< view all What's Happening items

Bid Notice: Annual Maintenance Contract, Well and Booster Pumps and Motors, Contract No. G5-20, Bid Date: December 13, 2019

ADVERTISEMENT FOR BIDS

JERICHO WATER DISTRICT

ANNUAL MAINTENANCE CONTRACT

WELL AND BOOSTER PUMPS AND MOTORS

Sealed Bids for Contract No. G5-20 Annual Maintenance Contract for Well and Booster Pumps and Motors will be received by the Jericho Water District, located at 125 Convent Road, Syosset, New York, no later than 9:00 a.m. (Local Time), on December 13, 2019, and then at said office publicly opened and read aloud.

The scope of work included in this on-call contract includes motor replacements, motor removals, furnishing new motors, rehabilitating and rebuilding motors, pump replacements, removals, furnishing new pumps, rehabilitating and rebuilding existing well pumps, facilities and ancillary work as needed and directed by the District.

The Contract Documents, consisting of Advertisement for Bids, Instructions to Bidders, Bid, Bid Bond, Agreement, General Conditions, Supplementary Conditions, Payment Bond, Performance Bond, Drawings, Specifications and Addenda may be examined at the following locations:

Jericho Water District

125 Convent Road

Syosset, NY 11791

D&B Engineers and Architects, P.C.

330 Crossways Park Drive

Woodbury, NY 11797-2015

All bidders must obtain a set of the Contract Documents.

Copies of the Contract Documents may be obtained at the office of D&B Engineers and Architects, P.C., at 330 Crossways Park Drive, Woodbury, NY 11797, upon depositing the sum of $100, made payable to the Jericho Water District, on or after November 22, 2019, for each set of documents between the hours of 8:00 a.m. and 4:00 p.m.

Anyone upon returning the Contract Documents in good condition within 30 days after the opening of Bids will be returned his deposit for one set. Anyone returning all other copies of the Contract Documents in good condition within 30 days after the opening of Bids shall be refunded the amount deposited, less the OWNER’s actual cost of reproduction.

Each Bid must be accompanied by a certified or bank cashier’s check made payable to OWNER, or a Bid Bond issued by a surety licensed to conduct business in the state where the Project is located and having a Best Rating of A- or better from A.M. Best Company and named in the current list of “Companies Holding Certificates of Authority as Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury, in an amount not less than 5% of the amount of the Bid submitted. The list may be ordered from the Government Printing Office Bookstore, 26 Federal Plaza, Room 110, New York, NY 10278, (212) 264-3825.

Each Bidder must complete and submit with his/her bid the “Iranian Investment Activities Certification” provided in the Bid Form in compliance with General Municipal Law 103-g, Iranian Energy Sector Divestment.

Each Bidder must complete and submit with his/her Bid the “Certification of Compliance with New York State Labor Law Section Two Hundred One-G” provided in the Bid Form regarding the implementation of a written policy addressing sexual harassment prevention in the workplace.

The Bidder to whom the OWNER proposes to award the Contract will be required to furnish performance and payment bonds and the necessary insurance certificates as prescribed in the General Conditions and the Supplementary Conditions upon the execution of the Agreement.

Bidders are required to execute a non-collusive bidding certification required by Section 103-d of the General Municipal Law of the State of New York.

The attention of Bidders is particularly called to the requirements as to the conditions of employment to be observed and the minimum wage rates to be paid under the contracts.

Bidders are also required to comply with the anti-discrimination provisions of Sections 290-301 of the Executive Law of the State of New York.

The OWNER reserves the right to reject any or all of the Bids received, to readvertise for Bids, to abandon the project, to waive any or all informalities in any Bid received and to accept any proposal which the OWNER decides to be for the best interest of the OWNER.

A public meeting will also be held at the time and place noted above wherein the District will conduct such regular and other business which is properly brought before the Board of Commissioners.

Note: All questions must be submitted, in writing, to Anthony Eagan, no later than 4:00 p.m. on December 4, 2019. Questions must be faxed to (516) 364-9045 or sent via email to aeagan@db-eng.com.

 
Board of Commissioners Jericho Water District

Date: November 22, 2019_______                             By: James Asmus, Secretary                      

View the PDF of the Notice here.