SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated Amount Awarded

Size: px
Start display at page:

Download "SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated Amount Awarded"

Transcription

1 SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL BID #07-043/BM COOLING TOWER CLEANING AND REPAIR SERVICES MAINTENANCE VENDORS RECOMMENDED FOR RE-AWARD: Vendor Name Estimated Amount Awarded Items Vendor #V Air Mechanical & Service Corporation Indeterminate Primary For North Area Schools (All Items) Secondary For South Area Schools (All Items) Vendor #V Competitive Air & Heat, LLC Indeterminate Primary For South Area Schools (All Items) Secondary For North Area Schools (All Items) TOTAL Indeterminate SOLICITATION SUMMARY Date Solicited: April 6, 2007 Number of Items/Groups: 9/3_ Date Opened: May 4, 2007 Present to Board: July 15, 2008 Original Award Date: June 12, 2007 CONTRACT TERM: (Option Year 1) One year from June 12, 2008, with the option to renew this contract for an additional one year period. RECOMMENDATION: It is the recommendation of Mr. Walt Petters, Director, Plant Operations and Maintenance, and Staff, to re-award to the lowest conforming bidder as highlighted on the tabulation sheet. Request authority for the Office of Purchasing Services to renew the contract annually for an additional one year period. Contract renewal shall be contingent upon Maintenances request for continuance of services and annual contract review. ACTION BY BOARD Approved Recommendation(s) Above & Awarded Meeting Date: Other Lynda Jones, Director of Purchasing and Warehouse Services

2 SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL May 7, 2007 TO: FROM: RE: BIDDERS ON COOLING TOWER CLEANING AND REPAIR SERVICES Bill McNichols, Buyer Bid #07-043/BM Cooling Tower Cleaning and Repair Services - Maintenance TABULATION Listed below for your information is a Tabulation of bids received on the above captioned matter. This is a Tabulation only, and Award of orders will be made at a later date. Air Mechanical & Service Corporation Aqua Pure Products Of Florida Competitive Air & Heat, LLC Hill York Service Corporation Mechanical Edge, Inc. Thermetrics Item/Unit Amount Bid Amount Bid Amount Bid Amount Bid Amount Bid Amount Bid Amount Bid Trane 1. COST OF ANNUAL COOLING TOWER PREVENTATIVE MAINTENANCE AND CLEANING. DELTA Each $ $1, $ $1, $1, $3, $1, X 6 = Total $3, $7, $3, $10, $7, $18, $11, EVAPORATIVE Each $ $1, $ $1, $1, $3, $2, X 7 = Total $4, $10, $3, $8, $7, $22, $17, MARLEY BI FLOW Each $ $1, $ $ $1, $3, $1, X 4 = Total $2, $5, $2, $1, $4, $12, $7, MARLEY QUAD FLOW Each $ $1, $ $1, $1, $3, $1, X 40 = Total $26, $69, $20, $67, $45, $126, $74, RECOLD Each $ $1, $ $ $1, $3, $1, X 1 = Total $ $1, $ $ $1, $3, $1, REYMSA Each $ $1, $ $ $1, $3, $2, X 3 = Total $1, $4, $1, $1, $3, $11, $7, TOWER TECH Each $ $1, $ $ $1, $3, $2, X 3 = Total $1, $4, $1, $2, $3, $10, $7, TOTAL FOR ALL TOWERS $42, $103, $32, $93, $72, $205, $126,200.00

3 Air Mechanical & Service Corporation Aqua Pure Products Of Florida Competitive Air & Heat, LLC Hill York Service Corporation Mechanical Edge, Inc. Thermetrics Item/Unit Amount Bid Amount Bid Amount Bid Amount Bid Amount Bid Amount Bid Amount Bid Trane 2. MATERIALS Materials (To Be Furnished By Contractor If and When Requested By The School Board) Shall Be At Contractors Actual Cost Plus Percentage Bid. Mark Up Shall Not Exceed 15%.l 15% 10% 15% 15% 15% 15% 12% 3. HOURLY RATE FOR SERVICES NOT INCLUDED UNDER THE PREVENTATIVE MAINTENANCE AND CLEANING COST FOR COOLING TOWERS. $68.00 Per Hr $75.00 Per Hr $68.00 Per Hr $75.00 Per Hr $66.00 Per Hr $90.00 Per Hr $75.00 Per Hr

4 BIDDER S NOTES Bid #07-043/BM Cooling Tower Cleaning and Repair Services - Maintenance Bidder Time Required For Delivery Bid Valid Until Vendor #V Air Mechanical and Service Corporation 325 Anchor Road Casselberry, FL Phone # Fax # Contact: David Vance 5 Hours Term of Contract Aqua Air Products of Florida 5462 Lake Howell Road Winter Park, FL Phone # Fax # Contact: Randy Newcity 20 Days Term of Contract One Year From Date of Award Vendor #V Competitive Air and Heat, LLC 689 Hedgecock Square Satellite Beach, FL Phone # Fax # Contact: Jacqueline L. Gowran Within 24 Hours Term of Contract 1 Year and 2 Year Renewals Hill York Service Corporation 727 North Drive Melbourne, FL Phone # Fax # Contact: Michael Murphy 10 Days 2 Years Mechanical Edge, Inc South Spring Garden Avenue Orlando, FL Phone # Fax # Contact: Robert Holub 30 Days Term of Contract Thermetrics 307 Aulin Avenue, Suite 400 Oveido, FL Phone # Toll Free # Fax # Contact: Barry L. Shelton 3 Days One Year From Date Awarded Trane 1151 North Keller Road Orlando, FL Phone # Toll Free # Fax # Contact: Allen S. Irvine Start Within 2 Weeks ARO 90 Days

5 SCHOOL BOARD OF BREVARD COUNTY, FLORIDA PURCHASING DEPARTMENT 2700 JUDGE FRAN JAMIESON WAY VIERA, FL April 6, 2007 TO: FROM: BIDDERS ON COOLING TOWER CLEANING AND REPAIR Mr. Bill McNichols, Buyer RE: Bid #07-043/BM Cooling Tower Cleaning and Repair Contractors Maintenance 2006/07 BID REQUEST The School Board of Brevard County, Florida respectfully requests that you submit a Bid on the above captioned matter, F.O.B. various locations throughout Brevard County, Florida. Please return this bid package, executed, as your bid. Retain a copy of the bid for your files. Our form must be used as no other format will be accepted. If additional space is required, submit with attachments using our bid format referencing your name, address and our bid number on each page. Complete our bid form in total. Omit no information requested. BID SUBMITTALS The envelope in which you seal your submittals and bids must be in full accordance with the enclosed specific qualification requirements. The larger outside envelope, containing the two smaller envelopes, must be sealed and clearly marked on the outside: Bid No /BM Cooling Tower Cleaning and Repair Contractors Maintenance 2006/07 2:00 p.m., 5/4/07, along with company name and return address. All bids shall be mailed or hand-delivered to The School Board of Brevard County, Purchasing Department, Pod 8--Room 802, 2700 Judge Fran Jamieson Way, Viera, FL Bids will be received in the Purchasing Department up until, but no later than: 1:00 p.m. Friday, May 4, Bids will be opened at that time. Any bid received after stipulated time and date will not be accepted, nor opened, and will be returned. Mandatory Pre-Bid Conference will be held at 1:00 p.m. on Monday April 16, 2007 at the Office of Food and Nutrition Services, Conference Room 714A, 2700 Judge Fran Jamieson Way, Viera, Florida BID - BOARD APPROVAL OR REJECTION AUTHORITY No bid may be withdrawn prior to Board approval without a written request by the bidder, and written consent of the buyer. The Board reserves the right to waive formalities in any bid and to accept any bid which it considers to be in the best public interest, and to reject any or all bids. The decision of the Board shall be final. BRAND NAME REFERENCE: Although certain manufacturer brand names and numbers may be specified, alternates may be considered. The bidder by bidding an alternate warrants that products/services being bid meet or exceed all stated specifications. When an alternate is bid, bidder must furnish two (2) copies of complete literature on item(s) bid. Full-line catalogs will be appreciated. If an alternate is bid and descriptive literature is not included, bid will be considered invalid. As requested, each bid must be accompanied by two (2) copies of literature giving a complete description of the item(s) on which you are bidding to clearly present the quality, style and construction. All literature must be clearly identified by the name of the bidder, if applicable to materials, products, or equipment being offered. Bidders must insert brand names, model number and description of products bid. Terms and conditions, where applicable, are set out within the bid. In the event your firm has any immediate relatives employed by the School Board of Brevard County, please list any and all names and locations of employment. REF. SECTION FS If you have any questions concerning this bid, please contact: Bill McNichols, Buyer, Purchasing Dept., at , ext AUTHORITY FOR ACTION: Florida Statute - Protest (3) Florida Statute - Bid Action , , (Bill 992), 112, 113 State Board of Education Rule 6A (5-10), 6A-1.013

6 SPECIFIC QUALIFICATION REQUIREMENTS OF BIDDERS This document is to explain and define the method of submitting and responding to all bids initiated by the Purchasing Department of the School Board of Brevard County. All bids and related documents will be submitted in the following manner and any deviation of this method will be specific cause for non-acceptance of said bid. Any document not completed in its entirety will be cause for non-acceptance of the respective bid. All bid responses will be separated into two (2) sealed envelopes labeled accordingly: ENVELOPE "A" MARKED WITH: Bid #, Date & Time of Opening, Category & Envelope "A" Sealed Envelope "A": will include only the following as checked. All checked documents must be enclosed in Envelope "A". Do not omit any required/check forms/submittals. X X X X X 1) General Conditions - signed by bidder. Required on all bids. 2) Asbestos (AHERA) Document - signed by bidder. Required if work is to be done on Brevard County School Board property. 3) Insurance Compliance Requirements - signed by bidder. Proof of Insurance to be included if work is to be done on Brevard County School Board property. 4) Bond Agreement - signed by bidder. 5% Bid Bond -- required with bid. 5) Joint Cooperative Governmental Purchasing Program - signed by bidder. 6) Drug Free Work Place, Sect FL Statutes - signed by bidder. ENVELOPE "B" MARKED WITH: Bid #, Date & Time of Opening, Category and Envelope "B" (BID ONLY) Sealed Envelope "B": will include only the following: X 1) Bid Form - Annotating actual bid being offered with related cut sheets, specification sheets, or the documents relating to product being offered. Bidders' submittals, i.e., Envelope "A" and "B" must be sealed in one larger envelope marked with Company Name, Return Address, Bid Number, Date & Time of Bid Opening. If any document included in our bid request that is required to be completed and returned in Envelope "A" is omitted or unsigned, the actual bid envelope "B" will be returned unopened and not considered. Any deviation from this format will be cause for return of bid or rejection of bid to non-responsive and/non-responsible bidder. Bid envelope "A" will be opened first to determine compliance or noncompliance.

7 G E N E R A L C O N D I T I O N S The School Board of Brevard County SUBMIT BID TO: PURCHASING SERVICES 2700 Judge Fran Jamieson Way Viera, FL INVITATION TO BID Bid Acknowledgment BID TITLE: Cooling Tower Cleaning and Repair Contractors ITB NO.: /BM BID DUE DATE AND TIME: May 4, 2:00 PM BUYER: Bill McNichols PURCHASING TELEPHONE NUMBER: Ext. 623 ISSUE DATE: April 6, 2007 Vendor Name: If returning as a No Bid state reason: Vendor Mailing Address: City State Zip Code: Vendor Taxpayer Identification Number: Telephone Number: Toll-Free Number: Fax Number: Internet Address: Internet URL: I certify that this Bid is made without any prior understanding, agreement, or connection with any corporation, firm or person submitting a Bid for the materials, supplies or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of the Bid and certify that I am authorized to sign this Bid for the Bidder. In submitting a Bid to the School Board of Brevard County, the Bidder offers and agrees that if the Bid is accepted, the Bidder will convey, sell, assign or transfer to the School Board of Brevard County all rights, title and interest in and to all causes of action it may now or hereafter acquired under the Antitrust Laws of the United States and the State of Florida for price fixing relating to the particular commodities or services purchased or acquired by the School Board of Brevard County. At the School Board s discretion, such assignment shall be made and become effective at the time of final payment to the Bidder. X Signature of Authorized Representative (Manual) Name of Authorized Representative (Typed or Printed) Title Date PURCHASING CARDS: Not applicable to this bid. District personnel may choose to use a Purchasing Card in place of a purchase order to make purchases from this bid. Unless exception to this condition is checked below, the bidder, by submitting a bid, agrees to accept the purchasing card as an acceptable form of payment and may not add additional service fees or handling charges to purchases made with the purchasing card. Refusal to accept this condition may cause your bid to be declared non-responsive. I do not accept the above condition. BIDDERS: To insure acceptance of the Bid, follow these instructions. 1. SEALED BID REQUIREMENTS: All bid sheets and this form must be executed and submitted in a sealed envelope. (DO NOT INCLUDE MORE THAN ONE BID PER ENVELOPE.) The face of the envelope shall contain in addition to the above address, the date and time of the bid opening and the bid number. Bids not submitted on attached bid form shall be rejected. All bids are subject to the conditions specified herein. Those which do not comply with these conditions are subject to rejection. 2. a) Taxes: The School Board does not pay federal excise and state sales taxes. Do not include these items on invoices. The applicable tax exemption number is shown on purchase orders. b) Mistakes: Bidders are expected to examine the specifications, delivery schedule, bid prices and extensions, and all instructions pertaining to supplies and services. Failure to do so will be at bidder's risk. c) Conditioning & Packaging: It is understood and agreed that any item offered or shipped as a result of this bid shall be new (current production model at the time of this bid). All containers shall be suitable for storage or shipment, and all prices shall include standard commercial packaging.

