STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES NORTHEAST FLORIDA STATE HOSPITAL

Similar documents
STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES NORTHEAST FLORIDA STATE HOSPITAL

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES NORTHEAST FLORIDA STATE HOSPITAL

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES FLORIDA STATE HOSPITAL

INVITATION TO BID FOR

INVITATION TO BID FOR AIR FILTERS ITB NO: DMS-15/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES

INVITATION TO BID FOR FIRE SPRINKLER SYSTEM INSPECTIONS ITB NO: DMS-14/ THE STATE OF FLORIDA DEPARTMENT OF MANAGEMENT SERVICES

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES SUNCOAST REGION

Bids Due: March 16, 2018

State of Florida Department of Transportation

Invitation to Bid (ITB) For Lawn Care Services ITB No: DMS 14/ The State of Florida Department of Management Services

REQUEST FOR STATEMENT OF QUALIFICATIONS (SOQ) FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION

FLORIDA DEPARTMENT OF LAW ENFORCEMENT

FLORIDA DEPARTMENT OF HEALTH (DOH) DOH17-016

State of Florida Department of Transportation. APRISA XE 960 MHz Radios

FLORIDA DEPARTMENT OF HEALTH (DOH) DOH

STATE OF FLORIDA FLORIDA DEPARTMENT OF LAW ENFORCEMENT

CERTIFICATION REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION CONTRACTS/SUBCONTRACTS

CITY OF CULVER CITY 9770 CULVER BOULEVARD, CULVER CITY, CALIFORNIA

PARK HILL SCHOOL DISTRICT Nutrition Services Department 8500 NW Riverpark Drive Pillar 116 Parkville, MO 64152

REQUEST FOR STATEMENT OF QUALIFICATIONS FLORIDA DEPARTMENT OF AGRICULTURE AND CONSUMER SERVICES DIVISION OF ADMINISTRATION

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES NORTHEAST FLORIDA STATE HOSPITAL INVITATION TO BID. Installation of Fiber Optic Cable

Request for Qualifications RFQ #

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES SUNCOAST REGION INVITATION TO BID ITB # 23AC17001 LANGUAGE INTERPRETATION SERVICE

CITY OF SOUTH BAY INVITATION TO BIDS ON CITY OWNED SURPLUS REAL ESTATE. BID No

IT Department Invitation to Bid

AMENDMENT NO.: 1 Contract Renewal Contract No.: Contract Name: Agriculture and Lawn Equipment

RFQ-CD Re-Bid Wildfire Underbrush Mowing. Required Submittal Packet

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR BIDDERS

Register, 2014 Commerce, Community, and Ec. Dev.

CITY OF ROANOKE, VIRGINIA REQUEST FOR PROPOSAL FOR EXECUTIVE SEARCH SERVICES RFP NUMBER OPENING DATE: JULY 23, 2009 OPENING TIME 2:00 P.M.

ITB-PW Concrete psi with Fiber Mesh. Required Submittals

Invitation to Bid for RECORDS STORAGE, SHREDDING, AND RETRIEVAL SERVICES ITB No: DOEA 12/ The State of Florida Department of Elder Affairs

COUNTY OF OSWEGO PURCHASING DEPARTMENT

Request For Proposals Hwy 124 E ADA Door Opener Hallsville City Hall

Butte School District #1 Request for Proposal (RFP)

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

X. FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS

KENTUCKY EDUCATIONAL DEVELOPMENT CORPORATION REQUEST FOR PROPOSALS. for. Guaranteed Energy Savings Contracts. Addendum #1

Architectural Design Services for Project No African Hyena Housing Exhibit RFP# EN P File #095 Bid date 2:00 P.M.

REQUEST FOR PROPOSAL Enterprise Asset Management System

State of Florida PUR 1001 General Instructions to Respondents

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT

ITB-CD Re-Bid Term Contract for Code Enforcement Mowing and General Clean Up Services. Required Submittal Packet. Revised per Addendum 2

DOCUMENT INSTRUCTIONS TO BIDDERS

SALE OF GRU MILLHOPPER ELECTRIC SYSTEMS CONTROL PROPERTY LOCATED AT 4322 N.W. 53 RD AVENUE, GAINESVILLE, FLORIDA

Attachment 1 Federal Requirements for Procurements in Excess of $150,000 Not Including Construction or Rolling Stock Contracts

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

CIRCUIT COURT CLERK S OFFICE CONVERSION OF LAND RECORD INDEXING, IMAGING, AND PLAT RECORDS (SCANNING, INDEXING & SOFTWARE TO FACILITATE IMPROVED

Request for Proposals (RFP) for Court Reporting Services. RFP No: OAG 14/15-3 The State of Florida Office of the Attorney General

PART III GENERAL INFORMATION, INSTRUCTIONS AND CONDITIONS FOR OFFERORS

Diesel Engine Replacement for. Gillig Low Floor Buses

FEDERAL TRANSIT ADMINISTRATION REQUIREMENTS FOR PROFESSIONAL SERVICES CONTRACTS > $10,000

Location & Subject Matter Substance of Change Proposed Changes

BERKELEY COUNTY SHERIFF S DEPARTMENT BERKELEY COUNTY, WEST VIRGINIA

INSTRUCTIONS TO BIDDERS Medical Center

Attachment C Federal Clauses & Certifications

2:00PM PHONE NUMBER: FREE NUMBER: FAX NUMBER: ADDRESS: FEID NO.:

TERMS AND CONDITIONS OF THE INVITATION TO BID

CITY OF MIAMI DEPARTMENT OF COMMUNITY DEVELOPMENT

DESIGN - BUILD PROPOSAL OF

NOTICE TO VENDORS CONTRACT NO IB

Firm Submitting Bid INVITATION TO BID. DEADLINE FOR QUESTIONS: May 2, 2018 TIME: 5:00 PM. SUBMISSION DUE DATE: May 9, 2018 TIME: 2:00PM EST

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

Addendum No.: 1. Bid No Veterans Resource Center Remodel, Relocation, DSA Requirements. Issued June 22, 2018

Capital Area Council of Governments REQUEST FOR PROPOSALS For Capital Area Emergency Communications District (CAECD)

Section 5310 (Formerly Section 16)/ Community Transportation NON-VEHICLE 8/20/2009

