LEGAL ADVERTISEMENT CITY OF BERKLEY, MICHIGAN INVITATION TO BID Heating, Ventilation, and Air Conditioning (HVAC) Equipment Preventive Maintenance Program The City of Berkley is accepting sealed bids for a HVAC Equipment Preventive Maintenance Program at various City owned facilities. Bids will be received by the City Clerk s Office, 3338 Coolidge Highway, Berkley, Michigan 48072 until 12:00 P.M. June 30, 2014. Bid specifications under which the work is to be done may be picked up at City Hall located at 3338 Coolidge Highway, Berkley, Michigan 48072 or downloaded from the City website at www.berkleymich.org. The City reserves the right to reject any or all proposals or to accept the proposal which will, in the City s judgment, be to the best advantage for the City of Berkley, and to waive any irregularities. Jane Bais-DiSessa City Manager Berkley, Michigan 48072 (248) 658-3350
CITY OF BERKLEY, MICHIGAN Heating, Ventilation, and Air Conditioning (HVAC) Equipment Preventive Maintenance Program INSTRUCTIONS TO BIDDERS Sealed bids will be received until 12:00 P.M. on June 30, 2014, by the City of Berkley, at the office of the City Clerk, 3338 Coolidge Highway, Berkley, Michigan for a HVAC Equipment Programmed Preventive Maintenance Program in accordance with the specifications and contract documents furnished by the City of Berkley. Submit five (5) copies of the proposal, using the forms furnished by the City of Berkley, in a sealed envelope marked HVAC Equipment Preventive Maintenance Bid on the outside thereof. At 12:00 P.M., of said day, the Clerk of the City of Berkley, or a duly authorized agent of the City of Berkley, will open, and publicly read aloud all such bids. No bids will be accepted after 12:00 P.M. of said day. No bidder may withdraw his/her proposal between the date set for the opening and forty-five (45) calendar days after the bid opening. Each bidder shall have the responsibility to fully acquaint themselves with all aspects of the conditions surrounding the scope of work, including the building locations and layouts. Failure or omission of any bidder to examine any form, instrument, or other document, visit the site and acquaint themselves with the existing conditions, shall in no way relieve them from any obligation with respect to their bid or to the contract, or entitle them to additional compensation. The City reserves the right to accept or reject any or all bids. The City also reserves the right to waive any formal defects in bids when deemed in the best interest of the City, and to accept a bid higher than the lowest bid, if in the opinion of the City of Berkley, the public interest will be better served. Contract documents are to consist of the Invitation to Bid, Instruction to Bidders, General Specifications, Non-collusive Affidavit, Conflict of Interest Disclosure, Technical Specifications, References, Proposal Form, and Inventory of Equipment. BASE BID The City of Berkley would like to receive bids for a Preventive Maintenance Program for Heating, Ventilation, and Air Conditioning (HVAC) Equipment, at the City Hall Offices (3338 Coolidge Highway), Public Safety Facilities (2395 Twelve Mile Road), Community Center (2400 Robina), and the Department of Public Works Facilities (3238 Bacon). The City of Berkley reserves the right to award/reject any portion of the bid. ALTERNATE #1 (REQUIRED) The City of Berkley would also like to receive separate bids for a Preventive Maintenance Program for Heating, Ventilation, and Air Conditioning (HVAC) Equipment at the Library (3155 Coolidge Highway). The City of Berkley reserves the right to award/reject any portion of the bid. 1
CITY OF BERKLEY, MICHIGAN GENERAL SPECIFICATIONS CONFORMITY TO SPECIFICATIONS Proposals must be made in full conformity to all conditions as set forth in the specifications and instructions to bidders. All work performed under this contract shall meet all applicable requirements of the Michigan Mechanical Code, latest revision, as well as boiler regulations. The boiler code consists of P.A. 290 of 1965, as amended, the ASME Boiler and Pressure Vessel codes, 2007 edition with 2008 addenda, and the National Board Inspection Code, 2007 edition. MANDATORY FACILITY TOUR: Mandatory Building Facility Tours available as noted below. Alternate dates will not be scheduled. City Hall / District Court 9:30 AM Public Safety 10:00 AM Library 10:45 AM Public Works 11:30 AM Parks & Rec 12:00 PM Responses due: June 30, 2014 at 12:00 P.M. Recommendation