8 General Conditions Cont d... ITB #07-043/BM d) Underwriter's Laboratories: Unless otherwise stipulated in the bid, all manufactured items and fabricated assemblies shall carry U.L. approval of reexamination listing where such has been established by U.L. for the item(s) offered and furnished. e) Bidder's Conditions: Any conditions to be made as part of the bid should be submitted by letter with notes thereof on bid sheet for consideration. 3. Equivalents: Any manufacturer's names, trade names, brand names, information and/or catalog numbers listed in a specification, unless noted otherwise, are for information and not to limit competition. Bid any brand, which meets or exceeds the quality of specifications listed for any item. Indicate on the bid form the manufacturer s name and number and indicate any deviation from the specifications as listed. If the bid is based on equivalent products, include two (2) copies of fully descriptive literature on item(s). Lacking any written indication of intent to quote an alternate brand or model number, the bid will be considered as a quotation in complete compliance with the specifications as listed in the bid form. 4. Nonconformance to Contract Conditions: Items may be tested for compliance with specifications. Items delivered not conforming to specifications may be rejected and returned at vendor s expense. These items, and items not delivered as per delivery date in bid and/or purchase order may be purchased on the open market. Any increase in cost may be charged against the bidder. Any violation of these stipulations may also result in: 1) Vendor s name being removed from the bid list, and 2) Claims against Performance Bonds will be implemented for damages. 5. Samples: Samples of items, when required, must be furnished free of expense and, if not destroyed, will, upon request, be returned at the bidder s expense. Request for the return of samples must be made within 10 days following opening of bids. Each individual sample must be labeled with bidder s name, bid number, and item number. Failure of bidder to either deliver required samples or to clearly identify samples as indicated may be reason for rejection of the bid. 6. Delivery: Unless actual date of delivery is specified (or if specified delivery cannot be met), show number of days required to make delivery after receipt of purchase order in space provided. Delivery time may become a basis for making an award. Delivery shall be within the normal working hours of the user Monday through Friday. 7. Interpretations: Any questions concerning conditions and specifications shall be submitted to the buyer no later than three (3) days prior to the bid opening. 8. Notice of Bid Protest Bonding Requirement: Any person who files an action protesting a decision or intended decision pertaining to this bid pursuant to FS (3)(b), shall post with the purchasing department at the time of filing the formal written protest, a bond payable to the School Board of Brevard County in an amount equal to 1 percent (1%) of the total estimated contract value, but not less than $500 nor more than $5,000, which bond shall be conditioned upon the payment of all costs which may be adjudged against the protester in the administrative hearing in which the action is brought and in any subsequent appellate court proceeding. 9. Awards: Awards will be made to the lowest and best firm bid price from the most responsive and responsible bidder, meeting all the specifications and/or criteria, printed matter, attachments, drawings, schematics, and pre-bid conferences (if any.). In the best interest of the School Board, the right is reserved to reject any and all bids, to reject or accept any item or group of items. 10. Additional Quantities: Unless qualified by bidder, acquisition of additional quantities at prices quoted on the invitation is at Buyer s discretion. If not the case, the bid sheets must be noted Bid For Specified Quantity Only. 11. Inspection, Acceptance & Title: Inspection and acceptance will be at destination unless otherwise provided. Title to or risk of loss or damage to all items shall be the responsibility of the successful bidder until acceptance by the buyer. 12. Payment: Payment will be made by the accounting department or by Purchasing Card if applicable to this bid, after the items awarded to a vendor have been received, inspected, and found to comply with award specifications free of damage or defect and properly invoiced. 13. Disputes: In case of any doubt or difference of opinion as to the items to be furnished, the decision of the buyer shall be final and binding on both parties. 14. Legal Requirements: Federal, State, County and local laws, ordinances, rules and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the bidder will in no way be a cause for relief from responsibility. 15. Special Conditions: Any and all Special Conditions that may vary from these General Conditions shall have precedence.

9 General Conditions Cont d... ITB #07-043/BM 16. Validity: Bids must be valid for one year after date of award, unless otherwise stipulated in bid request, or bidder s offer has been made and acceptance has been considered and accepted. 17. Asbestos Statement: All materials supplied to the School Board of Brevard County, Florida must be 100% asbestos free. Bidder by virtue of bidding, certifies by signing bid, that if awarded any portion of this bid, will supply only material or equipment that is 100% asbestos free. No bid will be considered unless this is agreed to by the bidder. 18. Material Safety Data Sheets: Pursuant to Chapter , Florida Statutes, suppliers will act in full compliance and provide, with every shipment, a Material Safety Data Sheet from the manufacturer of any product or compound substance, composed of or containing 1% or more of any toxic ingredient as compiled in the Florida Toxic Substance List. Failure to comply with this requirement is a violation of Florida Statutes and could result in the School District refusing delivery of the product(s). This Directive must be considered in your Bidding and Quoting on the enclosed requirements. 19. Conflict of Interest: In addition to full and complete adherence to the requirements provided in Chapter , Florida Statutes, all bidders must disclose with their bid the name of any officer, director, or agent who has a material interest in the bidder s firm and who is also an employee of the School Board of Brevard County. 20. Public Entity Crimes: All bidders are hereby placed on notice that a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or a public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in s for CATEGORY TWO (currently $25,000.00) for a period of thirty six (36) months from the date of being placed on the convicted vendor list. 21. Federal Debarment Certification: Certification regarding debarment, suspension, ineligibility and voluntary exclusion as required by Executive Order 12549, Debarment and Suspension, and implemented at 34 CFR, Part 85, as defined at 34 CFR Part 85, Sections and (ED ). a. The prospective lower tier ($100,000) participant certifies, by submission and signature of this bid, that either it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. b. Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this bid. 22. Davis-Bacon Act (34 CFR 80.36(i)(4)): All vendors, contractors and subcontractors must comply with the Davis-Bacon Act (40 U.S.C. 276a to 276a-7) as supplemented by the Department of Labor regulations (29 CFR part 5). (Construction contracts in excess of $2000 awarded by grantees and sub-grantees when required by Federal grant program legislation). (Applies to all construction contracts in excess of $2000 awarded by the District and sub-grantees when required by Federal grant program legislation). 23. Liability, Insurance, Licenses and Permits: Where bidders are required to enter or go into School Board property to deliver materials or to perform work or services as a result of a bid award, the bidder agrees to the Hold Harmless Agreement stated herein and will assume the full duty obligation and expense of obtaining all necessary licenses, permits and insurances. The bidder shall be liable for any damages or loss to the Board occasioned by negligence of the bidder (or agent) or any person the bidder has designated in the completion of the contract as a result of their bid. 24. Hold Harmless and Indemnification: During the term of this bid the bidder shall, unless specifically prohibited by Statute or Law, indemnify, hold harmless, and defend the School Board of Brevard County, Florida, its agents, servants and employees from any and all costs and expenses, including but not limited to, attorney s fees, reasonable investigative and discovery costs, court costs and all other sums which the Board, its agents, servants and employees, may pay or become obligated to pay on account of any, all and every claim or demand, or assertion of liability, including claims against the School Board for liability resulting from their negligence or any claims or actions founded, thereon, arising or alleged to have arisen out of the products, goods or services furnished by the bidder, his agents, servants or employees, or any of his equipment when such persons or equipment are on premises owned or controlled by the Board for the purpose of performing services, delivering products or goods, installing equipment, or otherwise transacting business, whether such claim or claims be for damages, injury to person or property, including the Board s property, or death of any person, group or organization, whether employed by the bidder or the Board or otherwise. 25. Bidders and/or interested parties may attend this bid opening.

10 Notification to Short-Term Workers As Required by The Asbestos Hazard Emergency Response Act (AHERA) Presented in accordance with 40CFR S (d) as published in the Federal Register, Vol. 52, No. 210, October , p Pursuant to federal law, short-term workers such as contractors, consultants, subcontractors and all employees of the aforementioned and other short-term workers, hereinafter known as the PROVIDER, are hereby informed that asbestos containing materials, hereinafter known as ACM, may be present at some sites owned by the DISTRICT. At each facility there is a document commonly known as the Management Plan hereinafter known as PLAN, which identifies the type amount and location of ACM within the facility. PLAN is updated periodically to reflect changes in asbestos condition, asbestos removals, and asbestos repairs. It is imperative that PROVIDER ensure that its employees are aware of and instructed to seek the PLAN, through the office of the school/facility administrator, before commencing any activity that might deliberately or inadvertently disturb ACM. Federal Low, EPA regulations, Florida DER regulations, and DISTRICT management prohibit the disturbance of ACM by any individual who is not accredited under the Asbestos Hazard Emergency Response Act of 1986 (AHERA), further the legal disturbance of ACM must be coordinated through and approved by DISTRICT S Asbestos Program Manager(s) and evidence thereof must be obtained by PROVIDER in writing, prior to the commencement of work. The management of PROVIDER must certify, in writing, in a form acceptable to the DISTRICT, that all employees of said management have been made aware of the existence of the PLAN available at each facility, further that said employees have been directed to consult the PLAN before performing any service which could, deliberately or inadvertently, disturb ACM. The provisions of this document shall survive the closing and performance of any contract, bid request, request for proposal, purchase order, informal request involving PROVIDER S visit/inspection of DISTRICT S facilities, and subsequent correction of defects, providing corrective action, warranty service and/or maintenance service. Inasmuch as PROVIDER may, from time to time, perform services to and for DISTRICT, it is intended that this notification stand in perpetuity and refer to each and every facility and any/all equipment owned and/or operated by DISTRICT EXECUTE BUT DO NOT DETACH PROVIDER acknowledges having read and understood the foregoing and will ensure that all of PROVIDER S employees understand the provisions set forth herein, and seek the PLAN for each school/facility and other wise comply with all provisions hereinbefore described. Name and address of PROVIDER: Date of signature Signature of PROVIDER S management designee Typed name of PROVIDER S management designee NOTE THIS IS A SUBMITTAL DOCUMENT

11 SCHOOL BOARD OF BREVARD COUNTY PURCHASING DEPARTMENT 2700 JUDGE FRAN JAMIESON WAY VIERA, FL INSURANCE REQUIREMENTS & HOLD HARMLESS AGREEMENT INSURANCE All bidders shall furnish, with their bid, a Certificate of Insurance as proof of the following coverage. Such certificate must contain a provision for notification to the Board thirty (30) days in advance of any material change in coverage or cancellation. Upon award the School Board of Brevard County, Florida, shall be included as an additional insured under the General Liability policy including Products Liability. This is applicable only to deliveries inside the facilities, or services furnished on sites of the School Board of Brevard County. 1. General Liability Insurance, including Contractual Liability to cover the Hold Harmless Agreement set forth herein, with bodily injury limits of not less than $1,000,000 per occurrence combined single limit for bodily injury and property damage. 2. Product Liability or Completed Operations Insurance with bodily injury limits of liability of not less than $500,000 per occurrence. 3. Automobile Liability Insurance of not less than $1,000,000 per occurrence. 4. Workers Compensation and Employers Liability Insurance with statutory limits. HOLD HARMLESS AGREEMENT The successful bidder agrees, by accepting the award of this bid, to the following Hold Harmless Agreement : During the term of this bid the vendor shall indemnify, hold harmless, and defend the School Board of Brevard County, Florida, its agents, servants and employees from any and all costs and expenses, including but not limited to, attorney s fees, reasonable investigative and discovery costs, court costs and all other sums which the Board, its agents, servants and employees may pay or become obligated to pay on account of any, all and every claim or demand, or assertion of liability, including claims against the School Board for liability resulting from their negligence or any claim and every claim or demand or assertion arisen out of the products, goods or services furnished by the vendor, his agents, servants or employees, or any of his equipment when such persons or equipment are on premises owned or controlled by the Board for the purpose of performing services, delivering products or goods, installing equipment, or otherwise transacting business, whether such claim or claims be for damages, injury to person or property, including the Board s property, or death of any person, group or organization, whether employed by the vendor or the Board or otherwise. Any questions as to the intent or meaning of any part of the above-required coverage should be brought to the Director of Risk Management of the School Board of Brevard County, Florida. Company Name Signature Date Authorized Agent of Company

12 SCHOOL BOARD OF BREVARD COUNTY PURCHASING DEPARTMENT 2700 JUDGE FRAN JAMIESON WAY VIERA, FL TO: FROM: SUBJECT: All Bidders Lynda Jones, Director Purchasing and Warehouse Services Cooperative Bids RE: Joint Cooperative Governmental Purchasing Program, State Board of Education Rule 6A Para 5, SICOP, and Central Florida School Board Purchasing Consortium BID: /BM Cooling Tower Cleaning and Repair Contractors Maintenance 2006/07 In accordance with the Brevard County Joint Cooperative Governmental Purchasing Program and 6A-1.012, please be so notified that the Brevard County Commission and any and all other Florida school districts, governmental agencies, municipalities and Brevard County entities are hereby authorized to procure from this bid, at their own discretion. The quantities listed herein are only anticipated estimated usages from the Brevard County School Board and do not reflect usage factors from other Brevard County governmental agencies or state school districts. Please govern yourselves accordingly. The Brevard County School Board Purchasing Department is at all times custodian of this bid. Please sign and return to the above named, with your bid, at the address listed above, if your firm is in full agreement. Name & Mailing Address of Vendor Signature of Authorized Representative Telephone Number Dated: BE/pn Rev. 3/12/98

13 SCHOOL BOARD OF BREVARD COUNTY PURCHASING DEPARTMENT 2700 JUDGE FRAN JAMIESON WAY VIERA, FL DRUG FREE WORK PLACE, SECTION FL STATUTES IDENTICAL TIE BID - Preference shall be given to businesses with drug-free workplace programs. Whenever two or more bids which are equal with respect to price, quality, and service are received by the State or by any political subdivision for the procurement of commodities or contractual services, a bid received from a business that certifies it has implemented a drug-free workplace program shall be given preference in the award process. Established procedures for processing tie bids will be followed if none of the tied vendors have a drug-free workplace program. In order to have a drug-free workplace program, a business shall: 1) Publish a statement notifying 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. (Provide School District with a copy of said document with firm s name on Notification Document.) 2) Inform employees about the dangers of drug abuse in the workplace, the business s policy of maintaining a drugfree 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 bid 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 bid, the employee will abide by the terms of the statement and will notify the employer of any convictions of, or plea of guilty or nolo contendere to, any violation of chapter 893 or of any controlled substance law of the United States or any state, for a violation occurring in the work place no later than five (5) days after such conviction. 5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or rehabilitation program if such is available in the employee s community, by any employee who is so convicted. 6) Make a good faith effort to continue to maintain a drug-free workplace through implementation of this section. As the person authorized to sign the statement, I certify that this firm complies fully with the above requirements. Vendor s Corporate Name Signature of Bidders Executive Officer

14 BID #07-043/BM COOLING TOWER CLEANING AND REPAIR CONTRACTORS - MAINTENANCE 2006/07 1. SCOPE GENERAL SPECIFICATIONS 1.1 THIS SPECIFICATION establishes the minimum requirements for COOLING TOWER CLEANING AND REPAIR SERVICES, listed and described in the body of these specifications, to be used as noted, by the School Board of Brevard County, Florida, 2700 Judge Fran Jamieson Way Viera, Florida THE INTENT of this bid is to establish a contract for a period of one year from date of award during which time; the successful bidder(s) shall guarantee firm material and labor prices for the Cooling Tower Cleaning and Repair Services awarded to him/her as specified in this bid. 2. TECHNICAL SPECIFICATIONS 2.1 SCOPE Bids will be requested for the following types of work: Clean and perform minor repairs not to exceed $ to the cooling towers and evaporative condensers identified in this document. Prepare cost estimates for repairs that exceed $ for review by the District s personnel. 2.2 GENERAL The majority of this work shall be accomplished during the normal work day following the prescribed safety guidelines. Although some work may be required by the School Board at no additional cost, at night and on weekends, and after normal school hours at the same price as bid. The Contractor will coordinate all work with the schools and the Maintenance Department from the start date to the completion of the project. The Maintenance Department shall inspect all work at various times or when called and on completion, before final payment is made on the project. 2.3 DEFINITIONS SCHOOL BOARD shall mean THE SCHOOL BOARD OF BREVARD COUNTY, FLORIDA or its duly appointed representative OWNER shall mean THE SCHOOL BOARD OF BREVARD COUNTY, FLORIDA BIDDER shall mean any person, firm or corporation who submits a bid pursuant to this Instruction to Bidders FACILITY shall mean any building owned or leased by the School Board of Brevard County, Florida CONTRACTOR shall mean the bidder, whether a corporation, partnership, individual or any combination thereof, and its, their or his successors, personal representatives, executors, administrators, and assignees VENDOR shall mean the Bidder whose bid is accepted by the School Board of Brevard County, Florida PROJECT MANAGER shall mean the Contractor s chief coordinator for all work under this bid and who normally oversees all bid operations and final decisions, etc WORK shall mean the completed construction required by the project and contract documents.