REQUEST FOR PROPOSAL Police Department Roof System Renovation

LETTER OF INTEREST NOTICE FOR RAPID RE-HOUSING PROGRAM

REQUEST FOR PROPOSAL (RFP) # FY DESIGN BUILD COMPRESSED NATURAL GAS (CNG) FUELING STATION CONSULTANTS COMPETITIVE NEGOTIATION ACT (CCNA)

SCOTT COUNTY COMMUNITY DEVELOPMENT AGENCY ( Scott County CDA ) SHAKOPEE, MINNESOTA REQUEST FOR PROPOSALS FOR BOND COUNSEL. Issued: June 2, 2017

Persons submitting this form should refer to the regulations referenced below for complete instructions:

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION MFMP CONTRACT TERMS AND CONDITIONS

Certifications. Form AD-1047 (1/92)

Iowa Public Employees Retirement System Request for Proposal Design and Construction Contract Administration Services

Request for Proposal. RFP # Non-Profit, Sports Photography

THE BOROUGH OF EAST RUTHERFORD REQUEST FOR QUALIFICATIONS

NORTHWEST FLORIDA WATER MANAGEMENT DISTRICT REQUEST FOR PROPOSALS ("RFP") DISTRICT INSPECTOR GENERAL/INTERNAL AUDIT SERVICES RFP #12-002

REQUEST FOR PROPOSALS RFP SEASONAL ARTIFICIAL ICE SKATING RINK

RFP ATTACHMENT I: ACKNOWLEDGEMENT OF RFP TERMS AND CONDITIONS

U.S. DEPARTMENT OF AGRICULTURE. Certification Regarding Debarment, Suspension, and Other Responsibility Matters - Primary Covered Transactions


Request for Proposal for Temporary Staffing Services #001. DATE: June 11, 2018

FEDERAL CERTIFICATIONS Sponsored Center

Anaheim Stadium & Amtrak Train Station

SUBMIT REPLY TO: Department of Law Enforcement Office of General Services 2331 Phillips Road Tallahassee, FL Telephone Number: (850)

Eastern Kentucky PRIDE, Inc. Request for Qualification (RFQ) For Appalachian Wildlife Center Feasibility Study (AML) Pilot Project RFQ ELK

Bid #15-15 Goodyear Tires

MILK BID Damaged or partially filled containers must not be used at any time. Leaking cartons will be returned.

TOWN OF QUEENSBURY PURCHASE OF A NEW KIOTI TRACTOR FOR USE BY THE QUEENSBURY CEMETERY DEPARTMENT BID DOCUMENTS

DMS Catalog Class No.:

STATE OF FLORIDA DEPARTMENT OF TRANSPORTATION PURCHASE ORDER TERMS & CONDITIONS

NEW YORK CITY TRANSIT AUTHORITY. Division of Materiel. Schedule F

Tulsa Community College

CITY OF HOPKINSVILLE

CERTIFICATION OF PROSPECTIVE CONTRACTOR REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION

RFP Milestones, Instructions, and Information

Sunnyside Valley Irrigation District

OSWEGO COUNTY PURCHASING DEPARTMENT

RFP No TIME AND ATTENDANCE SOLUTION ( )

Transcription:

STATE OF FLORIDA DEPARTMENT OF CHILDREN AND FAMILIES NORTHEAST FLORIDA STATE HOSPITAL INVITATION TO BID WATER HEATER REPLACEMENT FOR BLDG. 12 AT NORTHEAST FLORIDA STATE HOSPITAL ITB - # 05-1415R Commodity Code: 72154100 1

TABLE OF CONTENTS WATER HEATER REPLACEMENT FOR BLDG. 12 AT NORTHEAST FLORIDA STATE HOSPITAL TABLE OF CONTENTS SECTION 1. INTRODUCTION 1.1 Introduction to the Procurement 1.2 Statement of Purpose 1.3 Terms and Conditions 1.4 Contact Person 1.5 Definitions 1.6 Supporting Documentation SECTION 2. ITB PROCESS 2.1 General Instructions 2.2 Official Notices 2.3 Schedule of Events and Deadlines 2.4 Notice of Intent to Submit a Bid 2.5 Pre-Bid Conference 2.6 Written Inquiries 2.7 Receipt of Bids and Waiver of Minor Irregularities 2.8 Application of Mandatory Requirements 2.9 Request to Withdraw Bid 2.10 Cost of Preparation of Bid 2.11 PUR 1001 2.12 Department s Reserved Rights SECTION 3. MINIMUM SPECIFICATIONS 3.1 Vendor Qualifications 3.2 Minimum Delivery Specifications 3.3 Composition of the Contract 3.4 Order of Precedence SECTION 4. INSTRUCTIONS FOR RESPONDING TO THE ITB 4.1 How to Submit a Bid 4.2 Content of the Bid 4.3 Bid Format 4.4 Public Records and Trade Secrets SECTION 5. THE SELECTION METHODOLOGY 5.1 Evaluation Methodology 5.2 Department s Reserved Rights Relating to Contract Award 5.3 Posting Notice of Award APPENDIX I - NOTICE OF INTENT TO SUBMIT A BID APPENDIX II - CERTIFICATE OF SIGNATURE AUTHORITY APPENDIX III - VENDOR S CERTIFICATIONS APPENDIX IV - VENDOR S SUBMITTAL REQUIREMENTS APPENDIX VI - VENDOR S PRICE SHEET APPENDIX VII - SCOPE OF WORK ATTACHMENT I - PUR 1000 ATTACHMENT II PUR 1001 2

