GENERAL REQUIREMENTS:



Similar documents
GREENFIELD MIDDLE SCHOOL ROOF PROJECT

Translation Services for Parent Meetings. Lynbrook/East Rockaway Herald

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

Request for Statements of Qualifications # for Electric Motor Repair

CONTRACTOR GUIDELINES

ALLEGANY COUNTY DEPARTMENT OF PUBLIC WORKS 7 Court Street, Room 210 Belmont, NY Telephone: Fax: NOTICE TO BIDDERS

ATTACHMENT A.6 INSURANCE REQUIREMENTS ROUTINE CONSTRUCTION, MAINTENANCE AND REPAIR PROJECTS

Department of Purchasing & Contract Compliance

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.

INDEPENDENT CONTRACTORS AGREEMENT

REQUEST FOR PROPOSALS SPEC. # 4995

Greater Dayton Regional Transit Authority 4 S. Main Street Dayton, OH 45402

RFP Request for Proposal Drain and Sewer Line Maintenance Services

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

CALIFORNIA DEPARTMENT OF TRANSPORTATION CONTRACTOR LIABILITY INSURANCE

EXHIBIT A BONDS AND INSURANCE REQUIREMENTS AND FORMS

CERTIFICATE OF LIABILITY INSURANCE

REQUEST FOR QUOTES (RFQ)

OYSTER POINT MARINA PLAZA 395 & 400 Oyster Point Boulevard, South San Francisco, CA T. (650) / F. (650)

REQUEST FOR SEALED, COMPETITIVE QUOTES FOR TEMPORARY PERSONNEL SERVICES COMPOST SITE GATEKEEPERS. January 19, 2016

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

REQUEST FOR COMPETITIVE QUOTES

ADDENDUM A1. Subcontractor Insurance Requirements

P. Insurance Submittal Address: All Insurance Certificates requested shall be sent to the Clark County Purchasing and Contracts Division, Attention:

1. Applicants must provide information requested in the section titled Required Information.

NIAGARA FALLS WATER BOARD

Stephenson County, Illinois

INSURANCE REQUIREMENTS

CITY OF CORNING REQUEST FOR PRICE QUOTES PAVEMENT MARKINGS

NEWBURGH ENLARGED CITY SCHOOL DISTRIST NEWBURGH, NEW YORK REQUEST FOR PROPOSAL ARCHITECTURE SERVICES

Request For Price. Work Schedule The project shall commence within a reasonable time of the request.

STAMFORD PUBLIC SCHOOLS PURCHASING DEPARTMENT P.O. BOX 9310 STAMFORD, CT (203) E-RATE CONSULTING SERVICES FOR STAMFORD PUBLIC SCHOOLS

CERTIFICATE OF LIABILITY INSURANCE

GENERAL SPECIFICATIONS REHABILITATION RESIDENTIAL CONTRACTORS HANDBOOK

SECTION 3 AWARD AND EXECUTION OF CONTRACT

ARTICLE 11. INSURANCE AND BONDS

INVITATION FOR PRICE QUOTES FIRE HOSE TESTING

Request for Quotation (RFQ) Hydrilla management via benthic matting in Henrietta, NY. Re-Release Date: Monday, December 7, 2015

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

REQUEST FOR PROPOSALS FOR CONSTRUCTION MANAGEMENT AT-RISK FOR LOGANVILLE ELEMENTARY SCHOOL (REPLACEMENT) FOR THE WALTON COUNTY SCHOOL DISTRICT

CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

Minimum Insurance Requirements for Construction, Non- Construction, Consultants and Professional Design Contracts

Attachment 4: Insurance Requirements

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

STATE OF GEORGIA DEPARTMENT OF TRANSPORTATION OPEN AGENCY SERVICE CONTRACT

RFP Request for Proposal Fire Protection Systems Services

REQUEST FOR QUOTES FOR. On-Call Plumbing Contractor

Department of Purchasing & Contract Compliance

EXHIBIT J CERTIFICATE OF LIABILITY INSURANCE

Town of Durham. Selectman s Office P.O. Box 428 Durham, CT Request for Qualification

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

SPECIFICATIONS FOR WEED CUTTING/STREET TREE TRIMMING/REMOVAL RFQ NO MARY ANN MILLER, CPPO PURCHASING AGENT.

