CONTRACT DATA SHEET Monroe County Division of Purchasing 200 County Office Building, Rochester NY 14614 TITLE: DRAIN CLEANING SERVICE CONTRACT #: 0510-08 (4700006459) CONTRACT DATES: 06/18/08 06/30/12 BUYER: Sharon A. Berndt PHONE: 585/753-1110 FAX: 585/753-1104 VENDOR(S): MONROE PIPING & SHEET METAL, LLC 68 HUMBOLDT STREET ROCHESTER, NY 14609 PHONE: (585) 482-0200 FAX: (585) 482-6516 1
TERMS AND CONDITIONS BID ITEM: FOR: DEPARTMENT CONTACT: DRAIN CLEANING SERVICE DEPARTMENT OF ENVIRONMENTAL SERVICES John Hale, (585) 753-7573 DUPLICATE COPIES: PLEASE SUBMIT YOUR BID IN DUPLICATE; THE ORIGINAL AND ONE (1) COPY. BID INFORMATION: SUBMITTAL OF FORMAL PROPOSAL: SPECIFICATION ALTERATIONS: QUANTITIES: BRAND REFERENCE: At the time of bid, the bidder shall supply detailed specifications covering the item(s) contained herein and shall clearly indicate any areas in which item or items offered do not fully comply with the specifications contained herein. Bid proposal must be legible and submitted in the original form, bearing an original signature. COPIES AND FACSIMILES ARE NOT ACCEPTABLE. All bidders must submit proof that they have obtained the required Worker's Compensation and disability benefits coverage or proof that they are exempt. Specifications will be construed to be complete and be considered the entire description of the goods or services upon which Monroe County is now seeking bids. Only formal written addenda can materially alter this set of specifications. No verbal statement made by a Monroe County employee or anyone else is binding nor shall such statement be considered an official part of this public bid proposal. The quantities listed on are the estimated annual requirements and should not be construed to represent either maximum or minimum quantities to be ordered during the contract term. References to a manufacturer's product by brand name or number are done solely to establish the minimum quality and performance characteristics required. Bidders may submit bids on alternates, but must attach two (2) copies of manufacturer specifications for any alternate at the time of the bid. Further, the bidder must demonstrate that the alternate proposed has a sufficient operating track record to show the equipment will perform per the specified brand. The acceptance of a bidder's alternate rests solely with Monroe County. 2
QUALIFIED BIDDER: METHOD OF AWARD: Each bidder must be prepared to present satisfactory proof of his capacity and ability to perform this contract. Such proof may include, but is not limited to, an inspection of the bidder s facilities and equipment, financial statements, references and performance of similar contracts. The Purchasing Manager reserves the right to reject any bid where the bidder cannot satisfy the County as to his ability to perform. Monroe County reserves the right to reject any and all bids if the Monroe County Purchasing Manager deems said action to be in the best interests of Monroe County. Monroe County intends to award the bid to the lowest responsive and responsible bidder, based on the TOTAL. The County reserves the right to reject any and all bids if the Purchasing Manager deems said action to be in the best interest of the County. CONTRACT TERM: Contract will start with the date of the contract award and run through June 30, 2009, with the option to renew the contract up to four (4) additional twelve (12) month periods with the mutual consent of both parties. PRICE CHANGES: Price changes may be proposed by either party no later than forty-five (45) days prior to contract extension, based upon manufacturer price changes which must be supported with documentation. Should price changes not be acceptable to both parties, the contract will not be extended. Prices may change only at the time of extension. MINIMUM ORDER: DELIVERY: PURCHASE ORDER ISSUANCE: BILLING PROCEDURE: No minimum order is specified for this contract. Agencies must be able to order as needed. Political subdivisions and others authorized by law may participate in this contract. All deliveries to be F.O.B. Monroe County to agency as specified by a Purchase Order. Delivery costs must be built into the unit prices bid. Deliveries must be made within two (2) weeks after receipt of purchase order number. The County reserves the right to terminate the contract in the event the specified delivery time is not met. Delivery of services may be directed by the receipt of a Purchase Order only. Items that are not part of this bid will not be paid for by Monroe County. As to all purchase orders issued by Monroe County, exceptions may only be authorized, in writing, by the Purchasing Manager or her authorized agent prior to delivery. All invoices for items sold any authorized agency as a result of this contract must be billed in the following manner: Purchase Order #, Quantity, Description of Item Purchased, BP#, Item #, Extension and Total. ALL INVOICES MUST BE MARKED WITH THE PURCHASE ORDER NUMBER. INVOICES WITHOUT THIS INFORMATION WILL NOT BE PROCESSED FOR PAYMENT. 3
