SPECIAL CONDITIONS OF BID -- Contract

advertisement
WISCONSIN DEPARTMENT OF
TRANSPORTATION
BID #265135
Truax Complex Snow plowing
Page 8 of 21
SPECIAL CONDITIONS OF BID -- Contract
1.
SCOPE
The Wisconsin Department of Transportation (WisDOT or DOT) Facilities Management Unit Purchasing
requests bids to establish a contract for Snow Plowing & Ice Removal Services at the Madison Truax
Complex, which includes 2101 Wright Street, 3502 Kinsman Boulevard, 3610-3615 Pierstorff Street,
and 3617-3635 Pierstorff Street.
The attached Standard Terms and Conditions shall govern this bid unless specifically modified in the
Special Conditions of Bid. Conditions of bid that include the word "must" or "shall,” describe a mandatory
requirement. All specifications are defined as mandatory minimum requirements unless otherwise stated.
If no bidder is able to comply with a given specification or condition of bid, Purchasing reserves the right to
delete that specification or condition of bid. Failure to meet a mandatory requirement shall disqualify your
bid.
If you have any questions regarding the specifications, or special conditions of bid, please contact the
purchasing agent shown on the bid cover sheet as soon as possible, but no later than 5 working days
prior to the bid opening date. If the answer requires written notification to other bidders, purchasing will
issue an official addendum.
Retain a copy of these Special Conditions of Bid and Specifications for your files. Should you
receive an award, these Special Conditions of Bid and Specifications become your contract terms and
conditions.
Questions regarding this bid shall be answered by the following:
Diane Sachse, Purchasing Agent, at 608-266-0891 or e-mail: diane.sachse@dot.state.wi.us
2.
CONTRACT TERM
Contract service term is November 14, 2008 thru April 30, 2009. The contract has two (2) winter season
renewal options. Regular contract period will be October 15 thru April 30 for any renewals.
3.
PRE-BID SITE VISIT
Review the attached snow/ice removal map, which shows what areas to plow, what areas to snow
blow or shovel, and where to pile snow. The awarded bidder must follow this map.
Contact Dan Koppes, 608-444-3468, for a site visit.
Failure to visit the site or failure to examine any and all bid documents prior to submitting a bid will in no
way relieve the successful bidder from the necessity of furnishing, without additional cost to the State of
Wisconsin, any equipment or performing any work that may be required to carry out the intent of the
resulting contract.
4.
BIDDER QUALIFICATIONS AND CONTRACTOR REQUIREMENTS
To be eligible for a contract award, you must be qualified and able to provide the following. Respond on
attached forms below.
4.1
Bidder must be a ‘commercial’ snow plowing company for the past 2 years.
WISCONSIN DEPARTMENT OF
TRANSPORTATION
5.
BID #265135
Truax Complex Snow plowing
Page 9 of 21
4.2
Bidder must have a minimum of one (1) ¾-ton pick-up truck with plow and one (1) end loader for
plowing and piling snow when weather conditions dictate. All other vehicles and equipment that will
be used on this contract must be listed on Attachment C.
4.3
Awarded contractor should provide WisDOT Purchasing with a Certificate of Insurance and maintain
the minimum limits specified during the contract period. All policies must be issued with a 30-day
cancellation notice, by an insurance company licensed to do business in the State of Wisconsin,
with a minimum AM Best rating of A1, and signed by an authorized agent.
SPECIFICATIONS
See SPECIFICATIONS following these Special Conditions of Bid, the attached SNOW REMOVAL MAPS,
and the ITEMIZED BID SHEET for the minimum acceptable specifications for the services desired.
Bid specifications may not be revised without an official written addendum issued by Purchasing.
6.
ON-SITE SERVICE
In carrying out the scope of this contract, the Contractor shall be required to perform service on site.
Bidders must include all transportation and insurance charges in the bid price.
7.
METHOD OF BID
Bidder must bid on all line items on the attached Itemized Bid Sheet, Attachment E. Bids will only be
accepted on this bid sheet for the listed snowfall groups, the deicing applications, and other specified
services. Quantities listed are estimated for Bid Purposes Only--not guaranteed amounts. Grand
Total amount is for Bid Purposes Only.
WisDOT will NOT accept time and materials rates, which is a change from previous year’s contract
bidding.
Fuel surcharges will NOT be allowed during the contract term.
8.