INDEPENDENCE TOWNSHIP OAKLAND COUNTY REQUEST FOR PROPOSALS LEGAL SERVICES

Town of Maiden. Request for Proposals For Sign Replacement Project

Subcontractor Insurance & Licensing Requirements Please provide the items below

ADVERTISEMENT FOR BIDS. Quotes will be received in the Office of the Purchasing Technician, Greenville Utilities

REQUEST FOR QUOTES SAFETY TRAINING - OVERHEAD CRANES / HOISTS RFP # 16S0325

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

REQUEST FOR QUOTE NUMBER: 09RD65575YB WILL BE RECEIVED UNTIL 1/21/2009

REQUEST FOR QUOTATION

INSURANCE REQUIREMENTS FOR ALL CITY CONTRACTS

MIDDLESEX COUNTY UTILITIES AUTHORITY REQUEST FOR QUALIFICATIONS FOR PROVIDING SERVICES AS THE AUTHORITY S HEALTH & SAFETY CONSULTANT 2016


THE GLOCESTER SCHOOL DEPARTMENT Request for Proposals G Architectural Services RIDE 5 Year Capital Plan

INDEPENDENT CONTRACTOR AGREEMENT - OR -

Unity Community Center Metal Roof Installation. Request for Bids

ELECTRICAL CONTRACTORS THE UNIVERSITY OF TENNESSEE KNOXVILLE, TENNESSEE SECTION PAGE 1

28. Time is of the essence in this Lease and in each and all of its provisions.

CITY OF POMONA. Request for Qualifications and Proposals. For

AUDIO/VISUAL PROJECT REQUEST FOR PROPOSAL RFP-BJ-1401

MATTCON GENERAL CONTRACTORS, INC. INSURANCE SPECIFICATIONS EXHIBIT B INSURANCE Subcontractor shall obtain insurance of the types and in the amounts

Request For Proposal. Furnish Schneider Business Park Signs Design Build Services. For the Cibolo Economic Development Corporation Cibolo, Texas

L ARAMIE C OUNTY C OMMUNITY C OLLEGE Cheyenne Wyoming

COC-Insurance Requirements Page 1 of 9

Schedule Q (Revised 1/5/15)

Ceres Unified School District INDEPENDENT CONTRACTOR AGREEMENT

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT PROJECT

SPECIALIZED SEATING AND WINDOW EQUIPMENT FOR MODIFICATION OF PRISONER TRANSPORTATION VANS


NEW YORK STATE OFFICE OF GENERAL SERVICES SURPLUS PROPERTY SALE - CABOOSE

STANDARD SUBCONTRACT AGREEMENT FOR BUILDING CONSTRUCTION

AGREEMENT BETWEEN THE CITY OF CRESTWOOD, MO AND BIEG PLUMBING COMPANY FOR ON-CALL PLUMBING SERVICE FOR THE PERIOD

WEXFORD COUNTY REQUEST FOR PROPOSALS

REQUEST FOR QUOTATION

ORDINANCE NO. 511 ORDINANCE ESTABLISHING A COST REIMBURSEMENT PROGRAM FOR THE INSTALLATION OF OVERHEAD SEWERS OR BACKFLOW PREVENTION DEVICES

Insurance Requirements for the City of Oshkosh

SPECIFICATIONS, TERMS AND CONDITIONS FOR PAVING PROJECT

City of New Rochelle New York. REQUEST FOR PROPOSAL Specification No. 5044

RECRUITMENT LETTER. To be included on our current bidders list, please fill in the Contractor Qualification Registration, which includes:

HYDRAULIC TABLE CART 500-LB.

Transcription:

The City of Olean is seeking proposals for removal and service of a 14ENL-3 Flowserve pump. This will involve removal, servicing, testing, and reinstallation of the pump from the City of Olean Water Treatment Plant s raw water pump station. GENERAL REQUIREMENTS: 1. The contractor shall meet the following insurance requirements: a. Furnish all labor necessary to perform the service provided for in this agreement and to maintain proper conduct of its employees and pay said employees in full accordance with the Fair Labor Standards Act as amended, and any other applicable statutes. b. The Contractor further agrees to assume all responsibility for damages to person or property that may accrue during the prosecution of the work through the negligence, of himself, his agents or employees, or from any other cause, and to save the City harmless therefrom. c. The Contractor shall have access to the premises for performance of services and for inspection purposes. d. INSURANCE REQUIREMENTS: Prior to award of contract, the successful bidder shall supply copies of insurance certificates as follows: I) Insurance covering claims under workers compensation, disability benefit and other similar employee benefit acts, against himself/herself or any of them, or by anyone whose acts any of them may be liable. II) Contractor s Protective Liability Insurance. Each Occurrence $1,000,000 Damage to Rented Premises (each occurrence) $1,000,000 Medical Expense (any one person) $1,000,000 Personal & Adv. Injury $1,000,000 General Aggregate $2,000,000 Products Comp/Op Agg $2,000,000 III) Automobile Liability Insurance: Combined Single Limit (each accident) $1,000,000 IV) Excess/Umbrella Liability: Each Occurrence $5,000,000 Aggregate $5,000,000 V) Worker s Compensation and Employer s Liability E.L. Each Accident $ 100,000 E.L. Disease Each Employee $ 100,000 E.L. Disease Policy Limit $ 500,000