INTRODUCTION 1.1 Introduction to the Procurement The Department of Children and Families, Northeast Florida State Hospital is issuing this solicitation to interested parties for the purpose of obtaining Water Heater Replacement for Bldg. 12 at Northeast Florida State Hospital. This solicitation is issued in accordance with the provisions of Section 287.057, Florida Statutes, Chapter 60A-1 of the Florida Administrative Code, and applicable Department policies and procedures. Any person interested in responding to the solicitation must comply with all of the terms and conditions described in the solicitation. A failure to read, understand, or comply with the terms of the solicitation may result in the Department s inability to accept or fully consider the response. 1.2 Statement of Purpose The purpose of this ITB is to obtain competitive bid prices from experienced contractors for a new Water Heater, includes piping and installation located in Building 12 at the campus of Northeast Florida State Hospital, Macclenny, Florida. The contractor must meet all required applicable local, state and federal laws, codes, regulations and standards governing the facility operations in mental health facilities. The contractor shall be licensed in accordance with the requirements of Chapter 489, F.S. 1.3 Term of Conditions The anticipated completion date of June 30, 2015. 1.4 Contact Person This ITB is issued by the State of Florida, Department of Children and Families, Northeast Florida State Hospital. The contact person for all communication regarding this ITB is: Angelia Hodgson, Purchasing Agent II Mailing Address: Florida Department of Children and Families Northeast Florida State Hospital 7487 South State Road 121 Macclenny, Florida 32063 Email: angelia.hodgson@myflfamilies.com All contact shall be in writing via electronic mail, U.S. mail, or other common courier. No questions will be accepted by facsimile or telephone. 1.5 Definitions Contract Terms Contract terms used in this document can be found in the Department s Glossary of Contract Terms, which is hereby incorporated by reference and maintained at the following website: http://ewas.dcf.state.fl.us/asc/glossary/glossary.asp 3

1.5.1 Program or Service Specific Terms. 1.5.1.1 Addenda Written or graphical instruments posted in accordance with Section 2.2 of the ITB which modify or interpret the ITB document(s) by additions, deletions, clarifications or corrections. 1.5.1.2 Invitation to Bid (ITB) A written solicitation for competitive sealed bids to select one or more respondent(s) for the procurement of contractual services. 1.5.1.3 NEFSH refers to Northeast Florida State Hospital, a mental health facility located in Baker County and operated by the Department of Children and Families. 1.5.1.4 Vendor/Contractor Any qualified private sector business entity, non-profit or for-profit organization that has been selected in accordance with the provisions of the ITB. 1.5.1.5 Bidder Any qualified private sector business entity, non-profit or forprofit organization that has submitted a bid in accordance with the provisions of the ITB. 1.6 Supporting Documentation Please see Attachment I for PUR1000 Please see Attachment II for PUR 1001 SECTION 2. ITB PROCESS 2.1 General Instructions Bids that meet the Mandatory Requirements (Sections 4.2) of this ITB and are otherwise responsive will be eligible for evaluation. Such responsive vendors will be evaluated and ranked. Following evaluation, the Department will post a notice of intended contract award, identifying the vendor selected for award. Final contract terms will be established with the selected vendor. 2.2 Official Notices 2.2.1 Notices Regarding the ITB All notices, decisions, intended decisions, addenda and other matters relating to this procurement will be electronically posted on the Department of Management Services (DMS) Vendor Bid System (VBS) website located at: http://myflorida.com/apps/vbs/vbs_www.main_menu. In order to find postings at such location: 1. Click on Search Advertisements 2. Under Agency select Department of Children and Families 3. Scroll down to the bottom of the screen and click on Initiate Search It is the responsibility of prospective vendors to check the VBS for addenda, notices of decisions and other information or clarifications to this ITB. 4

2.3 Schedule of Events and Deadlines ACTIVITY DATE TIME (All Eastern) ITB advertised and released on Florida VBS: Mandatory Pre-bid Conference/Site Visit April 15, 2015 April 21, 2015 ADDRESS 4:00 p.m. DMS VBS Electronic Posting site: http://myflorida.com/apps/vbs/vbs_www.main_menu 10:00 a.m. Department of Children & Families Northeast Florida State Hospital 7487 South State Road 121 Macclenny, FL 32063 Submission of written inquiries must be received by: Deadline for Department's Response to Inquiries: Sealed Bids must be received by the Department: *Bid Opening and Review of Mandatory Requirements: Anticipated posting of Intended Contract Award: April 23, 2015 April 28, 2015 May 4, 2015 May 4, 2015 May 6, 2015 5:00 p.m. 2:00 p.m. 2:00 p.m. 2:00 p.m. Department of Children & Families Northeast Florida State Hospital 7487 South State Road 121 Macclenny, FL 32063 Attn: Angelia Hodgson, Purchasing Agent II Angelia.hodgson@myflfamilies.com DMS VBS Electronic Posting site: http://myflorida.com/apps/vbs/vbs_www.main_menu Department of Children & Families Northeast Florida State Hospital 7487 South State Road 121 Macclenny, FL 32063 Attn: Angelia Hodgson, Purchasing Agent II Department of Children & Families Northeast Florida State Hospital 7487 South State Road 121 Macclenny, FL 32063 10:00 a.m. VBS Electronic Posting site: http://myflorida.com/apps/vbs/vbs_www.main_menu Anticipated Effective Date of Contract: May 18, 2015 *All vendors are hereby notified that the meetings noted with an asterisk above (*) are open to the public and may be electronically recorded by any member of the audience. Although the public is invited, no comments or questions will be taken from vendors or other members of the public (except for the Solicitation Conference, in which comments and questions will be taken from vendors). Prospective vendors should be aware that any oral explanations or instructions are not binding and should not be relied on in the absence of written confirmation. Note: All times in the event schedule are local times for Macclenny, Florida. Although the Department may choose to use additional means of publicizing the results of this procurement, posting on the VBS is the only official notice recognized for the purpose of determining timeliness in the event of protest. 5