15 Bid #07-043/BM Specifications 4/6/07 Page SUPERINTENDENT shall mean the Contractor s chief representative (normally field based) who usually plans work, orders materials, coordinates blueprints, inspects finished work, supervises tradesmen, etc CONTRACT DOCUMENTS consist of each and every one of the following: a. Each page of the bid document (including all specifications and terms and conditions). b. All addenda heretofore issued. c. Project scope of work. d. Drawings, if any. e. Supplementary specifications (if applicable). f. Purchase order or construction agreement (as required). g. Contract completion form. 2.4 CONTRACTOR QUALIFICATIONS The successful Contractor shall minimally hold either a General Contractor s or Mechanical Contractor s license issued by the State of Florida Construction Industry Licensing Board according to Florida State Statutes, Chapter 489. This license must be valid at the time of the bid opening. A copy of the license and any other applicable licensing/certification must be provided with bid. Contractor shall notify Brevard County School Board if any change occurs in regards to licenses during the service of the contract The Contractor must provide documentation demonstrating at least five (5) years experience in the field of cooling tower cleaning and repair The Contractor must complete the enclosed questionnaire which will be used to evaluate capabilities to perform the work during the contract period. The questionnaire must be completed and contain sufficient and specific information which directly responds to the request. The School Board reserves the right to reject bids which do not provide sufficient information to evaluate the qualifications of the Contractor and where information provided does not demonstrate a proven past record (such as negative references, failure to complete projects, etc.). 3. SPECIAL TERMS AND CONDITIONS 3.1 GENERAL SPECIFICATIONS The contractor shall furnish all labor at an hourly rate, tools, equipment, materials and transportation to provide cooling tower cleaning and repair services at multiple facilities within Brevard County as required by the School Board The Contractor is qualified for and responsible for the entire project contracted for and does himself or by others clean and repair cooling towers Materials shall be furnished by the contractor as requested by the School Board. The School Board reserves the right to furnish materials to the General Contractor. This bid includes a Special Category of Materials clause which allows the owner to be reimbursed for the 6% state sales tax. Materials Purchased by the General Contractor and incorporated into the work shall be reimbursed at invoice cost including (1) sales and/or use taxes and (2) freight. A mark-up shall be paid on the invoice cost of the materials excluding all (1) sales and/or use taxes and (2) freight. The mark-up shall be based on the material mark-up percentage specified on the Price Sheet (item 2), not to exceed 15%. Copies of invoices received by the General Contractor s for materials shall be submitted with each contractors completion form. The School Board shall only pay fair market prices for materials.

16 Bid #07-043/BM Specifications 4/6/07 Page Special Category of Materials - Section (6), Florida Statute exempts political subdivisions of the State, including school districts, form the State sales tax levied on retail sales of tangible personal property. In accordance with the Florida Statute, the Contractor and Subcontractors shall include the sales tax in calculating their bids. The clause allows the District, after a contract is award, to designate materials and equipment which will be purchased directly by the District in a tax exempt purchase and delivered to the job site for incorporation into the project. The Special Category of Materials for this contract shall include each individual supplier or vendor who contracts to supply materials or equipment in excess of Ten Thousand Dollars ($10,000.00) It is further agreed that the School District take advantage of any cash discounts offered by the supplier for prompt payment. Upon request by the Maintenance Department, the contractor shall prepare and submit two (2) copies of a complete list and purchase request for each individual supplier of materials and equipment in excess of the amount indicated. The Owner shall prepare and issue purchase orders for each material supplier and a purchase order for the remaining balance to the General Contractor The Contractor shall supervise and direct the work, using his best skill and attention. He shall be solely responsible for all construction means, methods, techniques, sequences and procedures and for coordinating all portions of the work under the contract The Contractor shall be responsible to the Owner for the acts and omissions of his employees, subcontractors, and their agents and employees, and other persons performing any of the work under a contract with the Contractor Unless otherwise provided in the project documents, the Contractor shall provide and pay for all labor, materials, equipment, tools, construction equipment and machinery, transportation, and other facilities and services necessary for the proper execution and completion of the project whether temporary or permanent and whether or not incorporated in the project The Contractor warrants to the Owner that all materials and equipment, if applicable, furnished under this Contract will be new unless otherwise specified, and that all work will be of good quality, free from faults and defects and in conformance with the project specifications. All work not conforming to these requirements, including substitutions not properly approved and authorized, may be considered defective. If required by the School Board, the Contractor shall furnish satisfactory evidence as to the kind and quality of materials and equipment The Contractor at all times shall keep the premises free from accumulation of waste materials or rubbish caused by his operations. At the completion of the Work he shall remove all his waste materials and rubbish from and about the Project, as well as, all his tools, construction equipment and machinery The Contractor shall be responsible of notifying the School Board in writing of any conditions detrimental to proper and timely completion of work. Do not proceed with work until unsatisfactory conditions have been corrected in a manner acceptable to the Contractor.

17 Bid #07-043/BM Specifications 4/6/07 Page 4 4. SUPPLEMENTARY SPECIFICATIONS 4.1 The School Board of Brevard County, Florida reserves the right to add supplementary specifications for larger construction projects. These supplementary specifications shall be added to the scope of work for specific projects to allow the contractor to calculate any additional costs which may be associated with their use and subsequent compliance. 5. CONTRACTOR S RESPONSIBILITIES 5.1 Upon notification from the School Board s authorized representative(s), the Contractor shall prepare an independent written estimate (see Attached Work Request and Estimate Form) of the labor and materials required to complete the work. This estimate shall provide specific information including the following: hourly labor rates, as bid, and a list of materials to include description, cost, manufacturer, manufacturer s part number, sales tax on materials and permits, if applicable. This estimate shall be itemized by the number of work hours per classification for labor and by the cost of materials with the percentage of markup. Lump sum estimates shall not be accepted. This estimate shall also include when the project will be started and completed. The Contractor will be provided a detailed scope of work which identifies the specific work description. The Contractor shall complete the total estimate to accomplish the work and will identify any additional tasks necessary to satisfactorily accomplish the overall scope of work. 5.2 The Contractor must return an estimate to the School Board s Maintenance Department within five (5) business days, or as otherwise directed. 5.3 The Contractor s estimate will be evaluated to determine if the scope has been clearly and accurately understood, the work has been properly estimated with supporting data presented and that material and equipment estimates are reasonable and properly documented. The estimate provided by the Contractor shall be firm; no increases will be permitted unless unforeseen circumstances arise. This bid shall be awarded to two primary contractors. 5.4 The Contractor may at the request of the School Board be required to provide a performance bond on larger projects. This bond will require 100% of the total project cost. The bond requirement will be included in the scope of work provided to the Contractor. The Contractor s estimate shall include as a separate line item all acquisition costs associated with the bond. The School Board will pay for reasonable costs incurred by the Contractor for obtaining a performance bond. 5.5 The Contractor acknowledges that work will be performed only after receipt of an authorized purchase order or an executed construction agreement. 5.6 If, during the course of work, the Contractor encounters unforeseen conditions which impact the work and which could not initially be evaluated, the contractor shall not proceed without written authorization of the School Board s authorized representative(s). 5.7 The Contractor shall have sufficient number of personnel, materials, transportation and an adequate inventory of tools and equipment to perform work at the job site. The Contractor shall be held responsible for the on-site supervision, scheduling, storage, receiving and placement of materials. 5.8 Emergency Work Requests may be needed from time to time. The Contractor shall within four (4) hours notice meet School Board of Brevard County personnel at the job sites, review the scope of work, provide an estimate, proceed with work without delay and in general be responsive to the emergency request. 5.9 The Contractor s time shall start on the job site. Any travel time expenses shall be borne by the Contractor and will not be reimbursed by the School Board.

18 Bid #07-043/BM Specifications 4/6/07 Page The Contractor shall, and in addition to all other guarantees, be responsible for faulty labor or workmanship and shall promptly correct improper work, without cost to the School Board, within 48 hours after receipt of notification of such faulty labor or workmanship. If the Contractor fails within 48 hours to correct defects, the Owner shall be entitled to have such work remedied and the Contractor shall be fully liable for all costs and expense reasonably incurred by the Owner. Payments in full or otherwise do not constitute a waiver of this guarantee. The guarantee period shall be effective for one (1) year after acceptance of the work by the School Board The Contractor shall exercise caution at all times for the protection of persons (including employees) and property. Barricades will be provided by the Contractor at Contractor s expense, when work is performed in areas traversed by persons or vehicles, or when deemed necessary by the School Board s Representative The Contractor shall conform to all Federal, State, County and City regulations during the performance of the Agreement. Any fines levied due to inadequacies or failure to comply with any and all requirements shall be the sole responsibility of the Contractor. Any person found not in conformance with any laws, statutes, rules or regulations will not be allowed on the job site. Continued violations by a Contractor shall constitute cause for immediate termination of the Agreement All existing structures, utilities, services, roads, trees, shrubbery, etc., shall be protected against damage or interrupted service at all times by the Contractor and the Contractor shall be held responsible for any damage to property caused by reason of its operations on the property The Contractor will be responsible for locating all underground lines (telephone, communication, water, sewer, etc.). If these lines are broken or cut, it will be the responsibility of the contractor to repair or replace the broken lines. If you will contact Mr. Ernest Wise at (321) , we will have our maintenance personnel come to the job site and give you any information on any lines that we are aware of The School Board of Brevard County will require a full one (1) year warranty on all workmanship for each job completed. The warranty shall commence from the date of completion of said site. 6. TIME IS OF THE ESSENCE 6.1 The Contractor acknowledges that time is of the essence to complete the work as specified. The contractor agrees that all work shall be prosecuted regularly, diligently and uninterrupted at such a rate of progress as will ensure full completion thereof within the time specified. 6.2 If the Contractor neglects, fails, or refuses to complete the work within the time specified, as properly extended by the School Board, then the Contractor does hereby agree, as part consideration for awarding of the Agreement, to pay to the School Board the sum of $ for each and every calendar day that the Contractor shall delay after the time stipulated in each and every purchase order for completing the work, not as a penalty, but, as liquidated damages for breach of Contract, as set forth herein. 7. COMPLETION After the work called for on a purchase order has been completed, the Contractor shall be required to submit to the Maintenance Department Contract Completion Form with all required signatures and the following: 7.1 Actual hours used to perform the work (by category of personnel); 7.2 Date and time the work was initiated and completed; 7.3 Contractor s certification that the work has been completed; 7.4 A detailed breakdown of the materials used to complete the work.

19 Bid #07-043/BM Specifications 4/6/07 Page Partial payments can be made when jobs exceed $10, and the job is at least 50% completed. The contractor must submit the invoice for payment to the Maintenance Department to the attention of Ernie Wise. Any jobs under $10, must be completed and inspected before payment is made. 8. QUALIFICATIONS OF EMPLOYEES 8.1 All employees assigned by the Contractor to the performance of work under this contract shall be physically able to do their assigned work. It shall be the Contractor s responsibility to insure that all employees meet the physical standards to perform the work assigned and have sufficient training and experience to perform the work required in the specific trade. 8.2 The personnel employed by the Contractor shall be capable employees, age 18 years or above, qualified in this type of work. 8.3 It is the Contractor s responsibility to ensure that all employees are legally allowed to work in the United States in accordance with Immigration policies. 8.4 Employees shall be required to dress neatly, without vulgar or otherwise offensive apparel, commensurate with the location and types of tasks being performed. 8.5 A no-smoking policy has been in effect since October 1, 1992 for all District owned buildings. The Office of Plant Operations and Maintenance requires that no smoking be permitted on any of its projects on any District property. 8.6 The Contractor shall see that every employee on the Contractor s work force is provided an Identification Badge. The badge shall follow a Board approved format, to include a picture of the employee; shall specify at least the name of the holder of the badge and the name of the Contracting firm; and shall be signed by both the Contractor and the holder of the badge. 8.7 The Contractor shall see that all employees wear their badges on the outside of their apparel at all times when in School Board buildings or premises. 8.8 The Contractor shall require employees to be dressed in their work attire when reporting for duty, as locker space is not available. Break areas are restricted to designated spaces within the building. Designated areas for lunch breaks can be used by Contractor personnel. Office areas in all buildings are off-limits for designated break periods. The Contracting Officer s Representative(s) will identify the exact locations in each building where breaks can be taken. 8.9 The Contractor shall prohibit his employees from disturbing papers on desks, opening desk drawers or cabinets or using the telephone or office equipment provided for official use The Contractor shall require his employees to comply with the instructions pertaining to conduct and building regulations, issued by duly appointed officials, such as, the building managers, guards, inspectors, etc The Owner shall determine how the Contractor will receive access to the facility If keys are provided and lost, the Contractor shall pay the School Board the cost to replace hardware as necessary to secure the building(s) to its/their original level of security The School Board of Brevard County, Florida, under School Board Policy number 1124, Drug-Free Work Place recognizes that alcohol, drugs or any illegal substances are strictly prohibited on School Board property. Employees shall not possess or be under the influence of alcohol, drugs or any illegal substances while on School Board property.

