COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF TRANSPORTATION SPECIFICATIONS FOR ELECTRICAL MAINTENANCE ANR REPAIR CONTRACT

Similar documents
STATEMENT OF WORK PREVENTATIVE AND/OR CORRECTIVE Building MAINTENANCE SERVICE Materials Testing Laboratory

COUNTY EXECUTIVE On behalf of the City of Pittsburgh

Snow Removal Services Request for Proposals December 1, April 30, 2019

APPENDIX G WATER DISTRICT MAIN EXTENSION AGREEMENT

STATEMENT OF WORK. Installations, Repair and/or Maintenance of Sewage and Drain Lines. Presque Isle State Park (Erie County)

SAMPLE SUBCONTRACTOR AGREEMENT

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1606 FOR SALE OF SURPLUS GRAVEL

PIERCE COUNTY INVITATION TO BID SURPLUS PROPERTY SALE NUMBER 1022 FOR SALE OF SURPLUS GRAVEL

GENERAL SPECIFICATIONS Southcentral Region PR Dozer Line Construction

Drexel University Independent Contractor Service Provider Agreement. Name: [ ] Limited Liability Company [ ] Professional Corporation

City of Portsmouth, Portsmouth, NH School Department Electrical Repair Services INVITATION TO BID

CONTRACT SPECIFICATIONS/AGREEMENT FOR TRANSPORTATION AND DISPOSAL OF TIRES FOR TOWN OF PHIPPSBURG, MAINE SOLID WASTE TRANSFER STATION

SOUTH PORTLAND SCHOOL DEPARTMENT Invitation to Bid MSA SCHOOL FENCING CONTRACTOR

APPENDIX A. Main Extension Agreement (MEA)

LANCASTER COUNTY SOLID WASTE MANAGEMENT AUTHORITY REQUEST FOR PROPOSAL. for. Construction & Demolition Waste Characterization Study

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

Bids are due by 10:30 a.m. local time, Friday March 31, Sealed bids may be mailed or brought in person to:

Great Parks of Hamilton County Mulching Landscape Beds and Tree Rings Request for Proposal February 1, 2019

RICE UNIVERSITY SHORT FORM CONTRACT

253 Snyder Road Reading, PA September 8, 2015

INVITATION TO QUOTE. The Regional District of Fraser Fort George invites written quotations for the following:

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

INVITATION TO BID. Purchase of 2019 Requirements of Road Materials, as needed

BERRIEN COUNTY ROAD DEPARTMENT

GENERAL SPECIFICIATIONS TABLE OF CONTENTS

SPECIAL CONDITIONS: Description:

SEWER LATERAL REPAIR APPLICATION

NEW HANOVER COUNTY FINANCE DEPARTMENT 230 Government Center Drive Suite 165

CONTRACT for PLUMBING REPAIR SERVICES

PURCHASING DEPARTMENT PENNSYLVANIA TURNPIKE COMMISSION P.O. BOX HARRISBURG, PA (717) REQUEST FOR QUOTATION

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

1. Advertisement for Bids: Delete with additive alternate bid items as shown on revised Advertisement for Bid.

Commonwealth of Pennsylvania

STATEMENT OF WORK I. SCOPE OF WORK

(I) (We) understand that any alteration/strike out of the Contract/Bidding Requirements or Special Provisions pages will void my bid.

REQUEST FOR PROPOSAL AND RESPONSE TO EVICTION SERVICES

MASTER AGREEMENT FOR PROJECT MANAGEMENT AND CONSTRUCTION MANAGEMENT SERVICES WITNESSETH TERM

Jackson County Parks Special Event Application Jackson County, MI

Construction of the Leased Premises

REQUEST FOR PROPOSALS RFP#75-18

Montour Area Recreation Commission (MARC) North Branch Canal Trail Construction Invitation to Bid. Application Terms and Conditions

7/14/16. Hendry County Purchase Order Terms and Conditions

TERMS AND CONDITIONS

COMMUNITY SERVICES 520 BOND PARK POLICIES & PROCEDURES

L IBERTY C OUNTY, T EXAS

INVITATION TO BID. PRESSURE WASH & PAINT EXTERIOR of Six (6) FIRE STATIONS BID #

Right to Refuse The City of Coralville reserves the right to reject any and all bids and to waive any technicalities in the bidding process.

