing/HaulingRates.

B.Uponexecutionofcontract,eachpieceofequipmentcontractedforplowingoperationswillbeassignedDPWtoaparticularroute.TheDPWCommissionerorhisdesigneewillassignallroutesandspecificequipmentasneeded. Notallpiecesofequipmentwillbeutilizedduringeveryevent.UtilizationofacceptedequipmentisatthediscretionoftheDPWCommissionerorhisdesignee StreetsandsidewalksonallroutesaretobeplowedinthesequencedesignatedbytheDPWCommissionerand/orhisdesignee.ItshallbetheContractor’sresponsibilitytobecomefamiliarandtofamiliarizeanydrivers,otherthantheContractor,withtheroute.SupervisorypersonnelofDPWwillbeavailabletoassistinthisfamiliarizationandtoadvisetheContractorofanyspecialconditionswhichmaybeencounteredontheroute.

C.VehiclesInspection

1.TheContractoracceptsfullresponsibilitytoschedulevehicleinspectionsataCityfacilityoratalocationtobedeterminedbytheDPWCommissionerorhisdesignee.TheinspectionwilloccurduringaseveralweekperioddesignatedbytheCity.TentativeplansareforthistooccurbetweenOctober15throughDecember1,2014.

2.AllpaperworkrelatedtovehicleinspectionsshallbesenttotheDPWCommissionerorhisdesigneeatNewtonCityHall,1000CommonwealthAve.,NewtonCentre,MA02459. TheDPWCommissionerorhisdesigneewillsubsequentlycontactresponsiveandresponsiblebidderstoscheduletheinspections. TheContractormustscheduletheinspectionsthroughtheDPWCommissionerorhisdesignee,eitherinwritingorbycalling(617)796-1634.TheinspectionswilltakeplaceMondaythroughFridayatthediscretionoftheDPWCommissionerorhisdesignee.FailuretoscheduleinspectionshallbedeemedtobesolelythefaultoftheContractor.TheCitywillnotassumeanyresponsibilityorliabilityforfailureoftheContractortohavevehiclesorequipmentinspected.

3.VehiclesorequipmentmustatthetimeofinspectionfullymeetallconditionssetforthinthisRFA.AllequipmentmustbeinspectedbyDPWpriortoacceptance.TheContractor’splowmustalsopass

inspection.Ifavehicleorequipmentdoesnotpasstheinspectionthefirsttime,theContractormaymodifythevehicleorequipmentandrequestare-inspectionorsupplyanothervehicleorpieceofequipmentaftersubmittingnecessarydocumentationtothePurchasingAgentandreceivingauthorizationtore-inspect.However,innoeventwillaContractorbegivenathirdopportunitytopassaninspectionifeithertheoriginalorthereplacementequipmentfailsthesecondinspection.

D.TheContractorshallberesponsibleforallfuel,repairstoitsvehiclesandequipment.Further,itshallbetheContractor’sresponsibilitytoassureequipmentavailabilityatalltimesduringplowingoperations.TheCityreservestherighttoterminateacontractatanytimeforfailureof vehicleorequipmentavailability.

E.Vehiclesorequipmentcalledinmustarriveatitsdesignatedcheck-inpointwithinonehourofbeingcalled,andmustbereadytobeginplowingoperationsuponitsarrival.

F.Forstreets,contractedplowingoperationsshallbeperformedasclosetobarepavementaspossibleandallstreetsshallbewidenedtomaximumwidth.Allintersectionsshallbecleanedtotheirfullwidths.Carewillbemadenottopilesnowonsidewalkcorners,butpushedbeyondtheradiiandequallydistributedalongthecurbline.AplowingoperationshallnotbedeemedcompleteuntilithasmettheabovestandardstotheapprovaloftheappropriateCitySnowInspectorortheDPWCommissionerand/orhisdesignee.

G.Forsidewalks,contractedplowingoperationsshallbeperformedasclosetosidewalksurfaceaspossibletoawidthofatleastfourfeet.Allcornersandwheelchairrampsshallbeclearedandfreeofloosesnowaspartoftheseoperations.Contractorshalldoeverythingpossibletoavoidornegotiatearoundfixedobstacleswithinthesidewalkwithoutdamagingsaidobstacles.Caremustbemadetoremainclearofexistingfencesandwallsabuttingprivatepropertytotheextentpossible.SidewalkplowingoperationshallnotbedeemedcompleteuntilithasmettheserequirementstotheapprovaloftheCitySnowInspectororthe DPWCommissionerand/orhisdesignee.

H.AllplowingoperationsshallbecontinuousandshallbecontinuedwithoutinterruptionunlesssaidinterruptionisauthorizedbytheDPWCommissionerand/orhisdesignee.

I.Inanormalplowingoperation,workshallbecompletedtothestandardsdescribedhereinwithinsix(6)hoursofthecessationofsnowfall,asdescribedbytheDPWCommissionerand/orhisdesignee.