20 Bid #07-043/BM Specifications 4/6/07 Page The School Board of Brevard County, Florida, under School Board Policy number 7217 Weapons prohibits anyone from possessing, storing, making, or using a weapon in any setting that is under the control and supervision of the District The School Board of Brevard County, Florida, is committed to the education and safety of its students and employees. To that end, any bidder awarded a contract will be required to assure that the personnel assigned to the project, do not possess criminal records that would violate the School Board s standards for employment as set forth by the Florida Department of Education. Each bidder must certify that the company and its employees are or will be in compliance with those standards for the project awarded The contractor shall strictly prohibit interaction between their employees and the student population Employees may not solicit, distribute or sell products while on School Board property Friends, visitors or family members of employees are not permitted in the work area The Contractor shall adhere to all District security standards NOTE: PROPER BEHAVIOR AND LANGUAGE BY ALL EMPLOYEES OF THE CONTRACTOR AND SUB-CONTRACTOR ON OUR SCHOOL PROPERTY IS STRICTLY REQUIRED. THE SCHOOL BOARD WILL NOT TOLERATE BEHAVIOR NOT CONDUCIVE TO AN EDUCATIONAL FACILITY. 9. TERMS AND CONDITIONS 9.1 LOWEST AND BEST BID SCHOOL BOARD intends to accept the lowest and best bids submitted to it. The term lowest aforesaid shall be interpreted to mean the lowest ALL OR NONE Total Net Bid Price for all required tasks. In determining which is the lowest and best bids received, the SCHOOL BOARD shall also consider and weigh (a) the experience, qualifications and reputation of each BIDDER, and (b) the quality of products and services proposed by each BIDDER. SCHOOL BOARD reserves the right to: a. reject any and all bids received by it, b. waive minor informalities in any bid, c. accept any bid or part thereof that in its judgment, will be for the best interest of the School Board of Brevard County, Florida. After review of all bids, the evaluation committee reserves the right to request selected contractors to make a presentation to the committee to discuss their capabilities to perform this contract. 9.2 JESSICA LUNSFORD ACT As a condition of the award, the successful Contractor shall, at its expense, ensure that all of Contractor s employees and the employees of Contractor s subcontractors who will be permitted access on School grounds when students are present meet the background screening requirements of Section Florida Statute, (Jessica Lunsford Act). Contractor s failure to comply with this requirement will constitute a material breach of the contract. Information regarding compliance procedures is available on Brevard Public School s Office of District and School Security s website:

21 Bid #07-043/BM Specifications 4/6/07 Page The School Board intends to select two primary contractors, one for the north area of the county and one for the south, with the dividing line being defined as the Pineda Causeway extended to the west county line. Secondary contractors shall be selected for each area. It is possible that the primary contractor for one area would be selected as a secondary contractor for the other area. 9.4 TERM AND RENEWAL OF CONTRACT The term of this contract shall be for a period of one year from the date awarded by the School Board of Brevard County, Florida. This stipulation shall be subject to a thirty (30) day written notice of cancellation by either party. All prices shall be firm for the term of this contract. The awardee(s) shall agree to this condition by signing their bid. If required, upon mutual agreement the contract will be extended 90 days beyond the contract expiration date. The School Board reserves the right to renew this contract or any portion thereof, for up to two (additional) one year periods, upon mutual agreement with awardee(s), in writing. The School Board, through the Purchasing Department shall, if considering to renew contract, request a letter of intent to renew from the awardee prior to the end of the current contract period. 9.5 TERMINATION OF CONTRACT The School Board of Brevard County may, by written notice to the successful Bidder, terminate the Contract if the Bidder has been found to have failed to perform its service in a manner satisfactory to the School Board as per specifications: including delivery as specified. The date of termination shall be stated in the notice. The School Board shall be sole judge of non-performance and has the right to suspend the bidder for a maximum period of one year. 9.6 SALVAGE RIGHTS The School Board of Brevard County will have the salvage right if requested for all parts and material that is removed from each project. 9.7 QUANTITY The estimated dollar amount to be expended during this bid period of twelve (12) months is $200, Please note that this is an estimate only and in no way obligates the School Board to purchase this amount. These estimates are intended as a guide in submitting your bid. The actual quantities purchased under this bid may be more or may be less. 9.8 COMPENSATION INSURANCE The Contractor shall maintain during the life of this Contract, Worker s Compensation Insurance in accordance with Florida Statute 440. Contractors shall require all subcontractors to maintain such insurance during the life of this Contract. The successful bidder shall submit with the bid, copies of their Workers Compensation Policy and a list of employees covered to include all office staff, estimators and a minimum of one field operative team. In the event that unapproved labor is found on District property during a project, the responsible Contractor s contract shall be terminated immediately and the Contractor shall be disallowed from further contract consideration by the District CONTRACTOR S PROTECTIVE LIABILITY The above policies for Public Liability and Property Damage Insurance must be so written as to include Contingent Liability and Contingent Property Damage Insurance to protect the contract against claims arising from the operation of subcontractors.

22 Bid #07-043/BM Specifications 4/6/07 Page PROOF OF INSURANCE Certificates of Insurance, as outlined herein, shall be furnished to the School Board of Brevard County, Florida within three (3) working days of the notification of the intent to award the contract. Certificate of Insurance shall provide a minimum of a thirty (30) day notice of cancellation to the School Board and shall name the School Board as an Additional Insured where herein specified. These Certificates of Insurance shall be sent to: School Board of Brevard County, Florida, Purchasing Department, 2700 Judge Fran Jamieson Way, Viera, FL DURATION OF INSURANCE POLICIES All insurance policies herein specified shall be in force for the term of the contract and contain a Rider that the insurance policies are non-cancelable without a thirty (30) day prior written notice to the parties insured PUBLIC LIABILITY INSURANCE Insurance shall be in an amount not less than One Million Dollars ($1,000,000.00) for bodily injuries, including wrongful death to any one person, and subject to the same limit for each person, in an amount not less than One Million Dollars ($1,000,000.00) for damages on account of all accidents. Automobile property damage shall be not less than One Million Dollars ($1,000,000.00). The limits specified herein are minimum limits PROPERTY DAMAGE INSURANCE In an amount not less than One Million Dollars ($1,000,000.00) for damages on account of any on accident, and in an amount not less than One Million Dollars ($1,000,000.00) for damages on account of all incidents. Automobile property damage shall be not less than One Million Dollars ($1,000,000.00). The limits specified herein are minimum limits DEBRIS Vendor shall be responsible for the prompt removal of all debris from the school area which is a result of this service or delivery. DO NOT USE THE SCHOOL S TRASH RECEPTACLES PROTECTION OF PROPERTY The successful bidder shall at all times guard from damage or loss to property of the School Board or of other vendors or contractors and shall replace or repair any loss or damage unless such is caused by the School Board, other vendors or contractors. The School Board may withhold payment or make such deductions as it might deem necessary to insure reimbursement for loss or damage to property through negligence of the successful bidder or his agents CONFLICT OF INTEREST The award of this bid is subject to the provisions of Chapter 230, Florida Statutes. All proposers must disclose with their bid the name of any officer, director, or agent who is also an employee of the School Board of Brevard County, Florida. Further, all proposers must disclose the name of any School Board employee who owns, directly or indirectly, any interest of five (5%) percent or more of the proposer s firm or any of its branches/subsidiaries.

23 Bid #07-043/BM Specifications 4/6/07 Page COLLUSION The School Board of Brevard County reserves the right to disqualify bids upon evidence of collusion with intent to defraud, or other illegal practices to include circumventing or manipulating the bid process in a manner that conflicts with applicable law, upon the part of the Bidder(s), Bidder s employees or agents, the District s Professional Consultant(s), or Consultant s agents, or any District employee(s) who may, or may not, be involved in the development of bid specifications and/or firm bid schedules. Multiple bids from an individual, partnership, corporation, association (formal or informal) or firm under the same or different names shall not be considered. Reasonable grounds for believing that a Bidder has interest in multiple proposals for the same work shall be cause for rejection of all proposals in which such Bidder is believed to have an interest in. Any and/or all proposals shall be rejected if there is any reason to believe that collusion exists among one or more of the Bidders, the District s Professional Consultant(s) or District employees. Contractors involved in developing a bid specification or Contractors with knowledge of bid specifications prior to a bid advertisement shall be disqualified from participating in the applicable bid process MANDATORY PRE-BID CONFERENCE It is the bidder s responsibility to become fully informed as to the terms, conditions and specifications of the contract and nature and extent of the work, products and services required by the District. A Mandatory Pre-Bid Conference will be held at 1:00 p.m. on Monday April 16, 2007 at the Office of Food and Nutrition Services, Conference Room 714A, 2700 Judge Fran Jamieson Way, Viera, Florida This conference will provide all bidders an opportunity to discuss the specifications, terms and conditions of the bid with a School Board representative. The District shall accept bids only from qualified bidders represented at the conference CHECK UNIT PRICES PLEASE BE SURE TO CHECK ALL UNIT PRICES AND EXTENSIONS. IN THE EVENT AN ERROR IS MADE IN SUBMITTING YOUR BID PRICES, THE UNIT PRICE BID WILL BE USED IN DETERMINING THE CORRECT BID PRICE INQUIRIES Please direct all inquiries concerning this bid to: Bill McNichols, Buyer, Office of Purchasing and Warehouse Services, 2700 Judge Fran Jamieson Way, Viera, Florida , Phone , ext. 623.

24 SCHOOL BOARD OF BREVARD COUNTY, FLORIDA PURCHASING DEPARTMENT 2700 JUDGE FRAN JAMIESON WAY VIERA, FL April 6, 2007 BID #07-043/BM - Cooling Tower Cleaning and Repair Contractors - Maintenance 2006/07 Return this bid package as instructed on the Specific Qualification Requirements page. Our form must be used. No other Form will be accepted. Please bid on specifications, or equal. TIME REQUIRED FOR DELIVERY, AFTER RECEIPT OF ORDER BID VALID UNTIL: (Refer to Term and Renewal of contract) Name & Mailing Address of Company, Zip. Order Contact Person Telephone # Toll Free # Fax # Print Name Signature CHECK UNIT PRICES: Please be sure to check all unit prices and extensions. In the event an error is made in submitting your bid prices, the unit price will be used in determining the correct bid price. TERM AND RENEWAL OF CONTRACT: The term of this contract shall be for a period of one year from the date awarded by the School Board of Brevard County, Florida. This stipulation shall be subject to a thirty (30) day written notice of cancellation by either party. All prices shall be firm for the term of this contract. The awardee(s) shall agree to this condition by signing their bid. If required, upon mutual agreement the contract will be extended 90 days beyond the contract expiration date. The School Board reserves the right to renew this contract or any portion thereof, for up to two (additional) one year periods, upon mutual agreement with awardee(s), in writing. The School Board, through the Purchasing Department shall, if considering to renew contract, request a letter of intent to renew from the awardee prior to the end of the current contract period. BID RESULTS WILL NOT BE TRANSMITTED BY PHONE.

25 ITEM NO. DESCRIPTION NUMBER OF TOWERS COST PER EACH TOTAL COST PER YEAR 1. COST OF ANNUAL COOLING TOWER PREVENTATIVE MAINTENANCE AND CLEANING. (Per Specifications) A) DELTA 6 TOWERS $ $ B) EVAPORATIVE 7 TOWERS $ $ C) MARLEY BI FLOW 4 TOWERS $ $ D) MARLEY QUAD FLOW 40 TOWERS $ $ E) RECOLD 1 TOWER $ $ F) REYMSA 3 TOWERS $ $ G) TOWER TECH 3 TOWERS $ $ TOTAL ANNUAL COST OF ITEMS A THRU G $ 2. MATERIALS: MATERIALS (TO BE FURNISHED BY CONTRACTOR IF AND WHEN REQUESTED BY THE SCHOOL BOARD) SHALL BE AT CONTRACTOR S ACTUAL COST PLUS PERCENTAGE BID, AS SPECIFIED. MARK UP SHALL NOT EXCEED 15%. 3. HOURLY RATE FOR SERVICES NOT INCLUDED UNDER THE PREVENTATIVE MAINTENANCE AND CLEANING COST FOR COOLING TOWERS. (Rate to Be All Inclusive) % $ CHECK UNIT PRICES: PLEASE BE SURE TO CHECK ALL UNIT PRICES AND EXTENSIONS. IN THE EVENT AN ERROR IS MADE IN SUBMITTING YOUR BID PRICES, THE UNIT PRICE (COLUMN B) WILL BE USED IN DETERMINING THE CORRECT BID PRICE.

26 ANNUAL CLEANING Of DELTA COOLING TOWER The Atlantis tower will be installed this summer and we will let the awarded contractor know what the serial number is when the tower is installed. Port Malabar Elem. 1 Tower Model: TM Serial # Astronaut High School 2 Towers Model: TM & 2 Serial # & 2 Meadowlane Inter. 2 Towers Model: TM A & B Serial # & 2 Atlantis Elementary 1 Tower Model: TM Serial # 1. Contractor will come to 1254 South Florida Avenue, Rockledge, Florida and pick up Cooling Tower PM Task Sheets from Ernest Wise before starting any Cooling Tower(s) work procedures. 2. Schedule with the school administration for any and all cleaning respective to the Cooling Tower or Towers. 3. Before any field work commences Ernest Wise at (321) and Dozier Mills at (321) must be notified before Cooling Tower(s) are shut down. 4. Sign (IN) at school and communicate with staff and head custodian before starting any contracted work. 5. Take pictures of cooling tower(s) before commencing any tower cleaning procedures. 6. Valve off Make-Up Water to Cooling Tower(s) and valve off tower(s). 7. Drain tower. 8. Inspect aluminum ladder with step platform and railing for corrosion or broken parts. Report findings to Ernest Wise at (321) Clean and flush spray nozzles and orifices. 10. Check all bolts for tightness and check bolts that can cause vibration and unbalance for tower. 11. Clean sump strainer. 12. Clean fill section on bottom side for debris and wash out fill section. 13. Clean and flush cold deck of tower. 14. Clean and flush strainer in piping return from tower. 15. Refill tower and check make up water valve and proper water level in tower. 16. After all cleaning procedures are completed call Ernest Wise at (321) and Dozier Mills at (321) to enable the Cooling Tower(s) so cooling system can be made operational again. 17. Check and record Cooling Tower(s) fan motor(s) operating voltage and amperage. 18. Take pictures after all cleaning procedures are completed. 19. Submit paperwork and before/after pictures to Ernest Wise located in Rockledge, Florida at 1254 South Florida Avenue within 10 working days after any and all Cooling Tower(s) cleaning procedures are completed.

