Company: Telephone: Fax: FOR INFORMATION July 2, :00 a.m. July 18, :00 a.m. CONTACT: Bryan Jones (979)

Similar documents
Company: Telephone: Fax:

Rolling Plains Management Corporation 118 North First Street P.O. Box 490 Crowell, Texas REQUEST FOR PROPOSALS FOR

GUILFORD COUNTY SCHOOLS Invitation for Bids

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

Bid No /7 Release Date: January 25, 2019

Houston County School District Houston County High School Lunchroom Kitchen A/C Request for Proposal (RFP)

Bid No /4 Release Date: August 16, Houston County School District Wicksburg High School Lunch Room A/C Request for Proposal (RFP)

PROJECT Boiler System Replacement Technology Center

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

Invitation to Bid HVAC UNITS

CITY OF CONROE PURCHASING DEPARTMENT REQUEST FOR PROPOSALS

Warner Robins Housing Authority

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

EXTENDED WARRANTY PROGRAM GUIDE. Qualifying Qualifying is easy. To participate, you must be registered with Factory Assurance Southwest ( FAS ).

ALL TERRAIN SLOPE MOWER

BOROUGH OF HIGHLANDS COUNTY OF MONMOUTH STATE OF NEW JERSEY REQUESTS FOR PROPOSAL & QUALIFICATIONS BOROUGH PLANNER

WINDSOR HIGH SCHOOL POOL HOUSE HVAC UNIT REPLACEMENT PROJECT 50 SAGE PARK ROAD. WINDSOR, CT

SANDHILLS COMMUNITY COLLEGE REQUEST FOR PROPOSALS RFP #

HVAC Unitary Incentives

REQUEST FOR PROPOSAL SINGLE-FAMILY HOMEOWNER OCCUPIED REHABILITATION PROGRAM SERVICES JULY Tacoma Community Redevelopment Authority

Ware County Recreation Department 2110 Cecil Brown Drive Waycross, GA Ph: Fax:

NEW CASTLE COUNTY Purchasing Division New Castle County Government Center 87 Read s Way New Castle, DE (302)

ILLINOIS VALLEY COMMUNITY COLLEGE (Purchasing Department) 815 N. Orlando Smith Ave. Oglesby, Illinois REQUEST FOR PROPOSAL

REQUEST FOR QUOTATION

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

Housing Authority of the Cherokee Nation

Tacoma Power Conservation Contractor Agreement

HVAC Replacement Units

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

POLICIES FOR DEVELOPMENT SERVICES LOANS AND GRANTS. A. Rehabilitation loans and grants may be offered to eligible applicants as funds are available.

PREQUALIFICATION PACKAGE FOR

REQUEST FOR BIDS. RFB for the Demolition and Turn Key Construction of (1) One 3 Bedroom Replacement home located in, Sequoyah County

CITY OF SIKESTON INVITATION FOR BID GENERAL REQUIREMENTS

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

BERRIEN COUNTY ROAD DEPARTMENT

ADVERTISEMENT FOR BIDS

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

OKEECHOBEE COUNTY ROAD STRIPING AND MARKING SERVICES

Model #48TTF007501BW Efficiency rating 9 EER Replace with three new Bryant High Efficiency roof top package Heating & Cooling Units:

TELEPHONE: 620/ OFFICE OF: Central Purchasing CITY OF HUTCHINSON BID NO ADDENDUM NO. 1

IID APPLICATION INSTRUCTIONS ENERGY REWARDS PROGRAM FOR RESIDENTIAL CUSTOMERS

REQUEST FOR PROPOSAL. UPS Maintenance

REQUEST FOR PROPOSALS (RFP) CITY OF RHOME OLD SCHOOL WINDOW AND DOOR REPLACEMENT

TOWN OF BERLIN VERMONT July 7, Request for Proposal Landscape Design and Installation

REQUEST FOR PROPOSALS

REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

INVITATION TO BID (ITB)

Invitation to Bid For Printing PIKEPASS Fulfillment Folders (ITB # )

JACQUELINE M. IZZO MAYOR

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

2018 Non-Residential Rebates

Subcontractor Contract and Scope of Work MECHANICAL Social Security Administration Auburn, AL Ross Clark Circle Dothan, Alabama 36301

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

Direct Install (DI) Program. Program Guide. Fiscal Year 2018 (7/1/2017 through 6/30/2018)

RESIDENTIAL REWARDS PROGRAM ATTIC INSULATION APPLICATION

Request for Bid/Proposal

DESERT COMMUNITY COLLEGE DISTRICT General Terms and Conditions

CITY OF HUTCHINSON SEALED BID FORM PAGE 1 of 4

construction plans must be approved for construction by the City PBZ department.