2.4 Notice of Intent to Submit A Bid Vendors who are interested in responding to this ITB are encouraged to send a Notice of Intent to Submit a Bid (Appendix I) to the Purchasing Agent specified in Section 1.4, on or before the date and time specified in the Schedule of Events and Deadlines (Section 2.5). Submission of a Notice of Intent is not a pre-requisite for acceptance of bids from prospective vendors. 2.5 Pre-Bid Conference / Site Visit The purpose of the Pre Bid Conference is to review the ITB with interested vendors so that areas of misunderstanding or ambiguity are clarified and to familiarize with the environment in which the work is to be completed. Participation in the pre-bid conference is not mandatory to prospective vendors. The Pre-Bid Conference and Site Visit for this ITB will be held at the time and date specified in the Schedule of Events and Deadlines (Section 2.5). 2.5.1 Small, Minority, and Service-Disabled Veterans Business Participation Small Businesses, Certified Minority and Women s Business Enterprises and Service-Disabled Veteran Business Enterprises are encouraged to participate in any conferences, conference calls, pre-solicitation, or pre-bid meetings which are scheduled. All vendors shall be accorded fair and equal treatment. 2.5.2 Participation is Pre-requisite 2.6 Written Inquiries Participation in the solicitation conference is a pre-requisite for acceptance of bids from prospective vendors. Prospective vendor questions will only be accepted if submitted in writing to the Purchasing Agent specified in Section 1.4, (via electronic mail,) U.S. mail, or other delivery service, and received on or before the date and time specified in the Schedule of Events and Deadlines (Section 2.5). No questions will be accepted by facsimile or telephone. Copies of the responses to all inquiries, and clarifications or addenda if made to the ITB, will be made available by the date and time specified in Section 2.5 through electronic posting on the VBS website at: http://myflorida.com/apps/vbs/vbs_www.main_menu 2.7 Receipt of Bids and Waiver of Minor Irregularities 2.7.1 Bid Deadline Bids must be received by the Department no later than the date and time provided in Section 2.5, at the address listed in the Schedule of Events and Deadlines. All methods of delivery or transmittal to the Department s contact person shall remain the responsibility of the prospective vendor and the risk of non-receipt or delayed receipt shall be upon the prospective vendor. 2.7.2 Binding Bids By submitting a bid, each vendor agrees that its bid shall remain a valid offer for at least 90 days after the bid opening date and that, in the event the contract 6

award is delayed by appeal or protest, such 90-day period is extended until entry of a final order in response to such appeal or protest. 2.7.3 Changes to Bids After Submission Prohibited Except as provided in Section 2.14.1, no changes, modifications, or additions to the bid submitted (after the deadline for bid opening has passed) will be accepted by or be binding on the Department. The Department reserves the right to correct minor irregularities as provided in Section 2.14.1, but is under no obligation to do so. 2.7.4 Receipt Statement Bids that are not received at either the specified place by the specified date and time will be rejected and returned unopened to the vendor by the Department. The Department will retain one unopened original for use in the event of a dispute. 2.8 Application of Mandatory Requirements A vendor must comply with all mandatory requirements in order to be considered for selection under this ITB. The mandatory requirements for this ITB are set forth in Section 3, Minimum Specifications. 2.8.1 The Purchasing Agent will examine each bid to determine whether the bid meets the Mandatory Requirements specified in Section 3, Minimum Specifications. 2.8.2 A bid that fails to meet the mandatory requirements will be deemed nonresponsive and will not be evaluated. 2.8.3 Meeting the mandatory requirements alone will not impact any ranking in the evaluation process. 2.8.4 An initial determination that a bid meets the mandatory requirements does not preclude a subsequent determination of non-responsiveness. 2.9 Request to Withdraw Bid A written request to withdraw a bid, signed by the vendor, may be considered if received by the Department within 72 hours after the bid opening time and date as specified in Section 2.5 above. A request received in accordance with this provision may be granted by the Department upon proof of the impossibility to perform based upon an obvious error on the part of the vendor. 2.10 Cost of Preparation of Bid By submitting a bid, a vendor agrees that the Department is not liable for any costs incurred by the vendor in responding to this ITB. 2.11 PUR 1001 The standard General Instructions to Respondents Form PUR 1001 (11/04) is hereby incorporated into this solicitation by reference as if fully recited herein. Sections 3, 4, 5, and 17 of the PUR 1001 Form are not applicable to this solicitation. In the event of any conflict between Form PUR 1001 and this solicitation, the terms of this solicitation shall take precedence over the Form PUR 1001 unless the conflicting term is required by any section of the Florida Statutes, in which case the term contained in PUR 1001 shall take precedence. The PUR 1001 form is available at: http://dms.myflorida.com/index.php/content/download/1907/8062/version/9/file/1001.doc. 7

2.12 Department s Reserved Rights 2.12.1 Reserved Rights After Notice of Award The Department reserves the right, after posting notice thereof, to withdraw or amend its Notice of Award and reopen discussions with any vendor at any time prior to execution of a contract. 2.12.2 Withdrawal of ITB The Department reserves the right to withdraw the ITB at any time, including after an award is made when to do so would be in the best interest of the State of Florida, and by doing so assumes no liability to any vendor. SECTION 3. MINIMUM SPECIFICATIONS Northeast Florida State Hospital is in need of demo and removal of old water heater and piping, including the following but not limited to supplying and installation of a new water heater and piping see Appendix VI, Scope of Work. Bids will only be accepted from experienced contractors. Bidder s contractor license number for the State of Florida shall also be stated. 3.1 Vendor Qualifications 3.1.1 Mandatory Requirements. The vendor must meet the requirements of Sections 4.2. 3.1.2 See Appendix VI Scope of Work 3.1.3 Vendor Disqualification Under PUR 1001 Persons or affiliates placed on the convicted vendor list or the discriminatory vendor list are disqualified pursuant to Sections 7 and 8 of PUR 1001. 3.1.4 Vendor References Each bidder must provide a list of at least eight (3) such projects stating location, completion date, and contact telephone numbers. The Department reserves the rights to contact any and all entities in the course of this solicitation evaluation in order to make a suitability determination. The Department s determination is not subject to review or challenge. 3.2 Minimum Delivery Specifications 3.2.1 Northeast Florida State Hospital is a secure, mental health facility and scheduling of work must be coordinated with the Department and shall not disturb the normal operation of the facility. All vehicles and tool boxes must be inspected and inventoried, and all staff must present a valid picture ID, when entering or leaving through the main gate. Hours of work are Monday through Friday, between 8:00 AM to 4:30 PM. 3.2.2 Northeast Florida State Hospital will provide a secured site to store lifts and other large equipment. Other equipment or supplies of value must be stored in a secured storage trailer or pod provided by the vendor. 8

