Você está na página 1de 52

TO ALL PROSPECTIVE BIDDERS:

Thank you for requesting/accepting our bid information. The documents listed below are
enclosed. It is expected that all interested bidders will read and understand the District requirements
set forth in the documents. Those documents which have an (*) asterisk before them require
completion and signature(s) in the manner specified on each document and returned with bid.

. Notice to Bidders
. Resolution 102-83 (Purchase of Domestic Material)
. Resolution 44-09 (District to utilize Small, Disadvantaged, Minority,
Women-owned Business Enterprises as subcontractors)
. Resolution Pages (Taking of Bids)
* . Envelope Cover Information Sheet (if download from the web) or Envelope
for your mailed bid.
* . Standard Purchase Bid Form and Signature Page
* . Invitation and Bid Sheet(s)
* . Bid Bond (Form D)
* . Certified, Official or Cashier’s Check
* . Consent of Surety with Certified, Official or Cashier’s Check
* . Non-Collusion Affidavit (3 pages)
* . Checklist for Required Documents
. Standard Form of Instructions to Bidders (10 pages)
. General Conditions (5 pages)
. Supplemental General Conditions (multiple pages)
* . Detail Specifications (multiple pages) * May need to be filled out and
returned with bid for requirement of the bidding process.
. Performance Bond (only at the time the contract is awarded)
. Agreement (sample form, for your information only)
. Prevailing Wage Rates

The enclosed bid envelope cover sheet or address and bid information should be used when
submitting your bid. If a company envelope, express mail or courier service envelope is used the bid
name, bid file number and opening date must appear on the mailing label. THE DISTRICT SHALL
TAKE NO RESPONSIBILITY FOR UNIDENTIFIED BIDS WHICH ARE INADVERTENTLY
OPENED EARLY AND MAY HAVE TO BE EXCLUDED FROM CONSIDERATION. Bids must
be received before the date and time indicated on the Notice to Bidders.
If you have any questions, please contact the District Purchasing Department.

W:/Wdocs/Operations/Bid Specs/TO ALL PROSPECTIVE BIDDERS PAGE

3900 Euclid Avenue | Cleveland, OH 44115 | P: (216) 881-6600 | F: (216) 881-2330


NOTICE TO BIDDERS

Sealed bids will be received by the Chief Financial Officer of the Northeast Ohio Regional
Sewer District, 3900 Euclid Ave., Cleveland, Ohio 44115, until 2:00 p.m. official local time on
the date indicated below.

At that time all bids will be opened and read aloud in the Public Meeting Room at the Northeast
Ohio Regional Sewer District, 3900 Euclid Ave., Cleveland, Ohio 44115. All bids must be
submitted on the forms available at the office of the Chief Financial Officer, from whom detail
specifications may be obtained or www.neorsd.org/bids for free bid packages and any
addendum updates.

Bid File No. RFQ-12542


Resolution No. 03-17
Opening Date: Tuesday, February 7, 2017

The District is taking bids for a two (2) year requirement contract for the Crane Inspection,
Maintenance and Repair Services at the District’s Wastewater Treatment Plants and Pump
Stations. All potential bidders are required to complete a mandatory site inspection unless they
meet certain criteria for all one hundred eleven (118) cranes/hoists, per Section SGC-4 in the
bid package. If you have any questions, please contact Delilah Capeles via email
capelesd@neorsd.org or call 216-881-6600 ext.6406.

Purchasing Manager

p.d. Jan. 17, 2017


p..d. . Jan. 24,2017
FROM ..............................................................
.........................................................................
..........................................................................

CHIEF FINANCIAL OFFICER


Northeast Ohio Regional Sewer District

casas NORTHEAST OHIO


REGIONAL SEWER DI.STRICT
3900 EUCLID AVENUE
CLEVELAND, OH 44115 2506

BID FOR - Crane Inspection, Maintenance & Repair Services Bid Bond,Performance Bonds & Prevailing
Wages required for this bid.

BID FILE No. RFQ - 12542


Bid must be delivered at the office of the Chief Financial Officer before
2 o'clock P.M. .(Official Cleveland Time.)
.......................................................February 7,.2017..............................

The within bid received at...........................o'clock .......................2017


STANDARD PURCHASE BID FORM

REQUIREMENT PURCHASE BID FORM

FROM (COMPANY NAME)


To the Chief Financial Officer
BID FOR ___________________________________________________________ _
______________________________________________________________________
The Undersigned proposes to furnish the above materials, supplies or equipment, and to
accept as full compensation therefore the price per unit multiplied by the number of units of such
commodity purchased hereunder, (which units and prices therefore are set forth in the schedule of
items hereto attached and made part of this bid) and subject to any discount set forth in this bid.

The Undersigned further certifies that he (as an individual, firm or corporation making this
bid) is not in arrears or default to the District upon any debt or contract, nor is a defaulter as surety
or otherwise upon any obligation to said District nor has failed to perform faithfully any previous
contract with said District and that there is no suit or claim pending as to any such arrears or
default.

THE UNDERSIGNED UNDERSTANDS THAT THE DISTRICT RESERVES THE RIGHT


TO REJECT ANY OR ALL BIDS.

The firm, corporation, or individual name _________________________________

MUST BE SIGNED IN SPACE INDICATED Sign _________________________________

Name Typed or Printed _________________________________

Title of Officer _________________________________

Business Address of Bidder _________________________________


BIDDER MUST
COMPLETE AND SIGN State Where Incorporated ___________________________________

Rev. 12-05-14

3900 Euclid Avenue | Cleveland, OH 44115 | P: (216) 881-6600 | F: (216) 881-2330


FORM D

Bid Bond
KNOW ALL MEN BY THESE PRESENTS, That we
__________________________________________________________________________________
as Principal, and
__________________________________________________________________________________
a corporation duly authorized to do business in Ohio, as Surety, are held and firmly bound unto
NORTHEAST OHIO REGIONAL SEWER DISTRICT
as Obligee, (hereinafter called the "Obligee"), in the penal sum of _____________________________
Dollars, lawful money of the United States of America, for the payment of
which, well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors,
and assigns, jointly and severally, firmly by these presents.
WHEREAS, the said principal is herewith submitting a bid for:

NOW, THEREFORE, the condition of the above obligation is such that if the said Principal shall
execute a contract and give bond for faithful performance within ten (10) working days after the
prescribed forms have been presented to the Principal for execution or, in the event of the failure of the
Principal to enter into such contract and give such bond, if the Principal shall pay the Obligee the
difference, not to exceed the penalty hereof, between the amount specified in said bid and such larger
amount for which the Obligee may in good faith contract with another party to perform the work
covered by such bid, then this obligation shall be null and void, otherwise to remain in full force and
effect.
WITNESS our signature this _________ day of ___________________________ A.D., 20_____.

________________________________________________
Principal
______________________________________________________
Name
______________________________________________________
Signature

______________________________________________________
Address
______________________________________________________
Telephone Number

______________________________________________________
Surety
______________________________________________________
Name
______________________________________________________
Signature

______________________________________________________
Address
______________________________________________________
Telephone Number
CERTIFIED, OFFICIAL OR
CASHIER’S CHECK

Certified, Official or Cashier’s Check number for


____________________________Dollars drawn on Bank of ______________________
_________________is deposited herewith. The condition of this deposit shall be such
that if the Bid submitted herewith is accepted, and the Bidder shall within ten (10)
working days after the prescribed forms have been presented to the Bidder for execution,
enter into a Contract in the form provided for in the bid documents, then this deposit shall
be returned to the said Bidder, otherwise it shall be forfeited to the Northeast Ohio
Regional Sewer District for liquidated damages for failure or neglect to enter into said
Contract. Make Certified, Official or Cashier’s Check payable to NORTHEAST OHIO
REGIONAL SEWER DISTRICT.

COMPANY ___________________________________

SIGNATURE __________________________________

_____________________________________________
NAME PRINTED OR TYPE

TITLE _______________________________________

(Cash will not be considered acceptable in lieu of certified, official or cashier’s checks).
Unless a Bid Bond is submitted, attach Certified, Official or Cashier’s Check here:
CONSENT OF SURETY
KNOW ALL MEN BY THESE PRESENTS, That we _______________________
___________________________________________________________as principal and
(Name of Bidder)
________________________________________________________________________
(Name of Surety)
a surety company organized and existing under the Laws of the State of _____________
and having its principal office at ___________________________________
_____________________________________as surety, are held firmly bound unto the
(Complete address of Surety Company)
Northeast Ohio Regional Sewer District, hereby jointly and severally and binding our
heirs, successors, administrators, executors, legal representatives and assigns by these
presents.

THE CONDITIONS OF THIS OBLIGATION are such that whereas, the above
named principal submits the herewith proposal for ______________________________
_______________________________________________________________________
_______________________________________________________________________
(Bidder to fill in)
to the Northeast Ohio Regional Sewer District, in conformance with the Legal Notice and
the Bid Documents; if the above named bidder is awarded the contract, then we, the
above named surety, will meet all stipulations and will execute the Bond required by the
Bid Documents in the sum of one hundred percent (100%) of the total bid price to the
Northeast Ohio Regional Sewer District.

Witness our signature, this day of A.D., 20 __


________________________________
(Contractor - Principal)
________________________________
(Title)
________________________________
(Name of Surety Company)
________________________________
(Signature and Title)
________________________________
(Address)
________________________________
(Telephone)
NOTE: This Affidavit properly executed and containing all required information must accompany
your Bid. IF YOU FAIL TO COMPLY YOUR BID WILL NOT BE CONSIDERED.
_______________________________________________________________________________

STATE OF OHIO } NON-COLLUSION AFFIDAVIT


CUYAHOGA COUNTY} SS
being first
duly sworn deposes and says:
Individual only: That he is an individual doing business under the name of _________________
at , in the City
of , State of ____________________________
Partnership only: That he is the duly authorized representative of a partnership dong business
under the name of _______________________________________________
_____________________________________in the City
of, ___________________________State of ___________________________
Corporation only: That he is the duly authorized, qualified and acting _____________________
of_________________________________________, a corporation organized
and existing under the laws of the State of ___________________________
and that he, said partnership or said corporation, is filing herewith a bid to the Northeast Ohio
Regional Sewer District in conformity with the foregoing specifications;

Individual only: Affiant further says that the following is a complete and accurate list of the
names and addresses of all persons interested in said proposed contract:
________________________________________________________________
________________________________________________________________
________________________________________________________________
Affiant further says that he is represented by the following attorneys:
________________________________________________________________

and is also represented by the following resident agents in Cuyahoga County,


Ohio ___________________________________________________________
________________________________________________________________
Partnership only: Affiant further says that the following is a complete and accurate list of the
names and addresses of the members of said partnership:
_______________________________________________________________
_______________________________________________________________
_______________________________________________________________
Affiant further says that said partnership is represented by the following
attorneys:
_______________________________________________________________
_______________________________________________________________
and is also represented by the following resident agents in Cuyahoga County,
Ohio: _________________________________________________________
Corporation only: Affiant further says that the following is a complete and accurate list of the
officers, directors and attorneys of said corporation:

President Directors:
Vice President
Secretary
Treasurer
Cleveland Manager or Agent
Attorneys
Statutory Agent
And the following officers are duly authorized to execute contracts on behalf of said corporation:
__________________________________________________________________________________
__________________________________________________________________________________
__________________________________________________________________________________
Affiant further says that the bid filed herewith is not made in the interest of or on behalf of any
undisclosed person, partnership, company, association, organization or corporation; that such bid is
genuine and not collusive or sham; that said bidder has not, directly or indirectly, induced or solicited
any other bidder to put in a false or sham bid and has not, directly or indirectly, colluded, conspired,
connived or agreed with any bidder or anyone else to put in a sham bid, or that anyone shall refrain
from bidding; that said bidder has not in any manner, directly or indirectly, sought by agreement,
communication or conference with anyone to fix the bid price or said bidder or of any bid price or that
of any other bidder, or to secure any advantage against Northeast Ohio Regional Sewer District or
anyone interested in the proposed contract; that all statements contained in such bid are true; that said
bidder has not, directly or indirectly, submitted his bid or any breakdown thereof or the contents
thereof, or divulged information or data relative thereto, or paid or agreed to pay, directly or
indirectly, any money, or other valuable consideration for assistance or aid rendered or to be rendered
in procuring or attempting to procure the contract above referred to, to any corporation, partnership,
company, association, organization, or to any member or agent thereof, or to any other individual,
except to such person or persons as hereinabove disclosed to have a partnership or other financial
interest with said bidder in his general business; and further that said bidder will not pay or agree to
pay, directly or indirectly, any money or other valuable consideration to any corporation, partnership,
company, association, organization or to any member or agent thereof, or to any other individual, for
aid or assistance in securing contract above referred to in the
event the same is awarded to __________________________________________________________
_________________________________________________________________________________
(name or individual, partnership or corporation)

Further affiant saith not.