III.OPERATIONS

A.CitySnowInspectorsshallbeassignedtosupervisecontractedvehiclesandequipment.EachCitySnowInspectorshallberesponsibleforadesignatedgroupofroutes.PlanningoperationsshallbeconductedinaccordancewiththedirectionoftheInspectorandwiththestandardsdescribedherein.InnoinstanceshallaplowingoperationbedeemedcompleteuntilsaidCitySnowInspectorhasapprovedit.

B.Vehiclesandequipmentmustcheckinandcheckoutfromitsdesignatedassignmentlocation.Theymustarrivefullyfueledandreadytoinitiateplowingoperations.

C.EachvehicleandpieceofcontractedequipmentshallcarryanidentificationplateprovidedbytheDPW.Suchidentificationshallbeaffixedtotheappropriatevehiclethroughoutthecontractperiod.

D.AllContractorsmusthaveaccesstoacellphonetobothrelayandreceiveinformationfromtheDPWCommissionerorhisdesignee. AnupdatedlistofoperatornameswithaffiliatedequipmentandcellphonenumbersmustbeprovidedbytheContractorateachcheck-in.ContractedoperatorswillbeprovidedwithacontactphonenumbertospeakwiththeDPWCommissionerortheirdesigneetoaddressin-fieldissues.

E.ThesidewalkplowingcontractorwillberequiredtoplowsidewalksalongaportionofortheentireroutedesignatedbytheCity.Thereareatotalofsix(6)designatedsidewalksnowroutesandaportionofRoute9withintheCitytotalingapproximately80miles.Ataminimum,thesidewalkcontractorwillberequiredtoplowaportionofortheentiresectionofonerouterangingfrom10-15miles.TheremaybeanopportunityforthesidewalkcontractortoplowmorethanonerouteandthiswouldbecoordinatedwiththeCity.

F.Contractor(s)shall,atthedirectionandexpenseoftheCity,permittheCitytokeepGPSradioand/orcellcommunicationsinanyorallvehiclesand/orequipmentusedduringsnowplowingoperationsthataredesignedtomonitortheprogressandlocationofallvehicles,equipmentandspreaders.Allsuchequipmentshallbekeptinallvehiclesand/orequipmentatthedirectionofthe DPWCommissionerorhisdesigneeandshallbereturnedtoCitypersonneluponcompletionofeachsnowplowingevent.LosingordamagingGPSradioorcellcommunicationsequipmentthatiskeptinContractor(s)vehiclesorequipmenttomonitortheprogressandlocationofallplowsandspreaders:thecostofreplacementthereof,whichshallbedeductedfromContractorinvoices.

IV.EQUIPMENTSPECIFICATIONS

A.ThevehiclesandequipmenttobefurnishedunderthecontractmustbeinaccordancewithallspecificationsandfullycomplywithanyandallapplicableMotorVehiclesLawsoftheCommonwealthofMassachusettsincludingshowingavalidMassachusettsStateRegistration.

B.Allvehiclesandequipmentmustbeinexcellentcondition,smoothrunningatoperatinglevels,cleaninsideandoutandunderthehood,withevidenceofpropermaintenanceandinspection.

C.TheCityreservestherighttorejectanyvehicleorpieceofequipmentthatdoesnotpassCityadministeredinspectionandroadtestsandcomplyfullywiththisspecificationatanytimeduringthetermofthecontract.

D.TheratessetforthintheattachedCityOfNewtonSnowPlowing/HaulingRatesincludethecostoffurnishingtheoperator,insurance,repairs,ballast,chains,fuel,oil,lubricants,andallothercostsrelatedtotheoperationoftheequipment.

E.AnyadditionalvehiclesortypesofequipmentproposedforuseunderthiscontractmustmeetrequirementsandcriteriaashereinestablishedandmustalsobeindividuallyapprovedbytheDPWCommissionerand/orhisdesignee.

1.Eachpieceofequipmentwillhaveonesetoftirechainsforeachvehicle

2.Rotary-typelightwithayellow/amberlensvisiblefor360degreearoundforeachvehicle

3.Ballastassuppliedbythecontractor

4.Plowunitmusthavean automatictrippingdeviceastoprotectmanholesandotherprotrusionsabovethetopofthepavement

5.Allelectricalandmechanicalsystemstobeinexcellentoperatingcondition

F.Vehiclesandequipmentwillbecontractedonthebasisofthehourlyratesspecifiedforeachspecifictypeofequipment.Forthispurpose,equipmentwillbeclassifiedinaccordancewithAttachmentA,CityOfNewtonSnowPlowing/HaulingRates

G.Duringplowingoperationsallfront-endloadersandbackhoe/loadersshallbeequippedwithplowbladesunlessassignedspecifictasksforwhichthebucketwillsuffice.

H.Eachpieceofsidewalkequipmentshallbecapableofnegotiatingasidewalkduringanytypeofsnoweventthroughtheuseofstuddedtiresortracks.Eachpieceofsidewalkequipmentshallhaveanoverallwidthof60inchesorlessinordertotraverseasidewalkeffectivelyandavoidfixedobstacles. Acceptedequipmentshallbeaskid-steertype,TracklessMT,Bombardier,orsimilartypemachinedesignedforsidewalksnowplowing,fixedwitheitherastraightorv-bladeorpowerv-blade.Useofwalk-behindequipmentwillnotbeaccepted.

