BID # UTILITY SERVICE CONTRACT SECTION C SPECIFICATIONS OWNER

Similar documents
BID # 19-6 UNDERGROUND ULITILITY SERVICE CONTRACT SECTION C SPECIFICATIONS OWNER

MIDDLESEX COUNTY COLLEGE 2600 WOODBRIDGE AVENUE P.O. BOX 3050 EDISON, NEW JERSEY 08818

BID #19-10 PARKING LOT ASPHALT PAVEMENT CRACK FILLING SECTION C TECHNICAL SPECIFICATIONS OWNER

BID # Bookstore & Gateway HVAC Controls Upgrade SECTION "C" TECHNICAL SPECIFICATIONS OWNER

MIDDLESEX COUNTY COLLEGE 2600 Woodbridge Avenue Edison, New Jersey REQUEST FOR PROPOSAL SQ # 10180

BID # CAMPUS ELEVATOR MAINTENANCE SPECIFICATIONS OWNER

BID # REPAIR AREA OF PARKING LOT DAMAGED BY WATER LINE LEAK SECTION C TECHNICAL SPECIFICATIONS OWNER

CITY OF CHINO HILLS. Request for Proposals (RFP) for On-Call and Emergency Repair Services Including Water and Sewer Systems

B. Branch Campus and Higher Education Centers - Quantity (4) Western Monmouth Freehold (1), Long Branch, (1) Wall, (1) Hazlet, (1)

BID # College Center EXTERIOR DOOR REPLACEMENT SECTION "C" TECHNICAL SPECIFICATIONS OWNER

REQUEST FOR PROPOSAL SQ # ENGINEERING / ARCHITECTURAL CONSULTING SERVICES HVAC UPGRADES CENTER BUILDINGS I, II, III & IV, L HOMMEDIEU HALL,

3.0 PERFORMANCE SPECIFICATIONS

REQUEST FOR QUALIFICATIONS ARCHITECTURAL

Bid # CHILD CARE CENTER PLAYGROUND SURFACE and EQUIPMENT INSTALLATION 2016 SECTION "C" TECHNICAL SPECIFICATIONS OWNER

THE SCHOOL BOARD OF SARASOTA COUNTY, FLORIDA MEMORANDUM

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018

NOTICE TO BIDDERS ADDENDUM TO BID. In addition, please note that the bid due date is changed to Thursday, February 16, 2017 at 10 AM.

PUBLIC WORKS MAINTENANCE WORKER I/II/III

REGULATOR SPECIALIST. Position Summary

PUBLIC WORKS COMMISSION 2018 STREET EXCAVATION PERMIT PROCEDURE

General Rules and Regulations

QUOTE Quote Process City Of Taylor

Contractor Policy Manual

MIDDLESEX COUNTY COLLEGE EDISON, NJ LOCAL SUPPLIES BLANKET ORDER SPECIFICATIONS

FACILITIES MANAGEMENT

Contained within this addendum: Time Extension, Revised Bid Sheet, questions and answers received.

Surface Infrastructure Restoration for Utility Cuts DIVISION 14 Shallow Buried Utilities Section _Mar29_2016.pdf Page 1 of 20 INDEX

PROPOSAL OF, a corporation. an individual doing business as

SACRAMENTO AREA SEWER DISTRICT FREEPORT SEPTIC CONVERSION PROJECT CONTRACT NO. 6004R NOTICE TO CONTRACTORS

GENERAL NOTES REQUIRED NOTES ON ALL PLANS

2010 IDC WATER AND SEWER CONSTRUCTION PACKAGE III 12/11/2009 SAWS WATER JOB. NO /SAWS SEWER JOB NO SOLICITATION #B RA

UNIVERSITY OF KENTUCKY Memorial Hall/College of Law Expansion and Renovation UK Project No

SACRAMENTO AREA SEWER DISTRICT FREEPORT SEPTIC CONVERSION PROJECT CONTRACT NO NOTICE TO CONTRACTORS

SPECIFICATIONS FOR ROOF SYSTEM MAINTENANCE AND REPAIR CONTRACT

THE SCHOOL BOARD OF SARASOTA COUNTY, FLORIDA MEMORANDUM

U. S. COAST GUARD TRACEN YORKTOWN YORKTOWN, VIRGINIA

STP number: (internally assigned) Is Contractor s current insurance policy on file?