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

SHIAWASSEE COUNTY ROAD COMMISSION PROPOSAL FOR 2017 CRACK FILLING PROGRAM

Attached are two forms. Please execute, sign and return to each of the following:

#2 Fuel Oil, Heating Systems Service January 1, 2018 December 31, 2018

PROPOSAL LIQUID MAGNESIUM CHLORIDE

BERRIEN COUNTY ROAD COMMISSION

Invitation To Bid. for PURCHASE OR LEASE OF CARDIOVASCULAR EQUIPMENT 2016

Request for Proposal. Gateway Refresh (UCC Router Upgrade)

REQUEST FOR PROPOSALS PENSION and OPEB CONSULTING SERVICES

Human Services Building Roof Project (4 flat roofs)

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

Canteen Services Grafton Ball Complex / Haldimand Community Memorial Arena

PROPOSAL LIQUID CALCIUM CHLORIDE

COUNTY OF ALLEGHENY DIVISION OF PURCHASING AND SUPPLIES 436 GRANT STREET ROOM 206 COURTHOUSE PITTSBURGH PA 15219

GENERAL: WITNESSETH: That the said Contractor and the said District, for consideration hereinafter named agree as follows: DESCRIPTION OF WORK:

Invitation To Bid. for

CITY OF DECATUR. Guide to Filming, Taping and Photographing

Request For Proposal (RFP) for

RFP GENERAL TERMS AND CONDITIONS

WYOMING COUNTY DEPARTMENT OF BUILDINGS & GROUNDS BID FOR. Spray foam services At. Wyoming County of Wyoming. Animal shelter

TOWN OF PRESCOTT VALLEY Public Works 7501 E. Civic Cr. Prescott Valley, AZ Solicitation Number: RFP 12/13

CHARLOTTE DOUGLAS INTERNATIONAL AIRPORT INVITATION TO BID

MERAMEC VALLEY R-III SCHOOL DISTRICT 126 North Payne Street Pacific, MO REQUEST FOR PROPOSAL #2 FUEL OIL

GLENVIEW PARK DISTRICT 1930 PRAIRIE STREET GLENVIEW, ILLINOIS (847)

City of Beverly Hills Beverly Hills, CA

ROAD COMMISSION FOR IONIA COUNTY

WEST VALLEY SANITATION DISTRICT

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

VILLAGE OF LIBERTYVILLE, ILLINOIS 2015 CO-RAY-VAC HEATING SYSTEM

SPECIFICATIONS & CONTRACT BID FOR STREET SWEEPING & PARKING LOT SWEEPING FOR CITY OF KERMAN FRESNO COUNTY, CALIFORNIA

QUOTATION FORM. CLOSING DATE AND TIME: January 24, 2017 at 3:00 P.M.

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

Pole Attachment Application Small Cell/DAS

Alabama State Port Authority

Earnhart Hill Regional Water & Sewer District Resolution

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

VILLAGE OF LIBERTYVILLE, ILLINOIS STREETLIGHT MAINTENANCE

SURPLUS BID ATTACHMENT

Warner Robins Housing Authority

Construction Management Contract This agreement is made by (Contractor) and (Owner) on the date written beside our signatures.