TheDPWCommissionerand/orhisdesigneeorhisagentshallmakethefinaldecisionastovehiclesandequipmentsizesandcategories,blademeasurementsandbucketcapacities.

V.PLOWINGREQUIREMENTS

A.Plowstreetsfromthecenterandtothecurboredgeofpavement.

B.Snowfromtheintersectionsmustbeplowedparalleltothecurbssothatnosnowremainsintheintersection.Intersectionsmustbecurvedandsnowdepositedontangentsectionsofstreetsbeyondcurvedradii.

C.Donotturnaroundinprivatedriveways.

D.Plowataspeedwhichissufficienttomovethesnow,butnotexcessive.

E.Plowwithaloosehoistingchainsoplowridesoncasters.

F.Plowallstreetsthefullwidthofpavement.

G.One-WayStreets

One-waystreetsshallbeplowedtoeachcurb.Thatis,theoperatorshallplowtheleftsideofthecenterlineofthestreettotheleftsideandplowtherightsideofthecenterlinetotherightside,andatnotimeshallthecontractor’soperatorplowaone-waystreetthewrongwayagainsttrafficpatternwithouttheexpresspermissionoftheCommissionerofPublicWorksand/orhisdesignee.

H.PlowingDeadEndStreets

Thecontractor’sdrivershallnotpushsnowintotheendofadeadendstreet.Neartheendofadeadend,heshallpickuptheplowblade,proceedtotheendofthestreet,dropthebladeandpullthesnowbackfromtheendofthestreetfarenoughsothathecanturnaroundandpushthesnowoutfromtheendofthestreet.

I.BlockedStreets

Ifastreetisblocked,thecontractor’sdrivershallmakeeveryattempttobypasstheblockage.Ifunabletobypasstheblockage,thedrivershallimmediatelyinformtheControlCenterorChaseroftheblockage.Iftheblockageisremovedwithinareasonabletime,thecontractorwillthenplowthe Street.

J.Intersections

Thecontractormustassumeresponsibilitytoensurethattheintersectionsandcurbradiiareproperlycleared,withnoresidualsnowleftremainingintheintersection.

K.IntersectionCorners.

Snowleftatintersectioncornersistobenomorethannormalresidualonthesideoftheroad.

L.SnowPack.

ItisnotacceptabletoleavesnowpackofanydepthalongcitystreetsafterthepassingofaCONTRACTORplow.

M.Sidewalks

Sidewalkswillbeclearedaminimumwidthof4feet.Wheelchairrampsateachstreetcornerwillbeclearedaspartofthiswork.

GENERALCONDITIONS

A.Theworkdayrunsfrom12:01a.m.,to12:00midnight.

B.Hauledsnowshallbetransportedtoalocationspecifiedbythe DPWCommissionerorhisdesignee.

C.Inadditiontothehoursactuallyworkedbymotortrucks,graders,loadersorotherequipmentatplowingonly,theCitywillpayone(1)hourtotalreportallowanceforeachcallout.Onlythosevehiclesandequipmentreportingtotheassigneddivisionwithinone(1)hourofthefirsttimecalledwillreceivethisone(1)hourpayallowance.

D.RentaltimeforplowingshallbefiguredfromtimepunchedinonCitytimeclocktotimepunchedoutorauthorizedcompletionofplowingorhaulingschedule.Haulingtimewillbefiguredfromtimepunchedintotimepunchedoutwithanallowanceoffifteen(15)minutegraceperiodpriortoandfollowingscheduledCityworkdaytoallowforcheckinginandout.Paymentdueforhoursworkedwillbecomputedtothenearestquarterhour.

E.Notimeshallaccrueandnopaymentshallbemadeforanytimeavehicleorpieceofequipmentisnotperformingitsassignedtask,regardlessofreason.

F.CertificatesofInsurancecoveringWorkmen’sCompensationmustbesubmittedcoveringdatesofcontract.Workmen’sCompensationisrequiredasdescribedbelow:

(1)Alllessorsoftwo(2)ormorepiecesofequipmentmusthaveWorkmen’sCompensationsInsurance.

(2)Whenlessoroffersbut(1)pieceofequipmentandproposestooperatetheequipmentpersonally,Workmen’sCompensationisnotrequired.

G.TheCityofNewtonshallbenamedasadditionalinsuredonallcertificatesofinsurance.TheContractorshalldefend,indemnifyandholdharmlesstheCity,itsagentsandemployeesfromandagainstallclaims,damages,lossesandexpensesincludingattorney’sfeesarisingoutoforresultingfromtheperformanceorworkcalledforunderthiscontract,providedthatanysuchclaim,damage,loss,orexpense(1)isattributabletobodilyinjury,sickness,disease,ordeath,ortoanyinjurytoordestructionoftangiblepropertyincludingthelossofuseresultingtherefrom,and(2)iscausedinwholeorinpartbyanyactoromissionofthecontractor,anyonedirectlyorindirectlyemployedbytheContractor,oranyoneforwhoseactstheContractormaybeliable,regardlessofwhetherornotitiscausedinpartbythepartyindemnifiedhereunder.