(SIGN HERE) _____________________________________

Sworn to before me and subscribed in my presence this day

of ,

A.D., 20 . ______________________________________
(Notary Public)
Checklist for Required Documents to be returned when bidding for:
Crane Inspection, Maintenance & Repair Service

Bid Number: RFQ- 12542

Resolution Number: 03-17

Mark with "X" Item

Envelope with Bid Information from bid package taped on outside of delivery envelope
Standard Purchase Bid Form and Signature Page
Invitation and Bid Form Sheet (fully completed) DS-2
Non-Collusion Affidavit
Checklist for Required Documents (X marks for each item and signed)
Mandatory Site Inspections completed by January 31, 2017 for each location, as stated in Sec. SGC-3, SGC-4
Qualifications of Employees and Company References as stated in SGC 10 (1) & SGC 10 (2)
Bidders to Provide Request for Service list of phone numbers SGC-12
Compliance with Codes and Regulations: Notice of OSHA Violations Report SGC 13

Please mark the boxes with an "X" showing that you have placed these items in your bid envelope,
sign and date below, that you have provided ALL the above mentioned information, for the bid process.

This form must also be in your bid package.

Name of Company: ______________________________________

______________________________________
Print your Name
________________________
Sign your Name

Date: _____________________________
STANDARD FORM OF INSTRUCTIONS
TO BIDDERS, GENERAL CONDITIONS
AND BID FOR PURCHASES
-IB-

IB - 1 ADVERTISEMENT:
Information concerning title of Bid, Resolution Number of the Board of Trustees of the
Northeast Ohio Regional Sewer District, hereafter designated as NEORSD, and place and
dates of advertisement appears in Legal Notice to Bidders.

IB - 2 BIDS:
Sealed Bids endorsed and designated in the "Title Bid" section of the Bid form(s) will be
received at the office of Chief Financial Officer of the NEORSD, 3900 Euclid Avenue,
Cleveland, OH 44115, until 2:00 p.m. official time of the date indicated in the "Bid
Opening" in the Legal Notice to Bidders. Bids received prior to the advertised hour of
opening will be securely kept sealed. The Officer whose duty it is to open them will decide
when the specified time has arrived, and no Bid received thereafter will be considered.
Bids will be opened and publicly read aloud, irrespective of any irregularities therein, at
the Northeast Ohio Regional Sewer District’s public meeting room, 3900 Euclid Avenue,
Cleveland, OH 44115. All Bids received in conformity with these contract Documents
shall, as soon as practicable, be tabulated and become public record.

IB-3 FORM OF BID:


A. Every Bid must be submitted on the original forms supplied by NEORSD. Copies of
the original Bid forms supplied by the NEORSD will be considered an alteration of
our departure from said forms. Every Bid shall give the price of each and every Item
of work quoted on, in figures (digits), and must contain the full name of every person,
firm or corporation interested in the Bid, and the address of the person, firm or the
president and secretary of the corporation bidding; and if a corporation, the Bid must
give the name and the state in which it is incorporated.

B. The Bid, with all papers bound thereto must be submitted unmutilated with the
envelope cover sheet, which is furnished by NEORSD in your electronic bid package
and placed on the front or back of your envelope.

C. The NEORSD may consider as informal any Bid on which there is an alteration of or
departure from the original Bid Form hereto attached and its option may reject the
same.

NOTE: All of this bound information must be kept intact, and, together with any addenda
issued, must be returned with the Bid, otherwise the Bid may be considered informal.
Rev. 12-05-14 IB-1
D. The award of the Contract, if awarded, will be made to the lowest and best bidder whose Bid
complies with all requirements prescribed, on the basis of utilizing the lowest priced
acceptable alternatives for items where alternate Bids are taken. In no case will an award of
a contract be made until all necessary investigations have been completed regarding the
qualifications of the Bidder to whom it is proposed to award the Contract and all alternate
Bids, if any, have been evaluated. The successful Bidder will be notified by letter mailed to
the address shown on his Bid that his Bid has been accepted and that he has been awarded
the Contract.

E. No Bid will be accepted from, or contract awarded to, any person, firm or corporation that is
in arrears or is in default to the NEORSD upon any debt or contract, or that is a defaulter as
surety or otherwise, upon any obligation to said NEORSD, or has failed to perform faithfully
any previous contract with the NEORSD.

IB-4 NAME OF BIDDER:


Each Bid must be clearly signed with the full name and address of each person, firm or
corporation interested in it. In case of a partnership, the firm name and address and name and
address of each individual party must be given.

IB-5 SIGNATURE OF BIDDER:


A. The firm, Corporate or individual name of the Bidder must be signed by the Bidder in the
space provided for the signature on the Bid blank. If the Bidder is a corporation, the name of
the corporation, the name and title of the officer duly authorized to sign for the corporation,
the business address of such Officer-Bidder and the name of the state in which the
corporation is chartered must be given. If the Bidder is a partnership, the signature of at least
one of the partners must follow the firm name, using the term "member of firm". If the
Bidder is an individual, use the term, "doing business as" or "sole owner".

B. All successful Bidders who are corporate bodies shall furnish at the time of the execution of
the Contract a resolution of the Directors of the Corporation, bearing the Seal of the
Corporation evidencing authority of the officer signing the Contract to do so; likewise, agents
of Bonding Companies shall furnish Power of Attorney, bearing the Seal of the Company,
evidencing such agents’ authority to execute the particular type of Bond to be returned.

IB-6 BIDDERS AFFIDAVITS:


A. Each Bidder is required to submit with his Bid an affidavit stating that neither he nor his
agents, nor any other party for him has paid or agreed to pay, directly or indirectly, any
person, firm or corporation money or other valuable consideration for assistance in procuring
or attempting to procure the contract herein referred to, and further agreeing that no such
money or reward will be hereafter paid. This affidavit must be on the form which is attached
hereto.

Rev. 12-05-14 IB-2


B. Each Bidder which is a foreign corporation, that is, a corporation not chartered in Ohio but
licensed to do business in Ohio, is required to submit with his Bid an affidavit duly executed
by the President, Vice President or General Manager of the corporation stating that said
foreign corporation has, in accordance with the provisions of the Revised Code of the State
of Ohio, obtained a certificate authorizing it to do business in the State of Ohio. (The
certificate or certified copies of such certificate may be obtained from the Office of the
Secretary of State, Columbus, Ohio.)

IB-7 BID BOND OR CERTIFIED, OFFICIAL OR CASHIER’S CHECK:


A. Each Bid must be accompanied by a Guaranty in an amount not less than five percent (5%)
of the total of the Bidder’s Proposal, as a guarantee that if the Bid is accepted, a Contract will
be entered into. The Bidder must insert the amount of the Bid Bond, or Certified, Official or
Cashier’s Check in the space provided. At the option of the bidder, the Guaranty may be
either a Certified, Official or Cashier’s Check or a Bid Bond on the form included in the Bid.
Personal sureties are not acceptable. No Bid will be considered unless it is accompanied by
the required Guaranty.

B. The Bid Bond shall be secured by a Guaranty of a surety company authorized to do business
with the State of Ohio and listed in the latest issue of U.S. Treasury Circular 570. The
amount of the Bid Bond shall be within the maximum amount specified for such company in
said Circular 570.

C. If the Bid guaranty is in the form of a Certified, Official or Cashier’s Check, it shall be
attached in the space provided on the page entitled “Bid Guaranty” and must be made
payable to the order of “Northeast Ohio Regional Sewer District”. Cash deposits will not be
accepted. If the Bidder submit s a Certified, Official or Cashier’s C heck as a Bid
guaranty, it must be accompanied by a properly and duly executed Consent of Surety from
an approved surety company licensed to do business in the State of Ohio agreeing to
furnish the Bond described in Section GC-5 upon the award of the contract. Such Consent
of Surety shall be on the form included in the Bid documents.

IB-8 DISPOSITION OF BID BOND OR (CERTIFIED, OFFICIAL OR CASHIER’S CHECK):


A. In case of failure to enter into a contract as described above, the Bid Bond or Certified,
Official or Cashier’s Check shall be forfeited and the principal amount of said Bid Bond shall
be paid to the NEORSD, or said check shall be surrendered to the NEORSD as the agreed
amount of liquidated damages. In case a Bid is rejected, the Bid Bond or Certified, Official
or Cashier’s Check will be release or returned to the unsuccessful Bidder.

B. If a Bid is accepted, the Bid Bond or Certified, Official or Cashier’s Check will be returned
after the contract has been signed and the Performance Bond herein required has been

Rev. 12-05-14 IB-3


furnished and approved by the Legal Department of the NEORSD. The Bid Bond or
Certified, Official or Cashier’s Check of the next lowest and best Bidder will be retained
until the lowest and best Bidder has signed and secured performance of the Contact; if the
lowest and best Bidder fails to do so, said Bid Bond or Certified, Official or Cashier’s Check
shall be further retained until the second lowest and best Bidder shall have signed and
properly secured the Contract; and in default the Bid Bond or Certified, Official or Cashier’s
Check shall be forfeited to the NEORSD as liquidated damages.

IB-9 WITHDRAWAL OF BID:


No Bid will be allowed to be withdrawn after it has been deposited with the Chief Financial
Officer of the NEORSD until all Bids have been opened, in accordance with the requirements of
Ohio Revised Code Section 9.31.

IB-10 EXPLANATIONS, WRITTEN OR ORAL:


Any Bidder finding a discrepancy or omission in the specifications or having any doubt as to their
meaning shall immediately notify the Chief Financial Officer of the NEORSD or his designated
representative. The Chief Financial Officer will respond by sending written notices of instructions
to all Bidders. The NEORSD will not be responsible for any oral instructions.

IB-11 PRICE BIDS AND DISCOUNTS:


A. Unit Price
The Bid price shall be per unit of items to be bid on, stated in figures in the spaces so
provided. The extended submitted bid summary must equal the unit price multiplied by the
estimated quantity. In case of discrepancy on unit price items, the unit price multiplied by the
estimated quantity shall be considered as the intent of the Bidder. When the unit is a lump
sum (LS), enter the lump sum amount under the extended submitted bid summary only.

B. Trade Discounts
When the Bidder offers a trade discount, the amount of such discount shall be stated on the
Bid blank. Where the Bidder submits his quotation by filing his catalog, price list and
discount, such documents shall be made part of the Bid and must be separately signed by the
same person and in the same manner as used on the Bid form.

C. Discount for Prompt Payment


A discount of two percent (2%) will be taken on payment made within thirty (30) days from
the invoice date for materials, supplies, equipment or nonprofessional services, unless the
Bidder offers a different discount or indicates otherwise in the space provided on the Bid
blank.

Rev. 12-05-14 IB-4


IB-12 BIDDER’S DESCRIPTION OF ITEMS:
A. Bidders shall furnish with their Bids complete descriptions of the items they propose to
furnish under the terms of the Bid.

B. The NEORSD may require Bidders to furnish additional information and/or specifications
concerning items to be purchased under the terms of the Bid.