27 Bid #07-043/BM Cooling Tower Cleaning Specifications 4/6/07 Page 2 Schools with Evaporative Cooling Towers ANNUAL CLEANING Of EVAPORATIVE COOLING TOWER Enterprise Elem School 1 Tower Imeco Model: XLPL330RH Serial # Space Coast Jr./ Sr. High 2 Towers Imeco Model: XLP-l-330 Serial # 44441LH Rockledge High 1 Tower BAC Model: VC2642 Serial # U026574JOL Riviera Elem School 1 Tower Imeco Model: XLP-ML-330 Serial # R Jupiter Elem School 1 Tower Imeco Model: XLP-ML-330 Serial # R Suntree Elem School 1 Tower BAC Model: VC23425 Serial # V Contractor will come to 1254 South Florida Avenue, Rockledge, Florida and pick up Cooling Tower PM Task Sheets from Ernest Wise before starting any Cooling Tower(s) work procedures. 2. Schedule with the school administration for any and all cleaning respective to the Cooling Tower and Towers. 3. Before any field work commences Ernest Wise at (321) and Dozier Mills at (321) must be notified before Cooling Tower is shut down. 4. Any and all contract personnel must sign (IN) at school and communicate with staff and head custodian before starting any contracted work. 5. Take pictures of Cooling Tower(s) before commencing any tower cleaning procedures. 6. Valve off Make-Up Water to Cooling Tower(s) and valve off tower(s). 7. Drain tower(s). 8. Remove drip eliminators and inspect and clean spray nozzles. 9. Inspect and report of scale and corrosion on tube sheet. 10. Re-install drip eliminators. 11. Remove strainer screens from tower and pressure wash inside cooling tower. 12. Flush water out drain line. 13. Close drain and re-install strainers and turn on make up water. 14. Check Belts and Condition of belts. 15. Check for correct tension on belts. 16. Grease motor and shaft bearings. 17. Check for play on shaft bearings and check grease seals on shaft bearings. 18. Check fan hubs for cracks. 19. Make any minor repairs. 20. Record general condition of cooling tower. 21. After all cleaning procedures are completed call Ernest Wise at (321) and Dozier Mills at (321) to enable the Cooling Tower(s) so cooling system can be made operational again. 22. Check and record Cooling Tower(s) fan motor(s) operating voltage and amperage. 23. Take pictures after all cleaning procedures are completed. 24. Submit paperwork and before/after pictures to Ernest Wise located in Rockledge, Florida at 1254 South Florida Avenue within 10 working days after any and all Cooling Tower(s) cleaning procedures are completed.

28 Bid #07-043/BM Cooling Tower Cleaning Specifications 4/6/07 Page 3 ANNUAL CLEANING Of MARLEY BI FLOW COOLING TOWERS Towers by Schools 1. Space Coast Jr./ Sr. High 1 Tower Model: NC8305E1BG Serial # A1 2. Cocoa Beach Jr./ Sr. High 1 Tower Model: 3852 Serial # Sea Park Elementary 1 Tower Model: Serial # Surfside Elementary 1 Tower Model: Serial # 41B Contractor will come to 1254 South Florida Avenue, Rockledge, Florida and pick up Cooling Tower PM Task Sheets from Ernest Wise before starting any Cooling Tower(s) work procedures. 2. Schedule with the school administration for any and all cleaning respective to the Cooling Tower or Towers. 3. Before any field work commences Ernest Wise at (321) and Dozier Mills at (321) must be notified before Cooling Tower(s) are shut down. 4. Any and all contract personnel must sign (IN) at school and communicate with staff and head custodian before starting any contracted work. 5. Take pictures of Cooling Tower(s) before commencing and tower cleaning procedures. 6. Valve off Make up water to cooling tower and valve off tower. 7. Drain the cooling tower. 8. Remove and clean strainer and leave open. 9. Remove cover from hot deck. Check and clean spray nozzles then re-install covers. 10. Use pressure washer to wash down fill. (Note: do not use high pressure to wash fill. This is to prevent damage to fill.) 11. Use pressure washer to wash under fill and basin of tower. Wash everything out threw the strainer. 12. Check shaft alignment and check for leakage from gear reducer. 13. Make any minor repairs to cooling tower as needed. 14. Re-install Strainer and cover for strainer. 15. Open make up water valve. Then open valves to tower when tower is filled. 16. Turn on condenser water pump to make sure the tower is not air locked. 17. After all cleaning procedures are complete call Ernest Wise at (321) and Dozier Mills at (321) ) to enable the Cooling Tower so cooling system can be made operational again. 18. Check and record Cooling Tower Fan Motor operating voltage and amperage. 19. Take pictures after all cleaning procedures have been completed. 20. Submit paperwork and before/after pictures to Ernie Wise located in Rockledge at 1254 South Florida Avenue within 10 days after all Cooling Tower cleaning procedures are completed.

29 Bid #07-043/BM Cooling Tower Cleaning Specifications 4/6/07 Page 4 Cooling Towers By School ANNUAL CLEANING OF MARLEY QUAD FLOW COOLING TOWERS 1. Titusville High 2 Towers Model: Serial # Madison Middle 1 Tower Model: Serial # Coquina Elem 1 Tower Model: Serial # Southlake Elem 1 Tower Model Serial # Jackson Middle 1 Tower Model: Serial # Challanger 7 Elem 1 Tower Model: Serial # Cambridge Elem 1 Tower Model: 2130 Serial # Fairglen Elem 2 Towers Model: 1093, Serial # , Kennedy Middle 1 Tower Model: Serial # Cocoa High School 2 Towers Model: Serial # Saturn Elem Model 1 Tower Model: Serial # Andersen Elem 2 Towers Model: , Serial # 77222, West Melbourne Elem 1 Tower Model: Serial # University Park Elem 1 Tower Model: Serial # Stone Middle 1 Tower Model: Serial # Columbia Elem 1 Tower Model: Serial # McAuliffe Elem 1 Tower Model: Serial # Johnson Jr. High 1 Tower Model: 2201 Serial # Harbor City Elem 1 Tower Model: 8602#6 Serial # Sabal Elem 1 Tower Model: Serial # Merritt Island High 1 Tower Model: Serial # Tropical Elem 1 Tower Model: 2150 Serial # Gardendale Elem 1 Tower Model: Serial # Jefferson Middle 1 Tower Model: 2150 Serial # Cocoa Beach Jr. / Sr. 2 Towers Model: 2130 Serial # Roosevelt Elem 1 Tower Model: 2140 Serial # Cape View Elem 1 Tower Model: Serial # DeLaura Middle 1 Tower Model: Serial # Holland Elem 2 Towers Model: Serial # Ocean Breeze Elem 1 Tower Model: Serial # Indialantic Elem 1 Tower Model: Serial # Hoover Middle 1 Tower Model: Serial # Education Ser Facility 2 Towers Model: Serial # Contractor will come to 1254 South Florida Avenue, Rockledge, Florida and pick up Cooling Tower PM Task Sheets from Ernest Wise before starting any Cooling Tower(s) work procedures. 2. Schedule with the school administration for any and all cleaning respective to the Cooling Tower or Towers. 3. Before any field work commences Ernest Wise (321) and Dozier Mills (321) must be notified before Cooling Tower(s) are shut down. 4. Any and all contract personnel working on Cooling Tower(s) Contractor must have ID Badge. Any and all contract personnel must sign (IN) at school Administration Office and communicate with staff and head custodian before starting any contracted work. 5. Take pictures of Cooling Tower(s) before commencing any tower cleaning procedures. 6. Valve off Make Up Water to Cooling Tower(s) and valve off tower(s). 7. Drain the Cooling Tower. 8. Remove and clean strainer and leave open. 9. Remove cover from hot deck. Check and clean spray nozzles then re-install covers. 10. Use pressure washer to wash down fill. (Note: do not use high pressure to wash fill. This is to prevent damage to fill.) 11. Use pressure washer to wash under fill and basin of tower. Wash everything out through the strainer.

30 Bid #07-043/BM Cooling Tower Cleaning Specifications 4/6/07 Page Check shaft alignment and check for leakage fog rear reducer. 13. Make any minor repairs to Cooling Tower(s) if needed. 14. Re-install Strainer and cover for strainer. 15. Open Make Up Water Valve/s and then open valves to tower when tower is filled. 16. Turn on Condenser Water Pump(s) to make sure the Cooling Tower(s) are not air locked. 17. After all cleaning procedures are complete call Ernest Wise (321) and Dozier Mills (321) to enable the Cooling Tower so cooling system can be made operational again. 18. Check and record Cooling Tower(s) Fan Motor s operating voltage and amperage. 19. Take pictures after all cleaning procedures have been completed 20. Submit paperwork and before/after pictures to Ernest Wise located in Rockledge, Fl at 1254 South Florida Avenue within 10 working days after any and all Cooling Tower cleaning procedures are completed.

31 Bid #07-043/BM Cooling Tower Cleaning Specifications 4/6/07 Page 6 ANNUAL CLEANING Of RECOLD COOLING TOWER Turner Elementary School Model: MT-343 Serial # Contractor will come to 1254 South Florida Avenue, Rockledge, Florida and pick up Cooling Tower PM Task Sheets from Ernest Wise before starting any Cooling Tower(s) work procedures. 2. Schedule with the school administration for any and all cleaning respective to the Cooling Tower or Towers. 3. Before any field work commences Ernest Wise at (321) and Dozier Mills at (321) must be notified before Cooling Tower(s) are shut down. 4. Take pictures of Cooling Tower(s) before commencing any tower cleaning procedures. 5. Valve off Make-Up Water to Cooling Tower(s) and valve off tower(s). 6. Clean pan section interior. Dirt and other impurities which have washed into the pan should be hosed from the pan area. Shut off water to float valve and open the drain connection for flushing. 7. Clean pan suction strainer, if furnished. 8. Check water operating level. Adjust float arm as required. (Do not bend float arm) 9. Check belt tensioning. 10. Inspect Fan Motor(s) and water circulation pump(s) and lubricate per the lubrication nameplate or manufacture s recommendations. 11. Inspect Cooling Tower Fan(s), Motor(s), and inlet screens removing any debris which may have accumulated during operation. 12. Inspect the water distribution system to insure that nozzles and spray orifices are functioning correctly. The inspections should be made with the circulation pump(s) on and fans off. (See Maintenance Check List Form 1192). 13. Clean and flush strainer in piping return from tower. 14. After all cleaning procedures are completed call Ernest Wise at (321) and Dozier Mills at (321) to enable the Cooling Tower(s) so cooling system can be made operational again. 15. Check and record Cooling Tower(s) fan motor(s) operating voltage and amperage. 16. Take pictures after all cleaning procedures are completed. 17. Submit paperwork and before/after pictures to Ernest Wise located in Rockledge, Florida at 1254 South Florida Avenue within 10 working days after any and all Cooling Tower(s) cleaning procedures are completed.

32 Bid #07-043/BM Cooling Tower Cleaning Specifications 4/6/07 Page 7 ANNUAL CLEANING Of REYMSA COOLING TOWERS Lockmar Elem School 1 Tower Model: GHRFG Serial # D48M3R1143F67830 Gemini Elementary 2 Towers Model: HRFG Serial # H47M3P1142G Contractor will come to 1254 South Florida Avenue, Rockledge, Florida and pick up Cooling Tower PM Task Sheets from Ernest Wise before starting any Cooling Tower(s) work procedures. 7. Schedule with the school administration for any and all cleaning respective to the Cooling Tower or Towers. 8. Before any field work commences Ernest Wise at (321) and Dozier Mills at (321) must be notified before Cooling Tower is shut down. 9. Any and all contract personnel working on Cooling Tower contract must sign (IN) at school Administration Office and communicate with staff and head custodian before starting any contracted work. 10. Take pictures of Cooling Tower(s) before commencing any tower cleaning procedures. 11. Valve off Make-Up Water to Cooling Tower(s) and valve off tower(s). A. MAINTENANCE OF THE TOWER BASIN 1. Drain the water from the entire basin. 2. Clean the exterior surface with water and mild detergent. 3. Remove the air inlet louvers at the bottom of the tower to gain access to the lower section of the tower. 4. Place a piece of plywood or similar material over the cold water outlet to prevent debris from falling into the tank or pump suction. 5. Clean all the debris which may have accumulated at the bottom of the basin or at the strainer. 6. Flush with fresh water to remove the silt, mud or slime. 7. Inspect the sidewalls and the bottom for any possible crack or damaged part. In case of existence call your local Representative for assistance. 8. Remove, clean and replace the strainer. 9. Refill the basin with fresh water. 10. Remove the plywood covering from the cold water outlet and replace the air inlet louvers. B. MAINTENANCE OF THE TOWER BODY 1. Remove the access door(s). 2. Remove the fill from the middle of the tower towards the sidewalls. 3. Clean the fill with a low-pressure water and mild detergent to remove any buildup. If fill is damaged or has excessive build up it requires replacement. 4. Remove the spray nozzle(s) from the water distribution manifold. The spray nozzle(s) have a threaded connection for easy removal. 5. Clean the spray nozzle(s) of any foreign object or trash that might be accumulated and could obstruct the proper water dispersion. Visually inspect the nozzle(s) for any defect, obstruction or breaks, in case of existence replace with a new one. 6. Unscrew the first FRP drift eliminator support and remove the drift eliminator. 7. Clean the drift eliminator with low-pressure water and mild detergent to remove any buildup. If drift eliminator is damaged or has excessive build up it will require replacement. 8. Flush the interior with low-pressure water and mild detergent to remove any buildup. 9. Inspect the sidewalls, the fill and drift eliminator supports and the water distribution manifold for any cracks or damaged part. If existing call your local REYMSA Representative for assistance. 10. Reverse the procedure to install the drift eliminators, nozzle(s) and fill. 11. Before replacing the access doors inspect the door gaskets for damage and replace if required. Clean all dirt from the face of the gasket and the seating areas of the door and tower. Apply a bead of non-drying, nonshrinking caulk. If there is any doubt about he integrity of the gaskets and new gaskets are not available. 12. Replace the access doors being careful not to over tighten the bolts.