H.Certificatesofinsuranceforautomobileliabilitycoveragemustbesubmittedshowingcoverageforthecontractperiodasfollows:(allvehiclesmustbelistedontheInsuranceCertificate).

WORKER'SCOMPENSATION

Worker'sCompensation:PerM.G.L.c..l49,s.34andc..l52asamended

AutomobileLiability:(allvehicles,bydescriptionandMAregistrationnumber,mustbelistedon theinsurancecertificate).

BodilyInjury-$500,000.00perperson

$500,000.00peraccident

PropertyDamage-$100,000.00peraccident/$300,000aggregate

(Suchinsurancemustincludecoverageforhiredorborrowedvehiclesandnon-ownershipliability)

GeneralLiability:(includingcompletedoperationcoverage).

$500,000peroccurrence

$500,000peraggregate

TheCityofNewtonshallbenamedasadditionalinsuredonthegeneralliabilitypolicies.

PLEASENOTE:REPAIRplatescannotbeusedforregistrationofvehiclesusedunderthiscontract.

I.U.S.DepartmentofTransportation(DOT)regulations(FederalRegister49CFRPart382)regardingdrugandalcoholabuseintheworkplacemustbecompliedwith.

J.NopaymentwillbemadeuntilapprovedcontractsareonfilewiththeDPWandComptrollerofAccounts.

K.Itshallbetheresponsibilityoftheownerofallhiredvehiclestoseethatalloperatorsofsuchvehiclesandequipmentareproperlylicensedunderexistingstatelawsandregulations.

L.Itistheresponsibilityofthecontractortokeeptheinsuranceandregistrationofavehiclecurrentduringthelifespanofthecontract.RegistrationchangesshallbereportedtothePurchasingDepartment.

M.Allvehiclesandequipmentlistedmustbeavailableatalltimesforbothplowingandhaulingunlessspecificallystatedotherwise.

N.ThesnowremovalservicessolicitedunderthisIFBarenotsubjecttotheprocurementprocedurerequirementsoftheUniformProcurementAct,M.G.L.c.30B,§1(b)(17).WhileitistheintentoftheCitytoconductanadvertisedprocess,theonlytermsandconditionsoftheprocurementarethosesetforthinthisRFAandthetermsofthestatuteshallapplyonlyatthediscretionoftheCity.

O.PromptPaymentDiscounts.Contractorsareencouragedtoofferdiscountsinexchangeforanexpeditedpayment.Paymentsmaybeissuedearlierthanthegeneralgoalofwithin30daysofreceiptoftheinvoiceonlywheninexchangefordiscountedprices.Discountswillnotbeconsideredindetermining whetherornotacontractorisresponsiveorresponsible.

PromptPaymentDiscount%_DaysPromptPaymentDiscount_%_DaysPromptPaymentDiscount %_ Days

THISSPACEINTENTIONALLYLEFTBLANK

ATTACHMENTA

CITY OFNEWTON SNOW PLOWING/HAULING RATES*

EQUIPMENTDESCRIPTION / PlowingRates(Perhour)
SNOWCLEARING
4WheelTrucksandJeepVehicles
(Minimum7.5'Blade) / $80.00
6WheelTrucks(under26,000GVWR)
(Minimum7.5'Blade) / $85.00
6WheelTrucks(under26,000GVWR)
(Minimum9'Blade) / $90.00
6WheelTrucks(over26,000GVWR)
(Minimum9'Blade) / $110.00
10Wheelers
(Minimum10'Blade) / $115.00
Triaxles
(Minimum10'Blade) / $125.00
Bobcat
$90.00
Backhoe/Loaders
1-2CubicYardLoaders / $120.00
Backhoe/Loaders
Over2to3.5CubicYardLoaders / $130.00
Backhoe/Loaders
Over3.5CubicYardLoaders / $150.00
SidewalkTractorBobcatw/PloworSnowBlower
Minimumof4',Maximumof5'BladeWidth / $95.00
SNOWREMOVALANDHAULINGINCIDENTALTOSNOWPLOWING
10Wheelers
$90.00
Triaxles
$100.00
TrailerDumpTrucks
$110.00
Bobcat
$90.00
Backhoe/Loaders
1-2CubicYardLoaders / $120.00
Backhoe/Loaders
Over2to3.5CubicYardLoaders / $130.00
Backhoe/Loaders
Over3.5CubicYardLoaders / $150.00

BULLDOZERS

D4OREQUALTO

$100.00 D6OREQUALTO

$125.00 D7OREQUALTO

$130.00

SIDEWALKSNOWPLOWING
Bobcat(tracked)withstandardorpowerv-blade
$95.00
TracklessMT(tired)withstraightblade,standardorpowerv-blade
$95.00
JCBtrackloaderwithstandardorpower v-blade
$95.00
PrinothorBombardierSidewalkSnowMachinewithstandardorpowerv-blade / $95.00
HolderC250/270SidewalkSnowMachinewithstandardorpowerv-blade / $95.00

*Ratesincludecall-outtimeifvehiclesandequipmentrespondwithintheallottedemergencynotificationperiod,providedthatcall-outtimecompensationshallnotexceedtherateforone(1)hour.

