INVITATION TO BID - BidNet

55
______________________________________________________________________________________________________________________ Bid #18-28, HVAC Maintenance and Repair Annual Contract Page 1 of 55 *The posting of additional addenda may be required and it is the responsibility of the bidder to ensure that they review the County’s website for any additional addenda, and that they submit acknowledgement of all applicable addenda (on the included form) with their solicitation. Bidders should not expect to be individually notified by Henry County. Henry County Board of Commissioners Purchasing Department 140 Henry Parkway, McDonough, GA 30253 Phone: 770-288-6027 Fax: 770-288-6047 Website: www.co.henry.ga.us/Departments/M-R/PurchasingDepartment.aspx Rod Gray ________________________________________________________________ Rod Gray, Director of Purchasing INVITATION TO BID Sealed Envelope shall be marked with the following information: Bid # 18-28 HVAC Maintenance and Repair Annual Contract Opening: 3:00 PM, May 2, 2018 SCHEDULE OF EVENTS FOR BID # 18-28 Pre-Bid Conference None Deadline for requests for clarifications and questions. Any possible exceptions to the bid specifications and/or terms and conditions should be addressed during this phase. These requests will be answered in an addendum and must be emailed to: [email protected] 3:00 PM April 18, 2018 *Deadline for first addendum, if required, posted on the Henry County website: www.co.henry.ga.us/Departments/M-R/PurchasingDepartment.aspx 3:00 PM April 25, 2018 Sealed bids will be accepted until the opening date and time. Any late submittals received will not be considered. Submittals are to be delivered to Henry County Purchasing Department, 140 Henry Parkway, McDonough, GA 30253. 3:00 PM May 2, 2018 THIS FORM MUST BE SIGNED AND SUBMITTED TO BE CONSIDERED FOR AWARD COMPANY NAME: DATE: MAILING ADDRESS: PHONE: CITY: FAX: STATE: ZIP: SSN OR FEDERAL TAX ID: EMAIL: TITLE OF AUTHORIZED REPRESENTATIVE: PRINTED NAME: AUTHORIZED SIGNATURE:

Transcript of INVITATION TO BID - BidNet

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 1 of 55

*The posting of additional addenda may be required and it is the responsibility of the bidder to ensure that they review the

County’s website for any additional addenda, and that they submit acknowledgement of all applicable addenda (on the included

form) with their solicitation. Bidders should not expect to be individually notified by Henry County.

Henry County Board of Commissioners

Purchasing Department

140 Henry Parkway, McDonough, GA 30253 Phone: 770-288-6027 Fax: 770-288-6047

Website: www.co.henry.ga.us/Departments/M-R/PurchasingDepartment.aspx

Rod Gray

________________________________________________________________

Rod Gray, Director of Purchasing

INVITATION TO BID

Sealed Envelope shall be marked with the following information:

Bid # 18-28

HVAC Maintenance and Repair – Annual Contract

Opening: 3:00 PM, May 2, 2018

SCHEDULE OF EVENTS FOR

BID # 18-28

Pre-Bid Conference None

Deadline for requests for clarifications and questions. Any possible exceptions

to the bid specifications and/or terms and conditions should be addressed

during this phase. These requests will be answered in an addendum and must

be emailed to: [email protected]

3:00 PM

April 18, 2018

*Deadline for first addendum, if required, posted on the Henry County website:

www.co.henry.ga.us/Departments/M-R/PurchasingDepartment.aspx

3:00 PM

April 25, 2018

Sealed bids will be accepted until the opening date and time. Any late

submittals received will not be considered. Submittals are to be delivered to

Henry County Purchasing Department, 140 Henry Parkway, McDonough, GA

30253.

3:00 PM

May 2, 2018

THIS FORM MUST BE SIGNED AND SUBMITTED TO BE CONSIDERED FOR AWARD

COMPANY NAME: DATE:

MAILING ADDRESS: PHONE:

CITY: FAX:

STATE: ZIP: SSN OR FEDERAL TAX ID:

EMAIL: TITLE OF AUTHORIZED REPRESENTATIVE:

PRINTED NAME: AUTHORIZED SIGNATURE:

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 2 of 55

Bid # 18-28

HVAC Maintenance and Repair – Annual Contract

Opening: 3:00 PM, May 2, 2018

TABLE OF CONTENTS Page

SECTION I – GENERAL OVERVIEW

A - PURPOSE 3

B - GENERAL INSTRUCTIONS, TERMS, AND CONDITIONS 4 - 12

SECTION II – SPECIFICATIONS

A – SCOPE OF WORK 13 - 15

B – CONTRACTOR AND CONTRACTOR’S EMPLOYEES REQUIREMENTS 15

C – CONTRACT TERMS 16

D – INSURANCE REQUIREMENTS 16 - 17

SECTION III - FORMS

HVAC MAINTENANCE AND REPAIR CHECKLIST - REPORT 18

STANDARD CONTRACT (SAMPLE) 19

BID AUTHORIZATION AFFIDAVIT 20

NON-CONFLICT OF INTEREST 21

REFERENCES 22

GA SECURITY & IMMIGRATION COMPLIANCE AFFIDAVIT & AGREEMENT 23

SAVE AFFIDAVIT 24

SUPPLIER INCLUSION PROGRAM 25

CHECKLIST - REPORT 26

BID PRICE SHEET(S) 27 - 52

LABOR AND REPLACEMENT PARTS COST SHEET 53

CHECKLIST FOR BID DOCUMENTS 54

SECTION IV – SEALED BID LABEL 55

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 3 of 55

SECTION I - GENERAL OVERVIEW

A. PURPOSE

The intent of this invitation is to obtain competitive sealed bids from qualified licensed vendors to provide

preventative maintenance services and repairs for the heating and cooling systems and related vent fans

located at various County buildings on a renewable annual contract basis. The Contractor shall furnish

all labor, materials, equipment, and services required to fulfill the terms and conditions of this bid.

B. GENERAL INSTRUCTIONS, TERMS, AND CONDITIONS

1. Bids Submission a. These instructions will bind bidders to terms and conditions herein set forth, except as specifically

stated otherwise in special contract terms with any individual bid. These instructions are to be

considered an integral part of the bid.

b. Bids may be submitted by mail, common carrier or delivered in person. Fax or electronic bids are

not acceptable. It shall be the duty of each Bidder to ensure that their bid is delivered within the

time and at the place prescribed in this document. Bids received prior to the time fixed in this bid

document will be securely kept unopened. A date/time stamp will be affixed to the

envelope/package immediately upon its arrival to the Purchasing Department. Any bid received

at the office designated in this document after the exact time and date specified, will not be

considered. If a late bid is received via carrier, it will be marked “late bid” and will not be opened.

If a late bid is hand delivered, it will be returned unopened to the presenter.

c. At the date and time specified for the opening of the bid, the bid shall be publicly opened and read

aloud for the information of Bidders and others present.

d. The bid must be submitted in a sealed envelope/parcel on or before the date and time stated in

this document and is to be mailed or delivered to:

Henry County Purchasing Department

140 Henry Parkway

McDonough, GA 30253

Bid # 18-28

HVAC Maintenance and Repair – Annual Contract

e. The Submittal Checklist must be reviewed and the bidder is to comply with the order of the

submittal of documents. This document along with the cover page (page 1) is to be included with

the bid.

f. The following items are to be submitted:

One (1) unbound clearly marked “Original,” of the bid documents,

One (1) bound copy identical to the original bid documents, and

One (1) electronic version in PDF format on CD/DVD or USB flash drive identical to the

original bid documents. The CD/DVD or USB flash drive should be labeled with the bid

number and bidder’s name.

g. All bids must be manually signed and filled out legibly (typewritten or printed in ink) with all

changes or corrections initialed by the person signing the bid.

h. If descriptive literature is attached to the bid, your firm’s name must be on all sheets submitted.

i. Each bid submitted shall be deemed to have been made with full knowledge of all terms,

conditions, and requirements contained in this Bid request. The failure or omission of any Bidder

to examine any form, instrument or document shall in no way relieve any Bidder from obligations

in respect to the bid submittal or the compliance of the terms, conditions and requirements of the

bid.

j. Individual contractors shall provide their Social Security number and proprietorships; partnerships

and corporations shall provide their Federal Employer Identification number on page one of this

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 4 of 55

bid documents and provide a completed W9 form to be submitted with the bid.

k. The authorized representative whose signature will appear on the bid submitted certifies that the

Bidder has carefully examined the instructions of this bid and the terms and specifications

applicable to and made a part of this bid. The Bidder further certifies that the prices shown on the

Bid Price Submittal Form is in accordance with the conditions, terms and specifications of the bid

and that any exception taken thereto may disqualify the bid.

l. Any documentation submitted with or in support of a bid or bid shall become subject to public

inspection under the Georgia Open Records Act. Labeling such information “Confidential”,

“Proprietary”, or in any other manner shall not protect this material from public inspection upon

request. All records become subject to public inspection only after award of the contract or

purchase order.

2. Preparation of Bids

a. Negligence on the part of the Bidder in preparing the bid confers no right for withdrawal or

modification in any way after the deadline for the bid opening.

b. Unit price must be shown on the Bid Cost Submittal Form in this document. All bids should be

tabulated, totaled and checked for accuracy. The unit price will prevail in case of errors.

c. All product, equipment, article or material must be new and unused or current production. No

reconditioned or used item(s) will be accepted except as specifically requested herein. Units that

are classified as prototype or discontinued models are not acceptable.

d. Samples of items, when required, must be submitted within the time specified and unless otherwise

specified by the County, at no expense to the County. Unless otherwise specified, samples will be

returned at the Bidder’s request and expense if items are not destroyed by testing.

e. Full identification of each item bid upon, including brand name, model, catalog number, etc., must

be furnished to identify exactly what the Bidder is offering. Whenever an article or material is

defined by describing a proprietary product or by using the name of a manufacturer, the term “or

equal” if not inserted shall be implied. The specified article or material shall be understood as

indicating the type, function, minimum standard of design, efficiency and quality desired and shall

not be construed as to exclude other manufactured products of comparable quality, design and

efficiency. In the event that any equivalent version is proposed, prospective Bidders are herewith

advised that precise, adequate, and documented evidence of equivalency in performance, stability,

and operational efficiency should be submitted with the bid for further consideration. Final

determination of equivalency will be determined by Henry County.

3. Clarification and Communication to County Concerning Bid a. From time to time, the Purchasing Department may have to release written changes to a

solicitation. These formal written changes are called addendum or if multiple, Addenda. It is

the ultimate responsibility of the Bidder to ensure that they have all applicable addenda

prior to the bid/bid submission. Therefore, we encourage all Bidders to frequently review

the County’s website:

www.co.henry.ga.us/Departments/M-R/PurchasingDepartment.aspx.

All addenda forms must be signed and submitted with the bid. Failure to respond and

acknowledge any addenda or requests for clarification, even after the bid opening, shall

result in a non-responsive bid.

b. The successful firm’s bid and all addenda will become a part of the agreement resulting from this

document.

c. Bidders seeking an award of a Henry County contract shall not initiate or continue any verbal or

written communication regarding a solicitation with any County officer, elected official, employee

or other County representative without permission of the Purchasing Department between the date

of the issuance of the solicitation and the date of the final contract award by the Board of

Commissioners. Violations will be reviewed by the Purchasing Director. If determined that such

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 5 of 55

communication has compromised the competitive process, the offer submitted by the individual,

firm or business shall be disqualified from consideration for award. EXCEPTION to the above

would be emailing request for clarification and/or questions to the Purchasing Department –

[email protected]. (These requests will be answered in an addendum. Please

see schedule of events.)

4. Pre-Bid Conference The Pre-Bid Conference or any other information session (if indicated in the schedule of events) will be

held at the offices referred to in the “Schedule of Events” of this bid. Unless indicated otherwise,

attendance is not mandatory; although suppliers are strongly encouraged to attend. However, in the

event the conference has been identified as mandatory, then a representative of the supplier must attend

the conference in its entirety to be considered eligible for contract award.

5. Rejection and Withdrawal of Bids a. Withdrawal of bid due to errors, the supplier has up to forty-eight (48) hours to notify the

Purchasing Department of an obvious clerical error made in calculation of bid in order to withdraw

a bid after bid opening. Withdrawal of bid for this reason must be done in writing within the forty-

eight hour period.

b. The County will make a recommendation of the bid/bid to the Board of Commissioners within 60

days from date of the opening, unless the successful Bidder agrees in writing to a longer period for

the award.

c. The County may reject all or part of the bid/bid within 60 days of bid opening.

6. Bid and Contract Documents a. A bid executed by an attorney or agent on behalf of the Bidder shall be accompanied by an

authenticated copy of the Power of Attorney or other evidence of authority to act on behalf of the

Bidder.

Corporation: If the Bidder is a corporation, the bid must be submitted in the name of the

corporation, not simply the corporation’s trade name. In addition, the bid shall be signed by an

officer of the corporation.

Partnership: If the Bidder is a partnership, all partners must sign the bid. If all the partners do

not sign the bid, then the names of all those except limited partners must be furnished on the bid

and evidence of the authority of the signer(s) to execute the bid on behalf of the partnership.

Limited Liability Company (LLC): If the Bidder is a limited liability company, the authorized

agent having authority to bind the limited liability company must sign the bid documents.

Sole Proprietorship or Individual: If the Bidder is a sole proprietor or individual, a signature is

required on all bid documents by that individual.

b. The contract documents consist of this Agreement, Specifications and Addenda issued prior to

execution of this Agreement, other documents listed in this Agreement and Modifications issued

after execution of this Agreement. These form the Contract and are as fully a part of the Contract

as if attached to this Agreement or repeated herein. The Contract represents the entire and

integrated Agreement between the parties hereto and supersedes prior negotiations, representation

or agreements, either written or oral.

c. Contract Term – The time period of the agreement, if any is formed from this bid, will be

determined after the review and evaluation of the Time Line Schedules submitted by the

successful Consultant.

7. Exceptions and Omissions Any exceptions to the specifications and/or terms and conditions must be addressed during the

question/clarification and addendum phases.

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 6 of 55

8. Alterations of Solicitation and Associated Documents Alterations of County documents are strictly prohibited and will result in automatic disqualification of

the Bidder’s solicitation response

9. Cost Incurred by Vendors All expenses involved with the preparation and submission of the bid to the Henry County Board of

Commissioners, or any work performed in connection therewith is the responsibility of the vendor(s).