IB-13 BRAND NAMES AND SUBSTITUTIONS:


Any brand or trade names referred to herein are for identification purposes only. Such
references do not limit the bidder to the identified brands, provided the alternates offered by the
bidder are equal in quality, function to the level of those specified, and are approved by the
accepting facility’s end-user. When bidders list a trade name and/or catalog number, NEORSD
will assume the item meets the specifications, unless the submission clearly states it is an alternate,
and describes specifically how it differs from the item specified. Multiple or alternative bids will
not be accepted unless authorized in the specifications. Notwithstanding anything to the contrary
herein, when any bid item contains the words “No Substitution”, “No Sub”, or any other
substantially similar notation, the brand, manufacturer name and/or product number specified for
such bid item shall be the only acceptable brand, manufacturer name and/or product number. In
such cases, alternate products will not be considered.

IB-14 SAMPLES:
Upon request by the NEORSD the Bidders shall provide samples of the items they propose to furnish
under the terms of the Invitation and Bid.

IB-15 TIME OF DELIVERY:


Bidders must state in their Bids the time necessary to deliver the items they propose to furnish.
THIS TIME MUST BE STATED IN CALENDAR DAYS.

IB-16 DISCOUNT USED TO DETERMINE LOWEST AND BEST BID:


In determining the lowest and best Bid, the NEORSD will consider all Bids on a basis of the net
price to be paid after deduction of the discount specified or calculated according to Section IB-11
(C), except that if the terms specified by the Bidder require payment in less than fifteen (15) days
from the date of the invoice, the discount offered will not be deducted from the price named in the
Bid to determine the lowest and best Bidder, and the Bid will be considered only on the basis of
the unit price actually named in the Bid. But if, notwithstanding the provisions of this paragraph,
such Bid is determined to be the lowest and best Bid, the NEORSD reserves the right to accept the
terms named in the Bid if such terms are to the advantage of the NEORSD as a basis for payment of
invoices only, but not in any case as a basis for determining the lowest and best Bidder.

Rev. 12-05-14 IB-5


IB-17 EQUAL EMPLOYMENT OPPORTUNITY:
There shall be no discrimination exercised against any citizen in the employment of labor, whether
skilled or unskilled, under this Contract; such discrimination shall be deemed to be a material breach
of the Contract.

Federally Assisted Contracts: In the case of those contracts receiving federal assistance, the
contractors and subcontractors shall be required to comply with all federally- mandated
requirements regarding provision of equal employment opportunities and submit a copy of their
Monthly Manpower Utilization Report, and any other federally- required documentation, to the
NEORSD as well as the appropriate federal official(s) or agency(ies) involved therein. Non-
compliance with this section may subject the contractor to such penalties and sanctions as
prescribed under applicable federal laws.

Paragraphs IB-18 and IB-19 apply only if requirement contract Bid block is marked on Page 1.

REQUIREMENT CONTRACT

IB-18 REQUIREMENT CONTRACT DEFINED:


A. An award of a contract made under this Bid will be termed a requirement contract.

B. A requirement contract imposes a duty on the contractor to provide such supplies, material or
equipment which is set forth in the Bid, as may be required by the NEORSD during the life
of the contract.

IB-19 AMOUNT OF PURCHASE UNDER THE REQUIREMENT CONTRACT:


The total amount to be ordered under the contract awarded on this Bid shall not be less than five
percent (5%).

IB-20 SGC AND DS DOCUMENTS:


When in question of what documents prevail, the written SGC and DS of each bid package will
supersede the IB Documents.

Rev. 12-05-14 IB-6


GENERAL CONDITIONS
-GC-

GC-1 REJECTION OR ACCEPTANCE OF BIDS:


The NEORSD reserves the right to reject any or all bids, and any part or parts of any bids, and also the
right to waive any informalities in the bid. In awarding a contract, the NEORSD reserves the right to
consider, in addition to price and discount, all elements entering into the question of determining the
ability of the bidder to perform the contract satisfactorily. Any bid which is incomplete, conditional,
obscure, or which contains additions not called for or irregularities of any kind, may be rejected within
the discretion of the NEORSD.

GC-2 EVIDENCE OF ABILITY TO FULFILL CONTRACT:


Bidders must present evidence to the NEORSD, when required to do so, to show that they are fully
competent and have the necessary source of supply, facilities and pecuniary resources to fulfill the
conditions of the contract and specifications.

GC-3 TIME OF AWARD:


The Board of Trustees of the NEORSD shall make and award or reject all bids within ninety (90)
days following the opening of bids, unless further time is required to analyze the bids. Any extension
of time beyond that date shall be subject to agreement between the Bidders and the NEORSD.

GC-4 AWARD OF CONTRACT:


No contract shall be awarded without the approval of the Board of Trustees, and only to the lowest
and best bidder.

GC-5 PERFORMANCE BOND:


This contract shall be secured by a bond in an amount equal to one hundred percent (100%) of
the contract price. Such bond shall be in the same form as the one included in the Contract
Documents. The current Power of Attorney for the person who signs for any surety company shall be
attached to such bonds. This bond shall be signed by a guaranty or surety company authorized to do
business in the State of Ohio and listed in the latest issue of the U.S.Treasury Circular 570 and the
penal sum shall be within the maximum specified for such company in the U.S. Treasury Circular
570.

Revised 12-05-14 GC-1


GC-6 RELEASE OF BOND:
The contractor's bond will not be released until all the provisions of the contract have been
fulfilled.

GC-7 CANCELLATION OF CONTRACT:


The NEORSD shall have the right to cancel a contract if, in the opinion of the Chief Financial Officer
of the NEORSD, the delivery of materials, supplies or equipment are not in accordance with the
contract specifications, and the seller is given notice in writing of such deficiencies and is afforded
reasonable time to comply with the provisions of the contract but fails to do so.

GC-8 ASSIGNMENT OF CONTRACT:


The contractor shall not assign, transfer, convey or otherwise dispose of the contract, or his right to
execute it or any part thereof, or assign, by power of attorney or otherwise, any of the monies due or to
become due under the contract, except by previous consent of the Board of Trustees of the NEORSD
in writing endorsed thereon or attached hereto, and the giving of any such consent to a particular
assignment, shall not dispense with the necessity of such consent to any further or other
assignments. Such assignments, transfer, or conveyance shall not be valid until filed in the office of
the Chief Financial Officer of the NEORSD.

GC-9 DELAY FOR CAUSES BEYOND CONTROL:


If the contractor be delayed in the compliance with the terms of the contract by strikes, lockouts,
fire, unusual delay by common carriers, unavoidable casualties, or any cause beyond the
contractor's control, including orders, limitations or restrictions of any Government agency having
jurisdiction over the subject matter of the contract, or by delay authorized by the NEORSD, or by any
cause for which the Chief Financial Officer shall decide to justify the delay, then for all such delays
and suspensions, the contractor shall be allowed one calendar day extension beyond the time fixed
for compliance with the terms of his contract for each and every calendar day of such delay so
caused in the completion of the work, the same to be ascertained by the Chief Financial Officer .

GC-10 PATENT:
The contractor shall be required to pay all royalties and license fees and shall hold and save the
NEORSD and its officers, agents, servants and employees harmless from liability of any nature or kind,
including cost and expenses for, or on account of, any patented or unpatented invention, process,
article, or appliance manufactured or used in the performance of the contract, including its use by
the NEORSD, unless otherwise specifically stipulated in the contract documents. In this respect the
contractor shall defend all suits or claims for infringement of any patent or license rights.

Chi

Revised 12-05-14 GC-2


GC-11 DELIVERY:
Bidders shall agree to make requested delivery of materials, supplies or equipment upon the written
purchase order of the Chief Financial Officer of the NEORSD and no delivery shall be accepted
unless such written purchase order has first been issued.

GC-12 LABORATORY TESTS:


The NEORSD reserves the right to test all materials, equipment or supplies delivered during the
life of the contract, at a laboratory to be designated by the Chief Financial Officer of the NEORSD.
Where the results of such test shows the materials, equipment or supplies are not equal to the
specifications, then the expense of making such test shall be paid by the contractor.

GC-13 FAILURE TO MEET SPECIFICATIONS:


The delivery of any materials, supplies or equipment under the contract which do not conform to
contract specifications will be rejected and the contractor notified immediately. Such rejection and
the reason therefore, shall be in writing.

The contractor may, if time for performance has not expired, reasonably notify the Chief Financial
Officer of the NEORSD of his intention to cure and may then within the contract time make
conforming delivery.

If the said contractor fails to effect immediate replacement of such rejected materials, supplies or
equipment, the NEORSD will purchase such materials, supplies and equipment of the
character required, on the open market. The contractor and his surety shall be liable to NEORSD
for any excess cost and expense incurred by the NEORSD.

GC-14 SAFEGUARDS:
Any equipment to be furnished by the terms of this bid, shall be provided with safety controls,
guards and housings meeting the requirements of the safety standards of the Industrial Commission
and the Department of Industrial Relations of Ohio, and the cost be included as part of the bid.

GC-15 STATE OR FEDERAL TAXES:


A. The NEORSD is exempt from all sales, excise and transportation taxes, except State
of Ohio gasoline tax. The price or prices bid shall be exclusive of all such taxes and
will be so construed.

Revised 12-05-14
GC-3
B. The bid prices are subject to increase by the amount of any additional tax imposed by the
Federal Government or the State of Ohio to which the District is not exempt, subsequent
to the receipt of bids. Such claims for increased prices must be presented to the
NEORSD within thirty (30) days after such tax becomes effective and supported by
evidence satisfactory to the Legal Department of the NEORSD. Should the increase in
bid prices require an increase in the contract price, such increase shall be subject to
approval by the Board of Trustees of the District.

C. The contract price is subject to reduction by the amount which an applicable tax is
reduced during the period of the contract.

GC-16 SOCIAL SECURITIES ACT:


The contractor shall be and remain an independent contractor with respect to all services performed under
said contract, and agrees to and accepts full and exclusive liability for the payment of any and all
contributions or taxes for social security, unemployment insurance, old age retirement benefits,
pensions or annuities now or hereafter imposed under any state or federal law, which are measured
by the wages, salaries, or other remuneration paid to persons employed by the contractor on work
performed under the terms of this contract, and further agrees to obey all lawful rules and regulations
and to meet all lawful requirements with are now or hereafter may be issued or promulgated under
said respective laws by any duly authorized state or federal officials; and said contractor also agrees
to indemnify and save harmless the NEORSD from any such contributions or taxes or liability
therefore.

GC-17 FREIGHT ON DIRECT SHIPMENT TO THE NEORSD:


The freight prices stated in the bid are to be in accordance with lawful freight or cartage charges in
existence at the time the bid is made, and bid prices shall be increased or decreased by changes in
the freight or cartage rates provided that claims for additional freight or cartage be presented to the
NEORSD within thirty (30) days after said increase in freight or cartage rates becomes effective.
Reduction in freight or cartage prices will be deducted from the contract price. Should the increase
in bid prices require an increase in the contract price, such increase shall be subject to approval by
the Board of Trustees of the District.

GC-18 PAYMENT:
Payment shall be made for the net number of units accepted after due and proper delivery,
accompanied by invoices at the bid price per unit, less discount for prompt payment if appropriate.

Revised 12-05-14
GC-4
GC-19 STATE INDUSTRIAL COMPENSATION:
The contractor shall, during the term of this contract, subscribe to and comply with the Worker's
Compensation Laws of the State of Ohio and pay such premiums as may be required and to save
said NEORSD harmless from any and all liability arising from said act. The Contractor shall also
furnish at the time of delivery of this contract and at such other times as may be applicable a copy
of the current official certificate or receipt to show the payments herein-before referred.

GC-20 FORCE MAJEURE


Neither party to this Agreement shall be deemed in default in the performance of its obligations
if that party is prevented or delayed from performing by forces beyond its control, (Hereinafter
"Force Majeure") including, without limitation, acts of God or of a public enemy; acts of a
municipal, state, federal or other governmental legislative, administrative or judicial entity; any
catastrophe resulting from flood, fire, extreme weather conditions, explosion; labor
disturbances; and other cause beyond the control of the non-performing party. Contractor may be
granted a time extension and cost adjustment for its performance based on the duration of the
Force Majeure.

