Agency Term Contract ATC EMERGENCY GENERATOR SERVICES

Size: px
Start display at page:

Download "Agency Term Contract ATC EMERGENCY GENERATOR SERVICES"

Transcription

1 Agency Term Contract ATC EMERGENCY GENERATOR SERVICES This Contract is between the Department of Corrections (Department), an agency of the State of Florida with offices at 501 S. Calhoun Street, Tallahassee, FL 32399, and Zabatt Power Systems, Inc. (Contractor). The Contractor responded to the Department s Invitation to Bid (ITB),, Emergency Services Statewide. The Department has accepted the Contractor s pricing and enters into this Contract in accordance with the terms and conditions of the ITB. Accordingly, and in consideration of the mutual promises contained in the Contract, the Department and Contractor agree as follows: I. Scope of Work The services and commodities to be provided by the Contractor pursuant to this Contract are defined and described in Exhibits, A and B. II. Contract Term The Contract term will be for five (5) years. The initial Contract term shall begin on May 15, 2017, or on the last date in which it is signed by all parties, whichever is later. III. Renewal Terms The Department and the Contractor may renew the Contract in whole or in part, for a renewal term not to exceed three (3) years, or portions thereof, at the renewal pricing specified in the Contractor s original submission, upon mutual agreement of the parties as set forth in the Contract. IV. Contract This Contract, together with the following attached documents (Exhibits), sets forth the entire understanding of the parties and supersedes all prior agreements, whether written or oral, with respect to such subject matter. All Exhibits attached to this Contract are incorporated in their entirety and form as part of this Contract. The Contract has the following Exhibits: a) Exhibit A: and all Addenda; and b) Exhibit B: Contractor s pricing to Page 1 of 9

2 Agency Term Contract ATC In case of conflict, the documents shall have priority in the order listed: a) The Agency Term Contract; b) Exhibit A: and all Addenda; and c) Exhibit B: Contractor s Pricing to V. Amendments No oral modifications to this Contract are acceptable. All modifications to this Contract, except to Section VII. Contract Management, must be in writing and signed by both parties. Any future amendments of the Contract, which alter the definition of the services, shall define the services in the same format as Exhibit A. Notwithstanding the order listed in Section IV, amendments issued after Contract execution may expressly change the provisions of the Contract. If an amendment expressly alters the Contract, then the most recent amendment will take precedence. VI. Contract Notices In addition to the provisions in Section 38 of Form PUR 1000 (10/06), Contract notices may be delivered by to the Contractor s designated contact person as prescribed in Section VII. VII. Contract Management The Department employee who is primarily responsible for maintaining the Contract Administration file is: Sean Gellis, Strategic Sourcing Manager Bureau of Procurement Florida Department of Corrections 501 S. Calhoun St., Suite 317 Tallahassee, FL Telephone (850) Sean.Gellis@fdc.myflorida.com The Department Contract Manager is: Condelia Ward Division of Facility Maintenance and Building Construction Florida Department of Corrections 600 S. Calhoun St. Tallahassee, FL Telephone (850) Condelia.Ward@fdc.myflorida.com Page 2 of 9

3 Agency Term Contract ATC The Department may appoint a different Contract Administrator or Manager, which will not require an amendment to the Contract, by sending written notice to the Contractor. Any communication to the Department relating to the Contract shall be addressed to the Contract Manager, or designee. The Contractor has assigned the following individual to serve as the designated contact person for this Contract: Primary Contact: J. Michael Sabatier, President Zabatt Power Systems, Inc Highway Avenue Jacksonville, Florida Telephone (904) Michael.sabtier@zabatt.com All questions and customer service issues concerning this Contract shall be directed to the Contractor s designated contact. It will be the designated contact s responsibility to coordinate with necessary Department personnel, as required, to answer questions and resolve issues. The Contractor must provide written notice to the Department if a new employee is designated as the contact person for this Contract. VIII. Termination A. Termination at Will This Contract may be terminated by either party at will, including due to an award under competitive procurement, upon no less than 30 written calendar days notice. Notice shall be delivered by certified mail (return receipt requested), in person with proof of delivery, or by another method of delivery whereby an original signature is obtained. B. Termination Because of Lack of Funds In the event funds to finance this Contract become unavailable, the Department may terminate the Contract upon no less than 24 hours notice in writing to the Contractor. Notice shall be delivered by certified mail (return receipt requested), facsimile, in person with proof of delivery, or by another method of delivery whereby an original signature is obtained. The Department shall be the final authority as to the availability of funds. C. Termination for Cause If a breach of this Contract occurs by the Contractor, which is left uncured after the expiration of 30 days written notice by the Department, then the Department may, by written notice to the Contractor, terminate this Contract upon 24 hours notice. Notice shall be delivered by certified mail (return receipt requested), in person with proof of Page 3 of 9

4 Agency Term Contract ATC delivery, or by another method of delivery whereby an original signature is obtained. If applicable, then the Department may employ the default provisions in Chapter 60A-1, Florida Administrative Code. The provisions herein do not limit the Department s right to remedies at law or to damages. D. Termination of Mutual Agreement This Contract may be terminated by either party upon no less than 30 calendar days notice, without cause, unless a lesser time is mutually agreed upon by both parties. Said notice shall be delivered by certified mail (returned receipt requested), in person with proof of delivery, or by another method of delivery whereby an original signature is obtained. E. Termination Because of Unauthorized Employment Violation of the provisions of Section 274A of the Immigration and Nationality Act shall be grounds for unilateral cancellation of this Contract. IX. Assignment The Contractor shall not assign its responsibilities or interests under this Contract to another party without prior written approval of the Department s Contract Manager. The Department shall, at all times, be entitled to assign or transfer its rights, duties, and obligations under this Contract to another governmental agency of the State of Florida upon giving written notice to the Contractor. X. Subcontracts The Contractor is fully responsible for all work performed under this Contract. The Contractor may, upon receiving written consent from the Department s Contract Manager, enter into written Subcontract(s) for performance of certain functions under this Contract. No Subcontract, which the Contractor enters into with respect to performance of any of its functions under this Contract, shall in any way relieve the Contractor of any responsibility for the performance of its duties. All payments to Subcontractors shall be made by the Contractor. It is understood and agreed that the Department shall not be liable to any Subcontractor for any expenses or liabilities incurred under the Subcontract and that the Contractor shall be solely liable to the Subcontractor for all expenses and liabilities under this Contract. XI. Price Adjustments Any price decrease effectuated during the Contract period by reason of market change or special sales offered to other customers shall be passed on to the Department. This shall also apply to all in-place equipment on a rent or lease plan. Price increases are not accepted, unless otherwise stated within the competitive solicitation. Page 4 of 9

5 Agency Term Contract ATC XII. Additions/Deletions During the term of the Contract, the Department reserves the right to add or delete the number of commodities or services, when considered to be in its best interest. Pricing shall be comparable to amounts awarded. Furthermore, the Department reserves the right to add or delete institutions and/or satellite facilities to the list of service locations. XIII. Other Conditions A. Public Records The Contractor agrees to: (a) keep and maintain public records required by the Department in order to perform the service; (b) upon request from the Department s custodian of public records, provide the Department with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in this chapter or as provided by law; (c) ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the contract term and following completion of the Contract if the Contractor does not transfer the records to the Department; and (d) upon completion of the Contract, transfer, at no cost, to the Department all public records in possession of the Contractor or keep and maintain public records required by the Department to perform the service. If the Contractor transfers all public records to the Department upon completion of the Contract, the Contractor shall destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. If the Contractor keeps and maintains public records upon completion of the Contract, the Contractor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the Department, upon request from the Department s custodian of public records, in a format that is compatible with the information technology systems of the Department. Pursuant to (1)(c), F.S, the Department is allowed to unilaterally cancel the Contract for refusal by the Contractor to allow public access to all documents, papers, letters, or other material made or received by the Contractor in conjunction with the Contract, unless the records are exempt from 24(a) of Art. I of the State Constitution and (1), F.S. If the Contractor has questions regarding the application of Chapter 119, Florida Statutes, to the Contractor s duty to provide public records relating to this Contract, contact the custodian of public records at: Florida Department of Corrections ATTN: Public Records Unit 501 South Calhoun Street Page 5 of 9

6 Agency Term Contract ATC Tallahassee, Florida Telephone: (850) Fax: (850) B. Confidentiality The Contractor shall ensure all staff assigned to this Contract maintains confidentiality with reference to individual receiving services in accordance with applicable local, state, and federal laws, rules and regulations. The Department and the Contractor agree that all information and records obtained in the course of providing services under this Contract shall be subject to confidentiality and disclosure provisions of applicable federal and state statutes and regulations adopted pursuant thereto. The Contractor agrees to keep all Department personnel information (i.e. FDC staff telephone numbers, addresses, etc.) strictly confidential and shall not disclose said information to any person, unless released in writing by said Department. C. Disputes Any dispute concerning performance of the terms of this Contract shall be resolved informally by the Contract Managers. Any dispute that cannot be resolved informally shall be reduced to writing and delivered to the Chief Financial Officer (CFO). The CFO shall decide the dispute, reduce the decision to writing, and deliver a copy to the parties, the Contract Managers and the Contract Administrator. D. Notices All notices required or permitted by this Contract shall be given in writing and by handdelivery or to the respective parties. All notices by hand-delivery shall be deemed received on the date of delivery and all notices by shall be deemed received when they are transmitted and not returned as undelivered or undeliverable. Both parties may change their contact information and Contract Manager by written notice given to the other party as provided above. E. Prison Rape Elimination Act (PREA) The Contractor shall report any violations of the Prison Rape Elimination Act (PREA) Federal Rule 28 C.F.R. Part 115 to the Department s Contract Manager. F. Insurance The Contractor agrees to provide adequate insurance coverage on a comprehensive basis and to hold such insurance at all times during the existence of this Contract. The Page 6 of 9

7 Agency Term Contract ATC Contractor accepts full responsibility for identifying and determining the type(s) and extent of insurance necessary to provide reasonable financial protection for the Contractor and the Department under this Contract. Upon the execution of this Contract, the Contractor shall furnish the Contract Manager written verification of such insurance coverage. Such coverage may be provided by a self-insurance program established and operating under the laws of the State of Florida. The Department reserves the right to require additional insurance where appropriate. If the Contractor is a state agency or subdivision as defined in Section , F.S., the Contractor shall furnish the Department, upon request, written verification of liability protection in accordance with Section , F.S. Nothing herein shall be construed to extend any party s liability beyond that provided in Section , F.S. G. Employee Status This Contract does not create an employee/employer relationship between the parties. It is the intent of the parties that the Department and Contractor are independent contractors under this Contract and neither is the employee of the other for all purposes, including, but not limited to, the application of the Fair Labor Standards Act minimum wage and overtime payments, Federal Insurance Contribution Act, the Social Security Act, the Federal Unemployment Tax Act, the provisions of the Internal Revenue Code, the State Workers Compensation Act, and the State unemployment insurance law. The parties shall each retain sole and absolute discretion in the judgment of the manner and means of carrying out their activities and responsibilities hereunder provided, further that administrative procedures applicable to services rendered under this Contract shall be those of each individual party. Services provided by each party pursuant to this Contract shall be subject to the supervision of each party. In providing such services, neither party nor its agents shall act as officers, employees, or agents of the other party. The parties agree that they are separate and independent enterprises, and that each has the ability to pursue other opportunities. This Contract shall not be construed as creating any joint employment relationship between the parties and neither party will be liable for any obligation incurred by the other party, including, but not limited to, unpaid minimum wages and/or overtime premiums. H. Force Majeure Neither party shall be liable for loss or damage suffered as a result of any delay or failure in performance under this Contract or interruption or performance resulting directly or indirectly from acts of God, fire, explosions, earthquakes, floods, water, wind, lightning, civil or military authority, acts of public enemy, war, riots, civil disturbances, insurrections, strikes, or labor disputes. Page 7 of 9

8 Agency Term Contract ATC I. Annual Appropriation The State of Florida s and the Department s performances and obligations to pay for goods and services under this Contract are contingent upon an annual appropriation by the Legislature. The costs of services paid under any other Contract or from any other source are not eligible for reimbursement under this Contract. J. Cooperation with Inspector General In accordance with Section (5), F.S., the Contractor understands and will comply with its duty to cooperate with the Inspector General in any investigation, audit, inspection, review, or hearing concerning this Contract. K. Scrutinized Companies Contractor Certification If the Contract exceeds $1,000, in total, not including renewal years, Contractor certifies that they are not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List created pursuant to Sections , F.S. and , F.S. Pursuant to Section (5), F.S., and (3), F.S., Contractor agrees the Department may immediately terminate the Contract for cause if the Contractor is found to have submitted a false certification or if the Contractor is placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel during the term of the Contract. L. Utilization of E-Verify The Department shall consider the employment by any contractor of unauthorized aliens a violation of Section 274 of the Immigration and Nationality Act. Such violation shall be cause for unilateral cancellation of this Agreement. Pursuant to the State of Florida, Office of the Governor, Executive Order Number , the Contractor will utilize the U.S. Department of Homeland Security s E-Verify system to verify the employment eligibility of: (a) all persons employed during the term of the Contract by the Contractor to perform employment duties within Florida within three (3) business days after the date of hire; (b) all persons (including subcontractors) assigned by the Contractor to perform work pursuant to the Contract with the Department within 90 calendar days after the date the Contract is executed or within 30 days after such persons are assigned to perform work pursuant to the Contract, whichever is later. Refer to for more information. Page 8 of 9

9

10 ATC EXHIBIT A INVITATION TO BID (ITB) FOR EMERGENCY GENERATORS SERVICE STATEWIDE RELEASED ON 1/17/17 By the: Florida Department of Corrections Bureau of Procurement 501 S. Calhoun Street Tallahassee, FL (850) Refer ALL Inquiries to Procurement Officer: Paul E. Cowan purchasing@fdc.myflorida.com Page 1 of 63

11 TABLE OF CONTENTS TIMELINE... 4 SECTION 1.0 INTRODUCTORY MATERIALS Statement of Purpose Contract Term and Renewal Conflicts and Order(s) of Precedence Definitions Estimated Quantities Minimum Order Security Requirements... 6 SECTION 2.0 TECHNICAL SPECIFICATIONS Routine Maintenance Service Hourly Repair and Emergency General Contractor Requirements Maintenance Records and Documentation Reporting Requirements SECTION 3.0 NON-TECHNICAL SPECIFICATIONS Modifications after Contract Execution Addition/Deletion of Items & Locations Delivery Mandatory Documentation Records and Documentation Price Page Purchasing Card Program (PCard) Vendor Ombudsman Payment and Invoicing Contract Management formance Measures and Financial Consequences Contract Monitoring Site Visits SECTION 4.0 PROCUREMENT RULES AND INFORMATION General Contract Conditions (PUR1000) Bidder Inquiries Cost of Bid Preparation Instructions for Bid Submittal Disclosure of Bid Submittal Contents Bid Opening Bid Evaluation Basis of Award Disposal of Bids Bid Rules for Withdrawal Addenda Verbal Instruction Procedure/Discussions No Prior Involvement and Conflict of Interest State Licensing Requirements MyFloridaMarketPlace (MFMP) Registration Certificate of Authority Page 2 of 63

12 4.17 Confidential, Proprietary, or Trade Secret Material E-Verify Bidder Substitute W Scrutinized Companies Identical Tie Bids Rejection of Bids Inspector General Protest Procedures SECTION 5.0 SPECIAL CONDITIONS General Instructions to Respondents (PUR1001) State Initiatives Subcontracts Copyrights, Right to Data, Patents and Royalties Independent Contractor Status Assignment Severability Use of Funds for Lobbying Prohibited Employment of Department sonnel Legal Requirements Insurance Prison Rape Elimination Act (PREA) ATTACHMENT I - Price Page ATTACHMENT II - Security Requirements ATTACHMENT III - Site Visit Schedules/Locations ATTACHMENT IV - Drug Free Work Place ATTACHMENT V - Bidder's Contact Information Page 3 of 63

13 TIMELINE EVENT DATE/TIME LOCATION Release of ITB January 13, 2017 Vendor Bid System: Last day for written inquires to be received by the Department January 31, 2017 at 2:00 p.m. Eastern Time Submit to: Florida Department of Corrections Paul Cowan, Procurement Officer Posting of written responses to written inquires February 14, 2017 at 2:00 p.m. Eastern Time Vendor Bid System: Sealed Bids Due and Opened February 28, 2017 Must be received prior to 2:00 p.m. Eastern Time Submit to: Florida Department of Corrections Paul Cowan, Procurement Officer 501 South Calhoun Street Tallahassee, Florida Posting of Recommended Award March 14, 2017 Vendor Bid System: [Remainder of Page Intentionally Left Blank] Page 4 of 63

14 SECTION 1.0 INTRODUCTORY MATERIALS 1.1 Statement of Purpose The Department of Corrections, Division of Facilities Management and Building Construction is releasing an Invitation to Bid (ITB), to establish an Agency Term Contract for routine repairs, emergency repairs, and maintenance services, on the Department s existing emergency generators systems, including but not limited to; generators, transfer switches, fuel delivery systems, and associated components; with the exception of fuel storage tanks. Services will be provided on any additional equipment acquired by the Department (additions and deletions of equipment), during the term of the Agency Term Contract. This ITB will be for all makes and models in each region. 1.2 Contract Term and Renewal As a result of this ITB, the lowest responsive and responsible Bidder per region will be awarded a five year Agency Term Contract, which may be renewed, for up to three years, or portions thereof, in accordance with Section (13), Florida Statutes (F.S.), at the same prices, terms, and conditions. Purchases may be accomplished through the issuance of MyFloridaMarketPlace (MFMP) Purchase Orders. The resultant Contract will provide services for all four regions (Statewide). There will be a separate award for each region. 1.3 Conflicts and Order(s) of Precedence All Bids are subject to the terms of the following sections of this ITB, which in case of conflict shall have the following order of precedence: 1.4 Definitions A. Addenda, in reverse order of issuance B. Invitation to Bid, including attachments C. General Contract Conditions (Form PUR 1000) (Section 4.1); and D. General Instructions to Respondents (Form PUR 1001) (Section 5.1) The terms used in this ITB, unless the context otherwise clearly requires a different construction and interpretation, have the following meanings: 1. Agency Term Contract: A written agreement between the Department and awarded Bidder, which is mandatory for use by the entire Department, under which Purchase Orders will be issued. 2. Bi-annual Reports: Reports occurring twice per year. 3. Bid: A Bidder s response to this ITB, which the Bidder shall submit on approved forms. 4. Bidder: A legally qualified corporation, partnership, person, or other entity, submitting a Bid to the Department, in response to this ITB. 5. Breach of Contract: A failure of the Bidder to perform services, or provide commodities, in accordance with the terms and conditions of the Contract which may result from this ITB. 6. Contract: The agreement which results from this ITB, between the awarded Bidder and the Department. 7. Contractor: The organization, or individual, providing services to the Department, in accordance with the terms of the Contract resulting from this ITB. Page 5 of 63

15 8. Corrective Action Plan (CAP): A Bidder s comprehensive written response to any deficiencies discovered in the course of Contract Compliance Monitoring, and plan for remediation of those deficiencies. 9. Deliverables: Those services, items and/or materials provided, prepared and delivered to the Department, in the course of Contract performance. 10. Department: The Florida Department of Corrections (FDC). 11. Mandatory Responsiveness Requirements: Terms, conditions, and requirements that must be met by the Bidder to be considered responsive to this solicitation. Failure to meet these responsiveness requirements will cause rejection of a Bid. Any Bid rejected for failure to meet mandatory responsiveness requirements will not be reviewed further. 12. Material Deviation(s): The Department has established certain requirements with respect to Bids submitted. The use of shall, must, or will (except to indicate the future) in this ITB indicates a requirement, or condition, which may not be waived by the Department, except where the deviation is not material. A deviation is material if, in the Department s sole discretion, the deficient response is not in substantial accord with the ITB s requirements, provides an advantage to one Bidder over other Bidders, has a potentially significant effect on the quantity or quality of items Bid, or on the cost to the Department. Material deviations cannot be waived, and shall be the basis for determining a Bid non-responsive. 13. Minor Irregularity: A variation from the ITB terms and conditions, not affecting the price, giving the Bidder an advantage or benefit not enjoyed by other Bidders; does not adversely impact the interests of the Department. A minor irregularity will not result in a rejection of a Bid. 14. PCard: Refers to the State of Florida s purchasing card program, using the Visa platform. 15. Responsible Bidder: A Bidder who has the capability to fully perform all aspects of the resultant Contract requirements, and the integrity and reliability that will assure good faith performance. 16. Responsive Bid: A Bid, submitted by a responsible Bidder, which conforms to all material aspects of the solicitation. 17. Specifications: The detailed conditions of the Contract, detailed technical specifications, and other descriptions of the work, as set forth in the Contract documents. 18. Subcontract: An agreement between the Bidder and any other person, or organization, wherein that person or organization agrees to perform any requirement(s) for the Bidder, specifically related to securing, or fulfilling, the Bidder s obligations to the Department, under the terms of the Contract resulting from this ITB. 1.5 Estimated Quantities Any quantities listed are given only as a guideline for preparing a Bid, and should not be construed as representing actual quantities to be purchased. 1.6 Minimum Order There is no minimum order. 1.7 Security Requirements For services performed under the resultant Contract, the successful Bidder, and its employees and agents, shall adhere to Attachment II, Security Requirements. Page 6 of 63

16 SECTION 2.0 TECHNICAL SPECIFICATIONS 2.1 Routine Maintenance Service The Successful Bidder(s) shall be responsible for routine maintenance, service, and repairs of generators identified in Attachment I: Price Page. If it is determined that a repair is not in the best interest of the Department, the Department shall have the option to perform the repair with Department staff or to remove the unit from inclusion under the Contract. All services shall be provided in accordance with the requirements specified in the following sections of this ITB, and must meet or exceed the service levels described in these sections Eighteen (18) Month Maintenance Eighteen (18) month maintenance shall include all of the requirements of the bi-annual maintenance, and inspections, (Section 2.1.2), along with the following additional services: Oil/Filter Change The Vendor shall change the oil and filters in all generators to conform to the manufacturer s specifications. This shall be done every eighteen (18) months and/or every 250 hours of operation, whichever occurs first. Only the manufacturer s approved oil and filters shall be used. Note: Each time a filter is replaced, the date must be written on the newly installed filter with a permanent marker Lubricating System The Vendor shall: a. Change governor oil (where applicable); b. Change injection pump oil (where applicable); and c. Change the oil in the crankcase breather (where applicable) Fuel Delivery System The Vendor shall: a. Lubricate the day tank float switch and manual pump (where applicable); b. Replace the fuel filters; c. Lubricate carburetor and linkage (where applicable); and d. Lubricate governor linkage and service air filters Cooling System Battery The Vendor shall replace water filters, where applicable. The Vendor shall check specific gravity and perform the load test Exhaust System The Vendor shall: a. Drain condensation where possible; and b. Check and lubricate the heat riser plate Ignition System (where applicable) The Vendor shall: Page 7 of 63

17 a. Replace plugs; b. Replace points; c. Replace condenser; d. Replace rotor; e. Inspect cap and replace as necessary; f. Lube point cam (where applicable); g. Lube advance wick; h. Lube upper and lower bearing; i. Set timing; j. Inspect and lube mechanical advance; and k. Inspect wires The Vendor shall: a. Clean rings and the commutator; b. Lubricate over speed switch; c. Check diode heat sinks; and d. Inspect rear bearing Engine Running The Vendor shall: a. Test low oil pressure safety switch, and record seconds to shut down; b. Test high engine temperature safety switch, and record seconds to shut down; c. Test overspeed safety switch, and record seconds to shut down; d. Check pre-alarms (where applicable); e. Check over crank system, and record seconds to shut down; and f. Check cycle cranking time, and record seconds of cranking and seconds of rest Accessories The Vendor shall lubricate all hinges, door locks, and snap covers, etc Bi-Annual Maintenance and Inspections The Successful Bidder(s) shall provide bi-annual inspections every six months and preventive maintenance services of all equipment at all locations indicated in Attachment I, Price Page. A recommended maintenance schedule shall be provided by the Successful Bidder(s) to FDC and must be approved by the FDC Contract Manager. Testing and adjusting of the equipment must be performed on-site, on a bi-annual basis, for the total term of the Contract including renewals. If, during a bi-annual inspection, it is determined that repairs need to be made, the Successful Bidder(s) shall submit a quote to the Institution s Maintenance Superintendent(s) and, if approved, a separate purchase order will be issued for the parts and labor necessary to complete the repairs. The Successful Bidder(s) shall perform the following services on all equipment, systems and components: Testing The Vendor shall test each generator for at least one hour under full connected load to perform a biannual inspection Lubricating System Page 8 of 63 The Vendor shall:

18 a. Check lube oil level and add oil as necessary; b. Inspect for oil leaks. Check and re-torque connections to manufacturer s specifications; c. Check governor oil level and add oil as necessary (where applicable); d. Check condition of lube oil hoses and connections; e. Check oil base heater and adjust if necessary; f. Check injection pump oil level and add oil if necessary (where applicable); g. Check engine breather. Clean and remove any oil residue, dust, dirt, or other restriction, start engine, check oil pressure; h. Check engine oil stick for water or residue; i. Check turbo-charger for oil leaks (where applicable); j. Check front and rear crank shaft seals for oil leaks; k. Check equipment hour meter for hours of operation. If hours of operation are near or exceed the 250 hour stipulated time for oil service, then change oil and filter with the manufacturer s approved oil and filter. Start engine and check for oil leaks at the filter. Check oil stick for proper oil level; l. Take oil sample and send to laboratory for analysis; and m. Provide a copy of the report to the respective Department s Contract Manager and to the Maintenance Supervisor of the Department s facility Fuel Delivery System The Vendor shall: a. Inspect fuel lines, hoses, connections, clamps, injectors/carburetors, injector pumps, and priming pump, etc. for leaks. Correct as needed; b. Check operation of day tank (where applicable); c. Drain water from fuel traps (where applicable); d. Drain water from day-tank strainer (where applicable); e. Clean sediment bowl (where applicable); f. Check for water in fuel; g. Inspect fuel filter. Change filter as necessary; and h. Check fuel pressure. Ensure compliance with manufacturer s specifications Cooling System The Vendor shall: a. Check for leaks; b. Check coolant level. Add if necessary; c. Check coolant PH and add long-life antifreeze, as necessary; d. Check all belts for cracks or wear. Replace as necessary; e. Check all belts for proper tension. Replace as necessary; f. Check condition of water hoses and clamps; g. Check for leakage. Repair leaks; h. Check water filter, and replace water filter elements as needed; i. Pressure test radiator and cap; j. Check water pump for leaks and bearing noise; k. Verify the temperature gauge is reading the correct temperature using an infrared device; l. Check operation of engine heater and switch; m. Check fan and radiator for physical damage, obstruction and leaks; and n. Test and replace antifreeze, when required Air Systems Page 9 of 63 The Vendor shall: a. Check air cleaner (dry type); replace as necessary; b. Check turbocharger clearance (where applicable); c. Check and service oil bath air cleaners as needed (where applicable); and d. Check air hoses and connections (where applicable).

