096-NN09 - Dadeschools.net - Miami-Dade County Public Schools

096-NN09 - Dadeschools.net - Miami-Dade County Public Schools 096-NN09 - Dadeschools.net - Miami-Dade County Public Schools

procurement.dadeschools.net
from procurement.dadeschools.net More from this publisher
31.10.2014 Views

THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA SCHOOL BOARD ADMINISTRATION BUILDING 1450 Northeast Second Avenue Miami, FL 33132 BIDDER QUALIFICATION FORM BID NO. BID TITLE Direct all inquiries to Procurement Management Services. BUYER NAME: E-MAIL ADDRESS: PHONE: (305) FAX NUMBER: TDD PHONE: (305) 995-2400 Bids will be accepted until 2:00 PM on _________________________ in room 351, School Board Administration Building, 1450 NE 2nd Avenue, Miami, FL 33132, at which time they will be publicly opened. Bids may not be withdrawn for ________ days after opening. (Refer to Instructions to Bidders, para. IV.B.) The submission of the bid by the vendor, acceptance and award of the bid by The School Board of Miami-Dade County, Florida, and subsequent purchase orders issued against said award shall constitute a binding, enforceable contract. Unless otherwise stipulated in the bid documents, no other contract documents shall be issued. I. BIDDER CERTIFICATION AND IDENTIFICATION A. I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person submitting a bid for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. I agree to abide by all conditions of this bid; and I certify that I am authorized to sign this bid for the bidder. B. Vendor certifies that it satisfies all necessary legal requirements as an entity to do business with The School Board of Miami-Dade County, Florida. C. I certify agreement with the School Board of Miami-Dade County Business Code of Ethics, and agree to comply with this Code and all applicable School Board contracting and procurement policies and procedures. (School Board Policy 6460) D. I certify that I, nor my company or its principals, or any wholly owned subsidiary are currently debarred or in default of any bid, purchase order or contract with the School board or any other private or governmental entity. II. INDEMNIFICATION The Bidder shall hold harmless, indemnify and defend the indemnities (as hereinafter defined) against any claim, action, loss, damage, injury, liability, cost or expense of whatsoever kind or nature including, but not by way of limitation, attorney's fees and court costs arising out of bodily injury to persons, including death, or damage to tangible property arising out of or incidental to the performance of this contract (including goods and services provided thereto) by or on behalf of the Bidder, whether or not due to or caused in part by the negligence or other culpability of the indemnity, excluding only the sole negligence or culpability of the indemnity. The following shall be deemed to be indemnities: The School Board of Miami-Dade County, Florida, its members, officers and employees. III. PERFORMANCE SECURITY, is required on this bid. YES NO Refer to INSTRUCTIONS TO BIDDERS, para. VII./IF PERFORMANCE SECURITY IS REQUIRED, PLEASE INDICATE THE TYPE TO BE FURNISHED: Performance Bond Check (Cashier's, Certified, or equal) IV. FLORIDA CERTIFIED SERVICE-DISABLED VETERAN BUSINESS ENTERPRISE, please indicate: YES NO An original, manual signature is required on the Bidder Qualification Form. (Bidder is requested to use blue ink, do not use pencil) Legal Name of Vendor Mailing Address City Telephone No. E-mail Address By: Signature (Original) Of Authorized Representative Name (Typed or Printed) Of Authorized Representative State Fax No. Zip Code Date Date FM-3191 Rev. (07-11)

THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA<br />

SCHOOL BOARD ADMINISTRATION BUILDING<br />

1450 Northeast Second Avenue<br />

<strong>Miami</strong>, FL 33132<br />

BIDDER QUALIFICATION FORM<br />

BID NO.<br />

BID TITLE<br />

Direct all inquiries to Procurement Management<br />

Services.<br />

BUYER NAME:<br />

E-MAIL ADDRESS:<br />

PHONE: (305)<br />

FAX NUMBER:<br />

TDD PHONE: (305) 995-2400<br />

Bids will be accepted until 2:00 PM on _________________________ in room 351, School Board Administration Building, 1450 NE 2nd<br />

Avenue, <strong>Miami</strong>, FL 33132, at which time they will be publicly opened. Bids may not be withdrawn for ________ days after opening.<br />

(Refer to Instructions to Bidders, para. IV.B.)<br />

The submission of the bid by the vendor, acceptance and award of the bid by The School Board of <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong>, Florida, and<br />

subsequent purchase orders issued against said award shall constitute a binding, enforceable contract. Unless otherwise stipulated in the<br />

bid documents, no other contract documents shall be issued.<br />

I. BIDDER CERTIFICATION AND IDENTIFICATION<br />

A. I certify that this bid is made without prior understanding, agreement, or connection with any corporation, firm, or person<br />

submitting a bid for the same materials, supplies, or equipment, and is in all respects fair and without collusion or fraud. I<br />

agree to abide by all conditions of this bid; and I certify that I am authorized to sign this bid for the bidder.<br />

B. Vendor certifies that it satisfies all necessary legal requirements as an entity to do business with The School Board of<br />

<strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong>, Florida.<br />

C. I certify agreement with the School Board of <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> Business Code of Ethics, and agree to comply with this<br />

Code and all applicable School Board contracting and procurement policies and procedures. (School Board Policy 6460)<br />

D. I certify that I, nor my company or its principals, or any wholly owned subsidiary are currently debarred or in default of<br />

any bid, purchase order or contract with the School board or any other private or governmental entity.<br />

II.<br />

INDEMNIFICATION<br />

The Bidder shall hold harmless, indemnify and defend the indemnities (as hereinafter defined) against any claim, action, loss,<br />

damage, injury, liability, cost or expense of whatsoever kind or nature including, but not by way of limitation, attorney's fees and<br />

court costs arising out of bodily injury to persons, including death, or damage to tangible property arising out of or incidental to<br />

the performance of this contract (including goods and services provided thereto) by or on behalf of the Bidder, whether or not<br />

due to or caused in part by the negligence or other culpability of the indemnity, excluding only the sole negligence or culpability<br />

of the indemnity. The following shall be deemed to be indemnities: The School Board of <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong>, Florida, its<br />

members, officers and employees.<br />

III. PERFORMANCE SECURITY, is required on this bid. YES NO<br />

Refer to INSTRUCTIONS TO BIDDERS, para. VII./IF PERFORMANCE SECURITY IS REQUIRED, PLEASE INDICATE THE<br />

TYPE TO BE FURNISHED: Performance Bond<br />

Check (Cashier's, Certified, or equal)<br />

IV. FLORIDA CERTIFIED SERVICE-DISABLED VETERAN BUSINESS ENTERPRISE, please indicate: YES NO<br />

An original, manual signature is required on the Bidder Qualification Form.<br />

(Bidder is requested to use blue ink, do not use pencil)<br />

Legal Name of Vendor<br />

Mailing Address<br />

City<br />

Telephone No.<br />

E-mail Address<br />

By: Signature (Original)<br />

Of Authorized Representative<br />

Name (Typed or Printed)<br />

Of Authorized Representative<br />

State<br />

Fax No.<br />

Zip Code<br />

Date<br />

Date<br />

FM-3191 Rev. (07-11)


DISCLOSURE OF EMPLOYMENT OF FORMER SCHOOL BOARD EMPLOYEES<br />

Pursuant to School Board Policy 6460, which may be accessed at<br />

http://www2.dadeschools.<strong>net</strong>/schoolboard/rules all bidders, proposers, consultants, and contractors are required<br />

to disclose the names of any of their employees who serve as agents or principals for the bidder, proposer or<br />

contractor, and who within the last two years, have been or are employees of the School Board. Such<br />

disclosures will be in accordance with current School Board rules, but will include, at a minimum, the name of<br />

the former School Board employee, a list of the positions the employee held in the last two years of his or her<br />

employment with the School Board, and the dates the employee held those positions.<br />

NAME LIST OF POSITIONS DATES EMPLOYEE HELD POSITION<br />

FM-3191 Rev. (07-11)


FROM:<br />

AFFIX<br />

POSTAGE<br />

HERE<br />

THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA<br />

PROCUREMENT MANAGEMENT SERVICES<br />

ROOM NO. 352 BID BOX<br />

1450 N.E. 2 ND AVENUE<br />

MIAMI, FLORIDA 33132<br />

BID NO.:<br />

BID TITLE:<br />

BID OPENING DATE:


THE SCHOOL BOARD OF MIAMI-DADE COUNTY, FLORIDA<br />

Procurement Management Services<br />

NOTICE OF PROSPECTIVE BIDDERS<br />

NO BID<br />

If not submitting a bid at this time, for informational purpose only, detach this sheet from the<br />

bid documents, complete the information requested, fold as indicated, staple, affix postage<br />

and return address, and mail. NO ENVELOPE IS NECESSARY.<br />

NO BID SUBMITTED FOR REASON(S) CHECKED AND/OR INDICATED:<br />

Our company does not handle this type of product/service.<br />

We cannot meet the specifications nor provide an alternate equal product.<br />

Our company is simply not interested in bidding at this time.<br />

OTHER, (Please specify)<br />

We do not want to be retained on your mailing list for future bids for this type<br />

or product and/or service.<br />

Signature<br />

Title<br />

Company<br />

NOTE:<br />

Failure to respond, either by submitting a bid or this completed form, may result in<br />

your company being removed from the School Board’s bid list. To qualify as a<br />

respondent to the bid, vendor must submit a NO BID.