33 Bid #07-043/BM Cooling Tower Cleaning Specifications 4/6/07 Page 8 C. MAINTENANCE OF THE TOWER FAN AND MOTOR 1. Remove the fan guard on top of the cylindrical air discharge to gain access to the motor. 2. Remove the fan wheel and lower it to the ground using a lifting device. 3. Inspect fan wheel to assure that there is no damage such as broken, loose or untightened fan blades. 4. In case of fan wheel vibration it will be necessary to dynamically balance it by a qualified balancing technician. 5. Gently remove any build up from the fan wheel with brush. 6. Disconnect electrical wiring and conduit to remove the motor. 7. Loosen the stainless steel bolts that connect the motor to the FRP motor support. 8. Support the weight of the motor using a lifting device. 9. Remove the connecting bolts while holding the motor steady. 10. Lower the motor to the ground. 11. After all cleaning procedures are completed call Ernest Wise at (321) and Dozier Mills at (321) to enable the Cooling Tower(s) so cooling system can be made operational again. 12. Check and record Cooling Tower(s) fan motor(s) operating voltage and amperage. 13. Take pictures after all cleaning procedures are completed. 14. Submit paperwork and before/after pictures to Ernest Wise located in Rockledge, Florida at 1254 South Florida Avenue within 10 working days after any and all Cooling Tower(s) cleaning procedures are completed.

34 Bid #07-043/BM Cooling Tower Cleaning Specifications 4/6/07 Page 9 ANNUAL CLEANING Of TOWER TECH COOLING TOWERS Schools with Tower Tech. Cooling Towers Audubon Elementary School 1 Tower Model: TTMT72119 Serial # Croton Elementary School 1 Tower Model: TTMT72119 Serial # Turner Elementary School 1 Tower Model: TTMT72119 Serial # Contractor will come to 1254 South Florida Avenue, Rockledge, Florida and pick up Cooling Tower PM Task Sheets from Ernest Wise before starting any Cooling Tower(s) work procedures. 2. Schedule with the school administration for any and all cleaning respective to the Cooling Tower or Towers. 3. Before any field work commences Ernest Wise ( ) and Dozier Mills ( ) must be notified before Cooling Tower is shut down. 4. Any and all contract personnel must sign (IN) at the school and communicate with staff and head custodian before starting any contracted work. 5. Take pictures of cooling tower before commencing any tower cleaning procedures. 6. Shut off make up water to Cooling Tower. 7. Drain Cooling Tower. 8. Remove the fiberglass T-Beam that is bolted in the center of cooling tower directly above header. 9. Lift out the drift eliminator and gently place on the ground. 10. Inspect Rotary Spray Nozzles for cracks and broken distribution disc. 11. Inspect fill media 12. Inspect check valve for proper seating and cracks. 13. Wash the eliminators out by spraying with low pressure water hose. 14. Turn the eliminators over and spray until the remaining debris is removed. 15. Insert the eliminators back into place in the cooling tower. 16. Replace the fiberglass T-Beam to hold drift eliminators in place. 17. Remove fill valve and clean inlet strainer screen and reinstall fill valve. 18. Remove fan shroud screen. 19. Inspect fan hub and blades for cracks. 20. Grease motor if needed. 21. Reinstall fan shroud screen. 22. Clean and flush strainer in piping return from tower. 23. Make any minor repairs to Cooling Tower as needed. 24. Refill tower and check for proper water level in tower. 25. Record general condition of cooling tower(s) and take pictures after all recommended maintenance procedures are completed. 26. After all cleaning procedures are completed call Ernest Wise at (321) and Dozier Mills at (321) to enable the Cooling Tower(s) so cooling system can be made operational again. 27. Check and record Cooling Tower(s) fan motor(s) operating voltage and amperage. 28. Take pictures after all cleaning procedures are completed. 29. Submit paperwork and before/after pictures to Ernest Wise located in Rockledge, Florida at 1254 South Florida Avenue within 10 working days after any and all Cooling Tower(s) cleaning procedures are completed.

35 COOLING TOWER AND CLEANING CONTRACTORS The following questionnaire shall be answered by the Bidder for use in evaluating the bid to determine the "lowest" and "best" bid. The school board shall weigh (a) experience, qualifications, and reputation of each Bidder and (b) the quality of products and services proposed by each bidder. 1. FIRM NAME: Address: City: State: Zip Phone: Fax: Contact for Inquiries: 2. BONDING: Surety Company: Agent Company: Agent Contact: Total Bonding Capacity: $ Value of Work presently bonded: $ 3. INSURANCE: Insurance Company: Agent Company: Agent Contact: Worker's Compensation Modifier for the past three (3) years: 4. SAFETY: Have you had any OSHA fines within the last three (3) years? YES NO Have you job site fatalities within the last five (5) years? YES NO If you have answered YES to either of the above questions, you MUST submit on a separate sheet the details describing the circumstances surrounding each incident. 5. EXPERIENCE: Years in business under present name: Years performing work specialty: Value of work now under contract: Value of work in place last year: Average annual value of work completed (last three [3] years) Trades usually self-performed: Percentage (%) of work performed by own forces:

36 TOTAL NUMBER OF PERMANENT STAFF PRESENTLY EMPLOYED BY FIRM: LIST COMPANY OWNERS/OFFICERS: TOTAL NUMBER OF PERMANENT STAFF EMPLOYED INCLUDES THE FOLLOWING: Management Superintendents Arch./Engineers Foremen Draftsmen Skilled Craftsmen Project Managers Unskilled Labor Project Engineers Other, Clerical, Bookkeepers Estimators IN-HOUSE ENGINEERING OR FABRICATION CAPABILITY: Fabrication floor area: SF Approximate value of equipment owned by firm: $ (Attach list of major equipment) PROJECT PERSONNEL: Submit names, project experience and business references of personnel who will be directly responsible for project delivery: a. Corporate responsibility with project names and references. b. Field responsibility with project names and references. (may submit alternate names for a.) & b.).) If contractor is successful bidder, the name of the above personnel may become a part of the contract documents. LIST 3 TRADE REFERENCES: Reference 1: Company: Contact: Phone: Reference 2: Company: Contact: Phone: Reference 3: Company: Contact: Phone:

37 LIST 3 OWNER S, GENERAL CONTRACTORS, OR CONSTRUCTION MANAGERS YOU HAVE WORKED FOR WITHIN THE PAST 2 YEARS: Reference 1: Company: Contact: Phone: Project: Reference 2: Company: Contact: Phone: Project: Reference 3: Company: Contact: Phone: Project: LIST THREE (3) MOST SIGNIFICANT PROJECTS OF $25, OR MORE PRESENTLY UNDER CONSTRUCTION: Project #1: Project Name: Address: A/E Firm: Phone: Contact: Contracting Firm/Owner: Phone Contact: Contract Amount: Date Completed: Project #2: Project Name: Address: A/E Firm: Phone: Contact: Contracting Firm/Owner: Phone Contact: Contract Amount: Date Completed:

38 Project #3: Project Name: Address: A/E Firm: Phone: Contact: Contracting Firm/Owner: Phone Contact: Contract Amount: Date Completed: LIST FIVE (5) MOST SIGNIFICANT PROJECTS WHERE THE CONTRACT AMOUNT WAS $25, OR MORE AND COMPLETED IN THE LAST FIVE (5) YEARS (not including projects listed above): Project #1: Project Name: Address: A/E Firm: Phone: Contact: Contracting Firm/Owner: Phone Contact: Contract Amount: Date Completed: Project #2: Project Name: Address: A/E Firm: Phone: Contact: Contracting Firm/Owner: Phone Contact: Contract Amount: Date Completed: Project #3: Project Name: Address: A/E Firm: Phone: Contact: Contracting Firm/Owner: Phone Contact: Contract Amount: Date Completed:

39 Project #4: Project Name: Address: A/E Firm: Phone: Contact: Contracting Firm/Owner: Phone Contact: Contract Amount: Date Completed: Project #5: Project Name: Address: A/E Firm: Phone: Contact: Contracting Firm/Owner: Phone Contact: Contract Amount: Date Completed: 6. BANK REFERENCES, CREDIT REFERENCES: Bank Name: Address: Contact: Phone: Currently rated with Dun & Bradstreet? YES NO If so, what is your D & B rating: Has firm: Failed to complete a contract? YES NO Been involved in bankruptcy or reorganization? YES NO Pending judgment claims or suits against firm? YES NO (If answer to preceding is yes, submit details on separate sheet.) 7. Has anyone employed by your firm ever been convicted, plead nolo contendere (no contest), or had adjudication withheld in a criminal offense, felony, misdemeanor, or otherwise, or are there any criminal charges now pending against anyone employed by your firm other than a non-criminal traffic violation? YES NO If yes provide complete details on a separate sheet. I hereby certify that the above information is true and complete to the best of my knowledge. Signature: Type of Firm (Officer of the Firm) ( ) Corporation Name: ( ) Partnership Title: ( ) Sole Proprietor Date:

40 SCHOOLS NORTH OF THE PINEDA CAUSEWAY SCH. NO. SCHOOL NAME SCHOOL ADDRESS SCHOOL PHONE 1141 ANDERSEN ELEM SOUTH FISKE BLVD., ROCKLEDGE ASTRONAUT HIGH 800 WAR EAGLE BLVD., TITUSVILLE COQUINA ELEM. 850 KNOX MCRAE DR., TITUSVILLE JACKSON MIDDLE 1515 KNOX MCRAE DR., TITUSVILLE MADISON MIDDLE 3375 DAIRY ROAD, TITUSVILLE SOUTH LAKE ELEM GARDEN ST., TITUSVILLE TITUSVILLE HIGH 150 TERRIER TRAIL S., TITUSVILLE SPACE COAST HIGH 6150 BANYAN STREET, COCOA (Port St. John) 0301 ENTERPRISE ELEM ENTERPRISE ROAD, COCOA (Port St. John) 0201 ATLANTIS ELEM BRIGGS AVE., COCOA (Port St. John) 0191 CHALLENGER 7 ELEM RENA DRIVE, COCOA (Port St. John) 1091 FAIRGLEN ELEM. 201 INDIAN TRAIL, COCOA COCOA HIGH 2000 TIGER TRAIL, COCOA SATURN ELEM. 880 RANGE ROAD, COCOA CAMBRIDGE ELEM CAMBRIDGE DRIVE, COCOA KENNEDY MIDDLE 2100 S. FISKE BLVD., ROCKLEDGE ROCKLEDGE HIGH 220 RAIDER ROAD, ROCKLEDGE AUDUBON ELEM N. BANANA RIVER DR., MERRITT ISL GARDENDALE ELEM. 301 GROVE BLVD., MERRITT ISL MERRITT ISLAND HIGH 100 E. MUSTANG WAY, MERRITT ISL JEFFERSON MIDDLE 1275 S. COURTENAY PKWY., MERRITT ISL TROPICAL ELEM. 885 S. COURTENAY PKWY., MERRITT ISL ROOSEVELT ELEM MINUTEMEN CSWY., COCOA BEACH CAPE VIEW ELEM N ROSALIND AVE.,CAPE CANAVERAL COCOA BEACH JR./SR MINUTEMEN CSWY., COCOA BEACH HIGH 3121 SUNTREE ELEM. 900 JORDAN BLASS DRIVE, MELBOURNE EDUCATIONAL SERVICES FACILITY 2700 JUDGE FRAN JAMIESON WAY, VIERA (I-95 & WICKHAM ROAD) Ext. 450

41 SCHOOLS SOUTH OF THE PINEDA CAUSEWAY SCH. NO. SCHOOL NAME SCHOOL ADDRESS SCHOOL PHONE 6013 HOLLAND ELEM. 50 HOLLAND COURT, SATELLITE BEACH SEA PARK ELEM. 300 SEA PARK BLVD., SATELLITE BEACH SURFSIDE ELEM. 475 CASSIA BLVD., SATELLITE BEACH DE LAURA MIDDLE 300 JACKSON AVE., SATELLITE BEACH OCEAN BREEZE ELEM CHEYENNE DR., INDIAN HARBOUR BCH HOOVER MIDDLE 2000 HAWK HAVEN DR., INDIALANTIC INDIALANTIC ELEM NORTH PALM AVE., INDIALANTIC GEMINI ELEM OAK STREET, MELBOURNE BEACH SABAL ELEM WICKHAM ROAD, MELBOURNE CROTON ELEM CROTON ROAD, MELBOURNE HARBOR CITY ELEM SARNO ROAD, MELBOURNE JOHNSON MIDDLE 2155 CROTON ROAD, MELBOURNE MEADOWLANE ELEM WINGATE BLVD., WEST MELBOURNE WEST MELBOURNE ELEM MEADOWLANE AVE., WEST MELBOURNE UNIVERSITY PARK ELEM. 500 W. UNIVERSITY BLVD., MELBOURNE STONE MIDDLE 1101 EAST UNIVERSITY BLVD., MELBOURNE PORT MALABAR ELEM. 301 PIONEER AVE., NE, PALM BAY LOCKMAR ELEM. 525 PEPPER ST., NE, PALM BAY Ext RIVIERA ELEM. 351 RIVIERA DR., NE, PALM BAY MC AULIFFE ELEM. 155 DEL MUNDO ST., NW, PALM BAY JUPITER ELEM. 950 TUPELO ROAD, SW, PALM BAY TURNER ELEM JUPITER BLVD., SE, PALM BAY COLUMBIA ELEM WACO BLVD., SE, PALM BAY

42 Scope of Work Document Plant Operations & Maintenance 1254 S. Florida Avenue Rockledge, FL Ph Fax Project Manager School/Facility: Project Description: Project Name: Purpose: Project Completion: Project Scope: Additional Comments: The Facility Standards and Guidelines are available for you to review at the link provided. Should you have any questions please contact Project Manager. Facility Standards Should an Asbestos Containing Material (ACM) or suspect ACM material be discovered, notification must be given to the Project Manager and Jim Powers. All estimate sheets must be filled out for estimated materials cost. Sub-Contractors must be included under the "material items" section of the Contractor Estimate Sheet. All appropriate labor, material and other cost associated with this proposal must be in accordance with your continuing contract documents.