3.3 Composition of the Contract The contract awarded as a result of this solicitation will be composed of: 3.3.1 The Department s Purchase Order 3.3.2 PUR Form 1000 The PUR Form 1000 is incorporated by reference into the Department s Standard Contract. 3.3.3 Other Attachments or Exhibits All other attachments and exhibits to the contract referenced in this solicitation or the above documents will also be part of the resulting contract, if any. 3.4 Order of Precedence In the event of conflict in terms among the foregoing, the following order of precedence will apply. 3.4.1 The Department s Standard Contract. 3.4.2 PUR Form 1000. 3.4.3 The vendor s bid. The bid submitted in response to this solicitation may be incorporated into or attached to the contract but will not change the provisions of the above documents. SECTION 4. INSTRUCTIONS FOR RESPONDING TO THE ITB 4.1 How to Submit a Bid 4.1.1 Mandatory Bid Deadline All bids must be received by the Purchasing Agent by the deadline, and at the location set forth in Section 2.5, Schedule of Events and Deadlines. It is the bidder s responsibility to assure that the bid is delivered to the proper place on or before the bid due date and time as specified in Section 2.5. Bids which for any reason are not so delivered will not be considered. 4.1.2 Electronic Bids Not Acceptable Facsimile or electronic transmissions of bids will not be accepted. The vendor may choose the appropriate means for delivery, and is responsible for receipt of the bid by the Purchasing Agent at the address listed in Section 1.4 by the date and time indicated in Section 2.5. Late bids will not be evaluated. 4.1.3 Bid Amendments Any amendments to the bid as originally submitted by the vendor, not required by the Department, must comply with the requirements of this section and must be acknowledged and received on or before the due date as specified in Section 2.5. 4.1.4 Number of Copies Required Vendors must submit one (1) original and three (3) copies of the bid. The original copy of the Bid must contain an original signature of an official who is authorized to bind the vendor to their bid. 4.1.5 Bids to be in Sealed Envelopes 9

4.2 Content of the Bid The original and each copy of the bid must be individually sealed in separate envelopes. The outside of each envelope must be clearly marked with the title of the bid, the ITB number, the vendor's name, and identification of enclosed documents. The original bid must be clearly marked as such, and the copies identified and numbered (i.e., original, copy #1 of 3, etc.). All individually sealed envelopes must be placed in an appropriate sealed mailing container. Clearly mark the exterior of the mailing container Bid to DCF Competitive Solicitation Number ITB# 05-1415R; for Water Heater Replacement for Bldg. 12 at Northeast Florida State Hospital. 4.2.1 Title Page The first page of the bid shall be a Title Page that contains the following information: 4.2.1.1 Department to which bid is submitted; 4.2.1.2 Title of bid; 4.2.1.3 Area for which bid is being submitted; 4.2.1.4 ITB number; 4.2.1.5 Identification of enclosed documents; 4.2.1.6 Prospective vendor s name and federal tax identification number; 4.2.1.7 Name, title, telephone number and address of person who can respond to inquiries regarding the bid; and 4.2.1.8 Name of vendor s coordinator (if known). 4.2.2 Bid TAB 1: Required Vendor s Statements and Certifications Mandatory Requirements The reply must include all of the mandatory requirements, described below and Appendix IV, Vendor s Submittal Requirements, and must be received by the date, time and the address specified in Section 2.5. A reply that fails to meet the mandatory requirements will be deemed nonresponsive and will not be evaluated. 4.2.2.1 Certification of Authority to do Business in Florida. The reply must contain a statement indicating that the vendor and any proposed subcontractor(s) are legal entities and that each satisfies all licensing requirements of state and federal law authorizing them to do business within the State of Florida. 4.2.2.2 Certificate of Signature Authority The reply must include a signed certificate stating that the Vendor s official records establish that the person signing the reply and its statements and certifications is authorized to make such representations and to bind the Vendor. (Appendix II) 4.2.2.3 Acceptance of Contract Terms and Conditions The reply must include a Mandatory Certifications - Master Certification (Appendix III) signed by the person named in the 10

Certificate of Signature Authority as the Authorized Representative of the Vendor and the true box must be checked next to each of the Certifications (a) through (j). 4.2.3 Bid TAB 1: Tie Breaking Certifications The reply may include the Master Certification - Tie Breaking Certifications also in Appendix III. The vendor may check the true box for any or all Tie Breaking Certifications identified in Appendix III, k. through n. for which a vendor qualifies. Completion of the Tie Breaking Certifications is optional for qualifying vendors, however, a vendor waives all rights to consideration of a tie breaker if it fails to timely submit the certification for a tie breaker. 4.2.4 Bid TAB 2: Proposed Pricing 4.3 Bid Format 4.2.4.1 See Attached Appendix V, Vendor Price Sheet 4.3.1 Hard-copy Bid Format Bids must be typed, single-spaced, on 8-1/2 x 11 paper. Pages must be numbered in a logical, consistent fashion. Figures, charts and tables should be numbered and referenced by number in the text. The bid must be bound in 3- ring binders, labeled and submitted in Tabbed Sections in the order listed in Section 4.2. 4.3.2 References to Separately Bound Material References to any separately bound, supporting materials may be made. Any such references must be clear. Referenced documents must be numbered for ease of use and must be identified as such. References to supporting documents must include the document, page, and paragraph numbers. 4.4 Public Records and Trade Secrets 4.4.1 Replies Are Property of the State These provisions apply in lieu of Section 18 of PUR 1001. All materials submitted in reply to this ITB become the property of the State of Florida and will be a public record subject to the provisions of Chapter 119, F.S. The State of Florida shall have the right to use such ideas or adaptations of those ideas contained in any reply without cost or charge. Selection or rejection of a reply will not affect this right. 4.4.2 Replies Are Subject to Public Inspection Unless exempted by law, all public records are subject to public inspection and copying under Florida s Public Records Law, Chapter 119, F.S. A time-limited exemption from public inspection is provided for the contents of a reply pursuant to Section 119.071(1)(b), F.S. Once that exemption expires, all contents of a reply become subject to public inspection unless another exemption applies. Any claim of trade secret exemption for any information contained in a vendor s reply to this solicitation will be waived upon opening of the reply by the Department, unless the claimed trade secret information is submitted in accordance with this Section. This waiver includes any information included in the vendor s reply outside of the separately bound document described below. 11