BID RESPONSE REQUIREMENTS
In order for your bid to be considered, the following information must be provided. Submit one copy
(unless stated otherwise) of your bid by the due date listed on the bid cover page. Include:
8.1
8.2
8.3
8.4
8.5
8.6
8.7
Bid Cover (Signature) Pages, pages 1-2
Addendum Cover (Signature) Page(s), if applicable to this bid request
Vendor Information Sheet, Attachment A
MBE Program Awareness, Compliance & Action Plan, Attachment B
Site Visit Verification Sheet, Attachment C
Bidder Qualification Sheet, Attachment D
Itemized Bid Price Sheet, Attachment E
Failure to provide these forms/information with your bid submittal may disqualify your bid. Bids may be
submitted via facsimile. It is the bidders responsibility to ensure that all documents are readable
and submitted to the DOT Purchasing Office by the due date. The fax number is 608-267-3609.
Do not submit Standard Terms & Conditions, Special Conditions, or Specifications sections with your bid.
If hand delivering your bid, because of increased building security, access to the WisDOT
Purchasing Office is restricted and may be delayed. Allow ample time for security clearance to
Purchasing Office, Room 751.
WISCONSIN DEPARTMENT OF
TRANSPORTATION
9.
BID #265135
Truax Complex Snow plowing
Page 10 of 21
METHOD OF AWARD
Award will be made to the lowest responsible, responsive bidder of the Grand Total.
10. SUBCONTRACTING OR THIRD PARTY PAYMENTS
All subcontracting shall be pre-approved by WisDOT. The prime contractor shall be responsible for all
subcontractor(s) work and payment. The WisDOT will not pay any subcontractor or third parties directly.
11. PURCHASE ORDER
WisDOT will issue a State of Wisconsin Purchase order for the winter season. All billing information will
be listed on the order.
12. FIRM PRICES
Prices must remain firm for the contract period.
13. WORK SLIP & INVOICING REQUIREMENTS
13.1 Work Slip
Contractor will leave a work slip at the location or mail it to the “Bill to” address within a day after a
snow plowing and/or ice removal service. The work slip should detail date, time, and type(s) of
service completed.
13.2 Invoices/Purchase Order
WisDOT must meet a statutory mandate to pay or reject invoices within 30 days of receipt by
WISDOT. Before payment is made, it also must verify that all invoiced charges are correct as per
this contract. Only properly submitted invoices shall be officially received for payment. Thus, your
prompt payment requires that your invoices be clear and complete in conformity with the
instructions below.
All invoices must be itemized showing:
a.
Purchase order number
b.
Contractor name
c.
Remit to address and telephone number
d.
Detail of dates, types of services, and respective contracted charges. Detail when
plowing, snow blowing/shoveling, and deicing.
Fuel surcharges will NOT be allowed during the contract term.
The original invoice must be sent to the Bill To address shown on the Purchase Order.
14. CERTIFICATION FOR COLLECTION OF SALES AND USE TAX
The State of Wisconsin shall not enter into a contract with a vendor, and reserves the right to cancel any
existing contract, if the vendor or contractor has not met or complied with the requirements of s.77.66,
Wis. Stats., and related statutes regarding certification for collection of sales and use tax.
15. MINORITY BUSINESS PARTICIPATION
The Wisconsin Department of Transportation is committed to the promotion of minority businesses in the
State’s purchasing program. Authority for this program is found in Wisconsin Statutes 15.107(2),
16.75(3m), and 16.755.
The Wisconsin Department of Transportation is committed to the promotion of minority businesses in the
State’s purchasing program. Authority for this program is found in Wisconsin Statutes 15.107(2),
16.75(3m), and 16.755.
WISCONSIN DEPARTMENT OF
TRANSPORTATION
BID #265135
Truax Complex Snow plowing
Page 11 of 21
Bidders are strongly urged to use due diligence to further this policy by setting up subcontracts to statecertified Minority Business Enterprises (MBE) and/or by using such enterprises to provide goods and
services incidental to this purchase order (second-tier suppliers), with a goal of awarding 5% of the order
dollar amount to such enterprises. An MBE means a business certified, or certifiable, by the Wisconsin
Department of Commerce under Statute 560.036(2).