Vendor Information Sheet<br />

1A.<br />

Or<br />

1B.<br />

Federal Employer Identification Number<br />

Owner's Social Security Number<br />

Name of Firm, Individual(s), Partners or Corporation<br />

Street Address<br />

2. Telephone/Fax/Contact Person<br />

Telephone number<br />

Fax number<br />

__________________________________________<br />

Contact Person<br />

City State Zip Code<br />

E-mail address<br />

3. Ownership Disclosure<br />

If the contract or business transaction is with a corporation, partnership, sole proprietorship,or joint venture, the full legal name<br />

and business address shall be provided for the chief officer, director, or owner who holds, directly or indirectly the majority of the<br />

stock or ownership. If the contract t or business transaction ti is with a trust, t the full legal l name and d address shall h be provided d for<br />

each trustee and each beneficiary. Post Office addresses are not acceptable.<br />

Name<br />

Title<br />

Address<br />

Gender<br />

Raceethnicity<br />

Stock Ownership<br />

NOTE: The information provided by the vendor on this form should be consistent with that provided on the "Vendor's<br />

Application". All vendors must have a current vendor's application on file with M-DCPS, and have provided information and/or<br />

be familiar with M-DCPS' policy regarding the following: (a) Employment Disclosure, (b) Drug Free Workplace, (c) Family<br />

Leave Policy, (d) Code of Business Ethics, (e) Conflict of Interest, (f) Perception, (g) Gratuities, and (h) Business Meals.<br />

Failure to provide M-DCPS a current vendor application may cause the vendor not to be awarded any new business with M-<br />

DCPS. Vendor applications can be downloaded at: http://procurement.dadeschools.<strong>net</strong>


<strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong><br />

Local Business Affidavit of Eligibility<br />

This declaration is executed under penalty of perjury of the laws of the United States and State of Florida.<br />

THIS AFFIDAVIT IS SUBMITTED IN REFERENCE TO THE FOLLOWING SOLICITATION:<br />

RFQ/RFP/BID/CONTRACT/PROJECT # (as applicable): _____________________________________________________<br />

BUSINESS NAME:<br />

CONTACT PERSON:<br />

ADDRESS:<br />

(Include City State & Zip Code)<br />

FEIN (Federal Employer<br />

Identification Number):<br />

BUSINESS<br />

STRUCTURE:<br />

Length of Time at Address Provided: __________<br />

Length of Time Located within the legal<br />

boundaries of <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong>: ____________<br />

Corporation LLC Partnership Sole Proprietorship<br />

Other (Specify):____________________________________________________________________<br />

PHONE: ( ) FAX: ( )<br />

E-MAIL ADDRESS:<br />

ATTESTATION - I understand that:<br />

• In accordance with School Board Policy 6320.05; local business means the vendor has a valid business license, issued by a<br />

jurisdiction located in <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong>, with its headquarters, manufacturing facility, or locally-owned franchise located within<br />

the legal boundaries of <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong>, for at least twelve (12) months (or having a street address for at least twenty-four<br />

(24) months), prior to the bid or proposal opening date. Post office boxes are not verifiable and shall not be used for the<br />

purpose of establishing said physical address.<br />

• To be considered for local preference, a vendor must attach a copy of its business license (Local Business Tax Receipt) to<br />

this affidavit of eligibility with a bid or proposal.<br />

• The preference does not apply to goods or services exempted by statute as reflected in Policy 6320, or prohibited by Federal or<br />

State law, or other funding source restrictions.<br />

• The application of local preference to a particular purchase, contract, or category of contracts for which the Board is awarding<br />

authority may be waived upon written justification and recommendation by the Superintendent.<br />

• The preference established in this policy does not prohibit the right of the Board, or other authorized purchasing authority, from<br />

giving preference permitted by law in addition to the preference authorized in this policy.<br />

• The preference established in this policy does not prohibit the right of the Board, or other authorized purchasing authority, to<br />

compare quality or fitness for use of supplies, materials, equipment and services proposed for purchase and compare<br />

qualifications, character, responsibility and fitness of all persons, firms or corporations submitting bids or proposals.<br />

• The above information may be subject to verification.<br />

• A vendor who misrepresents the local preference status of its firm in a proposal or bid submitted to the School Board will lose the<br />

privilege to claim local preference status, and shall lose eligibility to claim local preference status for a period of one (1) year. The<br />

Superintendent may also recommend that the firm be referred for debarment in accordance with Policy 6320.04.<br />

BEFORE ME; the undersigned authority, in and for the State of Florida and <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> personally appeared<br />

__________________________________________ who, after being sworn according to law, stated that he or she was<br />

authorized to represent _______________________________________________ and to execute this affidavit on behalf of<br />

the said Business Entity and attests, under penalty of perjury, to the above.<br />

SWORN AND SUBSCRIBED BEFORE ME<br />

_______________________________________________<br />

SIGNATURE OF NOTARY PUBLIC<br />

THIS _______ DAY OF ____________________, 20_____<br />

My Commission Expires: ___________________________<br />

NOTARY SEAL<br />

________________________________________________<br />

PRINTED NAME OF AFFIANT<br />

________________________________________________<br />

SIGNATURE OF AFFIANT<br />

DATE<br />

________________________________________________<br />

TITLE<br />

________________________________________________<br />

COMPANY NAME<br />

FM-7138 Rev. (12-11)


FM-2336 Rev. (06-98)<br />

MIAMI-DADE COUNTY PUBLIC SCHOOLS<br />

BID PROPOSAL FORM (FORMAT A)<br />

TO: THE SCHOOL BOARD OF MIAMI-DADE COUNTY FLORIDA<br />

BID<br />

BUYER:<br />

PAGE<br />

<strong>096</strong>-<strong>NN09</strong><br />

SUZANNE F. LOPEZ<br />

SC 1<br />

TITLE<br />

Chiller Service Contract<br />

SPECIAL CONDITIONS<br />

1. PURPOSE: The purpose of this bid is to establish a contract to furnish all necessary labor, transportation, material and<br />

equipment to test, service, inspect, repair and maintain chillers at the listed locations, in accordance with the attached<br />

specifications. The term of the bid for shall be for two (2) years, beginning January 1, 2014 through December 31, 2016.<br />

and may, by mutual agreement between <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong> (M-DCPS) and the awardee(s), be<br />

extended for three (3) additional one year periods, and if needed, 90 days beyond the expiration date of the current<br />

contract period. Procurement Management Services, may if considering to extend, request a letter of intent to extend<br />

from the awardee, prior to the end of the current contract period. All prices shall be firm for the term of the contract. The<br />

successful vendor(s) agrees to this condition by signing its bid.<br />

2. AWARD: This service contract will be awarded per Maintenance Service Center (MSC) to qualified companies meeting<br />

the specifications contained herein, capable of inspections, preventive maintenance, repairs, emergency service,<br />

materials, parts, labor, training and documentation. Award may be made for each MSC, based on total low bid for that<br />

MSC, as determined by M-DCPS utilizing any combinations of service options deemed to be in the best interest of the<br />

District.<br />

Please see page 13 of specifications for service options A and B award descriptions.<br />

3. PRE-BID CONFERENCE: A pre-bid conference has been scheduled for Thursday, July 23, 2013 at 9:00 a.m., in the<br />

Training Room, located at 12525 N.W. 28 Avenue, <strong>Miami</strong>, Florida 33132. All participating vendors are encouraged to<br />

attend.<br />

4. BID SUBMITTALS: Vendor is requested to provide one (1) original and one (1) copy of bid proposal. File to be<br />

completed may be downloaded at http://procurement.dadeschools.<strong>net</strong> (then click on) Current Bids/RFP's Under the<br />

Cone of Silence. Bids will be accepted until the time and date indicated on the Bidders Qualification Form, in Room<br />

351, of SBAB, 1450 NE 2 nd Ave, <strong>Miami</strong>, FL 33132. Bids and or files will not be accepted by E-Mail. Bidders are<br />

required to submit, with their bid package, all information and documentation indicated. Failure to provide<br />

documentation with the bid may result in the bid not being considered for award. Requested information includes, but is<br />

not limited to:<br />

A. Bidder Qualification Form (fully executed and signed);<br />

B. Bid Proposal Form (Format B);<br />

C. Disclosure of Former School board Employees (fully executed if applicable);<br />

D. Vendor Information Sheet;<br />

E. Local Business Tax Receipt (formally Occupational License);<br />

F. State of Florida License as a Mechanical or Class “A” Air Conditioning Contractor;<br />

G. Certificate of Competency/State Certification for each technician;<br />

H. License Information/Reference Sheet;<br />

I. DERM APCF permit to purchase refrigerants;<br />

J. Certification of EPA Universal Refrigerant Transition and Recovery;<br />

K. Certification of Level II Supervisor (Eddy Current Test);


FM-2336 Rev. (06-98)<br />

MIAMI-DADE COUNTY PUBLIC SCHOOLS<br />

BID PROPOSAL FORM (FORMAT A)<br />

TO: THE SCHOOL BOARD OF MIAMI-DADE COUNTY FLORIDA<br />

BID<br />

BUYER:<br />

PAGE<br />

<strong>096</strong>-<strong>NN09</strong><br />

SUZANNE F. LOPEZ<br />

SC 2<br />

TITLE<br />

Chiller Service Contract<br />

SPECIAL CONDITIONS CONT’D<br />

L. Certification of Level III Supervisor (Evaluator);<br />

M. Oil analysis test documentation;<br />

N. Name, phone and email of Service Manager(s), Service Supervisor(s), Salesperson, and Dispatcher(s); and<br />

O. Four (4) Letters of Reference: two (2) for chiller service and two (2) for water treatment.<br />

5. INSURANCE REQUIREMENTS: Successful vendor(s) are required to have insurance coverage, as specified in the<br />

indemnity and insurance form (s), attached hereto and made a part of this bid. The successful vendor(s) must submit<br />

completed certificate of insurance form(s), prior to being recommended for award. Failure to submit this form(s), as<br />

noted, will result in the vendor(s) not being recommended for the bid award.<br />