19 Electrical System The Vendor shall: a. Check battery fluid. Correct if necessary; b. Check battery specific gravity. Replace if necessary; c. Check battery trickle charger. Record rate; d. Check battery connections. Clean & tighten if necessary; e. Lubricate generator, starter/cranking; f. Check air compressor, if not electric start; and g. Check for loose load line connections and emergency supply line connections Exhaust System The Vendor shall: a. Inspect the entire exhaust system; b. Check rain cap for leaks; and c. Inspect the manifold connection for leaks. Re-torque as necessary Engine Safety Controls The Vendor shall check operations of all safety controls and emergency stops Engine Test- No Load The Vendor shall: a. Start engine and check operation. Adjust RPM if necessary; and b. Observe oil pressure load and record Engine Test- With Load The Vendor shall: a. Test run the generator with the connected load energized for at least one (1) hour. b. Observe and record volts, amps, cycles, engine water temperature, lube oil temperature, engine lube oil pressure, and battery charge rate; and c. Shut down engine and return to normal automatic condition unless otherwise noted Ignition System (if applicable) The Vendor shall: a. Inspect all wires; b. Check ammeter for discharging while cranking; and c. Check ammeter for full charge at start-up Sets Page 10 of 63 The Vendor shall: a. Check slip rings; b. Check commutator; c. Check brushes to assure they are free; d. Inspect generator wiring for fraying; e. Check and record each phase volts, amps, and frequency. Check operation of transfer switch; f. Check automatic start-up; g. Check generator grounding; h. Adjust voltage regulator; i. Check generator windings and armature for cleanliness;

20 j. Check exciter belts for fraying or cracking; k. Check exciter and regulator for cleanliness; l. Check generator mounting bolts for tightness. Re-torque as required; m. Lubricated generator bearings, drives and joints; n. Inspect for potential hazards resulting from vibration and/or pressure; o. Check for alternator vibration; p. Inspect and torque (if necessary) all main supply, emergency supply, and load line connections; and q. Verify phase relay drop out and pickup points, adjust if necessary Transfer Switch The Vendor shall: a. Check all wiring; b. Inspect to assure all supply and load lines are tight; c. Check for proper mechanical operation of the transfer mechanism; d. Note settings on timers and assure they are proper for the application; e. Verify phase relays drop out and pick up joints, traditionally drop out at 70% and pick up at 90% of rated voltage. Adjust if necessary; f. Attach calibration tag with date and calibration of relays noted; and g. Advise the Contract Manager as to any options he might want to add or change Engine The Vendor shall: a. Test run engine under actual load for at least one hour; b. Check for engine noises; c. Check carburetor/injectors for proper adjustments. Correct as necessary; d. Check choke adjustment (where applicable); e. Check engine for excessive smoke; f. Check for air in the induction system; g. Check cylinder head and head gasket; h. Check for excessive blow-by; i. Check turbocharger for noise; j. Check pre-lube pump for proper operation; k. Check engine run speed and correct if necessary; l. Check engine low idle speed and correct if necessary; m. Check emergency shutoff for proper operation; n. Check engine for proper operation at rated speed; o. Inspect engine mounting bolts. If bolts are loose, then tighten. If bolts are broken, then replace; and p. Check engine wiring harness for breaks or wear. If wiring harness is broken, then repair. If wiring harness is worn, then repair and reroute to prevent wear Testing The Vendor shall: a. While the engine is running under actual connected load, adjust voltage and frequency; b. Adjust clock exerciser as necessary; c. Test delay start; d. Test delay pick-up; e. Test delay retransfer; f. Test delay cool down; g. Test delay transition; h. Test delay preheat; i. Calibrate under voltage sensors; Page 11 of 63

21 j. Calibrate overvoltage sensors; k. Calibrate generator sensors; l. Record load per leg; m. Record voltage per leg; n. Record frequency; o. Record oil pressure; p. Record water temperature; q. Check battery charging system; and r. Clean up work area. The Successful Vendor(s) shall be responsible for removal and disposal of all oil filters and shall comply with all Federal, State, and Local regulations for disposal of hazardous materials Load Bank Test (Resistive only) Fuel Polish The Vendor(s) shall: a. Test each generator under full-rated load for at least two hours. These tests must be performed every 24 months. b. Keep a record of all operating systems of the alternator and the engine during the load bank test. c. Provide a complete written report of the load bank test to the respective Contract Manager and the Maintenance Supervisor of the Department facility for each generator set. The Successful Bidder(s) shall provide generator fuel polishing, as necessary, to maintain equipment as delineated in Section 2.1, Routine Maintenance Service General Maintenance Responsibilities The Successful Bidder(s) shall provide, at no cost to the Department, all test equipment, tools, materials and parts necessary to maintain equipment as delineated in Section 2.1 Routine Maintenance Service Warrantied Equipment All new equipment warranty work shall be provided by the original warranty supplier. All warranty responsibility for equipment previously purchased, but still under warranty, will continue to be provided by the original warranty supplier until expiration of the warranty period. Upon expiration of the warranty period, responsibility for maintenance shall automatically transfer to the Successful Bidder(s), unless otherwise directed by the Department s Contract Manager. All service calls shall be initially reported to the Successful Bidder(s). If the service call involves a warranty item, the Successful Bidder(s) shall notify the Department s Contract Manager, who will then have the responsibility of placing and tracking the warranty service call with the warranty supplier. Maintenance of the warranty inventory list and the notification of a warranty service call to the Department shall be provided by the Successful Bidder(s) at no additional cost to the Department. 2.2 Hourly Repair and Emergency The Successful Bidder(s) shall bid an hourly rate for repair of the generators listed in Attachment I, Price Page. The hourly rate will be charged from the time that the technician arrives at the facility, to the time the technician leaves the facility. This Bid will establish an hourly rate for these services for both regular (8:00 A.M. - 5:00 P.M., Monday through Friday) repairs and after-hours repairs (including holidays and weekends). Purchase Orders will be issued for repairs and sent directly to the vendor. Hourly rates shall include mileage, trip fees, service fees or any other applicable charges. Page 12 of 63

22 2.2.1 Response Time for Emergency The response time for emergency repairs shall be within four hours from the time of notification to the Successful Bidder(s) by the Department. In the event the Successful Bidder(s) fails to meet this requirement, the Successful Bidder(s) may be found in default of the Contract at the Department s discretion Response time for Non-Emergency The response time for non-emergency repairs shall be within twenty-four (24) hours from time of notification, (excluding weekends and holidays) to the Successful Bidder(s) by the Department. In the event the Successful Bidder(s) fails to meet this requirement, the Successful Bidder(s) may be found in default of the Contract at the Department s discretion. The Successful Bidder(s) will obtain any pre-approval necessary for technicians to enter the Institution, to comply with the twenty-four (24) hour required response time Pre-Approved All repairs shall be pre-approved by the issuance of a Purchase Order before the commencement of any work, with the exception of after-hours emergencies. Pre-approval for after-hours emergencies will be made verbally on-site by the Warden, or designee, or the Maintenance Superintendent, to be followed-up by a Purchase Order, or PCard payment The Successful Bidder(s) shall make approved repairs at the awarded hourly rate plus parts, in accordance with Section 2.2.4, below If the use of a rental unit is necessary during the course of a repair, either minor or major, the Successful Bidder(s) shall notify the Maintenance Superintendent. The Maintenance Superintendent will schedule delivery of the rental unit with the Successful Bidder(s). The Bidder must provide an Emergency Rental Rate Schedule with the Bid. The Rental Rate proposed shall be equal to or less than the lowest rate offered to the general public at large, or state, or federal customer Cost of Repair Parts All replacement/repair parts must be original manufacturer s parts, unless approved by the Department, and must be either new or like-new refurbished parts. Replaced (old) parts shall become the property of the Successful Bidder(s). New and refurbished replacement/repair parts shall become the property of the Department. Only parts approved by the original manufacturer, for the specific device being serviced, shall be used when replacement/repair parts are required. The cost of repair parts shall be in accordance with the following: Cost shall not exceed the current manufacturer s published list price, regardless of the reason for the replacement; and The Successful Bidder(s) is required to furnish a list of the percentage savings, in prices offered, as compared to the manufacturer s retail list published, or using standard and customary prices that would be paid by the Purchaser, without benefit of a Contract resulting from this Bid. The successful Bidder(s) shall provide the manufacturer s published price list upon request by the Department. If parts are obtained from a source other than that which the Bidder(s) represent, then the cost to the Department shall not exceed 15% of the invoiced price. Documentation shall be required, and must include a detailed invoice from the supplier, with unit price, description of part, and the percentage below MSRP price charged for each part. Page 13 of 63

23 2.3 General Contractor Requirements This section delineates requirements for all generators, including but not limited to; generators, transfer switches, fuel delivery systems, and associated components (with the exception of fuel storage tanks) listed in this Bid Local Service Area Address Presence Due to the criticality of generator operation, the Department requires the Successful Bidder(s) to have a local service area presence within each region to ensure timely response to service calls. The Successful Bidder(s) shall include, with the Bid, the Bid address from which services will be provided Subcontracting No subcontracting is permitted under the resulting Contract. The only exception to this i s a subcontract with an authorized dealer of a particular brand of generator, to perform routine or emergency repairs for which the scope of work required, is beyond the area of expertise of the Successful Bidder(s). All subcontractors must be pre-approved by the Department s Contract Manager or designee Scheduling All bi-annual, eighteen (18) month routine maintenance, load bank tests, and repairs shall be conducted during normal working hours, Monday through Friday, 8:00 a.m. until 5:00 p.m., local time. To arrange for an appointment to perform service at a particular institution, the Bidder must contact the Maintenance and Construction Superintendent at the facility. A minimum of 48 hours notice is required. The names and telephone numbers for the applicable Maintenance and Construction Superintendent(s) will be provided to the Successful Bidder. The Successful Bidder(s) shall provide bi-annual, eighteen (18) month maintenance and load bank test schedules to the Contract Manager within thirty (30) days after execution of the Contract Inventory of Equipment The list of equipment in Attachment I, Price Page, is the Department s current comprehensive inventory. The Successful Bidder(s) shall maintain the inventory when performing scheduled maintenance of all equipment. Anytime the inventoried equipment changes through additions, deletions, re-location or transfer, the Successful Bidder(s) must modify their records to indicate such action and maintain an accurate equipment inventory. This inventory shall be communicated in writing to the Department s Contract Manager and shall include, at a minimum, the following: a. The make, model, KW rating and location of each piece of equipment; b. Any existing manufacturer s warranties on equipment added, if applicable; c. Notation of any changes since the last bi-annual report; and d. Type of service required (Bi-annual or eighteen (18) month). The Successful Bidder(s) shall, under no circumstances, remove any equipment marked with a property sticker of the Department. The Successful Bidder(s) shall request specifically, when replacing equipment, that the property sticker be removed by a D epartment staff member or employee, appropriated by the Institution s Field Office Manager, and authorized to adjust equipment inventory records. NOTE: All equipment specified in Attachment I, Price Page, is operational. Any additional equipment acquired by the Department shall be added to the Successful Bidder s equipment inventory, as specified in Section 2.3.5, Additions and Deletion of Equipment. Page 14 of 63

24 2.3.5 Additions and Deletions of Equipment The Department retains the right to add or to delete any equipment from service provided under the resultant Contract, upon notification by the Department to the Successful Bidder(s) The Department shall attempt to provide advanced notice to the Successful Bidder(s) of all additional and/or new equipment. However, should any of the Successful Bidder s personnel receive a maintenance or repair call, and records show that the individual piece of equipment is not inventoried and covered by the resultant Contract; the Successful Bidder will perform repairs as if equipment was covered by the resultant Contract, and notify the D e p a r t m e n t s Contract Manager. The D e p a r t m e n t s Contract Manager will provide official notice of the equipment addition, in writing, and amend the Contract document(s), as necessary. The Successful Bidder(s) may then charge for that piece of equipment, as described in , effective on the date the Successful Bidder(s) was called for service on that piece of equipment If removing equipment from coverage under the resultant Contract, the Department shall provide 30 days written notice. The Contract Manager will provide official notice of any equipment deletion, in writing, and complete an amendment to the Contract The Successful Bidder(s) shall provide service on additional and/or new equipment, of the same make and model, at the same or lower rates than the unit/category price Bid under this ITB Staffing Requirements The Successful Bidder(s) shall ensure that they have sufficient personnel to provide the services outlined in this ITB for all regions bid. All technicians provided to perform services shall have at least 40 hours of factory training on generators similar to those identified herein, or related equipment. The Successful Bidder(s) shall have a verifiable, in-house training program for its personnel on emergency power generator service, to include diesel and electrical training, as well as continuing educational training in emergency power generation units and diesel engines Institutional and Facility Security The Successful Bidder(s) shall comply with Attachment II, Department Security Requirements, on institutional and facility security policies. Violations of these rules could result in termination of the resultant Contract. The Successful Bidder(s) shall contact, within 10 days of execution of any Contract which may result from this ITB, the institution or facility to obtain a copy of any specific institutional or facility rules Any Successful Bidder s staff or representative, assigned to this project, who will enter any Department institution or facility where offenders are present or housed, shall be subject at the Department s expense, to a Florida Department of Law Enforcement (FDLE) Florida Crime Information Center/National Crime Information Center (FCIC/NCIC) background/criminal records check. These records checks will be coordinated by the respective Contract Manager and may re-occur at any time. The Department has full discretion to require the Successful Bidder s to disqualify, prevent, or remove any staff from any work under the Contract. The Department is under no obligation to inform the Successful Bidder(s) of the records check findings or the criteria for disqualification or removal. In order to carry out this records check, the Successful Bidder(s) shall provide to the respective Contract Manager, within 1 0 days of Contract execution, the following data for individuals, the Successful Bidder s or subcontractor s staff or representative assigned to Contract: Full Name, Race, Sex, Date of Birth, Social Security Number, Driver s License Number and State of Issue. Page 15 of 63

25 The Successful Bidder(s) shall ensure that the representative Contract Manager is provided the information needed to have the NCIC/FCIC background check conducted prior to any Successful Bidder s staff being hired or assigned to provide services under any Contract which may result from this ITB. The Successful Bidder(s) shall not offer employment to any individual nor assigned staff or representative to the Contract who have not had an NCIC/FCIC background check conducted The Successful Bidder(s) shall not hire any person to provide services under any Contract which may result from this ITB, who has been barred from any Department institution or other Department facility The Successful Bidder(s) shall not employ any individual to provide services at any institution or facility who is under supervision or jurisdiction of any parole, probation or correctional authority. sons under any such supervision may work for other elements of the Successful Bidder s company that are independent of the services provided under any Contract which may result from this ITB The Successful Bidder(s) shall disclose any business or personal relationship a Successful Bidder s staff person, officer, agent, or potential hire may have with anyone presently incarcerated or under the supervision of the Department The Successful Bidder(s) shall immediately report any new arrest, criminal charges or convictions of a current employee assigned to this Contract to the respective Contract Manager. In addition, the Successful Bidder(s) shall immediately report any new arrest, criminal charges or convictions of an employee or other representative whether assigned to this Contract or not, to the respective Contract Manager. 2.4 Maintenance Records and Documentation The Successful Bidder(s) shall maintain and update generator systems maintenance records for each type of equipment serviced. Such documentation shall include, but shall not be limited to, records of all service calls, preventative maintenance performed, and any system modifications, if applicable. The Successful Bidder(s) shall maintain a service log at the site for each piece of equipment maintained. 2.5 Reporting Requirements Bi-annual Reports A summary report is required for all services performed bi-annually, by Region, during the resultant Contract period. The report shall be broken down by date of service, equipment and institution, and shall provide an itemized list of all services and repairs provided for each piece of equipment. The report shall be supplied to the Contract Manager, with a copy to the Maintenance Superintendent of each respective institution, no later than ten (10) days following the end of each bi-annual period. Contents and format of the report shall be subject to change upon written notice from the Contract Manager Annual Reports Page 16 of 63 A summary report is required for all services performed annually, by region, during the resultant Contract period. The report shall be broken down by date of service, equipment and institution and shall provide an itemized list of all services and repairs provided for each piece of equipment and an updated inventory of all generators. The report shall be supplied to the Contract Manager and a copy to the Maintenance Superintendent, of each respective institution, no later than ten days following the end of every year. The report shall also summarize the bi- annual reports and state results of annual maintenance, repairs, and replacements that were made. Contents and format of the report shall be subject to change upon written notice from the Contract Manager.

26 SECTION 3.0 NON-TECHNICAL SPECIFICATIONS 3.1 Modifications after Contract Execution During the term of the resultant Contract, the Department may unilaterally require changes (altering, adding to, or deducting from the specifications), provided such changes are within the general scope of this solicitation. The Bidder may request an equitable adjustment in the price(s) or delivery date(s), if the change affects the cost or time of performance. Such equitable adjustments require the express written approval of the Department. The Department shall provide written notice to the Bidder 30 days in advance of any Department-required changes to the technical specifications, and/or scope of service, which affect the Bidder s ability to provide the service as specified herein. Any changes, other than purely administrative changes, will require a written change order or formal Contract amendment. 3.2 Addition/Deletion of Items & Locations The Department reserves the right to add or delete services, in the resulting Contract, when considered to be in its best interest. Pricing shall be comparable to amounts awarded as a result of this ITB. Further, the Department reserves the right to add or delete institutions and/or satellite facilities to the list of delivery locations as specified within Attachment I, Price Page, included within this ITB. 3.3 Delivery Product(s) shipped to an Institution to support the services to be rendered under any resultant Contract(s) shall be shipped as freight on board (FOB), and arrive within the time agreed upon between the ordering institution and the Bidder after the order is placed. Deliveries must be made between 8:30 a.m. to 4:00 p.m., local time, Monday through Friday, excluding State holidays, unless otherwise stated herein or on a subsequent Contract. 3.4 Mandatory Documentation All Bidders must submit the following mandatory documentation with their Bid: A. Price Page Attachment I B. Drug Free Workplace Certification Attachment IV C. Parts Price List Section Records and Documentation To the extent that information is utilized in the performance of the resulting Contract or generated as a result of it, and to the extent that information meets the definition of public record, as defined in Section (1), F.S., said information is recognized by the parties to be a public record and, absent a provision of law or administrative rule or regulation requiring otherwise, shall be made available for inspection and copying by any person upon request as provided in Chapter 119, F.S. The Vendor agrees to: (a) keep and maintain public records required by the Department in order to perform the service; (b) upon request from the Department s custodian of public records, provide the Department with a copy of the requested records or allow the records to be inspected or copied within a reasonable time at a cost that does not exceed the cost provided in Chapter 119, F.S., or as otherwise provided by law; (c) ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law for the duration of the Contract term and following completion of the Contract if the Vendor does not transfer the records to the Department; and (d) upon completion of the Contract, transfer, at no cost, to the Department all public records in possession of the Vendor or keep and maintain public records required by the Department to perform the service. If the Vendor transfers all public records to the Department upon completion of the Contract, the Vendor shall destroy any duplicate public records that are exempt or confidential and exempt from Page 17 of 63

27 public records disclosure requirements. If the Vendor keeps and maintains public records upon completion of the Contract, the Vendor shall meet all applicable requirements for retaining public records. All records stored electronically must be provided to the Department, upon request from the Department s custodian of public records, in a format that is compatible with the information technology systems of the Department. Unless a greater retention period is required by state or federal law, all documents pertaining to the program contemplated by this ITB shall be retained by the Vendor for a period of five (5) years after the termination of the resulting Contract or longer as may be required by any renewal or extension of the Contract. Pursuant to Section (1)(c), F.S., the Department is allowed to unilaterally cancel the Contract for refusal by the Vendor to allow public access to all documents, papers, letters, or other material made or received by the Vendor in conjunction with the Contract, unless the records are exempt from Section 24(a) of Art. I of the State Constitution and Section (1), F.S. The Vendor further agrees to hold the Department harmless from any claim or damage including reasonable attorney s fees and costs or from any fine or penalty imposed as a result of failure to comply with the public records law or an improper disclosure of confidential information and promises to defend the Department against the same at its expense 3.6 Price Page The Bidder shall complete, sign, date, and return documents entitled, Attachment I, Price Page. By submitting a Bid(s) under this ITB, each Bidder warrants its agreement to the prices identified. Bids should be submitted with the most favorable pricing terms the Bidder can offer the State. Any modifications, counter offers, deviations, or challenges will not be accepted, and may render a Bid non-responsive. If a submitted Price Page includes inconsistencies, inaccuracies, or is incomplete, it may be rejected by the Department. All calculations will be reviewed and verified. The Department may correct mathematical errors; however, in the event of any miscalculation, unit prices shall prevail. 3.7 Purchasing Card Program (PCard) The State of Florida has implemented use of a PCard, using the Visa platform. Upon mutual agreement of both parties, the Bidder may receive payments via the PCard in the same manner as other Visa purchases. To find out more about the State s purchasing card program visit: Vendor Ombudsman A Vendor Ombudsman has been established within the Department of Financial Services. The duties of this individual include acting as an advocate for vendors who may be experiencing problems in obtaining timely payment(s) from a state agency. The Vendor Ombudsman may be contacted by calling the Department of Financial Services Toll Free Hotline, Payment and Invoicing The Contract resulting from this ITB will be at a fixed-rate. The Department will compensate the successful Bidder for the delivery services, as specified in Attachment I, Price Page. All charges must be billed in arrears in accordance with Section , F.S. The Department requires a single invoice, on a monthly billing cycle, for commodities and services provided. The Bidder must include any and all supporting documentation, as well as its name, mailing address, tax identification (ID) number/fein, Contract number, and dates of service Contract Management Department s Contract Manager The Contract Manager for this Contract will be: Condelia Ward Division of Facilities Management and Building Construction Florida Department of Corrections Page 18 of 63

28 Page 19 of S. Calhoun Street Tallahassee, Florida The Contract Manager will: A. Serve as the liaison between the Department and the Bidder; B. Verify receipt of the deliverables from the Bidder, if applicable; C. Submit requests for change orders, if applicable; D. Review, verify, and approve invoices from the Bidder, if applicable; E. Communicate with the Contract Administrator to process all amendments, renewals and termination of the Contract; and F. Evaluate Bidder performance. This evaluation will be placed on file and will be considered if the Contract is subsequently used as a reference in future procurements. The Contract Manager may delegate the following functions to the designated Department staff: A. Verification of deliverables received from the Bidder; B. Monitoring the Bidder s performance; and C. Reviewing, verification and approval of invoices Contract Administrator The Contract Administrator for this Contract will be: ATC Administrator Bureau of Procurement Department of Corrections 501 S. Calhoun, Suite 311 Tallahassee, FL Telephone (850) purchasing@fdc.myflorida.com The Contract Administrator will: 1) Maintain the Contract Administration file, which is the official Contract file of record; 2) Process all Contract amendments, renewals and requests for termination; and Maintain the official records of all formal correspondence between the Department and the Vendor provided by the Contract Manager for filing in the Contract Administration file formance Measures and Financial Consequences The Department desires to Contract with a Bidder(s) who clearly demonstrates its willingness to be held accountable for the achievement of certain performance measures in successfully delivering services under any Contract resulting from this ITB. Therefore, the Department has developed the following formance Measures which shall be used to measure the awarded Bidder(s) s performance and delivery of services. The Bidder(s) shall comply with all Contract terms and conditions upon Contract execution and the Department may monitor this compliance upon implementation of services to ensure that Contract requirements are being met. The

29 Bidder(s) will be responsible for ensuring that all subcontractors who provide inmate services adhere to all terms and conditions of the Contract issued as a result of this ITB. Listed below are the key formance Measures deemed most crucial to the success of the overall desired service delivery. The Bidder(s) shall ensure that the stated performance outcomes and standards (level of achievement) are met. The Bidder(s) expressly agrees to the imposition of financial consequences, in addition to all other remedies available to the Department by law. The Department s Contract Manager, or designee, will provide written notice to the Bidder(s) of all financial consequences assessed, accompanied by detail sufficient for justification of assessment. Within ten (10) days of receipt of a written notice of demand for consequences due, the Bidder(s) shall forward payment to the Contract Manager. Payment shall be for the appropriate amount, be made payable to the Department, and be in the form of a cashier s check or money order. As an alternative, the Bidder(s) may issue a credit, for the amount of the financial consequences due, on the next monthly invoice following imposition of consequences; documentation of the amount of consequences imposed shall be included with the invoice. formance Measure #1 Requirement: The Bidder shall perform bi-annual generator inspections as outlined in Section Measure: All inspections will be based on a schedule that is provided annually (every July 31 st of each Contract year). Standard: 98% of all inspections will be performed within 30 days of the scheduled inspection. Financial Consequence: A Financial Consequence of $50.00 will be imposed on the 6 th day, (if the Vendor falls below 98%) after the missed scheduled inspection for service, and an additional $5.00 will be imposed for each day thereafter. formance Measure #2 Requirement: The Bidder shall provide reports detailing activity of all expenditures on generator maintenance and repairs. Measure: The report showing detailed expenditures will be provided every six (6) months to show expenditures todate, due every December 31 st and June 30 th. Standard: 98% of the reports submitted shall be accurate with minimal errors and corrections and submitted with invoices timely in December and June. A Financial Consequence of $50.00 will be imposed on the 6 th day, (if the Vendor falls below 98%) after the missed report, for any missed, scheduled inspection for service, and an additional $5.00 will be imposed for each day thereafter. By execution of any Contract resulting from this ITB, the awarded Bidder(s) hereby acknowledges and agrees that its performance under the resulting Contract shall meet the standards set forth above. Any failure by the awarded Bidder(s) to achieve the formance Measures identified above may result in assessment of Financial Consequences. Any such assessment and/or subsequent payment thereof shall not affect the Bidder s obligation to provide services as required by this ITB Contract Monitoring The Department s Contract Manager, or designee, will perform monitoring, during the term of the Contract, not less Page 20 of 63