10. Codes, Permits, Fees, Licenses and Law a. All permits, fees, arrangements for inspections, licenses, and costs incurred for the same shall be

the sole responsibility of the successful Bidder. All materials, labor and construction must comply

with all applicable rules and regulations of local, state and/or national codes, laws and ordinances

of all authorities having jurisdiction over the project, shall apply to the contract throughout and

will be deemed to be included in the contract the same as though herein written out in full.

b. Effective July 1, 2008: All General Contractors must have a current valid license from the

State Licensing Board for Residential and General Contractors, unless specifically exempted

from holding such license pursuant to Georgia law, O.C.G.A. Section 43-41-17.

c. State Law regarding Worker Verification requires that all who enter into a contract for the physical

performance of services with the County must satisfy O.C.G.A. §13-10-91 and Rule 300-10-1-.02,

in all manner, and such are conditions of the contract. By submitting a bid to the County contractor

agrees that in the event the contractor employs or contracts with any subcontractor(s) in connection

with the covered contract, the contractor will secure from the subcontractor(s) such

subcontractor(s) indication of the employee-number category applicable to the subcontractor, as

well as attestation(s) from such subcontractor(s) that they are in compliance. Such attestation(s)

shall be maintained and may be inspected by the County at any time. An affidavit of such

compliance included with the bid, must be signed by the contractor, and will become part of the

contract.

11. Safety All vendors and subcontractors performing services are required and shall comply with all Occupational

Safety and Health Administration (OSHA), State and County Safety and Occupational Health Standards

and any other applicable rules and regulations. Also, all contractors and subcontractors shall be held

responsible for the safety of their employees and any unsafe acts or conditions that may cause injury or

damage to any persons or property within and around the work site area under this Contract.

12. Design, Standards and Practices Design, strength, quality of materials and workmanship must conform to the industry acceptable

standards of engineering practices and/or professional services.

13. Statement of Warranty A Statement of Warranty should include all applicable manufacturers’ warranty and the Contractor’s

warranty in regards to equipment, materials and workmanship. This statement shall include the terms,

conditions and the period of warranty coverage. Any exclusion(s) must be clearly stated.

14. Non-collusion By submitting a bid in response to this solicitation, the Bidder represents that in the preparation and

submission of this bid, said Bidder did not either directly or indirectly, enter into any combination or

arrangement with any person, Bidder, Corporation or enter into any agreement, participate in any

collusion, or otherwise take any action in the restraint of free, competitive bidding in violation of the

Sherman Act (15 U.S.C. Section I or Section 59.1-9.1 through 59.1-9.17 or Sections 59.1 – 68.6

through 59.68.8). Collusion and fraud in bid preparation shall be reported to the State of Georgia

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 7 of 55

Attorney General and the United States Justice Department.

15. Nondiscrimination Notwithstanding any other provision of this Agreement, during the performance of this Agreement

Contractor, for itself, its heirs, personal representatives, successors in interest and assigns, as part of the

consideration of this Agreement does hereby covenant and agree, as a covenant running with the land,

that:

a. No person on the grounds of race, color, religion, sex or national origin shall be excluded from

participation in, denied the benefits of, or otherwise be subjected to discrimination;

b. In the production of the vehicle(s), and the furnishing of services therein or thereon, no person on

the grounds of race, color, religion, sex or national origin shall be excluded from participation in,

or denied the benefits of, such activities, or otherwise be subjected to discrimination.

16. Drug Free Workplace Certification By signing the Supply Service Contract form, the Contractor certifies that the provisions of Code

Sections 50-24-1 through 50-24-6 of the Official Code of Georgia Annotated, relating to the “Drug-free

Workplace Act”, have been complied with in full. The undersigned further certifies that:

a. A drug-free workplace will be provided for the Contractor’s employees during performance of the

contract; and

b. Each Contractor who hires a subcontractor to work in a drug-free work place shall secure from

that subcontractor the following written certification:

“As part of the subcontracting agreement with (Contractor’s name), (Subcontractor’s name)

certifies to the Contractor that a drug-free workplace will be provided for the subcontractor’s

employees during the performance of this Contract pursuant to Paragraph (7) of Sub-section (b) of

Code Section 50-24-3”.

c. The Contractor further certifies that he will not engage in the unlawful manufacture, sale,

distribution, dispensation, possession, or use of a controlled substance or marijuana during the

performance of the Contract.

d. Contractor may be suspended, terminated, or debarred if it is determined that:

(1) The Contractor has made false certification hereinabove; or

(2) The Contractor has violated such certification by failure to carry out the requirements of the

Official Code of Georgia Section 50-24-3.

17. Georgia Security and Immigration Compliance Act Pursuant to the Georgia Security and Immigration Compliance Act of 2006, the successful Contractor

understands and agrees that compliance with the requirements of O.C.G.A.13-10-91 and Georgia

Department of Labor Rule 300-10-02 are conditions of this bid and contract document. The Contractor

further agrees that such compliance shall be attested by the Contractor and any of his Subcontractors by

execution of the appropriate Affidavit and Agreement which will be included and become a part of the

Agreement between Henry County and the successful Contractor.

18. Systematic Alien Verification for Entitlements (SAVE) Program Since a contract has been deemed a “public benefit,” the contractor or other party to the contract must be

run through the federal Systematic Alien Verification for Entitlements (SAVE) Program. This program

requires that local government verify the legal status of non-U.S. citizens who apply for certain benefits.

The contractor must execute a SAVE affidavit attesting that either he or she is a U.S. citizen or legally

qualified to receive the benefit. If the contractor is not a U.S. citizen, then the local government has to

run that contractor through the SAVE system. Only non-U.S. citizens can be processed through the SAVE

program.

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 8 of 55

19. Supplier Inclusion Program Small, local, veteran-owned, Disadvantaged Business Enterprise (DBE), and female-owned business

enterprises are encouraged to participate in the solicitation process. Please see the Supplier Inclusion

Program form for a description of each of these type businesses.

20. Delivery and F.O.B. Destination a. All prices shall include shipping and delivery cost to our destination; F.O.B., Henry County,

Georgia, unless otherwise requested. The Bidder shall handle all material procurement, storage

and delivery to project site. Unless otherwise specified in this specification, Bidder shall supply

all materials required. The County will grant no allowance for boxing, crating or delivery unless

specifically provided for in this bid. The Bidder shall retain title for the risk of transportation,

including the filing for loss or damages.

b. The County desires delivery of the product(s) or service(s) as specified at the earliest possible time

after the date of award. Unreasonable delivery may be cause for disqualifying a bid. Each firm

shall state a definite delivery time and avoid using general terms such as "ASAP" or approximately

so many days.

21. Discounts Cash discounts for early payment (i.e. 2%-10) or Net 30 terms should be shown separately, even if terms

are Net.

22. County’s Tax Exemption Henry County is exempt from Federal Excise Tax or Georgia Sales Tax with regard to goods and

services purchased directly by Henry County. Exemption certificates furnished upon request.

23. Award of Contract a. Henry County desires to complete the award process in a timely manner. Henry County reserves

the right to reject or accept any or all bid/bids, whole or any parts hereof, by item or group of items,

by section or geographic area, or make multiple awards and be the final approval of bid(s) selection

which would be the most advantageous to the County with price and other factors considered.

Henry County may elect to waive any technicalities. The bid will be awarded to the lowest

responsive, responsible or highest scored Bidder(s), if awarded. The bid specifications and results

will be available on the County’s website:

www.co.henry.ga.us/Departments/M-R/PurchasingDepartment.aspx

b. Henry County reserves the right to reject any bid if the evidence submitted by or investigation of,

the Bidder fails to satisfy the County that the Bidder is properly qualified to carry out the

obligations of the Contract. If the successful Bidder defaults on their bid, an award may be made

to the next low responsive and responsible Bidder.

Responsibility - The determination of the Bidder’s responsibility will be made by the County

based on whether the Bidder meets the following minimum standard requirements:

Maintains a physical location presence and permanent place of business.

Has the appropriate and adequate technical experience required.

Has adequate personnel and equipment to perform the work expeditiously

Able to comply with the required or proposed delivery and installation schedule.

Has a satisfactory record of performance.

The ability of Bidder to provide future maintenance and service for the use of the

contract under consideration.

Has adequate financial means to meet obligations incidental to the work.

Such other factors as appear to be pertinent to either the bid or the contract.

Responsiveness - The determination of the Bidder’s responsiveness will be made by the County

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 9 of 55

based on a consideration of whether the Bidder has submitted complete bid documents meeting

bid requirements without irregularities, excisions, special conditions, or alternatives bids for any

item unless specifically requested in the bid solicitation.

c. Henry County is subject to making records available for disclosure after the Board of

Commissioners approval of the recommendation. The award shall be made by the Board of

Commissioners of Henry County unless the lowest, qualified bid is less than the Board of

Commissioners’ approval limit. No claim shall be made by the selected Consultant for loss of

profit if the contract is not awarded or awarded for less work than is indicated and for less than

the amount of the bid. The total of the awarded contract shall not exceed the available funds

allocated for the bid project.

24. Local Vendor Privilege a. There is established in Henry County, a local vendor privilege. Bids or bids awarded to local

vendors contribute to the local tax base and will therefore be given special consideration when

bidding against out-of-jurisdiction (out-of-county) vendors. Bids or bids received from local

vendors will be given preference if such bid or bid is responsive and within five (5) percent of

the low bid submitted by any out-of-county bidder. In such instance, the local vendor will be

given the opportunity to match the low bid offered by the out-of-county vendor. If such local

vendor agrees to match the low bid received from the out-of-county vendor within the time

specified by the county, the bid shall be awarded to the local vendor.

b. A local vendor shall only be eligible to receive the benefit of this privilege if it meets each of the

following requirements prior to any award of a contract or purchase:

1. The business or supplier must operate and maintain a regular place of business within the

geographical boundaries of Henry County; and

2. The business or supplier must have a current occupational tax certificate; and

3. The business or supplier must have paid all real and personal taxes owed the county; and

4. The business or supplier must certify its compliance with the Georgia Security and

Immigration Act.

c. This policy shall not apply to any bid or bid for material, equipment or services in excess of one

hundred thousand dollars ($100,000.00). In such cases, the bid award shall be subject to the

competitive bidding requirements as otherwise provided herein or general law.

25. County Direction of Project Site and Monitoring of Work a. The Contractor may have a Project Coordinator, but the project site shall remain under the control

of Henry County. The Contractor shall provide and make available an appointee to Henry County

for project coordination and supervision of Bidder installation personnel. Coordination consist of

meeting with the Henry County representatives to review the project; on site walk throughout of

installation area(s) before the installation begins; review installation procedures; review

installation progress and to handle any problems during installation until project completion.

b. The successful Bidder will promptly correct all work rejected by the County as faulty, defective,

or failing to conform to the Minimum Specifications and/or to consensus standards adopted by

both government and industry governing the repairs, whether observed before or after substantial

completion of the work, and whether or not fabricated, installed, or completed. The successful

Bidder will bear all costs of correcting such rejected work.

c. The Contractor shall insure all trash generated by work performed shall be removed from the site

and properly disposed as each work operation is completed in a given area. Additionally, the

Contractor shall ensure all disturbances to the area where the Contractor performed work are

restored to the same condition prior to start of the project. If an inspection reveals that the

Contractor fails to clean up after work has been performed. The County will notify the Contractor

of the discrepancy and the Contractor will have twenty-four (24) hours to make the correction.

Should the Contractor still fails to clean the area, the County reserves the right to make other

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 10 of 55

arrangements to have the area cleaned and the County shall deduct the cost from the Contractor’s

invoice.

d. No one except authorized employees of the Contractor is allowed on the premises of Henry County

facilities. Contractor employees are not to be accompanied in their work area by acquaintances,

family members, assistants, or any other person unless said person is an authorized employee of

the Contractor.

e. All information disclosed by Henry County to the successful Contractor for the purpose of the

work to be done or information that comes to the attention of the successful Contractor during the

course of performing such work is to be kept strictly confidential.

26. Indemnification a. The vendor that is selected as the contractor shall, at its own expense, protect, defend, indemnify,

save and hold harmless Henry County and its elected and appointed officers, employees, servants

and agents from all claims, damages, lawsuits, costs and expenses including, but not limited to,

all costs from administrative proceedings, court costs and attorney fees that Henry County and its

elected and appointed officers, employees, servants and agents may incur as a result of the acts,

omissions or negligence of the contractor or its employees, servants, agents or subcontractors

that may arise out of the agreement.

b. The contractor’s indemnification responsibility under this section shall include the sum of

damages, costs and expenses which are in excess of the sum of damages, costs and expenses

which are paid out in behalf of or reimbursed to the County, its officers, employees, servants and

agents by the insurance coverage obtained and/or maintained by the contractor.

27. Controlling Law, Venue Any dispute arising as a result of this bid and/or an Agreement which was created from the terms,

conditions and specifications of this document or their interpretation, litigation shall only be entered into

and shall be performed in Henry County, Georgia. This Agreement shall be governed by the applicable

laws of the County of Henry and the State of Georgia. Any dispute arising out of the agreement, this bid

solicitation, its interpretations, or its performance shall be litigated only in the County of Henry Judicial

Courts.

28. Contractor as Independent Contractor In conducting its business hereunder, Contractor acts as an independent contractor and not as an employee

or agent of County. The selection, retention, assignment, direction and payment of Contractor’s

employees shall be the sole responsibility of Contractor.

29. Assignment The Agreement, in whole or any part hereof, created by the award to the successful contractor shall not

be sold, not be assigned or transferred by Contractor by process or operation of law or in any other manner

whatsoever, including intra-corporate transfers or reorganizations between or among a subsidiary of

Contractor, or with a business entity which is merged or consolidated with Contractor or which purchases

a majority or controlling interest in the ownership or assets of Contractor without the prior written consent

of Henry County.

30. Performance of Contract a. Henry County reserves the right to enforce the Contractor’s performance of this Agreement in

any manner prescribed by law or deemed to be in the best interest of the County in the event of

breach or default or resulting contract award. It will be understood that time is of the essence in

the Bidder’s performance.

b. The successful Contractor shall execute the entire work described in the Contract Documents,

except to the extent specifically indicated in the Contract documents to be the responsibility of

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 11 of 55

others.

c. The Contractor accepts the relationship of trust and confidence established by the award of this

bid solicitation. The Contractor covenants with the County to utilize the Contractor’s best skill,

efforts and judgment in furthering the interest of the County; to furnish efficient business

administration and supervision; to make best efforts to furnish at all times an adequate supply of

workers and materials; and to perform the work in the best way and most expeditious and

economical manner consistent with the interest of the County,

d. All purchases for goods or services are subject to the availability of funds for this particular

purpose.