6. ESTIMATED QUANTITIES: The estimated quantities provided in the bid proposal are for bidder's guidance only. No<br />

guarantee is expressed or implied, as to quantities that will be used during the contract period. The School Board of<br />

<strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong>, Florida is not obligated to place an order for any given amount, subsequent to the award of this bid.<br />

Estimates are based upon M-DCPS's actual needs and usage during a previous contractual period, and include an<br />

additional ten percent to cover unanticipated increases in requirements.<br />

7. SITE INSPECTION: Prospective vendors are encouraged to make site inspections of typical schools to familiarize<br />

themselves with the unique environment where the work is to take place and to establish work procedures that minimize<br />

disruption of the school day. The owner's representative is available to answer questions regarding normal work load,<br />

average job size, problems, safety considerations, or other conditions unique to this school system. Failure to consider<br />

these conditions shall not entitle the awarded vendor to additional compensation after bid award.<br />

8. UL/CSA/ETL APPROVAL: All electrical equipment shall bear the approval symbol or name of Underwriters'<br />

Laboratories, Inc., The Canadian Standards Association or ETL Testing Laboratories.<br />

9. PROTECTION OF PERSONS AND PROPERTY: The vendor shall initial, maintain and supervise safety precautions<br />

and program in performing the work, protecting employees, materials, equipment, M-DCPS property and all building<br />

occupants. Vendors will be held liable for failure to protect any and all persons and property.<br />

10. TERMINATION AND REMEDY: M-DCPS reserves the right to terminate, without cause, any work awarded under this<br />

contract, or to cancel this contract in its entirety, upon thirty (30) days written notice to the vendor. In the event that the<br />

vendor fails to perform any of the services in a satisfactory manner and in compliance with the terms and conditions of<br />

this contract, M-DCPS shall notify the vendor, in writing, of the deficiencies, and a specific time frame for correction of<br />

such deficiencies. If correction is not effected in an acceptable manner within the allocated time, M-DCPS may, after<br />

written notice of default to the vendor, accomplish the work in any manner it chooses, with the cost of such work being<br />

deducted from the contract price.<br />

11. CREDIT CARD PURCHASES: Some orders will be placed by individual schools or departments utilizing a district<br />

issued credit card as the form of payment. These orders will be made via phone or fax for direct delivery, and billing<br />

shall be made to the requesting work location.


FM-2336 Rev. (06-98)<br />

MIAMI-DADE COUNTY PUBLIC SCHOOLS<br />

BID PROPOSAL FORM (FORMAT A)<br />

TO: THE SCHOOL BOARD OF MIAMI-DADE COUNTY FLORIDA<br />

BID<br />

BUYER:<br />

PAGE<br />

<strong>096</strong>-<strong>NN09</strong><br />

SUZANNE F. LOPEZ<br />

SC 3<br />

TITLE<br />

Chiller Service Contract<br />

SPECIAL CONDITIONS CONT’D<br />

12. BID ADDENDUMS OR QUESTIONS AND ANSWERS: All bidders should monitor continuously, the M-DCPS<br />

Procurement website, for any addendums or questions and answers that may be posted, prior to the opening of this<br />

solicitation. The procurement website, which lists all bids, addendums, questions and answers and award information,<br />

is as follows: http://procurement.dadeschools.<strong>net</strong> (then click on) Current Bids/RFP's Under the Cone of Silence.<br />

13. ERASURES OR CORRECTIONS: When filling out the Bid Proposal Form, bidders are required to use a typewriter or<br />

complete bid proposal in ink.<br />

1. Use of pencil is prohibited.<br />

2. Do not erase or use correction fluid to correct an error.<br />

3. All changes must be crossed out and initialed in ink.<br />

Those bids for individual items that do not comply with items 1, 2 and 3 above will be considered non-responsive for that<br />

item(s).<br />

14. CONE OF SILENCE: A Cone of Silence is applicable to this competitive solicitation. Any inquiry, clarification or<br />

information regarding this bid must be requested in writing by FAX or E-mail to:<br />

Suzanne F. Lopez, CPPB<br />

Procurement Management Services<br />

<strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong><br />

1450 N.E. 2 ND Avenue, Room 352<br />

<strong>Miami</strong>, Florida 33132<br />

Fax # 305-523-4992<br />

E-Mail: suzannelopez@dadeschools.<strong>net</strong><br />

Ileana Martinez, School Board Clerk<br />

<strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong><br />

1450 N.E. 2 ND Avenue, Room 268B<br />

<strong>Miami</strong>, Florida 33132<br />

Fax # 305-995-1448<br />

E-Mail: martinez@dadeschools.<strong>net</strong><br />

DEADLINE FOR ANY INQUIRY, CLARIFICATION, OR INFORMATION REGARDING THIS BID SHALL<br />

BE ONE WEEK PRIOR TO THE BID OPENING DATE.


The School Board of <strong>Dade</strong> <strong>County</strong>, Florida<br />

Chiller Service Contract<br />

2013<br />

BID PROPOSAL FORM (FORMAT B)<br />

Type or print in this box the<br />

complete name of the bidder:<br />

Bid #<strong>096</strong>-<strong>NN09</strong><br />

PLEASE COMPLETE<br />

ALL SHADED AREAS<br />

NAME OF BIDDER:<br />

Title: Chiller Service Contracts<br />

Buyer: Suzanne F. Lopez, CPPB<br />

Item<br />

Manufacture Type/<br />

Description<br />

Loc #<br />

School<br />

Est.<br />

Qty<br />

Unit<br />

Unit Price<br />

Est.<br />

Qty<br />

Eddy<br />

Current<br />

Unit Price<br />

Provide air conditioning chiller service at the following locations as per the attached specifications. M-DCPS<br />

reserves the right to award this bid in any combination on a total low per MSC.<br />

MSC 1 - Items 1 through 59 to be awarded on a total low bid basis. Vendors must bid all items, per MSC, and items 202<br />

through 206 to be considered for award.<br />

1 Trane 7048 Alonso Mourning Senior High School 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

2 Trane 7011 American Senior 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

3 Trane- Screw 6023 Andover Middle 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

4 McQuay 0341<br />

Arch Creek Elementary/North <strong>Miami</strong><br />

Middle<br />

1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

5 McQuay - 0231 Aventura waterways K-8 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

6 Carrier 5021 Ben Sheppard Elementary 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

7 Trane 0091 Bob Graham Educational Center 1<br />

Annual<br />

Cost<br />

3<br />

Cost Per<br />

Test<br />

8 Trane 6611 Country Club Middle 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

9 York- 5005 David Lawerance Jr. K-8 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

10 Carrier - Screw 6151 Doral Middle 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

11 Trane 0071 Eugenia B Thomas K-8 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

12 Dunham - Bush 2081 Fulford Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

13 Dunham - Bush 2161 Golden Glades Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

14 Carrier - Centrifugal 7751 Goleman, Barbara Senior 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

15 McQuay - Centrifugal 2181 Good, Joella Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

16 Dunham - Bush - Srew 5051 Graham, Ernest R. Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

17 Carrier - Screw 2241 Gratigny Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

18 Trane - Screw 2111 Hialeah Gardens Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

19 Trane 6751 Hialeah Gardens Middle 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

20 Trane Centrifugal 7191 Hialeah Gardens Senior 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

Page 1


The School Board of <strong>Dade</strong> <strong>County</strong>, Florida<br />

Chiller Service Contract<br />

2013<br />

Type or print in this box the<br />

complete name of the bidder:<br />

Bid #<strong>096</strong>-<strong>NN09</strong><br />

PLEASE COMPLETE<br />

ALL SHADED AREAS<br />

NAME OF BIDDER:<br />

Title: Chiller Service Contracts<br />

Buyer: Suzanne F. Lopez, CPPB<br />

Item<br />

Manufacture Type/<br />

Description<br />

Loc #<br />

School<br />

Est.<br />

Qty<br />

Unit<br />

Unit Price<br />

Est.<br />

Qty<br />

Eddy<br />

Current<br />

Unit Price<br />

21 Carrier - Centrifugal 7131 Hialeah <strong>Miami</strong> Lakes Senior 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