ENDOFSECTION

CONTRACTOR:Contract#C-

ADDRESS:

TELEPHONENO:

No.1No.3

Manufacturer:

Manufacturer:

Model/Type:Year:Model/Type:Year:

VIN#VIN#

GVWR:GVWR:

#OFWHEELS:#OFWHEELS:

BLADESIZE(FEET)BLADESIZE(FEET)

BUCKET/DUMPSIZE(CY)BUCKET/DUMPSIZE(CY)

CITYPLATE#PROVIDEDBYDPW:CITYPLATE#PROVIDEDBYDPW:

HOURLYRATEFORPLOWING:HOURLYRATEFORPLOWING:

No.2No.4

Manufacturer:

Manufacturer:

Model/Type:Year:Model/Type:Year:

VIN#VIN#

GVWR:GVWR:

#OFWHEELS:#OFWHEELS:

BLADESIZE(FEET)BLADESIZE(FEET)

BUCKET/DUMPSIZE(CY)BUCKET/DUMPSIZE(CY)

CITYPLATE#PROVIDEDBYDPW:CITYPLATE#PROVIDEDBYDPW:

HOURLYRATEFORPLOWING:HOURLYRATEFORPLOWING:

CONTRACTOR:_

Contract#C

ADDRESS:

TELEPHONENO:

No.5No.7

Manufacturer:

Manufacturer:

Model/Type:Year:Model/Type:Year:

VIN#VIN#

GVWR:GVWR:

#OFWHEELS:#OFWHEELS:

BLADESIZE(FEET)BLADESIZE(FEET)

BUCKET/DUMPSIZE(CY)BUCKET/DUMPSIZE(CY)

CITYPLATE#PROVIDEDBYDPW:CITYPLATE#PROVIDEDBYDPW:

HOURLYRATEFORPLOWING:HOURLYRATEFORPLOWING:

No.6No.8

Manufacturer:

Manufacturer:

Model/Type:Year:Model/Type:Year:

VIN#VIN#

GVWR:GVWR:

#OFWHEELS:#OFWHEELS:

BLADESIZE(FEET)BLADESIZE(FEET)

BUCKET/DUMPSIZE(CY)BUCKET/DUMPSIZE(CY)

CITYPLATE#PROVIDEDBYDPW:CITYPLATE#PROVIDEDBYDPW:

HOURLYRATEFORPLOWING:HOURLYRATEFORPLOWING:

INDEMNIFICATIONAGREEMENT

Date:

Should,hereinaftercalledthe“Contractor”performsnowremovalservicesfortheCityofNewtonduringthe2014-2015,winterseason.TheContractorinconsiderationfortheopportunitytoperformsuchservicesherebyagreestodefend,indemnityandholdharmlesstheCity,itsagentsandemployeesfromandagainstallclaims,damages,lossesandexpensesincludingattorney’sfeesarisingoutoforresultingfromtheperformanceofsuchwork,providedthatanysuchclaim,damage,lossorexpense

(1)isattributabletobodilyinjury,sickness,diseaseordeath,ortoinjurytoordestructionoftangiblepropertyincludingthelossofuseresultingtherefrom,and(2)iscausedinwholeorinpartbyanyactoromissionoftheContractororanyoneforwhoseactstheContractormaybeliable,regardlessofwhetherornotitiscausedinpartbythepartyindemnifiedhereunder.

WitnessContractor

************************************************************************************

AFFIDAVIT

Date:

herebycertifiesthatallequipmentlistedontheattachedscheduleofequipmentis(Contractor)

ownedorleasedbytheContractorandinsuredbytheContractorforuseduringthesnowremovaloperationsandthatnoequipmentotherthanthosepieceswhichappearontheattachedscheduleshallbeusedby ,inperformanceofsnowremovalworkfortheCityofNewtonwithouttheCity’spriorapproval.

WitnessContractor

CERTIFICATION OFTAX COMPLIANCE

PursuanttoM.G.L.c.62C,§49AandrequirementsoftheCity,theundersignedactingonbehalfoftheContractorcertifiesunderthepenaltiesofperjurythattheContractorisincompliancewithalllawsoftheCommonwealthrelatingtotaxesincludingpaymentofalllocaltaxes,fees,assessments,bettermentsandanyotherlocalormunicipalcharges(unlesstheContractorhasapendingabatementapplicationorhasenteredintoapaymentagreementwiththeentitytowhichsuchchargeswereowed),reportingofemployeesandcontractors,andwithholdingandremittingchildsupport.*

**SignatureofIndividual***Contractor'sSocialSecurityNumber

orCorporateContractor(Mandatory)(Voluntary)orFederalIdentificationNumberPrintName:

By: CorporateOfficer

(Mandatory,ifapplicable)

PrintName:

Date:

*TheprovisioninthisCertificationrelatingtochildsupportappliesonlywhentheContractorisanindividual.