31. Default and Termination a. Termination by Contractor

The agreement resulting from this bid shall be subject to termination by Contractor in the event

of any one or more of the following events: The default by County in the performance of any of

the terms, covenants or conditions of this Agreement, and the failure of County to remedy, or

undertake to remedy such default, for a period of thirty (30) days after receipt of notice from

Contractor to remedy the same.

b. Termination by County

The agreement resulting from this bid shall be subject to termination by the County at any time in

the opinion of the County; the contractor fails to carry out the contract provisions of any one or

more of the following events:

(1) The default by Contractor in the performance of any of the terms, covenants or conditions

of the Agreement, and the failure of Contractor to remedy, or undertake to remedy with

sufficient forces and to the County’s reasonable satisfaction, the County shall provide the

vendor with notice of any conditions which violate or endanger the performance of the

Agreement. If after such notice the Contractor fails to remedy such conditions within thirty

(30) days to the satisfaction of the County, the County may exercise their option in writing

to terminate the Agreement without further notice to the Contractor and order the

Contractor to stop work immediately and vacate the premises, to cancel ordered products

and/or services with no expense to the County.

(2) Contractor files a voluntary petition in bankruptcy, including a reorganization plan, makes

a general or other assignment for the benefit of creditors, is adjudicated as bankrupt or if a

receiver is appointed for the benefit of creditors, is adjudicated as bankrupt or if a receiver

is appointed for the property or affairs of Contractor and such receivership is not vacated

within thirty (30) days after the appointment of such receiver.

(3) Contractors’ failure to conduct services according to the approved bid specifications.

(4) Contractors’ failure to keep, perform, or observe any other term or condition of this

Agreement.

(5) Contractor’s performance of the contract is unreasonably delayed.

(6) Should the successful Bidder fail to provide the commodities or services when ordered,

and in accordance with the General Terms and Conditions, specifications and any other

requirements contained herein are not met, the County reserves the right to purchase

commodities or services covered by this contract elsewhere if available from an alternate

source.

(7) The Contractor agrees by its bid submission that the County’s decision is final and valid.

c. Force Majeure

Neither party shall be held to be in breach of the Agreement resulting from this bid, because of

any failure to perform any of its obligations hereunder if said failure is due to any act of God, fire,

flood, accident, strike, riot, insurrection, war, or any other cause over which that party has no

control. Such party shall give notice and full particulars of such Force Majeure in writing to the

other party within a reasonable time after occurrence of the event and the obligation of the party

giving such notice shall endeavor to remove or overcome such inability with all reasonable

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 12 of 55

dispatch.

d. Waiver

The waiver of any breach, violation or default in or with respect to the performance or

observance of the covenants and conditions contained herein shall not be taken to constitute a

waiver any subsequent breach, violation or default in or with respect to the same or any other

covenant or condition hereof.

32. Invoices Invoices and/or statements should not be faxed but originals must be mailed directly to:

Henry County Board of Commissioners

Finance Department

140 Henry Parkway

McDonough, GA 30253

The following information must appear on all invoices submitted:

Name and address of successful Bidder;

Detailed breakdown of all charges for the services or products delivered stating any

applicable period of time;

Henry County’s Purchase Order Number and Bid Package number;

Invoices shall be based upon actual services rendered, actual work performance and/or

products delivered.

33. Payment Payment shall be tendered to the successful Bidder upon acceptance and approval by the County for

satisfactory compliance with the general terms, conditions and specifications of the bid; by completed

services; verification of delivery of products; assurance that the product/service performs as specified

and warranted; and receipt of a valid invoice.

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 13 of 55

SECTION II - SPECIFICATIONS

A. SCOPE OF WORK

1. Description Summary

It is the intention of Henry County Facilities Maintenance to obtain a licensed contractor to provide

preventative maintenance services and repairs for the heating and cooling systems and related vent fans

located at various County buildings on a renewable annual contract basis. The County may add or remove

locations as required; costs for new location(s) shall be negotiated as required.

2. Delivery of Services

a. All regular services are to be provided Monday through Friday from 8:00 am to 4:30 pm,

excluding holidays. For a complete listing of County observed holidays visit

www.co.henry.ga.us/Departments/A-C/County-Clerk. All inspections and work related to this

contract must first be scheduled with the Facilities Maintenance Department.

b. Non-routine installations or repairs that will cost outside the routine maintenance contract must

be approved by the Facilities Maintenance Department before any service is performed.

Payment will not be made under this contract for such services unless prior approval is obtained

from the Facilities Maintenance Department. Non-emergency requests for service are to be

responded to within 24 hours.

c. Emergency services calls are included in this agreement and emergency response time is to be 24

hours a day, 7 days a week, 365 days a year. The Contractor shall provide all of the

transportation, equipment, materials and labor needed to complete necessary repairs due to

emergency service calls.

d. Service will be performed in a variety of government locations including administration offices,

park facilities, and public safety buildings. All unique requirements and/or regulations for each

location shall be strictly followed by the Contractor and the Contractor’s employees.

3. Service Requirements

a. Routine preventative maintenance inspections, which include complete service checks and semi-

annual cleaning are to be conducted twice a year (Spring for air conditioning and Fall for

heating) and will be determined by the Facilities Maintenance Department. The following

maintenance checks shall be provided on the equipment:

(1) Adjust and clean burner assembly

(2) Clean ignition assembly

(3) Check superheat and sub-cooling.

(4) Replace belts.

(5) Clean heat elements or heat exchanger

(6) Check flue draft

(7) Adjust operating pressure

(8) Monitor starting capabilities

(9) Test safety controls

(10) Tighten electrical connections

(11) Measure amperage and voltage on all motors and compressors

(12) Lubricate all moving parts

(13) Adjust thermostat calibration

(14) Clean evaporator coil

(15) Clean condenser coil (Contractor will be held responsible for all roof damage caused by

undiluted coil cleaner.)

(16) Clean evaporator coil drain and trap

(17) Measure temperature across condenser coil

(18) Replace filters with 40% efficiency pleated replacement filters or equivalent. (All filters

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 14 of 55

and any cleaning solutions will be included at no additional cost.) (19) Ensure all doors are properly secured with fasteners.

b. Repair leaks and add Freon as needed – The cost for Freon is not included and should be priced

separately on the Bid Price Sheet. (All leaks should be reported before Freon is added to

system.)

c. In addition to the filter changes that are to be included with the routine maintenance inspections,

two additional filter changes are required in the months between the preventative maintenance

inspections. (This service is to be included in the annual cost.)

d. A “HVAC Maintenance and Repair Checklist – Report” (form on page 18) is to be submitted to

the Facility Maintenance Department for each unit upon completion of an inspection and is to

include any concerns or issues. Amperage readings for fans and compressor motors shall be

taken, recorded and submitted on the report along with a photo of the motor nameplate.

4. Equipment Repair and Parts Replacement

a. Equipment covered by original equipment manufacturers (OEM) warranty will be repaired under

warranty first. Repairs to equipment outside of OEM warranty will repaired under the terms of

this services agreement. All components deemed defective will be replaced with new OEM

approved parts or equivalent.

b. If during the preventative/scheduled maintenance services, the contractor determines the need for

repair or replacement of parts, the scope of which extends beyond the assigned

preventative/scheduled maintenance tasks, the service provider shall promptly notify the

Facilities Maintenance Department before they leave that facility.

c. Repairs that need to be done immediately shall be presented to the Facilities Maintenance

Department along with an estimate and must be approved before proceeding.

d. Any items found that will need repair in the near future shall be brought to the attention of the

Facilities Maintenance Department along with an estimate so they can be budgeted.

e. The Contractor is expected to provide parts that are normal stock items and those needed to

remedy emergency situations in the most efficient manner at the minimal cost. Nonemergency

parts should be quoted on a repair quotation.

f. The County reserves the right to get quotes and supply the parts if they can purchase them at a

better price in a timely manner. If the County elects to get other quotes, the Contractor shall be

required to supply the Facilities Maintenance Department with the information needed to get

quotes.

g. If the Contractor adds any extra charges to parts above their invoiced price, the percentage shall

be shown in the appropriate place in the schedule of values. All charges for parts shall be

supported by an invoice from the supplier, showing the amount charged to the Contractor, and a

copy attached to the Contractor’s invoice for payment.

5. Service Call Charges

a. The County expects the service call charge to include all charges the company requires,

including mileage charges and travel time charges, with hourly rates beginning when the

technician arrives on site and begins work. For each call or repair, or grouped repairs, the County

expects that it will only have one service charge included.

b. Repairs requiring more than one trip shall have only one service charge and subsequent trips

shall not reflect service charges.

6. Travel Time and Mileage

a. Travel time may be charged for subsequent trips from a previous service call. However, the total

of travel time charges and mileage charges combined shall not exceed a normal service charge

and is expected to be somewhat less than a normal service call.

b. Travel time and mileage may be charged when the technician is picking up parts when on an

onsite call.

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 15 of 55

7. Hourly Rates

Except in the case of emergencies, the Contractor shall coordinate the work to be accomplished in their

regular scheduled working hours and should not incur overtime rates. Exception is when the repair may

be accomplished with minimal overtime and save an extra trip. Coordinate with the Facilities

Maintenance Department for exceptions.

8. Overtime Rates

a. Calls for emergency repairs that are received after/outside the normal business hours, requiring

on site response by a technician, may be billed at overtime rates for all hours the technician is on

site outside normal business hours.

b. Should response to a call move into regular business hours the rates shall return to normal hourly

rates and overtime rates shall only be charged for hours outside of normal hours of operation.

9. Damage

a. The Contractor shall be fully responsible for the safety and good condition of all work and

materials and shall take care to not damage existing items to remain or new items installed, other

components, and all persons (employees or visitors) and personnel involved in the fulfillment of

the contract.

b. Damaged items shall be repaired or replaced to the County’s satisfaction as recommended by the

Facilities Maintenance Department

10. Manufacturer’s Warranty

Replacement parts shall be provided with the manufacturer’s standard warranty. In the event that

replacement parts fail during the warranty period they shall be replaced free of charge. Note on the field

work order and billing invoice the warranty time for each replacement part and/or provide a written

warranty for each item used.

11. Contractor’s Warranty

The Contractor shall warrant all work and materials to be free from defects and failure. Should work or

materials fail during the warranty period the Contractor agrees to replace said failures at no cost to the

County and in a timely manner. Should the Contractor fail to fulfill the warranty obligations, the

County may use any means necessary to make the work right and charge all costs to the Contractor, who

agrees to pay all such costs.

B. CONTRACTOR AND CONTRACTOR’S EMPLOYEES REQUIREMENTS a. The Contractor shall have at least five (5) years of commercial and industrial HVAC experience.

b. The Contractor’s primary office must be located within forty (40) miles of Henry County.

c. The Contractor must have personnel with the appropriate EPA Refrigerant Reclamation

Certificate (as required) assigned to all work as requested. A list of key personnel and an

organizational chart shall be submitted with this bid. The list and chart shall include proposed

management, supervisory and technical personnel. The chart shall outline the title and function

of listed personnel. Certifications of technicians must be included.

d. Contractor must have a State of Georgia Class II (unrestricted) license to perform HVAC

Maintenance/Repair Services. Contractor shall provide current copies of all certifications and

licenses needed to complete scope of work as described in the bid.

e. All services are to be performed according to all Federal, State, County and City regulations and

any changes thereto for the duration of the contract.

f. All employees must present a neat and clean appearance while performing services under this

contract.

g. The Contractor and employees shall park motor vehicles only in a place(s) designated and/or

approved by the Facilities Maintenance Department.

h. Henry County will pay for costs incurred for State Inspections.

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 16 of 55

C. CONTRACT TERMS 1. Contract Term

The initial contract term shall be one (1) year from the date of execution. The contract may be renewed

for two (2) additional one (1) year periods. Renewal of the contract, if applicable, into the second or third

year will be made sixty (60) days prior to the expiration date. If needed, the annual contract will be

extended 90 days or for such period beyond the contract expiration date as it may be necessary to afford

the County a continuous supply of the item(s). Should the bidder or the County not desire to renew the

contract, new bids will be solicited for the purpose of establishing a new contract.

2. Pricing/Quantities a. All prices shall be F.O.B. destination and shall include all charges (labor, materials / supplies,

equipment and services) that may be incurred in fulfilling the terms of this bid.

b. Prices submitted herein should remain firm for the contract agreement period. Requests for price

increases are strongly discouraged and may only be submitted in writing 60 days prior to the

contract renewal date. All requests for price increases require the review and approval of the Henry

County Board of Commissioners and will be presented as a request for a contract amendment.

c. This is a unit/price contract. The County shall not be bound to purchase a minimum quantity nor

restricted to a maximum quantity during the initial contract agreement period and any subsequent

renewals. The County may add or remove units/locations as required and cost shall be

negotiated in accordance with bid prices.

d. The “Bid Price Sheet,” which includes locations within the County requiring services will be

used to determine the low, overall cost. The “Labor and Replacement Parts Cost Sheet” has also

been included for the submittal of costs, which will be included as a part of the annual contract

agreement with the successful proponent.

D. INSURANCE REQUIREMENTS General insurance requirements shall be applicable to the Contractor and any authorized subcontractor.

Insurance requirements shall be based on conditions in place as of the date of the Contract's execution.

Insurance companies must be licensed by the Georgia Department of Insurance and the Georgia Secretary

of State to do business in the State of Georgia. The County reserves the right to require adjustments in

the level of coverage or waive any or all requirements based on information pertinent to this Contract.