22 York - Centrifugal 6231 Hialeah Middle 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

23 York - Screw 7111 Hialeah Senior 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

24 York - Centrifugal 7111 Hialeah Senior (East Addition) 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

25 Carrier- Screw 6241 Highland Oaks Middle 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

26 York 5141 Hurbert O. Sibley Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

27 Dunham - Bush - Srew 7141 Krop, Dr. Michael M. Senior 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

28 McQuay 6351 Lake Stevens Middle 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

29 Dunbar-Bush 6161 Lawton Chiles Middle 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

30 McQuay - Screw 2911 Lentin, Linda Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

31 Trane - Screw 2581 Madie Ives Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

32 Carrier 6421 Marti, Jose Middle 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

33 Trane Screw 7231 <strong>Miami</strong> Carol City Senior (New) 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

34 York - Screw 7231 <strong>Miami</strong> Carol City Senior (Old School) 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

35 Trane - Screw 3281 <strong>Miami</strong> Lakes Elementary K-8 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

36 York Millennium 6501 <strong>Miami</strong> Lakes Middle School 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

37 Trane 7391 <strong>Miami</strong> Lakes Senior 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

38 Carrier 8901 <strong>Miami</strong> Lakes Tech 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

39 Trane - Screw 7381 <strong>Miami</strong> Norland Senior 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

40 Carrier- Screw 7381 <strong>Miami</strong> Norland Senior (GYM) 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

41 Carrier - Screw 3661 Natural Bridge Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

42 Trane (ADDED) 6571 Norland Middle 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

43 Trane - Screw 7541 North <strong>Miami</strong> Beach Senior 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

Page 2


The School Board of <strong>Dade</strong> <strong>County</strong>, Florida<br />

Chiller Service Contract<br />

2013<br />

Type or print in this box the<br />

complete name of the bidder:<br />

Bid #<strong>096</strong>-<strong>NN09</strong><br />

PLEASE COMPLETE<br />

ALL SHADED AREAS<br />

NAME OF BIDDER:<br />

Title: Chiller Service Contracts<br />

Buyer: Suzanne F. Lopez, CPPB<br />

Item<br />

Manufacture Type/<br />

Description<br />

Loc #<br />

School<br />

Est.<br />

Qty<br />

Unit<br />

Unit Price<br />

Est.<br />

Qty<br />

Eddy<br />

Current<br />

Unit Price<br />

44 York- 3941 North <strong>Miami</strong> Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

45 Trane 7591 North <strong>Miami</strong> Senior 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

46 Carrier - Screw 4001 Norwood Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

47 York 4241 Palm Lakes Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

48 Trane- Screw 4301 Parkview Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

49 McQuay 0122 Rolando Espinosa K-8 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

50 York 7241 Ronald Regan Sr 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

51 York - Centrifugal 5101 Smith, John I. Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

52 Trane 2191 Spanish Lakes Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

53 Trane - Screw 0092 Sunny Isles beach Community k-8 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

54 Trane 6281 Thomas Jefferson Middle 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

55 Dunham - Bush 5601 Twin Lakes Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

56 Trane 2371 West Hialeah Gardens Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

57 York 7049 Westland Hialeah Sr 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

58 McQuay 6981 Westview Midd 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

59 Trane - Screw 5991 Wyche, Charles D. Elementary 1<br />

MSC 2 - Items 60 through 113 to be awarded on a total low bid basis. Vendors must bid all items, per MSC, and items 202<br />

through 206 to be considered for award.<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

60 Trane - Screw 8119 500 Role Model 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

61 Trane - Centrifugal 3191 Ada Merrit Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

62 Trane - Screw 6011 Allapattah Middle 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

63 Trane - Screw 0111 Angelou, Maya Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

64 Trane - Screw 0101 Arcola Lake Elementary 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

65 Trane 7801 Baker Aviation 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

Page 3


The School Board of <strong>Dade</strong> <strong>County</strong>, Florida<br />

Chiller Service Contract<br />

2013<br />

Type or print in this box the<br />

complete name of the bidder:<br />

Bid #<strong>096</strong>-<strong>NN09</strong><br />

PLEASE COMPLETE<br />

ALL SHADED AREAS<br />

NAME OF BIDDER:<br />

Title: Chiller Service Contracts<br />

Buyer: Suzanne F. Lopez, CPPB<br />

Item<br />

Manufacture Type/<br />

Description<br />

Loc #<br />

School<br />

Est.<br />

Qty<br />

Unit<br />

Unit Price<br />

Est.<br />

Qty<br />

Eddy<br />

Current<br />

Unit Price<br />

66 Trane - Screw 6031 Brownsville Middle 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

67 Trane 6091 Citrus Grove Middle 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

68 Trane 6091 Citrus Grove Middle (old) 1<br />

Annual<br />

Cost<br />

3<br />

Cost Per<br />

Test<br />

69 York 8121 Cope North 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

70 York 7071 Coral Gables Senior 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

71 Trane 7071 Coral Gables Senior (old) 1<br />

Annual<br />

Cost<br />

3<br />

Cost Per<br />

Test<br />

72 McQuay - Screw 1121 Coral Way Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

73 McQuay - Screw 6361 de Diego, Jose Middle 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

74 Carrier - Screw 1401<br />

Drew, Charles R. Elementary, South<br />

Chiller Room<br />

1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

75 York - Screw 6141<br />

Drew, Charles R. Middle, North Water<br />

Chiller Room<br />

1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

76 Trane - Screw 2351 Hartner, Eneida M. Elementary 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

77 York - Centrifugal 4491 Henry Reeves Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

78 York 2661 Kensington Park Elementary 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

79 Carrier 2741 Key Biscayne Elementary 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

80 Trane - Screw 2741<br />

Key Biscayne Elementary, At the End of<br />

Key Biscayne Drive<br />

1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

81 Carrier - Screw 6331 Kinloch Park Middle 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

82 Trane (ADDED) 8005 Lindsay Hopkins 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

83 York - Centrifugal 3051 L'Ouverture, Toussaint Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

84 Trane - Screw 7161<br />

Mast Academy, Across the Roadway<br />

from the Sea Aquarium<br />

1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

85 Trane-Screw 7201 <strong>Miami</strong> Beach Senior 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

86 York - Centrifugal 7251 <strong>Miami</strong> Central Senior (Main) 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

87 Trane - Screw 7251 <strong>Miami</strong> Central Senior (Science) 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

88 Trane 7251 <strong>Miami</strong> Central Sr. 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

Page 4


The School Board of <strong>Dade</strong> <strong>County</strong>, Florida<br />

Chiller Service Contract<br />

2013<br />

Type or print in this box the<br />

complete name of the bidder:<br />

Bid #<strong>096</strong>-<strong>NN09</strong><br />

PLEASE COMPLETE<br />

ALL SHADED AREAS<br />

NAME OF BIDDER:<br />

Title: Chiller Service Contracts<br />

Buyer: Suzanne F. Lopez, CPPB<br />

Item<br />

Manufacture Type/<br />

Description<br />

Loc #<br />

School<br />

Est.<br />

Qty<br />

Unit<br />

Unit Price<br />

Est.<br />

Qty<br />

Eddy<br />

Current<br />

Unit Price<br />

89 Trane - Centrifugal 6481 <strong>Miami</strong> Edison Middle 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

90 Trane 7301 <strong>Miami</strong> Edison Senior 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

91 Trane - Screw 7341 <strong>Miami</strong> Jackson Senior 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

92 McQuay - Centrifugal 7411 <strong>Miami</strong> Northwestern Senior 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

93 YORK - Screw 7461 <strong>Miami</strong> Senior (Main) 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

94 York - Centrifugal 7511 <strong>Miami</strong> Springs Senior 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

95 York - Screw 3431 Miller, Phyllis R. Elementary 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

96 York - Centrifugal 6541 Nautilus Middle 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

97 Carrier - Screw 3741 North Beach Elementary 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

98 Trane 1441 Paul L. Dunbar Elementary 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

99 Trane - Centrifugal 6741 Ponce de Leon Middle 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

100 Trane - Centrifugal 0241 Ruth K Broad / Bay harbor K-8 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

101 Trane - Screw 4841 Santa Clara Elementary 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

102 Carrier 9015 SBAB - HOB 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

103 Trane - Screw 9015 SBAB - Jefferson Annex 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

104 Trane - Centrifugal 9015 SBAB (Main) 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

105 Carrier 5001 Shenandoa Elementary 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

106 Trane 5201 South Hialeah Elem 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

107 York - Screw 5091 South Pointe Elementary 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

108 Trane 5321 Southside Elementary 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

109 Dunham - Bush - Srew 5481<br />

Treasure Island Elementary, On the 79th<br />

Street Causeway<br />

1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

110 York - Screw 7601 Turner, William H. Technical Arts 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

111 York - Screw 7791<br />

Washington, B. T. Senior, West New<br />

Addition, Water Chiller Room<br />

1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

Page 5


The School Board of <strong>Dade</strong> <strong>County</strong>, Florida<br />

Chiller Service Contract<br />

2013<br />

Type or print in this box the<br />

complete name of the bidder:<br />

Bid #<strong>096</strong>-<strong>NN09</strong><br />

PLEASE COMPLETE<br />

ALL SHADED AREAS<br />

NAME OF BIDDER:<br />

Title: Chiller Service Contracts<br />

Buyer: Suzanne F. Lopez, CPPB<br />

Item<br />

Manufacture Type/<br />

Description<br />

Loc #<br />

School<br />

Est.<br />

Qty<br />

Unit<br />

Unit Price<br />

Est.<br />

Qty<br />

Eddy<br />

Current<br />

Unit Price<br />

112 Trane - Centrifugal 7791<br />

Washington, Booker T. Senior, East<br />

Water Chiller Room<br />

1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

113 Trane 9606 WLRN 1<br />

MSC 3 - Items 114 through 178 to be awarded on a total low bid basis. Vendors must bid all items, per MSC, and items<br />