Bidders must submit the attached WisDOT MBE Program Awareness, Compliance & Action Plan
(Attachment C) indicating their proposed utilization of state-certified minority businesses for this purchase
order. Contact the State’s Minority Business Manager for assistance in locating certified firms at 608-2673293 or the WisDOT Minority Business Program Coordinator at 608-267-2886. A listing of State of
Wisconsin certified minority businesses, as well as the services and commodities they provide, is on the
State-certified MBE web site: www.doa.wi.gov/mbe
Quarterly reports will be requested to be submitted to the Department of Transportation, Purchasing Unit,
itemizing the deliveries and cost of items or services provided by State MBE-certified firms. Reports
should state the costs for the previous contract quarter. The department reserves the right to verify with
listed firms their involvement as subcontractors or second-tier suppliers.
16. CONTRACT CANCELLATION
This Contract may be terminated by either party under the following conditions:
16.1 Please review section 13.0 and 24.0 of the Standard terms and Conditions of Bid. WisDOT may
terminate the contract at any time at its sole discretion by delivering 10 days written notice to the
contractor.
If the problem is service performance, contractor will be warned either verbally or in writing of
unsatisfactory performance and intent to cancel this contract. Contractor will be given a period of
time to ‘cure’ the performance. If performance does not improve, contractor will be given 10 days
written notice that the contract will be cancelled.
Upon termination, WisDOT’s liability will be limited to the pro rata cost of the services performed as
of the date of termination.
16.2 In the event the contractor terminates the contract, for any reason whatsoever, it will require written
certified letter notification delivered to the Department purchasing agent not less than 60 days prior
to said termination. The contractor will, in turn, refund the Department, within 30 days of said
termination, all payments made hereunder by the Department to the contractor for work not
completed.
16.3 If at any time the contractor performance threatens the health and/or safety of WisDOT, WisDOT
has the right to cancel and terminate the Contract without notice.
16.4 Failure to maintain the required Certificates of Insurance shall be cause for Contract termination. If
the Contractor fails to maintain and keep in force the insurance as provided in #23.0 of the Standard
Terms and Conditions, WisDOT has the right to cancel and terminate the Contract without notice.
16.5 If at any time a petition in bankruptcy shall be filed against the contractor and such petition is not
dismissed within 90 calendar days, or if a receiver or trustee of contractor's property is appointed
and such appointment is not vacated within 90 calendar days, WisDOT has the right, in addition to
any other rights of whatsoever nature that it may have at law or inequity, to terminate this Contract
by giving 90 calendar days notice in writing of such termination.
WISCONSIN DEPARTMENT OF
TRANSPORTATION
BID #265135
Truax Complex Snow plowing
Page 12 of 21
SNOW PLOWING AND ICE REMOVAL SERVICES
SPECIFICATIONS
Contractor must have heavy-duty equipment, sufficient to complete the plowing in an efficient and timely
manner. Contractor must stake driveways, parking areas, and fire hydrants ‘before’ the first snowfall.
Contractor may be requested to coordinate this staking with a WisDOT employee.
If Contractor does not perform as required for any day, another snow plowing company may be brought in to
clear the areas. Contractor will be billed by the DOT for work performed by the “emergency” snow plowing
company. Contractor will be put on notice to ‘cure’ the non-performance or contract cancellation will occur.
1.
Plowing and Snow Blowing/Shoveling
Contractor will be required to plow snow and snow blow/shovel, without notice, following a 1” or more
snowfall. Contractor will be required to follow the attached snow removal map for what areas to plow,
what sidewalks and entrances to snow blow and/or shovel, and where to pile snow. Truck or Bobcat-type
equipment ‘cannot’ be used on the sidewalks if width of plow or bucket is wider than width of the
sidewalks--use a snow blower or shovel.
All plowing, snow blowing/shoveling, and clean up work must be completed by 6:00 a.m. after an
overnight snowfall. All overhead doors must be cleared ‘at the doors’ by snow blowing and/or
shoveling to clear all snow away.
NOTE: See the map for arrows marking what direction to move the snow in areas such as the
storage yards.
Fire hydrants on WisDOT property must be shoveled out when covered with snow and/or ice. As
said above, stake fire hydrants before the first snowfall.
The Contractor may be required to come back, without notice, during business hours of the buildings
because of weather conditions such as continuing snow, when requested, following an additional 6” or
more snowfall. Contractor will plow the driveways, parking lot ‘rows’ between parked vehicles, and all
other designated areas, and clear sidewalks & entrances.
The WisDOT facility manager may request a separate snow blowing or shoveling of the sidewalks and
entrances, during business hours of the buildings, if there is a snowfall between 1” and 6”.
2.
Deicing
Contractor must be very aware of driveways, parking lots, sidewalks, and entrances that the general
public will use when applying deicing material.