Residential Equipment Rebates Application Instructions

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)

SPECIFICATION PACKAGE. for PURCHASE OF SULFURIC ACID WITH TELEMETRY PROGRAM

POCATELLO/CHUBBUCK SCHOOL DISTRICT NO. 25 Bannock County. Administration Office 3115 Pole Line Road Pocatello, Idaho SPECIFICATIONS FOR

In accordance with 61 O.S. 108 and 115, a sworn statement shall accompany any competitive bid submitted for a public construction contract.

RFP # Request for Proposal Moving Services Contract

SIX EACH GAS METERS & ASSOCIATED EQUIPMENT CECIL COUNTY GOVERNMENT: DEPARTMENT OF EMERGENCY SERVICES

2016 Residential HVAC Rebate Application

PURCHASING DEPARTMENT

REQUEST FOR PROPOSALS FOR THE REPLACEMENT OF TRUCK SCALE. for the DUTCHESS COUNTY RESOURCE RECOVERY AGENCY POUGHKEEPSIE, NEW YORK

Request for Proposal (RFP) For Commercial Property Real Estate Broker/Agent Company:

FORMAL BID KITSAP COUNTY DEPARTMENT OF PUBLIC WORKS ER&R DIVISION HOT MIX ASPHALT FOR 2018

REQUEST FOR QUOTATION (RFQ) TITLE: Kit Carson Emergency Siren Project

The Best Products The Best Price The Best Service...We Guarantee It!

St. Charles City County Library District Invitation for bid HVAC Replacement at Winghaven Branch

INVITATION TO BID COMMERCIAL FLOORING CONTRACTORS

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

TCL&P Facilities HVAC Improvements (specifications attached)

Procurement Using State Funds Whenever the estimated cost of furniture, supplies or equipment (except books) will cost:

Housing Development Corporation of Rock Hill. Request for Proposal HOME REPAIR 710 S. YORK AVE., ROCK HILL, SC 29730

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

Madera Unified School District

City of Forest Park Request for Proposals. Secure Access Control Systems

Request for Proposal Seeking Lighting Suppliers to Provide Energy Efficient Lighting Fixtures & Controls

WEST VALLEY SANITATION DISTRICT

Residential Energy Improvement Program Project Completion Form

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

2018 GENERAL CONTRACTOR PREQUALIFICATION APPLICATION FOR NON STATE FUNDED PROJECTS > $1 MILLION. December 12, 2017

Alabama State Port Authority

CITY OF TITUSVILLE, FLORIDA

INVITATION FOR BIDS (IFB) Heating, Ventilation and Air Conditioning (HVAC) Services

REQUEST FOR PROPOSALS RFP#74-18

GENERAL TERMS AND CONDITIONS

RFP Request for Proposal Carpet Cleaning Services

CHEROKEE NATION BUSINESSES, L.L.C. REQUEST FOR PROPOSAL ( RFP ) PROJECT NAME: CNE Ad Agency RFP NUMBER: DATED: TABLE OF CONTENTS

INVITATION TO SEALED BID AIRPORT HANGAR 1 DOOR REFURBISH PROJECT. F.O.B. City Of Hutchinson, Hutchinson, Kansas

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

Request for Quote. Replacement of Three HVAC Units for the Administrative Offices of the Pine Mountain Regional Library

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

AGENCY-WIDE LAWN MAINTENANCE

REQUEST FOR STATEMENTS OF INTEREST AND QUALIFICATIONS TO PRE-QUALIFY TO BID GENERAL CONTRACTOR SERVICES

Transcription:

HEATING & COOLING SYSTEMS AND SERVICES For the BRAZOS VALLEY COMMUNITY ACTION AGENCY CEAP CRIS PROGRAM 2013 3141 Briarcrest Drive, Suite 510, Bryan Texas 77802 (979) 774-1831 Company: Telephone: E-Mail: Fax: ISSUE DATE: DUE DATE: FOR INFORMATION July 2, 2013 9:00 a.m. July 18, 2013 10:00 a.m. CONTACT: Bryan Jones (979)774-1831 Bidders must submit an original bid and one copy. Sealed Bids will be accepted until 10:00 am, July 18, 2013 at 3141 Briar crest Drive, Suite 510, Bryan Texas, 77802 Bid packets may be submitted by mail, courier, or hand delivery to 3141 Briar crest Drive, Suite 510, Bryan Texas, 77802 on or before 10:00 a.m. July 18, 2013. Bids received after the date and time specified above shall not be considered for award and shall be returned, unopened, to bidder. Bidders using the U.S. Mail, private parcel, delivery service, or other mail/parcel carrier are solely responsible to ensure on-time delivery. Bids will be opened promptly at 10:01 a.m. July 18, 2013 at same location. All bids must be delivered in SEALED ENVELOPES, clearly marked, on the outside of the envelope, CEAP CRISIS HEATING & COOLING PROGRAM SEALED BID. Service delivery area consists of 10 counties: Brazos, Burleson, Grimes, Leon, Madison, Montgomery, Robertson, Walker, Waller, and Washington. The bidder s name and address shall also be included on the sealed envelope. An authorized official of the bidding firm must print or type his/her name and manually sign the bid. Bids that are not signed shall be considered non-responsive and shall not be considered for award pursuant to this solicitation. Both successful and unsuccessful Procurement Bidder will be given prompt written notice that BVCAA, INC. has the Right to refuse any/or all bids. 1

A contract, if awarded pursuant to this solicitation, shall be made to the lowest responsive, responsible bidder, price and other factors considered. Contracts will be awarded on preestablished scoring criteria. Note: BVCAA, INC. will reject your Sealed Bid if it is incomplete and/or illegible. The selected Sealed Bid will be checked for Weatherization Insulation services. The selected Sealed Bid will be checked for cost reasonableness. Each Sealed Bid or participant shall have the right to appeal any administrative issues arising from the procurement efforts to BVCAA, INC. These issues include: source evaluation, protests, disputes and claims. If the Bidder for Procurement by Sealed Bid is not satisfied with the decision of BVCAA, INC., he/she may then appeal to his/her grievance to Texas Department of Housing and Community Affairs provided such appeal is related to the following: Scoring Criteria Violations of federal laws or regulations. Violations of protest procedures or failure to review a complaint or protest. Points will be given to each of the contractual considerations including financial resources & integrity, bidders technical knowledge, and price of materials and labor. The bidder with the lowest material and labor price will be awarded a maximum of 50 points. All other bidders will receive points based on the following formula: Lowest bid price bid price X 50 = points awarded Example $1000 $1200 =.83 X 50 = 41.6 Scoring Breakdown I. Bidder s Financial Resources 17 Points & Integrity II. Technical Knowledge and Experience 33 Points & Integrity III Material and Labor Price 50 Points Total Possible Points 100 Points 2

SCOPE OF SERVICES BVCAA is seeking up to two (2) qualified contractors to provide Repair, and Retrofit of HVAC Systems, window units and electric room space heaters in eligible low-income dwellings throughout Brazos, Burleson, Grimes, Leon, Madison, Montgomery, Robertson, Walker, Waller, and Washington counties. These services are delivered pursuant to the Comprehensive Energy Assistance Program (CEAP), crisis heating and cooling component following the International Residential Code or City Code whichever is the most restrictive and are designed to resolve a heating and cooling health hazards. Bidder must enter a price for each line item on the accompanying bid sheet. Failure to enter a price for one or more items will render the bid non-responsive, and the bid will be rejected. Prices must remain firm from closing of bid until December 31, 2013, and will apply regardless of the number of units, work, or assessments, if any, called for. A contract, if any, awarded pursuant to this solicitation may be extended provided all terms and conditions, except for the contract period, remain unchanged and in full force and effect. This option, if exercised, requires the mutual agreement of BOTH parties. Refusal by either party to exercise this Option to extend shall require this contract to expire on the original or mutually agreed date. The normal extension period shall be in one (1) year increments. The total period of this contract, including all extensions, may not exceed a maximum combined period of four years. Funds for a contract, if any, resulting from this solicitation, have been or are anticipated to be provided through the Texas Department of Housing and Community Affairs pursuant to the Texas Low Income Home Energy Assistance Program, United States Department of Health and Human Services. Services under this program are contingent on BVCAA s receipt of CEAP Program funds. 3