30 than twice a year to ensure Contract compliance. Monitoring shall include periodic review of compliance with Contract service delivery and review of all Contract requirements. The Department reserves the right for any of its staff to make scheduled, or unscheduled, announced, or unannounced, monitoring visits at any site where services are delivered. When instances of non-compliance are identified in the monitoring report, the Bidder shall submit a written plan to improve performance to the Contract Manager, or designee, within the timeframe specified by the Department. If necessary, a follow-up monitoring visit shall be scheduled by the Contract Manager, or designee to ensure compliance and performance improvement. Failure by the Bidder to correct the items identified as being deficient, including staffing patterns, shall be considered a breach of the Contract, and may lead to Contract termination. The Department may utilize any or all of the following monitoring methodologies while monitoring the performance of the Bidder under the Contract, and in determining compliance with Contract terms and conditions: 3.13 Site Visits A. Site Visits (announced and/or unannounced); B. Desk review(s) of records related to service delivery (shall include any documents and databases pertaining to the Contract, and may be based on all documents and data, or a sampling of the same, whether random or statistical); C. Interviews and/or surveys with the Bidder and/or Department staff and offenders; D. Review of the Bidder s service delivery; and E. Review of monitoring, audits, investigations, reviews, evaluations, or other actions, by external agencies, as applicable. Non-mandatory informational meetings, to include Site Visits, will follow the schedule included in Attachment III, Site Visit Schedules/Locations. All informational meetings will be held in the Conference Room of the Administration Building at the respective Correctional Institutions. The Department will not allow visits for individual Vendors at any other time. All attendees must undergo a mandatory background screening in order to attend the Site Visit. For this background screening, interested parties must send an to the FDC Representative(s) listed within Attachment III, Site Visit Schedules/Locations, at least two (2) business days prior to the Site Visit, and furnish the following information for all attendees: Full Name, Race, Gender, Social Security Number, Date of Birth, Driver s License Number and State of Issue. All Department security procedures shall apply. sons present as attendees must be the same individuals for whom information was provided, and must be approved by the Department prior to the Site Visit. For security reasons, admittance of any Attendee not previously approved, is at the sole discretion of the Warden. Vendors who did not seek prior approval may be denied access. Attendees must present photo identification at the site. SECTION 4.0 PROCUREMENT RULES AND INFORMATION 4.1 General Contract Conditions (PUR1000) The General Contract Conditions are outlined in form PUR 1000 which is a downloadable document incorporated in this ITB by reference. Any terms and conditions set forth within this ITB document shall supersede any and all conflicting terms and conditions set forth within form PUR There is no need to return this document with the response Bidder Inquiries Page 21 of 63

31 Questions related to this ITB must be received in writing, via , by the Procurement Officer listed below, within the time indicated in the Timeline. Oral inquiries, or those submitted after the period specified in the Timeline, will not be acknowledged. Responses to written questions will be posted on the Vendor Bid System (VBS) on or about the date referenced in the Timeline. The VBS is located at: Procurement Officer Contact Information Paul E. Cowan, Procurement Officer Florida Department of Corrections 501 South Calhoun Street, Tallahassee, Fl Bureau of Procurement Between the release of the solicitation, and the end of the seventy-two (72) hour period following posting of notice of intention to award (the seventy-two (72) hour period excludes Saturdays, Sundays, and State holidays), Bidders responding to this solicitation, or persons acting on their behalf, may not contact any employee, or officer, of the executive, or legislative branches of government, concerning any aspect of this solicitation, except in writing to the Procurement Officer as provided in the solicitation documents. Violation of this provision may be grounds for rejecting a response, Section (23), F. S. Any person requiring special accommodation in responding to this solicitation, because of a disability, should call the Bureau of Procurement, at , at least five (5) days prior to any pre-solicitation conference, solicitation opening or meeting. For the hearing or speech impaired, please contact the Bureau of Procurement by using the Florida Relay Service, which can be reached at (TDD). Interested parties are encouraged to carefully review all the materials contained herein and prepare Bids accordingly. 4.3 Cost of Bid Preparation Neither the Department, nor the State of Florida, is liable for any costs incurred by a Bidder in response to this ITB. 4.4 Instructions for Bid Submittal Each Bid response shall be prepared simply and economically, providing a straightforward, concise delineation of the Bidder s capabilities to satisfy the requirements of this ITB. Elaborate bindings, colored displays, and promotional material are discouraged. Emphasis in each Bid must be on completeness and clarity of content. In order to expedite the review of Bids, it is essential that Bidders follow the format and instructions. A. Bids may be sent by U.S. Mail, Courier, Overnight, or hand delivered to the location indicated in the Timeline. Electronic submission of Bids will not be accepted for the ITB, B. All Bids must be submitted in a sealed envelope/package with the relevant ITB number and the date and time of the Bid opening clearly marked on the outside of the envelope/package. C. It is the Bidder s responsibility to assure its Bid submittal is delivered to the proper place and time as stipulated in the Timeline. The Department s clocks will stamp Bids received, and provide the official time for Bid opening; D. Late Bids will not be accepted. E. Bidders should complete, and return Attachment V, Bidder s Contact Information Form, with the Bid submittal; and Page 22 of 63

32 F. Submit one (1) original Bid, and one (1) electronic copy in PDF format on a CD. The electronic copy must contain the entire Bid, as submitted, including all supporting and signed documents. If the Bidder submits a redacted copy of the Bid, as outlined in Section 4.17, the Bidder should submit one (1) redacted hard copy and one (1) redacted electronic copy, in PDF format (in addition to the non-redacted version), on CD. CDs submitted should not be password protected. 4.5 Disclosure of Bid Submittal Contents All documentation produced as part of this solicitation shall become the exclusive property of the Department, and may not be removed by the Bidder or its agents. All replies shall become the property of the Department and shall not be returned to the Bidder. The Department shall have the right to use any or all ideas, or adaptations of the ideas, presented in any response. Selection or rejection of a Bid shall not affect this right. 4.6 Bid Opening Bids are due, and will be publicly opened, at the time, date, and location specified in the Timeline. Bid responses received late (after Bid opening date and time) will not be accepted, nor considered, and modification by the Bidder of submitted Bids will not be allowed, unless the Department has made a request for additional information. Department staff will not be held responsible for the inadvertent opening of a Bid response if it is not properly sealed, addressed or identified. The name of all Bidders submitting Bids will be made available to interested parties, upon written request to the Procurement Officer. 4.7 Bid Evaluation Bids that do not meet the requirements specified in this ITB may be considered non-responsive. The Department reserves the right to accept, or reject, any and all responses, or separable portions thereof, and to waive any minor irregularity, technicality, or omission(s), if the Department determines that doing so will serve its best interest(s). The Department may reject any response not submitted in the manner specified by the solicitation documents. 4.8 Basis of Award Four total awards shall be made, one award per region, to the lowest responsive, responsible Bidder with the lowest cumulative, Grand Price, per region, as specified on Attachment I, Price Page. The Bidder is required to Bid all Correctional Institutions within an individual region in order for their Bid to be considered responsive. In the event the low cost Bidder is found non-responsive, the Department may proceed to the next lowest cost responsive Bidder and continue the award process. Bids must be firm prices, and where products are included, shall include all packaging, handling, shipping and delivery charges, and environmental and fuel service fees. 4.9 Disposal of Bids All Bids become the property of the State of Florida and will be a matter of public record, subject to the provisions of Chapter 119, F.S Bid Rules for Withdrawal A submitted Bid may be withdrawn by submitting a written request for its withdrawal to the Department. The withdrawal request must be signed by an authorized representative of the Bidder, and must be received within 72 hours after the Bid submission date indicated in the Timeline. Any submitted Bid shall remain valid for 180 days from the Bid submission date, unless a different amount of time is indicated in the ITB. Page 23 of 63

33 4.11 Addenda If the Department deems it necessary to supplement, modify, or interpret any portion of the solicitation or exhibits, addenda and materials relative to this procurement, information will be posted on the Florida Vendor Bid System ( Interested parties are responsible for monitoring this site for new, changing, or clarifying information relative to this solicitation Verbal Instruction Procedure/Discussions The Bidder shall not initiate, or execute, any negotiation, decision, or action arising from any verbal discussion with any State employee. Only written communications from the Department s Procurement Officer are considered duly authorized expressions on behalf of the State. Additionally, only written communications from a Bidder are recognized as duly authorized expressions on behalf of the Bidder. Any discussion by a Bidder with any employee, or representative of the Department, involving cost or price information, occurring prior to posting of the Notice of Agency Decision, may result in rejection of said Bidder s response No Prior Involvement and Conflict of Interest Section (17)(c), F.S., provides, A person who receives a Contract that has not been procured pursuant to Subsections (1)-(3) to perform a feasibility study of the potential implementation of a subsequent Contract, who participates in the drafting of a solicitation or who develops a program for future implementation, is not eligible to Contract with the agency for any other Contracts dealing with that specific subject matter, and any firm in which such person has any interest in not eligible to receive such Contract. However, this prohibition does not prevent a Bidder who responds to a request for information from being eligible to Contract with an agency. The Department considers participation in a solicitation to be any actions related to the decision, approval, disapproval, recommendation, preparation of any part of a purchase request, influencing the content of any specification or procurement standard, rendering of advice, investigation, auditing, or functioning in any other advisory capacity. The Bidder shall not compensate, in any manner, directly or indirectly, any officer, agent or employee of the Department, for any act or service which they may do, or perform, for, or on behalf of, any officer, agent, or employee of the Bidder. Officers, agents, or employees of the Department shall not have any interest, directly or indirectly, in any Contract or purchase made, or authorized to be made, by anyone for, or on behalf of, the Department. The Bidder shall have no interest, and shall not acquire any interest, that conflicts in any manner, or degree, with the performance of the services required under this ITB State Licensing Requirements All entities defined under Chapters 607, 617 or 620, F.S., seeking to do business with the Department shall be on file and in good standing with the State of Florida, Department of State MyFloridaMarketPlace (MFMP) Registration Each Bidder doing business with the State of Florida as defined in Section F.S., must register in the MFMP Vendor Information Portal (VIP) system, unless exempted under Rule 60A-1.030, Florida Administrative Code (F.A.C.). State agencies shall not enter into an agreement for the sale of commodities or contractual services, as defined in Section , F.S., with any Bidder not registered in the MFMP VIP system, unless exempted by Rule. A Bidder not currently registered in the MFMP VIP system shall do so within 5 days of award. Registration may be completed at: Those needing assistance may contact the MFMP Customer Service Desk at or vendorhelp@myfloridamarketplace.com. Page 24 of 63

34 4.16 Certificate of Authority All corporations, limited liability companies, corporations not for profit, and partnerships seeking to do business with the State must be registered with the Florida Department of State, in accordance with the provisions of Chapter 607, 608, 617, and 620, F.S., respectively Confidential, Proprietary, or Trade Secret Material The Department takes its public records responsibilities as provided under Chapter 119, F.S., and Article I, Section 24 of the Florida Constitution, very seriously. If the Bidder considers any portion of the documents, data or records submitted in response to this solicitation to be confidential, trade secret or otherwise not subject to disclosure pursuant to Chapter 119, F.S., the Florida Constitution or other authority, the Bidder must also simultaneously provide the Department with a separate redacted copy of its response and briefly describe, in writing, the grounds for claiming exemption from the public records law, including the specific statutory citation for such exemption. This redacted copy shall contain the Department s solicitation name, number, and the name of the Bidder on the cover, and shall be clearly titled Redacted Copy. The redacted copy shall be provided to the Department at the same time the Bidder submits its response to the solicitation and must only exclude or redact those exact portions which are claimed confidential, proprietary, or trade secret. The Bidder shall be responsible for defending its determination that the redacted portions of its response are confidential, trade secret or otherwise not subject to disclosure. Further, the Bidder shall protect, defend, and indemnify the Department for any and all claims arising from or relating to Bidder s determination that the redacted portions of its response are confidential, proprietary, trade secret or otherwise not subject to disclosure. If the Bidder fails to submit a Redacted Copy with its response, the Department is authorized to produce the entire documents, data, or records submitted by the Bidder in answer to a public records request for these records. In no event shall the Department, or any of its employees, or agents, be liable for disclosing, or otherwise failing to protect, the confidentiality of information submitted in response to this solicitation E-Verify In accordance with Executive Order , The provider agrees to utilize the U.S. Department of Homeland Security s E-Verify system, to verify the employment eligibility of all new employees hired during the Contract term by the Provider. The Provider shall also include a requirement in subcontracts that the subcontractor shall utilize the E-Verify system to verify the employment eligibility of all new employees hired by the subcontractor during the Contract term. Bidders meeting the terms and conditions of the E-Verify System are deemed to be in compliance with this provision Bidder Substitute W-9 The Florida Department of Financial Services, (FDFS) requires all Bidders that do business with the state to electronically submit a Substitute W-9 Form to Forms can be located at the same website once a registration has been completed. Answers to frequently asked questions related to this requirement are found at: FDFS can to assist Bidders with additional questions, and can be reached at or FLW9@myfloridaacfo.com Scrutinized Companies - Contractor Certification If the resulting Contract exceeds $1,000, in total, not including renewal years, the Contractor must certify that they are not listed on either the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List created pursuant to Sections , F.S. and , F.S. Pursuant to Section (5), F.S., and (3), F.S., Contractor agrees the Department may immediately terminate the Contract for cause if the Contractor is found to have submitted a false certification or if Contractor is placed on the Scrutinized Companies with Activities in Sudan List, the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or the Scrutinized Companies that Boycott Israel List, or is engaged in a boycott of Israel during the term of the Contract. Page 25 of 63

35 4.21 Identical Tie Bids During the solicitation evaluation process, if the Department receives identical pricing or scoring from multiple Bidders, the Department shall determine the order of award using the criteria set forth in Rule 60A-1.011, F.A.C., and Section , F.S., Certified Veteran Business Enterprises Rejection of Bids The Department reserves the right to reject any and all Bids to this ITB Inspector General The Bidder shall comply with Section (5), F.S., which states; it is the duty of every state officer, employee, agency, special district, board, commission, Contractor, and subcontractor to cooperate with the inspector general in any investigation, audit, inspection, review or hearing Protest Procedures Pursuant to Section (3), F.S., a Notice of Protest or Formal Written Protest must be filed with the Department s Agency Clerk. Filings may be made physically at 501 South Calhoun Street, Tallahassee, Florida , by to: CO-GCAgencyClerk@mail.dc.state.fl.us, or by facsimile to: (850) Protests must be made in compliance with F.A.C. Rules and Filings received after regular business hours (8:00am to 5:00pm) will be filed the next business day. Failure to file a protest within the time prescribed in Section (3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, F.S. SECTION 5.0 SPECIAL CONDITIONS 5.1 Instructions to Respondents (PUR1001) 5.2 State Initiatives The General Instructions to Respondents are outlined in form PUR 1001 is a downloadable document incorporated in this ITB by reference. Any terms and conditions set forth within this ITB document shall supersede any and all conflicting terms and conditions set forth within form PUR There is no need to return this document with the response Diversity in Contracting The State of Florida is committed to supporting its diverse business industry and population through ensuring participation by minority-owned, women-owned, and service-disabled veteran-owned business enterprises in the economic life of the State. The State of Florida Mentor Protégé Program connects these business enterprises with private corporations for business development mentoring. We strongly encourage firms doing business with the State of Florida to consider this initiative. For more information on the Mentor Protégé Program, please contact the Office of Supplier Diversity at (850) To this end, the Department considers it vital that minority-owned, women-owned, and service-disabled veteran-owned business enterprises participate in the State s procurement process as both Bidders, and subcontractors, of this solicitation. Information on Certified Minority Business Enterprises (CMBE), and Certified Service-Disabled Veteran Business Enterprises (CSDVBE), is available from the Office of Supplier Diversity at: Page 26 of 63

36 Documentation regarding Diversity in Contracting must be submitted to the Contract Administrator, and should identify participation by diverse Bidders and suppliers as prime Bidders, subcontractors, Bidders, resellers, distributors, or such other participation as the parties may agree. This documentation shall include the timely reporting of funds expended to certified, and other, minority-owned/service-disabled veteran-owned business enterprises. Such reports must be submitted at least monthly, and must include the period covered, the name, minority code and Federal Employer Identification Number of each minority-owned/service-disabled veteranowned Bidder utilized during the period, the commodities and services provided by the each, and the amount paid to each under the terms of any Contract resulting from this solicitation Environmental Considerations 5.3 Subcontracts The State supports and encourages initiatives to protect and preserve our environment. If applicable, the Bidder shall submit a plan to support the procurement of products and materials with recycled content, referencing the intent of Section , F.S. The Bidder shall also provide a plan, if applicable, for reducing and/or handling of any hazardous waste generated by the Bidder s company, referencing Rule , F.A.C. It is a requirement of the Florida Department of Environmental Protection (DEP) that a generator of hazardous waste materials exceeding certain threshold must have a valid and current Hazardous Waste Identification Number. This identification number shall be submitted as part of Bidder s hazardous waste plan and shall explain, in detail, its handling and disposal of this waste. The Bidder may, with prior written consent of the Department, enter into written subcontracts for the delivery or performance of services as indicated in this ITB. Anticipated subcontract agreements known at the time of Bid submission, must be disclosed, and the amount of the subcontract must be identified in the Bid. If a subcontract has been identified at the time of Bid submission, a copy of the proposed subcontract must be submitted to the Department. No subcontract, which the Bidder enters into with respect to performance of any of its functions under the resultant Contract, shall in any way relieve the Bidder of any responsibility for the performance of its duties. All subcontractors, regardless of function, who provide services on Department property, shall comply with the Department s security requirements, including background checks, and all other Contract requirements. All payments to subcontractors shall be made by the Bidder. If a subcontractor is utilized by the Bidder, then the Bidder shall pay the subcontractor within seven (7) working days after any payment is received from the Department, in accordance with Section , F.S. It is understood, and agreed upon, that the Department shall not be held accountable to any subcontractor for any expenses or liabilities incurred under the subcontract, and that the Bidder shall be solely responsible to the subcontractor for all expenses and liabilities under the Contract resulting from this ITB. If the Bidder fails to pay the subcontractor within seven (7) working days, then the Bidder shall pay a penalty to the subcontractor in the amount of one-half (½) of one percent (1%) of the amount due, per day, from the expiration of the period allowed herein for payment. Such penalty shall be in addition to actual payments owed, and shall not exceed fifteen percent (15%) of the outstanding balance due. 5.4 Copyrights, Right to Data, Patents and Royalties Where Contract activities produce original writing, sound recordings, pictorial reproductions, drawings, other graphic representation, and/or works of any similar nature, the Department has the right to use, duplicate and disclose such materials, in whole or in part, in any manner, for any purpose whatsoever, and to have others acting on behalf of the Department to do so also. If the materials so developed are subject to copyright, trademark, patent, legal title, then every right, interest, claim or demand of any kind, in and to any patent, trademark or copyright, or application for the same, will vest in the State of Florida, Department of State for the exclusive use and benefit of the State. Pursuant to Section , F.S., no person, firm or corporation, including parties to the Contract resulting from this solicitation, shall be entitled to use the copyright, patent, or trademark without the prior written consent of the Department of State. The Department shall have unlimited rights to use, disclose or duplicate, for any purpose whatsoever, all information and data developed, derived, documented, or furnished by the Bidder. All computer programs and other documentation produced as part of the Contract shall become the exclusive property of the State of Florida, Department of State, with Page 27 of 63

37 Page 28 of 63 the exception of data processing software developed by the Department pursuant to Section , F.S., and may not be copied or removed by any employee of the Bidder without express written permission of the Department. The Bidder, without exception, shall indemnify and save harmless the Department, and its employees, from liability of any nature or kind, including costs and expenses, for, or on account of, any copyrighted, patented, or unpatented invention, process, or article, manufactured, or supplied, by the Bidder. The Bidder has no liability when such claim is solely and exclusively due to the combination, operation, or use of any article equipment or data not supplied by the Bidder, or is based solely and exclusively upon the Department s alteration of the article. The Department will provide prompt written notification of a claim regarding copyright or patent infringement, and will afford the Bidder full opportunity to defend the action and control the defense of such claim. Further, if such a claim is made, or is pending, the Bidder may, at its option and expense, procure for the Department the right to continue use of, replace, or modify the article to render it non-infringing. If none of the alternatives are reasonably available, then the Department agrees to return the article to the Bidder upon its request and receive reimbursement, fees and costs, if any, as may be determined by a court of competent jurisdiction. If the Bidder uses any design, device, or material(s) covered by letter, patent or copyright, then it is mutually agreed and understood, without exception, that the Contract prices shall include all royalties or costs arising from the use of such design, device, or materials. 5.5 Independent Contractor Status The Bidder shall be considered an independent Contractor in the performance of its duties and responsibilities. The Department shall neither have nor exercise any control or direction over the methods by which the Bidder shall perform its work and functions, other than as provided herein. Nothing is intended to, nor shall be deemed to constitute, a partnership, or a joint venture, between the parties. 5.6 Assignment The Bidder shall not assign its responsibilities or interests to another party without prior written approval of the Department. The Department shall, at all times, be entitled to assign or transfer its rights, duties and obligations to another governmental agency of the State of Florida upon giving written notice to the Bidder. 5.7 Severability The invalidity or unenforceability of any particular provision shall not affect the other provisions hereof and shall be construed in all respects as if such invalid or unenforceable provision was omitted, so long as the material purposes can still be determined and effectuated. 5.8 Use of Funds for Lobbying Prohibited The Bidder agrees to comply with the provisions of Section , F.S., which prohibits the expenditure of State funds for the purposes of lobbying the Legislature, Judicial branch of government, or a State agency. 5.9 Employment of Department sonnel The Bidder shall not knowingly engage, employ, or utilize, on a full-time, part-time, or other basis, any current or former employee of the Department, during the period of the Contract resulting from this solicitation, where such employment conflicts with Section , F.S Legal Requirements Applicable provision of all Federal, State, County and Local laws, and all ordinances, rules, and regulations shall govern development, submittal and evaluation of all Bids received in response hereto, and shall govern any and all claims and disputes which may arise between person(s) submitting a Bid response hereto and the State of Florida, by and through its officers, employees and authorized representatives, or any other person, natural or otherwise; lack of knowledge by any Bidder shall not constitute a cognizable defense against the legal effect thereof.