**ApprovalofacontractorotheragreementwillnotbegranteduntiltheCityreceivesasignedcopyofthisCertification.

***YoursocialsecuritynumbermaybefurnishedtotheMassachusettsDepartmentofRevenuetodeterminewhetheryouhavemettaxfilingortaxpaymentobligations.Providerswho failtocorrecttheirnon-filingordelinquencywillnothaveacontractorotheragreementissued,renewed,orextended.

CERTIFICATE OFNON-COLLUSION

Theundersignedcertifiesunderpenaltiesofperjurythatthisbidorproposalhasbeenmadeandsubmittedingoodfaithandsubmittedingoodfaithandwithoutcollusionorfraudwithanyotherperson.Asusedinthiscertification,theword“person”shallmeananynaturalperson,business,partnership,corporation,union,committeeclub,orotherorganization,entity,orgrouporindividuals.

(Signatureofindividual)

NameofBusiness

CityofNewton

Mayor

SettiD.Warren

PurchasingDepartment

NicholasReadChiefProcurementOfficer

1000CommonwealthAvenueNewtonCentre,

Telephone(617)796-1220

Fax:(617)796-1227

TDD/TTY(617)796-1089

Date

Vendor

Re:DebarmentLetterforRequestFor Applications #15-25

As a potentialvendoron the above contract, the Cityrequires thatyouprovide a debarment/suspensioncertificationindicatingthatyou are in compliance with the belowFederalExecutive Order.Certification can bedone bycompletingand signingthis form.

Debarment:

FederalExecutive Order (E.O.) 12549 “Debarment andSuspension“ requires that allcontractors receivingindividualawards, using federalfunds, and allsub-recipientscertify that the organizationand its principalsare not debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded by anyFederaldepartment or agency fromdoing businesswith the FederalGovernment.

Iherebycertifyunderpains and penalties of perjurythat neither Inor anyprincipal(s) ofthe Companyidentifiedbelow is presentlydebarred,suspended,proposed fordebarment,declaredineligible, orvoluntarilyexcluded fromparticipation in this transaction byanyfederaldepartment or agency.

(Name)

(Company)

(Address)

(Address)PHONE FAX EMAIL

Signature

Date

.

Ifyouhave questions, please contactNicholasRead,ChiefProcurementOfficer at(617) 796-1220.

CONTRACTFORMS

Theawarded bidderwill be required to complete and submit documents substantiallysimilar in form tothe following.

These formsmayneed to be modified on account of changedcircumstances,andareprovidedforinformationalpurposesonly.

CITY OFNEWTONPURCHASINGDEPARTMENTCONTRACT NO.C-

THISAGREEMENTmadedayof,intheyearTwoThousandandFourteen,byandbetweentheCITYOFNEWTON,amunicipalcorporationorganizedandexistingunderthelawsoftheCommonwealthofMassachusetts,hereinafterreferredtoastheCITY,actingthroughitsChiefProcurementOfficer,butwithoutpersonalliability tohim,and

whereasthepartiesdesiretoenterintoacontract,pursuanttoaRequestForApplicationsissuedonSeptember11,2014.fortherentalofsnowplowingandhaulingequipmentbytheCityfornormalplowingandhaulingoperations.

WITNESSETH:Thatthepartiesheretoagreeasfollows:GENERALCONDITIONS

TheContractoragreestoprovidetheCitywiththesnowplowingandhaulingequipmenthereinafterdescribedinScheduleofTrucksandEquipmentofthiscontract,forallCitynormalsnowplowingandhaulingoperationsinaccordancewiththeprovisionssetforthbelowforthe2014–2015winterseason.

TheequipmentlistedinScheduleofTrucksandEquipmentwillbeavailableforusewhenevernormalplowingandhaulingoperationsexistandwhenrequestedbytheCommissionerofPublicWorksorhisauthorizedagent.

RESPONSIBILITIESOFCONTRACTORS

Equipmentcontractedformustbeavailableatalltimes,sevendaysaweek,includingholidays,andmustbecapableofrespondingwithinonehourofnotification.Onlyvehiclesandequipmentrespondingwithintheallottednotificationperiodshallbepaidforcall-outtimetheCityOfNewtonSnowPlowing/HaulingRatesattachedtotheRequestForApplications.

Uponexecutionofacontract,eachpieceofequipmentcontractedfornormalplowingoperationswillbeassignedbytheDepartmentofPublicWorkstoaparticularroute.StreetsonallroutesaretobeplowedinthesequencedesignatedbytheCommissionerofPublicWorks.Itshallbethecontractor'sresponsibilitytobecomefamiliar,andtofamiliarizeanydriversotherthanthecontractor,withtheroute.SupervisorypersonneloftheDepartmentofPublicWorkswillbeavailabletoassistinthisfamiliarizationandtoadvisethecontractorofanyspecialconditionswhichmaybeencounteredontheroute.