Paragraphs GC-21 and GC-22 apply only if the requirement contract bid block is marked on bid Page 1.

REQUIREMENT CONTRACT

GC-21 DURATION OF CONTRACT:


The proposed contract shall be effective upon its execution by the NEORSD and for the purpose of
accepting delivery shall continue in full force and effect for the term stated in the contract (or until
appropriated and approved funds have been expended) unless otherwise indicated.

GC-22 REDUCTION IN PRICES:


The contractor agrees that if the price to the general trade is reduced while the contract is in effect, the
NEORSD will receive the benefit of such reduction immediately. However, if the contract price is
below the price to the general trade at the time the contract is awarded, the reduction provision will be
effective only when the recognized price to the general trade reaches a lower level than the contract
price, or when the contractor reduces his own price to a level lower than the contract price.

GC-23 SGC AND DS BID DOCUMENTS:


When in question of what documents prevail, the written SGC and DS of each bid package will
supersede the GC documents.
Revised 12-05-14
GC-5
SUPPLEMENTAL GENERAL CONDITIONS (SGC)
Crane Inspection, Maintenance, and Repair Services

SGC-1 PURPOSE
The purpose of this bid, and the requirements Contract awarded following an evaluation of the bids
received, is to provide preventive maintenance, inspections, testing services, certifications, and “as
needed repairs’ to 118 cranes/hoists owned and operated by the Northeast Ohio Regional Sewer
District (District).

SGC-2 DURATION
The duration of the requirements Contract is two years, or until the funds appropriated for the
services are exhausted, whichever comes first from the effective date of the Contract.

SGC-3 FACILITY CONTACT AND CRANE INFORMATION


Contact persons, phone numbers, addresses, and the number of cranes/hoists for each facility are
listed below.

Facility Locations/Contact Persons Number of Cranes


WESTERLY WWTP: 34
Tom Seiter, Maint. Mgr. - Electrical & Instrumentation
5800 West Memorial Shoreway
Cleveland, Ohio 44102
Phone 216.961.2187 x3232 email: seitert@neorsd.org
SOUTHERLY WWTC: 50
Kimberly Pause, Plant Contract Mgr.
6000 Canal Road
Cuyahoga Heights, Ohio 44125
Phone 216.641.3200 x4209 email: pausek@neorsd.org
EASTERLY WWTP: 20
William Fragoso, Maint. Mgr. Mechanical
14021 Lakeshore Blvd.
Cleveland, Ohio 44110
Phone 216.531.4892 x5318 email: fragosob@neorsd.org
PUMP STATIONS 14
Robert Rishaw, Supervisor
Various (See Appendix A)
Phone 216.641.6000 email: rishawr@neorsd.org
TOTAL 118

SGC-4 MANDATORY PRE-BID INSPECTION


All prospective Bidders are required to acquaint themselves with the equipment and scope of the
tasks to be performed under this Contract, unless the following applies.
 Vendor has held the District’s Crane Inspection, Maintenance, and Repair Service
Contract in the last four years.
 Vendor has performed site inspections, in the last two years, of the cranes covered under
this Contract.
Site inspections shall be conducted after contacting the Facility Representatives (Contact Persons
listed in Section SGC-3). Site inspections shall be made during the hours of 9:00 a.m. and 3:00
p.m., Monday through Friday (except holidays). Inspections must be completed prior to January
31, 2017. Bids may be considered nonresponsive if Vendor fails to perform mandatory inspections.
The minimum Personal Protective Equipment (PPE) to be worn during the site inspections includes
hard hat, safety glasses with side shields, and steel-toed boots.

Failure by Vendor awarded the Contract to become acquainted with the equipment and the scope
of the tasks which results in Vendor’s subsequent inability to execute the Contract shall not
relieve Vendor of their obligations under the Contract. No pleas of ignorance of existing
conditions or encountered difficulties after commencement of the work under this Contract will
be accepted if determined that complications resulted from Vendor's failure to make reasonably
prudent examinations and investigations. The District reserves the right to cancel the Contract
awarded at any time it is determined that service is inadequate.

SGC-5 BID INQUIRIES


All questions regarding any irregularities and requests for information should be submitted via e-
mail to the District’s O&M Procurement Administrator, Delilah Capeles at
capelesd@neorsd.org. Questions developing information that should be available to all Bidders
will be distributed as an addendum to the bid documents. The District will not be responsible for
any oral instructions or opinions. Questions will not be answered after 12:00 noon, Wednesday,
February 1, 2017.

SGC-6 BID SUBMITTAL


Bids will be accepted until 2:00 p.m. on February 7, 2017. The official time shall be as stated
on the atomic time stamp clock designated as the official clock located at the District’s Security
desk at the George J. McMonagle Administration Building, 3900 Euclid Ave, Cleveland, Ohio
44115.

The information includes completing all the contents of the Bid Package and providing the
additional information discussed in Sections SGC-10, SGC-12, DS-1, and DS-2. Each Bidder
must provide an authorized signature and company information on each page of the Invitation
and Bid form. Bidders are advised that they are to sequentially number and initial the lower or
upper right corner of each page of their submitted bid prior to sealing and presenting the bid to
the District. These documents will become a part of the finalized Contract with the successful
Vendor.

1/5/17 Page 2 of 10 CRANE-SGC


SGC-7 BASIS FOR THE EVALUATION OF THE BIDS RECEIVED
The District shall be the sole judge of whether the bids submitted meet District needs and shall
evaluate qualified bids based on lowest bid and best bid received. The District reserves the right
to accept or reject any or all bids, or portions of any bid.

SGC-8 CONCURRENT WORK AT DIFFERENT SITES


Concurrent work may be required at the District facilities. Vendor must have enough experienced
personnel and Vendor-owned equipment required to perform the work.

SGC-9 WORK PERFORMED WITHOUT SUBCONTRACTING


No subcontracting shall be permitted. Vendor must have enough experienced personnel and
equipment to perform the work.

SGC-10 QUALIFICATIONS AND COMPANY REFERENCES


Bidders must be able to provide all the work specified. In addition to completing and returning
the Invitation and Bid form, the Bidder must complete the two forms attached with the following
information. Forms must be attached to the bid submitted.
1. The names, qualifications, and experience of the Crane Service Technicians to be
assigned to work on the District cranes/hoists.
2. A list of a minimum of five companies with whom the Bidder has entered agreements for
crane/hoist preventive maintenance and repair and the year each of the agreements was
entered. The Bidder must demonstrate through such information that it has at least six
years of crane/hoist preventive maintenance and repair experience. The list shall include
contact names and telephone numbers. The list of companies may include the District.
The information obtained from contacting the companies on the lists will be used to
check customer service history and may be used as a factor in awarding the Contract.

SGC-11 COSTS, FEES, AND SURCHARGES


Bidders shall include in the bid prices all costs and fees including labor, material, equipment
rental and usage, transportation costs, fuel costs and surcharges, landfill disposal fees and any
other surcharges, fines or fees related to this Contract. No additional costs will be accepted upon
invoicing.

SGC-12 REQUEST FOR SERVICE


Bidders shall provide the District with a list of telephone numbers for the District management
staff to be able to call 24-hours per day, 7-days per week. The telephone numbers shall be
placed on a seperate piece of paper on your letterhead. More than one number may be
provided for normal weekday hours (8:00 a.m. to 5:00 p.m.) or other than normal business
hours (weekdays after 5:00 p.m., weekend days and District holidays). A list of recognized
District holidays is provided below. Vendor shall respond to requests for service within 2-
hours as explained in Section SGC-20 regardless of weather conditions or Vendor workload.
Any additional costs

1/5/17 Page 3 of 10 CRANE-SGC


SGC – 10 (1) QUALIFICATIONS OF CONTRACTS’ EMPLOYEES ATTACHMENT
It is MANDATORY that this attachment is fully completed and returned with the bid, per section SGC-10 (1)
Please Reproduce this document if more than one (1) page is required.

EMPLOYEE NAME of NUMBER OF YEARS TRAINING CERTIFICATION(S) OTHER RELEVANT


SERVICE TECHNICIANS OF CRANE RECEIVED QUALIFICATION (S)
THAT WILL ASSIGNED TO MAINTENANCE
WORK ON THE DISTRICT EXPERIENCE
CONTRACT
REFERENCE FORM

It is MANDATORY that this attachment is fully completed and returned with bid, per sections SGC‐10 (2)

DATE  DATE 
NAME OF  COMPANY  PROJECT  PROJECT  DOLLAR 
COMPANY  PHONE  BEGAN    ENDS      AMOUNT OF  BRIEF DESCRIPTION OF SERVICES 
COMPANY NAME CONTACT NUMBER (ie 2/21/08) (ie 2/21/08) CONTRACT PROVIDED 
involved with this requirement shall be included in the Bid Prices on the Invitation and Bid
form.
Recognized District Holidays
New Year’s Day Independence Day
Martin Luther King Day Labor Day
Memorial Day Veteran’s Day
Christmas Day Thanksgiving Day
Should a holiday fall on a weekend, the day designated by the District shall be recognized as the
official holiday.

SGC-13 COMPLIANCE WITH CODES AND REGULATIONS


Vendor shall comply with all applicable laws of the Federal Government, State of Ohio, Local
Building and Housing Codes, and with all ordinances and resolutions while on District property.
In the case of conflict between codes, standards, laws and regulations, the most stringent
requirements shall apply.

Vendor must be aware of hazards related to the work being performed. All Vendor employees
shall be trained and follow all applicable safety regulations including the following.
A. GENERAL CONFINED SPACE REQUIREMENT – Shall comply with OSHA 29 CFR
1910.146.
B. LOCKOUT/TAGOUT – Shall comply with OSHA 29 CFR 1910.147.

In addition to OSHA requirements, Vendor employees must comply with the District’s Confined
Space and Control of Hazardous Energy Programs, which includes the development of a written
plan of execution and a pre-work briefing (which must be documented) prior to beginning any
work. Observances of failures to follow safety rules will be immediately reported. Continued
violations may be reason to terminate the Contract and disallow future District contracting
opportunities.

In addition, the bidder must complete the attached form and submit with the bid a written list of
any OSHA citations received within the past five (5) years.

SGC-14 FACILITY CLEANLINESS AND SAFETY


Vendor is responsible for work site cleanliness and safety. Vendor employees shall establish a
work zone border to prevent inadvertent foot/vehicle traffic into the work zone. At all times
during or following service visits the site shall be free of slipping, tripping, and other safety
hazards.

SGC-15 PREVENTION OF NUISANCES AND CLEANUP OF SPILLS


Vendor shall be responsible for preventing the creation of any nuisances including noises, odors,
spills of lubricants, or other equipment fluids. Unless approved by the District, no liquid will be
permitted to drain or be washed down into floor drains or storm sewer catch basins. Any

1/5/17 Page 4 of 10 CRANE-SGC


NOTICE OF OSHA VIOLATIONS REPORT – RFQ 12542

(Per Section SGC-13)

Date of Issuing Regulatory Violation Corrective


Violation Agency Code Description Action
environmental fines or other violations occurring because of negligence shall be at the Vendor’s
expense.

SGC-16 DAMAGE TO DISTRICT PROPERTY


Vendor is responsible to immediately repair all buildings, roadways, and pieces of equipment or
other District property damaged during the execution of the work. Failure by Vendor to make
repairs in a reasonable time may result in the District making the necessary repairs and charging
Vendor the materials and labor costs associated with the repairs. Costs shall be deducted from
amounts owed to Vendor for services performed under this Contract and any other outstanding
contracts with the District.

SGC-17 SAFETY & SECURITY


Vendor is required to provide a daily list of employees to the Security Officers at each facility.
Vendor employees must sign-in with Security upon arriving on site and sign-out with Security
when leaving. Employee name, Vendor name, arrival time, and departure time must be entered
on the sign-in sheet. Failure to do so may result in delays or non-payment of service time.

While on District property, Vendor employees shall wear the following Personal Protective
Equipment (PPE): safety glasses with side shields, a hard hat and protective footwear (meeting
ANSI Z41-1999 or ASTM F-2412/2413 (2005)).