38 5.11 Insurance The Bidder agrees to provide adequate, comprehensive insurance coverage, and to hold such insurance at all times during the existence of the Contract resulting from this solicitation. The Bidder accepts full responsibility for identifying and determining the type(s) and extent of insurance necessary to provide reasonable financial protection for the Bidder, and the Department, under the Contract resulting from this solicitation. At a minimum, such insurance shall include workers compensation and employer s liability insurance, per Florida statutory limits, covering all employees engaged in any Contract work; commercial general liability coverage; and automobile liability insurance covering all vehicles, owned or otherwise, used in the Contract work. The Bidder may be required to furnish the Department written verification of such insurance coverage. Such coverage may be provided by a self-insurance program established and operating under the laws of the State of Florida. The Department reserves the right to require additional insurance where appropriate. If the Bidder is a state agency or subdivision as defined in Section , F.S., then the Bidder shall furnish the Department, upon request, written verification of liability protection in accordance with Section , F.S. Nothing herein shall be construed to extend any party s liability beyond that provided in Section , F.S Prison Rape Elimination Act (PREA) The Vendor(s) will comply with the national standards to prevent, detect, and respond to prison rape under the Prison Rape Elimination Act (PREA), Federal Rule 28 C.F.R. Part 115. The Vendor(s) will also comply with all Department policies and procedures that relate to PREA. [Remainder of Page Intentionally Left Blank] Page 29 of 63

39 ATTACHMENT I PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: VENDOR NAME REGION I FEID# 1. Institution Apalachee CI East & West By Institution Make/Mfgr. Model Serial Number KW C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Number Maintenance Service Price Check Price Test Onan 275DFBF A Marathon NT855G3 1139T Onan DGFB C CAT FZ Cummins KTA50G Marelli MJB200MB4 mw Institution - Calhoun CI & WC By Institution $ Make/Mfgr. Model Serial Number KW C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Number Maintenance Service Price Check Price Test CAT 3406B 04RG Onan 200DFPL C Onan 500DGCA-15 K CAT 3306B 02AJ Institution - Century CI By Institution $ Make/Mfgr. Model Serial Number KW C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Number Maintenance Service Price Check Price Test Onan 500DFFB B Onan 250DFBE C Onan 100DGDBL C CAT 3406B 04RG Page 30 of 63

40 ATTACHMENT I PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: VENDOR NAME FEID# 4. Institution - Franklin CI By Institution $ Make/Mfgr. Model Serial Number KW C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Number Maintenance Service Price Check Price Test Onan DQKH K Onan DFCB H Onan 80DGCG J Onan 100DGDBL J Onan 15DKAC L Institution Franklin WC By Institution $ Make/Mfgr. Model Serial Number KW C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Number Maintenance Service Price Check Price Test Cummins DFEH H Institution Gadsden RE By Institution $ Make/Mfgr. Model Serial Number KW C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Number Maintenance Service Price Check Price Test CAT D125-6 CAT00C66CN6D Institution Graceville WC By Institution $ Make/Mfgr. Model Serial Number KW C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Number Maintenance Service Price Check Price Test Onan 400DFCE821 B Institution Gulf CI, FC, & Annex By Institution $ Make/Mfgr. Model Serial Number KW C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Number Maintenance Service Price Check Price Test CAT 3306B 02AJ CAT Z CAT 3406B 04RG Generac 91A01504-S Generac 91A01504-S Page 31 of 63

41 VENDOR NAME CAT 3406B 04RG ATTACHMENT I PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: FEID# Kohler 350R0Z Institution Holmes CI & WC By Institution $ Make/Mfgr. Model Serial Number KW C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Number Maintenance Service Price Check Price Test Kohler 230R0Z Kohler 100R0Z Onan 350DFCC D CAT D N4E CAT QX300-C9 0X3R Onan 300KW Generac Institution Jackson CI, WC By Institution $ Holmes Make/Mfgr. CI Model Serial Number KW C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Number Maintenance Service Price Check Price Test Holmes CI Holmes Onan CI 100DGBDL C Onan 300DFCB D Holmes Onan CI 500DFFB C CAT Holmes CI 3406B 04RG Generac 91A01515-S Holmes 11. Institution CI Jefferson CI By Institution $ Holmes Make/Mfgr. CI Model Serial Number KW C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Holmes CI Number Maintenance Service Price Check Price Test Holmes CI Holmes CI Holmes Generac CI 90A01435-S Holmes Generac CI 90A01436-S Holmes Generac CI 90A01862-S Holmes CI Generac 96A02927-S Holmes CI Holmes CI Holmes CI Holmes CI Holmes CI Holmes CI Holmes CI Holmes Page CI 32 of 63 Holmes CI

42 ATTACHMENT I PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: VENDOR NAME FEID# 12. Institution Liberty CI By Institution $ Make/Mfgr. Model Serial Number KW C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Number Maintenance Service Price Check Price Test Onan 250DFM C Onan 200DFPL D Onan 175DFE E CAT 3406B 04RG Institution Liberty WC By Institution $ Make/Mfgr. Model Serial Number KW C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Number Maintenance Service Price Check Price Test FL Detroit 572RSL Institution Liberty & Quincy WC By Institution $ Make/Mfgr. Model Serial Number KW C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Number Maintenance Service Price Check Price Test Cummins NTA855G Institution Liberty & Gadsden RE By Institution $ Make/Mfgr. Model Serial Number KW C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Number Maintenance Service Price Check Price Test Cummins DFEK J Institution NWFRC By Institution $ Make/Mfgr. Model Serial Number KW C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Number Maintenance Service Price Check Price Test CAT Z CAT GZS Marathon 572RSL4027 MX Page 33 of 63

43 ATTACHMENT I PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: VENDOR NAME FEID# 17. Institution NWFRC & VernonTC By Institution Make/Mfgr. Model Serial Number KW C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Number Maintenance Service Price Check Price Test Ford (LP Gas) 35GS Institution Okaloosa CI By Institution $ Make/Mfgr. Model Serial Number KW C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Number Maintenance Service Price Check Price Test CAT YF CAT CAT 3306B 02AJ Institution - Okaloosa WC By Institution $ Make/Mfgr. Model Serial Number KW C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Number Maintenance Service Price Check Price Test Cummins NT-855-G Institution Santa Rosa CI By Institution $ Make/Mfgr. Model Serial Number KW C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Number Maintenance Service Price Check Price Test Kohler 2000REOM CAT Z Trade Winds TJ275ULT Institution Santa Rosa WC By Institution $ Make/Mfgr. Model Serial Number KW C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Number Maintenance Service Price Check Price Test FL Detroit 400RX16D Page 34 of 63

44 ATTACHMENT I PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: VENDOR NAME FEID# 22. Institution Wakulla CI, Annex, & WC By Institution $ Make/Mfgr. Model Serial Number KW C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Number Maintenance Service Price Check Price Test CAT 3412TA-G 5NAO Onan 450DFEC J Kohler 2000REOZM Onan 300DQHAB DO Institution Walton CI & WC By Institution $ Make/Mfgr. Model Serial Number KW C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Number Maintenance Service Price Check Price Test Onan 300DFCB D Onan Onan 350DFCC D Onan Onan 350DFCC Onan Onan 175DGFAL D Onan GRAND TOTAL REGION I (Sum of Institutions 1-23) TOTAL PROPOSED COST BY REGION TOTAL PERCENTAGE - PARTS DISCOUNTS v. MSRP REGION I (Sum of Institutions 1-23) $ % VENDOR NAME FEID # Page 35 of 63

45 ATTACHMENT I PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: VENDOR NAME REGION II FEID# 1. Institution Baker CI, WC, & Dinsmore WRC By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test Cummins 680FDR Cummins 250HC4A/2A Kato 755X9E Kato 755X9E Cummins DFEK M11J Institution Baker Re-Entry By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test Cummins DFEK J Institution Columbia CI By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test CAT RG Generac 276KW AD201414SNA 276 Generac 276KW AD201415SNA 276 Generac 276KW AD201436SNA 276 Onan 250KW Onan MGDA J Onan MGDA J Onan FLC H Onan FHD G Page 36 of 63

46 ATTACHMENT I PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: VENDOR NAME FEID# 4. Institution Cross City CI, Main Unit, East Unit, & WC By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test CAT Z Cummins 434D CAT FZ Cummins DQCA Institution Florida State Prison By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test CAT RG CAT Z Detroit 433RSL7 BUF Generac Cummins DQAF E Katolight D400FRX4 WA H Institution Hamilton CI, WC, & Annex By Institution $ Century Make/Mfgr. CI Model Number Serial Number KW C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test Century CI Century CAT CI RG CAT RG Century CI CAT Z Century Cummins CI NTTA Cummins NTTA Century Cummins CI NTTA Cummins NTTA Century CI Onan NTTA Onan 150DGFA G Century CI Century CI Century CI Century Page CI 37 of 63 Century CI

47 ATTACHMENT I PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: VENDOR NAME FEID# 7. Institution Lancaster CI, WC & Gainesville WC By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test Onan NT Onan 230KW Detroit 100DS60 U641043B 100 CAT 3516C SBJ Institution Lawtey CI By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test CAT D Generac 75KW 99A02179-S 75 Onan 230KW Institution Madison CI & WC By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test Onan 150DGFAL31 B Onan 100DGBL33 D Onan 200DFPL290 L Cummins NT Institution Mayo CI, WC, & Annex By Institution $ $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test CAT YF CAT WB CAT PM Onan 200DFAA B CAT C15 FSE Page 38 of 63

48 VENDOR NAME AT C32 SCX ATTACHMENT I PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: FEID# CAT C32 SCX Institution Putnam CI By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test Detroit 12V92T Institution RMC Main Unit, West Unit, & WC By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test CAT SG CAT YF CAT GF CAT D D Kohler (LP 45KW Onan 200KW L Onan 50KW 50GCDL Cummins DFCD I Onan 100DFG CAT EZ CAT Z Institution Suwannee CI, WC, & Annex By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test CAT VJ CAT C15 G6B Kohler 1250REOZMB Kohler 400REOZDD Kohler 600REOZMB Generac (LP QY07068GNA Gas) Cummins DFEK C Page 39 of 63

49 ATTACHMENT I PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: VENDOR NAME FEID# 14. Institution Suwannee CI Portable By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test CAT F9L Institution Taylor CI, Main Unit, Annex, & WC By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test CAT RG CAT RG CAT RG CAT ZR CAT ZR CAT ZR Cummins DGCE H Institution Tomoka CI &WC By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test Cummins NT Onan 350.0DF D Onan 350.0DF D Institution Union CI By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test Onan 38.8KVA E Detroit 6V Kohler 150R0ZJ Onan 250KW CAT 3521B 0CMC Page 40 of 63

50 VENDOR NAME CAT 3512B 0CMC ATTACHMENT I PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: FEID# 18. Institution Union WC By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test Cummins QSX15-G Institution New River CI &WC By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test CAT D B01019 N/A Detroit 500KW 12VF Institution New River East By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test Cummins DQFAA- H GRAND TOTAL REGION II (Sum of Institutions 1-20) TOTAL PERCENTAGE - PARTS DISCOUNTS v. MSRP REGION II (Sum of Institutions 1-20) $ % VENDOR NAME FEID # Page 41 of 63

51 ATTACHMENT I PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: VENDOR NAME REGION III FEID# 1. Institution Avon Park CI & WC By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test Gen - Cummins Gen - Kohler Eng - Ford (NG) Gen - Kohler Eng - Ford (NG) Gen - CAT Eng - CAT Gen - Kohler Eng - Detroit 440FDR5045AA W EA /9-2 NT855-GS RZ CSG F RZ CSG F SR4 9FF WB ROZD71 6V92T VF Gen - Kohler 500R0ZD VF Eng-Detroit Gen - Onan 45 0DEF-15R/1675F DF-6005A 50-31E Eng - Ford Gen - Generac D18 ( ) SD500- Eng - Doosan P180FE K36180D180D1 500 Gen - Kohler Eng 150REOZJE 8G John Deere 6068HF285 PE6068L Institution CFRC Main Unit, East Unit, & South Unit By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test Gen - CAT Eng Gen - CAT Generac Eng - Hino Gen - Onan Eng - Komatsu SR A S EK DYD O671T 6FA Z A11425 I Page 42 of 63

52 Gen - CAT Eng - CAT Gen - CAT Eng - CAT GenGenerac Eng - Doosan VENDOR NAME SR4 6DA B 078Z02300 SR P18OFE 6FA Z EUSOB ATTACHMENT I PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: FEID# 3. Institution Desoto Annex & WC By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test Gen - Cummins Gen - Cummins Gen - Cummins Gen - Cummins Gen - Cummins Gen - Cummins Gen - Cummin 1000DFLA KTA-50-G1 250HG4AL/2A NT-855-G4 350DFCC NTA-855-G3 200DFAA LTA-10-G1 80DGDA 6BT-5.9-G1 80DGDA 6BT-59-G1 200DGFC 6CTA83 ** B B B B F Gen - Kohler Eng - John Deere 150R0ZJ Institution Hardee CI & WC By Institution $ Gen - Kohler Eng - Detroit Gen - Cummins Gen - Cummins Gen -Cummins 400ROZ VF DFCG-36757F Data Plate Missing NTA-855-G HC534C KTTA-19-G2 HC534C KTTA-19-G2 D C) Routine Maintenance D) 18 Month Service Price E) Bi-Annual Service Check Price F) 2-Hour Load Bank Test G) H) Fuel Page 43 of 63

53 Gen - Superior Eng - Hercules VENDOR NAME 50R DT2300X004 HR ATTACHMENT I PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: FEID# 5. Institution Hernando CI By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test Gen - CAT Eng - CAT ** 3412 ** 81Z Institution Lake CI By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test Gen - Spectrum Eng - Detroit Gen - Onan Gen - CAT Eng - CAT 400DS60 8V DFCB NTA855GT SR4 D VF16867 A ** 62B Institution Largo RP (Polk CI) By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test Gen - Onan 125.0DEGA 6CT8.3 G I Page 44 of 63

54 VENDOR NAME ATTACHMENT I PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: FEID# 8. Institution Lowell CI By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test Olympian DP200P4 ENNS Detroit T1637K Onan DFEH D CAT C27 DWB Institution Florida Women s Reception Center & WC By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test Kohler 150REZG Kohler 500REOZVB Kohler 700REOZDD Kohler 1000REOZDD Institution Lowell & Gainesville WC By Institution $ Holmes Make/Mfgr. CI Model Number Serial Number KW C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test Holmes CI Holmes CI Cummins NT8855-G Holmes 11. Institution CI Marion CI &WC By Institution $ Holmes Make/Mfgr. CI Model Number Serial Number KW C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Holmes CI Maintenance Service Price Check Price Test Holmes CI Holmes CI Holmes CI Cummins Holmes CI NT855-GS4 L Holmes 12. Institution CI Marion CI Main Unit By Institution $ Holmes Make/Mfgr. CI Model Number Serial Number KW C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Holmes CI Maintenance Service Price Check Price Test Holmes CI Holmes CI Holmes CI Holmes Cummins CI QKC I Holmes CAT CI Holmes CI 3406B 4RG Holmes CI Holmes CI Page 45 of 63 Holmes CI Holmes CI

55 ATTACHMENT I PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: VENDOR NAME FEID# 13. Institution Polk CI By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test Gen - Onan Gen - Onan Gen - Cummins 250.0DFAC LTA-10G DFY VTA 1710-GS CC434D NT855 B J ** Gen - CAT Eng - CAT D80-6 CAT00C44AD4B02114 C4, 4 E5M Institution Demilly CI (Polk CI) By Institution C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test Gen - Kohler Eng - Detroit 200ROZD A Institution Regional Portable By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test Gen - CAT Eng - CAT Gen - Cummins C9-300AG C9 DQAF QSM11-G2 X3R L00691 F Institution Sumter CI By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test Gen - Kohler Eng - Detroit 500RZ VF Page 46 of 63

56 Gen - Onan Gen - Spectrum Eng - Detroit VENDOR NAME CC NT855GS DSED 12V ** Tag Missing 275 ATTACHMENT I PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: FEID# 17. Institution Zephyrhills CI By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test Gen - Onan Eng - Onan Gen - CAT Eng - CAT 500.OD KTA-19-G2 SR DI E HA WB GRAND TOTAL REGION III (Sum of Institutions 1-17) TOTAL PERCENTAGE - PARTS DISCOUNTS v. MSRP REGION III (Sum of Institutions 1-17) $ % VENDOR NAME FEID # Page 47 of 63

57 ATTACHMENT I PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: REGION IV VENDOR NAME FEID# 1. Institution Big Pine Key By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test Gen - Kohler Eng - John 50ROZJ 4039TF T04039T Gen - Onan 45 EM Eng - Ford (LP) O CSPG-6005-A H-26- Gen - Onan Eng - Ford (LP) GGFB B CSG-649I-6005-A 2. Institution Charlotte CI By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test Gen - Kolher Gen - Kolher Gen - Spectrum Eng - Detroit 400ROZ71 KTA-19-G2 500ROZ71 VTA-28-G1 230DS VF Institution Charlotte CI & Fort Myer Work Camp By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test Gen - Generac Eng - Iveco 97A05794-S 7.5L ** Institution Dade CI By Institution $ Gen - Spectrum Eng - Detroit 750DS60 16V VFO C) Routine Maintenance D) 18 Month Service Price E) Bi-Annual Service Check Price F) 2-Hour Load Bank Test G) H) Fuel Page 48 of 63

58 Gen - Spectrum Eng - Detroit Gen - Spectrum Eng - Detroit VENDOR NAME 500DS V92 12VFO DS60 12V VFO ATTACHMENT I PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: FEID# 5. Institution Everglades CI, Re-entry Center & WC By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test Gen - Cummins Eng - Gen - Cummins Gen - Cummins Gen - Cummins 480HL534D GTA-28 HL543D GTA-28 HC434D GTA DQCA QSK23-G7 F F C A Institution Loxahatchee RP By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test Gen - Onan Eng - John 30-0DDA- 15R/1675C DF T Institution Martin CI &WC By Institution $ C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Maintenance Service Price Check Price Test Gen - Cummins Gen - Cummins Gen - Cummins Gen - CAT Eng - CAT 502FDR7031JJW KTA-19-GS2 680FDR7112JJW UTA-28-GS2 250HC4AL KTA-855-G4 SR4B 3412 RA RA / FG Z Page 49 of 63

59 ATTACHMENT I PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: VENDOR NAME FEID# 8. Institution Okeechobee CI By Institution $ B) After C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Hours Rate Maintenance Service Price Check Price Test for Gen - CAT Eng - CAT Gen - CAT Eng - CAT Gen - CAT Eng - CAT Gen - Cummins SR SR4B 3412 SR4B 3412 DFEK QSX15-G9 8FA Z NJ WJ NJ W A Institution Regional Portable By Institution $ B) After C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Hours Rate Maintenance Service Price Check Price Test for Gen - CAT Eng - CAT C9-300AG C9 X3R00476 S9L Gen - Cummins F DQAF QSM11-G2 10. Institution Sago Palm Re-entry Center By Institution $ B) After Hours Rate for C) Routine Maintenance D) 18 Month Service Price E) Bi-Annual Service Check Price F) 2-Hour Load Bank Test G) H) Fuel Gen - CAT Eng - CAT C B-C32 SXC GM Page 50 of 63

60 ATTACHMENT I PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: VENDOR NAME FEID# 11. Institution SFRC By Institution $ B) After C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Hours Rate Maintenance Service Price Check Price Test for Gen - CAT Eng - CAT Gen - CAT Eng - CAT Gen - CAT Eng - CAT (LP) Gen - CAT Eng - CAT (LP) Gen - CAT Eng - CAT (LP) SR DT SR DT SR SR SR LA Z EA Z CA NB CA NB CA NB Institution West Palm Beach WRC By Institution $ B) After C) Routine D) 18 Month E) Bi-Annual Service F) 2-Hour Load Bank G) H) Fuel Hours Rate Maintenance Service Price Check Price Test for Gen - Cummins 40 DL6TL L634TI10148E C Institution Homestead CI By Institution Gen - CAT Eng Gen - CAT Eng - CAT SR4B 3406 SR4B FG ZR ER Z C) Routine Maintenance D) 18 Month Service Price E) Bi-Annual Service Check Price F) 2-Hour Load Bank Test G) H) Fuel Page 51 of 63

61 ATTACHMENT I PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: VENDOR NAME FEID# GRAND TOTAL REGION IV (Sum of Institutions 1-13) TOTAL PERCENTAGE - PARTS DISCOUNTS v.msrp REGION IV (Sum of Institutions 1-13) $ % VENDOR NAME FEID# Page 52 of 63

62 ATTACHMENT II SECURITY REQUIREMENTS EMERGENCY GENERATORS (1) Section , Florida Statutes (F.S.) it is unlawful to introduce into or upon the grounds of any state correctional institution, or to take or attempt to take or send or attempt to send any of the following items, which are considered, unless authorized by the officer-in-charge of the correctional institution. a) Any written or recorded communication to any inmate of any state correctional institution. b) Any currency or coin given or transmitted, or intended to be given or transmitted to any inmate of any state correctional institution. c) Any article of food or clothing given or transmitted, or intended to be given or transmitted, to any inmate of any state correctional institution. d) Any intoxicating beverage or beverage which causes, or may cause, an intoxicating effect. e) Any controlled substance or any prescription or nonprescription drug having a hypnotic, stimulating, or depressing effect. f) Any firearm or weapon of any kind or any explosive substance, including any weapons left in vehicles on the grounds of a state correctional institution). A person, who violates any provision of Section , F.S., as it pertains to an article of contraband, is guilty of a felony. (2) Do not leave keys in the ignition of motor vehicles. All vehicles must be locked and windows rolled up when parked on state property. Wheel locking devices may also be required. (3) All keys must be kept in pockets at all times. (4) Confirm with the Institutional Warden where construction vehicles should be parked. (5) Obtain formal identification (driver s license or non-driver s license identification obtained from the Florida Department of Highway Safety and Motor Vehicles or equivalent agency in another state), that must be presented each time Contractor staff enter or depart the Institution and as requested by Department staff. (6) Absolutely no transactions between Contract personnel and inmates are permitted. This includes, but is not limited to, giving or receiving cigarettes, stamps, or letters. (7) No communication with inmates, verbal or otherwise, is permitted without the authorization of the Institution s Officer-in- Charge (OIC). (8) Strict tool control will be enforced at all times. Tools within the Correctional Institution are classified as AA, A, or B. Class AA tools are defined as any tool that can be utilized to cut chain link fence fiber or razor wire in a rapid and effective manner. Class A tools are defined as those tools which, in their present form, are most likely to be used in an escape or to do bodily harm to staff or inmates. Class B tools are defined as tools of a less hazardous nature. Every tool is to be geographically controlled and accounted for at all times. At the end of the workday, toolboxes will be removed from the compound or to a secure area as directed by the Department s security staff. The Contractor must maintain two copies of the correct inventory with each tool box, one copy will be used and retained by the Department s security staff, who will search and ensure a proper inventory of tools each time the tool box is brought into the Institution, the other copy will remain with the tool box at all times. Tools should be kept to a minimum (only those tools necessary to complete the job). All lost tools must be reported to the Institution s Chief of Security (Colonel or Major) immediately. No inmate will be allowed to leave the area until the lost tool is recovered. (9) Approval must be obtained from the Institution s Chief of Security prior to bringing any powder-activated tools into the Institution. Strict accountability of all powder loads and spent cartridges must be maintained at all times. (10) All persons and deliveries to be on Department property will enter and exit by only one designated route, to be determined by the Department, and subject to security checks at any time. As the security check of vehicles is an intensive and time consuming (10-15 minutes) process, the Contractor should minimize the number of deliveries. Page 53 of 63

63 (11) Establish materials storage and working areas with the Institution s Warden and/or Chief of Security. (12) Control end-of-day construction materials and debris. Construction materials and debris can be used by inmates as weapons or as a means of escape. Construction material will be stored in locations agreed to by Department security staff and debris will be removed or moved to a designated location. Contractor should arrange for the Department s security staff to inspect the project area before construction personnel leave. This will aid the Contractor in assuring that necessary security measures are taken. (13) Coordinate with the Institution s Warden and Chief of Security regarding any shutdown of existing systems (gas, water, electricity, electronics, sewage, etc.). Institutional approval is required prior to shutting down any existing utility system. The Contractor should arrange for alternative service, if required, and expeditious re-establishment of the shutdown system. (14) All Contractor staff and equipment will maintain a minimum distance of 100 feet from all perimeter fencing, unless expressly authorized by the Institution s Warden. (15) For security purposes, a background check will be made upon all Contractor staff that provide services on the project. The Department, represented by the Institution s Warden, reserves the right to reject any person whom it determines may be a threat to the security of the institution. [Remainder of Page Intentionally Left Blank] Page 54 of 63

64 ATTACHMENT III SITE VISIT SCHEDULES/LOCATIONS ALL TIMES ARE EASTERN STANDARD TIME Region 1 Contact: Tim Martin Timothy.Martin@fdc.myflorida.com Phone: Institution/Location Century Correctional Institution & Work Camp 400 Tedder Road Century FL Santa Rosa Correctional Institution Main Unit, Annex & Work Camp 5850 E. Milton Road Milton, FL Okaloosa Correctional Institution & Work Camp 3189 Colonel Greg Malloy Road Crestview, FL Walton Correctional Institution & Work Camp 691 Institution Road Defuniak Springs, FL Holmes Correctional Institution & Work Camp 3142 Thomas Drive Bonifay, FL Northwest Florida Reception Center, Main Unit, Annex & Vernon Training Center 4455 Sam Mitchell Drive Chipley, FL Jackson Correctional Institution & Work Camp th Street Malone, FL Graceville Work Camp (Site visit to follow JCI&WC site visit) 5230 Ezell Street Graceville, FL Apalachee Correctional Institution East 35 Apalachee Drive Sneads, FL Apalachee Correctional Institution West (Site visit to follow Apalachee CI East site visit) 52 West Unit Drive Sneads, FL Date/Time January 23, :00 a.m. January 23, :00 p.m. January 24, :00 a.m. January 24, :00 p.m. January 24, :00 p.m. January 25, :00 a.m. January 25, :00 p.m. Meet at Jackson CI & WC January 26, :00 a.m. Meet at Apalachee CI East Page 55 of 63

65 ATTACHMENT III SITE VISIT SCHEDULES/LOCATIONS ALL TIMES ARE EASTERN STANDARD TIME Calhoun Correctional Institution & Work Camp S.E. Institution Drive January 26, :00 a.m. Blountstown, FL Liberty Correctional Institution, South Unit and Work Camp N.W. Dempsey Barron Road Bristol, FL Quincy Annex 2225 Pat Thomas Parkway Quincy, FL Gadsden Re-Entry Center 630 Opportunity Lane Havana, Florida Wakulla Correctional Institution, Annex & Work Camp 110 Melaleuca Drive Crawfordville, FL Jefferson Correctional Institution 1050 Big Joe Road Monticello, FL January 26, :00 p.m. January 27, :00 a.m. January 27, :00 a.m. January 27, :00 p.m. January 27, :00 p.m. Gulf Correctional Institution 500 Ike Steele Road Wewahitchka, FL Gulf CI Annex (Site visit to follow Gulf CI site visit) 699 Ike Steele Road Wewahitchka, FL Gulf Forestry Camp (Site visit to follow Gulf CI/Annex site visit) 3222 Doc Whitfield Road White City, FL January 30, :00 a.m. Meet at Gulf CI Franklin Correctional Institution and Work Camp 1760 Highway 67 N. Carrabelle, FL January 30, :00 p.m. [Remainder of Page Intentionally Left Blank] Page 56 of 63

66 ATTACHMENT III SITE VISIT SCHEDULES/LOCATIONS ALL TIMES ARE EASTERN STANDARD TIME Region 2 Contact: Frank Smith Frank.Smith@fdc.myflorida.com Phone: Institution/Location Hamilton Correctional Institution, Annex, & Work Camp SW 46 th Street Jasper, FL Mayo Correctional Institution, Annex, & Work Camp 8784 US Highway 27 West Mayo, FL Madison Correctional Institution & Work Camp 382 Southwest MCI Way Madison, FL Cross City Correctional Institution, Main Unit, East Unit & Work Camp Date/Time January 23, :00 a.m. January 26, :00 a.m. January 26, :30 p.m. January 27, :00 a.m. Lancaster Correctional Institution & Work Camp 3449 S.W. State Road 26 Trenton, FL Gainesville Work Camp (Site visit to follow Lancaster CI & WC site visit) 700 NE 55th Blvd. State Road 26 East Gainesville, Florida January 27, :00 p.m. Meet at Lancaster CI &WC Baker Correctional Institution, Work Camp, & Re-Entry Center US Highway 90 West Sanderson, FL Dinsmore Work Release Center (Site visit to follow Baker CI, WC, & REC site visit) Old Kinds Road Jacksonville, FL Columbia Correctional Institution, Annex, & Work Camp 216 S.E. Corrections Way Lake City, FL Suwannee Correctional Institution, Annex, & Work Camp 5964 U.S. Highway 90 Live Oak, FL Union Correctional Institution NE SR-16 Raiford, Florida January 24, :00 a.m. Meet at Baker CI, WC, & REC January 23, :30 p.m. January 23, :00 a.m. January 25, :00 a.m. Page 57 of 63