Ice must be removed from driveways, parking lots, sidewalks, and entrances during plowing, snow
blowing/shoveling, or separately as weather conditions dictate. The contractor will not abuse this contract
requirement. NOTE: Salt is the preferred material for deicing, but a mixture of salt/sand may be used.
Other salt mixtures may be used if approved by the WisDOT Facilities Management contract
manager/purchasing agent or the Facilities Management supervisor.
The WisDOT facility manager may request a separate de-icing of the sidewalks and entrances, during
business hours of the building.
Contractor must supply 6 to 8 bags of calcium chloride to be left at each building for use by
WisDOT staff only on sidewalks, entrances, and dock areas when the contractor is not on site.
The building manager will designate where this salt will be stored. These bags are for convenience
WISCONSIN DEPARTMENT OF
TRANSPORTATION
BID #265135
Truax Complex Snow plowing
Page 13 of 21
only, and shall not be construed as a release for the Contractor from the obligation to perform deicing in
accordance with the contract.
3.
Hauling of Snow, if requested
Snow removal by hauling may be required when snow accumulation hinders parking. Hauling will only
occur if requested by the facility manager after approval by the WisDOT Facilities Management
contract manager/purchasing agent or the Facilities Management supervisor. Snow must be hauled
to Contractor’s dumpsite or an approved area on WisDOT property.
4.
Property Damage
Contractor shall be responsible for all damage to the site’s lawn, curbs, curb stops, catch basins,
abutments, fences, gates and related equipment, signs, and other State property in the course of snow
and ice removal. All damage shall be repaired at Contractor’s expense by May 31 following the end of the
snow season and to the complete satisfaction of the Wisconsin Department of Transportation.
WISCONSIN DEPARTMENT OF
TRANSPORTATION
BID #265135
Truax Complex Snow plowing
Page 14 of 21
WISCONSIN DEPARTMENT OF
TRANSPORTATION
(Page 13 is blank)
BID #265135
Truax Complex Snow plowing
Page 15 of 21
WISCONSIN DEPARTMENT OF
TRANSPORTATION
BID #265135
Truax Complex Snow plowing
Page 16 of 21
VENDOR INFORMATION
Attachment A - Complete and return in bid submittal
1
.
BIDDING COMPANY NAME
FEIN (Federal Employer ID Number)
OR
Social Security # (if sole proprietorship)
Phone
(
)
Toll Free Phone
FAX
(
)
E-Mail Address
(
)
Address
City
2
.
State
Zip + 4
Name the person to contact for questions concerning this bid.
Name
Title
Phone
(
)
Toll Free Phone
FAX
(
)
E-Mail Address
(
)
Address
City
3
.
State
Zip + 4
Any vendor awarded over $25,000 on this contract must submit affirmative action information to the
department. Please name the Personnel / Human Resource and Development or other person responsible
for affirmative action in the company to contact about this plan.
Name
Title
Phone
(
)
Toll Free Phone
FAX
(
)
E-Mail Address
(
)
Address
City
4
.
State
Zip + 4
Mailing address to which state purchase orders are mailed and person the department may contact
concerning orders and billings.
Name
Title
Phone
(
)
Toll Free Phone
FAX
(
)
E-Mail Address
(
Address
City
State
Zip + 4
)
WISCONSIN DEPARTMENT OF
TRANSPORTATION
BID #265135
Truax Complex Snow plowing
Page 17 of 21
ATTACHMENT B
WisDOT MINORITY BUSINESS ENTERPRISE (MBE) PROGRAM
AWARENESS, COMPLIANCE & ACTION PLAN
As a matter of sound business practice, the Wisconsin Department of Transportation is committed to “supply
diversity” by promoting the use of minority business whenever and wherever possible. Further, as an agency of
the State of Wisconsin, WisDOT shares in the state goal of placing five (5) percent of its total annual purchasing
dollars with state-certified minority businesses.
State of Wisconsin procurement policy provides that Minority Business Enterprises (MBE) certified by the
Wisconsin Department of Commerce, Bureau of Minority Business Development should have the maximum
opportunity to participate in the performance of its contracts/projects.
You, as a contractor, are strongly urged to use due diligence to further this policy by awarding subcontracts to
minority-owned business enterprises or by using such enterprises to provide goods and services incidental to
this agreement (second-tier suppliers), with a goal of awarding 5% of the contract price to such enterprises.