presented to City Council: July 21, 2014 INSURANCE The Contractor shall comply with the requirements of the Michigan Workmen's Compensation Law, and shall maintain Commercial General Liability insurance, as specified below Proof of insurance coverage shall be provided to the City Clerk prior to commencing work. All required insurance shall name as Additional Insured s the City of Berkley, including all elected and appointed officials, employees and volunteers. Such insurance shall include an endorsement that 30 days advance written notice of cancellation or non-renewal of, or material change in, any such insurance shall be provided to the City. The Contractor shall secure and maintain, during the life of this contract, Worker s Compensation Insurance as required by Michigan State Law, for all employees performing work under this contract. The Contractor shall secure and maintain, during the life of this contract, Commercial General Liability Insurance on an Occurrence Basis with limits of liability not less than $1,000,000 per occurrence and/or aggregate combined single limit, Personal Injury, Bodily Injury and Property Damage. Coverage shall include the following extensions: (A) Contractual Liability; (B) Products and Completed Operations; (C) Independent Contractors Coverage; (D) Broad Form General Liability Extensions or equivalent; (E) Deletion of all Explosion, Collapse and Underground (XCU) Exclusions, if applicable; (F) Per contract aggregate. The Contractor shall procure and maintain during the life of this contract Motor Vehicle Liability Insurance, including all applicable no-fault coverage, with limits of liability not less than $500,000 per occurrence combined single limit Bodily Injury and Property Damage. Coverage shall include all owned vehicles, all non-owned vehicles and all hired vehicles. The Contractor shall secure and shall maintain during the life of this contract, Owner s and Contractor s Protective Public Liability and Property Damage Insurance in the name of the City of Berkley, in an amount not less than $1,000,000 for injuries, including accidental death, to each person; and subject to the same limit for each person, in an amount not less than $1,000,000 on account of each accident and property damage in an amount not less than $200,000 each accident and $200,000 aggregate. 2
RIGHT TO ACCEPT, REJECT AND WAIVE DEFECTS The City reserves the right to accept any proposal, to reject any and all proposals, and to waive any defect or irregularity in any proposal if it is deemed to be advantageous to the City to do so. In particular, any alteration, erasure, or interlineation in the specifications which are made a part, specifically of the instructions or of the form of proposal, shall render the accompanying proposal irregular and subject to rejection by the City. In case any explanation, additions or alterations are to be offered, they shall be indicated on separate sheets attached to the proposal and referred to therein. The City reserves the right to award the contract for the scope of work in its entirety, or to award any part or parts of the contract. The City also reserves the right to award the any part or parts of the contract to one or more Contractors as it deems advantageous to the City. It is the intention of the City to award the contract to a Contractor whose ability and financial resources are fully equal to the task of performing the work in a satisfactory manner. With this end in view, the form of proposal calls for at least three (3) commercial references concerning their ability to do this particular class of work. The bidder may be required to furnish current evidence of its financial status. The City reserves the right to determine the acceptability of any Contractor which shall be at the sole discretion of the City. SAFETY The Contractor shall take all reasonable precautions for safety and shall provide all reasonable protection to prevent damage, injury or loss to persons and employees of the City. The Contractor shall comply with all OSHA regulations, as they relate to, and are applicable to the performance of the work of this contract. LEGAL CONDITIONS The Contractor agrees to abide by all Federal, State, County and Local laws and regulations. "SAVE HARMLESS" CLAUSE To the fullest extent permitted by law, the Contractor shall indemnify, save harmless and defend the City of Berkley, its elected and appointed officials, employees, volunteers and others working on behalf