The following requirements shall also be applicable to the Contractor:

a. Evidence of insurance must be provided to the Purchasing Department, 140 Henry Parkway,

McDonough, Ga. 30253, within five days of execution of this contract and prior to commencing

operations under this Contract;

The certificate holder is to be issued to:

Henry County Board of Commissioners

Henry County, Georgia

but delivered to:

Henry County Purchasing Department

140 Henry Parkway

McDonough, Georgia 30253

The Bid Package number and project name should be referenced in the description of

operations. The certificates may be faxed to the Purchasing Department at 770-288-6027.

b. Any change in coverage or insurance carrier must be reported to the County’s Purchasing Office

in writing within five business days of the change.

c. Failure of any Contractor to procure and maintain the required insurance shall not relieve the

Contractor of any liability under the Contract, nor shall these requirements be construed to conflict

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 17 of 55

with the obligation of the Contractor concerning indemnification;

d. Any and all insurance required by this Contract shall be maintained during the entire term of this

Contract;

e. The County shall, without exception, be given no less than thirty (30) days notice prior to

cancellation for any and all reasons other than non-payment of premium; and

f. The County shall, without exception, be given immediate notification in the event of cancellation

for reasons of non-payment of premium.

g. The Contractor shall procure and maintain insurance coverage in the following particulars:

Workers Compensation Insurance In the amounts of the statutory limits established by the General Assembly of the State of Georgia (A

self-insurer must submit a certificate from the Georgia Board of Workers compensation stating that the

Contractor qualifies to pay its own workers compensation claims.) In addition, the Contractor shall

require that all subcontractors occupying the premises or performing the work under the contract to

obtain an insurance certificate showing proof of Worker Compensation Coverage with the following

minimum coverage:

Georgia Statutory including Employers Liability

Bodily injury by Accident – each employee $100,000

Bodily injury by Disease - each Employee $100,000

Bodily injury by Disease – policy limit $500,000

Commercial General Liability

Each Occurrence Limit $1,000,000

Personal and Advertising Injury Limit $1,000,000

General Aggregate Limit $2,000,000

Products/Completed Operations Aggregate Limit $2,000,000

Automobile Liability

Combined Single Limit $1,000,000

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 18 of 55

HVAC Maintenance and Repair Checklist – Report

Building: _____________________________________________ Date of Service: ____________________________ Manufacturer: _________________________________________ Model #: __________________________________

Prepared By: __________________________________________ Record Findings

Service Done Notes/Readings (Pressures/Temperatures/Amperages )

Adjust and clean burner assembly (Gas System)

Clean ignition assembly (Gas System)

Clean heat elements or heat exchanger (Gas System)

Check flue draft (Gas System)

Replace Belts

Check superheat and sub-cooling

Adjust operating pressure

Monitor starting capabilities

Test safety controls

Tighten electrical connections

Lubricate all moving parts

Adjust thermostat calibration

Clean evaporator coils

Clean condenser coils

Clean evaporator coil drain and trap

Measure temperature across condenser coils

Replace filters with 40% efficiency pleated replacement filters or equivalent.

Ensure all doors are properly secured with fasteners.

Measure amperage and voltage on all compressors. (Record nameplate and actual readings.)

Measure amperage and voltage on all Fan motors. (Record nameplate and actual readings.)

Repair leaks and add Freon as needed ( List type and amount replaced)

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 19 of 55

Henry County Board of Commissioners

Standard Contract Form

Solicitation Title

Solicitation Number

Contract Number

1. This Contract is entered into between the Henry County Board of Commissioners and the Contractor named below:

Henry County Board of Commissioners (hereafter called County)

Contractor’s Name

(hereafter called Contractor)

2. Contract to Begin:

Date of Completion:

Renewals:

3. Lump Sum Amount of this Contract

(if applicable)

Fee Represented as a Percentage Of Designated Cost (if applicable)

Revenue Represented as a Percentage of a Designated Lump Sum or Income Stream (if applicable):

Annual Contract Price Agreement (if applicable)

4. The parties agree to comply with the terms and conditions of the following documents which are by this reference made a part of the Contract:

1: All Terms, Conditions and Statements of Work Included in Solicitation and Addendum (referenced above)

2: Bid or Proposal Submitted by Contractor along with Contractor’s Final Response

3: Fee/Cost Submitted by Contractor

4: All Other Documentation Required in Solicitation

IN WITNESS WHEREOF, this Contract has been executed by the parties hereto.

5.

Contractor

Contractor’s Name (If other than an individual, state whether a corporation, partnership, etc.)

Federal Identification No.

By (Authorized Signature)

Date Signed

Printed Name and Title of Person Signing

Address

Telephone Number

E-mail Address

6.

Henry County Board of Commissioners

Chair or Designee

By (Authorized Signature)

Date Signed

Printed Name and Title of Person Signing

Address

140 Henry Parkway, McDonough, Georgia 30253

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 20 of 55

BID AUTHORIZATION AFFIDAVIT

STATE OF GEORGIA

COUNTY OF HENRY

BEFORE ME, the undersigned authority a Notary Public in and for the State of _________________, on this day

personally appeared _______________________________ who, after having first been duly sworn, upon oath

did depose and say; that the forgoing bid submitted by _________________________ hereafter called “Bidder”

is duly authorized agent of said company and that the person signing said bid has been duly authorized to execute

the same. Bidder affirms that they are duly authorized to execute this Agreement, that this company, corporation,

firm, partnership or individual has not prepared this bid in collusion with any other Bidder, and that the contents

of this bid as to prices, terms or conditions of said bid have not been communicated by the undersigned nor by

any employee or agent to any other person engaged in this type of business prior to the official opening of this

bid.

The undersigned certifies that the bid prices contained in this bid have been carefully checked and are submitted

as correct and final and if bid is accepted, agrees to furnish the articles and/or services listed and offered in this

document at the prices and terms stated, subject to the conditions and specifications of this Request for Bid.

Bidder Information:

________________________________________ _____________________________________ (Company) (Signature)

________________________________________ _____________________________________ (Address) (Printed Name)

________________________________________ _____________________________________ (City, State, Zip) (Title)

SWORN TO AND SUBSCRIBED BEFORE ME THIS ________ day of ____________________ 20 _____.

_________________________________________________

Notary Public in and for the State of ___________________

(Seal)

(FAILURE TO SIGN THIS SECTION SHALL DISQUALIFY YOUR RESPONSE)

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 21 of 55

NON-CONFLICT OF INTEREST

By submitting an offer in response to this solicitation, the Firm represents that in the preparation and submission

of this proposal, said Firm did not either directly or indirectly, enter into any combination or arrangement with

any person, Proposer, Corporation or enter into any agreement, participate in any collusion, or otherwise take any

action in the restraint of free, competitive bidding in violation of the Sherman Act (15 U.S.C. Section I or Section

59.1-9.1 through 59.1-9.17 or Sections 59.1 – 68.6 through 59.68.8). Collusion and fraud in proposal preparation

shall be reported to the State of Georgia Attorney General and the United States Justice Department.

______________________________________ (Officer of Firm) certifies that to the best of our knowledge, no

circumstances exist which shall cause a conflict of interest in performing services for Henry County, and that no

company or person other than bona fide employees working solely for our firm has been employed or retained to

solicit or secure an agreement resulting from this request for proposal.

Signature:

Type Name:

Title:

Firm Address:

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 22 of 55

REFERENCES

Please provide three (3) current or very current customers for whom you have provided similar products or

services as listed in the specifications of this bid.

Reference One

Government/Company Name ____________________________________________________________

Address _____________________________________________________________________________

Contact Person and Title_________________________________________________________________

Phone ______________________________________ Fax ____________________________________

Contract Period _____________________ Scope of Work______________________________________

Reference Two

Government/Company Name

Address

Contact Person and Title

Phone Fax

Contract Period Scope of Work

Reference Three

Government/Company Name

Address

Contact Person and Title

Phone Fax

Contract Period Scope of Work

Information of person who prepared this form:

______________________________________ _______________________

Company’s Name Date

_________________________________________ ____________________________________

Authorized Representative’s Name (Print or Type) Authorized Representative’s Signature

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 23 of 55

GEORGIA SECURITY AND IMMIGRATION COMPLIANCE ACT

AFFIDAVIT AND AGREEMENT

By executing this affidavit, the undersigned contractor verifies its compliance with O.C.G.A. § 13-10-

91, stating affirmatively that the individual, firm or corporation which is engaged in the physical performance

of services on behalf of the Henry County Board of Commissioners has registered with, is authorized to use

and uses the federal work authorization program commonly known as E-Verify, or any subsequent

replacement program, in accordance with the applicable provisions and deadlines established in O.C.G.A. §

13-10-91. Furthermore, the undersigned contractor will continue to use the federal work authorization

program throughout the contract period and the undersigned contractor will contract for the physical

performance of services in satisfaction of such contract only with subcontractors who present an affidavit to

the contractor with the information required by O.C.G.A. § 13-10-91(b). Contractor hereby attests that its

federal work authorization user identification number and date of authorization are as follows:

_________________________________

Federal Work Authorization/ E-Verify User Identification Number

_________________________________

Date of Authorization

_________________________________

Name of Contractor

I hereby declare under penalty of perjury that the foregoing is true and correct.

Executed on _____________, _____, 20 _____ in ___________________ (city), ______ (state).

_________________________________

Signature of Authorized Officer or Agent

_______________________________

Printed Name and Title of Authorized Officer or Agent

SUBSCRIBED AND SWORN BEFORE ME

ON THIS THE ______ DAY OF ______________,20 _____.

_________________________________

NOTARY PUBLIC

My Commission Expires:

_________________________________

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 24 of 55

SAVE AFFIDAVIT

REQUIRED FOR LOCAL GOVERNMENT THAT MUST BE EXECUTED BY ANYONE ENTERING INTO A CONTRACT WITH A LOCAL GOVERNMENT

STATE OF GEORGIA

HENRY COUNTY

By executing this affidavit under oath, as an applicant for a Henry County, Georgia contract as referenced in

O.C.G.A. § 50-36-1 and the August 1, 2010, “Report of the Attorney General on Public Benefits,” I am stating

the following with respect to my ability to enter into a contract with Henry County:

_________________________________________________________________ [Name of natural person applying on behalf of individual, business, corporation,

partnership or other private entity]

As a representative of: __________________________________________________________

(Name of the business, corporation, partnership, or other private entity)

1) _______ I am a United States citizen

OR

2) _______ I am a legal permanent resident 18 years of age or older or I am an otherwise qualified alien or

non-immigrant under the Federal Immigration and Nationality Act 18 years of age or older and lawfully

present in the United States.*

In making the above representation under oath, I understand that any person who knowingly and willfully

makes a false, fictitious, or fraudulent statement or representation in an affidavit shall be guilty of a violation of

O.C.G.A. § 16-10-20.

This ____ day of ________________, 20____.

Signature of Applicant: ________________________________________

Printed Name: ________________________________________________

SUBSCRIBED AND SWORN

BEFORE ME ON THIS THE

____ DAY OF ____________, 20__

____________________________________

Notary Public

My Commission Expires:

*Note: O.C.G.A. § 50-36-1(e)(2) requires that aliens under the federal Immigration and Nationality Act, Title 8

U.S.C., as amended, provide their alien registration number. Because legal permanent residents are included in

the federal definition of “alien,” legal permanent residents must also provide their alien registration number.

Qualified aliens that do not have an alien registration number may supply another identifying number below:

Alien Registration number for non-citizens: *__________________________________

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 25 of 55

SUPPLIER INCLUSION PROGRAM

Small, local, veteran-owned, Disadvantaged Business Enterprise (DBE), and female-owned business enterprises

are encouraged to participate in the solicitation process. In order to give recognition to these type of business

classification, please check all which apply:

Small Business

Small businesses are defined by size standards and can be found in Title 13 of the Code of Federal

Regulations (CFR), Part 121, and are broken down by the different categories of business enterprises.

Local Vendor Local vendors, as defined in the Henry First Initiative, must operate and maintain a regular place of business

within the geographical boundaries of Henry County, must have a current occupational tax certificate, must

have paid all real and personal taxes owed the County and must certify its compliance with the Georgia

Security and Immigration Act.

Veteran-Owned Business

A veteran-owned business is a business in which a veteran owns a minimum of 51% of the business and

also holds the highest position at the company and is active in the daily management and strategic direction

of the company. Title 38 of the Code of Federal Regulations defines a veteran as “a person who served in

the active military, naval, or air service and who was discharged or released under conditions other than

dishonorable.” This definition explains that any individual that completed a service for any branch of armed

forces classifies as a veteran as long as they were not dishonorably discharged.

DBE Business DBE businesses, as defined by the Georgia Department of Administrative Services, shall be certified by the

Georgia Department of Transportation and shall consist of five (5) minority groups:

Asian American

Native American

African American

Hispanic/Latino

Pacific Islander.

Female Owned Business A female-owned business is a business in which a female owns a minimum of 51% of the business and also

holds the highest position at the company and is active in the daily management and strategic direction of

the company.

None of the Above Applies

______________________________________ __________________________

Company’s Name Date

_________________________________________ ____________________________________

Authorized Representative’s Name (Print or Type) Authorized Representative’s Signature

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 26 of 55

Bid #18-28 HVAC Maintenance and Repair – Annual Contract

Bid Price Sheet

TYPE MANUFACTURER MODEL # SERIAL # ANNUAL COST

ADMINISTRATION BUILDING,

140 HENRY PARKWAY, MCDONOUGH, GA 30253

RTU TRANE SFHLF754LN66C9AD9001A0W00G00000RW0M8600# C14L07195

RTU TRANE SFHKC904HL76CDCD9001A0W00H00000RW0M860# C14L07196

RTU TRANE SFHLF504LNC6C6AD1001A0W00G00000RW0M8600# C14L07194

TRANE WSC090A4RVA0000 633102064

MINI-SPLIT GREE LIVS24HP230U1B0 4216GS02712

SUBTOTAL

COURTHOUSE

NO. 1 COURTHOUSE SQUARE, MCDONOUGH, GA 30253

AHU YORK F4FP048H06T2CA A0G6685144

OD YORK H1RA048S25G WOM6278112

AHU-TWINNED YORK F4FP060H06T2CA A0L6019562

AHU-TWINNED YORK F4FP060H06T2CA A0L6019579

O/D YORK H1RA048S25G WOM6278119

O/D YORK H1RA048S25G WOM6278097

AHU YORK F4FP048H06T2CA A0G6685189

O/D YORK H1RA048S25G WOM6234734

AHU YORK F4P048H06T2CA A0G6685119

O/D YORK H1RA042S25G WOM6257993

AHU YORK F4FP060H06T2CA A0L6019578

O/D YORK H1RA048S25G WOM6278094

AHU-TWINNED YORK F4FP060H06T2CA A0L6019588

AHU-TWINNED YORK F4FP060H06T2CA AOL3019573

O/D YORK H1RA048S25G WOM6278116

O/D YORK H1RA048S25G WOM6278101

AHU YORK AHP60D3XH21A A0C6128923

O/D ICP R2A360GHR200 X141973450

AHU YORK F4FP048H06T2CA A0G6685143

O/D YORK E1RD042S25B W0L6082636

Company’s Name: ___________________________________________________

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 27 of 55

Bid #18-28 HVAC Maintenance and Repair – Annual Contract

Bid Price Sheet

TYPE MANUFACTURER MODEL # SERIAL # ANNUAL COST

COURTHOUSE (CONTINUED)