CEAP HEATING & COOLING BID SHEET ITEM DESCRIPTION PRICE PER UNIT LABOR TOTAL Units will be sized by room size or availability. CRISIS WINDOW UNITS 1. Window AC unit 6,000 BTU $ $ $ 110 Volt, Energy Star Rated EER=10 and COP 3.11 2. Window AC unit 8,000 BTU $ $ $ 110 Volt, Energy Star Rated EER=10 and COP 3.11 3. Window AC unit 10,000 BTU $ $ $ 110 Volt, Energy Star Rated EER=10 and COP 3.11 4. Window AC unit 12,000 BTU $ $ $ 110 Volt, Energy Star Rated EER=10 and COP 3.11 5. Window AC unit 15,000 BTU (110 volt) 10 EER, COP 3.11 $ $ $ Section I. Totals (1( - 5) Material Labor Total Total CENTRAL COMPONENTS 6. 2 ton condenser $ $ $ 7. 2.5 ton condenser $ $ $ 8. 3 ton condenser $ $ $ 9. 3.5 ton condenser $ $ $ 10. 4 ton condenser $ $ $ 11. 5 ton condenser $ $ $ 12. 2 ton evaporative coil $ $ $ 13. 2.5 ton evaporative coil$ $ $ 14. 3 ton evaporative coil $ $ $ 15. 3.5 ton evaporative coil$ $ $ 16. 4 ton evaporative coil$ $ $ 4

17. 5 ton evaporative coil$ $ $ 18. 2 ton Air Handler $ $ $ 19. 2.5 ton Air Handler $ $ $ 20. 3 ton Air Handler $ $ $ 21. 3.5 ton Air Handler $ $ $ 22. 4 ton Air handler $ $ $ 23. 5 ton Air Handler $ $ $ 24. 45,000 BTU Furnace $ $ $ 25. 70,000 BTU Furnace $ $ $ 26. 90,000 BTU Furnace $ $ $ 27. 110,000 BTU Furnace$ $ $ 28 Central Thermostat $ $ $ 29. Return air grill and new filter $ $ $ 30. Electrical Whip/Disconnect $ $ $ 31. Drip pan for Central System $ $ $ 32. Replace 5 inch flex duct (per foot) $ $ $ 33. Replace 6 inch flex duct (per foot) $ $ $ 34. Replace 7 inch flex duct (per foot) $ $ $ 35. Replace 8 inch flex duct (per foot) $ $ $ 36. Replace 10 inch flex duct (per foot) $ $ $ 37. Replace 12 inch flex duct (per foot) $ $ $ 38. ¾ Copper Line (LF) $ $ $ 39. 7/8 Copper Line (LF) $ $ $ 40. 1-1/18 Copper Line (LF) $ $ $ 41. Copper Cover $ $ $ 42. Condenser Pad $ $ $ 43. Thermostat for Heat Pump $ $ $ 5

44. Contactors $ $ $ 45. Capacitors $ $ $ 46. Hard Start Kit $ $ $ 47. Control Board HVAC system $ $ $ Section II. Totals (6 47) Material Labor Total CEAP HVAC and Appliance Labor Rates 48. Central Unit AC repair (Labor Only) $ Includes cleaning 49. Central Furnace/Air handler Repair (Labor Only) $ Includes cleaning 50. Window AC Repair (Labor Only) $ Includes cleaning 51. HVAC assistant Labor Rate. $ 52. Crisis AC installation Rate $ 53 Electric Space Heater Rate $ Section III. Totals (48-53) Total CEAP Portable Electric Space Heaters 54 Portable Oil Electric Space Heater 55. Convective Energy Saving Portable Electric Heaters $ $ $ $ $ $ 56. Portable Metal Space Heaters$ $ $ Section IV. Totals (54-56) 56) Material Labor Total 6

Section Totals: Material Labor Total Section I Crisis A/C s Section II. Central Components Section III. Labor Rates Section IV. Electric Space Heater 7

VENDOR CERTIFICATION I hereby certify that prices quoted above shall be the delivered price at any work site within Brazos, Burleson, Grimes, Leon, Madison, Montgomery, Robertson, Walker, Waller, and Washington counties and shall include all packaging, handling shipping and delivery charges. I understand that Brazos Valley Community Action Agency is exempt from state and local taxes and have therefore not included taxes in the pricing provided herein. I acknowledge that these prices must remain in effect throughout the original contract period. I further certify that the quoted materials meet the specifications contained in this quotation document and have provided, with this bid, proof of same. Signature of Authorized Agent Date 8