of the City against any and all claims, demands, suits, loss or damages, including all costs connected therewith, which may be asserted, claimed or recovered against the City by reason of personal injury, including bodily injury or death and/or property damage, including loss of use thereof, arising out of or in any way connected with Contractor s operations under said contract. IRAN LINKED BUSINESS An Iran lined business, as defined in the Iran Economic Sanctions Act, 2012 PA 517, is not eligible to submit a bid. EXTRAS Except as otherwise herein provided, no charge for any extra work or materials will be allowed unless the same has been ordered in writing by the owner and the price stated in such order. STORAGE Storage of materials to complete the proposed work is the responsibility of the bidder. 3
ASSIGNMENT OF CONTRACT The Contractor shall not assign the contract, nor delegate Contractor s responsibilities thereunder, to any other person unless such assignment or delegation is approved in writing by the City, it being understood that the contract shall not be assignable and non-delegable unless the proposed assignee is acceptable to the City. COMPLIANCE WITH REGULATIONS The Contractor shall comply with the Regulations relative to non-discrimination in Federally-assisted programs, Title 49, code of Federal Regulations, Part 21 as they may be amended from time to time, (hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this contract. NON-DISCRIMINATION The Contractor, with regard to the work performed by it during the contract, shall not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The Contractor shall not participate either directly or indirectly in the discrimination prohibited by the Regulations, including employment practices. SOLICITATIONS FOR SUBCONTRACTS, INCLUDING PROCUREMENTS OF MATERIALS AND EQUIPMENT In all solicitations either by competitive bidding or negotiation made by the Contractor for work to be performed under a subcontract, including procurements of materials or leases of equipment, each potential subcontractor or supplier shall be notified by the Contractor of the Contractor s obligations under this contract and the Regulations relative to non-discrimination on the grounds of race, color, or national origin. INFORMATION AND REPORTS The Contractor shall provide all information and reports required by the Regulations, or directives issued pursuant thereto, and shall permit access to its books, records, accounts, other sources of information and its facilities as may be determined by the City of Berkley to be pertinent to ascertain compliance with such Regulations or directives. Where any information required of a Contractor is in the exclusive possession of another who fails or refuses to furnish this information, the Contractor shall so certify to the City as appropriate, and shall set forth what efforts it has made to obtain the information. SANCTIONS FOR NON-COMPLIANCE In the event of the Contractor s non-compliance with the non-discrimination provisions of this contract, the City of Berkley shall impose such contract sanctions as may determine to be appropriate, including, but not limited to: a. Withholding of payments to the Contractor under the contract until the Contractor complies, and/or b. Cancellation, termination or suspension of the contract, in whole or in part. INCORPORATION OF PROVISIONS The Contractor shall include the provisions outlined above in every subcontract, including procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued pursuant thereto. The Contractor shall take such action with respect to any subcontract or procurement as the City of Berkley may direct as a means of enforcing such provisions including sanctions for non-compliance: Provided, however, that, in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or supplier as a result of such direction, the Contractor may request (but not require) the City of Berkley to enter into such litigation to protect the interests of the City. 4