OCONEE COUNTY PROCUREMENT OFFICE 415 S. PINE STREET, ROOM 100 WALHALLA, SC Robyn M. Courtright, CPPO, Procurement Director

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: ROOFTOP AIR CONDITIONING REPLACEMENT

PERMITS, ADDRESSES, AND INSPECTIONS

Request for Quotes (RFQ) HR Hotline and Workshops

Annual On-Call CCTV Inspection Services

Main Building Auditorium

This Rate Schedule applies anywhere the City of Palo Alto provides Water Service.

CITY OF THREE RIVERS, MICHIGAN Specifications for Bids. Tree and/or Stump Removal Performance Bids

REQUEST FOR PROPOSAL SCRAP TIRE TRANSPORTATION AND RECYCLING FOR THE CARROLL-COLUMBIANA-HARRISON SOLID WASTE DISTRICT

STATE CATCH BASIN CLEANING BID

ADDENDUM NO. 2 TO BID DOCUMENTS FOR 2014 SEWER LINING PROJECT FOR THE CITY OF ANN ARBOR, MICHIGAN

Village of Northbrook

201 East Cox Ferry Rd. Conway, SC

REQUEST FOR PROPOSALS Garfield Charter Township Hall Sidewalk Snowmelt Heating System Repairs Garfield Township, Grand Traverse County

Addendum No. 1 Page 1 of 2

REQUEST FOR PROPOSALS 7530 Roofing Services 2013

York County Engineering Department Roadway Inspection Requirements

NOTICE TO HOME IMPROVEMENT CONTRACTORS INVITATION TO BID Project # Housing Rehabilitation Shelby County, Tennessee

PUBLICATION Commercial Refrigeration and Process Cooling and Heating R

SECTION UNCLASSIFIED EXCAVATION AND GRADING

City of Bartlett. Request for Proposal. Nortel Phone System

I INVITATION TO BID City of Fort Morgan Water Distribution Department Waterline Isolation Project

Residential Sewer Backup Prevention Program

Request for Quote (RFQ) For. Brown County

York County Engineering Department Roadway Inspection Requirements

DATE: $ FEE: DUE AT TIME OF APPLICATION

COMMUNITY COLLEGE DISTRICT OF JEFFERSON COUNTY, MISSOURI REQUEST FOR PROPOSAL: WINDOW, DOOR, AND FRAME REPLACEMENT

City of Jacksonville Finance Department

PROTECTIVE PLUMBING PROGRAM (3P)

KENDALL COUNTY HIGHWAY DEPARTMENT

Application for Right of Way Permit

COUNTY OF ROCKLAND Department of General Services Purchasing Division

INVITATION FOR BID (IFB)

REQUEST FOR PROPOSAL # SQ # ARCHITECTURAL / ENGINEERING CONSULTING SERVICES CAMPUS FACILITIES AUDIT

SECTION WATER TREATMENT RESIDUAL REMOVAL, DISPOSAL, AND LAGOON CLEANING

SOUTH GRANVILLE WATER AND SEWER AUTHORITY GENERAL DESCRIPTION OF COST ITEMS AND BID ITEMS FOR H STREET BY-PASS WATERLINE CONTRACT NO.

EXHIBIT A SCOPE OF WORK

C. Foundation stabilization for pipe and utility structures.

SECTION IV. PIPELINE EXCAVATION AND BACKFILL

REPORT TO MAYOR AND COUNCIL

Executive Office 4500 Inkster Road, Inkster, Michigan ~ (313) Fax: (313) Internal / External Job Posting

General Water Bid Items Item No.

Individual Sewage Disposal Systems Site Review and Permit Procedure

C. Requirements of this Section relate to customized fabrication and installation procedures, not production of standard products.