Any injury that occurs to a Vendor employee or accident that occurs to a Vendor vehicle shall be
reported immediately to the District Safety and Security Officers. A copy of any Accident Reports
written shall be sent to the District.

SGC-18 IDENTIFICATION BADGES


Vendor shall provide employees with identification badges. The badges shall clearly display
Vendor name, employee name, and employee photo. Vendor employees shall display their IDs
during duty hours with their name and photo facing out to allow easy identification. Safety and
Security Officers may question Vendor employees not wearing the ID badges or wearing them
backwards.

SGC-19 EQUIPMENT IDENTIFICATIONS


Vendor shall mark both sides and the rear of each Vendor vehicle entering the District facility
with clearly identifiable letters displaying the company name. The letters shall be mounted to be
readily visible and identified by District Safety and Security Officers.

SGC-20 RESPONSE TIME FOR SERVICES


Upon initial notification from the District, Vendor shall respond to requests for crane service
within 2-hours and report to the requesting facility following notification of the need for service
within the time frames below.
Non-Emergency Conditions

1/5/17 Page 5 of 10 CRANE-SGC


Upon a request for non-emergency service, Vendor shall report to the requesting facility within
24-response time hours, 24-hours per day, and 7-days per week. The Facility Representative or
Designee must approve exceptions to this requirement on a case-by-case basis.
Emergency Conditions
Upon a request for emergency service, Vendor shall report to the requesting facility within 2-hours
during normal business hours or 4-hours after normal business hours, 24-hours per day, and 7-days
per week. The Facility Representative or Designee must approve exceptions to this requirement
on a case-by-case basis.

SGC-21 INVOICE PREPARATION AND PAYMENTS


Vendor shall, at the end of each month, submit an invoice to the District that will fully detail the
services rendered per the specifications herein. Invoices must include the provided District
Purchase Order No. and must identify each appropriate Purchase Order Line No. for services
rendered. Repairs performed using the Contract Allowance shall be invoiced separately upon
completion of the work and in accordance with the submitted proposal for the work. All charges
shall be fully detailed and list the asset for which service was performed.

Invoices shall be mailed to NEORSD Administration Offices, 3900 Euclid Avenue, Cleveland,
OH 44115-2506, Attention Accounts Payable, and a copy forwarded to the appropriate Facility
Representative. Monthly payments will be based on the prices bid. After the District has
substantiated and verified the charges invoiced, the District will pay for the services provided. The
usual payment cycle will be monthly. Care in the preparation of the detailed information on the
invoices and the timing of the submittal of invoices by Vendor will expedite payments.

SGC-22 INDEMNITY CLAUSE


Vendor shall indemnify, keep and save harmless the District and its respective officers, agents and
employees, against all suits or claims that may be based upon any injury to persons or property
that may occur, or that may be alleged to have occurred in the course of or as the result of the
performance of all or any part of this Contract by Vendor arising out of the negligent act or
omission of Vendor or its employee, and whether or not the person(s) injured or whose property
was damaged were third parties or employees of Vendor, and Vendor shall at its own expense
defend the District in all litigation, pay all attorney’s fees and all costs and other expenses arising
out of the litigation or claim incurred in connection therewith; and shall, at its own expense, satisfy
and cause to be discharged such judgments as may be obtained against the District, or any of its
officers, agents or employees. Nothing herein shall be construed to limit Vendor’s indemnification
obligations to the limits of insurance provided. The indemnification obligations shall survive any
termination of the Contract.

In case of any and all claims against the District and its officers, agents or employees, by any
employee of Vendor, its agents, anyone directly or indirectly employed by any of them, or anyone
for whose acts any of them may be liable, the indemnification obligation of the above paragraph
shall not be limited in any way by any limitation on the amount or type of damages, compensation

1/5/17 Page 6 of 10 CRANE-SGC


or benefits payable by or for Vendor’s, or other person under applicable worker’s or workmen’s
compensations benefit or disability laws, it being clearly agreed and understood by the parties
hereto that Vendor expressly waives any immunity Vendor might have had under such laws. By
executing the Contract, Vendor acknowledges that the parties have mutually negotiated the
foregoing waiver.

SGC-23 LIQUIDATED DAMAGES


Should Vendor fail to repair any crane covered under this Contract and return the crane to full
operation within five calendar days, liquidated damages shall be assessed in the amount of
$200.00 per day beginning on day six. Any liquidated damages accrued may be deducted by the
District from amounts due Vendor.

SGC-24 VENDOR INSURANCE FOR EMPLOYEES AND VEHICLES


During the term of this Contract, Vendor shall maintain general liability and property damage
insurance for its employees and equipment. Such policies shall not be less than $1,000,000.00 per
occurrence. The policies shall include medical payments, business vehicle insurance including,
but not limited to, comprehensive coverage, collision, personal and bodily injury, uninsured
motorists, property damage; and fire and casualty insurance to Vendor’s buildings and equipment.
Vendor is solely responsible for the health and safety of Vendor’s employees, and all Vendor-
owned equipment.

SGC-25 INSURANCE FOR PUBLIC PROTECTION


In addition to protection for Vendor, Vendor shall take out and maintain during the life of this
Contract public liability and public property damage insurance wherein the District is named as an
additional insured to protect the District from all claims or damages from personal injury, including
accidental death, as well as from claims for property damage which may arise from the loading,
hauling and disposal operations hereunder. A properly certified copy of each policy or policies
shall be deposited with the District before the commencement of any work.

The District reserves the right to refuse the insurance policies and demand other insurance if the
policy language, insurance company’s ability to make payments and/or any other reason makes
the policy unacceptable in the sole judgment of the District. Vendor shall replace the policy with
insurance acceptable to the District. Failure to do so may result in not being awarded the Contract.
In addition, with respect to the Contract involved, Vendor shall have the insurance company write
into the policy the following language: “thirty days prior to any reduction of the insurance coverage
or cancellation of the policy, the District (Attention Risk Manager) shall be notified.”
The amount of the insurance shall be as follows:
Public Liability Insurance - in the amount not less than $1,000,000.00 for injuries,
including accidental death, to any one person, and for each additional person involved (two
or more persons).

1/5/17 Page 7 of 10 CRANE-SGC


Public Property Damage Insurance - in the amount not less than $1,000,000.00 for any
occurrences to cover damages caused during the execution of this contract to vehicles and
any other properties.

SGC-26 PREVAILING WAGE RATES


Each laborer, worker or mechanic employed by Vendor for the work herein specified by the other
persons upon such work, shall be paid the prevailing rates of wages as determined by the
Department of Industrial Relations, Facility of Building and Factory Inspection, of the State of
Ohio, the published and approved schedule of which is contained in the bid documents.

In the event the wage scale for any labor classification is changed between the time the schedule
was approved and the time the work required by this Contract is performed, or in the event any
class of labor employed under this Contract, is not included in the published schedule of prevailing
wages, then the rate prevailing at the time the work is actually performed as ascertained and
determined by Department of Industrial Relations of the State of Ohio shall govern the work done
under this Contract.

Every Vendor who is subject to Chapter 4115 of the Revised Code shall, as soon as he/she begins
performance under his/her contract with any contracting public authority, supply to the prevailing
wage coordinator of the contracting public authority a schedule of the dates during the life of
his/her contract with the authority on which he/she is required to pay wages to employees. He/She
shall also deliver to the Prevailing Wage Coordinator a certified copy of his/her payroll, within
two weeks after the initial pay date, and supplemental report for each month thereafter which shall
exhibit for each employee paid any wages, his/her name, current address, periods covered and the
total for each week, his/her hourly rate of pay and wages, his/her job classification, fringe
payments, and deductions from his/her wages. At the beginning of performance by Vendor, such
supplemental reports shall be filed each week after the initial report. The certification of each
payroll shall be executed by Vendor, or duly appointed agent therefore and shall recite that the
payroll is correct and complete and that the wage rates shown are not less than those required by
the Contract.

Each Vendor shall file with the contracting public authority upon completion of the Contract, or
portion thereof, and prior to final payment thereof an affidavit stating that he/she has fully
complied with Chapter 4115 of the Revised Code. Said affidavit is to be filed with the District’s
Office of Contract Compliance.

Prevailing wage rates are required only for labor hours performed for repairs and do not
apply to preventive maintenance services. Preventive maintenance services are non-repairs
and, therefore, do not require payment of prevailing wage rates.

SGC-27 STATE AND FEDERAL EMPLOYEE BENEFITS LAWS


Vendor shall be and remain an independent Vendor with respect to all services performed
hereunder and agrees to and does hereby accept full and exclusive liability for the payment of any
and all contributions or taxes for social security unemployment insurance, or old age retirement

1/5/17 Page 8 of 10 CRANE-SGC


benefits, pensions, or annuities now or hereafter imposed under any state or federal law which are
measured by the wages, salaries or other remunerations paid to persons employed by Vendor and
work performed under the terms of this Contract, and further agrees to obey all lawful rules and
regulations and to meet all lawful requirements which are now or hereafter may be issued or
promulgated under said respective laws by any duly authorized state or federal officials; and
Vendor agrees to indemnify and save harmless the District from any contributions or taxes or
liability thereof.

SGC-28 WORKERS’ COMPENSATION


Vendor shall comply with the Ohio Workers' Compensation Act, and shall cover all employees
working on this Contract and under the control of Vendor, and shall relieve the District from any
costs due to accidents or other liabilities mentioned in said Act. Vendor shall also furnish at the
time of delivery of this Contract and at such other times as may be requested, the official certificate
or receipt showing the payments hereinbefore referred to, and shall furnish to the Chief Legal
Officer proof, as required, that adequate workers’ compensation insurance is provided.

Any class of employees engaged in work on this Contract which is not covered by the Workers'
Compensation Act shall be insured by Vendor under Employer's Liability Insurance and/or United
States Longshoremen's and Harbor Worker's Compensation Act, and other Act requiring coverage
for Liability under Admiralty or Federal authority.

SGC-29 SITE UTILITIES


The District shall provide Vendor the locations of water and electrical service. Vendor shall be
responsible for providing all adapters, fittings, wiring, and hoses needed.

SGC-30 SUBSTANCE FREE POLICY


The District has in place a Substance Free Workplace Policy to assist in maintaining a safe and
productive work environment. Vendor must have a company Substance Free Workplace Policy.
The policy must include employee training and methods to monitor for substance abuse.

SGC-31 BACKGROUND CHECKS


The District reserves the right to perform, at its own expense, a background check on any Vendor
employee for the purposes of safety and security.

SGC-32 AUTHORIZED WORK AREAS


Vendor employees shall remain within the area of work at each facility. Unauthorized entry to
other areas, without the consent of the Facility Representative will not be tolerated.

SGC-33 EMERGENCY EVACUATION PLANS


All District facilities have Emergency Response Plans (ERPs). The ERPs include the evacuation
of persons at the facility to designated staging areas. In the event of an evacuation, Vendor
employees are required to participate in the emergency evacuations and follow the instructions of
Safety and Security Officers.

1/5/17 Page 9 of 10 CRANE-SGC


SGC-34 CONTRACT CANCELLATION
If Vendor does not fully comply with the conditions and obligations of the Contract and
specifications, the District shall have the right to cancel the Contract for cause. The District shall
have the right to cancel the Contract for convenience if the District’s Chief Executive Officer
determines such cancellation to be in the best interest of the District.

SGC-35 ADDITIONAL RESPONSIBILITIES


Vendor shall be responsible for obtaining all wiring diagrams, drawings and plans needed to
perform the preventive maintenance and repair services required. All reference materials, manuals,
diagrams, drawings, and plans furnished by the District and/or obtained by Vendor shall be turned
over to the District (hard copy and PDF or AutoCAD electronic format) at the end of the Contract.