202 through 206 to be considered for award.<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

114 York - Screw 6021 Arvida Middle 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

115 York - Centrifugal 0451 Ashe, Bowman F. Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

116 Trane - Screw 0251 Beckham, Ethel Koger Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

117 Carrier - Screw 6041 Bell, Paul W. Middle 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

118 Trane - Screw 0271 Bent Tree Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

119 McQuay - Screw 0125 Bossard, Norma Butler El. 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

120 Trane - Centrifugal 7051 Braddock, G. Holmes Senior 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

121 Dunham - Bush 8131 C.O.P.E. Center South/D. Wallace 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

122 Carrier 0671 Calusa Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

123 Trane - Centrifugal 7101 Coral Reef Senior 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

124 York - Centrifugal 6121 Dario, Ruben Middle 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

125 McQuay - Centrifugal 1331 Devon Aire K-8 Center 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

126 Trane - Screw 6131 Doolin, Howard A. Middle 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

127 McQuay - Centrifugal 1361 Douglas, Marjory S. Elementary 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

128 Trane - Screw 0211 Dr. Manuel Barreiro 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

129 Trane - Screw 3101 F.C. Martin 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

130 York - Centrifugal 1811 Fascell, Dante B. Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

131 Trane - Screw 5061 Finlay, C. J. Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

132 York - Centrifugal 2021 Floyd, Gloria Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

133 Dunham - Bush 6211 Glades Middle 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

Page 6


The School Board of <strong>Dade</strong> <strong>County</strong>, Florida<br />

Chiller Service Contract<br />

2013<br />

Type or print in this box the<br />

complete name of the bidder:<br />

Bid #<strong>096</strong>-<strong>NN09</strong><br />

PLEASE COMPLETE<br />

ALL SHADED AREAS<br />

NAME OF BIDDER:<br />

Title: Chiller Service Contracts<br />

Buyer: Suzanne F. Lopez, CPPB<br />

Item<br />

Manufacture Type/<br />

Description<br />

Loc #<br />

School<br />

Est.<br />

Qty<br />

Unit<br />

Unit Price<br />

Est.<br />

Qty<br />

Eddy<br />

Current<br />

Unit Price<br />

134 Carrier - Screw 2151 Gordon, Jack D. Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

135 McQuay - Screw 2331 Hadley, Charles Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

136 Trane 2341 Hall, Joe Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

137 Trane - Centrifugal 6221 Hammocks Middle 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

138 Trane - Screw 6441 Howard McMillan Md. 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

139 York 7121 John A. Ferguson Senior 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

140 Dunham - Bush 2651 Kendale Lakes Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

141 York - Screw 6921 Lamar Louise Curry Middle 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

142 Dunham - Bush 2891 Lehman, William Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

143 Trane - Screw 6771 Mas Canosa, Jorge M. “YY1” 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

144 Dunham - Bush 3111 Matthews, Wesley Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

145 Trane 7271 <strong>Miami</strong> Coral Park Senior (New Wing) 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

146 York - Screw 7271<br />

<strong>Miami</strong> Coral Park Senior, East Water<br />

Chiller Room<br />

1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

147 Dunham - Bush - Srew 7271<br />

<strong>Miami</strong> Coral Park Senior, West Chiller<br />

room<br />

1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

148 York - Centrifugal 7361 <strong>Miami</strong> Killian Senior 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

149 Carrier - Screw 7361 <strong>Miami</strong> Killian Senior - Annex 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

150 York - Screw 7431 <strong>Miami</strong> Palmetto Sr. 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

151 York - Screw 7431 <strong>Miami</strong> Palmetto Sr. Gym 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

152 Trane - Screw 7431 <strong>Miami</strong> Palmetto Sr. Main Building 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

153 Trane - Screw 7531 <strong>Miami</strong> Sunset Senior 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

154 Trane - Centrifugal 6701 Palmetto Middle 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

155 Carrier - Screw 4441 Pine Lake Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

156 Trane - Screw 4441 Pine Lake Elementary - Panda Bldg. 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

Page 7


The School Board of <strong>Dade</strong> <strong>County</strong>, Florida<br />

Chiller Service Contract<br />

2013<br />

Type or print in this box the<br />

complete name of the bidder:<br />

Bid #<strong>096</strong>-<strong>NN09</strong><br />

PLEASE COMPLETE<br />

ALL SHADED AREAS<br />

NAME OF BIDDER:<br />

Title: Chiller Service Contracts<br />

Buyer: Suzanne F. Lopez, CPPB<br />

Item<br />

Manufacture Type/<br />

Description<br />

Loc #<br />

School<br />

Est.<br />

Qty<br />

Unit<br />

Unit Price<br />

Est.<br />

Qty<br />

Eddy<br />

Current<br />

Unit Price<br />

157 York - Screw 4421 Pinecrest EL 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

158 Trane - Screw 4511 Porter, Dr. Gilbert L. Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

159 Trane - Screw 6781<br />

Richmond Heights Middle - Chiller Room<br />

# 200<br />

1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

160 Trane - Screw 6781<br />

Richmond Heights Middle, West Chiller<br />

Room # 189 - 189A<br />

1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

161 Trane 6821 Rockway Midd 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

162<br />

2 Carrier / 1 Dunham -<br />

Bush<br />

4741 Royal Green Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

163 Carrier - Screw 4921 Seminole Elem 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

164 Carrier - Screw 5121 Snapper Creek Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

165 Trane 5241 South <strong>Miami</strong> K-8 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

166 Trane - Screw 7721 South <strong>Miami</strong> Senior 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

167 Trane - Screw 7721 South <strong>Miami</strong> Senior - Annex 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

168 Carrier 7741 Southwest <strong>Miami</strong> Senior 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

169 Trane - Screw 7741 Southwest <strong>Miami</strong> Senior - Old Building 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

170 Trane - Screw 6861 Southwood Middle 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

171 Dunham - Bush - Srew 5381 Stirrup, E. W. F. Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

172 Dunham - Bush - Srew 5431 Sweetwater Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

173 Trane 7029 Terra Environmental 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

174 Trane 6901 Thomas, W.R. Middle 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

175 Dunham - Bush - Srew 7781 Varela, Flex Senior 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

176 Carrier - Screw 6961 West <strong>Miami</strong> Middle 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

177 York - Centrifugal 5961 Winston Park Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

178 Trane - Screw 6052 Zelda Glazer Middle 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

Page 8


The School Board of <strong>Dade</strong> <strong>County</strong>, Florida<br />

Chiller Service Contract<br />

2013<br />

Type or print in this box the<br />

complete name of the bidder:<br />

Bid #<strong>096</strong>-<strong>NN09</strong><br />

PLEASE COMPLETE<br />

ALL SHADED AREAS<br />

NAME OF BIDDER:<br />

Title: Chiller Service Contracts<br />

Item<br />

Buyer: Suzanne F. Lopez, CPPB<br />

Manufacture Type/<br />

Loc #<br />

Description<br />

School<br />

Est.<br />

Qty<br />

Unit<br />

Unit Price<br />

Est.<br />

Qty<br />

Eddy<br />

Current<br />

Unit Price<br />

MSC 4 - Items 179 through 201 to be awarded on a total low bid basis. Vendors must bid all items, per MSC, and items<br />