67 Florida State Prison NW 83rd Ave. Raiford, Florida New River Correctional Institution and Work Camp 8000 NW 80 th Place, Raiford, FL ATTACHMENT III SITE VISIT SCHEDULES/LOCATIONS ALL TIMES ARE EASTERN STANDARD TIME January 25, :00 a.m. January 25, :00 p.m. Lawtey Correctional Institution N.E. County Road 200B Lawtey, FL Putnam Correctional Institution 128 Yelvington Road East Palatka, FL Tomoka Correctional Institution and Work Camp 3950 Tiger Bay Road Daytona Beach, FL Taylor Correctional Institution Main Unit, Annex & Work Camp 8501 Hampton Springs Road ry, FL Reception and Medical Center Main Unit, Work Camp & West Unit 7765 S. CR 231 Lake Butler, FL January 24, :30 p.m. January 28, :00 a.m. January 28, :00 p.m. January 26, :00 pm January 24, :00 p.m. [Remainder of Page Intentionally Left Blank] Page 58 of 63

68 ATTACHMENT III SITE VISIT SCHEDULES/LOCATIONS ALL TIMES ARE EASTERN STANDARD TIME Region 3 Contact: Eric Bindley Eric.Bindley@fdc.myflorida.com Phone: Institution/Location Central Florida Reception Center Main Unit, East Unit, and South Unit 7000 H.C. Kelley Road Orlando, FL Lake Correctional Institution U.S. Highway 27 Clermont, FL Hernando Correctional Institution Spring Hill Drive Brooksville, FL Sumter Correctional Institution & Work Camp 9544 County Road 476B Bushnell, FL Zephyrhills Correctional Institution 2739 Gall Boulevard Zephyrhills, FL Polk Correctional Institution & Work Camp Evans Road Polk City, FL Date/Time January 23, :00 a.m. January 26, :00 p.m. January 25, :00 a.m. January 25, :00 p.m. January 26, :00 a.m. DeMilley Main Unit (Site visit to follow Polk CI & WC site visit) DeMilley Road Polk City, FL January 24, :00 a.m. Meet at Polk CI & WC Largo Road Prison (Site visit to follow Polk CI & WC site visit) 5201 Ulmerton Road Clearwater, FL Avon Park Correctional Institution & Work Camp County Road 64 East Avon Park, FL Desoto Annex & Work Camp S.E. Highway 70 Arcadia, FL Lowell Correction Institution Main Unit, Annex & Work Camp NW Gainesville, Rd. Ocala, FL Marion Correctional Institution Main Unit and Work Camp 3269 NW 105 th Street Ocala, FL January 27, :00 a.m. January 27, :00 a.m. January 30, :00 a.m. January 30, :00 p.m. Page 59 of 63

69 ATTACHMENT III SITE VISIT SCHEDULES/LOCATIONS ALL TIMES ARE EASTERN STANDARD TIME Hardee Correctional Institution & Work Camp 6901 State Road 62 Bowling Green, FL Florida Women s Reception Center & Work Camp (Tri-County) 3700 NW 111 th Place Ocala, FL January 27, :00 p.m. January 30, :00 p.m. [Remainder of Page Intentionally Left Blank] Page 60 of 63

70 ATTACHMENT III SITE VISIT SCHEDULES/LOCATIONS ALL TIMES ARE EASTERN STANDARD TIME Region 4 Contact: Pat Christmas Pat.Christmas@fdc.myflorida.com Phone: Institution/Location Charlotte Correctional Institution 3123 Oil Well Road Punta Gorda, FL Date/Time January 31, :00 p.m. Ft. Myers Work Camp 2575 Ortiz Avenue Ft. Myers, FL January 31, :00 p.m. Everglades Correctional Institution Re-Entry Center & Work Camp & Work Camp 1599 S.W. 187 th Avenue Miami, FL South Florida Reception Center Main Unit & South Unit NW 41 st Street Doral, FL Dade Correctional Institution S.W. 377 th Street Florida City, FL Big Pine Key Road Prison 450 Key Deer Blvd Big Pine Key, FL Homestead Correctional Institution S.W. 377 th Street Florida City, FL Okeechobee Correctional Institution & Work Camp 3420 N.E. 168 th Street Okeechobee, FL February 1, :00 a.m. February 1, :00 a.m. February 1, :30 p.m. February 2, :00 p.m. February 1, :30 p.m. January 31, :00 a.m. Sago Palm Re-Entry Center 500 Baybottom Road Pahokee, FL January 30, :30 p.m. Martin Correctional Institution & Work Camp 1150 S. W. Allapattah Road Indiantown, FL January 30, :00 a.m. Loxahatchee Road Prison 230 Sunshine Road West Palm Beach, FL West Palm Beach Work Release Center 261 West Fairgrounds Road West Palm Beach, FL January 30, :00 p.m. January 30, :30 p.m. Page 61 of 63

71 ATTACHMENT IV CERTIFICATION OF DRUG FREE WORKPLACE PROGRAM EMERGENCY GENERATORS Section , Florida Statutes provides that, where identical tie bids are received, preference shall be given to a bid received from a Vendor that certifies it has implemented a drug-free workforce program. In order to have a drug-free workplace program, a business shall: 1. Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing, possession, or use of a controlled substance is prohibited in the workplace and specifying the actions that will be taken against employees for violations of such prohibition. 2. Inform employees about the dangers of drug abuse in the workplace, the business's policy of maintaining a drug-free workplace, any available drug counseling, rehabilitation, and employee assistance programs, and the penalties that may be imposed upon employees for drug abuse violations. 3. Give each employee engaged in providing the commodities or Contractual services that are under response a copy of the statement specified in Subsection (1). 4. In the statement specified in Subsection (1), notify the employees that, as a condition of working on the commodities or Contractual services that are under response, the employee will abide by the terms of the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to, any violation of Chapter 894, Florida Statutes, or of any controlled substance law of the United States or any state, for a violation occurring in the workplace no later than five (5) days after such conviction. 5. Impose a sanction on any employee who is so convicted or require the satisfactory participation in a drug abuse assistance or rehabilitation program as such is available in the employee's community. 6. Make a good faith effort to continue to maintain a drug-free workplace through implementation of applicable laws, rules and regulations. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Company Name: VENDOR'S SIGNATURE Page 62 of 63

72 ATTACHMENT V BIDDER S CONTACT INFORMATION The Bidder shall identify the contact information as described below. For solicitation purposes, the Bidder s contact person shall be: For contractual purposes, should the Bidder be awarded, the contact person shall be: Name: Title: Address: Telephone: Fax: Remainder of Page Intentionally Left Blank Page 63 of 63

73 ADDENDUM #001 Solicitation Number: Solicitation Title: Opening Date/Time: Emergency s Service Statewide February 28, 2017 at 2:00 p.m. (Eastern Time) Addendum Number: 001 Failure to file a protest within the time prescribed in Section (3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. Please be advised that the changes below are applicable to the original specifications of the above referenced solicitation. Added or new language to the ITB is underlined and highlighted in yellow, while deleted language has been struck. This Addendum includes the Department s answers to written questions received. This Addendum also includes the following revisions: Change No. 1 Revision to Section Statement of Purpose The Department of Corrections, Division of Facilities Management and Building Construction is releasing an Invitation to Bid (ITB), to establish an Agency Term Contract for routine repairs, emergency repairs, and maintenance services, on the Department s existing emergency generators systems, including but not limited to; generators, transfer switches, fuel delivery systems, and associated components; and with the exception of fuel storage tanks. The Bidder(s) shall hold a current Certified General Contractor (CGC), a Certified Building Contractor (CBC), or a Certified Electrical Contractor (CEC) license. A CGC or CBC can subcontract and supervise an electrician/electrical subcontractor when electrical repairs are required. Services will be provided on any additional equipment acquired by the Department (additions and deletions of equipment), during the term of the Agency Term Contract. This ITB will be for all makes and models in each region. Change No. 2 Revision to Section Testing The Vendor shall: a. While the engine is running under actual connected load, adjust voltage and frequency; b. Adjust clock exerciser as necessary; c. Test delay start; d. Test delay pick-up; e. Test delay retransfer; f. Test delay cool down; g. Test delay transition; h. Test delay preheat; i. Calibrate under voltage sensors; j. Calibrate overvoltage sensors; k. Calibrate generator sensors; l. Record load per leg; m. Record voltage per leg; n. Record frequency; o. Record oil pressure; p. Record water temperature; Addendum Page

74 q. Check battery charging system; and r. Clean up work area. The Successful Vendor(s) shall be responsible for removal and disposal of all oil and filters and shall comply with all Federal, State, and Local regulations for disposal of hazardous materials. Change No. 3 Revision to Section General Contractor Requirements This section delineates requirements for all generators, including but not limited to; generators, transfer switches, fuel delivery systems, and associated components (with the exception of including fuel storage tanks) listed in this Bid. Change No. 4 Revision to Section Subcontracting No ssubcontracting is permitted under the resulting Contract in the following cases: The only exception to this is a subcontract with an authorized dealer of a particular brand of generator, to perform routine or emergency repairs for which the scope of work required, is beyond the area of expertise of the Successful Bidder(s). 1) Subcontracting with an authorized dealer of a particular brand of generator, to perform routine or emergency repairs for which the scope of work required, is beyond the area of expertise of the Successful Bidder(s). 2) The successful Bidder may subcontract the services of a licensed electrician to perform repairs to transfer switches, panels, disconnects, etc. when required per the Florida Building Code (FBC) or the National Electrical Code (NEC). All subcontractors must be pre-approved by the Department s Contract Manager or designee. Change No. 5 Revision to Section Staffing Requirements The Successful Bidder(s) shall ensure that they have sufficient personnel to provide the services outlined in this ITB for all regions bid. All technicians provided to perform services shall have at least 40 hours of factory training on generators similar to those identified herein, or related equipment. The Successful Bidder(s) shall have a verifiable, in-house training program for its personnel on emergency power generator service, to include diesel and electrical training, as well ascontinuing educational training in emergency power generation units and diesel engines. The bidder(s) shall hold a current Certified General Contractor (CGC), a Certified Building Contractor (CBC), or a Certified Electrical Contractor (CEC) license. A CGC or CBC can subcontract and supervise an electrician/electrical contractor when electrical repairs are required. Change No. 6 Revision to Section Bidder Inquiries Procurement Officer Contact Information Paul E. Cowan Roosevelt General Petithomme, Procurement Officer Florida Department of Corrections 501 South Calhoun Street, Tallahassee, Fl Bureau of Procurement purchasing@fdc.mylforida.com Change No. 7 Attachment I - Price Page is hereby deleted in its entirety and replaced with Attachment I Revised Price Page. Addendum P age

75 Question Number Question 1 May we receive the Attachment I Price Page in Excel format so we may fill in the blanks with pricing? 2 Bid section rental generators, it states that this price will include the rental generator and delivery. In the previous contract it has included the rental generator, delivery, pickup, cables, connection, and disconnection. Can we please get clarification to the scope of the rental generator pricing? 3 Bid Attachment 1 - Price Page under column C) it calls for Routine Maintenance price. Under section 2.1Routine Maintenance Service includes the 18 month maintenance, the Bi-Annual Service, 2 hour load bank test, and Fuel Polish rate. Can we please get clarification to the scope of the Routine Maintenance Price? 4 Bid section 3.2 Addition/Deletion of Items/Locations it calls for Pricing shall be comparable to amounts awarded as a result of this ITB. Can we get clarification as to how we are allowed to price an addition to the contract if there is not a comparable unit by size (kw) and voltage within the institution as they can be priced different per generator? Responses to Written Questions Answer No, the Department does not provide an Excel format of the Attachment I Revised Price Page. The rental cost needs to include to include delivery, pickup, cables, connection, and disconnection. Column C has been removed from Attachment I: Revised Price Page, and a revised Price Page is included with this Addendum. Please see Section 1.7 for additional information regarding maintenance. The Routine Maintenance Service includes the 18 month maintenance, the Bi-Annual Service, 2 hour load bank test, and Fuel Polish rate If there is not the same size generator within the institution or the Region, a market analysis will be done to identify comparable rates, this may include taking the average service cost of the next highest generator in size and the next lowest generator. Or, if a comparable generator is available within another Region, the service cost of that Region may be used. All such instances shall be negotiated on a case by case basis. 5 May I see the spec for the portion of this bid? The specifications are listed in Section 2.0 of the ITB: Technical Specifications. Additionally, the make/manufacturer, model number and serial number of each generator is listed in Attachment I: Revised Price Page. 6 Would it be possible for you to me a copy of the bid for Emergency s in Alachua County? If not, please let me know the web address or link where I can view the bid. 7 All Prime Contractors must be required to hold a State of Florida Electrical Contractor license to be able to bid and to win a contract under this solicitation. What is the State position? The ITB in it s entirely can be found at the following link: um= We are awarding by Region. There is not a separate bid for Alachua County. The generator contract is primarily a maintenance and repair service contract. The bidder(s) shall hold a current Certified General Contractor (CGC) or a Certified Building Contractor (CBC) or a Certified Electrical Contractor (CEC) license. A CGC or CBC can subcontract and supervise an electrician/electrical contractor when those types of repairs are required. Addendum P age

76 Question Number Question 8 Bid section rental generators, it states that this price will include the rental generator and delivery. What is the length of time for the generator rental price, per day, per week, per month? Can we please get clarification to the scope of the rental generator pricing? Answer The Department rents equipment on a weekly and monthly basis. Please see the answer to Question #2 and see Attachment I Revised Price Page. Addendum P age

77 ATTACHMENT I Revised PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: VENDOR NAME REGION I FEID# 1. Institution Apalachee CI East & West By Institution Make/Mfgr. Model Number Serial Number KW Onan 275DFBF A Marathon NT855G3 1139T Onan DGFB C CAT FZ Cummins KTA50G Marelli MJB200MB4 mw Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon 2. Institution - Calhoun CI & WC By Institution $ Make/Mfgr. Model Number Serial Number KW CAT 3406B 04RG Onan 200DFPL C Onan 500DGCA-15 K CAT 3306B 02AJ Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon 3. Institution - Century CI By Institution $ Make/Mfgr. Model Number Serial Number KW Onan 500DFFB B Onan 250DFBE C Onan 100DGDBL C CAT 3406B 04RG Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon Addendum Page

78 ATTACHMENT I Revised PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: VENDOR NAME FEID# 4. Institution - Franklin CI By Institution $ Make/Mfgr. Model Number Serial Number KW Onan DQKH K Onan DFCB H Onan 80DGCG J Onan 100DGDBL J Onan 15DKAC L Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon 5. Institution Franklin WC By Institution $ Make/Mfgr. Model Number Serial Number KW Cummins DFEH H Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon 6. Institution Gadsden RE By Institution $ Make/Mfgr. Model Serial Number KW D) Bi-Annual Service E) 2-Hour Load Bank H) Fuel Number Service Price Check Price Test Gallon CAT D125-6 CAT00C66CN6D Institution Graceville WC By Institution $ Make/Mfgr. Model Serial Number KW D) Bi-Annual Service E) 2-Hour Load Bank H) Fuel Number Service Price Check Price Test Gallon Onan 400DFCE821 B Institution Gulf CI, FC, & Annex By Institution $ Make/Mfgr. Model Number Serial Number KW CAT 3306B 02AJ CAT Z CAT 3406B 04RG Generac 91A01504-S Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon Addendum Page

79 VENDOR NAME Generac 91A01504-S CAT 3406B 04RG Kohler 350R0Z ATTACHMENT I Revised PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: FEID# 9. Institution Holmes CI & WC By Institution $ Make/Mfgr. Model Number Serial Number KW Kohler 230R0Z Kohler 100R0Z Onan 350DFCC D CAT D N4E CAT QX300-C9 0X3R Onan 300KW Generac Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon 10. Institution Jackson CI, WC By Institution $ Make/Mfgr. Model Number Serial Number KW Onan 100DGBDL C Onan 300DFCB D Onan 500DFFB C CAT 3406B 04RG Generac 91A01515-S Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon 11. Institution Jefferson CI By Institution $ Make/Mfgr. Model Number Serial Number KW Generac 90A01435-S Generac 90A01436-S Generac 90A01862-S Generac 96A02927-S Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon Addendum Page

80 ATTACHMENT I Revised PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: VENDOR NAME FEID# 12. Institution Liberty CI By Institution $ Make/Mfgr. Model Number Serial Number KW Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon Onan 250DFM C Onan 200DFPL D Onan 175DFE E CAT 3406B 04RG Institution Liberty WC By Institution $ Make/Mfgr. Model Number Serial Number KW FL Detroit 572RSL Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon 14. Institution Liberty & Quincy WC By Institution $ Make/Mfgr. Model Number Serial Number KW Cummins NTA855G Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H H) Fuel Gallon 15. Institution Liberty & Gadsden RE By Institution $ Make/Mfgr. Model Serial Number KW D) Bi-Annual Service E) 2-Hour Load Bank H) Fuel Number Service Price Check Price Test Gallon Cummins DFEK J Institution NWFRC By Institution $ Make/Mfgr. Model Number Serial Number KW CAT Z CAT GZS Marathon 572RSL4027 MX Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon Addendum Page

81 ATTACHMENT I Revised PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: VENDOR NAME FEID# 17. Institution NWFRC & VernonTC By Institution $ Make/Mfgr. Model Number Serial Number KW Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon Ford (LP Gas) 35GS Institution Okaloosa CI By Institution $ Make/Mfgr. Model Number Serial Number KW CAT YF CAT CAT 3306B 02AJ Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon 19. Institution - Okaloosa WC By Institution $ Make/Mfgr. Model Number Serial Number KW Cummins NT-855-G Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon 20. Institution Santa Rosa CI By Institution $ Make/Mfgr. Model Number Serial Number KW Kohler 2000REOM CAT Z Trade Winds TJ275ULT Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon 21. Institution Santa Rosa WC By Institution $ Make/Mfgr. Model Number Serial Number KW FL Detroit 400RX16D Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon Addendum Page

82 ATTACHMENT I Revised PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: VENDOR NAME FEID# 22. Institution Wakulla CI, Annex, & WC By Institution $ Make/Mfgr. Model Number Serial Number KW Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon CAT 3412TA-G 5NAO Onan 450DFEC J Kohler 2000REOZM Onan 300DQHAB DO Institution Walton CI & WC By Institution Make/Mfgr. Model Number Serial Number Onan 300DFCB D Onan 350DFCC D Onan 350DFCC Onan 175DGFAL D KW Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon GRAND TOTAL REGION I (Sum of Institutions 1-23) TOTAL PERCENTAGE - PARTS DISCOUNTS v. MSRP REGION I (Sum of Institutions 1-23) $ % VENDOR NAME FEID # Addendum Page

83 ATTACHMENT I Revised PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: VENDOR NAME REGION II FEID# 1. Institution Baker CI, WC, & Dinsmore WRC By Institution $ Cummins 680FDR Cummins 250HC4A/2A Kato 755X9E Kato 755X9E Cummins DFEK M11J Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon 2. Institution Baker Re-Entry By Institution $ Cummins DFEK J Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon 3. Institution Columbia CI By Institution $ Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon CAT RG Generac 276KW AD201414SNA 276 Generac 276KW AD201415SNA 276 Generac 276KW AD201436SNA 276 Onan 250KW Onan MGDA J Onan MGDA J Onan FLC H Onan FHD G Addendum Page

84 ATTACHMENT I Revised PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: VENDOR NAME FEID# 4. Institution Cross City CI, Main Unit, East Unit, & WC By Institution $ Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon CAT Z Cummins 434D CAT FZ Cummins DQCA Institution Florida State Prison By Institution $ CAT RG CAT Z Detroit 433RSL7 BUF Generac Cummins DQAF E Katolight D400FRX4 WA H- 400 Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon 6. Institution Hamilton CI, WC, & Annex By Institution $ CAT RG CAT RG CAT Z Cummins NTTA Cummins NTTA Cummins NTTA Cummins NTTA Onan NTTA Onan 150DGFA G Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon Addendum Page

85 ATTACHMENT I Revised PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: VENDOR NAME FEID# 7. Institution Lancaster CI, WC & Gainesville WC By Institution $ Onan NT Onan 230KW Detroit 100DS60 U641043B 100 CAT 3516C SBJ Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon 8. Institution Lawtey CI By Institution $ CAT D Generac 75KW 99A02179-S 75 Onan 230KW Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon 9. Institution Madison CI & WC By Institution $ Onan 150DGFAL31 B Onan 100DGBL33 D Onan 200DFPL290 L Cummins NT Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon 10. Institution Mayo CI, WC, & Annex By Institution $ CAT YF CAT WB CAT PM Onan 200DFAA B CAT C15 FSE CAT C32 SCX Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon Addendum Page

86 VENDOR NAME CAT C32 SCX ATTACHMENT I Revised PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: FEID# 11. Institution Putnam CI By Institution $ Detroit 12V92T Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon 12. Institution RMC Main Unit, West Unit, & WC By Institution $ Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon CAT SG CAT YF CAT GF CAT D D Kohler (LP 45KW Onan 200KW L Onan 50KW 50GCDL Cummins DFCD I Onan 100DFG CAT EZ CAT Z Institution Suwannee CI, WC, & Annex By Institution $ Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon CAT VJ CAT C15 G6B Kohler 1250REOZMB Kohler 400REOZDD Kohler 600REOZMB Generac (LP QY07068GNA Cummins DFEK C Addendum Page

87 ATTACHMENT I Revised PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: VENDOR NAME FEID# 14. Institution Suwannee CI Portable By Institution $ CAT F9L Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon 15. Institution Taylor CI, Main Unit, Annex, & WC By Institution $ D) Bi-Annual Service E) 2-Hour Load Bank H) Fuel Service Price Check Price Test Gallon CAT RG CAT RG CAT RG CAT ZR CAT ZR CAT ZR Cummins DGCE H Institution Tomoka CI &WC By Institution $ D) Bi-Annual Service E) 2-Hour Load Bank H) Fuel Service Price Check Price Test Gallon Cummins NT Onan 350.0DF D Onan 350.0DF D Institution Union CI By Institution $ Onan 38.8KVA E Detroit 6V Kohler 150R0ZJ Onan 250KW Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon Addendum Page

88 VENDOR NAME CAT 3521B 0CMC CAT 3512B 0CMC ATTACHMENT I Revised PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: FEID# 18. Institution Union WC By Institution D) Bi-Annual Service E) 2-Hour Load Bank H) Fuel Service Price Check Price Test Gallon Cummins QSX15-G Institution New River CI &WC By Institution $ CAT D B01019 N/A Detroit 500KW 12VF Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon 20. Institution New River East By Institution $ Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon Cummins DQFAA- H GRAND TOTAL REGION II TOTAL PERCENTAGE - PARTS DISCOUNTS v. MSRP REGION II (Sum of Institutions 1-20) $ % VENDOR NAME FEID # Addendum Page

89 ATTACHMENT I Revised PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: VENDOR NAME REGION III FEID# Institution Avon Park CI & WC Gen - Cummins Gen - Kohler Eng - Ford (NG) Gen - Kohler Eng - Ford (NG) Gen - CAT Eng - CAT Gen - Kohler Eng - Detroit 440FDR5045AA W EA /9-2 NT855-GS RZ CSG F RZ CSG F SR4 9FF WB ROZD71 6V92T VF Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test By Institution $ H) Fuel Gallon Gen - Kohler 500R0ZD VF E Gen D - Onan i 45 0DEF-15R/1675F DF-6005A 50-31E Eng - Ford Gen - Generac D18 ( ) SD500- Eng - Doosan P180FE K36180D180D1 500 Gen - Kohler Eng 150REOZJE 8G John Deere 6068HF285 PE6068L Institution CFRC Main Unit, East Unit, & South Unit By Institution $ Gen - CAT Gen Generac Eng - Hino Gen - Onan Eng - Komatsu SR A S EK DYD O671T 6FA Z A11425 I Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon Addendum Page

90 Gen - CAT Eng - CAT Gen - CAT Eng - CAT GenGenerac Eng - Doosan VENDOR NAME SR4 6DA B 078Z02300 SR P18OFE 6FA Z EUSOB ATTACHMENT I Revised PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: FEID# 3. Institution Desoto Annex & WC By Institution $ Gen - Cummins Gen - Cummins Gen - Cummins Gen - Cummins 1000DFLA KTA-50-G1 250HG4AL/2A NT-855-G4 350DFCC NTA-855-G3 200DFAA LTA-10-G1 ** B B Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon Gen - Cummins Gen - Cummins Gen - Cummin 80DGDA 6BT-5.9-G1 80DGDA 6BT-59-G1 200DGFC 6CTA83 B B F Gen - Kohler Eng - John Deere 150R0ZJ Institution Hardee CI & WC By Institution $ Gen - Kohler Eng - Detroit Gen - Cummins Gen - Cummins Gen -Cummins 400ROZ VF DFCG-36757F Data Plate Missing NTA-855-G HC534C KTTA-19-G2 HC534C KTTA-19-G2 D Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon Addendum Page

91 Gen - Superior Eng - Hercules VENDOR NAME 50R DT2300X004 HR ATTACHMENT I Revised PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: FEID# 5. Institution Hernando CI By Institution $ Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon Gen - CAT Eng - CAT ** 3412 ** 81Z Institution Lake CI By Institution $ Gen - Spectrum Eng - Detroit Gen - Onan Gen - CAT Eng - CAT 400DS60 8V DFCB NTA855GT SR4 D VF16867 A ** 62B Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon 7. Institution Largo RP (Polk CI) By Institution $ Gen - Onan 125.0DEGA 6CT8.3 G I Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon Addendum Page