1/5/17 Page 10 of 10 CRANE-SGC


DETAILED SPECIFICATIONS (DS)
Crane Inspection, Maintenance, and Repair Services

DS-1 SCOPE OF WORK


Vendor shall perform preventive maintenance, inspections, testing services, certifications, and
“as needed repairs” to 118 cranes/hoists owned and operated by the District. Vendor shall be
responsible for all permits, fees, tests, inspections, certifications, and applicable requirements
relative to the execution of the Scope of Work specified herein.

Vendor shall provide all labor, transportation, fuel, parts, materials, tools, equipment (e.g.,
forklifts, man lifts, scissor lifts, certified/test weights, etc.), supervision, incidentals, Codes and
Standards, personal protective/safety equipment and devices, manuals, procedures, and services
necessary for the safe, injury free, required for the completion of all services performed under
the scope of this Contract.

All inspections and reporting shall be performed in compliance with the current applicable
Federal, State, and Local codes, standards, laws, and regulations. Bidders are required to submit,
with their bid, a complete list of inspections to be completed under the terms of the Contract
demonstrating compliance.

Vendor shall be aware that work locations indicated under this Contract include the handling and
treatment of municipal sewage. The cranes/hoists and associated equipment may be
contaminated with sewage that may or may not have received some type of treatment.

DS-2 INVITATION AND BID FORM


Bidders are required to quote prices for all bid items. Failure to submit prices for all bid items
may be sufficient reason to declare the Bidder non-responsive. Bid prices must be exclusive of
any federal, state, local sales, or use taxes.
Bidders shall provide the following information on the Invitation and Bid form.
 Unit prices to perform frequent and periodic maintenance inspections, associated
Preventive Maintenance (PM), and any minor repairs or adjustments per crane/hoist listed
at each facility.
 Extended Bid Summary prices for the Annual, Monthly, Quarterly, and Semi-annual PM
inspections at each facility (No. of Cranes multiplied by No. of Inspections multiplied by
Unit Price/crane = Extended Bid Summary).
 Bid Summary Totals for each Item (Sum of the Extended Bid Summaries for the Annual,
Monthly, Quarterly, and Semi-annual inspection plus the District’s Discretion Allowance
listed). (Allowance amounts must be included in your Bid Grand Total)
 The Total Submitted Bid = (SUM of BID ITEMS 1 through 5).
 The hourly rate for scheduled repair service during normal business hours 8:00 a.m. to
5:00 p.m. (Monday through Friday) for all facilities. These values will not be tabulated in
the bid cost and will be paid out of Allowance dollars should the need arise.
 The hourly rate for scheduled repair service after normal business hours, 5:00 p.m. to
7:59 a.m. (Monday through Friday) weekends and holidays for all facilities. These values
will not be tabulated in the bid cost and will be paid out of Allowance dollars should the
need arise.
 The hourly rate for non-scheduled crane inspections during normal business hours and
after normal business hours. For this bid, it is estimated there will be a total of 36 non-
scheduled inspections, 30 during normal business hours and six after normal business
hours. Bidder is required to provide their estimated hours of service to perform the
inspections as well as the hourly service rate during normal business hours and outside of
normal business hours. These values will be tabulated with the bid.

DS-3 ALLOWANCE WORK


An allowance is included on the Invitation and Bid form to be used for “as needed repairs” not
covered under the Inspections or Preventive Maintenance Program, addition of new
cranes/hoists, and non-scheduled inspections. These repairs will be paid on a time and materials
basis for cranes/hoists currently on line as well as new cranes/hoists that may be added (not a
replacement) during the Contract term. No allowance work shall be paid unless an accurate,
detailed proposal is provided and the Facility Representative has approved the work in advance
of the work being started. The District reserves the right to request additional proposals from
outside Vendors if the proposal provided is deemed to not be fair and reasonable.

Vendor will be paid per the hourly rates provided on the Invitation and Bid form. Vendor will not
be paid travel time to and from the District facilities. Any overtime must be pre-authorized by
the Facility Representative. Invoices shall reflect time rounded to the nearest one half hour.
Service tickets showing dates, time, and work performed shall be signed by the Facility
Representative and submitted with the invoice for prompt payment to occur.

DS-4 CRANE/HOIST CONDITION REPORTS


By the end of 60 days from the start of the Contract, Vendor shall conduct a Crane/Hoist
condition assessment for the 118 cranes/hoists listed in Appendix A and prepare supporting
condition reports. The condition reports shall be prepared based on the Vendor’s experience and
knowledge of the equipment. The condition reports are an opinion from the Vendor related to
the maintainability of the cranes/hoists, an estimate of longevity, and shall list any observed
problems. Vendor shall also provide quotes for any immediate repairs identified during the
condition assessment. The condition reports and quotes shall be provided to the appropriate
Facility Representative.

DS-5 CRANE/HOIST INVENTORY


Vendor is responsible for creating and maintaining a listing of all cranes/hoists, inspection
requirements, inspection schedule, testing, and certifications. Vendor shall schedule inspections

1/9/17 Page 2 of 7 CRANE-DS


to insure certifications do not lapse and the District maintains compliance with OSHA
requirements.

DS-6 INSPECTIONS AND MINOR REPAIRS


Vendor shall provide frequent and periodic inspections and testing of the District’s cranes/hoists
to meet the requirements as outlined in OSHA Regulations and Standards 29 CFR Part 1910 and
any subsequent versions thereof, and in accordance with ASME B30-2011 Standards. As part of
the inspection, Vendor is required to make minor repairs or adjustments, which may include
tightening screws, setting air gaps on brakes, greasing fittings, etc.

6.1 Vendor shall contact the Facility Representatives at least one week in advance
to schedule inspection service visits.
6.2 Upon arrival at the facilities, Vendor shall meet with the Facility
Representative prior to performing inspections to discuss important
information needed for efficient job completion.
6.3 If during an inspection, repairs or adjustments are identified, Vendor will
consult with the Facility Representative prior to making any repairs. If parts
for the repair are in the possession of Vendor, the repair will be made at that
time. If the parts for the repair are not in the possession of Vendor, an
estimated date for repair along with a proposal will be requested. Any repairs
or adjustments made shall be included in the Inspection Report.
6.4 Any defective crane/hoist deemed unsafe shall be locked and tagged “out of
service” until all defects are corrected. Vendor shall initiate corrective action
by notifying the Facility Representative.
6.5 After completing repairs, Vendor shall conduct an operational test before
putting the crane/hoist back in service.

Inspection Tags
Upon completion of an inspection, Vendor will post a durable, laminated, tag that can withstand
harsh environments. The tag should have the following information, legibly written in print:
 Inspection type completed
 Date completed
 If the inspection passed or failed
 Name of company who performed inspection
 Name of technician that performed inspection
Inspection Reports
Typed (electronic) reports shall be prepared for each facility titled Frequent or Periodic
Inspection and provided to Facility Representative within 30 days of inspection. The inspection
report will detail the following information for each completed crane/hoist inspection.
 Crane Location
 District Asset ID
 Equipment Specifications

1/9/17 Page 3 of 7 CRANE-DS


 Inspection Date
 Name of Service Technician
 Inspection Type (Frequent or Periodic)
 General Inspection Items and Status (Pass or Fail)
 If Failed – Provide recommendations for repairs along with a proposal for each repair.
The break down shall include the number of technician hours (normal business hours)
and the estimated cost of any parts and materials.
 Description of any corrective actions taken during inspection

DS-7 PREVENTIVE MAINTENANCE SERVICES


Vendor shall work with the District to develop, establish, and implement a routine Preventive
Maintenance Program for each of the cranes/hoists and associated equipment. The routine
Preventive Maintenance Program shall comply with manufacturer recommendations, instructions
and preventive maintenance schedule/tasks in the Installation, Operation and Maintenance (IOM)
manuals, and federal, state and local regulations. It is the intent of preventive maintenance for
Vendor to inspect and monitor the equipment for normal wear and take a proactive approach to
correct equipment problems before failures occur.

Vendor shall perform at a minimum the following preventive maintenance tasks on each
crane/hoist annually. These inspections, lubrications, and cleaning will be made/performed
annually at the same time the safety inspections are performed. No additional payment will be
made for preventive maintenance visits in addition to the required visits. All preventive
maintenance shall be paid under the Bid Price for the Preventive Maintenance Coverage. The
scheduled date/time for the preventive maintenance shall be pre-arranged with the designated
Facility Representative prior to reporting.
7.1 Inspections and Lubrications – All lubricants and lubricant instructions must
be per manufacturer recommendations or current industry standards.
 Inspect all brakes and adjust where required.
 Check and secure locking on brake pins.
 Contact tips on drum controllers, limit switches and contactors must be
cleaned with No. 000 sandpaper if applicable.
 Check and recommend any necessary repairs to rails following Manufacturer
Specifications.
o True alignment
o Span
o Rail Splices
 Check and align conductors and shoes.
 Check motor brush holders for free movement of brushes. Check brushes to
determine if there is enough stock for wear.
 Check wheels, compare diameters of drivers, check flanges for evidence of
flange wear due to rail misalignment.
 Check drive shaft alignment at couplings when motors or gear cases are re-
installed after a repair.

1/9/17 Page 4 of 7 CRANE-DS


 Clean collectors and skates to insure proper operation over the full length of
the run.
 Inspect conduit and fittings (document abnormalities).
 Clean, inspect and tighten loose connections for the following
o control cabinet
o fusible disconnect
o wire termination on trolley collector track
o resistor termination
o grounding bond
 Take running amp readings and submit readings in the safety inspection report
for bridge, hoist, and trolley.
 Drain and flush all gear cases and refill with clean, fresh proper lubricant.
 Lubricate all motors if applicable.
 Lubricate crane and attachments.
 Lubricate all hoisting cables including bottom blocks, bucket, open gearing,
lumber grapple, and attachments.
 Check and replenish hydraulic fluid in the master cylinder if applicable to
proper level.
 Rope should be maintained in a well-lubricated condition. Lubricant applied
shall be the type that does not hinder visual inspection.
7.2 Cleaning – Cleaning solvents or solutions must be of a type approved for this
application, and cause no adverse physical or environmental side effects.
Under no circumstances shall flammable materials be used or stored. Oily or
soiled cleaning materials and debris or dirt shall be disposed of properly and
immediately. Routine cleaning services shall include the following.
 Clean the entire crane/bridge/hoist/trolley assembly including all rails, track,
bridge beam, cap channel, end tracks, bearings, gear case/motor, all braces,
and mounts.
 Clean the power system and all associated components including all power
and control, cables, push-button stations, control boxes and panels, all
contactors, runway collectors (bridge and trolley), end cap bumper stops,
identification plates, and panels.
 Cleaning shall include the removal of dust, dirt, trash, cobwebs, nests, etc.
Inspection Reports
Typed (electronic) reports shall be prepared for each facility titled Preventive Maintenance
Report. A description of the preventive maintenance performed shall be explained for each
inspected crane/hoist. The reports shall include the following minimum sections.
 Major Components and Condition. Description of the condition, operability, and
maintainability.
 Work Performed. Detailed description of the work performed, status of the crane/hoist
following the repair(s), the repair costs, and time the crane was not available for
operation. A generalized description such as "routine maintenance" is not acceptable.

1/9/17 Page 5 of 7 CRANE-DS


 Identified Service Needs and Estimated Cost. Recommendations for needed repairs along
with an estimated cost for each repair. The break down shall include the number of
technician hours (normal business hours) and the estimated cost of any parts and
materials.

DS-8 AS NEEDED REPAIRS


“As needed repairs” are repairs discovered during the term of the Contract not already covered as
maintenance and inspection services. “As needed repairs” shall be reported in writing to the
Facility Representative, properly identifying the equipment involved, location, work to be
performed, parts and materials required, number of technician hours (normal business hours),
completion date and time, and total cost of completed repair.

“As needed repairs” are optional at the sole discretion of the District and are not guaranteed
Vendor work under the terms and conditions of the Contract. If District requests Vendor to
perform the repairs, work shall not start prior to Vendor’s submission of proposal for repairs,
approval from the Facility Representative, and a Purchase Order issued.