CITY OF BERKLEY, MICHIGAN TECHNICAL SPECIFICATIONS Heating, Ventilation, and Air Conditioning (HVAC) Equipment Preventive Maintenance Program BASE BID The City of Berkley, Michigan desires to employ the services of a Licensed HVAC Contractor to perform Programmed Preventive Maintenance of the Heating, Ventilation, and Air Conditioning (HVAC) Equipment at the City Hall (3338 Coolidge Highway), Public Safety Building (2395 Twelve Mile Road), Community Center (2400 Robina), and the Public Works Department (3238 Bacon Street). ALTERNATE #1 (REQUIRED) The City of Berkley would also like to receive bids for a Programmed Preventive Maintenance Program for Heating, Ventilation, and Air Conditioning (HVAC) Equipment at the Library (3155 Coolidge Highway). The City of Berkley reserves the right to award/reject any portion of the bid. SCOPE OF WORK The scheduled Mechanical Preventive Maintenance Program will include inspection, replacement of air filters, belt replacement, condenser cleaning, chemical treatment, humidifier service, and necessary labor and transportation costs associated with providing these services. DESCRIPTION OF SERVICE Inspection: During an inspection the equipment will be cycled through its normal operation. All service panels will be opened and the technician will visually inspect and listen for any abnormalities that could impair the operation of the equipment. Temperatures, pressures and current readings will be taken and analyzed to insure peak performance of the equipment. Any adjustments, calibrations or alignments found to be necessary will be made. In addition, all electrical connections will be checked for proper tightness and all required lubrication will be performed. Systems will be checked for refrigerant leaks and all flush drains will be cleaned. Evaporative condenser and cooling tower coolant levels will be checked and filled as necessary. All strainers and drains will be cleaned. Included in this service is the cost of any consumable maintenance supplies such as lubricants, chemicals, rags, oils, etc. If any abnormalities are evident, notify the City immediately. Replacement of Air Filters: All existing air filters will be removed and disposed of by the Contractor. The Contractor will furnish and install new air filters four (4) times per year. Belt Replacement: All belts will be adjusted to proper tightness. All belts found to be unserviceable will be replaced. The costs associated with belt adjustment, alignment or replacement is included. 5
TECHNICAL SPECIFICATIONS (continued) (HVAC) Equipment - Programmed Preventive Maintenance Program Condenser Cleaning: The Contractor will provide all necessary equipment, supplies, chemicals, and labor to clean the condensers. The type of cleaning required will vary depending on the type of equipment and will include: Chemical Treatment: 1. Opening water-cooled condenser and clean tubes with power brush. 2. Acid clean water-cooled condenser. 3. Power wash air-cooled condenser with appropriate chemical and flush with water. 4. Blow out air-cooled condenser with compressed air or CO2. Chemical treatment will include all required labor and materials to install the proper chemical treatment in the HVAC system. Humidifier Service: Humidifier service will include start-up, shut down and cleaning of all humidifiers. Boiler Service: Boiler inspection and service shall be performed annually each fall. Installation and repairs of boiler and high pressure piping may be done only by those persons having a license from the State of Michigan to do so. In addition, before the installation, alteration, or repair of a boiler or its piping may proceed, an individual properly licensed for the work to be performed must apply for a permit from the State of Michigan, Boiler Division. Required triennial (every 3 years) inspections shall be included as part of boiler service. This includes any necessary coordination and paperwork required by the State of Michigan. SCHEDULE, HOURS OF WORK AND RESPONSE TIME The Contractor will perform the above-referenced activities four (4) times a year as follows: April: July: October: January: Inspection, Air Filter Replacement, and Condenser Cleaning Inspection, Air Filter Replacement, and Belt Replacement Inspection, Air Filter Replacement, Service Humidifier, Chemical Treatment and Boiler Service Inspection and Air Filter Replacement All work will be performed during normal working hours for the buildings in question, unless both parties agree in advance on a special schedule. Please note different buildings have different working hours. For time and material requests for service, response time shall be within forty-eight (48) hours and billed at the rates noted in the Proposal Form. In the case of a designated emergency, as determined by the City, the Contractor shall respond within two (2) hours. Any time requested by the City outside of normal working hours will be paid at a rate 1 ½ times the hourly rate provided in the Proposal Form. 6