92 ATTACHMENT I Revised PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: VENDOR NAME FEID# 8. Institution Lowell CI By Institution $ Olympian DP200P4 ENNS Detroit T1637K Onan DFEH D CAT C27 DWB ServiceD) Bi-Annual Service Price Check Price E) 2-Hour Load Bank Test H) Fuel Gallon 9. Institution Florida Women s Reception Center & WC By Institution $ Kohler 150REZG Kohler 500REOZVB Kohler 700REOZDD Kohler 1000REOZDD ServiceD) Bi-Annual Service Price Check Price E) 2-Hour Load Bank Test H) Fuel Gallon 10. Institution Lowell & Gainesville WC By Institution $ Cummins NT8855-G ServiceD) Bi-Annual Service Price Check Price E) 2-Hour Load Bank Test H) Fuel Gallon 11. Institution Marion CI &WC By Institution $ Cummins NT855-GS4 L ServiceD) Bi-Annual Service Price Check Price E) 2-Hour Load Bank Test H) Fuel Gallon Addendum Page

93 ATTACHMENT I Revised PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: VENDOR NAME FEID# 12. Institution Marion CI Main Unit By Institution $ ServiceD) Bi-Annual Service E) 2-Hour Load Bank H) Fuel Price Check Price Test Gallon Cummins QKC I CAT 3406B 4RG Institution Polk CI By Institution $ Gen - Onan Gen - Onan Gen - Cummins 250.0DFAC LTA-10G DFY VTA 1710-GS CC434D NT855 B J ** ServiceD) Bi-Annual Service Price Check Price E) 2-Hour Load Bank Test H) Fuel Gallon Gen - CAT Eng - CAT D80-6 CAT00C44AD4B02114 C4, 4 E5M Institution Demilly CI (Polk CI) By Institution ServiceD) Bi-Annual Service Price Check Price E) 2-Hour Load Bank Test H) Fuel Gallon Gen - Kohler Eng - Detroit 200ROZD A Institution Regional Portable By Institution $ ServiceD) Bi-Annual Service E) 2-Hour Load Bank H) Fuel Price Check Price Test Gallon Gen - CAT Eng - CAT C9-300AG C9 X3R L Addendum Page

94 ATTACHMENT I Revised PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: Gen - Cummins VENDOR NAME DQAF F QSM11-G FEID# 16. Institution Sumter CI By Institution $ ServiceD) Bi-Annual Service E) 2-Hour Load Bank H) Fuel Price Check Price Test Gallon Gen - Kohler Eng - Detroit Gen - Onan Gen - Spectrum Eng - Detroit 500RZ CC4940 NT855GS4 275DSED 12V VF ** Tag Missing Institution Zephyrhills CI By Institution $ ServiceD) Bi-Annual Service Price Check Price E) 2-Hour Load Bank Test H) Fuel Gallon Gen - Onan Eng - Onan Gen - CAT Eng - CAT 500.OD KTA-19-G2 SR DI E HA WB GRAND TOTAL REGION III (Sum of Institutions 1-17) TOTAL PERCENTAGE - PARTS DISCOUNTS v. MSRP REGION III (Sum of Institutions 1-17) $ % VENDOR NAME FEID # Addendum Page

95 ATTACHMENT I Revised PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: REGION IV VENDOR NAME FEID# 1. Institution Big Pine Key By Institution $ Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Polish Rate Gallon Gen - Kohler Eng - John Gen - Onan Eng - Ford (LP) Gen - Onan Eng - Ford (LP) 50ROZJ 4039TF EM CSPG-6005-A GGFB CSG-649I-6005-A T04039T O H B Institution Charlotte CI By Institution $ Gen - Kolher Gen - Kolher Gen - Spectrum Eng - Detroit 400ROZ71 KTA-19-G2 500ROZ71 VTA-28-G1 230DS VF Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Polish Rate Gallon 3. Institution Charlotte CI & Fort Myer Work Camp By Institution $ Gen - Generac Eng - Iveco 97A05794-S 7.5L ** Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Polish Rate Gallon 4. Institution Dade CI By Institution $ Addendum Page

96 VENDOR NAME Gen - Spectrum Eng - Detroit Gen - Spectrum Eng - Detroit Gen - Spectrum Eng - Detroit 750DS60 16V92 500DS60 12V92 500DS60 12V VFO VFO VFO10175 ATTACHMENT I Revised PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test FEID# H) Fuel Polish Rate Gallon 5. Institution Everglades CI, Re-entry Center & WC By Institution $ Gen - Cummins Eng - Gen - Cummins Gen - Cummins Gen - Cummins 480HL534D GTA-28 HL543D GTA-28 HC434D GTA DQCA QSK23-G7 F F C A Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Polish Rate Gallon 6. Institution Loxahatchee RP By Institution $ Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Polish Rate Gallon Gen - Onan Eng - John 30-0DDA-15R/1675C 4219D DF T Institution Martin CI &WC By Institution $ Addendum Page

97 ATTACHMENT I Revised PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: VENDOR NAME Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test FEID# H) Fuel Polish Rate Gallon Gen - Cummins Gen - Cummins Gen - Cummins Gen - CAT Eng - CAT 502FDR7031JJW KTA-19-GS2 680FDR7112JJW UTA-28-GS2 250HC4AL KTA-855-G4 SR4B 3412 RA RA / FG Z18305 Addendum Page

98 ATTACHMENT I Revised PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: VENDOR NAME FEID# 8. Institution Okeechobee CI By Institution $ Gen - CAT Eng - CAT Gen - CAT Eng - CAT Gen - CAT Eng - CAT Gen - Cummins SR SR4B 3412 SR4B 3412 DFEK QSX15-G9 8FA Z NJ WJ NJ W A A) Hourly Generat or B) After Hours Rate for Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon 9. Institution Regional Portable By Institution $ Gen - CAT Eng - CAT Gen - Cummins C9-300AG C9 X3R00476 S9L00674 F A) Hourly Generat or B) After Hours Rate for Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon DQAF QSM11-G2 10. Institution Sago Palm Re-entry Center By Institution $ Gen - CAT C32 SXC A) Hourly Generat or B) After Hours Rate for Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon 11. Institution SFRC By Institution $ Addendum Page

99 ATTACHMENT I Revised PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: VENDOR NAME A) Hourly Generat or B) After Hours Rate for Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test FEID# H) Fuel Gallon Gen - CAT Eng - CAT Gen - CAT Eng - CAT Gen - CAT Eng - CAT (LP) Gen - CAT Eng - CAT (LP) Gen - CAT Eng - CAT (LP) SR DT SR DT SR SR SR LA Z EA Z CA NB CA NB CA NB Institution West Palm Beach WRC By Institution $ A) Hourly Generat or B) After Hours Rate for Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon Gen - Cummins 40 DL6TL L634TI10148E C Institution Homestead CI By Institution $ Gen - CAT Gen - CAT Eng - CAT SR4B 3406 SR4B FG ZR ER Z A) Hourly Generat or B) After Hours Rate for Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon Addendum Page

100 ATTACHMENT I Revised PRICE PAGE EMERGENCY GENERATOR SERVICE BID NO: VENDOR NAME FEID# GRAND TOTAL REGION IV (Sum of Institutions 1-13) TOTAL PERCENTAGE - PARTS DISCOUNTS v.msrp REGION IV (Sum of Institutions 1-13) $ % VENDOR NAME FEID# Addendum Page

101 ADDENDUM # 002 Solicitation Number: Solicitation Title: Emergency s Service Statewide Posting of Recommended Award: March 28, 2017 Addendum Number: 002 Failure to file a protest within the time prescribed in Section (3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. Please be advised that the changes below are applicable to the original specifications of the above referenced solicitation. Added or new language to the ITB is highlighted in yellow, while deleted language has been struck. Change No. 1 A change to the Timeline. Addendum #002 Page 1 of 2

102 REVISED TIMELINE EVENT DATE/TIME LOCATION Release of ITB January 13, 2017 Vendor Bid System: Last day for written inquires to be received by the Department January 31, 2017 at 2:00 p.m. Eastern Time Submit to: Florida Department of Corrections Paul Cowan, Procurement Officer Roosevelt G. Petithomme, Procurement Officer Posting of written responses to written inquires February 14, 2017 at 2:00 p.m. Eastern Time Vendor Bid System: Sealed Bids Due and Opened February 28, 2017 Must be received prior to 2:00 p.m. Eastern Time Submit to: Florida Department of Corrections Paul Cowan, Procurement Officer Roosevelt G. Petithomme, Procurement Officer 501 South Calhoun Street Tallahassee, Florida Posting of Recommended Award March 14, 2017 March 28, 2017 Vendor Bid System: Addendum #002 Page 2 of 2

103 ADDENDUM # 003 Solicitation Number: Solicitation Title: Emergency s Service Statewide Posting of Recommended Award: April 11, 2017 Addendum Number: 003 Failure to file a protest within the time prescribed in Section (3), Florida Statutes, or failure to post the bond or other security required by law within the time allowed for filing a bond shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. Please be advised that the changes below are applicable to the original specifications of the above referenced solicitation. Added or new language to the ITB is highlighted in yellow, while deleted language has been struck. Change No. 1 A change to the Timeline. REVISED TIMELINE EVENT DATE/TIME LOCATION Release of ITB January 13, 2017 Vendor Bid System: Last day for written inquires to be received by the Department January 31, 2017 at 2:00 p.m. Eastern Time Submit to: Florida Department of Corrections Roosevelt G. Petithomme, Procurement Officer purchasing@fdc.myflorida.com Posting of written responses to written inquires February 14, 2017 at 2:00 p.m. Eastern Time Vendor Bid System: Sealed Bids Due and Opened February 28, 2017 Must be received prior to 2:00 p.m. Eastern Time Submit to: Florida Department of Corrections Roosevelt G. Petithomme, Procurement Officer 501 South Calhoun Street Tallahassee, Florida Posting of Recommended Award March 28, 2017 April 11, 2017 Vendor Bid System: Addendum #003 Page 1 of 1

104 REGION I ATC EXHIBIT B ATTACHMENT I PRICE PAGE 1. Institution Apalachee CI East & West Make/Mfgr. Model Number Serial Number KW Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test H) Fuel Gallon Onan 275DFBF A $ $ $ $ $ $3, $8, $1.25 $13, Marathon NT855G3 1139T $ $ $ $ $ $3, $7, $1.25 $12, Onan DGFB C $ $ $ $ $ $2, $5, $1.25 $9, CAT FZ $ $ $ $ $ $4, $9, $0.95 $16, Cummins KTA50G $ $ $1, $ $1, $7, $16, $0.85 $27, Marelli MJB200MB4 mw $ $ $ $ $ $2, $4, $1.50 $8, Institution - Calhoun CI & WC Make/Mfgr. Model Number Serial Number KW Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test TOTAL FOR INSTITUTION: $87, H) Fuel Gallon CAT 3406B 04RG $ $ $ $ $ $4, $9, $1.00 $15, Onan 200DFPL C $ $ $ $ $ $3, $7, $1.25 $12, Onan 500DGCA-15 K $ $ $ $ $ $2, $4, $1.50 $8, CAT 3306B 02AJ $ $ $ $ $ $3, $7, $1.25 $12, Institution - Century CI Make/Mfgr. Model Number Serial Number KW Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test TOTAL FOR INSTITUTION $48, H) Fuel Gallon Onan 500DFFB B $ $ $ $ $ $4, $9, $0.95 $15, Onan 250DFBE C $ $ $ $ $ $3, $7, $1.25 $12, Onan 100DGDBL C $ $ $ $ $ $2, $4, $1.50 $8, CAT 3406B 04RG $ $ $ $ $ $4, $9, $1.00 $15,246.00

105 4. Institution - Franklin CI Make/Mfgr. Model Number Serial Number KW ATC EXHIBIT B ATTACHMENT I PRICE PAGE Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test TOTAL FOR INSTITUTION $52, H) Fuel Gallon Onan DQKH K $ $ $2, $ $2, $12, $31, $0.85 $49, Onan DFCB H $ $ $ $ $ $3, $8, $1.00 $13, Onan 80DGCG J $ $ $ $ $ $2, $4, $1.50 $8, Onan 100DGDBL J $ $ $ $ $ $2, $4, $1.50 $8, Onan 15DKAC L $ $ $ $ $ $2, $3, $1.70 $7, Institution Franklin WC Make/Mfgr. Model Number Serial Number KW Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test TOTAL FOR INSTITUTION $87, H) Fuel Gallon Cummins DFEH- H $ $ $ $ $ $4, $9, $1.00 $15, Institution Gadsden RE Make/Mfgr. Model Number Serial Number CAT D125-6 CAT00C66CN6D KW Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test TOTAL FOR INSTITUTION $15, H) Fuel Gallon 125 $ $ $ $ $ $2, $5, $1.25 $9, Institution Graceville WC By Institution $ Make/Mfgr. Model Number Serial Number KW Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test TOTAL FOR INSTITUTION $9, H) Fuel Gallon Onan 400DFCE821 B $ $ $ $ $ $4, $9, $1.00 $15,546.00

106 ATC EXHIBIT B ATTACHMENT I PRICE PAGE TOTAL FOR INSTITUTION $15, Institution Gulf CI, FC, & Annex Make/Mfgr. Model Number Serial Number KW Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test H) Fuel Gallon CAT 3306B 02AJ $ $ $ $ $ $3, $7, $1.25 $12, CAT Z $ $ $ $ $ $4, $9, $0.95 $16, CAT 3406B 04RG $ $ $ $ $ $3, $8, $1.00 $13, Generac 91A01504-S $ $ $ $ $ $3, $7, $1.25 $12, Generac 91A01504-S $ $ $ $ $ $3, $7, $1.25 $12, CAT 3406B 04RG $ $ $ $ $ $4, $9, $1.00 $15, Kohler 350R0Z $ $ $ $ $ $4, $9, $1.00 $15, Institution Holmes CI & WC Make/Mfgr. Model Number Serial Number KW Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test TOTAL FOR INSTITUTION $97, H) Fuel Gallon Kohler 230R0Z $ $ $ $ $ $3, $7, $1.25 $12, Kohler 100R0Z $ $ $ $ $ $2, $4, $1.50 $8, Onan 350DFCC D $ $ $ $ $ $4, $9, $1.50 $15, CAT D N4E $ $ $ $ $ $2, $4, $1.50 $8, CAT QX300-C9 0X3R $ $ $ $ $ $3, $8, $1.00 $13, Onan 300KW $ $ $ $ $ $3, $8, $1.00 $13, Generac $ $ $ $ $ $3, $8, $1.00 $13, Institution Jackson CI, WC Make/Mfgr. Model Number Serial Number KW Onan 100DGBDL C $ Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test TOTAL FOR INSTITUTION $86, H) Fuel Gallon $ $ $ $ $2, $4, $1.50 $8,961.50

107 ATC EXHIBIT B ATTACHMENT I PRICE PAGE Onan 300DFCB D $ $ $ $ $ $3, $8, $1.00 $13, Onan 500DFFB C $ $ $ $ $ $4, $9, $1.00 $16, CAT 3406B 04RG $ $ $ $ $ $4, $9, $1.00 $15, Generac 91A01515-S $ $ $ $ $ $2, $4, $1.50 $8, Institution Jefferson CI Make/Mfgr. Model Number Serial Number KW Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test TOTAL FOR INSTITUTION $63, H) Fuel Gallon Generac 90A01435-S $ $ $ $ $ $3, $7, $1.25 $12, Generac 90A01436-S $ $ $ $ $ $3, $7, $1.25 $12, Generac 90A01862-S $ $ $ $ $ $3, $7, $1.25 $12, Generac 96A02927-S $ $ $ $ $ $3, $7, $1.25 $12, Institution Liberty CI T Make/Mfgr. Model Number Serial Number KW Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test TOTAL FOR INSTITUTION $48, H) Fuel Gallon Onan 250DFM C $ $ $ $ $ $3, $7, $1.25 $12, Onan 200DFPL D $ $ $ $ $ $3, $7, $1.25 $12, Onan 175DFE E $ $ $ $ $ $2, $5, $1.25 $9, CAT 3406B 04RG $ $ $ $ $ $4, $9, $1.00 $15, Institution Liberty WC Make/Mfgr. Model Number Serial Number KW Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test TOTAL FOR INSTITUTION $49, H) Fuel Gallon FL Detroit 572RSL $ $ $ $ $ $4, $9, $1.00 $15,426.00

108 ATC EXHIBIT B ATTACHMENT I PRICE PAGE TOTAL FOR INSTITUTION $15, Institution Liberty & Quincy WC Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test H H) Fuel Gallon Cummins NTA855G $ $ $ $ $ $4, $9, $1.00 $15, Institution Liberty & Gadsden RE Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test TOTAL FOR INSTITUTION $15, H) Fuel Gallon Cummins DFEK J $ $ $ $ $ $6, $15, $0.95 $24, Institution NWFRC Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test TOTAL FOR INSTITUTION $24, H) Fuel Gallon CAT Z $ $ $ $ $ $4, $9, $0.95 $16, CAT GZS $ $ $2, $ $2, $12, $31, $0.85 $49, Marathon 572RSL4027 MX $ $ $ $ $ $4, $9, $0.95 $16, Institution NWFRC & Vernon TC Ford (LP Gas) Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test TOTAL FOR INSTITUTION $81, H) Fuel Gallon 35GS $ $ $ $ $ $2, $3, $0.00 $7,810.00

109 ATC EXHIBIT B ATTACHMENT I PRICE PAGE 18. Institution Okaloosa CI Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test TOTAL FOR INSTITUTION $7, H) Fuel Gallon CAT YF $ $ $ $ $ $2, $5, $1.25 $9, CAT $ $ $ $ $ $4, $9, $0.95 $15, CAT 3306B 02AJ $ $ $ $ $ $3, $7, $1.25 $12, Institution - Okaloosa WC Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test TOTAL FOR INSTITUTION $37, H) Fuel Gallon Cummins NT-855-G $ $ $ $ $ $3, $8, $1.25 $13, Institution Santa Rosa CI By Institution $ Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test TOTAL FOR INSTITUTION $13, H) Fuel Gallon Kohler 2000REOM $ $ $2, $ $1, $12, $31, $0.85 $48, CAT Z $ $ $ $ $ $6, $15, $0.95 $24, Trade Winds TJ275ULT $ $ $ $ $ $3, $8, $1.25 $13, Institution Santa Rosa WC Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test TOTAL FOR INSTITUTION $86, H) Fuel Gallon FL Detroit 400RX16D $ $ $ $ $ $4, $9, $1.00 $15,326.00

110 ATC EXHIBIT B ATTACHMENT I PRICE PAGE TOTAL FOR INSTITUTION $15, Institution Wakulla CI, Annex, & WC Make/Mfgr. Model Number Serial Number KW Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test H) Fuel Gallon CAT 3412TA-G 5NAO $ $ $ $ $ $4, $9, $0.95 $15, Onan 450DFEC J $ $ $ $ $ $4, $9, $1.00 $15, Kohler 2000REOZM $ $ $2, $ $1, $12, $31, $0.85 $48, Onan 300DQHAB DO $ $ $ $ $ $3, $8, $1.00 $13, Institution Walton CI & WC Make/Mfgr. Model Number Serial Number KW Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test TOTAL FOR INSTITUTION $93, H) Fuel Gallon Onan 300DFCB D $ $ $ $ $ $3, $8, $1.00 $13, Onan 350DFCC D $ $ $ $ $ $4, $9, $1.00 $15, Onan 350DFCC $ $ $ $ $ $4, $9, $1.00 $15, Onan 175DGFAL D $ $ $ $ $ $2, $5, $1.00 $9, TOTAL FOR INSTITUTION $54, GRAND TOTAL REGION I (Sum of Institutions 1-23) $ 1,105, TOTAL PERCENTAGE - PARTS DISCOUNTS v. MSRP REGION I (Sum of Institutions 1-23) 10% VENDOR NAME: ZABATT POWER SYSTEMS, INC. FEID #:

111 REGION II ATC EXHIBIT B ATTACHMENT I PRICE PAGE 1. Institution Baker CI, WC, & Dinsmore WRC Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon Cummins 680FDR $ $ $ $ $ $4, $9, $0.95 $15, Cummins 250HC4A/2A $ $ $ $ $ $3, $7, $1.25 $12, Kato 755X9E $ $ $ $ $ $2, $4, $1.50 $8, Kato 755X9E $ $ $ $ $ $2, $4, $1.50 $8, Cummins DFEK M11J $ $ $ $ $ $6, $15, $0.95 $24, Institution Baker Re-Entry Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test TOTAL FOR INSTITUTION $69, H) Fuel Gallon Cummins DFEK J $ $ $ $ $ $4, $9, $0.95 $15, Institution Columbia CI Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test TOTAL FOR INSTITUTION $15, H) Fuel Gallon CAT RG $ $ $ $ $ $4, $9, $1.00 $15, Generac 276KW AD201414SNA 276 $ $ $ $ $ $3, $8, $1.25 $13, Generac 276KW AD201415SNA 276 $ $ $ $ $ $3, $8, $1.25 $13, Generac 276KW AD201436SNA 276 $ $ $500.0 $ $ $3, $8, $1.25 $13, Onan 250KW $ $ $ $ $ $3, $7, $1.25 $12, Onan MGDA J $ $ $ $ $ $2, $4, $1.50 $8, Onan MGDA J $ $ $ $ $ $2, $4, $1.50 $8, Onan FLC H $ $ $1, $ $1, $8, $20, $0.85 $31,935.85

112 ATC EXHIBIT B ATTACHMENT I PRICE PAGE Onan FHD G $ $ $1, $ $1, $7, $16, $0.85 $27, TOTAL FOR INSTITUTION $144, Institution Cross City CI, Main Unit, East Unit, & WC Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon CAT Z $ $ $ $ $ $3, $8, $1.25 $13, Cummins 434D $ $ $ $ $ $3, $7, $1.25 $12, CAT FZ $ $ $ $ $ $4, $9, $0.95 $16, Cummins DQCA $ $ $ $ $ $6, $15, $0.95 $24, Institution Florida State Prison Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test TOTAL FOR INSTITUTION $66, H) Fuel Gallon CAT RG $ $ $ $ $ $4, $9, $1.00 $15, CAT Z $ $ $1, $ $1, $7, $16, $0.95 $27, Detroit 433RSL7 BUF $ $ $ $ $ $4, $9, $1.00 $15, Generac $ $ $ $ $ $2, $5, $1.25 $9, Cummins DQAF E $ $ $ $ $ $4, $9, $0.95 $15, Katolight D400FRX4 WA H- 400 $ $ $ $ $ $4, $9, $1.00 $15, TOTAL FOR INSTITUTION $98, Institution Hamilton CI, WC, & Annex Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon CAT RG $ $ $ $ $ $3, $8, $1.00 $13, CAT RG $ $ $ $ $ $3, $8, $1.00 $13, CAT Z $ $ $ $ $ $6, $15, $0.95 $24, Cummins NTTA $ $ $ $ $ $3, $7, $1.25 $12, Cummins NTTA $ $ $ $ $ $3, $7, $1.25 $12,236.25

113 ATC EXHIBIT B ATTACHMENT I PRICE PAGE Cummins NTTA $ $ $ $ $ $3, $7, $1.25 $12, Cummins NTTA $ $ $ $ $ $3, $7, $1.25 $12, Onan NTTA $ $ $ $ $ $2, $4, $1.50 $8, Onan 150DGFA G $ $ $ $ $ $2, $5, $1.25 $9, TOTAL FOR INSTITUTION $119, Institution Lancaster CI, WC & Gainesville WC Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon Onan NT $ $ $ $ $ $3, $7, $1.25 $12, Onan 230KW $ $ $ $ $ $4, $9, $1.00 $15, Detroit 100DS60 U641043B 100 $ $ $ $ $ $2, $4, $1.50 $8, CAT 3516C SBJ $ $ $2, $ $2, $12, $31, $0.85 $49, TOTAL FOR INSTITUTION $85, Institution Lawtey CI Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon CAT D $ $ $ $ $ $3, $7, $1.25 $12, Generac 75KW 99A02179-S 75 $ $ $ $ $ $2, $4, $1.50 $8, Onan 230KW $ $ $ $ $ $3, $7, $1.25 $12, TOTAL FOR INSTITUTION $32, Institution Madison CI & WC Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon Onan 150DGFAL31 B $ $ $ $ $ $2, $5, $1.25 $9, Onan 100DGBL33 D $ $ $ $ $ $2, $4, $1.50 $8, Onan 200DFPL290 L $ $ $ $ $ $3, $7, $1.25 $12, Cummins NT $ $ $ $ $ $3, $7, $1.25 $12, TOTAL FOR INSTITUTION $42,325.25

114 10. Institution Mayo CI, WC, & Annex ATC EXHIBIT B ATTACHMENT I PRICE PAGE Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon CAT YF $ $ $ $ $ $3, $7, $1.25 $12, CAT WB $ $ $ $ $ $3, $7, $1.25 $12, CAT PM $ $ $ $ $ $4, $9, $1.00 $15, Onan 200DFAA B $ $ $ $ $ $3, $7, $1.25 $12, CAT C15 FSE $ $ $ $ $ $4, $9, $0.95 $16, CAT C32 SCX $ $ $1, $ $1, $7, $16, $0.85 $27, CAT C32 SCX $ $ $1, $ $1, $7, $16, $0.85 $27, TOTAL FOR INSTITUTION $123, Institution Putnam CI Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon Detroit 12V92T $ $ $ $ $ $4, $9, $0.95 $15, TOTAL FOR INSTITUTION $15, Institution RMC Main Unit, West Unit, & WC Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test H) Fuel Gallon CAT SG $ $ $ $ $ $2, $5, $1.25 $9, CAT YF $ $ $ $ $ $3, $7, $1.25 $12, CAT GF $ $ $ $ $ $2, $5, $1.25 $9, CAT D D $ $ $ $ $ $2, $4, $1.50 $8, Kohler (LP 45KW $ $ $ $ $ $2, $4, $0.00 $8, GAS) Onan 200KW L $ $ $ $ $ $3, $7, $1.25 $12, Onan 50KW 50GCDL $ $ $ $ $ $2, $4, $1.50 $8, Cummins DFCD I $ $ $ $ $ $4, $9, $1.00 $15, Onan 100DFG $ $ $ $ $ $2, $4, $1.50 $8, CAT EZ $ $ $ $ $ $6, $15, $0.95 $24,600.95