SERVICE DELIVERY TERMS AND CONDITIONS AND PRODUCT AND SERVICE SPECIFICATIONS 1. GENERAL REQUIREMENTS A. Delivery: Delivery of all products/services specified in this bid sheet shall be made to the address shown on each individual CEAP service Delivery Request. Such address shall be the home occupied by an eligible CEAP program participant residing anywhere within Brazos, Burleson, Grimes, Leon, Madison, Montgomery, Robertson, Walker, Waller, and Washington counties. B. Response Time: Delivery of all products/service specified in this bid sheet shall be made within 48 hours of receipt of notification or 18 hour in life threatening situations as deemed by BVCAA Inc. Administrator. Exceptions to this requirement shall be allowed only in the event an eligible program participant is unavailable for service delivery scheduling (which instances must be documented and provided to BVCAA designated CEAP program staff). NOTE: In a crisis situation, delivery of an appliance must be made within a 48-hour period from time of notification or in a life-threatening situation in 18 hours. C. Payment for Products/Services: There shall be no advance payment for products delivered and/or service provided for the successful bidder, if any, selected for contract pursuant to this procurement. Contractual payment terms and conditions, if a contract is awarded, shall specify that payment shall be made contingent on a final agency inspection of the work performed and shall normally be made 30 to 60 days from date of said inspection and agency approval (of product installation/service delivery). D. Code Compliance: All installations, repairs, disposals and any other service provided pursuant to this procurement must meet applicable Federal, State and/or local codes, whichever shall be the most restrictive. Bidder shall be responsible for obtaining any required permit and payment of any required payment fee, as applicable. E. Guaranties: All installations, repairs, and any other product or service provided pursuant to this solicitation must be guaranteed, in writing, for a minimum period of one year from the invoice date. Compressors for Window AC units and/or Central AC systems shall be warranted for a minimum period of three years. The successful bidder, if any, shall be contractually obligated to complete any warranty work within 3 working days of notification. In life threatening situations (i.e. nonfunctioning heaters in winter or nonfunctioning AC s in summer and elderly or infirm clients residing in the household), the successful bidder shall be required to provide warranty work within 24 hours of notification 9

2. TECHNICAL SPECIFICATIONS A. Product information. Bidders shall submit with this bid technical specifications for each of the product groups (i.e. Window AC Units, HVAC and electric space heaters) included in this specification, bidder s submission must include unit warranty information, a 1-800 service number for the use of clients, contractor number and/or agency staff and that the proposed product meets minimum EER/COP requirements. B. Product Installation. All equipment shall be installed as recommended by the manufacturer to meet the intent of the application. Window AC units must be braced with metal bracing, bolted (with one way bolts) to the dwelling or installed as per manufactured instructions. AC installation and/or service are to include testing of system to ensure proper performance. C. HVAC repair. HVAC Repair, if any, completed pursuant to this solicitation must be completed by a licensed HVAC professional. The repair of existing HVAC must be documented and submitted for agency review and/or approval. 10

MINIMUM VENDOR QUALIFICATIONS Bidder s Name: Authorized Agent: Address: Phone: ( ) Type of Entity (Check One): [ ] Proprietorship [ ] Partnership [ ] Corporation [ ] Non- Profit I. FINANCIAL RESOURCES, TRADE REFERENCES & INTEGRITY. A. Please provide a notarized documentation indicating your firm s maximum line of credit. (5 Points). B. List four (4) trade references from who you (or your firm) have purchased HVAC and/or construction materials within the last 12 months. Please do not list relatives or personal friends. Additional references may be listed at the bidder s option (to ensure that no less than 4 references may be contacted). Each reference will be asked the following questions; (3 Points per Reference, 12 points total) Non responsive references will result in point reductions. (3 attempts per reference, for 3 consecutive days during normal business hours of 8 am-5 pm.) Reference 1. (3 pts) Has this firm (or individual) been timely in meeting their financial obligations to you/your Company? Would you characterize this firm (or individual) as honest, fair, and responsible? Have you or would you extend credit to this firm (or individual) and if so, in what amount and under what terms? Name Address Phone/Fax Reference 2. (3pts) Name Address Phone/Fax Reference 3. (3pts) Name Address Phone/Fax Reference 4. (3pts) Name Address Phone/Fax 11