Residential Building Permit & Inspection Procedures

CITY OF SAFETY HARBOR 750 MAIN STREET, SAFETY HARBOR, FLORIDA PHONE: 727/ FAX: 727/

APPENDIX A TECHNICAL SPECIFICATIONS FORM ITN FACILITIES REPAIR AND MAINTENANCE OF GENERATORS

TOWN OF WAYLAND POSITION DESCRIPTION. DPW Water Working Foreman. Department of Public Works. Public Works Director. Teamsters

REQUEST FOR BIDS METROPOLITAN PARK DISTRICT OF TACOMA Northwest Trek Core Area Fence Upgrade SWR BID NO. T Request for Bids

CITY OF WILSON. Public Services Engineering. Backfilling, Compaction, & Patching Policy on Existing Pavements

CITY OF LYNWOOD. Specification for Correlator-Based Leak Detection Study

SECTION BID PROPOSAL FORM. Telephone NO: ( ) Facsimile NO: ( ) Oklahoma License NO:

BID INSTRUCTIONS. Montour County Courthouse Retaining Wall Repair Project

REQUEST FOR BIDDER QUALIFICATIONS

PROGRAM OVERVIEW... 3 REAR YARD DRAINAGE COST SHARE PROGRAM... 3 REAR YARD DRAINAGE PROGRAM PROCEDURE... 4 RULES AND RESTRICTIONS...

REQUEST FOR PROPOSAL ARCHITECTURAL & ENGINEERING SERVICES OTTAWA COUNTY ROAD COMMISSION COOPERSVILLE AREA MAINTENANCE COMPLEX

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

City of Eagle Point 2017 Paving Instruction to Bidders

ARTICLE VIII HOURS OF WORK

CITY OF PALO ALTO OFFICE OF THE CITY AUDITOR

IBEW LOCAL 150 REFERRAL PROCEDURE Effective November 1, 2017

Qualstar Technical Support

Residential Building Permit & Inspection Procedures

Transcription:

BID # 15-14 UTILITY SERVICE CONTRACT SECTION C SPECIFICATIONS OWNER Board of Trustees Middlesex County College 2600 Woodbridge Avenue P.O. Box 3050 Edison, New Jersey 08818-3050

SECTION C - DETAILED TECHNICAL PROVISIONS TABLE OF CONTENTS SECTION TITLE PAGE 1. Scope of Work... C-2 2. Materials... C-2 3. Installation/Execution... C-3 4. Qualifications... C-3 5. Site Clean-Up... C-3 6. Time Constraints... C-4 7. Work Hours... C-4 8. Guarantee... C-5 9. Additional Information... C-5 C-1

1. SCOPE OF WORK The purpose of these specifications is the completion of a service type contract for a twelve (12) month period for emergency site utility repairs. After the execution of the contract, the Contractor shall provide emergency, maintenance and small job services defined by plans and/or narrative issued for each job, based on unit bid prices as requested by the College. Invoices will be paid for actual labor and materials used. All invoices must have supporting documentation attached. This work will be performed at the main Middlesex County College campus in Edison, New Jersey. This contract is not intended to cover large capital projects which may include work on the College s site utilities during this service contract period.this contract may include requests for Maintenance work and small jobs initiated in the form of a request for a not-to-exceed cost from the College s Facilities Management Department. The Contractor shall provide all of the necessary labor, and materials, to complete work. The contractor shall supply all tools and equipment to complete the work which includes but not limited to Backhoes, utility trucks, trenchers, jackhammers, air compressors, dump trucks, trench boxes, trac hoe and hand tools as needed. The facilities owned by Middlesex County College related to this contract include, but are not limited to, underground utilities consisting of a main domestic water distribution system with fire hydrants, storm and sanitary sewers and building systems consisting of domestic water, hot water, chilled water, condenser water and equipment typical of residential, educational and office buildings. BASE BID The Base Bid is to include the rates for all requested repairs. ALTERNATE BID The Alternate #1 is to include the rates for providing the equipment, materials and labor for emergency and maintenance sanitary sewer cleaning. The Contractor must have the manpower and equipment, including power jet and other mechanical sewer cleaning equipment, necessary to clean a maximum of 300 linear feet. C-2