WARRANTY/ GUARAGUARANTEE: UNCONTEMPLATED PURCHASES: SUBCONTRACT: RELATED ITEMS: REPORT OF PURCHASE: OTHER AGENCIES: All warranties by manufacturer shall apply. Bidder shall, as part of its proposal, furnish its warranty/guarantee for all goods/services to be furnished hereunder. As a minimum, Bidder shall warrant all goods for a period of one (1) year from date of acceptance. Bidder shall be obligated to repair or replace all defects in material or workmanship, which are discovered or exist during said period. All labor, parts and transportation shall be at Bidder's expense. Monroe County reserves the right to request separate bids for such quantities of items on this contract that may be best procured via separate public bid offering and to otherwise act in furthering its own best interests. The Contractor shall not subcontract any work without first obtaining the written consent of the Monroe County Purchasing Manager. The County reserves the right to add miscellaneous related items to this contract during the contract term upon agreement by both parties as to the price. Approval must be given in writing by the Purchasing Manager or his Designee. The Contractor must, upon request, provide the County Purchasing Manager with detailed information showing how much of each item was delivered, to any and all agencies under this contract. This includes deliveries to not only the County but any other municipality or agency which orders from this contract. The Contractor(s) must honor the prices, terms and conditions of this contract with political subdivisions or districts located in whole or in part within Monroe County. In addition, the contractor may, but is not required to, extend the prices, terms and conditions of this contract to any political subdivision or district located in New York State. Usage of this contract by any of these other political subdivisions or districts will have to be coordinated between that subdivision or district and the contractor. Orders placed against this contract between any subdivision or district will be contracts solely between the Contractor(s) and those entities. Monroe County will not be responsible for, nor will it have any liability or other obligation for, such contract between the Contractor(s) and any third party. 4
INDEMNIFICATION: The Contractor agrees to defend, indemnify and save harmless the County, its officers, agents, servants and employees from and against any and all liability, damages, costs or expenses, causes of action, suits, judgments, losses and claims of every name not described, including attorneys fees and disbursements, brought against the County which may arise, be sustained, or occasioned directly or indirectly by any person, firm or corporation arising out of or resulting from the performance of the services by the Contractor, arising from any act, omission or negligence of the Contractor, its agents and employees, or arising from any breach or default by the Contractor under this Agreement. Nothing herein is intended to relieve the County from its own negligence or misfeasance, or to assume any such liability for the County by the Contractor. Terms & Conditions-Term Contract-Commodity-Single Award.doc (8/03) 5
BP #0510-08 DRAIN CLEANING SERVICE SPECIFICATIONS 1.00 GENERAL: 1.01 SCOPE: The Monroe County Department of Environmental Services is seeking a qualified Bidder to perform DRAIN CLEANING throughout the Department of Environmental Services. The work to be done under this contract and in accordance with these specifications consist of furnishing of equipment, material, supervision, labor, technical knowledge and skills necessary to satisfactorily and safely complete the job. The Bidder shall perform all work required to complete the DRAIN CLEANING program. 1.02 PRE-BID INSPECTION: It shall be the Bidder's obligation to arrange a pre-bid inspection of the areas to be cleaned and to review all available data. Any failure by the Bidder to acquaint himself with all available information concerning the work will not relieve him from the responsibility of carrying out the work intended by this Contract. 1.03 CONTACT PERSON: Tom Tieppo Monroe County Department of Environmental Services Frank E. VanLare Wastewater Treatment Facility 1574 Lakeshore Boulevard Rochester N.Y. 14617 (585) 753-7633 Office (585) 202-0926 Cell 1.04 QUALIFICATION OF BIDDER: Consideration will be given only to Bidder's who can demonstrate that their background and technical abilities comply with the specifications. The County shall have the sole responsibility for determining from the information submitted by the apparent lowest Bidder if the proposed work meets the contract specifications. Should the apparent lowest Bidder fail to meet the requirements of the contract specifications as determined by the County's review of the Bidder's technical specifications, the bid shall be rejected and the next lowest Bidder shall be considered as the lowest Bidder. Bidders will not be allowed to submit the technical specifications a second time. However, additional supplementary information may be submitted, if required by the County. 6