115 ATC EXHIBIT B ATTACHMENT I PRICE PAGE CAT Z $ $ $ $ $ $6, $15, $0.92 $24, Institution Suwannee CI, WC, & Annex Service Price D) Bi-Annual Service Check Price E) 2-Hour Load Bank Test TOTAL FOR INSTITUTION $141, H) Fuel Gallon CAT VJ $ $ $1, $ $ $7, $16, $0.95 $26, CAT C15 G6B $ $ $ $ $ $4, $9, $1.00 $15, Kohler 1250REOZMB $ $ $1, $ $ $8, $20, $0.85 $32, Kohler 400REOZDD $ $ $ $ $ $4, $9, $1.00 $15, Kohler 600REOZMB $ $ $ $ $ $8, $15, $0.95 $24, Generac (LP QY07068GNA $ $ $ $ $ $2, $4, $0.00 $8, Cummins DFEK C $ $ $ $ $ $4, $9, $0.95 $16, Institution Suwannee CI Portable Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test TOTAL FOR INSTITUTION $139, H) Fuel Gallon CAT F9L $ $ $ $ $ $3, $7, $1.25 $12, Institution Taylor CI, Main Unit, Annex, & WC Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test TOTAL FOR INSTITUTION $12, H) Fuel Gallon CAT RG $ $ $ $ $ $4, $9, $1.00 $15, CAT RG $ $ $ $ $ $4, $9, $1.00 $15, CAT RG $ $ $ $ $ $4, $9, $1.00 $15, CAT ZR $ $ $ $ $ $4, $9, $1.00 $15, CAT ZR $ $ $ $ $ $4, $9, $1.00 $15, CAT ZR $ $ $ $ $ $4, $9, $1.00 $15, Cummins DGCE H $ $ $ $ $ $4, $9, $1.00 $15,546.00

116 ATC EXHIBIT B ATTACHMENT I PRICE PAGE TOTAL FOR INSTITUTION $108, Institution Tomoka CI &WC Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test H) Fuel Gallon Cummins NT $ $ $ $ $ $3, $7, $1.00 $12, Onan 350.0DF D $ $ $ $ $ $4, $9, $1.00 $15, Onan 350.0DF D $ $ $ $ $ $4, $9, $1.00 $15, TOTAL FOR INSTITUTION $42, Institution Union CI Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test H) Fuel Gallon Onan 38.8KVA E $ $ $ $ $ $2, $5, $1.25 $9, Detroit 6V $ $ $ $ $ $2, $5, $1.25 $9, Kohler 150R0ZJ $ $ $ $ $ $2, $5, $1.25 $9, Onan 250KW $ $ $ $ $ $3, $7,130.0 $1.25 $12, CAT 3521B 0CMC $ $ $2, $ $1, $8, $20, $0.85 $33, CAT 3512B 0CMC $ $ $2, $ $1, $8, $20, $0.85 $33, TOTAL FOR INSTITUTION $106, Institution Union WC Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test H) Fuel Gallon Cummins QSX15-G $ $ $ $ $ $6, $15, $0.95 $24, TOTAL FOR INSTITUTION $24, Institution New River CI &WC

117 ATC EXHIBIT B ATTACHMENT I PRICE PAGE Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test H) Fuel Gallon CAT D B01019 N/A $ $ $1, $ $1, $7, $16, $0.85 $27, Detroit 500KW 12VF $ $ $ $ $ $6, $15, $0.95 $15, TOTAL FOR INSTITUTION $43, Institution New River East Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test H) Fuel Gallon Cummins DQFAA- H $ $ $ $ $ $7, $16, $0.95 $26, TOTAL FOR INSTITUTION $26, GRAND TOTAL REGION II (Sum of Institutions 1-20) $1, TOTAL PERCENTAGE - PARTS DISCOUNTS v. MSRP REGION II (Sum of Institutions 1-20) 10 % VENDOR NAME: Zabatt Power Systems FEID #:

118 REGION III ATC EXHIBIT B ATTACHMENT I PRICE PAGE 1. Institution Avon Park CI & WC Gen - Cummins 440FDR5045AA W NT855-GS EA / Gen - Kohler 30RZ Eng - Ford (NG) CSG F Gen - Kohler 30RZ Eng - Ford (NG) CSG F Gen - CAT Eng - CAT Gen - Kohler Eng - Detroit Gen - Kohler Eng-Detroit Gen - Onan Eng Ford Gen - Generac Eng - Doosan Gen - Kohler Eng -John Deere SR4 9FF WB ROZD V92T 6VF R0ZD VF REOZJE 6068HF DEF- 15R/1675F 362- DF-6005A 50-31E D18 ( ) P180FE SD500- K36180D180D18G PE6068L Institution CFRC Main Unit, East Unit, & South Unit B) After Hours Rate for Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test H) Fuel Gallon 175 $ $ $ $ $ $2, $5, $1.25 $9, $ $ $ $ $ $2, $3, $0.00 $7, $ $ $ $ $ $2, $3, $0.00 $7, $ $ $ $ $ $4, $9, $1.00 $15, $ $ $ $ $ $3, $8, $1.00 $13, Gen - CAT Eng Gen - CAT Generac Eng - Hino Gen - Onan Eng - Komatsu SR A S EK DYD O671T 6FA Z A11425 I $ $ $ $ $ $3, $8, $1.00 $13, $ $ $ $ $ $2, $4, $1.70 $8, $ $ $ $ $ $4, $9, $0.95 $15, $ $ $ $ $ $2, $5, $1.25 $9, B) After Hours Rate for Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test TOTAL FOR INSTITUTION $101, H) Fuel Gallon 500 $ $ $ $ $ $4, $9, $0.95 $15, $ $ $ $ $ $2, $5, $1.25 $9, $ $ $ $ $ $2, $5, $1.25 $9,106.25

119 Gen - CAT Eng - CAT Gen - CAT Eng - CAT GenGenerac Eng - Doosan SR4 3418B SR P18OFE 6DA Z FA Z EUSOB ATC EXHIBIT B ATTACHMENT I PRICE PAGE 400 $ $ $ $ $ $4, $9, $1.00 $15, $ $ $ $ $ $6, $15, $0.95 $24, $ $ $ $ $ $4, $9, $0.95 $15, TOTAL FOR INSTITUTION $89, Institution Desoto Annex & WC Gen - Cummins Gen - Cummins Gen - Cummins Gen - Cummins Gen - Cummins Gen - Cummins Gen - Cummin Gen - Kohler Eng - John Deere 1000DFLA KTA-50-G1 250HG4AL/2A NT-855-G4 350DFCC NTA-855-G3 200DFAA LTA-10-G1 80DGDA 6BT-5.9-G1 80DGDA 6BT-59-G1 200DGFC 6CTA83 4. Institution Hardee CI & WC ** B B B B F B) After Hours Rate for Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test H) Fuel Gallon 1000 $ $ $1, $ $1, $7,05.00 $16, $0.85 $27, $ $ $ $ $ $3, $7, $1.25 $12, $ $ $ $ $ $4, $9, $1.00 $15, $ $ $ $ $ $3, $7, $1.25 $12, $ $ $ $ $ $2, $4, $1.50 $8, $ $ $ $ $ $2, $4, $1.50 $8, $ $ $ $ $ $3, $7, $1.25 $12, R0ZJ $ $ $ $ $ $2, $5, $1.25 $9, Gen - Kohler Eng - Detroit 400ROZ VF B) After Hours Rate for Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test TOTAL FOR INSTITUTION $105, H) Fuel Gallon 400 $ $ $ $ $ $4, $9, $1.00 $15,411.00

120 Gen - Cummins Gen - Cummins Gen -Cummins Gen - Superior Eng - Hercules 300DFCG- Data Plate Missing 36757F NTA HC534C D KTTA-19-G HC534C KTTA-19-G R DT2300X004 HR ATC EXHIBIT B ATTACHMENT I PRICE PAGE 300 $ $ $ $ $ $3, $8, $1.00 $13, $ $ $ $ $ $4, $9, $0.95 $15, $ $ $ $ $ $4, $9, $1.00 $15, $ $ $ $ $ $2, $4, $1.50 $8, TOTAL FOR INSTITUTION $68, Institution Hernando CI Gen - CAT Eng - CAT ** 3412 ** 81Z B) After Hours Rate for Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test H) Fuel Gallon $ $ $ $ $ $4, $9, $0.95 $15, TOTAL FOR INSTITUTION $15, Institution Lake CI Gen - Spectrum Eng - Detroit Gen - Onan Gen - CAT Eng - CAT 400DS60 8V DFCB NTA855GT SR4 D VF16867 A ** 62B B) After Hours Rate for Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test H) Fuel Gallon 400 $ $ $ $ $ $4, $9, $1.00 $15, $ $ $ $ $ $3, $8, $1.00 $13, $ $ $ $ $ $3, $8, $1.00 $13, TOTAL FOR INSTITUTION $42,373.00

121 7. Institution Largo RP (Polk CI) ATC EXHIBIT B ATTACHMENT I PRICE PAGE Gen - Onan 8. Institution Lowell CI 125.0DEGA 6CT8.3 G I B) After Hours Rate for Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test H) Fuel Gallon 125 $ $ $ $ $ $2, $5, $1.25 $9, TOTAL FOR INSTITUTION $9, B) After D) Bi-Annual E) 2-Hour Load H) Fuel Hours Rate Service Price Service Check Price Bank Test for Gallon Olympian DP200P4 ENNS $ $ $ $ $ $3, $7, $1.25 $12, Detroit T1637K $ $ $2, $ $1, $12, $31, $0.85 $48, Onan DFEH D $ $ $ $ $ $4, $9, $1.00 $15, CAT C27 DWB $ $ $1, $ $ $7, $16, $0.95 $26, TOTAL FOR INSTITUTION $101, Institution Florida Women s Reception Center & WC B) After Hours Rate for Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test H) Fuel Gallon Kohler 150REZG $ $ $ $ $ $2, $5, $1.25 $9, Kohler 500REOZVB $ $ $ $ $ $4, $9, $0.95 $15, Kohler 700REOZDD $ $ $ $ $ $6, $15, $0.95 $24, Kohler 1000REOZDD $ $ $1, $ $1, $7, $16, $0.85 $26, TOTAL FOR INSTITUTION $76, Institution Lowell & Gainesville WC B) After Hours Rate for Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test H) Fuel Gallon Cummins NT8855-G $ $ $ $ $ $4, $9, $0.95 $15,750.95

122 ATC EXHIBIT B ATTACHMENT I PRICE PAGE TOTAL FOR INSTITUTION $15, Institution Marion CI &WC B) After Hours Rate for Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test H) Fuel Gallon Cummins NT855-GS4 L $ $ $ $ $ $3, $7, $1.25 $12, TOTAL FOR INSTITUTION $12, Institution Marion CI Main Unit B) After Hours Rate for Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test H) Fuel Gallon Cummins QKC I $ $ $2, $ $1, $12, $31, $0.85 $48, CAT 3406B 4RG $ $ $ $ $ $3, $7, $1.25 $12, TOTAL FOR INSTITUTION $60, Institution Polk CI Gen - Onan Gen - Onan Gen - Cummins Gen - CAT Eng - CAT 250.0DFAC LTA-10G DFY VTA 1710-GS CC434D NT855 B J ** D80-6 CAT00C44AD4B0211 C4, 4 4 E5M B) After Hours Rate for Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test H) Fuel Gallon $ $ $ $ $ $3, $7, $1.25 $12, $ $ $ $ $ $4, $9, $0.95 $15, $ $ $ $ $ $2, $4, $1.50 $8, $ $ $ $ $ $2, $4, $1.50 $8, TOTAL FOR INSTITUTION $44,665.20

123 14. Institution Demilly CI (Polk CI) ATC EXHIBIT B ATTACHMENT I PRICE PAGE Gen - Kohler Eng - Detroit 200ROZD A B) After Hours Rate for Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test H) Fuel Gallon 200 $ $ $ $ $ $3, $7, $1.25 $12, TOTAL FOR INSTITUTION $12, Institution Regional Portable By Institution $ Gen - CAT Eng - CAT Gen - Cummins C9-300AG C9 DQAF QSM11-G2 X3R L00691 F B) After Hours Rate for Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test H) Fuel Gallon 300 $ $ $ $ $ $3, $8, $1.00 $13, $ $ $ $ $ $3, $8, $1.00 $13, TOTAL FOR INSTITUTION $27, Institution Sumter CI By Institution $ Gen - Kohler Eng - Detroit Gen - Onan Gen - Spectrum Eng - Detroit 500RZ CC4940 NT855GS4 275DSED 12V VF ** Tag Missing B) After Hours Rate for Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test H) Fuel Gallon 500 $ $ $ $ $ $4, $9, $0.95 $15, $ $ $ $ $ $3, $7, $1.25 $12, $ $ $ $ $ $3, $8, $1.25 $13, TOTAL FOR INSTITUTION $41,173.45

124 17. Institution Zephyrhills CI ATC EXHIBIT B ATTACHMENT I PRICE PAGE B) After Hours Rate for Service Price D) Bi-Annual E) 2-Hour Load Service Check Price Bank Test H) Fuel Gallon Gen - Onan Eng - Onan Gen - CAT Eng - CAT VENDOR NAME: Zabatt Power Systems FEID #: OD KTA-19-G2 SR DI E HA WB02372 GRAND TOTAL REGION III (Sum of Institutions 1-17) TOTAL PERCENTAGE - PARTS DISCOUNTS v. MSRP REGION III (Sum of Institutions 1-17) 500 $ $ $ $ $ $4, $9, $0.95 $15, $ $ $ $ $ $3, $7, $1.25 $12, $851, % TOTAL FOR INSTITUTION $27, TOTAL FOR INSTITUTION $44, TOTAL FOR INSTITUTION $44, TOTAL FOR INSTITUTION $44, TOTAL FOR INSTITUTION $44, TOTAL FOR INSTITUTION $44, TOTAL FOR INSTITUTION $44, TOTAL FOR INSTITUTION $44, TOTAL FOR INSTITUTION $44, TOTAL FOR INSTITUTION $44, TOTAL FOR INSTITUTION $44, TOTAL FOR INSTITUTION $44, TOTAL FOR INSTITUTION $44,665.20

125

126

127

128

129

130

131

132

133

134

135

136

137

138

139

140

141

142

143

144

145

146

147

148

149

INVITATION TO BID (ITB) FOR EMERGENCY GENERATORS SERVICE STATEWIDE FDC ITB RELEASED ON 1/17/17

INVITATION TO BID (ITB) FOR EMERGENCY GENERATORS SERVICE STATEWIDE FDC ITB RELEASED ON 1/17/17 INVITATION TO BID (ITB) FOR EMERGENCY GENERATORS SERVICE STATEWIDE RELEASED ON 1/17/17 By the: Florida Department of Corrections Bureau of Procurement 501 S. Calhoun Street Tallahassee, FL 32399-2500 (850)

More information

REAL ESTATE DEVELOPMENT AND MANAGEMENT INVITATION TO NEGOTIATE FOR GENERATOR MAINTENANCE AND REPAIR SERVICES ITN NO.

REAL ESTATE DEVELOPMENT AND MANAGEMENT INVITATION TO NEGOTIATE FOR GENERATOR MAINTENANCE AND REPAIR SERVICES ITN NO. REAL ESTATE DEVELOPMENT AND MANAGEMENT INVITATION TO NEGOTIATE FOR GENERATOR MAINTENANCE AND REPAIR SERVICES ITN NO.: DMS 10/11-017 RELEASE DATE: NOVEMBER 29, 2010 Refer ALL Inquiries to Procurement Officer:

More information

Agency Term Contract ATC Sludge Hauling, Treatment & Disposal. Between the Florida Department of Corrections and GreenSouth Solutions, LLC

Agency Term Contract ATC Sludge Hauling, Treatment & Disposal. Between the Florida Department of Corrections and GreenSouth Solutions, LLC Agency Term Contract ATC-16-018 Sludge Hauling, Treatment & Disposal Between the Florida Department of Corrections and GreenSouth Solutions, LLC This Contract is between the State of Florida, Department

More information

INVITATION TO BID (ITB) FOR DEODORANT BAR SOAP FDC ITB RELEASED ON March 13, 2017

INVITATION TO BID (ITB) FOR DEODORANT BAR SOAP FDC ITB RELEASED ON March 13, 2017 INVITATION TO BID (ITB) FOR DEODORANT BAR SOAP RELEASED ON March 13, 2017 By the: Florida Department of Corrections Bureau of Procurement 501 S. Calhoun Street Tallahassee, FL 32399-2500 (850) 717-3700

More information

INVITATION TO BID (ITB) FOR MEDICAL SUPPLIES FDC ITB RELEASED ON December 18, 2017

INVITATION TO BID (ITB) FOR MEDICAL SUPPLIES FDC ITB RELEASED ON December 18, 2017 INVITATION TO BID (ITB) FOR MEDICAL SUPPLIES FDC ITB 18-052 RELEASED ON December 18, 2017 By the: Florida Department of Corrections Bureau of Procurement 501 S. Calhoun Street Tallahassee, FL 32399-2500

More information

ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO.: DMS-14/15-004

ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO.: DMS-14/15-004 4050 Esplanade Way Tallahassee, Florida 32399-0950 Tel: 850.488.2786 Fax: 850. 922.6149 Rick Scott, Governor Craig J. Nichols, Agency Secretary ATTACHMENT A - STATEMENT OF WORK INVITATION TO BID FOR FIRE

More information

INVITATION TO BID (ITB) FOR HOTEL ACCOMMODATIONS FOR THE 2018 STATEWIDE CONFERENCE FDC ITB RELEASED ON February 22, 2018

INVITATION TO BID (ITB) FOR HOTEL ACCOMMODATIONS FOR THE 2018 STATEWIDE CONFERENCE FDC ITB RELEASED ON February 22, 2018 INVITATION TO BID (ITB) FOR HOTEL ACCOMMODATIONS FOR THE 2018 STATEWIDE CONFERENCE RELEASED ON February 22, 2018 By the: Florida Department of Corrections Bureau of Procurement 501 S. Calhoun Street Tallahassee,

More information

FLORIDA DEPARTMENT OF CORRECTIONS INVITATION TO BID (ITB) Acknowledgement Form

FLORIDA DEPARTMENT OF CORRECTIONS INVITATION TO BID (ITB) Acknowledgement Form FLORIDA DEPARTMENT OF CORRECTIONS INVITATION TO BID (ITB) Acknowledgement Form Page 1 of 49 pages Trueby Bodiford, Procurement Officer Department of Corrections AGENCY RELEASE DATE: Bureau of Support Services

More information

REQUEST FOR PROPOSALS (RFP) FOR PERIMETER SECURITY SYSTEMS AT FLORIDA CORRECTIONAL INSTITUTIONS FDC RFP RELEASED ON November 17, 2017

REQUEST FOR PROPOSALS (RFP) FOR PERIMETER SECURITY SYSTEMS AT FLORIDA CORRECTIONAL INSTITUTIONS FDC RFP RELEASED ON November 17, 2017 REQUEST FOR PROPOSALS (RFP) FOR PERIMETER SECURITY SYSTEMS AT FLORIDA CORRECTIONAL INSTITUTIONS RELEASED ON November 17, 2017 By the: Florida Department of Corrections Bureau of Procurement 501 S. Calhoun

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS All University of Alabama Solicitations are made upon and subject to the following conditions, if applicable, unless otherwise noted in the Solicitation: 1.0 Definitions 1.1 The

More information

FLORIDA DEPARTMENT OF CORRECTIONS INVITATION TO BID Acknowledgement Form COMMODITY OR FURNISH & INSTALL

FLORIDA DEPARTMENT OF CORRECTIONS INVITATION TO BID Acknowledgement Form COMMODITY OR FURNISH & INSTALL FLORIDA DEPARTMENT OF CORRECTIONS INVITATION TO BID Acknowledgement Form COMMODITY OR FURNISH & INSTALL Page 1 of 25 pages AGENCY MAILING DATE: SOLICITATION TITLE: Roofing Material 04/10/2013 RESPONSES

More information

CONTRACT BETWEEN THE DEPARTMENT OF CORRECTIONS AND GREYHOUND LINES, INC. WITNESSETH

CONTRACT BETWEEN THE DEPARTMENT OF CORRECTIONS AND GREYHOUND LINES, INC. WITNESSETH CONTRACT BETWEEN THE DEPARTMENT OF CORRECTIONS AND GREYHOUND LINES, INC. This Contract is between the Florida Department of Corrections ("Department") and Greyhound Lines, Inc. ("Contractor") which are

More information

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE

EXHIBIT 1. PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE EXHIBIT 1 Solicitation Date: PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED GENERAL CONTRACTORS or LICENSED PAINTING CONTRACTORS BY THE State of Florida, Department of Military Affairs HEREINAFTER REFERRED

More information

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES

SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES SAMPLE CONTRACT BETWEEN THE BOARD OF COMMISSIONERS OF THE PORT OF NEW ORLEANS AND CONTRACTOR NAME FOR SERVICES On this day of, 2017, the Board of Commissioners of the Port of New Orleans hereinafter sometimes

More information

WARE COUNTY FACILITIES COORDINATOR

WARE COUNTY FACILITIES COORDINATOR WARE COUNTY FACILITIES COORDINATOR 800 Church Street, Suite 218, Waycross, GA 31501 Phone: (912) 287-4480 Cellular: (912) 281-0215 Fax: (912) 287-4482 Email: clarke@warecounty.com REQUEST FOR BIDS GENERATOR

More information

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT)

FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) FLORIDA KEYS AQUEDUCT AUTHORITY INVITATION TO BID: COMMODITIES/SERVICES (BIDDERS ACKNOWLEDGMENT) MAIL BIDS TO: FLORIDA KEYS AQUEDUCT AUTHORITY 7000 Front St. (Stock Island) KEY WEST, FLORIDA 33040 (No

More information

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance

CITY OF MOBILE REQUEST FOR QUOTES. April 25, Service Contract - Escalator Inspections and Preventative Maintenance CITY OF MOBILE REQUEST FOR QUOTES April 25, 2018 The City of Mobile will receive quotes for the following Project: Project Name: Project Locations: Project Number: Service Contract - Escalator Inspections

More information

State of Florida Department of State REQUEST FOR PROPOSALS FOR

State of Florida Department of State REQUEST FOR PROPOSALS FOR State of Florida Department of State REQUEST FOR PROPOSALS FOR Development of Five Year Digital Plan. RFP # 973-290-06-13-01 (Library Consultant) RELEASED ON: June 21, 2013 THIS COVER SHEET MUST BE SIGNED

More information

Invitation to Bid BOE. Diesel Exhaust Fluid

Invitation to Bid BOE. Diesel Exhaust Fluid Invitation to Bid 20170811-02-BOE Diesel Exhaust Fluid Responses to an Invitation to Bid will be received by the Purchasing Supervisor, Sumner County Board of Education, 1500 Airport Road, Gallatin, TN

More information

NASPO ValuePoint PARTICIPATING ADDENDUM CLOUD SOLUTIONS Administered by the State of Utah (hereinafter Lead State ) Alternative Contract Source No:

NASPO ValuePoint PARTICIPATING ADDENDUM CLOUD SOLUTIONS Administered by the State of Utah (hereinafter Lead State ) Alternative Contract Source No: NASPO ValuePoint PARTICIPATING ADDENDUM CLOUD SOLUTIONS Administered by the State of Utah (hereinafter Lead State ) Alternative Contract Source No: 43230000-NASPO-16-ACS SHI International Corp. Master

More information

APPENDIX A TECHNICAL SPECIFICATIONS RFQ PLUMBING SERVICES

APPENDIX A TECHNICAL SPECIFICATIONS RFQ PLUMBING SERVICES SCOPE OF WORK This contract is executed between JEA and the Contractor to perform services including, but not limited to: labor, supervision, materials, tools and equipment, as necessary to perform plumbing

More information

VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS

VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS VALDOSTA STATE UNIVERSITY STANDARD PURCHASE ORDER TERMS AND CONDITIONS These Standard Purchase Order Terms & Conditions, as set forth herein, are applicable to Purchase Orders issued by Valdosta State

More information

NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS

NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS NORTH CAROLINA GENERAL CONTRACT TERMS AND CONDITIONS 1. PERFORMANCE AND DEFAULT: If, through any cause, Vendor shall fail to fulfill in timely and proper manner the obligations under this contract, the

More information

7/14/16. Hendry County Purchase Order Terms and Conditions

7/14/16. Hendry County Purchase Order Terms and Conditions Hendry County Purchase Order Terms and Conditions 1. Offer The order set forth in the Purchase Order is subject to cancellation by HENDRY COUNTY without notice if not accepted by VENDOR within fourteen

More information

State of Florida Department of Transportation

State of Florida Department of Transportation ITB-DOT-10/11-4023FS State of Florida Department of Transportation INVITATION TO BID ITB Number: Project Description: MANDATORY PRE-BID CONFERENCE Deadline for Questions Sealed Bids Due: ITB-DOT-1 0/11-4023FS

More information

INVITATION TO BID (ITB) FOR. PURCHASE, REPAIR AND MAINTENANCE OF 800 MHz RADIO SYSTEMS ITB RELEASED ON January 19, 2018

INVITATION TO BID (ITB) FOR. PURCHASE, REPAIR AND MAINTENANCE OF 800 MHz RADIO SYSTEMS ITB RELEASED ON January 19, 2018 INVITATION TO BID (ITB) FOR PURCHASE, REPAIR AND MAINTENANCE OF 800 MHz RADIO SYSTEMS FDC RELEASED ON January 19, 2018 By the: Florida Department of Corrections Bureau of Procurement 501 S. Calhoun Street

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B17-08 Patch Cables Date: February 23, 2017 To:

More information

ADDENDUM #1 RFQ M1201M. 06/07/13 Please replace Chiller Maintenance Specifications with the attached Chiller Maintenance Specifications.

ADDENDUM #1 RFQ M1201M. 06/07/13 Please replace Chiller Maintenance Specifications with the attached Chiller Maintenance Specifications. ADDENDUM #1 RFQ M1201M 06/07/13 Please replace Chiller Maintenance Specifications with the attached Chiller Maintenance Specifications. Please replace M1201M Pricing Proposal with the attached M1201M Pricing

More information

CAR 7-1 PURCHASING REGULATION CAR 7-1 OPR: Finance 4/90 (Revised 2/10)

CAR 7-1 PURCHASING REGULATION CAR 7-1 OPR: Finance 4/90 (Revised 2/10) CAR 7-1 PURCHASING REGULATION CAR 7-1 OPR: Finance 4/90 (Revised 2/10) Purpose Section I Scope II Definitions III Responsibility IV Using Department IV A Purchasing Function IV B Property Disposal V I.