II.. TECHNICAL KNOWLEDGE AND EXPERIENCE A. Provide proof (e.g. and Assumed Name Certificate on file in county or an adjoining county or a Texas Certificate of Incorporation) that your business has been in existence no less than one year. (3 Points) B. Bidder s Experience (5 Points) List five HVAC and/or construction jobs in the last two years.(1pt each) 1. Name/Company Address Date Description of work 2. Name/Company Address Date Description of work 3. Name Address Date Description of work 4. Name Address Date Description of work 5. Name Address Date Description of work C.. Number of years of HVAC experience (3pts) D. Bidder s Technical Resources (10 Points) 1) List the name(s) of person(s) who will be supervising the work performed. Please attach a brief copy of their resume.(5 pts) 2) List and attach a brief resume for each individual showing their relevant technical knowledge and expertise that will be working on program. (5pts) 12

E. Please respond to the following questions regarding your/your firm s preparedness to undertake activities pursuant to this solicitation. ( 8 Points) My firm [ ] has [ ] has not operated a Freon Reclaim unit. My firm [ ] has [ ] has not operated a Carbon Monoxide Detector. My firm [ ] has [ ] has not a Federal, State, or Local Government contract canceled for lack of performance. My firm [ ] has [ ] has not the knowledge to perform testing with a Duct Blaster. My firm [ ] has [ ] has not in the past two years, installed window air conditioners. My firm [ ] has [ ] has not the resources to speak with Spanish speaking CEAP clients. My firm [ ] has [ ] has not filed bankruptcy in the past two years. My firm [ ] has [ ] has not the capability to meet all program requirement of this bid. F. Questions (4 Points) Provide additional pages if necessary to answer. 1. In your opinion, what are the 2 most important qualities an individual/company must have to be a successful appliance service provider? 2. What are the 2 symptoms of carbon monoxide poisoning? 13

3. What are 3 possible sources of carbon monoxide in the typical lowincome home? 4. Why do space heaters have ODS systems? BIDDER S CERFICATION: I hereby certify that the information contained herein is a true and correct representation of my/my firm s qualifications to undertake the activities specified in the procurement. Authorized Agent s Signature Date 14

III.. LEGAL AND OTHER BIDDER REQUIREMENTS A. Insurance Please provide a copy of your firm s comprehensive and automobile liability insurance or insurance carrier s letter of certification (or provide a notarized statement attesting to the ability to obtain the required insurance). Subscribers to the Texas Worker s Compensation system must provide proof of coverage. Nonsubscribers must provide documentation of worker protection substantially equivalent to Worker s Compensation Insurance. All insurance requirements listed below must be met prior to contract award. 1. Automobile Liability Bodily Injury (Each person) $250,000 Bodily Injury (Each accident) $500,000 Property Damage (Each Occurrence) $100,000 2. General Liability (including Contractual Liability) Bodily Injury $500,000 Property Damage $100,000 3. Excess Liability is Not Required. Please list The amount of any umbrella coverage which Your firm carries. $ 4. Worker s Compensation B. Please provide a notarized statement attesting that your firm is not listed on any federal, sate, local (i.e. GSA/HUD/GAO/TDHCA) list of debarred, suspended, and/or ineligible contractors and grantees. C. Please provide a notarized attesting that your firm complies with the Fair Labor Standards Act and that your firm meets all equal employment and affirmative action non-discrimination regulations. D. Provide copy of license or certification to work on HVAC systems. And, any other services such as plumbing. E. REQUIRED BID SUBMISSIONS 1. Signed copy of CEAP HEATING/COOLING BID SHEET (3 pages) Score Sheet 15

CEAP Crisis 2013 Bidder s Name: Authorized Agent: I. FINANCIAL RESOURCES, TRADE REFERENCES & INTEGRITY. A. ( Points) 5 B. ( points) 3 per referencer eference), 12 Reference 1. Reference 2. Reference 3. Reference 4. II. TECHNICAL KNOWLEDGE AND EXPERIENCE A. ( Points) 3 B. ( Points) Points)5 Reference 1. Reference 2. Reference 3. Reference 4. Reference 5. C. ( Points) Points) 3 D. Bidder s Technical Resources ( Points) 10 1) ( points). 2) ( points) E. ( Points) 8 F. ( Points) 4 III. REQUIRED BID SUBMISSIONS 16

A. Yes or No B. Yes or No C. Yes or No D. Yes or No 17