Monthly reports (Attachment E) are requested to be submitted to the Department of Transportation Purchasing
Unit, itemizing the costs of services and goods provided by certified firms. Reports should state the costs for the
previous contract/project month or quarter.
Authority for the MBE program is found in Wisconsin Statutes 15.107(2), 16.75(4), and 16.755 and
560.036(2), and details about the program can be found at:
http://www.doa.state.wi.us/category.asp?linkcatid=677&linkid=113&locid=0
Your complete response on the following form must address the following components of your
company’s/organization’s commitment/action plan:
a) Indication that you understand the WisDOT’s goal,
b) Listing of any MBE vendors with which you intend to subcontract,
c) Description of the various second tier MBE expenses (goods and services procured that are
incidental to the contract/project; examples are: specific office supplies to perform the contract,
percentage of cost for uniforms for contract staff, travel to perform the contract/project, percentage
of facility maintenance services for your facility used directly by your staff during the contract/project
period) your company/organization will be able to report that are in direct connection with the
administration of this contract,
d) Statement expressing your commitment to complete the required monthly or quarterly reports
that will reflect your subcontracts and second-tier expenditures for the period.
For information on certified State of Wisconsin minority business enterprises, please contact:
JoAnn Moore
MBE Program Coordinator
WisDOT Division of Business Management
4802 Sheboygan Avenue, Room 751
Madison, WI 53705
Phone: 608-267-2886
Fax: 608-267-4892
http://www.dot.wisconsin.gov/business/mbe
joann.moore@dot.state.wi.us
A complete listing of certified minority businesses, as well as the services and commodities they provide, is
available on the web at: www.doa.wi.gov/mbe and Information regarding certification of minority businesses is
available at: http://www.commerce.state.wi.us/ED/ED-MBD-Certification.html.
WISCONSIN DEPARTMENT OF
TRANSPORTATION
BID #265135
Truax Complex Snow plowing
Page 18 of 21
ATTACHMENT B
WisDOT MINORITY BUSINESS ENTERPRISE (MBE) PROGRAM
AWARENESS, COMPLIANCE & ACTION PLAN
(Complete and return in bid submittal)
Failure to complete this form as a component of your bid may result in rejection of your bid.
Our company/organization is a Wisconsin-certified Minority Business Enterprise (MBE).
 Yes
 No
Our company/organization is a minority business but has not yet received Wisconsin
certification (please provide details): _____________________________________________
 Yes
 No
We are aware of the WisDOT’s goal to spend at least 5% of their total annual purchasing
dollars with state-certified MBE firms.
 Yes
 No
 Yes
 No
 Yes
 No
We are aware that if awarded this contract/project our company/organization will provide
monthly or quarterly reports to WisDOT reporting all expenditure activity directed to MBE
subcontractors or second-tier MBE suppliers that directly relate to this contract. (Any noncertified minority businesses could be a potential subcontractor/second-tier supplier--indicate
these on your plan. WisDOT will work with those businesses for possible certification.)
Subcontractors: Our company/organization intends to subcontract at least 5% dollar volume
with certified MBE firms listed below (names, addresses, telephone numbers):
Second-tier Suppliers: In addition to direct subcontracting efforts, your company/organization can help WisDOT
achieve the 5% goal by managing your second-tier minority purchases. Second-tier business refers to incidental
business expenses your company may spend with Wisconsin-certified MBE firms as it pursues the normal course of
business supplying the WisDOT-contracted products or services. Here are some examples:
 Percentage of your office supplies specifically used during the course of this contract/project.
 Percentage of uniform costs for staff performing this contract/project.
 If you travel to perform this contract/project, you could use a state-certified MBE travel agency and report that
expense.
 Percentage of facilities maintenance services for facility(ies) directly used by your staff during the course of
this contract/project.
These second-tier expenses can only be reported to the extent that they directly relate to your business with WisDOT.
The percentage of the expense you can report is determined by the amount of your WisDOT sales as it relates to
your total sales volume. Per the terms of your contract, you should actively pursue directing business towards these
types of companies, and report your efforts in this regard on a monthly basis.
*************************************************************************************************************************************
In paragraph form, describe your company/organization’s commitment/action plan with regard to the planned use of
state-certified MBE businesses in subcontracting efforts, as well as developing MBE second-tier suppliers. Please list
your specific commitments (attach sheet, if necessary).