43 Plant Operations & Maintenance 1254 S. Florida Avenue Rockledge, FL Ph Fax Contractor Estimate Sheet Date: Vendor / Contractor: Contract #: Project Name: Project Description: Labor Estimates Qty Units Rate Cost Comments hr hr hr hr hr hr hr Total Labor Material Estimates Qty Units Cost Cost Comments Total Material % for Material Markup per Continuing Contract Total Project Cost

44 Facilities Services Code Enforcement Office 1254 South Florida Avenue Rockledge, Fl (Office) (Fax) As a result of recent legislation and the adoption of the 2001 Florida Building Code, Educational Facilities throughout Florida must readdress their approach to facilities construction, maintenance and repair. What has changed? As of March 1, 2002, Educational Facilities construction projects and maintenance became governed by the same regulations (2001 Florida Building Code) that govern non-educational construction projects in Florida. This necessitated the issuance of permits, inspections, plan review, and licensing requirements normally required by the local Municipal Building Departments. Local school districts that assumed these responsibilities must follow the guidelines of 1999 SREF, F.S , F.S. 468, F.S , and other regulations that apply. Facilities Services now has a Code Enforcement Office that is separate from Project Management. What is the "Code Enforcement Office"? The District's Code Enforcement Office reviews plans, issues permits, inspects work, and issues CO's. The Office is directed by David Sterphone, (Florida licensed Building Code Administrator). The Code Enforcement Office is located at 1254 South Florida Avenue, Rockledge, Florida, What types of projects require permits? Building permits are required for new construction, additions, remodeling, renovations, site work, structural modifications, major mechanical and electrical upgrades, roofing, re-roofing, demolition, and work that falls under an annual facilities maintenance permit. All construction projects valued $200,000 or more are considered major projects and Facilities Management Services will procure the required design services, contractors, and issue permits. All projects that increase square footage to the facility, such as pavilions, will require a permit regardless For more information call: David Sterphone, Barbara McLaughlin, Construction or Maintenance projects valued $200,000 or less may fall under the Annual Facility Maintenance permit. Many of these smaller projects will also require design services, licensed contractors, and permits. Many will be done by the maintenance crews. Area Maintenance Supervisors can clarify those requirements. Most importantly, the Area Supervisors must know about all projects so they can be properly inspected and logged. For more information call your Area Maintenance Supervisor Area 1 Maintenance Supervisor Area 3 Maintenance Supervisor Claude Gayle, Herb Johnson, Ext 160 Area 2 Maintenance Supervisor Area 4 Maintenance Supervisor Angelo Thomas Richard Barnes, What is an "Annual Facilities Maintenance Permit" and what must be inspected? Florida Statute (6)(d) addresses facility maintenance, and allows School Boards to issue this type of permit to facilitate routine maintenance, emergency repairs, and minor renovations. Permits have been issued to each of the District's four area Maintenance Supervisors who will monitor all of the work and call the Code Enforcement Office for all required inspections. You may have seen binders containing this permit dropped off at your schools. The permit binder contains a simple log for contractors to note their activity. All work must be logged. Work may be done by Area Maintenance or licensed contractors. Area Supervisors will periodically review the logs. All work that will be concealed must be inspected. Structural modifications must be inspected. New electrical and mechanical must be inspected. Area Supervisors are the Qualifiers for this permit and can answer any questions.

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 ITB #12-005/LL Swimming Pool Chemical Supply & Service Contractor II Plant Operations & Maintenance

More information

SCHOOL BOARD OF BREVARD COUNTY PURCHASING DEPARTMENT 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated

SCHOOL BOARD OF BREVARD COUNTY PURCHASING DEPARTMENT 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated SCHOOL BOARD OF BREVARD COUNTY PURCHASING DEPARTMENT 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 BID #06-017/JO Acoustical Ceiling Tile, Non-Asbestos Maintenance 2005/06, 2006/07 VENDORS RECOMMENDED

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 BID #07-046/BM ASPHALT PAVEMENT SEALER AND RE-STRIPING CONTRACTOR - MAINTENANCE VENDORS RECOMMENDED

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 BID #09-043/BM Degreasing and Inspection of the Kitchen Hood Systems Environmental Health

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 ITB #11-015/BM Tree Trimming, Vegetation Removal and Stump Grinding Plant Operations and Maintenance

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 BID #09-005/LH Telephone Systems Maintenance & Installation Services Educational Technology

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated $52,470.

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated $52,470. SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 BID #07-023/BP Snack Drinks Office of Food & Nutrition Services 2006/07 VENDORS RECOMMENDED

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated TOTAL $163,350.

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated TOTAL $163,350. SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 BID #09-042/BP Cafeteria Bread Products Renewal Option Year 1 VENDORS RECOMMENDED FOR RENEWAL:

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated SOLICITATION SUMMARY

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated SOLICITATION SUMMARY SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 ITB #11-010/BM Asphalt Pavement Sealing and Restriping Contractor - Option Year 1 VENDORS

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID The City of Fernandina Beach, Florida is accepting competitive sealed bids for 2500 PSI & 3000 PSI CONCRETE The City will receive sealed bids at the

More information

SCHOOL BOARD OF BREVARD COUNTY PURCHASING DEPT. 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 February 24, 2009 TO: FROM: RE: BIDDERS ON ACOUSTICAL CEILING TILE, NON ASBESTOS Bill McNichols, Buyer

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 TITUSVILLE, FLORIDA

CITY OF TITUSVILLE, FLORIDA CITY OF TITUSVILLE, FLORIDA INVITATION FOR PRICE QUOTE #12-PQ-102 Replace Wemco Grit Pump Due Date: June 12, 2012 @ 4:00 PM BIDDER INFORMATION Company Name Address City/Zip/State Contact Person Phone Number

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated INDETERMINATE

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated INDETERMINATE SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 BID #09-032/BM Site Work and Drainage - Maintenance VENDORS RECOMMENDED FOR AWARD: Vendor

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #09-04 MOLE CRICKET BAIT PRODUCT, DELIVERY AND APPLICATION INTRODUCTON The City of Fernandina Beach, Florida, is accepting sealed bids at the location

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

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES SUBMIT BID TO: Florida State Fair Authority 4800 Hwy 301 North / P.O. Box 11766 Tampa, Fl. 33610 Tampa, Fl. 33680 (Orient Road Entrance) Attn: Phyllis J. Bridges Telephone Number: 813-621-7821 E-mail:

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 RFQ #11001/BP Physical, Occupational and Speech/Language Therapy Services Office of Exceptional

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

INVITATION TO BID U Directional Boring Utility Department

INVITATION TO BID U Directional Boring Utility Department INVITATION TO BID U-06-06 Directional Boring Utility Department Purpose: The City of Palm Coast, Utility Department is soliciting proposals from qualified contractors to perform directional drilling to

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated INDETERMINATE

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated INDETERMINATE SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 BID #08-027/BM Bleacher and Backstop Repair and Motorization Maintenance VENDORS RECOMMENDED

More information

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals

RFP-FD Replacement Mid-Mount Tower Ladder. Required Submittals RFP-FD-09-01 - Replacement Mid-Mount Tower Ladder Required Submittals 1. All addenda (signed and dated) 2. Letter of Transmittal 3. Corporate Information 4. Summary of Litigation (if not applicable, please

More information

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006

FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 FATIGUE TECHNOLOGY INC. PURCHASE ORDER TERMS AND CONDITIONS DATED JANUARY 4, 2006 1. CONTRACT. Fatigue Technology Inc. s, hereinafter called FTI, purchase order, or change order to a purchase order, collectively

More information

CITY OF OCALA Purchasing Department 2100 NE 30 th Avenue Building E, Gate 4 Ocala, Florida Phone: (352) Fax (352)

CITY OF OCALA Purchasing Department 2100 NE 30 th Avenue Building E, Gate 4 Ocala, Florida Phone: (352) Fax (352) CITY OF OCALA Purchasing Department 2100 NE 30 th Avenue Building E, Gate 4 Ocala, Florida 34470 Phone: (352) 351-6700 Fax (352)351-6710 INVITATION TO BID ITB 08-053 June 11, 2008 Sealed bids will be received

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated INDETERMINATE

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated INDETERMINATE SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 BID #09-046/BM Playground Surfacing Material Environmental Health and Safety VENDORS RECOMMENDED

More information

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018 County of Gillespie Bid Package for FUEL - BOBTAIL DELIVERY Bid No. 2019.01 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624

More information

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES

FLORIDA STATE FAIR AUTHORITY INVITATION TO BID CONTRACTUAL SERVICES SUBMIT BID TO: Florida State Fair Authority 4800 Hwy 301 North / P.O. Box 11766 Tampa, Fl. 33610 Tampa, Fl. 33680 (Orient Road Entrance) Attn: Phyllis J. Bridges Telephone Number: 813-621-7821 E-mail:

More information

CONSTRUCTION AGREEMENT/CONTRACT

CONSTRUCTION AGREEMENT/CONTRACT Contract Number: Office Use Only 2233 Citygate Drive Columbus, Ohio 43219 614.418.7725 tel 614.418.7720 fax www.creativehousing.org CONSTRUCTION AGREEMENT/CONTRACT Between: For the Project: Creative Housing,

More information

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES

AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT BETWEEN OWNER AND CONSTRUCTION MANAGER PRE-CONSTRUCTION AND CONSTRUCTION SERVICES AGREEMENT made by and between, hereinafter called the Owner, and SITESCOMMERCIAL, LLC 185 WIND CHIME COURT, SUITE

More information

MANDATORY GENERAL TERMS AND CONDITIONS:

MANDATORY GENERAL TERMS AND CONDITIONS: MANDATORY GENERAL TERMS AND CONDITIONS: A. PURCHASING MANUAL: This solicitation is subject to the provisions of the College s Purchasing Manual for Institutions of Higher Education and their Vendors and

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 ITB #11-014/BM Outdoor Aluminum Seating Installation and Repair II Environmental Health and

More information

a. Article(s) Goods and/or services described on the face of the Purchase Order

a. Article(s) Goods and/or services described on the face of the Purchase Order TERMS AND CONDITIONS LIBERTY MUTUAL STANDARD TERMS AND CONDITIONS V. 5.0 1. DEFINITIONS a. Article(s) Goods and/or services described on the face of the Purchase Order b. Customer Liberty Mutual Insurance

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

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES

CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES CORAL GABLES RETIREMENT SYSTEM REQUEST FOR PROPOSAL FOR INDEPENDENT AUDIT SERVICES SECTION I GENERAL INFORMATION A. INTRODUCTION/BACKGROUND The Coral Gables Retirement Board (hereafter Board ) is requesting

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated SOLICITATION SUMMARY

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated SOLICITATION SUMMARY SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 ITB #11-016/BM Bleacher and Backstop Repair and Motorization Option Year 2 VENDORS RECOMMENDED

More information

AIA Document A201 TM 1997

AIA Document A201 TM 1997 AIA Document A201 TM 1997 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address): A201 conversion Michigan State University East Lansing, MI THE OWNER:

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

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2.

Hourly rate for clean-up and sweeping (Garden City and Ocean Terminal). $ 2. IMPORTANT PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 13 REQUEST FOR SEALED BID REQ. NO. 3000000603 DATE: 2/28/07 (PUBLIC OPENING) Bids must be returned on or before 10:00 a.m., Wednesday,

More information

AIA Document A201 TM 1997

AIA Document A201 TM 1997 AIA Document A201 TM 1997 General Conditions of the Contract for Construction for the following PROJECT: (Name and location or address): Project University of Maine at Farmington THE OWNER: (Name and address):

More information

CONSTRUCTION CONTRACT EXAMPLE

CONSTRUCTION CONTRACT EXAMPLE P a g e 1 CONSTRUCTION CONTRACT EXAMPLE THIS AGREEMENT, made and entered into this date, by and between, hereinafter called CONTRACTOR, and NPC QUALITY BURGER, INC., hereinafter called OWNER. IT IS HEREBY

More information

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018

County of Gillespie. Bid Package for GRAVEL. Bid No November 2018 County of Gillespie Bid Package for GRAVEL Bid No. 2019.05 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777 Gillespie

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 BID #10-026/BM Painting Contractor - Plant Operations and Maintenance Option Year 1 Renewal

More information

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS

BOARD OF EDUCATION DEPEW UNION FREE SCHOOL DISTRICT COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS BOARD OF EDUCATION 1 COUNTY OF ERIE STATE OF NEW YORK LEGAL NOTICE REQUEST FOR BID PROPOSALS The Board of Education of the Depew Union Free School District hereby invites the submission of sealed bids

More information

Request for Bid/Proposal

Request for Bid/Proposal Request for Bid/Proposal Hall of Science Lab Renovations Bids/Proposals Due: April 24, 2018 Mark Mehler Director of Procurement Services Drew University 36 Madison Ave, Madison, NJ 07940 973-408-3309 mmehler@drew.edu

More information

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018,

CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION. THIS AGREEMENT, made this day of, 2018, CONTRACT AGREEMENT FOR PARKING AREA CONSTRUCTION THIS AGREEMENT, made this day of, 2018, signed between Nampa & Meridian Irrigation District, hereafter referred to as "NMID" and, of (address), hereinafter

More information

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows: The following Terms and Conditions are MANDATORY and shall be incorporated verbatim in any contract award: 1. APPLICABLE LAWS AND COURTS: This solicitation and any contract resulting from this solicitation

More information

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018

County of Gillespie. Bid Package for COLD MIX LAY ASPHALT. Bid No November 2018 County of Gillespie Bid Package for COLD MIX LAY ASPHALT Bid No. 2019.03 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830)

More information

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16. Tennessee Technological University Date: 10/25/2016 Purchasing Office Contact: Emily Vaughn P. O. Box 5144, 1 William L. Jones Dr., Ste. 301 Phone: 931-372-3566 Cookeville, TN 38505-0001 Email: evaughn@tntech.edu

More information

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES

ARTICLE 1 ARTICLE 3 CONTRACTOR THE SUBCONTRACT DOCUMENTS ARTICLE 2 MUTUAL RIGHTS AND RESPONSIBILITIES ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) this Agreement; (2) the prime Contract, consisting of the Agreement between the Owner and Contractor and the other Contract

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

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

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above.