GENERAL REQUIREMENTS (Continued) 2. The contractor shall use OEM Flowserve parts in the repair and servicing of the pump. No substitutes shall be permitted. A list of parts used shall be supplied to the City and approved prior to installation. 3. The contractor shall provide a minimum of a three (3) year warranty on the pump service work. 4. The City of Olean reserves the right to inspect the pump repair. In the event the City requests this, the contractor is to coordinate a time that City of Olean personnel can visit the shop and check on the repairs. 5. The bidding company MUST have a minimum of twenty (20) years experience in repairing vertical turbine pumps. This refers to the company itself, not the experience level of employees within the company. 6. The City of Olean may require the contractor supply a minimum of three (3) references from work on vertical turbine pumps that has been completed within the last three (3) years. 7. NYS Prevailing wage rules and regulations are in effect for this project. The project is located in Cattaraugus County, NY. 8. Certified copies of payrolls are to be submitted to the City of Olean prior to any funds being dispersed for payment of services. Refer to prevailing wage documents for more details. 9. A non-collusion statement must be signed by the bidder and attached with the quote. 10. This quote is in the form of a Not-to-Exceed quote. 11. The City of Olean reserves the right to accept or reject any or all bids.

The Contractor shall perform the following tasks (at a minimum): 1. Remove the motor from the pump electrical connection shall be disconnected and locked out by the City of Olean Electrician prior to motor removal. The motor shall be placed on a platform supplied by the City of Olean so that it may be removed and serviced by another contractor. 2. An electric hoist system is located within the structure, so no crane work will be required. The contractor must bring any required materials needed to pull the pump using the hoist. Please contact us if there are any questions. 3. Disconnect the pump housing from the distribution line in the raw water pump station. Though there is a check valve and a gate valve, the contractor will be required to bolt a blind flange (as supplied by the City of Olean) on the end of the line. 4. Remove the pump from the pit. This will require disassembly of the pump as it is being pulled out of the pit. Extreme care must be taken so as to not drop any debris into the sump pits below the floor. If anything is dropped into the sump pit, the City shall be informed immediately. While this is a raw water source, the contractor is responsible for removing any items that fall in and are deemed to be a hazard to the water or pump. 5. Remove the pump components from the plant and take them to the contractor s repair facility to be serviced. 6. Servicing the pump: a. Fully disassemble, clean, and perform a repair assessment to confirm parts and service needed to restore OEM tolerances and OEM hydraulic performance. This bid must take into account any repairs that could surface during inspection. i. In addition to any unrepairable parts, the following items MUST be replaced regardless of condition: Qty Item 1 O-ring 2 Lineshaft bearings 1 Set Screw 3 Bearing sleeves 1 Flange Gasket 2 O-rings 2 Lantern Rings 1 Sleeve 2 Rubber Bearings 1 Packing Set 4 O-rings 1 Bearing Sleeve b. Dynamically balance impellers for EACH stage to ISO 1940 G 1.0 tolerance. The contractor shall provide certification of such to the City of Olean before any payment for services rendered will be made. c. All materials used on the pump MUST be OEM parts the contractor shall provide a list of all OEM parts along with proof of purchase (receipts) certifying said materials. 7. All exterior surfaces shall be cleaned, scraped, and repainted with NSF approved epoxy paint. The City of Olean MUST approve the material before painting of the pump. 8. The pump then can be returned to the water plant and re-installed by the contractor. Components must be disinfected with a chlorine solution (as approved by the City of Olean) prior to installation into the pit. 9. The contractor shall connect the pump to the distribution line. 10. The contractor shall place the motor onto the pump and reconnect it to the pump. All electrical connections will be done by the City of Olean Electrician. 11. Impellers shall be adjusted to OEM performance. 12. Upon completion of the installation, the contractor is to start up the pump and motor with the guidance of City of Olean water plant personnel.

NON-COLLUSIVE BIDDING CERTIFICATION BY SUBMISSION OF THIS BID OR PROPOSAL, THE BIDDER CERTIFIES THAT: [1] This bid or proposal has been independently arrived at without collusion with any other bidder or with any competitor or potential competitor. [2] This bid or proposal has not been knowingly disclosed and will not be knowingly disclosed, prior to the opening of bids or proposals for this project, to any other bidder, competitor or potential competitor. [3] No attempt has been or will be made to include any other person, partnership or corporation to submit or not to submit a bid or proposal. [4] The person signing this bid or proposal certifies that he fully informed himself regarding the accuracy of the statements contained in this certification, and under the penalties of perjury, affirms the truth thereof, such penalties being applicable to the bidder a well as to the person signing in its behalf, BIDDER BY: DATED:

QUOTATION SUBMITTAL Company Contact: Company Name: Company Address: Company Phone/Fax: Company E-mail: Flowserve 14ENL-3 pump servicing quote: (NOT-TO-EXCEED QUOTE) $ Signed By: Print Name: Date: DEADLINE: July 20 th, 2015 Please Return Quotation and Non-Collusion Statement to: City of Olean Water Filtration Plant 1332 River Street Olean, NY 14760 RE: Pump Servicing Quote OR Send Digital Format (PDF) to: dwalker@cityofolean.org with Pump Servicing Quote in title line. Contact: Rich Graves or Dale Walker at 716-376-5699 for more information.