202 through 206 to be considered for award.<br />

179 McQuay - Screw 0161 Avocado Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

180 McQuay - Centrifugal 0651 Campbell Drive Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

181 Carrier - Screw 6061 Campbell Drive Middle 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

182 Carrier - Screw 0661 Caribbean Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

183 Trane - Screw 6081 Centennial Middle 1<br />

Annual<br />

Cost<br />

3<br />

Cost Per<br />

Test<br />

184 Trane - Screw 0771 Chapman Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

185 McQuay - Screw 3621 Coconut Palm K-8 (CC-1) 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

186 Trane 4031 Gateway Environmental K-8 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

187 Trane - Screw 0311 Goulds El. (S/S A-1) 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

188 Carrier - Screw 7151 Homestead Senior 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

189 McQuay - Screw 0073 Mandarin Lakes K-8 (DD-1) 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

190 Trane - Screw 7171 MAST @ Homestead (SSS-1) 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

191 Carrier - Screw 6431 May Middle 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

192 Carrier - Screw 7731 <strong>Miami</strong> Southridge Sr 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

193 Trane - Centrifugal 7371 Morgan, Robert Senior 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

194 Trane - Centrifugal 8911 Morgan, Robert Voc. Center 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

195 York - Screw 3541 Moton, R. R. Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

196 Trane - Screw 6761 Redland Middle 1<br />

Annual<br />

Cost<br />

3<br />

Cost Per<br />

Test<br />

197 Trane - Screw 2941 Saunders, Laura C. Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

198 Carrier - Screw 5003 South <strong>Dade</strong> Middle (SS-1) 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

199 York - Centrifugal 7701 South <strong>Dade</strong> Senior 1<br />

Annual<br />

Cost<br />

1<br />

Cost Per<br />

Test<br />

200 Trane - Screw 5791 West Homestead Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

Page 9


The School Board of <strong>Dade</strong> <strong>County</strong>, Florida<br />

Chiller Service Contract<br />

2013<br />

Type or print in this box the<br />

complete name of the bidder:<br />

Bid #<strong>096</strong>-<strong>NN09</strong><br />

PLEASE COMPLETE<br />

ALL SHADED AREAS<br />

NAME OF BIDDER:<br />

Title: Chiller Service Contracts<br />

Item<br />

Buyer: Suzanne F. Lopez, CPPB<br />

Manufacture Type/<br />

Loc #<br />

Description<br />

School<br />

Est.<br />

Qty<br />

Unit<br />

Unit Price<br />

Est.<br />

Qty<br />

Eddy<br />

Current<br />

Unit Price<br />

201 Trane - Screw 5981 Whigham, Dr. Edward L. Elementary 1<br />

Annual<br />

Cost<br />

2<br />

Cost Per<br />

Test<br />

Labor rate for<br />

202<br />

additional service<br />

% Discount off OEM<br />

203<br />

parts<br />

% Discount off OEM<br />

204<br />

equipment<br />

% Markup on non-<br />

205<br />

OEM parts<br />

% Markup on non-<br />

206<br />

OEM equipment<br />

Per Hour<br />

% Discount<br />

% Discount<br />

% Mark-up<br />

% Mark-up<br />

Page 10


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

MIAMI-DADE COUNTY PUBLIC SCHOOLS<br />

FULL SERVICE<br />

AIR CONDITIONING CHILLER CONTRACT SPECIFICATIONS<br />

PART 1 - GENERAL<br />

1.0 PURPOSE:<br />

A. It is the intention of the <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong> to establish firm, fixed<br />

prices for services as specified herein from a source(s) of supply that will give prompt<br />

and professional service. This shall be a Full Service Contract, as defined herein.<br />

B. This Full Service Contract establishes a contract to:<br />

1. Furnish all labor, material and equipment to institute a continuing and<br />

comprehensive program of, inspections, preventive maintenance, emergency<br />

repair and routine repair services, including all water chiller compressor<br />

overhauls, providing necessary, systematic, periodic service, maintenance and<br />

satisfactory repair for all of the air-conditioning and water treatment equipment<br />

including but not limited to the cooling tower HVAC, structural components,<br />

chilled water pumps and associated piping listed on this contract’s unit price<br />

sheets.<br />

2. The vendor shall regularly and systematically inspect all water chiller equipment,<br />

it’s operation, at frequencies stated herein, and as conditions warrant, adjust,<br />

lubricate, clean, repair or replace parts necessary to keep the equipment in proper<br />

and safe operating condition in accordance with OEM specifications.<br />

3. All work performed under this contract shall be inclusive of any and all premium<br />

time necessary to meet the terms and conditions of this contract.<br />

1.1 DEFINITIONS<br />

A. M-DCPS: <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong> also referred to as the District, the School<br />

Board or the Board.<br />

B. Full Service Air Conditioning Chiller Contract: Goods and services covered under this<br />

contract include the furnishing of all materials, tools, equipment, labor, services, permits,<br />

and licenses necessary for FULL SERVICE coverage, including, but not limited to the<br />

inspection, preventive maintenance, emergency repair and routine repair of air<br />

conditioning chiller systems, related equipment and components. Also included but not<br />

limited to, is water treatment of the cooling tower(s), in accordance with specifications<br />

contained herein, OEM specifications and recommendations, industry standards, federal,<br />

1


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

state and local laws, rules and regulations.<br />

C. Additional Services: Services not covered under the base bid.<br />

D. M-DCPS Authorized Representative: Shall mean the M-DCPS employee(s) and/or<br />

firm(s) designated by M-DCPS Maintenance Operations to request and/or schedule any<br />

work or service, inspect and accept for payment, the work covered by this contract.<br />

Maintenance Operations will designate M-DCPS Authorized Representatives and provide<br />

an updated listing to the awarded vendor.<br />

E. Vendor: Shall be an industrial Heating, Ventilating and Air Conditioning (HVAC)<br />

service company with experience in providing full air conditioning water chiller service.<br />

F. Full-time Employees: Persons employed by the vendor and classified as full time<br />

employees under the guidelines and codes of The State of Florida Department of Labor.<br />

G. MSDS: Material Safety Data Sheets.<br />

H. OEM: Original Equipment Manufacturer.<br />

I. Contract Effective Date: As determined by the Board Award.<br />

J. Technician: A skilled worker holding a current Certificate of Competency as a<br />

Journeyman in the General Mechanical Category issued by <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> or<br />

Broward Country and holding a valid EPA approved Universal Refrigerant Transition<br />

and Recovery Certification of Completion Card.<br />

K. FBC: Florida Building Code.<br />

L. Emergency Service: An unexpected situation or occurrence that demands two (2) hour<br />

response by the vendor, that develops due to system failure, power loss, acts of nature or<br />

any life threatening situation for building occupancy, or as declared at the sole discretion<br />

of an M-DCPS Authorized Representative.<br />

1. Routine Service: Regularly schedule work not deemed to be an emergency.<br />

2. Written Notice: Shall mean delivery of a certified or registered letter to the<br />

vendor’s last known business address, or confirmed facsimile or e-mail<br />

transmission to the Owner or vendor.<br />

2


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

1.2 REFERENCES<br />

A. Florida Building Code (FBC)<br />

B. Underwriters Laboratories (UL)<br />

C. Chapter 489, Part I, Florida Statutes<br />

D. American Society for Testing and Material (ASTM)<br />

E. Occupational Safety and Health Act (OSHA)<br />

F. American Society of Heating, Refrigeration and Air-Conditioning Engineers Standards<br />

(ASHRAE).<br />

G. Department of Environmental Resource Management (DERM)<br />

H. Environmental Protection Agency (EPA)<br />

I. American Society for Nondestructive Testing (ASNT)<br />

J. M-DCPS Master Specifications Guidelines, Division 15, Mechanical.<br />

K. M-DCPS Master Specifications Guidelines, Division 16, Electrical.<br />

(Note: These Master Specifications may be accessed on the inter<strong>net</strong> at<br />

http://facil.dade.k12.fl.us/facplan/MasterSpec.htm)<br />

1.3 VENDOR QUALIFICATIONS AND REQUIREMENTS<br />

A. At the time of bidding, and throughout the term of this contract, the vendor shall hold and<br />

maintain an active valid certified license with The Department of Business and<br />

Professional Regulation of the State of Florida as a Mechanical or Class A Air<br />

Conditioning Contractor. Copies of the vendor’s Florida State license, current <strong>Miami</strong>-<br />

<strong>Dade</strong> <strong>County</strong> Occupational License and DERM APCF permit to purchase refrigerant<br />

should be submitted with the bid proposal.<br />

B. The vendor shall employ, throughout the term of this contract, at least one full time<br />

technician possessing a current Certificate of Competency for every ten (10) facilities<br />

that the vendor is awarded. The vendor should submit with the bid, copies of current<br />

Certificates of Competency from <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> or Broward <strong>County</strong> for each<br />

technician that will be servicing M-DCPS Air Conditioning equipment. The vendor shall<br />

ensure that technicians not having a valid Certificate of Competency will not be<br />

permitted to work on M-DCPS equipment.<br />

C. The vendor’s technicians shall be properly trained in refrigerant handling, recovery, and<br />

storage. Technicians shall have successfully completed the EPA Universal Refrigerant<br />

Transition and Recovery Certification Program and shall be so certified. The vendor<br />

should submit with the bid, copies of all technicians’ EPA Universal Refrigerant<br />

Transition and Recovery Certification.<br />

D. The vendor shall maintain offices, shop facilities, and personnel located in <strong>Miami</strong>-<strong>Dade</strong>,<br />

Broward, Monroe, or Palm Beach <strong>County</strong>. The vendor shall be accessible, toll free by<br />

3


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

telephone from <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> during regular business hours. The vendor should<br />

submit a list of the name(s) and phone number(s) of their service manager(s), service<br />

supervisor(s), service salesmen, and service dispatcher(s). An answering service for<br />

emergencies shall be available as stated in Section 1.7, (D) this contract.<br />

E. The vendor should submit with the bid, documentation that the person performing the oil<br />

analysis test has experience in the evaluation of oil samples. The evaluator shall have at<br />

least three (3) years of experience performing oil analysis.<br />

F. The vendor should submit with the bid, documentation stating that the person performing<br />

Eddy Current Tests is certified.<br />

G. The vendor is required, and shall have the capability, to simultaneously perform all work<br />

described herein at multiple locations throughout <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> on a timely basis.<br />

H. It is the responsibility of the vendor to comply with all codes and regulations having<br />

jurisdiction for work to be performed under this contract.<br />

I. Vendor shall assure that no use of any controlled substance including alcohol shall occur<br />

on M-DCPS premises as outlined in Board Policy 1124. A fine of $500 may be assessed<br />

for the first offense and termination of the contract for the second offense.<br />