REQUEST FOR PROPOSAL FOR LUZERNE COUNTY SOLID WASTE MANAGEMENT DEPARTMENT FLUORESCENT LIGHT COLLECTION, RECYCLING AND DISPOSAL CONTRACT

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

Central California Auto Show Booth Exhibitor Information

EAST GOSHEN TOWNSHIP SPECIFICATIONS FOR TREE PRUNING and TREE REMOVAL Bid Opening April 16, 2018

GRAVEL RESURFACING OF ROADS

SPECIFICATIONS 1. LOCATIONS OF WORK

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

TULLAHOMA UTILITIES BOARD TULLAHOMA, TENNESSEE INVITATION TO BID FOR UNDERGROUND TRENCH LESS CONDUIT INSTALLATION

REQUEST FOR PROPOSAL FOR ARMORED CAR SERVICES

EXHIBIT C PROFESSIONAL SERVICES CONTRACT TEMPLATE

Invitation To Bid. for

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

INVITATION TO BID COLLECTION AND DISPOSAL OF SOLID WASTE AND BULK TRASH FOR THE TOWN OF THURMONT, MARYLAND CONTRACT NO. T-16-1

Transcription:

COMMONWEALTH OF PENNSYLVANIA DEPARTMENT OF TRANSPORTATION SPECIFICATIONS FOR ELECTRICAL MAINTENANCE ANR REPAIR CONTRACT FOR Maintenance District 4-4, Pike County ADDRESS: 101 BENNETT AVENUE PHONE: (570) 296-7193 FAX: (570) 296-5524 Page 1 of 5

Contractor Requirements 1. Contractors bidding on this contract must have a minimum of three (3) years experience in commercial electrical maintenance and appropriate licensure in the Commonwealth of Pennsylvania. Credentials must be submitted and approved prior to contract award. 2. The contract shall have a term of two (2) years. 3. Contractor must respond and perform emergency repairs 365 days a year, 24 hours a day and be at site within three (3) hours of initial emergency call. An emergency is defined as a situation that causes a significant safety hazard or could cause significant structural damage and all work must be approved by the County Contact person. 4. All quantities for parts and labor listed on the purchase order are an estimate and payment will be based on actual usage. Description of Work 1. The work under this contract includes, but is not limited to, furnishing material, equipment and labor necessary to service, maintain, replace, repair, or relocate existing or planned electrical devices, fixtures, appurtenances, generators, and/or systems at all PENNDOT owned sites within Pike County. Stockpile sites are below. 2. All work shall meet or exceed the electrical regulations of the Pennsylvania Department of Labor and Industry, UCC and requirements contained in the latest edition of the National Electrical Code of the National Board of Fire Underwriters. The work shall be performed in accordance with all State and Local laws, codes, and ordinances. 3. All replacement materials shall be designed, manufactured, and tested in accordance with the latest standards of the IEEE, ASTM, NEMA, an ANSI, and shall bear the label of approval of the National Board of Underwriters as applicable. 4. The Department does not guarantee a minimum number of hours beyond those required for the scheduled maintenance activities described in this contract. 5. Material and workmanship shall be guaranteed for a period of one year. Contractor shall be responsible for making adjustments during this period due to any defective material and/or workmanship. Planned Work The contractor will tour each site with a County Contact person or designee to determine the Planned Work/ Task List. This will include a review of all electrical devices, fixtures, appurtenances, generator and/or systems for proper operation and maintenance of same. Any and all deficiencies, malfunctions, unsafe conditions, or required repairs to electrical systems, devices, appurtenances, fixtures, etc., shall be documented in writing For each site, the contractor will provide a detailed description, cost breakdown and schedule for completion to the County Contract person. After review and revisions, the resulting Task List would then be considered Planned Work. One 7.5 hour day will be allotted for the tour and a separate line bid for this item. Page 2 of 5