NO. 1 COURTHOUSE SQUARE, MCDONOUGH, GA 30253

AHU YORK F4FP060H06T2CA A0L6019583

O/D YORK E2RA048S25G WOM6277540

AHU-TWINNED YORK F4FP048H06T2CA A0G6685137

AHU-TWINNED YORK F4FP048H06T2CA A0G6685060

O/D ICP R2H348GHR4 X131171045

O/D YORK E1RD042S25B WOL6082641

AHU-TWINNED YORK AHP60D3XH21A A0E6276789

AHU-TWINNED YORK AHP60D3XH21A A0E6276780

O/D ICP R2H348GHR4 X132364342

O/D YORK E2RA048S25G WOM6277548

AHU-CHILLER TRANE MCCA012GAY0ABA000E0ECAAAB0A0000BC000C0000000000 K00H31374A

AHU-CHILLER TRANE MCCA006GAY0ABB000C0ECAAAB0B0000BA000C0000000000 K00H31372A

AHU TREMTROL WFDV11 79145

AHU TREMTROL WFDH20 87407

MINI-SPLIT MITSUBISHI WASHABLE FILTER

CHILLER TRANE R1AA1254YM01A3D0BGHQ VOLMO2643

SUBTOTAL

DEPARTMENT OF DRIVER’S SERVICES 619 TANGER BLVD., LOCUST GROVE, GA 30248

I/D CARRIER B611HC 4504X02314

O/D CARRIER 38ARQ012---501-- 1005G50098

I/D CARRIER B611HC 0905X05198

O/D CARRIER 38ARQ012---501-- 0605G20081

I/D CARRIER B611HC 0905X05193

O/D CARRIER 38AUQA12A0A5A0A0A0 4615C90479

I/D CARRIER FB4BNF060 0705A76766

O/D CARRIER 38YCC060560 4604E29603

I/D CARRIER FB4BNF048 0905A72397

Company’s Name: ___________________________________________________

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 28 of 55

Bid #18-28 HVAC Maintenance and Repair – Annual Contract

Bid Price Sheet

TYPE MANUFACTURER MODEL # SERIAL # ANNUAL COST

DEPARTMENT OF DRIVER’S SERVICES (CONTINUED)

619 TANGER BLVD., LOCUST GROVE, GA 30248

O/D CARRIER 38YCC048570 1605E28048

O/D MINI-SPLIT CHP036CD

SUBTOTAL

DEVELOPMENT DISABILITY SERVICES

672 INDUSTRIAL BLVD., MCDONOUGH, GA 30253

ROOFTOP LENNOX KGA036S4DS27 5613C04534

ROOFTOP LENNOX KGA060S4DS3Y 5613C04404

ROOFTOP NORDYNE R6GP-090C-200C R6F100604379

ROOFTOP LENNOX KGA072S4BH2Y 5612G06590

ROOFTOP HEIL GPF090H16AC G084011860

SUBTOTAL

DFACS

125 HENRY PARKWAY, MCDONOUGH, GA 30253

TRANE Y5C036E3DMA1U0001000000000000B0000000000 160113233L

TRANE YSC048E3EMAIW0001000000000000B0000000000 160113188L

TRANE YSC048E3EMA1W001000000000000B0000000000 160113224L

TRANE YSC090F3EMA0C000100000000 160113835L

TRANE YSC090F3EMA0C000100000000 160113815L

TRANE YSC036E3EMA1U001000000000000B0000000000 160113223L

TRANE YSC090F3EMA0C000100000000 160113825L

TRANE YSCO72F3EMA0008100000000 160113799L

TRANE YSC036E3EMA1U0001 160113211L

TRANE YSC048E3EMA1W0001000000000000B0000000000 160113234L

TRANE YSC048E3EMA1W0001000000000000B0000000000 160113212L

TRANE YSC036E3EMA1U0001000000000000B0000000000 160113199L

TRANE YSC048E3EMA1W0001000000000000B0000000000 160113200L

TRANE YSC090F3EMA0C000100000000 160113855L

TRANE YSC060E3EMA1T0001000000000000B0000000000 160113172L

TRANE YSC060E3EMA1T0001000000000000B0000000000 160113208L

Company’s Name: ___________________________________________________

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 29 of 55

Bid #18-28 HVAC Maintenance and Repair – Annual Contract

Bid Price Sheet

TYPE MANUFACTURER MODEL # SERIAL # ANNUAL COST

DFACS (CONTINUED)

125 HENRY PARKWAY, MCDONOUGH, GA 30253

TRANE YSC060E3EMA1T0001000000000000B0000000000 160113196L

TRANE YSC060E3EMA1T0001000000000000B0000000000 16011320L

TRANE YSC048E3EMA1W0001000000000000B0000000000 160113164L

TRANE YSC090F3EMA0C000100000000 160113845L

TRANE YSC048E3EMA1W0001000000000000B0000000000 160113176L

SUBTOTAL

DOT MAIN OFFICE

533 HAMPTON ROAD, MCDONOUGH, GA 30253

ICP RGS091HDAA0AAAA P142267806

ICP RGS072HFCA0AAAA C144780858

SUBTOTAL

E-911

520 INDUSTRIAL BLVD., MCDONOUGH, GA 30253

TRANE YHC120E4RLA0ED0B00000B000E 113813021L

TRANE YHC092E4RLA0ED0B00000B000E 113712430L

TRANE YHC120E4RLA0ED0B00000B000E 113813009L

TRANE YHC092E4RLA0ED0B00000B000E 113712421L

TRANE YSC120F4ELA0B0000000000000000D0000000000 140514808L

TRANE YSC120F4ELA0B0000000000000000D0000000000 140518828L

O/D TRANE 4TWA3048A3000BB 112343NW2F

I/D TRANE GAM5A0C48M41SAA 112655UU2V

O/D TRANE 4TWA3036A3000BA 112554W42F

I/D TRANE GAM5A0B36M31SAA 113145EE2V

O/D TRANE 4TWA3042A3000BA 11161NR52F

I/D TRANE GAM5A0C42M31SAA 11285BE12V

O/D TRANE 4TWA3042A3000BA 11161NP82F

I/D TRANE GAM5A0C42M31SAA 11286BWN2V

O/D TRANE 4TWA3048B3000BB 15254PYP4F

I/D TRANE GAM5A0C48M41SAA 112655UY2V

Company’s Name: ___________________________________________________

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 30 of 55

Bid #18-28 HVAC Maintenance and Repair – Annual Contract

Bid Price Sheet

TYPE MANUFACTURER MODEL # SERIAL # ANNUAL COST

E-911 (CONTINUED)

520 INDUSTRIAL BLVD., MCDONOUGH, GA 30253

O/D TRANE 4TWB3018B1000AA 11255P434F

I/D TRANE GAM5A0A18M11SAA 11332AR52V

GWH18AC-D3DNA1 B/0

SUBTOTAL

FIRE STATION NO. 1

664 INDUSTRIAL BLVD., MCDONOUGH, GA 30253

I/D AIR TEMP B6BMM042K-B B6D121011490

O/D AIR TEMP VT4BD-042K VTD130400209

I/D HEIL EDM4X60JA2 X101043161

O/D HEIL N4A360AKC300 E093317077

FURNACE AIR BEAR N9MP2125J20C2 A095261337

I/D FITIJSU ABU36RSLX

O/D FITIJSU AOU36RLX 003582

I/D HEIL EDM4X48JA2 X100959270

O/D HEIL N4A348AKB200 E100216911

FURNACE AIR BEAR N9MP2125J20C2 A100459781

I/D HEIL EDM4X48JA2 X100959271

O/D HEIL N4A348AKB200 E0905005094

FURNACE AIR BEAR N9MP2125J20C2 A092057633

I/D CHIGO QCIH24A

O/D CHIGO QC0H24A

AH 3000 AIRHAWK 530100-01

AH 3000 AIRHAWK 530100-01

AH 3000 AIRHAWK 530100-01

AH 3000 AIRHAWK 530100-01

AH 3000 AIRHAWK 530100-01

SUBTOTAL

Company’s Name: ___________________________________________________

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 31 of 55

Bid #18-28 HVAC Maintenance and Repair – Annual Contract

Bid Price Sheet

TYPE MANUFACTURER MODEL # SERIAL # ANNUAL COST

FIRE STATION NO. 2

35 FRANCES WARD DRIVE, LOCUST GROVE, GA 30248

I/D TRANE 4TXCC005DS311CAA 16035N8U5G

O/D TRANE 4TTA3048D3000CA 16272MN43F

FURNACE TRANE TUH1C100A9H41BA 16085JNR2G

I/D PKA-A18HA6 51A07372B

O/D PUZ-A18NHA6 65U05352C

I/D (STILL HAS CONSTRUCTION DOOR CYLINDER ON DOOR, NO KEY, CAN’T ACCESS.)

O/D TRANE 4TTA3036B3000AA 16253TN53F

I/D TRANE 4TXCD008DS3HCAA 16224KTDCG

O/D TRANE 4TTA3060D3000CA 16262JA45F

FURNACE TRANE TUH1D120A9H51BA 16262KUF2G

EXERCISE ROOM

LG P-TAC LP153HD3B

AH 3000 AIRHAWK 530100-01

AH 3000 AIRHAWK 530100-01

AH 3000 AIRHAWK 530100-01

AH 3000 AIRHAWK 530100-01

AH 3000 AIRHAWK 530100-01

SUBTOTAL

FIRE STATION NO. 3

3030 HIGWAY 42, STOCKBRIDGE, GA 30281

PKG UNIT TRANE YSC072A3MA0000 730102749L

I/D U-36 9710110693

O/D NAC036AKC3 E042553648

FURNACE GMPN100-4 9711834510

AH 3000 AIRHAWK 530100-01

AH 3000 AIRHAWK 530100-01

AH 3000 AIRHAWK 530100-01

AH 3000 AIRHAWK 530100-01

SUBTOTAL

Company’s Name: ___________________________________________________

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 32 of 55

Bid #18-28 HVAC Maintenance and Repair – Annual Contract

Bid Price Sheet

TYPE MANUFACTURER MODEL # SERIAL # ANNUAL COST

FIRE STATION NO. 4

1092 KEYS FERRY ROAD, MCDONOUGH, GA 30252

PKG UNIT TEMPSTAR RGS060HDCA0AAAA--- C164178764

PKG UNIT TEMPSTAR RGX036HECA0AAAA--- C164983376

AH 3000 AIRHAWK 530100-01

AH 3000 AIRHAWK 530100-01

SUBTOTAL

FIRE STATION NO. 5

10 ELM STREET, HAMPTON, GA 30228

I/D (COIL) TEMPSTAR END4X42L17A1 X153250889

O/D TEMPSTAR NXA442GKC101 E152616246

FURNACE TEMPSTAR N8MSNO701716A3 A153518095

I/D (COIL) TEMPSTAR END4X42L17A1 X153250887

O/D TEMPSTAR NXA442GKC101 E152616245

FURNACE TEMPSTAR N8MSN0701716A3 A153518087

I/D GMC 3 TON COIL (NO TAG)

O/D GMC CKL36-1L 0512011838

FURNACE SBM17

I/D FUJITSU ASU24CL DDA004653

O/D FUJITSU A0U24CL DDN00657

AH 3000 AIRHAWK 530100-01

AH 3000 AIRHAWK 530100-01

SUBTOTAL

FIRE STATION NO. 6

680 FAIRVIEW ROAD, ELLENWOOD, GA 30294

I/D HEIL EDM2X42JA1 X003957074

O/D HEIL N2A342AKA100 E063623658

FURNACE HEIL N8MPN100E14B1 A061245212

I/D GOODMAN (AIR ONLY)

3 TON COIL (NO TAG)

O/D GOODMAN CKJ36-1AB 9809435043

FURNACE GMC GMP100-4 9809600048

AH 3000 AIRHAWK 530100-01

Company’s Name: ___________________________________________________

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 33 of 55

Bid #18-28 HVAC Maintenance and Repair – Annual Contract

Bid Price Sheet

TYPE MANUFACTURER MODEL # SERIAL # ANNUAL COST

FIRE STATION NO. 6 (CONTINUED) 680 FAIRVIEW ROAD, ELLENWOOD, GA 30294

AH 3000 AIRHAWK 530100-01

SUBTOTAL

FIRE STATION NO. 7

1800 HIGHWAY 155 NORTH, MCDONOUGH, GA 30252

PKG UNIT COMFORTMAKER RGS048HDCA0AAAA--- C163189638

PKG UNIT CARRIER 48TFE005-A-511-- 0706G10206

AH 3000 AIRHAWK 530100-01

SUBTOTAL

FIRE STATION NO. 9

122 ROCK QUARRY ROAD, STOCKBRIDGE, GA 30281

I/D (DX COIL) CARRIER (IN MECH #3)

CNPVT6024ATAACAA 0311X37198

O/D CARRIER (IN MECH #3)

24ABB348A510 0511E08376

FURNACE CARRIER (IN MECH #3)

58MCB080---12120 4311A04673

I/D HPE MITSUBISHI WASHABLE FILTER ON AHU

O/D MITSUBISHI MUZ-GE12NA 1005642

PTAC GREE PTAC-GAA15AB-D 3911GP00450

I/D (DX COIL) CARRIER (IN MECH #2)

CNPVP2414ATAACAA 4211X31826

O/D CARRIER (IN MECH #2)

24ACB324A300 2911E09836

FURNACE CARRIER (IN MECH #2)

58MCB040---12112 4111A01868

I/D (DX COIL) CARRIER (IN MECH #1)

CNPVT6024ATAACAA 0311X37196

O/D CARRIER (IN MECH #1)

24ABB360A520 4911E07574

FURNACE CARRIER (IN MECH #1)

58MCB100---12120 4311A02682

AH 3000 AIR HAWK) 530100-01

AH 3000 AIR HAWK 530100-01

AH 3000XL AIR HAWK (TAN) 061838

AH 3000 XL AIR HAW (TAN) 061839

AH 3000 XL AIR HAWK (TAN) 061848

AH 3000 XL AIR HAWK (TAN) 061849

AH 3000 XL AIR HAWK (TAN) 061851

SUBTOTAL

Company’s Name: ___________________________________________________

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 34 of 55

Bid #18-28 HVAC Maintenance and Repair – Annual Contract

Bid Price Sheet

TYPE MANUFACTURER MODEL # SERIAL # ANNUAL COST

FIRE STATION NO. 10

1059 UPCHURCH ROAD, MCDONOUGH, GA 30252

PKG UNIT COMFORTMAKER RGS072HDCADAAAA--- C164379877

I/D 3 TON COIL (NO TAG)