TECHNICAL SPECIFICATIONS (continued) (HVAC) Equipment - Programmed Preventive Maintenance Program TERM OF THE AGREEMENT The Agreement will be three (3) years from the initial date that the agreement is signed and accepted by both parties. No price escalation will be allowed during the original term of this contract. The Agreement may be extended for one (1) additional three year period by mutual agreement of both parties. This agreement may be terminated by either party upon 30 day written notification. IDENTIFICATION AND ATTIRE All technicians employed by the Contractor shall wear identification at the work site including name tag and clothing identifying the Contractor s company. CLEANLINESS The Contractor is responsible for the removal of all debris and trash before leaving the work area. Clean up of the work area shall be at no additional cost to the City. DOCUMENTATION All technicians employed by the Contractor shall check in with a representative at the facility upon arrival and also obtain a signature when leaving the site. In addition, all units must be tagged with last date of service, technician name and work performed. The Contractor will also be required to keep legible and detailed documentation on all work performed under this contract. At a minimum, the following information must be provided on all invoices: SUBCONTRACTING 1. Date of service 2. Name of individual making service request (if applicable) 3. Hours worked (if applicable) 4. Building serviced 5. Specific area and equipment serviced 6. Services performed 7. Hourly rate (if applicable) 8. Materials/parts used 9. Cost of materials/parts used (if applicable) 10. Name and license number of technician 11. System pressures with ambient and room temperatures noted The Contractor shall not subcontract any part of this contract without the prior written approval of the City. All technicians working on City-owned equipment must be employed by and responsible to the Contractor. MAJOR REPAIRS Major repairs will be defined as any repair exceeding five hundred dollars. Prior to commencing work, the Contractor shall submit a written estimate to the City for the cost of time and materials for major repairs. The Contractor must receive written authorization and approval from the designated representative before commencing work. If the repair is deemed an emergency by the City, this requirement may be waived by the City. The City reserves the right to obtain competitive quotes and determine who will be selected to perform the required services for major repairs. 7
TECHNICAL SPECIFICATIONS (continued) (HVAC) Equipment - Programmed Preventive Maintenance Program SHUTDOWN OF SERVICE Any shutdown of service and/or utilities must be approved and scheduled with the appropriate building representative. WARRANTY All new work and materials supplied by the Contractor shall be warranted for a minimum period of one (1) year. Planned preventative maintenance services shall be warranted for a period of ninety (90) days, and the Contractor shall remedy any defects for a minimum of ninety (90) days from the date of acceptance. PAYMENT The Contractor may invoice the City quarterly for planned preventative maintenance services performed under the conditions of this contract. If it is mutually agreed that additional work is necessary and performed, it will be invoiced monthly as time and materials according to the unit prices provided in the Proposal Form. EXISTING EQUIPMENT INVENTORY The existing equipment listed in the Inventory of Equipment (pages 9-10) has been taken from visual observation where available. No guarantee is made, or should be assumed, as to the completeness or accuracy of the equipment shown on this inventory. Parties utilizing this information shall verify the accuracy and completeness prior to completing work and notify the City of any discrepancies. 8