SIGNATURE: ______________________________________ DATE: _____________________________
PRINTED NAME & TITLE: _______________________________________________________________
COMPANY: ___________________________________________________________________________
WISCONSIN DEPARTMENT OF
TRANSPORTATION
BID #265135
Truax Complex Snow plowing
Page 19 of 21
ATTACHMENT C
SITE VISIT VERIFICATION
(Complete and return in bid submittal)
THIS IS TO CERTIFY THAT _________________________________________________________
Company/Organization Name
HAS VISITED THE SITE AND UNDERSTANDS THE SNOW/ICE REMOVAL SPECIFICATIONS,
SNOW REMOVAL MAP, AND ALL CONDITIONS OF BID.
Signed by: ____________________________________________________________
(Vendor Signature)
Printed Name & Title: ____________________________________________________
Date: _______________________
WISCONSIN DEPARTMENT OF
TRANSPORTATION
BID #265135
Truax Complex Snow plowing
Page 20 of 21
ATTACHMENT D
SNOW PLOWING & ICE REMOVAL SERVICES
BIDDER QUALIFICATIONS SHEET
(Complete and return in bid submittal)
Bidder: _____________________________________________________________________
Years in ‘commercial’ snow plowing business: ____________
List vehicles and equipment and their sizes that will be used on this contract. List snow
plowing equipment, salt/sanding equipment, snow-blowing equipment, and any other items.
Vehicles must be a minimum of one (1) 3/4-ton pick-up truck with plow and one (1) end loader, if
weather conditions dictate its use to move or pile snow.
¾-ton Pick-up Truck with plow or larger
If larger than ¾-ton Pick-up, list on next line what will be used most often:
_____________________________________________________________
End Loader - size ______________________________________________
_____________________________________________________________
_____________________________________________________________
_____________________________________________________________
_____________________________________________________________
_____________________________________________________________
_____________________________________________________________
_____________________________________________________________
_____________________________________________________________
_____________________________________________________________
WISCONSIN DEPARTMENT OF
TRANSPORTATION
BID #265135
Truax Complex Snow plowing
Page 21 of 21
ATTACHMENT E
SNOW PLOWING & ICE REMOVAL SERVICES
ITEMIZED BID SHEET
(Complete and return in bid submittal)
Bidder: _________________________________________
Lines 1-6 must include all costs for plowing driveways, entire parking lots, in front of garage doors, storage yard, and clearing
all sidewalks & entrances. See specifications and enclosed maps for details of the contract requirements.
Estimated
Unit
Total
Estimated Quantity is for Bid Purposes Only
Quantity
Unit
Price
Amount
1) Snow removal 1" to 2" deep,
each snowfall
8
ea
$________
$_________
2) Snow removal 2.1" to 4" deep,
each snowfall
12
ea
$________
$_________
3) Snow removal 4.1" to 6" deep,
each snowfall
8
ea
$________
$_________
4) Snow removal 6.1" to 9" deep,
each snowfall
5
ea
$________
$_________
5) Snow removal 9.1" to 12” deep,
each snowfall
3
ea
$________
$_________
6) Snow removal 12.1" or more,
each snowfall
2
ea
$________
$_________
7) De-icing: Salt or Salt/Sand application
on driveways and entire plowed areas,
includes cost of salt or salt/sand material
20
ea
$________
$_________
8) De-icing: Salt or Salt/Sand application
on all sidewalks and entrances,
any time of the day, includes cost of salt
or salt/sand material
22
ea
$________
$_________
9) Snow plowing driveways, parking lot ‘rows’
between parked vehicles, other areas and
clearing all sidewalks and entrances,
during business hours of building,
6” or more snowfall, cost for each time
2
ea
$________
$_________
10) De-icing: Salt or Salt/Sand application
2
on driveways, parking lot ‘rows’
between parked vehicles, other areas,
during business hours of building, 6” or more snowfall
ea
$________
$_________
10) Extra Sidewalk & Entrance Snow
Blowing and/or Shoveling, during
open hours of building, when ‘not’ plowing,
on request of facility manager, for
1” to 6” snowfall; cost for each clearing
ea
$________
$_________
4
GRAND TOTAL (for bid purposes only) $_________
Calcium chloride, as detailed in De-icing Specification #2, on page 10, for WisDOT staff use: $___________/bag
Hauling of Snow--only if approved by WisDOT DBM BBS Facilities Mgmt contract manager or supervisor:
AND/OR
Front-end loader
Dump Truck
Load Charge
1
1
1
hr
hr
ea
$___________
$___________
$___________
Download