4.4.3 How to Claim Trade Secret Protection If the vendor considers any portion of the documents, data or records submitted in its reply to be trade secret and exempt from public inspection or disclosure pursuant to Florida s Public Records Law, the vendor must submit all such information in a separately bound document (or in the case of electronic media, a separate CD, with the words "Trade Secret" included in the file name) clearly labeled "Attachment to Reply, ITB No. 05-1415R Trade Secret Material". Appropriate cross-references should be included in nonexempt materials. The first page of the electronic file or hard copy document must explain why the information in the electronic file or hard copy document is a trade secret. This submission must be made no later than the reply submittal deadline. Where such information is part of material already required to be submitted as a separately bound or enclosed portion of the reply, it shall be further segregated and separately bound or enclosed and clearly labeled as set forth above in addition to any other labeling required of the material. 4.4.4 Vendor s Duty to Respond to Public Records Requests In response to any notice by the Department that a public records request received by the Department encompasses any portion of the separately bound material, the Respondent shall expeditiously provide the Department with a redacted version of the separately bound material and identify in writing the specific statutes and facts that authorize exemption of the information from the Public Records Law. If different exemptions are claimed to be applicable to different portions of the redacted information, the Respondent shall provide information correlating the nature of the claims to the particular redacted information. The redacted copy must only exclude or obliterate only those exact portions that are claimed confidential or trade secret. If the Respondent fails to promptly submit a redacted copy and justification in response to the notice of a public records request, the Department is authorized to produce the records sought without any redaction. 4.4.5 Department Not Obligated to Defend Vendor Claims The Department is not obligated to agree with the Vendor s claim of exemption and, by submitted a reply, the Vendor agrees to be responsible for defending its claim that each and every portion of the redactions is exempt from inspection and copying under Florida s Public Records Law. Further, the Respondent agrees that it shall protect, defend, and indemnify, including attorney fees and costs, the Department for any and all claims and litigation (including litigation initiated by the Department) arising from or relating to Respondent s claim that the redacted portions of its reply are confidential, proprietary, trade secret, or otherwise not subject to disclosure or the scope of the provider s redaction. SECTION 5. THE SELECTION METHODOLOGY The Department intends to award the contract to the responsible and responsive vendor whose bid is determined by the Hospital Administrator or his designee to be the most advantageous to the state. The Department will award the contract based on a final selection by the Hospital Administrator or his designee, who will consider the prices submitted in response to this solicitation. The Hospital Administrator or designee may also make a determination as to whether to deem one or more vendors ineligible for award. The Department will electronically post the Hospital Administrator s or 12

designee s final decision and intent to award in accordance with ss. 120.57(3)(a), F.S. and Rule 60A-1.021, F.A.C. Nothing herein limits the ability of the Hospital Administrator or his designee to confer with any Department personnel in the course of the process. 5.1 Evaluation Methodology All bids that meet the Mandatory Requirements and are determined to be otherwise responsive will be evaluated using the following process: 5.1.1 Ranking by Purchasing Agent The Purchasing Agent will develop a ranking based on the pricing of proposed bids. This ranking will serve as the recommended ranking. 5.1.2 Recommendation of the Purchasing Agent After developing the recommended ranking per Section 5.1.1, the Purchasing Agent will provide to the Hospital Administrator or his designee a report on bids deemed nonresponsive and, as to those deemed responsive, the recommended ranking, along with a recommendation for final action, which may include a recommendation that one or more otherwise responsive bids be deemed ineligible pursuant to the provisions of Section 2.8.2. 5.1.3 Intended Award The resulting contract will be awarded to the responsible and responsive vendor or vendors whose bid(s) is (are) determined in writing by the Hospital Administrator or his designee to be the most advantageous to the State, taking into consideration the prices submitted for the commodities and services specified. The Hospital Administrator or his designee will also make a determination as to whether to deem one or more respondents ineligible for award due to the qualifications of the vendor or the quality of the bid. If the Hospital Administrator or his designee determines that two or more bids most advantageous to the State are equal with respect to all relevant considerations, including price, quality, and service, the award will be made in accordance with Rule 60A-1.011, Florida Administrative Code and Section 295.187, Florida Statutes. 5.2 Department s Reserved Rights Relating to Contract Award The Department reserves the right to: 5.2.1 Select one or more vendors for the commodities and services encompassed by this solicitation, any addenda thereto; 5.2.2 Divide the work among vendors by type of service or geographic area, or both; and 5.2.3 Award contracts for less than the entire service area or less than all services encompassed by this solicitation, or both. 5.3 Posting Notice of Award The Department will post a Notice of Intent to Award Contract, stating its intent to enter into one (1) or more contracts with the vendor or vendors identified therein, on the DMS VBS website: http://myflorida.com/apps/vbs/vbs_www.main_menu 13

APPENDIX I - NOTICE OF INTENT TO SUBMIT A BID (vendor name) wishes to inform the Florida Department of Children and Families of its intent to respond to the solicitation entitled ", (choose one - ITB, RFP, ITN) No.. PLEASE PRINT OR TYPE REQUESTED INFORMATION Name of Authorized Official: Title of Authorized Official: Signature of Authorized Official: Date: Address: Telephone No: FAX No: E-mail Address: 14

APPENDIX II CERTIFICATE OF SIGNATURE AUTHORITY I, (name), hold the office or position of (title) with (name of bidder) and have authority to make official representations by (name of bidder) regarding its official records and hereby state that my examination of the records of (name of bidder) shows that (name) currently holds the office or position of (title) with (name of bidder) and currently has authority to make binding representations to the Department on behalf of (name of bidder), to sign all documents submitted on behalf of (name of bidder) in response to ITB No., and, in so doing, to bind (name of bidder) to the statements made therein. Dated: Signature Printed Name Title 15