DS-9 SERVICE TICKETS


Vendor shall complete and provide a Service Ticket to the District Representative at the end of
each workday and obtain their signature. The service technician shall sign the Service Ticket,
detail the time on site, the unit serviced model number, serial number, and District ID with a
detailed description of the reason for the visit and actions taken during the visit. A copy of the
Service Ticket shall be left with the District Representative and a copy attached to the invoice
submitted to the District.

DS-10 REPLACEMENT PARTS - NORMAL WEAR


Vendor shall maintain a local inventory (off-site from the District facilities) of sufficient quantity
of normal replacement parts and components purchased from the original crane equipment
manufacturer. Normal replacement repair parts are normal wear items in Vendor’s experience.
Vendor shall complete all crane repairs reported by the District requiring normal wear items and
return the crane to operation the same day malfunctions are reported. No mark-ups on the price
of the replacement parts are allowed. Documented delivery charges are allowed. The cost of the
replacement parts and delivery charges will be paid out of the Contract Allowance upon
completion of the repairs and the asset returned to satisfactory operation.

DS-11 REPLACEMENT PARTS - ABNORMAL WEAR


Vendor shall diligently obtain and replace faulty parts not normally stocked at Vendor’s facility
within three (3) calendar days of malfunctions reported by the District. If this is not possible due
to delays procuring the parts from the original crane equipment manufacturer, Vendor shall fully
communicate and document the repair delay to the District Facility Representative. No mark-ups
on the price of the replacement parts are allowed. Documented delivery charges are allowed.

1/9/17 Page 6 of 7 CRANE-DS


The cost of the replacement parts and delivery charges will be paid out of the Contract
Allowance upon completion of the repairs and the asset returned to satisfactory operation.

DS-12 PARTS GUARANTEE


Vendor shall guarantee that the installed materials are free from all defects for a period of one
year after installation. Vendor shall replace any defects or failures that may develop during the
guarantee period at the Vendor’s expense. The District will not pay freight, shipping, or any
special handling expenses (including energy surcharges) for returning defective parts and
materials.

DS-13 LOAD TESTING


Load testing shall be completed per ASME B30.2-2011. If major work is performed on a
District crane, Vendor is required to provide load testing before the crane is placed back in
service. Examples of major work include:
 major structural repair or modification to crane or crane rail support members
 hoist gearbox replacement
 hook/block or cable replacement
 substantial repairs to hoist braking system
 reason to believe that the crane has been overloaded

DS-14 DECOMMISSIONING
The District can decommission cranes/hoists included in the Preventive Maintenance Program at
any time. Once a crane/hoist is decommissioned, the District will notify Vendor to stop
performing inspections and Vendor can no longer invoice the District for those cranes/hoists.

DS-15 CRANE/HOIST IDENTIFICATION


Appendix A is a list of all District cranes/hoists and their inspection frequencies covered under
this inspection, maintenance, and repair services Contract.