EquipmentlistedinScheduleofTrucksandEquipmentshallbemadeavailableforinspectionbytheCity.

Atthetimeofinspection,theCityshallevaluatetheconditionoftheequipmentanditscompliancewiththespecificationsofthiscontract.TheCityshallreservetherighttorejectanyequipmentwhichitdoesnotconsidertobeinaconditionadequatetoperformtheworkrequiredorotherwisenottomeetthespecificationsofthiscontract.Atthetimeofinspection,theCityshallrecordsuchinformationasitdeemsnecessarytoassuretheidentificationoftheequipmentasthatcontracted.

TheContractorshallberesponsibleforall fuels,repairs,and/orequipmentnecessary.Further,itshallbetheContractor'sresponsibilitytoassureequipmentavailabilityatalltimesduringplowingoperations.TheCityreservestherighttoterminateacontractatanytimeforfailureofequipmentavailability.ThedecisionoftheCommissionerofPublicWorksshallbefinal.

Equipmentcalledinmustarriveatitsdesignatedcheck-inpointwithinonehourofbeingcalled,andmustbereadytobeginplowingoperationsuponitsarrival.

Contractedplowingoperationsshallbeperformedasclosetobarepavementaspossibleandallstreetsshallbewidenedtomaximumwidth.Allintersectionsshallbecleanedtotheirfullwidths.AplowingoperationshallnotbedeemedcompleteuntilithasmettheabovestandardstotheapprovaloftheCommissionerofPublicWorks.

Allplowingoperationsshallbecontinuous,andshallbecontinuedwithoutinterruptionunlesssaidinterruptionisauthorizedbytheCommissionerofPublicWorks.

Inanormalplowingoperation,workshallbecompletedtothestandardsdescribedhereinwithinsix(6)hoursofthecessationofsnowfall,asdeterminedbytheCommissionerofPublicWorks.

Plowbladeswillbedownwhenproceedingtoandfromassignedroutesunlessthepavementisbarefromcurbtocurb.OPERATIONS

AnagentoftheCommissionerofPublicWorksshallbeassignedtosupervisecontractedequipment.Eachagentshallberesponsibleforadesignatedgroupofroutes.Planningoperationsshallbeconductedinaccordancewiththedirectionofsaidagentandwiththestandardsdescribedherein.Innoinstanceshallaplowingoperationbedeemedcompleteuntilithasbeenapprovedbysaidagent.

Equipmentmustcheckinandcheckoutfromitsdesignatedassignmentlocation.Equipmentmustarrivefullyfueledandreadytoinitiateplowingoperations.

BallastwillbeprovidedbytheCity.However,a$200chargewillbeimposedifballastisnotdepositedatthecessationofplowingoperationsatthelocationatwhichitwasprovided.

EachpieceofcontractedequipmentshallcarryanidentificationplateprovidedbytheDepartmentofPublicWorks.Suchidentificationshallbemaintainedinplacethroughoutthecontractperiod.

COMPENSATION

Compensationshallbemadeonthebasisofhourlyratesforclassesof equipmentassetforthinScheduleofTrucksandEquipmentofthiscontract.

EQUIPMENT

EquipmentprovidedshallbethatlistedinScheduleofTrucksandEquipmentandinspectedbytheCityinaccordancewithparagraphIIC,above.

Whendirected,trucksshallbeequippedwithchainsattimeofarrivalandthroughouttheperformanceofplowingoperations.

InordertodeterminethehourlycompensationratefortheequipmentlistedinScheduleofTrucksandEquipment,equipmentwillbeclassifiedasinattachedscheduleofHourlySnowPlowingRates.

Duringplowingoperations,allfront-endloadersandbackhoe/loadersshallbeequippedwithplowbladesunlessassignedspecifictasksforwhichthebucketwillsuffice.

Thefinaldecisionastotrucksandequipmentsizesandcategories,blademeasurementsandbucketcapacitiesshallbemadebytheCommissionerofPublicWorksorhisagent.

TheCityreservestherighttorejectanyequipmentasinadequateduetoconditionortype.

Schedule ofTrucksandEquipment

GENERALCONDITIONS

Theworkdayrunsfrom12:01a.m.to12:00midnight.

Inadditiontothehoursactuallyworkedbymotortrucks,graders,loadersorotherequipmentatplowingonly,thecitywillpayone(1)hourtotalreportallowanceforeachcallout.Onlythosevehiclesandequipmentreportingtotheassigneddivisionwithinone(1)hourofthefirsttimecalledwillreceivethisone(1) hourpayallowance.

RentaltimeforplowingshallbefiguredfromtimepunchedinonCitytimeclocktotimepunchedoutorauthorizedcompletionofplowingorhaulingschedule.Haulingtimewillbefiguredfromtimepunchedintotimepunchedoutwithanallowanceoffifteen(15)minutegraceperiodpriortoandfollowingscheduledCityworkdaytoallowforcheckinginandout.Paymentdueforhoursworkedwillbecomputedtothenearestquarterhour.