CITY OF BERKLEY INVENTORY OF EQUIPMENT* CITY HALL / DISTRICT COURT, 3338 Coolidge Highway Quantity Equipment Description Make Model Number Size 6 Thermostat/Transmitters Varies N/A N/A 1 Split System Heat/Cool Air Cooled McOuav/Magic A C-1000/CB-200 15 Ton 3 Exhaust Fan Penn N/A Fraction to 1 HP 2 Packaged Unit Heat/Cool Air Cooled Lennox GCS524-953 10 Ton 1 Packaged Unit Heat/Cool Air Cooled Lennox GCS16-072 5 Ton 1 Packaged Unit Heat/Cool Air Cooled Mcouay R-160EFHC 15 Ton 1 Packaged Unit Spot-Cooler N/A 2 Ton Cool Only Air Cooled/Spot Cooler 1 Time Clock/Logic Network Electrical Controls Air-Link N/A N/A PUBLIC SAFETY, 2395 Twelve Mile Road Quantity Equipment Description Make Model Number Size 1 Exhaust Fan (Pistol Range) Industrial/PR N/A 5 HP 20 Thermostat/Transmitters Varies N/A N/A 1 Refrigerated Air Dryer 20 Curtis N/A N/A 1 Boiler Gas- Water Heater Superior (R358057) 241 21-30 HP 1 Boiler Gas-Fired Hot Water Supply PVI (R370459) 66363 1 Air Handler with/without Heat/Cool Coils Trane CC8834-E9E60 7.5 HP 1 Air Handler with/without Heat/Cool Coils Trane N/A 7.5 HP 1 Pump/Condensate Return Taco AT457 10 HP 1 Chiller Reciprocating DX Packaged Air Trane RAUBC406BE 40 Ton Cooled 1 Water Heater Superior 200-RI Water Heater 151-50 1 Air Compressor Single Curtis N/A N/A 2 Humidifier Hydro/Bank N/A Humidifier Electric 1 Air Handler with/without Heat/Cool Coils Trane N/A 3 HP 2 Packaged Unit Cool Only Air Cooled/Spot Cooler Electrical Controls International Comfort Products CAE240HAA PARKS & RECREATION COMMUNITY CENTER, 2400 Robina Quantity Equipment Description Make Model Number Size 6 Thermostat/Transmitters Varies N/A N/A 1 Packaged Unit Heat/Cool Air Cooled Carrier A/C 48TJE007 5 Ton Payne Furn. 1 Incremental/Unit Ventilator Heat/Cool Air Cooled Armstrong 64HWC302-1 14,000 BTU 1 Exhaust Fan Greenheck GN-050-ABA 5 HP 1 Split System Heat/Cool Carrier 38CKB048 4 Ton Air Cooled 1 Packaged Unit Heat/Cool Air Cooled Carrier 48TJE016 15 Ton 1 Packaged Unit Heat/Cool Air Cooled York 5A36G120-6G 10 Ton 1 Air Conditioning Condensing Unit Carrier 58PAV135 4 Ton 9
PARKS & RECREATION ICE ARENA, 2300 Robina INVENTORY OF EQUIPMENT (page 2 of 2) Quantity Equipment Description Make Model Number Size 1 Make-up Air/Furnace Gas Fired Reznor RB300 250K-400K BTU 4 Tube Heaters Gordan/ Ray N/A 76K-150K BTU 1 Boiler Electric Steam Laars Teledyne PNCH0500NACK2BJN To 25 HP 1 Split System Heat/Cool Air Cooled Carrier 38A060TTJ-125 5 Ton 1 Furnace & A/C RTU Carrier/Payne N/A 76K-150K BTU PUBLIC WORKS, 3238 Bacon Street Quantity Equipment Description Make Model Number Size 12 Unit Heater Gas-Fired/Infused Dayton N/A 76K-150K BTU 1 Unit Heater Gas-Fired/Horizontal Furnace Bryant N/A 30K-75K BTU (Animal Control) 1 Boiler Gas-Fired Hot Water Heat Burnham (R372855) 17297258 To 20 HP 10 Thermostat/Transmitters Varies N/A N/A 7 Unit Heater Gas-Fired Reznor/Bryan N/A 76K-150K BTU 2 Exhaust Fan/Box Fans Dayton N/A 3 HP 5 Incremental/Unit Ventilator Heat/Cool N/A N/A 12,000 BTU Air Cooled Window Units 1 Pump/Condensate Return B&G 1460 Fraction to 1 HP 4 Hot Water Heater- Electric Rheem-Amguard 1PZ78 10 Gal BERKLEY PUBLIC LIBRARY, 3155 Coolidge Highway Quantity Equipment Description Make Model Number Size 1 Time Clock/Logic Network Metasys T9100 N/A 1 Exhaust Fan Penn N/A Fraction to 1 HP 10 Thermostat/Transmitters Johnson N/A N/A 1 Air Handler with/without Heat/Cool Coils Magic-Aire 90/120-8 mc 5 HP 1 Chiller Reciprocating Split Air Cooled Trane CGAFC40EAAA 50 Ton 1 Boiler Gas-Fired Water Heater Lochnivar (R387219) LR-11/84829 To 20 HP 1 Pump/Condensate Return B & G 1860 5 HP 10
CITY OF BERKLEY MICHIGAN HOLD HARMLESS AND INDEMNITY FORM PURPOSE: To the fullest extent permitted by law, the Contractor expressly agrees to indemnify and hold harmless the City of Berkley (City), Its elected and appointed officials, its employees and volunteers and others working on behalf of the City, from and against all loss, cost, expense, damage, liability or claims (whether groundless or not) arising out of bodily injury, sickness or disease (including death resulting at any time there from) which may be sustained or claimed by any person or persons. This includes damage or destruction of any property (including loss of use) based on any act or omission (negligent or otherwise) of the Contractor or anyone acting on its behalf in connection with or incident to this agreement. The Contractor shall, at its own cost and expense, defend any such claim and any suit, action, or proceeding which may be commenced hereunder. In the event of any suit, action or proceeding, the Contractor shall pay: Any and all judgments which may be recovered. Any and all expenses, including, but not limited to, costs, attorneys fees and settlement expenses which may be incurred. The Contractor shall not be responsible to the City on indemnity for damages caused by or resulting from the City s sole negligence. PLEASE PRINT: CONTRACTOR NAME AUTHORIZED REPRESENTATIVE SIGNATURE CONTRACTOR ADDRESS PHONE WITNESS DATE This form must be completed and returned with your proposal.