1.05 SERVICE DESCRIPTION AND PRICING: This service will consist of DRAIN CLEANING. Cleaning shall be quoted at an hourly rate. A. Time Charges: The following applies to all service visits: 1. The total time is to be computed from the time of arrival at the job site to the time of completion of the service call, with the exception of any personal time (i.e. meal break) for the contractor. No time charge will be considered for the trip to or from the job site. 2. All time is to be computed to the nearest half hour. 3. A one (1) hour minimum time charge will be permitted for any service call. B. Mileage: There shall be no mileage charge allowed. C. Project Schedule: Prior to the performance of the work, the Bidder shall supply a work schedule to the plant or facilities manager of his designee. All work to be performed during normal working hours, 8:00 A.M. to 4:00 P.M. No work shall be done at any facility without the expressed written consent of the plant or facilities manager or his designee and must be approved at least twenty-four (24) hours in advance. All starting or stopping of equipment shall be done by Monroe County Personnel only, with the direction of the Supervisor of the appropriate department or his designee. All work shall be coordinated through the appropriate Supervisor or his designee. Any work related problems shall be brought immediately to the attention of the Supervisor. D. Experience: Bidders are reminded that they shall submit with their Bid a description of their firm as it pertains to DRAIN CLEANING. Documentation of a minimum of five (5) years experience in performing work of similar size and scope must be included. 7
E. Safety and Precautions: Safety practices shall include, but are not limited to the following requirements: 1. Occupational Safety and Health Act. 2. Accident Prevention Manual for Industrial Operations, National Safety Council 3. Applicable state and local safety operating procedures. 4. Owner's safety practices. 5. National Fire Protection Assoc. - NFPA 70E 6. American National Standards for Personnel Protection 2.00 EQUIPMENT: 2.01 EQUIPMENT DESCRIPTION (WATER JET): The drain cleaning (3 thru 24 ) shall be performed at an hourly rate with a Spartan model 798 water jet or approved equal with the following features: a) 83 HP Kubota Turbo Charged Diesel Engine b) 4000 PSI Maximum Pressure with Pulsation c) 18 GPM Maximum Flow d) 500' of 1/2" Thermal Plastic Cleaning Hose e) 150' of 5/8" Supply Hose Mounted on Reel f) 15' of 1/2" Orange Leader Hose g) Schedule 80 PVC Hydraulic Fill Pipe h) 300 Gallon Water Tank i) Dial-A-Pressure: Engine Setting #1 1000 PSI (handgun) j) Engine Setting #2 2000 PSI (root cutter) k) Engine Setting #3 3000 PSI l) Engine Setting #4 4000 PSI m) Single Axle Trailer n) Hydraulic Brakes o) Automatic Low Oil Pressure Shutdown System p) Automatic Engine High Temperature Shutdown System q) Pump Engagement Clutch (enables engine to warm up without running the pump) r) Hydraulic Hose Rewind s) Automatic High Pressure Safety Dump Valve t) Automatic Pressure Regulator u) Rear Operator Controls and Instrument Panel v) Wash down Gun w) Triplex Industrial Ceramic Plunger Pump 8
2.02 EQUIPMENT DESCRIPTION (DRAIN CLEANER): The Bidder shall provide a Rigid model K7500 Heavy Duty Drain Cleaner or approved equal with the following features: a) Cable Capacity: up to 250 b) Cable RPMs: 200 RPM c) Motor: 4/10 HP Universal d) Drum Capacity : 3/4" - 125, 5/8" - 150 e) Power feed mechanism with open design for easy maintenance, grease fittings, with Feed Capacity for advancing and retrieving cable up to 22 per minute. f) Full selection of tools, replacement blades, cables and other repair parts to ensure continuous operation of the equipment and job continuance. 2.03 EQUIPMENT DESCRIPTION (MISC.): The Bidder shall provide a color camera with a 512 MHz signal and locator to be used to track the "run" of the drain and to identify exactly where an un removable blockage is located. The Bidder shall provide all necessary tools, equipment, parts, materials and labor to perform the work necessary to provide successful completion of drain line cleaning, including floor demolition and drain repair if required and restoration of flooring and covering surface materials. Equipment operating skills: Skills and knowledge of the capabilities and non-capabilities of jetter and the rod machine are important. The Bidder shall provide trained, experienced personnel who have the key skill sets and experience as to: The proper operation, feeding and maintenance of the water jet equipment. What type and size of rod machine augers and cutters should be used and when. Experience in feeding the rod and being able to "feel" obstructions and stop the feed and work it back and forth. EXTRACTION OF BROKEN RODS: The Bidder shall take whatever corrective action is required to remove any broken rods from a drainline being cleaned, up to and including excavation and replacement of the line, at no cost to the County. 9
Sequence of Work: Interior drains: The Bidder shall supply a work schedule to the plant or facilities manager of his designee. The successful Bidder will work with the jetter during the initial attempts and the rod machine would follow if the jetter was unsuccessful. The rod machine would work at large debris and heavy blockages. In the event of an unremovable blockage, the color camera with the 512 MHz signal and locator will be used to track the "run" of the drain and to identify exactly where an unremovable blockage exists. The successful bidder will perform excavation in the exact location of the unremovable blockage and perform repairs to drain and flooring for interior drain runs. Flooring shall be restored to original material and cover surface. Each completed drain run cleaning shall be videographed with color camera and provided to the Supervisor of the appropriate department or his designee, prior to payment authorization. The videograph shall be either VHS videotape format or on DVD in Windows Media Audio/Video file format (WMV). 10
BP#0510-08 DRAIN CLEANING SERVICE UNIT PRICE SHEET DRAIN CLEANING SERVICE PER MAN $128.20 / PER HOUR 11