APPENDIX III - VENDOR S CERTIFICATIONS MANDATORY CERTIFICATIONS MASTER CERTIFICATION As the person named in the Certificate of Signature Authority as the Authorized Representative of the Vendor, (legal name of Vendor), I confirm that I have fully informed myself of all terms and conditions of ITB # 05-1415R, the facts regarding the Reply submitted by the Vendor in response to the ITB and the truth of each statement contained in Certifications (a) through (j) and certify, by checking the applicable true or false box below and affixing my signature hereto, that each statement in each checked certification is true or false as indicated. Check the applicable box next to the title to each certification: True False a. Certification of Binding Reply and Acceptance of Terms of ITB and Contract Document b. Certification of Authority to Do Business in Florida c. Statement of No Involvement d. Conflict of Interest Statement (Non-Collusion) e. Certification Regarding Lobbying f. Certification Regarding Scrutinized Companies List g. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion for Contracts/subcontracts h. Certification of Representations Per Section 9 of PUR 1001 i. Certification of Representations Per Section 287.133. F.S. j. Certification of a Drug Free Workplace The content of each certification named above, set forth below, is incorporated into this Master Certification as if fully recited herein and, for each certification marked true, above, the below signature is deemed to be affixed to each such certification. I agree that any certification not marked above will be deemed false. Signature of Authorized Representative: Date: a. Certification of Binding Reply and Acceptance of Terms of ITB and Contract Document By checking the True box in the Master Certification and signing the same, I hereby certify that the Vendor s Reply is submitted in good faith in response to the Department of Children and Families Invitation to Negotiate (the ITB) and is binding on the Vendor in accordance with the terms of the ITB, that I have read, understood and agree with the terms and conditions of the ITB and, if awarded any contract as a result of the ITB, the Vendor will comply with the requirements, terms, and conditions stated in the ITB and the contract document. The vendor further agrees that any intent by the vendor to deviate from the terms and conditions set forth therein may result, at the Department s exclusive determination, in rejection of the reply. b. Certification of Authority to Do Business in Florida By checking the True box in the Master Certification and signing the same, I hereby certify that the Vendor is an existing legal entity and satisfies all licensing and registration requirements of state law authorizing it to do business within the State of Florida. c. Statement of No Involvement By checking the True box in the Master Certification and signing the same, I hereby certify that no member of this firm or any person having interest in this firm has: Been awarded a contract that was procured using procedures other than those described in s. 287.057 (1-3), F.S., to perform a feasibility study of the potential implementation of a subsequent contract to support this project; Participated in drafting of a solicitation for this specific project; or Developed a program for future implementation of this project. 16

d. Conflict of Interest Statement (Non-Collusion) By checking the True box in the Master Certification and signing the same, I hereby certify that all persons, companies, or parties interested in the Invitation to Negotiate as principals are named therein, that the Vendor s Reply is made without collusion with any other person, persons, company, or parties submitting a reply; that it is in all respect made in good faith; and as the signer of the reply, I have full authority to legally bind the vendor to the provisions of this reply. e. Certification Regarding Lobbying By checking the True box in the Master Certification and signing the same, I hereby certify, to the best of my knowledge and belief, that: (1) No federal appropriated funds have been paid or will be paid, by or on behalf of the undersigned, to any person for influencing or attempting to influence an officer or an employee of any agency, a member of congress, an officer or employee of congress, or an employee of a member of congress in connection with the awarding of any federal contract, the making of any federal grant, the making of any federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any federal contract, grant, loan, or cooperative agreement. (2) If any funds other than federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a member of congress, an officer or employee of congress, or an employee of a member of congress in connection with this federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form- LLL, "Disclosure Form to Report Lobbying," in accordance with its instructions. (3) The undersigned shall require that the language of this certification be included in the award documents for all sub-awards at all tiers (including subcontracts, sub-grant, and contracts under grants, loans and cooperative agreements) and that all sub-recipients shall certify and disclose accordingly. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, Title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. f. Certification Regarding Scrutinized Companies List By checking the True box in the Master Certification and signing the same, I hereby certify that, the Vendor is not listed on either the Scrutinized Companies with Activities in Sudan List or the Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List. Both lists are created pursuant to section 215.473, Florida Statutes. I understand that Section 287.135, Florida Statutes, prohibits Florida state agencies from contracting with companies on either list, for goods or services over $1,000,000, and that pursuant to section 287.135, Florida Statutes, the submission of a false certification may subject company to civil penalties, attorney s fees, and/or costs. 17

g. Certification Regarding Debarment, Suspension, Ineligibility and Voluntary Exclusion for Contracts/subcontracts By checking the True box in the Master Certification and signing the same, I hereby certify that, in accordance with the debarment and suspension instructions listed below, the Vendor certifies that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this contract/subcontract by any federal department or agency. Where the prospective provider is unable to certify to any of the statements in this certification, such prospective provider shall attach an explanation to this certification. INSTRUCTIONS REGARDING DEBARMENT, SUSPENSION, INELIGIBILITY AND VOLUNTARY EXCLUSION FOR CONTRACTS/SUBCONTRACTS This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, signed February 18, 1986. The guidelines were published in the May 29, 1987 Federal Register (52 Fed. Reg., pages 20360-20369). (See 2 C.F.R. Part 180) 1 Each provider whose contract/subcontract equals or exceeds $25,000 in federal moneys must sign this certification prior to execution of each contract/subcontract. Additionally, providers who audit federal programs must also sign, regardless of the contract amount. The Department of Children and Families cannot contract with these types of providers if they are debarred or suspended by the federal government. 2 This certification is a material representation of fact upon which reliance is placed when this contract/subcontract is entered into. If it is later determined that the signer knowingly rendered an erroneous certification, the Federal Government may pursue available remedies, including suspension and/or debarment. 3 The provider shall provide immediate written notice to the contract manager at any time the provider learns that its certification was erroneous when submitted or has become erroneous by reason of changed circumstances. 4 The terms debarred, suspended, person, principal, and voluntarily excluded, as used in this certification, have the meanings set out in the Definitions and Coverage sections of rules implementing Executive Order 12549. You may contact the department s contract manager for assistance in obtaining a copy of those regulations. 5 The provider agrees by submitting this certification that, it shall not knowingly enter into any subcontract with a person who is debarred, suspended, declared ineligible, or voluntarily excluded from participation in this contract/subcontract unless authorized by the Federal Government. 6 The provider further agrees by submitting this certification that it will require each subcontractor of this contract/subcontract, whose payment will equal or exceed $25,000 in federal moneys, to submit a signed copy of this certification. 7 The Department of Children and Families may rely upon a certification of a provider that it is not debarred, suspended, ineligible, or voluntarily excluded from contracting/subcontracting unless it knows that the certification is erroneous. This signed certification must be kept in the contract file. Subcontractor s certification must be kept at the provider s business location. h. Certification of Representations Per Section 9 of PUR 1001 By checking the True box in the Master Certification and signing the same, I hereby certify acknowledgement all matters set forth in Section 9 of PUR 1001. i. Certification of Representations Per Section 287.133. F.S. By checking the True box in the Master Certification and signing the same, I hereby certify that the Vendor is not listed on the Convicted Vendors List created and maintained pursuant to section 287.133, Florida Statutes 18