O/D HEIL NAC036AKC3 E042014634

FURNACE GMC SBM17

AH 3000 AIR HAWK 530100-01

AH 3000 AIR HAWK 530100-01

SUBTOTAL

FIRE STATION NO. 11

792 FLAT ROCK ROAD, STOCKBRIDGE, GA 30281

PKG UNIT COMFORTMAKER RGS072HDCA0AAAA--- C162887740

PKG UNIT CARRIER 48GX-030060301AD 2099G11539

AH 3000 AIR HAWK 530100-01

AH 3000 AIR HAWK 530100-01

AH 3000 AIR HAWK 530100-01

SUBTOTAL

FIRE STATION NO. 12

1123 OLD JACKSON ROAD, LOCUST GROVE, GA 30248

PKG UNIT TRANE YCD060C3L0BF Z16100832D

PKG UNIT TRANE YCD036C3L0BE Z16101601D

AH 3000 AIR HAWK 530100-01

AH 3000 AIR HAWK 530100-01

AH 3000 AIR HAWK 530100-01

SUBTOTAL

FIRE STATION NO. 13

2815 HIGHWAY 20 EAST, MCDONOUGH, GA 30252

PKG UNIT CARRIER 48TFE005-A-511-- 0306G50221

PKG UNIT COMFORTMAKER RGS048HECA0AAAA--- C162289654

AH 3000 AIR HAWK 530100-01

AH 3000 AIR HAWK 530100-01

AH 3000 AIR HAWK 530100-01

SUBTOTAL

Company’s Name: ___________________________________________________

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 35 of 55

Bid #18-28 HVAC Maintenance and Repair – Annual Contract

Bid Price Sheet

TYPE MANUFACTURER MODEL # SERIAL # ANNUAL COST

FIRE STATION NO. 14

1875 HAMPTON-LOCUST GROVE RD., LOCUST GROVE, GA 30248

I/D COIL RHEEM HG37948D210B2522AP 7116C09705

O/D RHEEM RA1448AC1NB W241622774

FURNACE RHEEM R95TB0851521MSA 141644422

I/D COIL PKA-A18HA6 52A08093B

O/D PUZ-A18NHA6 5XU02946A

I/D COIL RHEEM HG30924D175B1622AP 7115L09569

O/D RHEEM RA1418AJINA W401513285

FURNACE RHEEM R95TA0601317MSA W1416633S44

I/D COIL RHEEM HG49960D210B2722AP L04578

O/D RHEEM RA1360ACINB W501515737

FURNACE RHEEM R95TA1001521MSA W201524737

AH 3000XL AIR HAWK (TAN) 062401

AH 3000 XL AIR HAW (TAN) 062402

AH 3000 XL AIR HAWK (TAN) 062403

AH 3000 XL AIR HAWK (TAN) 062405

AH 3000 XL AIR HAWK (TAN) 062406

SUBTOTAL

FIRE STATION NO. 15 325 NORTH MT. CARMEL ROAD, HAMPTON, GA 30228

I/D COIL TRANE 4TXCC007DS3HCAA 16405KT15G

O/D TRANE 4TTA3048D3000CA 16423UP43F

FURNACE TRANE TUH1C080A9601CA 164125PB2G

O/D HPE MITSUBISHI PUZ-A18NHA6 65U05426C

I/D HPE MITSUBISHI PKA-A18HA6 51A07282B

O/D TRANE 4TTR4018L1000AA 16431TBX5F

I/D TRANE 4TXCB003D53HCAA 1643310Y5G

FURNACE TRANE TUH1B040A9241CA 16394YS32G

I/D COIL TRANE 4TXCD008DS3HCAA 163141SNCG

Company’s Name: ___________________________________________________

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 36 of 55

Bid #18-28 HVAC Maintenance and Repair – Annual Contract

Bid Price Sheet

TYPE MANUFACTURER MODEL # SERIAL # ANNUAL COST

FIRE STATION NO. 15 (CONTINUED)

325 NORTH MT. CARMEL ROAD, HAMPTON, GA 30228

O/D TRANE 4TTA3060D3000CA 16335JCY5F

FURNACE TRANE TUH1D100A9601CA 16405JTL2G

AH 3000XL AIR HAWK (TAN) 062442

AH 3000 XL AIR HAW (TAN) 062443

AH 3000 XL AIR HAWK (TAN) 062444

AH 3000 XL AIR HAWK (TAN) 062445

AH 3000 XL AIR HAWK (TAN) 062446

SUBTOTAL

FIRE STATION NO. 16

1575 KELLEY TOWN RD., MCDONOUGH, GA 30252

AH 3000XL AIR HAWK (TAN) 062533

AH 3000 XL AIR HAW (TAN) 062534

AH 3000 XL AIR HAWK (TAN) 062535

AH 3000 XL AIR HAWK (TAN) 062536

AH 3000 XL AIR HAWK (TAN) 062537

SUBTOTAL

HEALTH COMPLEX

135 HENRY PARKWAY, MCDONOUGH, GA 30253

CARRIER 48KCDA04A2A5A0A0A0 2417C73729

CARRIER 48KCDA05A2A5A0A0A0 2917C51949

CARRIER 48KCDA06A2A5A0A0A0 2717C50525

INTERNATIONAL COMFORT PRODUCTS

RGS091HDAADAAAA P141141082

CARRIER 48TCED09A2A5A0A0A0 2217P44426

CARRIER 48KCDA05A2A5A0A0A0 2917C51950

CARRIER 48TCDA07A2A5A0A0A0 2917C52112

CARRIER 48KCDA04A2ADA0A0A0 2417C73727

CARRIER 48KCDA04A2A5A0A0A0 0417C60564

CARRIER 48KCDA06A2A5A0A0A0 5016C84623

Company’s Name: ___________________________________________________

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 37 of 55

Bid #18-28 HVAC Maintenance and Repair – Annual Contract

Bid Price Sheet

TYPE MANUFACTURER MODEL # SERIAL # ANNUAL COST

HEALTH COMPLEX (CONTINUED)

135 HENRY PARKWAY, MCDONOUGH, GA 30253

INTERNATIONAL COMFORT PRODUCTS

RGS102HDCA0AAAA P163738007

CARRIER 48TCED14A2A5A0A0A0 2217P44290

INTERNATIONAL COMFORT PRODUCTS

RDS091HDAA0AAAA P142067087

CARRIER 48KCDA04A2A5A0A0A0 1817C69570

CARRIER 48TCDD08A2A5A0A0A0 0217P44593

INTERNATIONAL COMFORT PRODUCTS

RGS060HDCA0AAAA C152568464

CARRIER 48KCDA05A2A5A0A0A0 2917C51654

CARRIER 48KCDA05A2A5A0A0A0 0217C59281

CARRIER 48KCDA06A2A5A0A0A0 0617C80584

CARRIER 48TCDD08A2A5A0A0A0 0217P44591

CARRIER 48TCDD08A2A5A0A0A0 0217P44592

CARRIER 48KCDA06A2A5A0A0A0 2917C51751

CARRIER 48KCDA04A2A5A0A0A0 2317C72722

CARRIER 48KCDA04A2A5A0A0A0 2317C72720

CARRIER 48KCDA06A2A5A0A0A0 2917C51748

CARRIER 48KCDA04A2A5A0A0A0 2917C51889

CARRIER 48KCDA05A2A5A0A0A0 2917C51958

CARRIER 48XC0A04A2A5A0A0A0 2317C72724

CARRIER 48KCDA04A2A5A0A0A0 1817C69576

CARRIER 48KCDA06A2A5A0A0A0 2517C81720

CARRIER 48KCDA06A2A5A0A0A0 2917C51746

FUJITSU (2) A0U12RL2 EYN017472

SUBTOTAL

JUDICIAL CENTER

44 JOHN FRANK WARD BLVD., MCDONOUGH, GA 30253

RTU1 SEHGC904W297CDCD9F01A0C0000000RT0760 C05LH065

RTU2 SEHGC904W297CDCD9F01A0C0000000RT0760 C05LH067

Company’s Name: ___________________________________________________

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 38 of 55

Bid #18-28 HVAC Maintenance and Repair – Annual Contract

Bid Price Sheet

TYPE MANUFACTURER MODEL # SERIAL # ANNUAL COST

JUDICIAL CENTER (CONTINUED)