2. MATERIALS The materials used under this contract shall be as specified on the drawings and in the specifications, be of a quality acceptable to the Engineer and meet applicable codes. 3. INSTALLATION/EXECUTION Plans and specifications of the equipment and systems throughout the campus shall be provided by the College to the Contractor when available and requested by the Contractor. The accuracy of this information is not guaranteed by the College. It shall be the responsibility of the Contractor to verify this information and be fully familiar with the equipment and systems on campus and to proceed with all work in a safe and cost effective manner. All work shall be performed by skilled mechanics in a workmanlike manner typical of the trades involved. No work shall be performed under conditions unsuitable for best results. Proper care shall be taken to protect all areas surrounding the work area so as not to cause damage. 4. QUALIFICATIONS The Contractor shall include in the bid, verification that the work will be performed mechanics properly trained for the work required and licensed if required by the State of New Jersey. The Contractor must also provide or have ready access to all necessary excavating, plumbing, leak detection or any associated equipment with respect to emergency or normal maintenance repairs. The Contractor shall include in the bid a listing of a minimum of five (5) projects and/or service contracts similar in scope to this contract which have been successfully completed or currently in existence. The listing must include the firms for which the service was performed, a description of the work and the name and phone number of a reference for each who may be contacted by the College. 5. SITE CLEANUP The Contractor shall be responsible for keeping the premises free from accumulation of water materials and rubbish and for the removal of waste materials from the campus each time service is performed. For any excavation/trenching work required, the Contractor will compact and back-fill in appropriate 8 lifts as required. Middlesex County College will provide and install topsoil and grass seeding. C-3

6. TIME CONSTRAINTS Pursuant to N.J.S.A.18A:64A-25.18, the College shall award the contract or reject all bids within 60 days from the opening of the bids. The contract shall cover three (3) one (1) year time periods beginning with the base period from July 1, 2014 through June 30, 2015. The College will have the option to renew the contract after the base period if it so desires. The College may renew the contract for each of these renewal periods with 30 days notice prior to the start of each renewal period. A. Emergency Work Emergency work requires a specific response to the Facilities Management Department, Building 229, within four (4) hours of notice by telephone to the Contractor s emergency number and the ability of the Contractor to mobilize and man the job with sufficient forces to complete the work in a timely fashion. B. Maintenance Work and Small Jobs Maintenance work and small jobs shall be initiated in the form of a request fora not-to-exceed cost from the College s Facilities Management Department. The Contractor shall review any plans that may be provided and inspect the job site in order to provide a written cost quote based upon the unit costs provided in the bid. The Contractor shall be ready to man this type of work with sufficient forces to complete the work in a timely fashion after notice to proceed has been issued by the Executive Director of Facilities Management. The Contractor shall report to the Facilities Management Department, Building 229, prior to beginning work. 7. WORK HOURS Regular working hours are form 8:00 AM to 4:30 PM on Monday through Friday. All other hours are considered overtime. If the Contractor s regular and overtime hours differ from this, the Contractor shall indicate them in the bid for approval by the College. The Contractor shall also include in the bid a listing of the holidays observed by the Contractor for which a premium holiday rate would be invoiced. Hourly Labor Rates: The College does not guarantee any minimum hours and will pay only actual number of hours authorized and worked. The labor charges should include all travel time. No additional travel time will be honored. C-4

8. GUARANTEE The Contractor is required to guarantee all materials and workmanship for a period of twelve (12) months beginning at the satisfactory completion of each job. 9. ADDITIONAL INFORMATION/SITE VISIT Additional information may be obtained from the following individuals: Facility/Specifications: Proposal: Dan Fuchs Associate Director of Buildings and Systems (732) 906-4670 (732) 906-4199 Fax David Fricke Director of Purchasing and Inventory (732) 906-2519 (732) 906-4236 Fax C-5