1/9/17 Page 7 of 7 CRANE-DS


APPENDIX A PUMP STATION SGC - 3 Northeast Ohio Regional Sewer District Cranes

Crane inspection
required i.e. semi-
annual, quarterly,
Plant Location Asset No. Description Installation Date Use Frequency Criticality Classification Inspected monthly etc.
1 Southerly 2nd Stage Blower Bldg. (E32534) One (1) - 30 Ton Crane Hoist double-bridge top-running crane 1980 Every 6 Month High Severe Service monthly
2 Southerly 2nd Stage Bsmt.Area Substation 16 (E48070) One (1) - 2 Ton Coffing Top 1990 As Needed High Normal Service semi-annual
3 Southerly 2nd Stage Lift Station (E30051) One (1) - 20 Ton Yale-Eaton double-bridge top-running crane 1986 Every 6 Month High Severe Service monthly
4 Southerly 2nd Stage Return Sludge (E35025) One (1) - 3 Ton Crane & Hoist Inc. Yale bridge top-running crane 1979 Twice a Month High Severe Service monthly
5 Southerly 2nd Stage Return Sludge (E35020) One (1) - 2 Ton Coffing top-running single-bridge crane A-Frane 1982 Every 6 Month High Normal Service semi-annual
6 Southerly CVI Lift Station Dry Side (E51073) One (1) - 15 Ton Bridge De-Ko; (Bridge) R&M (Hoist)
7 Southerly CVI Lift Station Wet Side (E51051) One (1) - 6 Ton Yale Jib Elect. Hoist 2010 As Needed High Severe Service monthly
8 Southerly CVI Lift Station Wet Side (E51053) One (1) - 6 Ton Yale Elect. Monrail Crane 2010 Daily High Severe Service monthly
9 Southerly Degrit Bldg First Floor Conv. Aea (E38044) One (1) - 2 Ton Crane I Bean Monorail North 1 1975 As Needed High Normal Service semi-annual
10 Southerly Degrit Bldg First Floor Conv. Area (E38046) One (1) - 2 Ton Crane I Bean Monorail North 1 1975 As Needed High Normal Service semi-annual
11 Southerly Degrit Bldg First Floor Conv.Area (E38011) One (1) - 2 Ton Crane I Bean Monorail North 1 1975 As Needed High Normal Service semi-annual
12 Southerly Degrit Bldg First Floor Conv.Area (E38045) One (1) - 2 Ton Crane I Bean Monorail North 1 1975 As Needed High Normal Service semi-annual
13 Southerly DeWatering Bldg First Floor S. Bsmt. (E42617) One (1) - 3 Ton De-ko Grider Under Hung crane 1980 Every 3 Month High Normal Service semi-annual
14 Southerly Dewatering First Floor South (E42619) One (1) - 3 Ton Coffing Top 1982 Every 3 Month Low Normal Service semi-annual
15 Southerly Effluent Filter (E36125) One (1) - 10 Ton Progressive single-bridge top-running crane 1980 6 Time a Month High Severe Service monthly
16 Southerly First Stage Blower (E26025) One (1) -15 Ton Euclid Crane double-bridge Top-running crane 1984 Once a Month High Severe Service monthly
17 Southerly GBT/ East Bay (E39078) One (1) - 6 Ton Crane Hoist double-bridge top-running crane 1978 3 Times a year Low Normal Service semi-annual
18 Southerly GBT/Center East (E39079) One (1) - 6 Ton Crane Hoist double-bridge top-running crane 1978 3 Times a year Low Severe Service monthly
19 Southerly GBT/Center West (E39080) One (1) - 6 Ton Crane Hoist double-bridge top-running crane 1978 3 Times a year Low Severe Service monthly
20 Southerly GBT/West Bay (E39081) One (1) - 6 Ton Crane Hoist double-bridge top-running crane 1978 3 Times a year Low Normal Service semi-annual
21 Southerly GT Main First Floor Area (E50520) One (1) - 1 Ton Jib Loadstar Elect. Hoist 1982 As Needed High Severe Service monthly
22 Southerly INC.. Blower Second Floor (E42620) One (1) - 2 Ton Coffing Top 1985 Every 3 Month Low Normal Service semi-annual
23 Southerly Maint. /Hallway (E54058) One (1) - 4 Ton American Monorail system 1988 Daily High Severe Service monthly
24 Southerly Maint. /Machine Shop (E54046) One (1) - 4 Ton American Monorail system 1988 Daily High Severe Service monthly
25 Southerly Maint. /Machine Shop (E50527) One (1) - 1 Ton C&M Series 622 1990 Every 6 Month Low Severe Service monthly
26 Southerly Maint. /Machine Shop (E37535) One (1) - 1/2 Ton Progressive hoist crane 1992 Every Month High Severe Service monthly
27 Southerly Maint. /Stockroom (E54055) One (1) - 5 Ton Acco Kranco monorail systems 1974 Every Month Medium Severe Service monthly
28 Southerly Maint. /Weld Shop (E54059) One (1) - 4 Ton American Monorail system 1988 Daily High Severe Service monthly
29 Southerly Old Screen Building (E52501) One (1) - 5 Ton-Crne Sguhmp-Robbins &Meyers 1970 As Needed High Normal Service semi-annual
30 Southerly Operating Gallery (E29024) One (1) - 5 Ton Kone XL Hoist crane 1996 Bi- Weekly High Severe Service monthly
31 Southerly PS Cyclone Degrit (E38024) One (1) - 1.5 Ton Abell-Howe top-running crane 1978 As Needed High Normal Service semi-annual
32 Southerly REF - 3rd Floor North Side - Centrifuge Floor 57*BC*1 One (1) 10 Ton Altoona Crane (Bridge); Yale (Trolly Hoist)
33 Southerly REF - 3rd Floor North Side - Centrifuge Floor (extends outside north end) 57*MON*13 One (1) 2.5 and 10 Ton Harrington Monorail (Trolly Hoist)
34 Southerly REF 1st Floor Fan #1 47*MON*6 One (1) - 3 Ton Yale Monorail (Trolley Hoist) Normal Service semi-annual
35 Southerly REF 1st Floor Fan #2 47*MON*7 One (1) - 3 Ton Yale Monorail (Trolley Hoist) Normal Service semi-annual
36 Southerly REF 1st Floor Fan #3 47*MON*8 One (1) - 3 Ton Yale Monorail (Trolley Hoist) Normal Service semi-annual
37 Southerly REF 3rd Floor South Side #1 Secondary Heat Exchanger 47*MON*9 One (1) - 5 Ton Shawbox Monorail (Trolley Hoist) Normal Service semi-annual
38 Southerly REF 3rd Floor South Side #2 Secondary Heat Exchanger 47*MON*10 One (1) - 5 Ton Shawbox Monorail (Trolley Hoist) Normal Service semi-annual
39 Southerly REF 3rd Floor South Side #3 Secondary Heat Exchanger 47*MON*11 One (1) - 5 Ton Shawbox Monorail (Trolley Hoist) Normal Service semi-annual
40 Southerly REF Basement North Side Blower #1 57*MON*1 One (1) - 5 Ton Shawbox Monorail (Trolley Hoist) Normal Service semi-annual
41 Southerly REF Basement North Side Blower #2 57*MON*2 One (1) - 5 Ton Shawbox Monorail (Trolley Hoist) Normal Service semi-annual
42 Southerly REF Turbine Generator Room 67*MON*14 One (1) - 7.5 Ton Yale Monorail (Trolley Hoist) Normal Service semi-annual
43 Southerly Screen & Grit/Outside 1*GRT*CRN*1 One (1) - 4 Ton G.W. Becker Bridge (Trolley Hoist) 1986 Every Week High Severe Service monthly
44 Southerly Storage Bldg. /North (E52000) One (1) - 20 Ton Progressive bridge crane 1993 Weekly Low Severe Service monthly
45 Southerly Storage Bldg. /South (E52001) One (1) - 20 Ton Progressive bridge crane 1993 Weekly Low Severe Service monthly
46 Southerly Thermal Conditioning/North (E40598) One (1) - 5 Ton Crane Hoist under hung crane 1978 Every Week High Severe Service monthly
47 Southerly Thermal Conditioning/Pac (E40600) One (1) - 7.5 Ton Crane Hoist under hung crane 1986 Every Week High Severe Service monthly
48 Southerly Thermal Conditioning/South (E40599) One (1) - 5 Ton Crane Hoist under hung crane 1978 Every Week High Severe Service monthly
49 Southerly Vacuum Filtration/East (E42606) One (1) - 15 Ton Euclid Crane double-bridge top-running crane 1986 Every Week High Severe Service monthly
50 Southerly Vacuum Filtration/West (E42607) One (1) - 15 Ton Euclid Crane double-bridge top-running crane 1986 Every Week High Severe Service monthly
Crane inspection
required i.e. semi-
annual, quarterly,
Plant Location Description Installation Date Use Frequency Criticality Classification monthly etc.
1 Westerly Blower Building 69528 One (1) – 5 Ton Yale 1992 yearly medium Normal Service semi-annual
2 Westerly CSOTF 68359 One (1) – 2 Ton Wallace Gantry 1995 monthly medium Heavy Service quarterly
nd
3 Westerly CSOTF Degrit Building - 2 Floor 68052 One (1) – Monorail Hoist Classifier #1 1999 monthly medium Heavy Service quarterly
4 Westerly CSOTF Degrit Building - 2nd Floor 68053 One (1) – Monorail Hoist Classifier #2 1999 monthly medium Heavy Service quarterly
5 Westerly CSOTF Degrit Building - Basement 68051 One (1) – 2 Ton Shawbox overhead bridge crane 1999 monthly medium Heavy Service quarterly
6 Westerly CSOTF Degrit Building - Basement 68339 One (1) - 4 Ton Louden yearly low Normal Service semi-annual
7 Westerly CSOTF Degrit Building - Electrical Room 68341 One (1) - 4 Ton Hoist and Gantry (Portable Crane) Yearly low Normal Service semi-annual
8 Westerly CSOTF Degrit Building – Main Floor 68050 One (1) – 2 Ton Gaffe wire rope electric hoist 1999 monthly medium Heavy Service quarterly
9 Westerly CSOTF- Screen Area 68340 One (1) – 10 Ton Wright 1980 monthly medium Heavy Service quarterly
10 Westerly Fork Lift Boom Hoist No Asset# One (1) - 1500 to 4000 pounds No Date yearly medium Normal Service semi-annual
11 Westerly Hypo-Bisulfite Area 68351 One (1) – 10 Ton Monorail 1980 yearly medium Normal Service semi-annual
12 Westerly Hypo-Bisulfite Area 68352 One (1) – 3 Ton Wright 1980 yearly medium Normal Service semi-annual
13 Westerly Hypo-Bisulfite Area 68353 One (1) – Manual Crane Sumner monthly high Heavy Service quarterly
14 Westerly New Maintenance Building 63921 One (1) - 1 Ton Electric Shop H-5B yearly low Normal Service semi-annual
15 Westerly New Maintenance Building 63922 One (1) - 1 Ton Electric Shop H-5 yearly low Normal Service semi-annual
16 Westerly New Maintenance Building 65026 One (1) – 10 Ton Gaffey Monorail 2002 weekly high Severe Service monthly
17 Westerly New Maintenance Building 65025 One (1) – 10 Ton Gaffey Bridge Crane 2002 weekly high Severe Service monthly
nd
18 Westerly New Maintenance Building – 2 Floor Stockroom 65036 One (1) – ¼ Ton Budgit 2006 daily high Severe Service monthly
19 Westerly New Maintenance Building - Basement Storage Cage 65037 One (1) – 5 Ton Robbins & Meyers Hoist 2002 weekly high Severe Service monthly
20 Westerly New Maintenance Building Basement 65518 One (1) - Wallace Gantry 3900lb Capacity w/ 2 Ton C&H Chain Hoist yearly low Normal Service semi-annual
21 Westerly Odor Control Room 69529 One (1) - 5 Ton CRN910B yearly low Normal Service semi-annual
22 Westerly Screen Building - 2nd Floor 68355 One (1) – 5 Ton P&H Hoist 1980 monthly medium Heavy Service quarterly
23 Westerly Solids Bldg. 63927 One(1) - 5 Ton Robbins & Meyers monthly high Heavy Service quarterly
24 Westerly Solids Contact Area 69327 One (1) - 1/2 Ton hoist (Portable Crane) 1991 monthly medium Heavy Service quarterly
25 Westerly Solids Handling Building 63924 One (1) – 5 Ton Monorail P&H 1980 yearly low Normal Service semi-annual
26 Westerly Solids Handling Building – 5th Floor 63920 One (1) – HST305B – 3 Ton Chester 1992 weekly high Severe Service monthly
27 Westerly Solids Handling Building - 5th Floor 63919 One (1) – HST305A – 3 Ton Chester 1992 weekly high Severe Service monthly
28 Westerly Solids Handling Building - 5th Floor 63918 One (1) – HST305C – 5 Ton Harnischf. 1992 weekly high Severe Service monthly
29 Westerly Solids Handling Building - Basement 63917 One (1) – 3 Ton Coffing Hoist for Building Drainage Pumps 1992 monthly high Heavy Service quarterly
30 Westerly Solids Handling Building – Basement 63925 One (1) – 5 Ton Robbins & Meyers 1980 yearly low Normal Service semi-annual
31 Westerly Solids Handling Building – Below 1st Floor 63926 One (1) – ½ Ton monthly medium Heavy Service quarterly
32 Westerly Stockroom 68354 One (1) – 2 Ton Wright 1980 not much low Normal Service semi-annual
33 Westerly Trickliing Filter Platform 69216 One (1) - 450 lbs Davit yearly low Normal Service semi-annual
34 Westerly Trickling Filter 69217 One (1) – Thern Crane & Davit Arm 1992 yearly low Normal Service semi-annual
Crane inspection
required i.e. semi-
annual, quarterly,
Plant Location Description Installation Date Use Frequency Criticality Classification monthly etc.
1 Easterly Blower Building 13039 One (1) 15 Ton Euclid Crane Hoist double-bridge top-running crane 1935 annually medium Normal Service semi-annual
2 Easterly Collinwood Pumps 01374 One (1) – 8 Ton Acco Babcock Monorail System annually medium Normal Service annual
3 Easterly Crane Aerated Grit Blower Room (Downstairs) 20.GR.MON.1 Yale -5 Ton Model BEW2-45LG14S2 2015 regularly high Heavy Service quarterly
4 Easterly Crane Aerated Grit Blower Room (Upstairs) east 20.GR.MON.3 Yale -2 Ton Model BEW2-45LG14S4 2015 semi-annual medium Normal Service semi-annual
5 Easterly Crane Aerated Grit Blower Room (Upstairs) west 20.GR.MON.2 Yale -2 Ton Model BEW2-45LG14S3 2015 semi-annual medium Normal Service semi-annual
6 Easterly Effluent Pump Building 01513 One (1) - 10 Ton Progressive Crane double-bridge top-running crane 10/81 quarterly medium Heavy Service quarterly
7 Easterly Grit Dewatering Area 01064A One (1) 2 Ton Chester Crane annually low Normal Service semi-annual
8 Easterly Headworks Barscreen 00998 One (1) 2 Ton Bridge Crane New manual operated crane 2001 quarterly medium Normal Service semi-annual
9 Easterly Headworks Building – Detritus East Room 2 01053 One (1) - 6 Ton P&H Harnischfeger Monorail Crane # 2 09/74 annually low Normal Service annual
10 Easterly Headworks Building – Detritus West Room 1 01052 One (1) – 3 Ton P&H Harnischfeger Monorail Crane # 1 09/74 annually low Normal Service annual
11 Easterly Headworks Building – Lower Level 03275 One (1) - 10 Ton P&H Harnischfeger double-bridge top-running crane 06/74 semi-annual low Normal Service annual
12 Easterly Headworks Building Screening Area 01010A One (1) – 2 Ton Cleveland Crane Hoist quarterly high Heavy Service quarterly
13 Easterly New HeadWorks Conyer Storage Area 01064B One (1)1/2 Ton Coffing Hoist Monorail new Install regularly high Heavy Service quarterly 12/16/16 -Changed from
14 Easterly Pump Building 05170 One (1) – 7 1/2 Ton Euclid Crane Hoist 1932 rarely low Normal Service annual quarterly because use will
15 Easterly Pump Building – East Gallery 05159 One (1) – 7 1/2 Ton Euclid Crane Hoist 1932 rarely low Normal Service annual
16 Easterly Pump Building – West Gallery 05065 One (1) – 7 1/2 Ton Euclid Crane Hoist 1932 rarely low Normal Service annual
17 Easterly Service Building – Chemical Feed Facility 03511 One (1) – 2 Ton Load Lifter Monorail semi-annual medium Normal Service annual
18 Easterly Service Building – Machine Shop 03192 One (1) - 2 Ton Coffing Hoist monorail crane regularly high Severe Service monthly
19 Easterly Service Bulding Pit 3252 One (1) 2 Ton Crane Harrington Monorail regularly high Heavy Service quarterly
20 Easterly Southerly Pumps 03431 One (1) – 3 Ton Yale Crane semi-annual medium Normal Service semi-annual
Crane inspection
required i.e. semi-
annual, quarterly,
Location Asset # Description Installation Date Use Frequency Criticality Classification monthly etc.
1 Pump Sta. Dille Avenue Pump Station P7002 One (1) - 2 Ton P & H Mono-EWR-PT 480/3/60 22 plus years 4 times a year high Heavy Service quarterly
2 Pump Sta. Division Avenue Pump Station P8082 One (1) - 1 Ton crane Grayton 2 years 4 times a year high Heavy Service quarterly
3 Pump Sta. Division Avenue Pump Station P8081 One (1) - 1/4 Ton Budgit monorail electric hoist 20 years 2 times a year medium Normal Service semi-annual
4 Pump Sta. Jennings Road Pump Station P9060 One (1) - 1 Ton Coffing monorail electric hoist 6 years 2 times a month medium Normal Service semi-annual
5 Pump Sta. Jennings Road Pump Station P9080 One (1) - 1 Ton Budgit monorail electric hoist 15 years 4 times a year high Heavy Service quarterly
6 Pump Sta. Flats East Bank Pump Station P1080 One (1) - 3 Ton Harington monorail electric hoist 1 year 2 times a year medium Normal Service semi-annual
7 Pump Sta. Easterly Tunnel Dewatering PS One (1) - 15 ton Bridge 2016 4 times a year medium Heavy Service quarterly
8 Pump Sta. Easterly Tunnel Dewatering PS One (1) - 5 ton Bridge 2016 4 times a year medium Heavy Service quarterly
9 Pump Sta. Easterly Tunnel Dewatering PS One (1) - 3 ton Jib 2016 4 times a year medium Normal Service semi-annual
10 Pump Sta. Easterly Tunnel Dewatering PS One (1) - 2 ton Monorail 2016 4 times a year medium Normal Service semi-annual
11 Pump Sta. Mary Street Pump Station One (1) - 3 ton Monorail 2017 4 times a year medium Normal Service semi-annual
12 Pump Sta. Mary Street Pump Station One (1) - 1/2 ton Monorail 2017 4 times a year medium Normal Service semi-annual
13 Pump Sta. Superior Pump Station Two (1) - 3 ton Monorail 2018 4 times a year medium Normal Service semi-annual
14 Pump Sta. Superior Pump Station One (1) - 1/2 ton Monorail 2018 4 times a year medium Normal Service semi-annual

* - red text denotes, crane was not covered under previous contract
Sa
m
pl
e
-T
o
be
us
ed
fo
ra
w
ar
de
d
co
nt
ra
ct
s
Agreement
For _________________________________________________________________________________
_____________________________________________________________________________________

THIS AGREEMENT, made this _________ day of ________________two thousand and _______,
by and between the Northeast Ohio Regional Sewer District, party of the first part, duly authorized pursuant to
Resolution No. ____________ of the Board of Trustees of the said District, adopted __________________________
____________________ and ______________________________________________________________________
(a corporation organized and existing under the laws of the State of ____________________, and authorized to do
business in the State of Ohio) - (a partnership consisting of __________________________________________) (an
individual doing business as __________________________________________________________) -Contractor,
party of the second part.
WHEREAS, it was one of the conditions of said award that a formal contract should be executed by and between
the Northeast Ohio Regional Sewer District and the Contractor.
WITNESSETH:
That said party of the second part has agreed and by these presents does agree for itself, it’s representatives,
successors and assigns, with the party of the first part, as follows:
The Contractor shall furnish the following materials, supplies or equipment:
______________________________________________________________________________________________
______________________________________________________________________________________________
_________________________________ for the consideration of ____________________________________
_______________________________________________________________________($ _____________________)
Dollars. The Invitation to Bid, the General Conditions, the Specifications and the Bid, all which are incorporated
herein and made part hereof as fully as if herein rewritten, constitute this contract.
IN WITNESS WHEREOF, the parties hereunto have affixed their signature the day and year first above written.

CONTRACTOR NORTHEAST OHIO REGIONAL SEWER DISTRICT

BY ___________________________________________
BY ______________________________________________

TITLE BY ___________________________________________
______________________________________________

Você também pode gostar