44 JOHN FRANK WARD BLVD., MCDONOUGH, GA 30253

RTU3 SEHGC904W297CDCD9F01A0C0000000RT0760 C05LH066

MITSUBISHI WASHABLE FILTER

CHIGO WASHABLE FILTER

ELEV. RM 1ST FLOOR

WASHABLE FILTER

FUJITSU WASHABLE FILTER

MITSUBISHI WASHABLE FILTER

3 MS WASHABLE FILTER

MITSUBISHI WASHABLE FILTER

SPLIT 1 NORDYNE HEAT PUMP – VT4BD-030K; AHU – B6BMM030-B HEAT PUMP -VTG141200151 AHU – B6D140819544

SPLIT 2 NORDYNE HEAT PUMP – VT4BD-036K; AHU – B6BMM036K HEAT PUMP – VTG141202141; AHU – B6G150301996

SUBTOTAL

LIBRARY - COCHRAN

174 BURKE ST., STOCKBRIDGE, GA 30281

I/D AHU SS TRANE BCHC054G1A0A1V04E000000A0100000000000000 T05C13295

O/D TRANE 2TTA0072A4000AA 4451KAY2F

I/D AHU SS TRANE BCHC054G1A0A1V04F000000A0100000000000000 T05F32271

O/D TRANE TTA073G400AA 16474MDGYA

I/D AHU SS TRANE LPCAA08F1E0L7000000102GAVB00AD0000000 T05C13482

O/D TRANE TTA120B400EA 5243S4DAD

I/D AHU SS TRANE LPCAA08F1E0R6000000102FAPB00AD0000000 T05C13483

O/D TRANE TTA120B400EA 514435KAD

I/D AHU SS TRANE BCHC072G1A0A1V05F000000A0100000000000000 T05C16790

O/D TRANE TTA090A400FA 5202LC3AD

I/D AHU SS TRANE LPCAB08F1E0L6000000101FANB00A0000000 T05C13484

O/D TRANE TTA090A400FA 5223KAXAD

MINI-SPLIT WASHABLE FILTER ON AHU

SUBTOTAL

Company’s Name: ___________________________________________________

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 39 of 55

Bid #18-28 HVAC Maintenance and Repair – Annual Contract

Bid Price Sheet

TYPE MANUFACTURER MODEL # SERIAL # ANNUAL COST

LIBRARY - FAIRVIEW

28 AUSTIN ROAD, STOCKBRIDGE, GA 30281

I/D TRANE BCHC054G1A0A1X04F000000A0100000000000000 T06M66473

O/D TRANE 2TTA0072A4000AA 7063MRA2F

I/D TRANE BCHC090G1A0A1V07P000000AA100000005000000 T06M66470

O/D TRANE TTA120A400FA 7065UBCAD

I/D TRANE LPCAA08F10L6000000101GAVB00A000000000 T06M66477

O/D TRANE TTA120A400FA 706514CAD

I/D TRANE BCHC054G1A0A1V04F000000A0100000000000000 T06M66472

O/D TRANE 2TTA0072A4000AA 7063MR12F

I/D TRANE BCHC072G1A0A1U05F000000A0100000000000000 T06M66474

O/D TRANE TTA090A400FA 7065UBFAD

I/D GREE LIVS24HP230V1BH 3017GS12963

O/D GREE LIVS24HP230V1B0 3017GS13392

I/D GREE LIVS24HP230V1BH 3017GS12933

O/D GREE LIVS24HP230V1B0 3017GS13424

I/D GREE LIVS24HP230V1BH 3017GS12932

O/D GREE LIVS24HP230V1B0 3017GS13368

SUBTOTAL

LIBRARY - HAMPTON

61 MCDONOUGH STREET, HAMPTON, GA 30228

I/D LENNOX TAA07254SN1G 5609C03868

O/D LENNOX TSA072S45N1G 5610B01112

I/D LENNOX TAA09054DN1G 5609B04653

O/D LENNOX TSA090S45N1G 5610A06725

I/D LENNOX TAA120S4DN1G 5609H11770

O/D LENNOX TSA120S4DN1G 5610B07740

I/D LENNOX TAA090S4DN1G 5609H08655

O/D LENNOX TSA090S4SN1G 5610A06724

I/D LENNOX TAA120S4DN1G 5609H11769

Company’s Name: ___________________________________________________

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 40 of 55

Bid #18-28 HVAC Maintenance and Repair – Annual Contract

Bid Price Sheet

TYPE MANUFACTURER MODEL # SERIAL # ANNUAL COST

LIBRARY – HAMPTON (CONTINUED) 61 MCDONOUGH STREET, HAMPTON, GA 30228

O/D LENNOX TSA120S4DN1G 5610C04189

I/D LENNOX TAA072S4SN1G 5609E01183

O/D LENNOX TSA072S4SN1G 5609F03330

SUBTOTAL

LIBRARY – LOCUST GROVE

115 MARTIN LUTHER KING JR. BLVD. LOCUST GROVE, GA 30248

I/D CARRIER 40RM-007--H611HC 0905X05302

O/D CARRIER 38ARZ00B---601-- 1505G40109

I/D CARRIER 40RM-007--B611GC 4304XD1499

O/D CARRIER 38ARZ007---601-- 0905G50035

I/D CARRIER 39LA08KA-BS-AKN-A9 1305U00379

O/D CARRIER 38ARS012---611-- 1505G20064

I/D CARRIER 39LA08KA-BN-AJN-19 1305U00378

O/D CARRIER 38AUZA08A0A6A0A0A0 4514C94290

MS I/D GREE LIVS36HP230V1BH 5016G507673

MS O/D GREE LIVS36HP230V1B0 4816GS01157

MS I/D GREE LIVS36HP230V1BH 5016GS10346

MS O/D GREE LIVS36HP230V1B0 4816GS01159

MS I/D GREE LIVS36HP230V1BH 5016GS07663

MS O/D GREE LIVS36HP230V1B0 4816GS01161

MS I/D GREE LIVS36HP230V1BH 5016GS07698

MS O/D GREE LIVS36HP230V1B0 4816GS01158

SUBTOTAL

LIBRARY - MCDONOUGH

1001 FLORENCE MCGARITY BLVD., MCDONOUGH, GA 30252

RTU CARRIER 50HJ-004-531 1208G10497

RTU CARRIER 50TC-A07A2A5A0A0A0 4815C77601

RTU CARRIER 50TM-012-A-501 210BG10629

RTU CARRIER 50HJ-004-531 1808G10285

Company’s Name: ___________________________________________________

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 41 of 55

Bid #18-28 HVAC Maintenance and Repair – Annual Contract

Bid Price Sheet

TYPE MANUFACTURER MODEL # SERIAL # ANNUAL COST

LIBRARY – MCDONOUGH (CONTINUED) 1001 FLORENCE MCGARITY BLVD., MCDONOUGH, GA 30252

2-MINI-SPLITS WASHABLE FILTER ON AHU

Chiller TRANE RAVJC60EBC03AB0000020 C13F03762

I/D Chiller TRANE MCCA040GAY0AP00B0J0CEA00C0AA0SAACA0AC0000000000 K00A13119

SUBTOTAL

PARKS & RECREATION - BEAR CREEK

54 MCDONOUGH STREET, HAMPTON, GA 30228

I/D LENNOX CBX27UH-030-230-6-03 1616G10747

O/D LENNOX XP16-024-230-11 5816L08438

I/D LENNOX CBX27UH-030-230-6-03 1616G11672

O/D LENNOX XP16-024-230-11 5816L08430

I/D LENNOX CBX27UH-030-230-6-03 1616G11664

O/D LENNOX XP16-024-230-11 5816L08435

I/D LENNOX CBX27UH-036-230-6-03 1616E19408

O/D LENNOX XP16-036-230-09 5816L10233

SUBTOTAL

PARKS & RECREATION - FAIRVIEW

35 AUSTIN ROAD, STOCKBRIDGE, GA 30281

YORK ZF048D06P4ABA1A N1K0296736

YORK ZF048D06P4ABA1A N1K0296734

YORK ZF048D06P4ABA1A N1K0296735

YORK ZF120N15PAAA5A N1K0296579

YORK ZF036D06P4ABA1A N1K0296731

GRAND AIRE WPG3364090RKC1 C122112927

YORK ZF102N15P4AAA5A N1K0296578

YORK ZF180N24J4ABA1B N1K0299454

YORK ZF180N24J4ABA1B N1K0299452

YORK ZF078N10S4AAA5A N1K0296577

YORK ZF180N24J4ABA1B N1K0299453

YORK ZF180N24J4ABA1B N1K0299451

Company’s Name: ___________________________________________________

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 42 of 55

Bid #18-28 HVAC Maintenance and Repair – Annual Contract

Bid Price Sheet

TYPE MANUFACTURER MODEL # SERIAL # ANNUAL COST

PARKS & RECREATION – FAIRVIEW (CONTINUED) 35 AUSTIN ROAD, STOCKBRIDGE, GA 30281

MINI-SPLIT SANYO CH0971 0133384

SUBTOTAL

PARKS & RECREATION - HERITAGE ADMIN BUILDING

99 LAKE DOW ROAD, MCDONOUGH, GA 30253

CARRIER 58STA110--13116 3707A32107

CARRIER 24ABR348A620 2407E46773

TWIN 1 CARRIER 58STA110-22 1307A30962

TWIN 2 CARRIER 58STA110-22 1307A30991

CARRIER 38ARZ008---601 3307G50087

TWIN 1 CARRIER 58STA110-16 3707A32174

TWIN 2 CARRIER 58STA090-16 2807A32967

CARRIER 38ARZ012---601 3307G40122

TWIN 1 CARRIER 58STA110-22 1407A31247

TWIN 2 CARRIER 58STA110-22 1407A31242

GOES W/GF4 CARRIER 38ARZ012---601 3307G40121

TWIN 1 CARRIER 58STA110-16 2406A29855

TWIN 2 CARRIER 58STA110-16 2907A32227

GOES W/GF5 CARRIER 38ARZ008---601 3307G50088

CARRIER 58STA090-16 2807A32929

GOES W/GF6 CARRIER 24ABR348A620 2407E46748

Carrier FC4DNF060 2107A85524

GOES W/FC1 CARRIER 24ABR360A650 2607E15482

CARRIER FC4DNF060 1207A87654

GOES W/FC2 CARRIER 24ABR360A650 3407E05993

AHU2 CARRIER 40RMQ012—B611HC 3007U23209

GOES W/AHU2 38ARQ012---601 1307G50139

GREE LIVS36HP230V1B0 0217GS03129

GREE LIVS36HP230V1B0 0217GS03132

Company’s Name: ___________________________________________________

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 43 of 55

Bid #18-28 HVAC Maintenance and Repair – Annual Contract

Bid Price Sheet

TYPE MANUFACTURER MODEL # SERIAL # ANNUAL COST

PARKS & RECREATION - HERITAGE ADMIN BUILDING (CONT’D) 99 LAKE DOW ROAD, MCDONOUGH, GA 30253

GREE LIVS36HP230V1B0 0217GS03127

SUBTOTAL

PARKS & RECREATION - JP MOSELY

1041 MILLERS MILL ROAD, STOCKBRIDGE, GA 30281

TGA300S2BS1G 5606C16813

I/D CBH17-135V-3 5606C02721

O/D HS29-120-3G 5606D04558

TGA048B2BM1G 5606F01622

TGA300S2BS 5606E11763

I/D CBH17-95V-3 5606F06007

O/D HS29-090-3G 5606E12755

O/D HS29-180-2G 5606B12978

I/D CBH17-185V-1 5606E09588

SUBTOTAL

PARKS & RECREATION - LOCUST GROVE

10 CLEVELAND ST., LOCUST GROVE, GA 30248

I/D Coil RHEEM ASM146X+V 11F03908S

O/D RHEEM RAWD-091CAZ 7335F140612054

TWIN FURNACE RHEEM - LEFT 1 RGRM12ERAJS HJ5D701F191001414

TWIN FURNACE RHEEM - RIGHT 2 RGRM12ERAJS HJ5D701F191101909

I/D RHEEM RHPLHM6024JC W091113040

O/D RHEEM RANL-060CAZ 7394W161101134

I/D RHEEM RHSL-HM6024JA W191116664

O/D RHEEM RANL-060CAZ 7394W161101135

I/D RHEEM RHSL-HM6024JA W191116666

O/D RHEEM RANL-060CAZ 7394W161101112

I/D RHEEM RHGM-120ZL F391007026

O/D RHEEM RPWL-120CAZ 8026F421003524

I/D RHEEM RHGM-090ZL F091102682

Company’s Name: ___________________________________________________

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 44 of 55

Bid #18-28 HVAC Maintenance and Repair – Annual Contract

Bid Price Sheet

TYPE MANUFACTURER MODEL # SERIAL # ANNUAL COST

PARKS & RECREATION - LOCUST GROVE (CONTINUED) 10 CLEVELAND ST., LOCUST GROVE, GA 30248

O/D RHEEM RPWL-090CAZ 8020F071106987

I/D RHEEM RHPL-HM3621JC W161126136

O/D RHEEM RPRL-036JEC 7221W171115942

I/D RHEEM RHPL-HM6024JC M230903927

O/D RHEEM RPNL-060CAZ 7484W421007977

FURNACE RHEEM RGFE-12ERCMS HG5D701F011002763

O/D RHEEM RARL-048JEC 7232W131101488

I/D Coil RHEEM RCQD-6024AS F091103439

O/D RHEEM RARL-060JEC 7233W111113802

FURNACE RHEEM RGFE10EZCMS HG5D701F011002798

I/D RHEEM RHPL-HM6024JC W111011764

O/D RHEEM RPNL-060CAZ 7484W421001612

I/D RHEEM RHPL-HM4824JC W201013547

O/D RHEEM RPNL-049CAZ 7864W191108189

I/D RHEEM RHPL-HM3621JC W181123395

O/D RHEEM RPNL-036CAZ 7481W421008003

I/D RHEEM RHGM-120ZL F111006771

O/D RHEEM RPWL-120CAZ 8026F071102912

FURNACE COIL RHEEM RGFE-12ERCMS HG5D701FB410005418

O/D RHEEM RARL-060JEC 7233W260901130

TWIN GAS FURNACE 1

RHEEM-HEAT ONLY

RGRA12ERAJS DF5D707F319608549

TWIN GAS FURNACE 2

RHEEM-HEAT ONLY

RGRA12ERAJS DF5D707F309606701

SUBTOTAL

PROBATE COURT

99 SIMS STREET, MCDONOUGH, GA 30253

0/D RHEEM RAWL-120CAZ 7759F041004359

TWINNED FURNACES

RHEEM RGRA-12ERAJS FY5D707F111001405

TWINNED FURNACES

RHEEM RGRA-12ERAJS FY5D707F510902911

Company’s Name: ___________________________________________________

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 45 of 55

Bid #18-28 HVAC Maintenance and Repair – Annual Contract

Bid Price Sheet

TYPE MANUFACTURER MODEL # SERIAL # ANNUAL COST

PROBATE COURT (CONTINUED) 99 SIMS STREET, MCDONOUGH, GA 30253

COIL RCCL-D5013S A151000012

O/D HEIL NAC036AKA1 L013502887

FURNACE HEIL NTG3100GFG1 L013593380

DX DOIL HEIL EED36F19B1 L011782289

O/D DUCANE 13HPD-036-230-14 1911F14330

AHU HEIL NFCP3600C3 0903X03625

MINI-SPLIT

SUBTOTAL

PUBLIC SAFETY ANNEX

108/110 SOUTH ZACK HINTON PKWY., MCDONOUGH, GA 30253

HEIL PHF348000K00A1-- G082451692

HEIL PHF348000K00A1-- G074930431

BRYANT 555ANE030000AAAE 4293G05031

BRYANT 555ANE030000AAAE 4293G05048

YORK DM120C00A2AAA1A NGKM088513

YORK DM120C00N2AAA2B NKLM104144

YORK DM120C00A2AAA1A NFKM072445

TRANE TCD151C30ABB 740100358D

TRANE TCD151C30ABB 74010D245D

RHEEM RQNA-V036JK-015 7262F430605338

HEIL PG5072H150AA---- G082630376

CARRIER 50HS-024---311-- 1094G02522

TRANE TCD151C30ABB 740100318D

TRANE EAC210A3E0A029 16261033JA

TRANE TCD211C30ACA 740100261D

TRANE EAC180A3E0A000 17332817JA

HEIL PGF324060K00A2-- G073220808

LENOX GCS16-060-75-4Y 5604F07777

Company’s Name: ___________________________________________________

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 46 of 55

Bid #18-28 HVAC Maintenance and Repair – Annual Contract

Bid Price Sheet

TYPE MANUFACTURER MODEL # SERIAL # ANNUAL COST

PUBLIC SAFETY ANNEX (CONTINUED) 108/110 SOUTH ZACK HINTON PKWY., MCDONOUGH, GA 30253

MINI-SPLIT DARKIN

HEIL PHF348000K00A1-- G084550830

HEIL PHF348000K00A1-- G084550836

HEIL PHF348000K00A1-- G084550837

O/D RHEEM RPNE-036-JB2 7348M260621219

I/D RHEEM RHSA-HM3617JA M080802699

SUBTOTAL

SENIOR CENTER – BEAR CREEK

56 MCDONOUGH STREET, HAMPTON, GA 30228

I/D LENNOX TAA090S40-1Y 5616H08965

O/D LENNOX TPA090S4SN1Y 5616D11495

I/D LENNOX TAA090S4D-1Y 5616H04018

O/D LENNOX TPA090S4SN1Y 5616B07891

I/D LENNOX CBX27UH-048-230-6-04 1616H03187

O/D LENNOX SPB048H4S48Y 5816F17111

I/D LENNOX CBX27UH-036-230-6-03 1616E19413

O/D LENNOX XP16-036-230-09 5816M02712

I/D LENNOX CBX27UH-030-230-6-03 1616G10748

O/D LENNOX XP16-024-230-11 5816L08437

I/D LENNOX CBX27UH-036-230-6-03 1616E19401

O/D LENNOX XP16-036-230-09 5816L09010

I/D LENNOX CBX27UH-060-230-6-04 1616F14954

O/D LENNOX SPB060H4S48Y 5816K10539

I/D LENNOX CBX27UH-036-230-6-03 1616E19427

O/D LENNOX XP16-036-230-09 5816L06214

I/D LENNOX CBX27UH-036-230-6-03 1616E19429

O/D LENNOX XP16-036-230-09 5816L06212

SUBTOTAL

Company’s Name: ___________________________________________________

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 47 of 55

Bid #18-28 HVAC Maintenance and Repair – Annual Contract

Bid Price Sheet

TYPE MANUFACTURER MODEL # SERIAL # ANNUAL COST

SENIOR CENTER - HERITAGE

1050 FLORENCE MCGARITY BLVD., MCDONOUGH, GA 30252

TRANE YSC060E1EHA0000 102210102L

TRANE YCD301F3H0AB 122910625D

TRANE 4YCC3030B1075AA 132911288L

TRANE 4YCC3030B1075AA 124912640L

O/D-SS HEIL N4H360GHB400 E103901286

I/D-SS HEIL FXM4X6000A A103684926

TRANE YCC030F1M0BG R112N8P1H