DRAWINGS: SPECIFICATIONS: ADDENDA: IN WITNESS WHEREOF, the parties hereto have executed this Agreement the day and year first written above. AGREEMENT BETWEEN DEPARTMENT AND CONTRACTOR STATE PROJECT NO.: STATE MINORITY VENDOR DESIGNATION DRAWINGS: FDACS PROJECT NAME AND LOCATION: SPECIFICATIONS: THIS AGREEMENT made this day of in the year.

More information

Notice to Bidders. No faxed or ed bids will be accepted. Bids received after the closing time will not be accepted.

Notice to Bidders. No faxed or  ed bids will be accepted. Bids received after the closing time will not be accepted. KEN BASS DIRECTOR OF PURCHASING 214 NORTH 5 TH STREET WACO, TEXAS 76701 (254) 757-5016 FAX (254) 757-5068 Notice to Bidders Sealed bids will be received by the McLennan County Purchasing Department at

More information

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF 3PAR EQUIPMENT

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT SPECIFICATION COVER SHEET BID # BOE PURCHASE OF 3PAR EQUIPMENT WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT 06880 203 341-1002 SPECIFICATION COVER SHEET VENDOR MUST ENCLOSE TWO COPIES OF THIS SPECIFICATION COVER SHEET and TWO COPIES OF THE BID SPECIFICATIONS

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated.

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated. SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 BID #10-004/BM - Roof Repair Contractors - Maintenance BOARD OCT 0 9 2012 APPROVED VENDORS

More information

Document A Standard Form of Agreement Between Contractor and Subcontractor

Document A Standard Form of Agreement Between Contractor and Subcontractor Document A401 2017 Standard Form of Agreement Between Contractor and Subcontractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Contractor: (Name, legal

More information

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S

TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S TOWN OF BURLINGTON PURCHASING DEPARTMENT New Four Stage Breathing Air Compressor Contract #17S-220-0006 If this document is used to submit a bid then you must submit your contact information to Kate Moskos

More information

Invitation to Bid-B Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance

Invitation to Bid-B Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Invitation to Bid-B-05-01 Annual Contract for Mowing of Vacant Lots/Fire Mitigation Ordinance Purpose: The City of Palm Coast, Flagler County, Florida is accepting proposals to provide underbrush mowing

More information

Union College Schenectady, NY General Purchasing Terms & Conditions

Union College Schenectady, NY General Purchasing Terms & Conditions Union College Schenectady, NY 12308 General Purchasing Terms & Conditions 1. DEFINITIONS. a. UNION COLLEGE represents the Trustees of Union College, is the purchaser of goods specified in the Purchase

More information

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated SOLICITATION SUMMARY

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated SOLICITATION SUMMARY SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 BID #11-034/BP - Lawn Maintenance & Landscaping Services - Astronaut High School VENDORS RECOMMENDED

More information

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT

WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT WESTPORT BOARD OF EDUCATION 110 MYRTLE AVENUE WESTPORT, CT 06880 203 341-1002 SPECIFICATION COVER SHEET BID #18-002-BOE VENDOR MUST ENCLOSE TWO COPIES OF THIS SPECIFICATION COVER SHEET and TWO COPIES OF

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

Standard Form of Agreement Between Contractor and Subcontractor

Standard Form of Agreement Between Contractor and Subcontractor Standard Form of Agreement Between Contractor and Subcontractor GENERAL TERMS AND CONDITIONS ARTICLE 1 THE SUBCONTRACT DOCUMENTS 1.1 The Subcontract Documents consist of (1) these General Terms and Conditions,

More information

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018

County of Gillespie. Bid Package for CONCRETE. Bid No November 2018 County of Gillespie Bid Package for CONCRETE Bid No. 2019.04 November 2018 Gillespie County Auditor Gillespie County Courthouse Room 203 101 W. Main, Unit #4 Fredericksburg, Texas 78624 (830) 997-6777

More information

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park

TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS. To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park TOWN OF PEMBROKE PARK REQUEST FOR QUALIFICATIONS To Provide Solid Waste Franchise Financial Auditor Services for the Town of Pembroke Park Issued By: Town Manager 3150 Southwest 52 nd Avenue Pembroke Park,

More information

RFP GENERAL TERMS AND CONDITIONS

RFP GENERAL TERMS AND CONDITIONS RFP GENERAL TERMS AND CONDITIONS PUBLIC RECORD After an award is made, copies of the proposals will be available for public inspection, under the supervision of the City's Finance Department from 8:00

More information

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS EXHIBIT A: SECTION 000200 INSTRUCTIONS TO BIDDERS 1.01 INVITATION TO BID A. The City of will be accepting bids for the Revised City Wayfinding Signage Project. This project is generally described as: fabrication

More information

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #14-05

CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #14-05 CITY OF FERNANDINA BEACH, FLORIDA INVITATION TO BID #14-05 The City of Fernandina Beach, Florida is accepting competitive sealed bids for the Demolition of one single-family home and construction of new

More information

Subcontract Agreement

Subcontract Agreement S THIS AGREEMENT made as of the day of, 2012 BETWEEN the Contractor: TCL Partners 5212 123 rd Place SE Everett, WA 98208 and the For the Following Project: The Architect for the Project: The Contractor

More information

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader.

Description. Specify cost per ton for pothole hand work to include saw cutting & removal. Specify cost per ton for paving utilizing a spreader. IMPORTANT This is NOT an order but a request for quotation. PO BOX 2406 2 MAIN STREET GARDEN CITY, GA 31408 Page 1 of 13 REQUEST FOR QUOTATION REQ. NO. 3000000582 DATE: 11/10/2006 Quotes must be returned

More information

OFFICIAL BID FORM & BID DOCUMENTS

OFFICIAL BID FORM & BID DOCUMENTS OFFICIAL BID FORM & BID DOCUMENTS TOWN OF LAKE PLACID 2019-01 LAKE JUNE PARK PAVILION AND RESTROOM IMPROVEMENTS BIDS DUE 1:00 PM, Wednesday February 27, 2019 SUBMIT SEALED BIDS TO: TOWN OF LAKE PLACID

More information

PURCHASE OF HIGH DENSITY POLYETHYLENE (HDPE) AND PVC PIPES & FITTINGS. Quotation Number 14-Q06/PF

PURCHASE OF HIGH DENSITY POLYETHYLENE (HDPE) AND PVC PIPES & FITTINGS. Quotation Number 14-Q06/PF PURCHASE OF HIGH DENSITY POLYETHYLENE (HDPE) AND PVC PIPES & FITTINGS May 21, 2014 Quotation Number 14-Q06/PF PURCHASING SERVICES CONTACT: Phillip Ford, Purchasing Supervisor; pford@swa.org, Telephone

More information

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project

Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project Document A105 2007 Standard Form of Agreement Between Owner and Contractor for a Residential or Small Commercial Project AGREEMENT made as of the in the year (In words, indicate day, month and year.) BETWEEN

More information

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS

INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS INTERNATIONAL GRAND INVESTMENT CORPORATION TERMS AND CONDITIONS Except as otherwise provided on the face of this Purchase Order or Supply Contract (the Order ) which is attached hereto, the parties agree

More information

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

DESERT COMMUNITY COLLEGE DISTRICT   General Terms and Conditions DESERT COMMUNITY COLLEGE DISTRICT www.collegeofthedesert.edu General Terms and Conditions 1. PURCHASE ORDER DEFINED: The term purchase order as used in these terms conditions means the document entitled

More information

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER REQUEST FOR PROPOSAL SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER 12-001 1. BACKGROUND INFORMATION: COWLEY COUNTY, KANSAS SCOPE OF SERVICES Cowley County, a municipal corporation existing under

More information

INVITATION TO BID-R Frieda Zamba Pool Renovations

INVITATION TO BID-R Frieda Zamba Pool Renovations INVITATION TO BID-R-06-01 Frieda Zamba Pool Renovations Purpose: The City of Palm Coast is requesting bids from general contractors for the renovations of the Frieda Zamba Pool. The outdoor, unsheltered

More information

UMASS MEMORIAL MEDICAL CENTER, INC. CONTRACT FOR PURCHASE OF GOODS

UMASS MEMORIAL MEDICAL CENTER, INC. CONTRACT FOR PURCHASE OF GOODS UMASS MEMORIAL MEDICAL CENTER, INC. CONTRACT FOR PURCHASE OF GOODS This Contract ( Contract ) is made by and between UMass Memorial Medical Center, Inc. a Massachusetts non-profit corporation ( UMMMC )

More information

W I T N E S S E T H:

W I T N E S S E T H: GENERAL CONTRACTORS SUBCONTRACT AGREEMENT THIS CONTRACT, made and entered into the day of, 20, by and between, a Tennessee, having its principal place of business at, hereinafter referred to as "Contractor"

More information

Washington University in St. Louis

Washington University in St. Louis Washington University in St. Louis Construction Terms and Conditions A. AGREEMENT. The Purchase Order, these Terms and Conditions, any special conditions, Owner s Policies, Design Standards and Insurance

More information

RFQu # Musical Instruments July 25, 2018

RFQu # Musical Instruments July 25, 2018 RFQu # 18-178 Musical Instruments July 25, 2018 Collier County Public Schools (CCPS) will accept submittals for RFQu (Request for Qualifications) #18-178 Musical Instruments. Products and services requested

More information

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f

GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS f GALESBURG PUBLIC LIBRARY 40 E. SIMMONS STREET GALESBURG, ILLINOIS 61401 309-343-6118 f 309-343-4877 INVITATION FOR BIDS For the complete removal and replacement of existing semi-flat portion boiler room

More information

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S

City of Sidney Request for Qualifications and Proposal for. Plumbing Maintenance and Repair Services # S SMALL TOWN VALUES 1115 13TH AVENUE PO BOX 79 SIDNEY NEBRASKA 69162 BIG TIME OPPORTUNITIES PHONE (308) 254-5300 FAX (308) 254-3164 www.cityofsidney.org City of Sidney Request for Qualifications and Proposal

More information

Document A401 TM. Standard Form of Agreement Between Contractor and Subcontractor

Document A401 TM. Standard Form of Agreement Between Contractor and Subcontractor Document A401 TM 2017 Standard Form of Agreement Between Contractor and Subcontractor AGREEMENT made as of the day of in the year (In words, indicate day, month and year.) BETWEEN the Contractor: (Name,

More information

CONSTRUCTION CONTRACT

CONSTRUCTION CONTRACT CONSTRUCTION OR: Name Mailing Address City, State, Zip Code Telephone Number Fax Number E-mail address BID ACCEPTANCE DATE: COMPLETION DATE: DATE: TOTAL BID : TABLE OF CONTENTS ARTICLE 1 PARTIES... Page

More information

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO: Common Ground HDFC II Lee/Pitt Street LP Attn: Brian Ferrier 505 Eighth Avenue 15th Floor New York, NY 10018 DUE DATE: Friday, April

More information

INVITATION TO BID (ITB) REQUIRED RESPONSE FORM

INVITATION TO BID (ITB) REQUIRED RESPONSE FORM St. Johns County School District Sebastian Administrative Annex Purchasing Department 3015 Lewis Speedway, Unit 5 St. Augustine, FL 32084 INVITATION TO BID TITLE: Grounds Maintenance and Landscaping F.O.B.

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

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone: Authorized Signature:

Date: Telephone: Company Name: Address: City: State: Zip Code: Contact Person: Title: Cell Phone:   Authorized Signature: SUBMISSION INFORMATION Kenton County Fiscal Court P.O. Box 792 303 Court Street, Room 207 Covington, Kentucky 41012-0792 BID/PROPOSAL Street Expansion Joint / Driveway Joint repair due to Street Creep

More information

Mold Remediation and Clean Up of Central High School

Mold Remediation and Clean Up of Central High School GOOCHLAND COUNTY REQUEST FOR QUOTATION Mold Remediation and Clean Up of Central High School FROM: Goochland County Parks, Recreation & Facilities P.O. Box 10, 1800 Sandy Hook Road Goochland, VA 23063 Phone

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 TO BID (ITB)

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

More information

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE

FIRM FIXED PRICE TERMS AND CONDITIONS AES-1 Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE Applicable to Architect-Engineering Services Contracts INDEX CLAUSE NUMBER TITLE PAGE 1. DEFINITIONS 1 2. COMPOSITION OF THE ARCHITECT-ENGINEER 1 3. INDEPENDENT CONTRACTOR 1 4. RESPONSIBILITY OF THE ARCHETECT-ENGINEER

More information

Request for Quotation

Request for Quotation Return this Quote document via FAX or E-MAIL no later than 3:00 PM, TUESDAY, 01/26/16 to: Attention: ANDREA PARKS STAHL, SR. BUYER Telephone: Fax No.: 210-567-2897 E-mail: PARKSA@UTHSCSA.EDU Facsimile

More information

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit

CITY OF BRENHAM, TEXAS. Invitation for Bid. Purchase and Installation of Forty (40) Ton Air Conditioning Unit CITY OF BRENHAM, TEXAS Invitation for Bid Purchase and Installation of Forty (40) Ton Air Conditioning Unit IFB Number: 15-002 Response Deadline: 2:00 P.M. (CST) Tuesday, January 6, 2015 Responses will

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

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207)

Mailing address: P.O. Box, 9422, South Portland, ME Telephone (207) Fax (207) Page 1 of 9 Bid #10-18 Sealed bids for purchase of a replacement Sound System for the South Portland High School Auditorium, for the City of South Portland, Maine, as specified below, in the Specifications

More information

Standard Form of Agreement Between Contractor and Subcontractor

Standard Form of Agreement Between Contractor and Subcontractor Document A401 2007 Standard Form of Agreement Between Contractor and Subcontractor AGREEMENT made as of the in the year (In words, indicate day, month and year.) day of BETWEEN the Contractor: (Name, legal

More information

INSTRUCTIONS TO BIDDERS

INSTRUCTIONS TO BIDDERS INSTRUCTIONS TO BIDDERS 1. Bid Documents 1.1. Complete sets of Bid Documents shall be used in preparing Bids. Neither the Owner nor the Engineer assumes any responsibility for errors or misinterpretations

More information

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS

Request for Bids. SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division. Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS Request for Bids SUPPLY AND DELIVERY OF LIQUID SODIUM HYDROXIDE Wastewater Division Town of North Attleborough, Massachusetts BOARD OF PUBLIC WORKS DONALD CERRONE, CHAIRMAN JOHN M WALSH, VICE-CHAIRMAN

More information