Notimeshallaccrueandnopaymentshallbemadeforanytimeavehicleorpieceofequipmentisnotperformingitsassignedtask,regardlessofreason.

CertificatesofInsurancecoveringWorkmen'sCompensationmustbesubmittedcoveringdatesofcontract.Workmen'sCompensationisrequiredasdescribedbelow:

Alllessorsoftwo(2)ormorepiecesofequipmentmusthaveWorkmen'sCompensationInsurance.

Whenlessoroffersbutone(1)pieceofequipment,butemploysadrivertooperatetheequipment.Workmen'sCompensationisrequired.

Whenalessoroffersbutone(1)pieceofequipmentandproposestooperatetheequipmentpersonally,Workmen'sCompensationisnotrequired.

CertificatesofInsuranceforAutomobileLiabilitycoveragemustbesubmittedshowingcoverageforthecontractperiodasfollows:(Allvehiclesmustbelistedontheinsurancecertificates).

BodilyInjury:$250,000ea.occurrence,$500.000aggregate.PropertyDamage:$50,000ea.occurrence,$50,000aggregate.

*CityofNewtonNamedAdditionalInsured.*

TheContractorshalldefend,indemnifyandholdharmlesstheCity,itsagentsandemployeesfromandagainstallclaims,damages,lossesandexpenses,includingattorney'sfeesarisingoutoforresultingfromtheperformanceoftheworkcalledforunderthiscontract,providedthatanysuchclaim,damage,lossorexpense:(1)isattributabletobodilyinjury,sickness,disease,ordeath,ortoinjurytoordestructionoftangiblepropertyincludingthelossofuseresultingtherefrom,and(2)iscausedinwholeorinpartbyanyactoromissionoftheContractor,anyonedirectlyorindirectlyemployedbytheContractor,oranyoneforwhoseactstheContractormaybeliable,regardlessofwhetherornotitiscausedinpartbythepartyindemnifiedhereunder.

MINIMUMWAGERATESandHEALTHandWELFAREandPENSIONFUNDCONTRIBUTIONSasdeterminedbytheCommissionerofLaboranIndustriesundertheprovisionsoftheMassachusettsGeneralLaws,Chapter149,Sections26to27D,inclusive,asamended,mustbecompliedwith.

Itshallbetheresponsibilityoftheownerofallhiredvehiclestoseethatalloperatorsofsuchvehiclesandequipmentareproperlylicensedundertheexistingstatelawsandregulations.

Itistheresponsibilityofthecontractortokeeptheinsuranceandregistrationofavehiclecurrentduringthelifespanofthiscontract.RegistrationchangesshallbereportedtothePurchasingDepartment.

Alltrucksandequipmentlistedmustbeavailableatalltimesforbothplowingandhaulingunlessspecificallystatedotherwise.

Thiscontractmaybecancelledif,intheopinionoftheCity,theContractorhasfailedtocomplywithalltheprovisionsofthiscontract.

INWITNESS WHEREOF,theparties havecausedthis instrument to be executedunderseal thedayandyear firstabovewritten.

CONTRACTORCITYOFNEWTON

ByBy

ChiefProcurementOfficer

PrintName Title

Date

DateBy

CommissionerofPublicWorks

AffixCorporateSealHereDate

NoCitymoniesareobligatedbythiscontract.

By

ApprovedastoLegalFormandCharacter

By

AssociateCitySolicitor

ComptrollerofAccountsDate

DateCONTRACTANDBONDSAPPROVED

By

Mayororhisdesignee

Date

CERTIFICATE OFAUTHORITY- CORPORATE

1.IherebycertifythatIamtheClerk/Secretaryof

(insertfullnameofCorporation)

2.corporation,andthat

(insertthenameofofficerwho signed thecontractandbonds.)

3.isthedulyelected

(insertthetitleoftheofficerinline2)

4.ofsaidcorporation,andthaton

(insertadatethatisONORBEFOREthedatetheofficersignedthecontractandbonds.)

atadulyauthorizedmeetingoftheBoardofDirectorsofsaidcorporation,atwhichallthedirectorswerepresentorwaivednotice,itwasvotedthat

5.the (insertnamefromline2)(inserttitlefromline3)

ofthiscorporationbeandherebyisauthorizedtoexecutecontractsandbondsinthenameandonbehalfofsaidcorporation,andaffixitsCorporateSealthereto,andsuchexecutionofanycontractofobligationinthiscorporation’snameandonitsbehalf,withorwithouttheCorporateSeal,shallbevalidandbindinguponthiscorporation;andthattheabovevotehasnotbeenamendedorrescindedandremainsinfullforceandeffectasofthedatesetforthbelow.

6.ATTEST:

AFFIXCORPORATE

(SignatureofClerkorSecretary)*SEALHERE

7.Name:

(Pleaseprintortypenameinline6)*

8.Date: (insertadatethatisONORAFTERthedatetheofficersignedthecontractandbonds.)

Thenameandsignatureinsertedinlines67 mustbethatoftheClerkorSecretaryofthecorporation.