This work shall be performed during regular business hours, M-F, excluding Commonwealth observed holidays. No work may commence without prior approval from the County Contract Administrator. The bid for this work will be per hour for the time of one (1) master electrician and one (1) apprentice/helper multiplied by the estimated hours. Emergency Call This work is intended to provide emergency service to the designated locations at all times not classified under the previous Planned Work description. The contractor will provide a 24/7 contact phone number or numbers to the County Contract Administrator. If required, the contractor will respond, on site, within 3 hours of receiving the call. No work may commence without the approval of the County Contract Administrator or their onsite designee. At no time will work performed during regular business hours be compensated at the premium rate. The bid for this work will be designated premium per hour for the time of one (1) master electrician and one (1) apprentice/helper multiplied by the estimated hours. An emergency is defined as a situation that causes a significant safety hazard or could cause significant structural damage. Materials & Equipment There will be an allowance of $8,000.00 added to the total value of this contract to cover the cost of materials. The department will reimburse the contractor only those amounts that can be verified with a suppliers invoice. Bulk material reimbursement requests must be accompanied by an invoice from the supplier that gives sufficient information to determine unit cost. The department will not reimburse the contractor for the cost of an operator for rented equipment. The contractor is entitled to a 15% mark up for all material purchases that apply to the specific task being invoiced. The mark up will be applied once invoices are submitted. A lift truck may be required for accessing light fixtures, lines, etc. The bid for the lift truck will be per hour multiplied by the estimated hours. Hours of Work The contractor will normally perform work during the hours of 7:00 a.m. and 3:00 p.m., Monday through Friday, except on Department holidays, unless otherwise directed by the County Contract Administrator. The contractor is advised that if an emergency condition should occur, he may be required to work holidays, Saturdays and/or Sundays, and/or as directed by the County Contract Administrator. Authorization to do Work It is distinctly understood and agreed under this contract that the contractor shall perform such work and furnish such materials as authorized in writing by the County Contract Administrator or their designated representative. Payment All labor and materials used at the facility will be documented in a service order. This service order will be signed by the contractor s representative and by the County Contact person or his/her designee following completion of work assignment, with a copy for each party. This order shall serve as a confirmation of services. An invoice must be completed and sent to the address on the purchase order in order for payment to be made. Page 3 of 5

INSURANCE PROVISIONS The awarded contractor shall purchase and maintain, at its expense, during the term of this contract and any renewals or extensions thereof, the following types of insurance issued by companies acceptable to the Commonwealth of Pennsylvania. 1. Workmen s compensation insurance sufficient to cover all of the employees of the contractor working to perform this contract, as required by the laws of the Commonwealth. 2. Comprehensive general liability insurance, property damage insurance, and, where appropriate, automobile liability insurance. The minimum amounts of coverage shall be $250,000 per person and $1,000,000 per occurrence for bodily injury, including death, and $250,000 per person and $1,000,000 per occurrence for property damage. These coverages shall be occurrence-based. The policy(ies) shall name the Commonwealth as an additional insured and shall contain a provision that the coverages afforded there under shall not be cancelled or changed unless at least thirty (30) days prior written notice has been given to the Commonwealth. Prior to the commencement of work, the contractor shall provide PennDOT with a current certificate(s) of insurance showing the required coverages and provisions. 3. Your attention is directed to the hold harmless and indemnification provisions: Contractor agrees to save harmless and indemnify the Commonwealth, its officers or agents from all damages, costs of expenses that may at any time be imposed or claimed as a result of the performance of this contract. Page 4 of 5

Sites STOCKPILE 01 PENNDOT MAINTENANCE BUILDING 101 BENNETT AVENUE STOCKPILE 02 MILFORD DOME STOCKPILE ROUTE 6 & I-84 INTERSECTION MILFORD TOWNSHIP STOCKPILE 08 DINGMANS STOCKPILE WILSON HILL ROAD ½ MILE FROM ROUTE 209 DELAWARE TOWNSHIP DINGMANS FERRY, PA 18328 STOCKPILE 12 BLOOMING GROVE STOCKPILE BLOOMING GROVE ROAD 0.7 MILES FROM RT 739 INTERSECTION BLOOMING GROVE TOWNSHIP BLOOMING GROVE, PA 18428 STOCKPILE 13 - GREENTOWN STOCKPILE CREEK & HEMLOCK GROVE ROADS INTERSECTION GREENTOWN, PA 18426 Page 5 of 5