TRANE YHD300F3RHA04D000000000000000000000000 145210318D

SUBTOTAL

SENIOR CENTER – HIDDEN VALLEY

600 SPRAGGINS MEMORIAL PKWY., STOCKBRIDGE, GA

TRANE 4YCC4024A1060AA 160711786L

TRANE YSC033G3ELA010000000000000000F0000000000 160810604L

O/D SS TRANE 4TWA3036B3000AB 16113PDM4F

I/D SS TRANE TAM4A0A36S31SDA 152235J6BV

TRANE YHH300F3RHA03000000000000000000000000000 132610919D

TRANE YSC063G3ELA010000000000000000F0000000000 161010054L

TRANE YSH210F3RLB000000000000000000000000000 160810511D

REZNOR HOOD UNIT

FREEZER UNIT

FRIDGE SYSTEM

SUBTOTAL

SENIOR CENTER – LOCUST GROVE

280 MOSE BROWN DR., LOCUST GROVE, GA 30248

O/D GMC N4H360GHF100 E164909694

I/D GMC FEM4X6000BL A164386560

O/D GMC GSH130361AD 0711186660

I/D GMC ARUF363616AA 0711152567

O/D GMC GSH130361AD 0711186788

Company’s Name: ___________________________________________________

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 48 of 55

Bid #18-28 HVAC Maintenance and Repair – Annual Contract

Bid Price Sheet

TYPE MANUFACTURER MODEL # SERIAL # ANNUAL COST

SENIOR CENTER – LOCUST GROVE (CONTINUED) 280 MOSE BROWN DR., LOCUST GROVE, GA 30248

I/D GMC ARUF363616AA 0711152568

O/D GMC GSH130241AC 0806074603

I/D GMC ARUF182416BA 0712081726

O/D GMC GSH101203AB 0709129293

I/D GMC AR120AA 0701046048

O/D GMC GSH101203AB 0709129288

I/D GMC AR120AA 0710225905

O/D GMC GSH130603AB 0803121349

I/D GMC ARUF486016AB 0711090749

O/D GMC GSH130603AB 0711131522

I/D GMC ARUF486016AB 0711090751

O/D GMC GSH101203AB 0709129287

I/D GMC AR120AA 0708005720

O/D GMC GSH130361AD 0711186782

I/D GMC ARUF363616AA 0711152570

O/D GMC GSH130361AD 0711186789

I/D GMC ARUF363616AA 0711152569

O/D CARRIER 25HCE460A300 0118E09485

I/D CARRIER FX4DNF061 0118F21407

SUBTOTAL

SHERIFF’S DEPARTMENT – JAIL

120 HENRY PARKWAY, MCDONOUGH, GA 30253

FAN COIL-MINI-SPLIT

FUJITSU ASU24CL1 GDA013383

HEAT PUMP-MINI-SPLIT

FUJITSU AOU24CL1 GDN015960

FAN COIL-MINI-SPLIT

FUJITSU ASU24CL1 GDA013380

HEAT PUMP-MINI-SPLIT

FUJITSU AOU24CL1 GDN015961

FAN COIL-MINI-SPLIT

FUJITSU ASU9CQ BCAOQ8623

HEAT PUMP-MINI-SPLIT

FUJITSU AOU9CQ BCN010145

Company’s Name: ___________________________________________________

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 49 of 55

Bid #18-28 HVAC Maintenance and Repair – Annual Contract

Bid Price Sheet

TYPE MANUFACTURER MODEL # SERIAL # ANNUAL COST

SHERIFF’S DEPARTMENT – JAIL (CONTINUED) 120 HENRY PARKWAY, MCDONOUGH, GA 30253

FAN COIL/ ELECTRIC HEAT

RHEEM RHGL-090ZL FO51304457

CONDENSING UNIT

RHEEM RAWL-090DAZ 7754F371002947

FAN COIL RHEEM RHSL-HM4821JA W151326653

HEAT PUMP RHEEM RAWL-090DAZ 7754F371002947

FAN COIL GRAND AIR WAHM604A A113284397

CONDENSING UNIT

GRAND AIR WCH3604GKA2 X114869495

FAN COIL RHEEM RHSL-HM4821JA W151326654

HEAT PUMP RUUD UPNL-048DAZ 7487M280817444

GAS PACKAGE UNIT

LENNOX LGH156H4BL4G 5616HD6216

GAS PACKAGE UNIT

TRANE YCD211E4LGAA 922100231D

CHILLED WATER UNIT

CARRIER 30RBB15065-SB-C 2611Q76069

CHILLED WATER UNIT

CARRIER 30GRN150-631K 1104F21339

FAN COIL UNIT TEMPTROL B37-215 44703

ENERGY RECOV. VENTILATOR

RENEWAIRE HE2XIN K119582C

HEATING BOILER RBI MB1500 61158909

HEATING BOILER RBI MB1500 61158908

FAN COIL UNIT CARRIER 39LC25HA-CRACP-A9 2411L25195

ENERGY RECOV. VENTILATOR

RENEWAIRE HE2XIN K195830

FAN COIL MAGICAIRE BHV060M6A W070800830

CONDENSING UNIT

HEIL N2H360ALC200 E090307877

GAS PACKAGE UNIT

LENNOX LGA090H2BS3G 5607L06458

GAS PACKAGE UNIT

ICP RGB150ADCAAA P172532168

GAS PACKAGE UNIT

ICP RGX048HDCA0AAA C173959167

GAS PACKAGE UNIT

CARRIER 48HE005-551NB 4702G40417

GAS PACKAGE UNIT

CARRIER 48HE005-551NB 47002G10094

GAS PACKAGE UNIT

CARRIER 48HE005-551NB 4702G40419

GAS PACKAGE UNIT

CARRIER 48HJE007-551NB 4702G10145

Company’s Name: ___________________________________________________

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 50 of 55

Bid #18-28 HVAC Maintenance and Repair – Annual Contract

Bid Price Sheet

TYPE MANUFACTURER MODEL # SERIAL # ANNUAL COST

SHERIFF’S DEPARTMENT – JAIL (CONTINUED) 120 HENRY PARKWAY, MCDONOUGH, GA 30253

GAS PACKAGE UNIT

CARRIER 48HJE006-551NB 4702G10095

GAS PACKAGE UNIT

CARRIER 48TFE006-511 3703G30310

GAS PACKAGE UNIT

CARRIER 48HJE005-551NB 4702G40418

GAS PACKAGE UNIT

MCQUAY MPS012AYDM 6726F150707401

GAS PACKAGE UNIT

MCQUAY MPS012AYDM 6726F150707

GAS PACKAGE UNIT

MCQUAY MPS008AGDL15E 2F66S8ADBAFL180705873

GAS PACKAGE UNIT

LENNOX KGA180S4BM1G KGA180S4BM1G

FAN COIL MINI SPLIT

DAIKIN FCG24MVJU E000280

HEAT PUMP MINI SPLIT

DAIKIN RZQ24MVJU E000309

FAN COIL MINI SPLIT

FAJITSU ASU18C1 DCA006337

HEAT PUMP MINI SPLIT

FUJITSU AOU18CL DCN009309

GAS PACKAGE UNIT

RHEEM RKNN-A060DM10E FO31501850

GAS PACKAGE UNIT

RHEEM RKNN-A036DK08E F351500193

GAS PACKAGE UNIT

RHEEM RKNN-A036DK08E FO3150194

GAS PACKAGE UNIT

LENNOX LGC156H2BS2G 5607L06000

ENERGY RECOV. VENTILATOR

COOK 5500 EVRC EVRC-5500 C 050S970106-00/0007501

GAS PACKAGE UNIT

MCQUAY MPS005AGDM10E 2G7367ADAAF140705513

GAS PACKAGE UNIT

MCQUAY MPS005AGDM10E 2G7367ADAAF140705515

GAS PACKAGE UNIT

MCQUAY MPS010AGM22E 2D6549ADBAF200707362

FAN COIL UNIT YORK AP-170 CHHM02143D

FAN COIL UNIT YORK AP-250 CNHM02144D

FAN COIL MINI SPLIT

FUJITSU ASU18RLB FQA005534

HEAT PUMP MINI SPLIT

FUJITSU AOU18RLB FQN005639

FAN COIL UNIT YORK CS156SHLPD 90-816667B

FAN COIL UNIT TEMPTROL B3Z-175 44704

FAN COIL MINI SPLIT

DAIKIN FTXS30HVJU E000268

HEAT PUMP MINI SPLIT

DAIKIN RXS30HVJU A000236

Company’s Name: ___________________________________________________

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 51 of 55

Bid #18-28 HVAC Maintenance and Repair – Annual Contract

Bid Price Sheet

TYPE MANUFACTURER MODEL # SERIAL # ANNUAL COST

SHERIFF’S DEPARTMENT – JAIL (CONTINUED) 120 HENRY PARKWAY, MCDONOUGH, GA 30253

GAS PACKAGE UNIT

LENNOX LGA048H2BS3G 5607L06780

ENERGY RECOV. VENTILATOR

COOK 1500 ERVC ERV-1500 050S970106-00/0004102

GAS PACKAGE UNIT

LENNOX LGA048H2BS3G 5607L06781

ENERGY RECOV. VENTILATOR

COOK 1500 ERVC ERV-1500 050S970106-00/0004101

GAS PACKAGE UNIT

MCQUAY MPS006AGDM1OE 2G6648ADBAF200707157

GAS PACKAGE UNIT

MCQUAY MPS006AGDM1OE 2G6648ADBAF200707155

GAS PACKAGE UNIT

MCQUAY MPS006AGDL1OE 2G6648ADBAF140705391

GAS PACKAGE UNIT

LENNOX LGA120H2BS3G 5607L06283

ENERGY RECOV. VENTILATOR

COOK 3500 ERVC ERV-3500 050S970106-00/0000704

GAS PACKAGE UNIT

LENNOX LGA120H2BS3G 5607L06284

ENERGY RECOV. VENTILATOR

COOK 3500 ERVC ERV-3500 050S970106-00/0000702

GAS PACKAGE UNIT

MCQUAY MPS006AGDM10E 2G6648ADBAF200707153

GAS PACKAGE UNIT

RHEEM RKK-B072DL13E F31501430

GAS PACKAGE UNIT

LENNOX LGA120H2B3G 5607L06280

ENERGY RECOV. VENTILATOR

COOK 3500 ERVC ERV-3500 050S970106-00/0000703

GAS PACKAGE UNIT

LENNOX LGA120H2BS3G 5607L06276

ENERGY RECOV. VENTILATOR

COOK 3500 ERVC ERV-3500 050S970106-00/0000701

GAS PACKAGE UNIT

MCQUAY MPS006AGDM10E 2G6648ADBAF320710368

GAS PACKAGE UNIT

MCQUAY MPS006AGDM10E 2G6648ADBAF140705384

GAS PACKAGE UNIT

MCQUAY MPS006AGDL10E 2G6648ADBAF480705654

GAS PACKAGE UNIT

LENNOX LGA120H2BS3G 5607L06281

ENERGY RECOV. VENTILATOR

COOK 3500 ERVC ERV-3500 050S970106-00/0000705

GAS PACKAGE UNIT

LENNOX LGA120H2BS3G 5507L06282

ENERGY RECOV. VENTILATOR

COOK 3500 ERVC ERV-3500 050S970106-00/0000706

GAS PACKAGE UNIT

MCQUAY MPS006AGDM10E 2G6648ADBAF480705656

GAS PACKAGE UNIT

MCQUAY MPS006AGDM10E 2G6648ADBAF320710366

GAS PACKAGE UNIT

MCQUAY MPS006AGDL10E 2G6648ADBAF480705653

SUBTOTAL

Company’s Name: ___________________________________________________

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 52 of 55

Bid #18-28 HVAC Maintenance and Repair – Annual Contract

Bid Price Sheet

TYPE MANUFACTURER MODEL # SERIAL # ANNUAL COST

TAG OFFICE - STOCKBRIDGE

164 BURKE STREET, STOCKBRIDGE, GA 30281

AHU HEIL FEM4X6000A A091588668

OD HEAT PUMP N4H360AKB400 E092500641

AHU HEIL FEM2X6000A A080687537

OD HEAT PUMP N4H360GHB400 E1030901325

AHU LENOX CB29M-21/26-2P 5804C70348

OD HEAT PUMP HP29-24-6P 5804G08574

GREE WASHABLE FILTER ON AHU

COMFORT STAR WASHABLE FILTER ON AHU

SUBTOTAL

*TOTAL (This will be used to determine lowest overall cost.)

Company’s Name: ______________________________________ Date: _______________________ _______________________________________________ ______________________________________________ Authorized Representative’s Name (Print or Type ) Authorized Representative’s Signature *The total for the “Bid Price Sheets,” which includes locations within the County requiring services will be used to determine the low, overall cost. (The County may add or remove units/locations as required and cost shall be negotiated in accordance with bid prices.)

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 53 of 55

Bid #18-28 HVAC Maintenance and Repair – Annual Contract

*Labor and Replacement Parts Cost Sheet

Line Item

Labor Rates (Note: The County will not pay any labor rate item which is not listed.)

Hourly Labor Rate

1 Regular: 8:00 AM - 4:00 PM, Monday thru Friday, excluding holidays, time actually at the County location

2 Regular Overtime: Before 8:00 AM or after 5:00 PM, Monday thru Friday, excluding holidays, time actually at the County location

3 Holiday Overtime: Time actually at County location on legally recognized national holiday.

Line Item

Replacement Parts Percent % Markup

2 Replacement Parts Cost (Note: Complete parts list is to be issued at Henry County's request) This cost shall be the verifiable vendor cost plus the percentage (%) markup by the vendor. (The County may require a copy of the vendor's cost invoices).

Company’s Name: ______________________________________ Date: _______________________ _______________________________________________ ______________________________________________ Authorized Representative’s Name (Print or Type ) Authorized Representative’s Signature

*The “Labor and Replacement Parts Cost Sheet” has also been included for the submittal of costs, which will be included as a part of the annual contract agreement with the successful proponent.

______________________________________________________________________________________________________________________

Bid #18-28, HVAC Maintenance and Repair – Annual Contract Page 54 of 55

Bid # 18-28

HVAC Maintenance and Repair – Annual Contract

Opening: 3:00 PM, May 2, 2018

_______________________________________________________________________________________

CHECKLIST FOR BID DOCUMENTS Failure to include all required documents will result in proposal being removed for consideration for award.

DOCUMENTATION DESCRIPTION Please check

Any Required Documents cited in Bid Specifications

W-9

Forms:

Solicitation Form (Page 1 of this Document)

Addendum Cover Sheet(s) (If applicable.)

Bid Authorization Affidavit

Non-Conflict of Interest

References

Georgia Security & Immigration Compliance Act Affidavit & Agreement

SAVE Affidavit

Supplier Inclusion Program

Bid Price Sheet(s)

Checklist for Bid Documents/Addenda Acknowledgement (this page)

_____________________________________________________________________________________

ADDENDA ACKNOWLEDGEMENT

Failure to acknowledge any addenda will result in a non-responsive bid.

The vendor has examined and carefully studied the Request for Proposals and the following

Addenda, receipt of all of which is hereby acknowledged:

Addendum No. ______________________ _________________

Dated

Addendum No ______________________ _________________

Dated

Addendum No. ______________________ _________________

Dated

Addendum No. ______________________ _________________

Dated

This affirms that all documents are included with the bidder’s bid package.

______________________________________ _______________________

Company’s Name Date

______________________________________ _________________________________

Authorized Representative’s Name Authorized Representative’s Signature

(Print or Type)

SECTION IV – SEALED BID LABEL

PLEASE ATTACH LABEL TO OUTSIDE OF BID PACKAGE

This label MUST be affixed to the outside of the envelope or package, even if it is

a “No RFP” response. Failure to attach the label may result in your bid being

opened in error or not routed to the proper location for consideration. No RFP

will be accepted after the date and time specified.

SEALED BID ENCLOSED Bid # 18-28, HVAC Maintenance and Repair – Annual Contract

Due 3:00 PM/May 2, 2018

______________________________________________ Vendor Name

______________________________________________ Address

______________________________________________ City, State, Zip Code

_________________________________________________________________________________________________

DELIVER TO: Henry County Purchasing Department

140 Henry Parkway

McDonough, GA 30253