COMMONWEALTH OF PENNSYLVANIA - eMarketplace



COMMONWEALTH OF PENNSYLVANIADEPARTMENT OF TRANSPORTATIONSPECIFICATIONS FOR PLUMBINGMAINTENANCE AND REPAIRCONTRACT BID FORMaintenance District 4-3, Luzerne CountyCONTACT PERSON: Mike HellerPHONE: 570-826-2386Work Statement for Plumbing ServicesI.Description /Specifications:This Contract will be utilized for maintenance repairs of all plumbing fixtures and piping, both for water and wastewater at the Luzerne County Maintenance Building and stockpiles listed below. Piping is located above ground, within walls, underground, in confined spaces and under concrete flooring. Contractor shall have capabilities to repair, maintain and / or cleanout in these areas or any other area within the site.01 - Main Office 381 S. Main St. Ashley, PA 18706Stockpiles:02 - (Bear Creek) 3450 Bear Creek Blvd. Wilkes Barre, PA 1870605- (Kyttle) 1475 State Route 118, Sweet Valley, PA 1860206- (Retreat) 820 State Route 11, Hunlock Cree, PA 186207- (Sun Valley) 150 S. Hunter Hwy., Drum, Pa 1822210- (Sybertsville) State Route 93 Sybertsville, PA 1825111- (West Hazleton) State Route 924 WestHazleton, PA 1820114- (Dupont) 359 State Route 315, Dupont, Pa 1864116- (Nuangola) State Route 2042, Nuangola, PA 1870718- (Sugar Notch) 411 S. Main St. Hanover, PA 1870623- (Courtdale) 396 Main St. Luzerne, PA 18709 A.This work shall consist of servicing, maintaining and/or repairing sewage and water systems as required. The contractor shall be responsible for the disposal of items/materials removed to an approved site unless otherwise retained by the Department.B. The plumbing contractor shall be qualified to perform plumbing work and shall have been actively involved this business for a minimum of three (3) years. All work shall be performed in accordance with the National Plumbing Code and all materials utilized must be originally manufactured or approved substitutes. The plumbing contractor, upon notification of the Equipment Manager, or his designee shall proceed and complete the work as promptly as possible. In the event of an emergency, the plumbing contractor shall be prepared to proceed with the work within 2 Hours upon notification by the Equipment Manager. The contractor must be able to perform time sensitive repairs. C.The cost of materials, parts, estimated $10,000.00 will be a separate line item made a part of the purchase order. No material purchase may be initiated at any one call without approval of the Equipment Manager or his designee. The contract will prepare as estimate and present it to the County Equipment Manager or his designee for approval prior to the contractor making repairs. D.The quoted hourly rates include all transportation, tools or any equipment necessary to perform the required work. The contractor’s attention is directed to the fact that the number of work hours on the Purchase Order and the material amount are estimates for one year only. The actual demand may be more or less as determined by the need for plumbing services.Regular Work This work shall be performed during regular business hours of 7:00 a.m. and 3:00 p.m., Monday through Friday, excluding Commonwealth observed holidays. No work may commence without prior approval from the County Equipment Manager or his designee. The bid for this work will be “per hour” for the time of one (1) licensed electrician and one (1) apprentice/helper multiplied by the estimated hours. The Vendor will have a 2 hours response time upon call out. The start and end times will commence upon arrival and departure at the job site.Premium WorkThis work is intended to provide service to the designated locations at all times not classified under the previous Regular Work description. The contractor will provide a 24/7 contact phone number or numbers to the County Equipment Manager. If required, the contractor will respond, on site, within 2 hours of receiving the call. No work may commence without the approval of the County Equipment Manager 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 “per hour” for the time of one (1) licensed electrician and one (1) apprentice/helper multiplied by the estimated hours. The start and end times will commence upon arrival and departure at the job site II.Safety RequirementsA.All work shall be performed in a safe and orderly manner with minimum interference to operations. The contractor shall be aware of the latest safety regulations when entering confined areas. When working in such areas, all precautions shall be taken as required by these regulationsB.The contractor shall comply with all State and Federal laws and to OSHA Safety requirements.C. Contractor shall provide required certificate of insurance show required coverage prior to the commencement of work.III. Payment In addition to dates of service, all labor, material and equipment used at the facility will be documented on form OS-501 Confirmation of Service. This form will be signed by the contractor’s representative and by the County Equipment Manager or his/her designee following completion of the work assignment. This form will remain in possession of the County Equipment Manager. Invoices will be submitted monthly to the Comptrollers address appearing on the purchase order. The contractor will submit to the County Equipment Manager, a completed OS-501 Confirmation of Service form, for all invoices submitted to the Comptroller for payment. All invoices shall contain the Purchase Order No. to aide in prompt processing.IV.Pre bid site visitsContractors may visit individual sites only with prior approval from the County Equipment Manager or his designated representative.V.Bid will be awarded based on TOTAL LOWEST overall cost of labor. ................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download