More information

FLORIDA. 1 of 33. Services. Bureau of Support AGENCY. March 5, Fax: (850) SOLICITATION NO: RESPONSES WILL BE VENDOR NAME: VENDOR

FLORIDA. 1 of 33. Services. Bureau of Support AGENCY. March 5, Fax: (850) SOLICITATION NO: RESPONSES WILL BE VENDOR NAME: VENDOR FLORIDA DEPARTMENT OF CORRECTIONS INVITATION TO BID (ITB) Acknowledgement Form Page 1 of 33 pages Jacklyn Colson, Procurement Manager Department of Corrections AGENCY RELEASE DATE: Bureau of Support Services

More information

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Page 1 of 5 Bid No.: Date Released: September 25, 2017 SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION Bid subject to the Standard Terms and Conditions provided. Bid must be received by: Date/Time:

More information

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers)

6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) E-RATE YEAR 15 (2012/2013) RFP 6 servers (2-Exchange, 1-DHCP, 1-DNS, 2-Web Servers) Anderson Union School District Anderson Union High School District (AUHSD) is seeking proposals for the upcoming Year

More information

EXHIBIT 1. PROJECT NAME & LOCATION: NTC Orlando NGA Wall Stabilization, 8385 Daetwyler Drive, Orlando, Florida,

EXHIBIT 1. PROJECT NAME & LOCATION: NTC Orlando NGA Wall Stabilization, 8385 Daetwyler Drive, Orlando, Florida, EXHIBIT 1 Solicitation Date: June 8, 2018 PROPOSALS ARE REQUESTED FROM QUALIFIED, LICENSED CONTRACTORS BY THE STATE OF FLORIDA DEPARTMENT OF MILITARY AFFAIRS HEREINAFTER REFERRED TO AS OWNER, FOR CONSTRUCTION

More information

FLORIDA DEPARTMENT OF HEALTH (DOH) DOH INVITATION TO BID (ITB) FOR AUDIOVISUAL SERVICES

FLORIDA DEPARTMENT OF HEALTH (DOH) DOH INVITATION TO BID (ITB) FOR AUDIOVISUAL SERVICES FLORIDA DEPARTMENT OF HEALTH (DOH) DOH14-028 INVITATION TO BID (ITB) FOR AUDIOVISUAL SERVICES TABLE OF CONTENTS SECTION 1.0: Introductory Materials... 3 SECTION 2.0: Procurement Process, Schedule, & Constraints...

More information

GENERAL TERMS AND CONDITIONS

GENERAL TERMS AND CONDITIONS GENERAL TERMS AND CONDITIONS The following terms and conditions apply to all contracts or purchase agreements made with The College of New Jersey unless specifically deleted on this form. Vendors submitting

More information

General Purchase Order Terms and Conditions (Pro-buyer)

General Purchase Order Terms and Conditions (Pro-buyer) 1. Applicability. General Purchase Order Terms and Conditions (Pro-buyer) (a) This purchase order is an offer by GT Exhaust, Inc. (the "Buyer") for the purchase of the goods specified on the face of this

More information

Independent Contractor Agreement Form

Independent Contractor Agreement Form Independent Contractor Agreement Form AGREEMENT is made this on (date), by and between Central Piedmont Community College/CPCC (Herein after referred to as CPCC) and (Herein after referred to as Contractor

More information

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017

BUYER: Alicia Waymack, Senior Buyer ESTIMATED BID TAB POSTING DATE: February 1, 2017 SUBMIT BIDS TO: University of West Florida Office of Procurement and Contracts ATTN: Alicia Waymack Building 20W, Room 159 11000 University Parkway Pensacola, FL 32514 Access Bid Info on the Web: http://uwf.edu/offices/procurement/vendorsonly/open-solicitations/

More information

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM

CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL. HVAC System Maintenance and Repair. MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM PUR960 CITY OF ROCK HILL, SOUTH CAROLINA REQUEST FOR PROPOSAL HVAC System Maintenance and Repair MANDATORY PRE-BID MEETING October 30, 2018 at 10:00 AM The City of Rock Hill, South Carolina is seeking

More information

Invitation to Bid (ITB) For Motor Vehicles. ITB No C The State of Florida Department of Management Services

Invitation to Bid (ITB) For Motor Vehicles. ITB No C The State of Florida Department of Management Services Invitation to Bid (ITB) For Motor Vehicles The State of Florida Department of Management Services October 2, 2013 Table of Contents Section 1. Introductory Section... 5 1.1 Introduction... 5 1.2 ITB Goals...

More information

COMMONWEALTH OF VIRGINIA COUNTY OF HENRICO

COMMONWEALTH OF VIRGINIA COUNTY OF HENRICO COMMONWEALTH OF VIRGINIA COUNTY OF HENRICO DEPARTMENT OF GENERAL SERVICES IFB #13-9410-4RB Christopher L. Winstead, P.E. DIRECTOR April 19, 2013 Invitation for Bid Annual Contract for Preventative Maintenance

More information

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time) ADDENDUM No. 1 ITB No. 4501 LED Video Wall Due: May 25, 2017 at 10:00 A.M. (Local Time) The following changes, additions, and/or deletions shall be made to the Invitation to Bid for LED Video Wall, ITB

More information

ITB No W Attachment B DRAFT Contract No: Accidental Death & Dismemberment Statutory Death Benefits

ITB No W Attachment B DRAFT Contract No: Accidental Death & Dismemberment Statutory Death Benefits ITB No. 2-84131600-W Attachment B DRAFT Contract No: 84131600-18-1 Accidental Death & Dismemberment Statutory Death Benefits This Contract is between the State of Florida, Department of Management Services

More information

(1) Standby Commercial Drive Sewer Lift Station Sealed Bid (Bid ) Town of Salem, NH

(1) Standby Commercial Drive Sewer Lift Station Sealed Bid (Bid ) Town of Salem, NH ` (1) Standby Generator @ Commercial Drive Sewer Lift Station Sealed Bid (Bid-2017-025) Town of Salem, NH August 4, 2017 SALEM PURCHASING Christine Wholley, Purchasing Agent 603-890-2090 fax 603-890-2091

More information

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None

City of Anaheim. Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services. December 5, Pre-bid Conference: None City of Anaheim Request for Bids # 8081 Two-way Radio and Repeater Maintenance Services December 5, 2013 Pre-bid Conference: None Bid Due Date: December 19, 2013 2:00 PM, Pacific Standard Time Submit bid

More information

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015 REQUEST FOR PROPOSAL (RFP) #15-060-34 FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015 RESPONSE DEADLINE: DECEMBER 18, 2015 10:00 A.M. CENTRAL STANDARD TIME

More information

SUPPLIER - TERMS AND CONDITIONS Materials and Goods

SUPPLIER - TERMS AND CONDITIONS Materials and Goods SUPPLIER - TERMS AND CONDITIONS Materials and Goods 1. BINDING EFFECT; ACCEPTANCE. This purchase order and all subsequent purchase orders delivered by Buyer to Seller (each, an "order"), shall be governed

More information

COMPLETE AND RETURN THIS FORM

COMPLETE AND RETURN THIS FORM State of Florida Florida Department of Education Bureau of Contracts, Grants and Procurement Management Services 332 Turlington Building 325 West Gaines Street Tallahassee, Florida 32399-0400 BID REGISTRATION

More information

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time.

BIDS WILL BE OPENED: NOVEMBER 15, 2:00 P.M. and may not be withdrawn within 90 days after such date and time. SALE OF PROPERTY INVITATION TO BID Bidder Acknowledgment Form ADAM H. PUTNAM COMMISSIONER BID SALE NO.: SOP/FFS-13/14-03 REBID Agency Mailing Date: October 11, 2013 Page 1 of 11 Pages SUBMIT BIDS TO: Reason

More information

City of Hammond Purchasing Department RFP 14-15

City of Hammond Purchasing Department RFP 14-15 1 Purchasing Department Provide One (1) 150kW GENERAC Natural Gas Generator Set Generac QT15068KNAC AND GENERAC RTSN4700K3 Transfer Switch OR EQUAL Proposals Shall Be Received by the Purchasing Department,

More information

State of Florida Department of Financial Services

State of Florida Department of Financial Services State of Florida Department of Financial Services Request for Proposals (RFP) Number: DFS AA RFP 1718-09 Production Services for Florida General Lines Agents, Personal Lines Agents, and Insurance Adjusters

More information

Terms, Conditions and Warranty

Terms, Conditions and Warranty Want Boost We Got It! JMTC ENGINE REFURB - MAINTENANCE & WARRANTY All JMTC Refurbed Engines comes with a 1 year or 12,000 miles, warranty, whichever comes first.. For important details, please read the

More information

SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3

SPECIFICATION PACKAGE. for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3 Working Together for a Better Tomorrow. Today. SPECIFICATION PACKAGE for BURDICK GENERATING STATION TORQUE CONVERTER GAS TURBINE 2 & 3 Bid Opening Date/Time Tuesday, October 23, 2012 @ 2:00 p.m. (local

More information

INVITATION TO BID (ITB) FOR PELCO IP CAMERA SYSTEMS FDC ITB RELEASED ON DATE: November 13, 2017

INVITATION TO BID (ITB) FOR PELCO IP CAMERA SYSTEMS FDC ITB RELEASED ON DATE: November 13, 2017 INVITATION TO BID (ITB) FOR PELCO IP CAMERA SYSTEMS RELEASED ON DATE: November 13, 2017 By the: Florida Department of Corrections Bureau of Procurement 501 S. Calhoun Street Tallahassee, FL 32399-2500

More information

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT

INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT INDEPENDENT CONTRACTOR AND PROFESSIONAL SERVICES AGREEMENT THIS AGREEMENT is entered into as of this day of, 20 1 4, by and between the CITY OF MONTROSE, State of Colorado, a Colorado home rule municipal

More information

REQUEST FOR PROPOSAL SUPPLY OF

REQUEST FOR PROPOSAL SUPPLY OF TOWN OF SANDOWN, NH REQUEST FOR PROPOSAL SUPPLY OF #2 HEATING OIL, PROPANE GASOLINE AND DIESEL BID DUE DATE: September 6, 2018 Page 1 of 10 I. General Conditions 1. General Information: The Selectmen s

More information

Cover Sheet. State of Florida Department of State. Invitation to Bid

Cover Sheet. State of Florida Department of State. Invitation to Bid Cover Sheet State of Florida Department of State Invitation to Bid *************************************************************************************************************************************

More information

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler

INVITATION FOR BID. Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler INVITATION FOR BID Furnish: Provide Labor, Materials and Equipment for Removal and Installation of a New Gas Boiler Company: IFB No. IFB-CL-1905 Date of Issuance: August 8, 2018 Bid Due Date: August 28,

More information

COUNTY OF PRINCE WILLIAM

COUNTY OF PRINCE WILLIAM COUNTY OF PRINCE WILLIAM 1 County Complex Court, (MC 460) Prince William, Virginia 22192-9201 (703) 792-6770 Metro 631-1703, Ext. 6770 Fax: (703) 792-4611 FINANCE DEPARTMENT Purchasing CONTRACT: 12034SA5

More information

Glenwood/Bell Street Well Pump and Piping Construction

Glenwood/Bell Street Well Pump and Piping Construction SPECIFICATIONS BID 1-16 Glenwood/Bell Street Well Pump and Piping Construction THE CITY OF AVON PARK FLORIDA December 21 th, 2015 NOTICE TO BIDDERS INVITATION TO BID -- BID # 1-16 The City of Avon Park

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 BID B11-16 136 Almon C. Hill Dr. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 Gym www.forsyth.k12.ga.us Floor Work April 10, 2018 To: All Bidders

More information

NORTH CAROLINA CENTRAL UNIVERSITY

NORTH CAROLINA CENTRAL UNIVERSITY NORTH CAROLINA CENTRAL UNIVERSITY PROFESSIONAL SERVICES AGREEMENT Between North Carolina Central University 1801 Fayetteville Street Durham, North Carolina 27707 And THIS AGREEMENT made and entered into

More information

State of Florida Department of State

State of Florida Department of State State of Florida Department of State INVITATION TO BID FOR Printing: Voter Registration Applications ITB # 691-060-10-12-3 RELEASED ON: September 10, 2012 THIS COVER SHEET MUST BE SIGNED AND RETURNED WITH

More information

SAN DIEGO CONVENTION CENTER CORPORATION

SAN DIEGO CONVENTION CENTER CORPORATION SAN DIEGO CONVENTION CENTER CORPORATION REQUEST FOR PROPOSALS FOR CONSTRUCTION PROJECT MANAGEMENT RFP # 19-1159 Issue Date: Friday, October 5, 2018 Pre-Bid Conference: Pre-Bid Question Deadline: Bid Deadline:

More information

FIXTURING/INSTALLATION AGREEMENT

FIXTURING/INSTALLATION AGREEMENT Dept Index Contract No. Requisition No. FIXTURING/INSTALLATION AGREEMENT This FIXTURING/INSTALLATION AGREEMENT by and between THE UNIVERSITY OF NORTH FLORIDA BOARD OF TRUSTEES, a public body corporate

More information

FLORIDA DEPARTMENT LAW ENFORCEMENT INVITATION TO BID Acknowledgement Form

FLORIDA DEPARTMENT LAW ENFORCEMENT INVITATION TO BID Acknowledgement Form FLORIDA DEPARTMENT LAW ENFORCEMENT INVITATION TO BID Acknowledgement Form Page 1 of 19 pages Agency Release Date: April 28, 2015 SUBMIT REPLY TO: Department of Law Enforcement Office of General Services

More information

DOCUMENTS TABLE OF CONTENTS. 1. Instructions to Bidders 2. Specifications 3. City and Borough of Sitka Standard Terms and Conditions 4.

DOCUMENTS TABLE OF CONTENTS. 1. Instructions to Bidders 2. Specifications 3. City and Borough of Sitka Standard Terms and Conditions 4. DOCUMENTS TABLE OF CONTENTS 1. Instructions to Bidders 2. Specifications 3. City and Borough of Sitka Standard Terms and Conditions 4. Bid Form INSTRUCTIONS TO BIDDERS SITKA, ALASKA 1. Bidders shall submit

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B16-05 Toilet Paper Date: September 18, 2015 To: All Bidders

More information

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name:

INVITATION FOR BID. Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit. Company Name: INVITATION FOR BID Furnish: Installation of One (1) Security Cage for a Rooftop Heating and Air Conditioning Unit Company Name: IFB No. IFB-CL-1909 Date of Issue: October 12, 2018 Bid Due Date: October

More information

Category 1: Access Control Systems Category 2: Burglar Alarms Category 3: Surveillance Services and Equipment

Category 1: Access Control Systems Category 2: Burglar Alarms Category 3: Surveillance Services and Equipment Master Agreement #: 3407 Contractor: ALLIED UNIVERSAL SECURITY SYSTEMS Participating Entity: STATE OF SOUTH CAROLINA Contract Number: 4400018287 The following products or services are included in this

More information

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT STATE OF FLORIDA ITB #1303 FLORIDA DEPARTMENT OF LAW ENFORCEMENT Solicitation Number: Item(s) of Bid: Number of Addenda as of above date: ITB Promega Plexor HY Quantification System Kits None Commodity

More information

CONTRACT FOR FINANCIAL FUNDING SERVICES

CONTRACT FOR FINANCIAL FUNDING SERVICES CONTRACT FOR FINANCIAL FUNDING SERVICES THIS CONTRACT FOR FINANCIAL FUNDING SERVICES (the Agreement ) is made and entered this (the Effective Date ), Jabre Capital Team Partner (Partner) by and between

More information

INTERCONNECTION AGREEMENT FOR INTERCONNECTION AND PARALLEL OPERATION OF CERTIFIED INVERTER-BASED EQUIPMENT 10 kw OR SMALLER

INTERCONNECTION AGREEMENT FOR INTERCONNECTION AND PARALLEL OPERATION OF CERTIFIED INVERTER-BASED EQUIPMENT 10 kw OR SMALLER INTERCONNECTION AGREEMENT FOR INTERCONNECTION AND PARALLEL OPERATION OF CERTIFIED INVERTER-BASED EQUIPMENT 10 kw OR SMALLER THIS INTERCONNECTION AGREEMENT ( Agreement ) is made and entered into this day

More information

2. AMENDMENTS TO BID:

2. AMENDMENTS TO BID: GENERAL INFORMATION 1. SCOPE: 1.1 The Wayne-Finger Lakes BOCES and component School Districts require CALCULATORS. The BOCES and School Districts have agreed to form a Cooperative Bid Group as authorized

More information

COUNTY OF COLE JEFFERSON CITY, MISSOURI

COUNTY OF COLE JEFFERSON CITY, MISSOURI COUNTY OF COLE JEFFERSON CITY, MISSOURI REQUEST FOR BID 2018-33: PROPANE PROVISION & SERVICES SUBMISSIONS SHALL BE ACCEPTED UNTIL THURSDAY, AUGUST 23 at 3:30 p.m. Central AND RECEIVED AT: COLE COUNTY COMMISSION

More information

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA SOUTHEASTERN CHESTER COUNTY REFUSE AUTHORITY (SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA BID SPECIFICATION PURCHASE OF REFURBISHED CATERPILLAR 826H LANDFILL COMPACTOR

More information

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER

CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER CITY OF LOS BANOS PUBLIC WORKS DEPARTMENT INVITATION FOR SEALED BIDS PROPOSAL FOR THE PURCHASE OF ONE NEW 2018/2019 MODEL BRUSH CHIPPER City of Los Banos Public Works Department 411 Madison Avenue Los

More information

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT

WESTON SCHOOL DISTRICT BOILER CLEANING. MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT SPECIFICATIONS AND BID FORMS FOR WESTON SCHOOL DISTRICT BOILER CLEANING MANDATORY WALK-THRU, MONDAY, April 24, AT 10:30 A.M. AT CENTRAL OFFICE ANNEX, 24 SCHOOL RD., WESTON, CT 06883. BID: # 17-002BOE_

More information

MSU Standard Terms and Conditions Cost Reimbursement Subaward 01-09

MSU Standard Terms and Conditions Cost Reimbursement Subaward 01-09 I. General Provisions. A. These terms and conditions apply to all Cost Reimbursement Subawards issued by MSU. They are binding when incorporated by reference into a fully executed MSU Subaward, using a

More information

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES

JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: HIGH POWER LINE REPAIR SERVICES JACKSONVILLE AVIATION AUTHORITY REQUEST FOR QUOTATION NUMBER: 1285-44202 HIGH POWER LINE REPAIR SERVICES Jacksonville Aviation Authority Procurement Department 14201 Pecan Park Road, 2 nd Floor Jacksonville,

More information

GROUNDS MAINTENANCE AGREEMENT

GROUNDS MAINTENANCE AGREEMENT GROUNDS MAINTENANCE AGREEMENT THIS AGREEMENT is entered into this day of, 2012, by and between the City of Plant City ( City ) and Company ), whose address is. WHEREAS, City desires to retain Company to

More information

CONTRACT AMENDMENT BETWEEN THE DEPARTMENT OF CORRECTIONS AND STERICYCLE, INC.

CONTRACT AMENDMENT BETWEEN THE DEPARTMENT OF CORRECTIONS AND STERICYCLE, INC. AMENDMENT #4 CONTRACT AMENDMENT BETWEEN THE DEPARTMENT OF CORRECTIONS AND STERICYCLE, INC. This is an Amendment to the Contract between the Florida Department of Corrections ( Department ) and Stericycle,

More information

Town of Highlands Board Approved as of May 17, 2012

Town of Highlands Board Approved as of May 17, 2012 TOWN OF HIGHLANDS INTERCONNECTION AGREEMENT FOR SMALL PHOTOVOLTAIC GENERATION FACILITY OF 10 kw OR LESS This PHOTOVOLTAIC INTERCONNECTION AGREEMENT FOR SMALL GENERATION 10 kw or less (the Agreement ),

More information

REQUEST FOR PROPOSALS (RFP) FOR MEDIA BUYING SERVICES FDC RFP RELEASED ON December 6, 2017

REQUEST FOR PROPOSALS (RFP) FOR MEDIA BUYING SERVICES FDC RFP RELEASED ON December 6, 2017 REQUEST FOR PROPOSALS (RFP) FOR MEDIA BUYING SERVICES RELEASED ON December 6, 2017 By the: Florida Department of Corrections Bureau of Procurement 501 S. Calhoun Street Tallahassee, FL 32399-2500 (850)

More information

UCSD AGREEMENT # 015/SD/1210 SIGMA ALDRICH INC, CHEMICALS AND REAGENTS

UCSD AGREEMENT # 015/SD/1210 SIGMA ALDRICH INC, CHEMICALS AND REAGENTS UCSD AGREEMENT # 015/SD/1210 SIGMA ALDRICH INC, CHEMICALS AND REAGENTS THIS UCSD AGREEMENT ( Agreement ) is made and entered into this 1 st day of January, 2010 by and between The Regents of the University

More information

INVITATION TO BID (ITB)

INVITATION TO BID (ITB) HIGHLANDS COUNTY BOARD OF COUNTY COMMISSIONERS GENERAL SERVICES & PURCHASING INVITATION TO BID (ITB) The Board of County Commissioners (BCC), Highlands County, Sebring, Florida, will receive sealed bids

More information

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

NOTICE TO BIDDERS CUSTODIAL SUPPLIES Purchasing Department Jennifer Pajerski, Purchasing Agent Old Jail 183 Main Street Cooperstown, New York 13326-1129 Phone: (607) 547-4389 Fax: (607) 547-6496 email:pajerskij@otsegocounty.com NOTICE TO

More information

IMAP is equal to 68% of GTL MSRP. Example: $100 = MSRP per GTL $68 = IMAP. Global Tech LED IMAP File

IMAP is equal to 68% of GTL MSRP. Example: $100 = MSRP per GTL $68 = IMAP. Global Tech LED IMAP File ALL SALES BY GLOBAL TECH LED ( GTL ) of the items in our catalogs in our price list (as well as all custom variations) are made pursuant to these standard terms and conditions of sale. We will not be bound

More information

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS The Competitive Solicitation Acknowledgement Form must be completely filled in. This may be done on line then printed or you may

More information

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements:

Vendor Contract TERMS AND CONDITIONS OF PURCHASE. 2. Payment Terms. Payment to Seller is subject to compliance with the following requirements: Vendor Contract TERMS AND CONDITIONS OF PURCHASE 1. Acceptance. This Contract is conditional upon, and can be accepted only upon, the terms and conditions specified in this Contract. If Seller has previously

More information

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS

INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS INSTRUCTION FOR COMPLETING COMPETITIVE SOLICITATION ACKNOWLEDGEMENT FORMS The Competitive Solicitation Acknowledgement Form must be completely filled in. This may be done on line then printed or you may

More information

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses

Natural Disaster Pre-Event Contract for District 4, District-wide Emergency Transportation and Evacuation by Buses State of Florida Department of Transportation District 4 Office of Procurement 3400 West Commercial Boulevard Ft. Lauderdale, Florida 33309-3421 INVITATION TO BID REGISTRATION ******************************************************************************

More information

One Time Preventive & Remedial Service of Evapco Cooling Towers

One Time Preventive & Remedial Service of Evapco Cooling Towers STATE OF FLORIDA DEPARTMENT OF MILITARY AFFAIRS DMA-ITB-168 BID LIST REGISTRATION Item(s) for BID One Time Preventive & Remedial Service of Evapco Cooling Towers Potential proposal/bidders should notify

More information

Attachment A GENERAL TERMS AND CONDITIONS Private- Food Service Management Company

Attachment A GENERAL TERMS AND CONDITIONS Private- Food Service Management Company Attachment A GENERAL TERMS AND CONDITIONS Private- Food Service Management Company Relationships of the Parties Independent Contractor: The Food Service Management Company is and shall be deemed to be

More information

REQUEST FOR PROPOSAL RFP #14-03

REQUEST FOR PROPOSAL RFP #14-03 Payroll Collection Agency Services District Page 1 of 15 REQUEST FOR PROPOSAL RFP #14-03 PAYROLL COLLECTION AGENCY SERVICES - DISTRICT SAN DIEGO COMMUNITY COLLEGE DISTRICT 3375 CAMINO DEL RIO SOUTH, ROOM

More information

AMENDMENT 2 STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES STATE TERM CONTRACT NUMBER: FUEL CARD SERVICES

AMENDMENT 2 STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES STATE TERM CONTRACT NUMBER: FUEL CARD SERVICES AMENDMENT 2 STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES STATE TERM CONTRACT NUMBER: 973-163-10-1 FUEL CARD SERVICES This Amendment 2 of the above-referenced state term contract ( Contract ), effective

More information

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation

Total Cost per Unit and Wall Mount including Installation Total Cost per Unit and Wall Mount not including Installation *** Invitation to Submit a Bid Proposal for Taylorsville Elementary School s LED Full HD Interactive Multi-Touch Flat Panel Display for 55 (Fifty-five) Units*** The Spencer County Board of Education is

More information

Contract means the contract for the purchase and/or sale and/or hire of the Goods and/or the supply of Services.

Contract means the contract for the purchase and/or sale and/or hire of the Goods and/or the supply of Services. TERMS & CONDITIONS OF BUSINESS 1 Interpretation 1.1 In these conditions: Company means. Conditions means the standard terms and conditions of business set out in this document and (unless the context otherwise

More information

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent

Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent CMAA Document A-1 Standard Form of Agreement Between OWNER AND CONSTRUCTION MANAGER Construction Manager as Owner s Agent 2013 EDITION This document is to be used in connection with the Standard Form of

More information

PURCHASING DEPARTMENT

PURCHASING DEPARTMENT PURCHASING DEPARTMENT Hill Education Center #243 136 Elm St. Cumming, GA 30040 Phone: 770-781-6603 / Fax: 770-888-0222 www.forsyth.k12.ga.us BID# B12-01 Hand Soap & Sanitizer Date: June 22, 2011 To: All

More information