CITY OF BERKLEY MICHIGAN NONCOLLUSIVE AFFIDAVIT STATE OF MICHIGAN COUNTY OF OAKLAND), BEING DULY SWORN DEPOSES AND SAYS THAT: 1. The bid has been arrived at by the bidder independently and has been submitted without collusion with, and without any agreement, understanding, or planned common course of action with any other vendor of materials, supplies, equipment, or services described in the invitation to bid, designed to limit independent bidding or competition; and 2. The contents of the bid have not been communicated by the bidder or its employees or agents to any person not an employee or agent of the bidder or its surety on any bond furnished with the bid and will not be communicated to any such person prior to the official opening of the bid. 3. The undersigned is duly authorized to execute this affidavit on behalf of the bidder. Subscribed and sworn to before me this Authorized Signature Printed Name of Signatory day of, 201, a notary public in and for said County. Company Notary Public Address City State Zip Code My commission expires: Phone Number Please note: City of Berkley employees cannot notarize this document.
CITY OF BERKLEY MICHIGAN CONFLICT OF INTEREST DISCLOSURE FORM Date: Name: Company: Title: Address: Please describe any relationships, transactions, positions you hold (as owner, director or volunteer of a for profit or nonprofit organization) or other circumstances you believe could contribute to an actual or perceived conflict of interest between the City of Berkley and your personal interest. (Use additional paper if necessary.) I have the following conflict of interest to report. I have the following potential conflict of interest to report. I have no circumstances that I believe could contribute to an actual or perceived conflict of interest. Signature: Date:
CITY OF BERKLEY, MICHIGAN REFERENCES Heating, Ventilation, and Air Conditioning (HVAC) Equipment Preventive Maintenance Program The Contractor will provide the City with a list of commercial customers that they have performed similar type work for. All bidders shall submit the following information with their respective bids. If corporation, give state in which incorporated Give below at least three (3) references as to ability to do the work proposed. 1. Company Name: Address: City/State: Phone: ( ) Contact Person(s): 2. Company Name: Address: City/State: Phone: ( ) Contact Person(s): 3. Company Name: Address: City/State: Phone: ( ) Contact Person(s): 4. Company Name: Address: City/State: Phone: ( ) Contact Person(s): 5. Company Name: Address: City/State: Phone: ( ) Contact Person(s):
CITY OF BERKLEY, MICHIGAN Heating, Ventilation, and Air Conditioning (HVAC) Equipment Preventive Maintenance Program BASIS OF AWARD The undersigned hereby declares that they have carefully examined the requirements of the specifications contained herein, and proposes to provide scheduled Preventive Maintenance for $ per year which will be invoiced equally in quarterly installments. Authorized Signature AUTHORIZED REPRESENTATIVE: Name (please print): Title: Company: Mailing Address: Telephone: E-mail Mech. License No(s): Boiler License No(s): A. To assist the City of Berkley in the proper accounting and tracking of expenditures for work performed under the scope of work, please indicate the annual costs for each facility: City Hall / District Court, 3338 Coolidge Highway $ Public Safety, 2395 Twelve Mile Road $ Parks & Rec Community Center, 2400 Robina $ Parks & Rec Ice Arena $ Public Works, 3238 Bacon $ B. Please list any applicable charges that will apply to maintenance work not covered under the programmed preventative maintenance scope of work (otherwise known as time and materials for all sites including those that may occur at the Library and Ice Arena): ALTERNATE #1 (REQUIRED) 1. Hourly rate for service personnel $ 2. Service call fees in addition to item 1 above $ 3. Mileage fees $ 4. Additional fees (Describe: ) $ The undersigned hereby declares that they have carefully examined the requirements of the specifications contained herein, and proposes to provide Preventive Maintenance for $ per year for the Library located at 3155 Coolidge Highway which will be invoiced equally in quarterly installments.