j. Certification of a Drug Free Workplace By checking the True box in the Master Certification and signing the same, I hereby certify that the Vendor currently maintains a drug-free workplace environment in accordance with Chapter 287.087, F.S., and will continue to promote this policy through implementation of that section. TIE BREAKING CERTIFICATIONS Statutory Preferences When Awarding Contracts Various provisions of Chapters 287 and 295 provide qualifying vendors the advantage of "tie breakers" whenever two or more bids, proposals, or replies received by an agency are equal with respect to price, quality, and service. In order to take advantage of the below "tie breakers," a vendor who meets the statutory qualifications for one or more of these "tie breakers" must certify that it qualifies for the cited preference. Completion of the certification is optional for qualifying vendors, however, a vendor waives all rights to consideration of a "tie breaker" if it fails to submit the certification on or before the deadline to submit its bid, proposal or reply. MASTER CERTIFICATION TIE-BREAKING CERTIFICATIONS As the Authorized Representative of the Vendor, (legal name of Vendor), I confirm that I have fully informed myself of all terms and conditions of ITB # INSERT (the ITB), the facts regarding the Reply submitted by the Vendor in response to the ITB and the truth of each statement contained in Certifications (k) through (n) and certify, by checking one or more of the boxes below and affixing my signature hereto, that each statement in each checked certification is true. Check the box next to the title to each certification that is true: k. Certification of a Certified Minority Business Enterprise l. Certification of a Service Disabled Veteran s Business Enterprise m. Certification of a Florida Business n. Certification of a Foreign Manufacturer with a Factory in Florida The content of each certification named above, set forth below, is incorporated into this Master Certification as if fully recited herein and, for each certification marked true, above, the below signature is deemed to be affixed to each such certification. I agree that any certification not marked above will be deemed false. k. Certification of a Certified Minority Business Enterprise By checking the True box in the Master Certification Tie-Breaking Certifications and signing the same, I hereby certify that my organization is a Certified Minority Business Enterprise in accordance with s. 287.0943, F.S. l. Certification of a Service Disabled Veteran s Business Enterprise By checking the True box in the Master Certification Tie-Breaking Certifications and signing the same, I hereby certify that my organization is a Service Disabled Veterans Business Enterprise in accordance with s. 295.187, F.S. m. Certification of a Florida Business By checking the True box in the Master Certification Tie-Breaking Certifications and signing the same, I hereby certify that my organization s principal place of business is located within Florida in accordance with s. 287.084, F.S. n. Certification of a Foreign Manufacturer with a Factory in Florida By checking the True box in the Master Certification Tie-Breaking Certifications and signing the same, I hereby certify that my manufacturing organization has a factory in Florida that employs over 200 employees working in Florida in accordance with s. 287.092, F.S. 19

APPENDIX IV VENDOR S SUBMITTAL REQUIREMENTS CHECKLIST ITB# 05-1415R Water Heater Replacement For Bldg. 12 At Northeast Florida State Hospital Vendor s Name: Mandatory Requirements Comments Title Page includes the required names and contact information. Vendor s Price Sheet. Signed Vendors Statements and Certifications (Appendix III) Proof of Signature Authority. (Appendix II) Proof of Insurance Proof of registration in MyFloridaMarketPlace or proof of exemption to register in MyFloridaMarketPlace? Signed Certification of Drug- Free Workplace Program (Appendix III) Proof of Licenses List of eight (3) such projects stating location, completion date, and contact telephone numbers. 20

Used for Tie-Breaker Certification of a Certified Minority Business Enterprise Certification of a Service Disabled Veteran s Business Enterprise Certification of a Florida Business Certification of a Foreign Manufacturer with a Factory in Florida Comments Name of Individual completing this sheet, title, date Witness name, title, date 21

APPENDIX V VENDOR S PRICE SHEET ITB# 05-1415R Water Heater Replacement For Bldg. 12 At Northeast Florida State Hospital Bidders are expected to include any and all material that validates their organization, its history, technical qualifications, licenses, and customer list. Water Heater Replacement for Bldg. 12 at Northeast Florida State Hospital 1. Demo equipment room; remove 3 water tanks, water pump and old piping. Demo concrete columns, patch concrete where removed existing concrete. Supply dumpster for concrete. 2. Supply and Install new Chemline H1010SWH654 ASME 125 PSIG Storage Water Heater, 2000 GPH of water from 40F to 140F and control the outlet within 5 degrees of the selected temperature when supplied with 28.41 gpm og 350F to 225F of boiler water to the control valve. Tank 48 x 144 horizontally mounted. 3. Supply piping and fittings to re-pipe new water heater. 4. Re-pipe make up water and recirculate pumps. 5. Insulate pipe and tank as needed. 6. All valves to be domestic. 7. Remove all scrap metal from the site 8. Electrical as needed for the new heater. TOTAL AMOUNT $ Name of Bidder FEID# Signature of Authorized Representative Date 22

APPENDIX VI SCOPE OF WORK ITB# 05-1415R Water Heater Replacement For Bldg. 12 At Northeast Florida State Hospital DESCRIPTION OF WORK The work to be performed under this section consists of the following: Demo equipment room; remove 3 water tanks, water pump and old piping. Demo concrete columns, patch concrete where removed existing concrete. Supply dumpster for concrete; Provide and Install new Chemline H1010SWH654 ASME 125 PSIG Storage Water Heater, 2000 GPH of water from 40F to 140F and control the outlet within 5 degrees of the selected temperature when supplied with 28.41 gpm og 350F to 225F of boiler water to the control valve. Tank 48 x 144 horizontally mounted; Supply piping and fittings to re-pipe new water heater; Re-pipe make up water and recirculate pumps; Insulate pipe and tank as needed; All valves to be domestic; Remove all scrap metal from the site and Electrical as needed for the new heater located in Building 12 at Northeast Florida State Hospital, Macclenny, Florida. WARRANTY 1. Guarantee a. The Contractor shall guarantee that all materials and workmanship furnished under this Contract shall be as specified and shall be free from defects for a period of one year from the date of final payment. b. Upon notification of the Contract, the Contractor shall promptly make all needed adjustments, repairs, or replacements that are deemed necessary by the Owner. c. The Contractor shall guarantee all repair/replacement materials and labor for an additional one year from the date of completion of the repairs/replacement. 23