J. All personnel employed by the vendor, including any subcontractor and subcontractor’s<br />

employees when applicable, shall display at all times an identification badge which shall<br />

include the employee’s name, the employer’s name and either a physical description or a<br />

photograph of the employee. Employees without proper identification shall not be<br />

permitted to work on M-DCPS property.<br />

K. The vendor’s employees, subcontractors and its employees, and any other personnel,<br />

including material men engaged in any activities encompassed by this term bid are<br />

strictly forbidden from participating in any manner and form of interaction with students<br />

of <strong>Miami</strong>-<strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong>. Violation of this provision may result in removal<br />

of the individual(s) involved from the school site, the project, and further, the vendor may<br />

be prohibited from employing the individual in any future work with M-DCPS performed<br />

under this term bid.<br />

1.4 NO PRE-EXISTING WARRANTY<br />

None of the equipment covered under this contract is warranted in any way. The awarded<br />

vendor is solely responsible for all covered equipment from the date of award. The<br />

vendor shall be fully responsible for all of the air conditioning equipment “as is” covered<br />

under this contract as of the contract effective date.<br />

4


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

1.5 SITE INVESTIGATIONS<br />

A. The vendor should visit the facilities on this bid and inspect all equipment, to be fully<br />

acquainted and familiarized with conditions as they exist, and the operations to be carried<br />

out. The vendor should make such investigations as appropriate, to fully understand the<br />

difficulties and restrictions involved, while attending to the execution of the work with<br />

minimal disruption to the operations of the facility. The vendor should also thoroughly<br />

examine and be familiar with all the specifications of this contract.<br />

B. It is the responsibility of the vendor to examine the equipment prior to submittal of their<br />

bid. The bid price shall include monthly inspections, monthly water treatment service and<br />

all repairs necessary to bring all covered equipment up to OEM specifications and to keep<br />

the equipment in operating condition within OEM specifications throughout the life of<br />

this contract. Failure or omission of the vendor to examine any instructions or documents,<br />

or any of the required reference in Section 1.1, or any part of the specifications, or to visit<br />

the facility and become acquainted with the nature and location of the work, the general<br />

and local conditions and all matters which may in any way affect performance shall not<br />

relieve the vendor of any obligation to perform as specified herein. The vendor<br />

understands the intent and purpose thereof and his obligations hereunder, and will not<br />

make any claim for, or have any right to damages resulting from any misunderstanding or<br />

misinterpretation of this agreement, or because of any lack of information.<br />

C. Information on the “Equipment Data Sheets” regarding any details or the omission of any<br />

details shall not negate or infringe on the prime objective of this contract, which is to<br />

have the air conditioning equipment at the specified facilities in operating condition, in<br />

accordance with OEM specifications. Only the best industrial practices are to prevail, and<br />

only materials and professional workmanship of the highest quality are to be used. It is<br />

required that the vendor update the “Equipment Data Sheets”, by March of each contract<br />

year and continue to update these sheets until the contract expires.<br />

1.6 M-DCPS RESERVES THE RIGHT TO<br />

A. Replace and/or retrofit water chillers, cooling towers and related equipment covered<br />

under the terms of this contract. Any such action by M-DCPS shall not entitle the vendor<br />

to additional remuneration for services required under this contract.<br />

B. Continue the existing contract with the current service vendor after successful installation<br />

and start-up of any new air conditioning equipment.<br />

C. Establish meetings with the vendor and any subcontractors to discuss their services. If<br />

such a meeting is called, vendor attendance is mandatory.<br />

5


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

D. Withhold payment for any services required by this contract which have not been<br />

rendered.<br />

E. Issue a purchase order for additional services.<br />

F. Withhold the final one- twelfth (1/12) of the value of the contract at the end of the<br />

contract period. Final payment to the vendor shall be contingent upon the following<br />

conditions:<br />

1. Prior to the expiration of the contract, M-DCPS may inspect all equipment<br />

serviced by the vendor under this contract and document any deficiencies.<br />

2. The vendor will be notified, in writing, of the deficiencies which have been<br />

identified and will be required to remedy the deficiencies at least ten (10) days<br />

prior to the end of this contract. Said remedy will be subject to M-DCPS<br />

inspection and approval.<br />

3. If the vendor fails to effect an acceptable remedy within the stated time, M-DCPS,<br />

at its sole discretion, may effect an appropriate remedy by whatever means it<br />

chooses, and the cost of such shall be borne by the vendor.<br />

4. The vendor’s liability shall not limited to the one-twelfth (1/12) of the value of the<br />

contract withheld, if the costs incurred by M-DCPS to remedy the vendor’s<br />

deficiencies exceed that amount.<br />

5. Only after deficiencies have been corrected will the final payment of the o<strong>net</strong>welfth<br />

(1/12) value of the contract withheld be paid to the vendor, less the costs<br />

incurred by M-DCPS to remedy any deficiencies.<br />

G. Add or Delete Facilities.<br />

1. The vendor agrees that facilities and/or water chiller equipment may be added to<br />

this contract. The fee for such additions will be based upon similar equipment<br />

already under a full service contract.<br />

2. During the term of this contract, M-DCPS may, at its sole discretion, delete any<br />

facility from the contract. Should a facility be deleted, the vendor will be given a<br />

thirty (30) day written notice of intent to delete a facility from the contract, and<br />

the fee for that facility will be deducted from future payments to the vendor.<br />

6


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

1.7 QUALITY ASSURANCE<br />

A. Emergency Response:<br />

B. Routine Service:<br />

C. System Failure:<br />

Where an emergency is deemed to exist by a M-DCPS Authorized<br />

Representative, the vendor shall be required to respond with a verbal notice to<br />

proceed. This response must result in the arrival of technicians at the affected<br />

facility within two (2) hours of notification, 24 hours a day, 7 days a week, 365<br />

days a year, all year.<br />

1. Routine service will be initiated by the vendor in accordance with OEM<br />

specifications and the terms of this contract.<br />

2. Routine service will be scheduled so as to minimize any loss of air<br />

conditioning. The vendor shall make every effort to schedule the work, in<br />

order to avoid disruption of the facility operations.<br />

Should any of the vendor’s activities though commission or omission result in<br />

HVAC system failure, or shutdown of any part of the air conditioning chiller<br />

system, the vendor is required to immediately inform the M-DCPS Authorized<br />

Representative and follow up with a written notice within 24 hours. The written<br />

notification shall state the reason the equipment is not in service, when repairs<br />

will be completed and the system back in full operation. The vendor shall make<br />

every effort to expedite the service and minimize the disruption (the cooling<br />

effectiveness) to the location being serviced and shall employ every ordinary and<br />

extraordinary effort to minimize loss of air conditioning effect including renting,<br />

connecting and bringing online temporary equipment (chiller and/or cooling<br />

towers) within 24 hours of notification by M-DCPS.<br />

If an immediate and unforeseen reduction in HVAC capacity or equipment failure<br />

unrelated to vendor maintenance issue, and with an estimated down time of more<br />

than one day, M-DCPS may request directly or through the vendor and pay for up<br />

to the first 10 calendar days of necessary temporary rental equipment including<br />

chiller(s) or cooling tower(s). Any temporary rental equipment time beyond the<br />

initial 10 calendar days shall become the responsibility of the vendor. Rental costs<br />

shall be limited to the rental companies direct charges without any vendor markup.<br />

7


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

If temporary equipment belongs to M-DCPS, the vendor shall credit or pay M-<br />

DCPS $500.00 a day for the use of temporary equipment after the initial 10<br />

calendar days.<br />

D. Vendor Accessibility and Communications:<br />

E. System Condition:<br />

1. Vendor shall be accessible by a local or toll free telephone call in <strong>Miami</strong>-<br />

<strong>Dade</strong> <strong>County</strong>, during regular business hours. Local answering service for<br />

emergencies shall be available twenty-four (24) hours a day, seven (7)<br />

days per week. An email address also needs to be provided to all M-DCPS<br />

authorized representative.<br />

2. The vendor shall make every effort to communicate with the authorized<br />

M-DCPS representative via e-mail, as often as needed, to keep M-DCPS<br />

fully updated on the status of any ongoing repairs, maintenance or service.<br />

3. The administrator may require daily status reports in excel on service<br />

calls.<br />

Any time services are provided, the vendor shall document the condition of the<br />

system and all performed services. These documents shall be provided with any<br />

submitted invoice. The vendor shall ensure that the HVAC systems are left in an<br />

operable condition.<br />

F. Stoppage of work:<br />

M-DCPS reserves the right to stop work on any project if, in the opinion of the<br />

M-DCPS Authorized Representative or the Inspector;<br />

1. Materials or work are not in conformance with the specifications,<br />

applicable codes, standards, specifications and/or accepted practices.<br />

2. The vendor’s activities results in damage to District Property<br />

3. The vendor’s activities interfere with the normal operation of the facility<br />

or its program.<br />

4. Vendor’s personnel are not properly licensed.<br />

5. Any other condition, situation, or circumstance which, in the opinion of<br />

8


G. Inspection of Work<br />

Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

the M-DCPS Authorized Representative or Inspector, would be a<br />

detriment to the best interests of the District if allowed to persist.<br />

1. M-DCPS reserves the right to inspect the vendor’s work at any time to assure<br />

compliance with all terms and conditions of the contract. All work will be<br />

inspected pursuant to applicable codes as referenced within this document.<br />

2. All deficiencies noted by a M-DCPS Authorized Representative will be submitted<br />

to the vendor for correction. Within thirty (30) calendar days after submission of<br />

deficiencies to the vendor, an inspection of the air conditioning water chiller<br />

system may be conducted to insure corrective action was taken. Should the<br />

deficiencies not be corrected, the vendor shall be liable for any cost incurred by<br />

M-DCPS to insure correction. This may include, but not necessarily be limited to,<br />

additional inspections, repairs and meetings.<br />

1.8 PERMITS<br />

This work will be generally accomplished under the auspices of the Annual Maintenance<br />

Permit issued to each facility. The vendor shall not be responsible for obtaining this<br />

Permit. However, a specific building permit will be required for any category of work<br />

administered and supervised by any M-DCPS department other than Maintenance<br />

Operations and certain projects defined by the Florida Building Code.<br />

1.9 PERFORMANCE SECURITY<br />

Vendors shall not be required to submit performance security in order to be initially<br />

awarded a service contract under this solicitation. However, in the event that the value of<br />

an individual project meets the criteria specified in Florida Statute 255.05, and reflected<br />

by M-DCPS Board Rule 6Gx13-3C-1.08, the vendor awarded the project shall provide<br />

performance security for that project in the amount and manner established in the<br />

INSTRUCTIONS TO BIDDERS.<br />

1.10 SUFFERANCE<br />

A. Failure by M-DCPS to invoke of any of its rights under this contract shall not<br />

constitute a waiver of these rights nor prevent their exercise.<br />

B. Exercise of any sanction provided for in this contract shall not preclude the<br />

District from pursuing remedies available through law, rule or any other provision<br />

of this contract.<br />

9


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

1.11 SUBCONTRACTING<br />

A. The awarded vendor shall be the primary service provider and shall perform all<br />

monthly inspections and repairs. Subcontracting for base services is not allowed.<br />

B. Any work or service to be performed by a subcontractor must have the prior<br />

approval of M-DCPS. M-DCPS reserves the right to reject any subcontractor.<br />

Rejection of any subcontractor shall not entitle the vendor to adjustment of bid<br />

prices. The vendor shall inform the M-DCPS Authorized Representative prior to<br />

scheduling any subcontractor’s visit to any M-DCPS facility<br />

C. Failure by the vendor to have a subcontractor approved by M-DCPS will not<br />

relieve the vendor of the responsibility to meet, comply with, and fulfill all of the<br />

terms and conditions of this contract.<br />

D. The vendor shall be held fully responsible and liable for the supervision and<br />

performance of all work performed by subcontractors. M-DCPS shall not be<br />

responsible for resolution of disputes between the vendor and any subcontractor.<br />

E. All subcontractors shall meet the minimum requirements stated herein.<br />

1.12 OMISSIONS FROM THE SPECIFICATIONS:<br />

The apparent silence of this specification and any addendum regarding any details or the<br />

omission from the specification of a detailed description concerning any point shall not<br />

negate or infringe on the prime objective of this contract, which is to have the air<br />

conditioning equipment at the specified facilities in operating condition, in accordance<br />

with OEM specifications. Only the best industrial practices are to prevail, and only<br />

materials and professional workmanship of the highest quality are to be used. All<br />

interpretations of these specifications shall be made upon the basis of this understanding.<br />

PART 2 - PRODUCTS<br />

2.1 PARTS:<br />

A. All replacements parts shall be subject to the approval of the M-DCPS Authorized<br />

Representative. M-DCPS may, at its sole discretion, specify the parts and<br />

materials to be used to perform any work or service rendered under this contract.<br />

If requested, damaged or worn parts shall be submitted for inspection to the M-<br />

DCPS Authorized Representative.<br />

10


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

B. All parts and materials provided under this agreement shall be new or factory<br />

rebuilt, purchased from the OEM, free from defects, guaranteed suitable for the<br />

intended use and warranted for at least one (1) year. Non-OEM parts shall not be<br />

used, unless the vendor has prior approval from the M-DCPS Authorized<br />

Representative.<br />

C. The vendor at their own expense shall obtain parts in the most expeditious manner<br />

available, which includes overnight air shipping and special fast track ordering.<br />

2.2 REFRIGERANT RECOVERY EQUIPMENT AND REFRIGERANT SUPPLY<br />

A. The vendor shall have a refrigerant recovery unit(s) and refrigerant storage tanks<br />

specifically manufactured and approved for this purpose. Tanks shall be large<br />

enough to hold the full refrigerant charge of any one chiller covered under this<br />

contract. Used refrigerant containers are not to be substituted for a refrigerant<br />

storage tank.<br />

B. At the request of the M-DCPS Authorized Representative, the vendor’s recovery<br />

equipment shall be made available for inspection, either at the vendor's office or<br />

at the M-DCPS facility where refrigerant recovery will take place.<br />

C. The vendor shall assure that an adequate supply of refrigerant be available, at the<br />

vendor’s expense, to maintain the water chillers fully charged throughout the term<br />

of the contract.<br />

2.3 MANUALS<br />

Then vendor is to supply the M-DCPS Authorized Representative the OEM Installation,<br />

Operation and Maintenance Manuals per facility by MSC by March each contact year.<br />

The vendor shall maintain a copy of the manufacturer's OEM Installation, Operation and<br />

Maintenance Manuals in every chiller machine room.<br />

PART 3<br />

EXECUTION<br />

3.0 INCLUDED SERVICES<br />

A. The vendor shall provide complete maintenance, service, repair, and/or<br />

replacement for the water chiller electrical equipment, motors, electrical wiring<br />

from up to 6" from the point of connection of the equipment involved, water<br />

flow safety controls, cooling tower fan speed controls, lead-lag controls, auto start<br />

after power failure controls, all controls supplied with water chillers, pumps,<br />

11


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

cooling tower fans, air compressors, air dryers, and internal parts for disconnect<br />

switches, starters, solid state starters, contactors, relays, variable speed drives,<br />

breakers, fuses.<br />

B. Inspections, routine and emergency repairs, overhauls, and preventive<br />

maintenance shall be performed in strict accordance with the OEM’s<br />

specifications, recommendations and schedules. Overhauls may be required to<br />

properly maintain the equipment during the term of this contract. Such overhauls<br />

shall be performed at vendor’s expense.<br />

C. The vendor, or its subcontractor, shall supply all chemicals, parts, materials,<br />

testing and labor required to maintain the water treatment system. The water<br />

treatment vendor shall fill out and sign the M-DCPS water treatment log sheet at<br />

the appropriate facility during each visit. (A log sheet will be located near the<br />

water treatment equipment at each facility).<br />

D. All labor, materials, testing and parts required for the repair and preventive<br />

maintenance of the specified equipment, including, but not limited to, all<br />

refrigerants, lubricants, chemicals, paints, belts, lamps, ‘o’ rings, bearings, and<br />

gaskets and other repair parts.<br />

E. Rewinding of motors, which shall be performed by a service center authorized by<br />

the motor’s OEM and/or the M-DCPS Authorized Representative.<br />

F. Insulation removed shall be reinstalled in a manner consistent with manufacturer's<br />

instructions for application. Any insulation material, wrap or adhesives, suspected<br />

of containing asbestos shall be reported to M-DCPS for analysis.<br />

G. Paint shall be maintained where required to prevent deterioration of the<br />

equipment.<br />

H. Eddy Current tests shall be conducted not later than one twenty (120) days after<br />

the contract effective date. The vendor shall perform Eddy Current testing using a<br />

M-DCPS approved third party vendor. After 120 days the vendor will be<br />

responsible for any tube failure not identified by the Eddy Current test. If the<br />

system fails after 30 days and before the Eddy Current Test is completed the<br />

awarded vendor may be responsible for correcting the deficiency at no additional<br />

cost to M-DCPS. Copies of the Eddy Current test shall be provided to the M-<br />

DCPS Authorized Representative. Refer to Section 3.5 for specifications and<br />

procedures for Eddy Current testing.<br />

12


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

I. The vendor shall, within thirty (30) days of conducting the Eddy Current Test,<br />

provide M-DCPS with a cost proposal for any and all repairs indicated by the test.<br />

If the current vendor is also the previous vendor, all repair costs indicated by the<br />

test and tube sheet inspection will be at the current vendor’s expense.<br />

J. M-DCPS, at its sole discretion may issue a purchase order to the vendor to replace<br />

tubes, plug tubes, epoxy coat tube sheets and replace condenser and evaporator<br />

isolation valves found to be defective during the Eddy Current Test. Refer to<br />

Section 3.6 for Tube Sheet Epoxy Coating specifications.<br />

K. The vendor shall:<br />

1. Inspect, test, maintain, service, calibrate, repair or replace, as required, all shut-off<br />

valves, check valves, float valves within the condenser and chilled water loops in<br />

the water chiller room and cooling tower area.<br />

2. Inspect, test, calibrate, repair or replace, as required, all thermometers in the<br />

condenser and chilled water loop within the water chiller room.<br />

3. Inspect, maintain, service, repair or replace, as required, all oil lines piping and<br />

hoses for cooling tower gear boxes.<br />

4. Inspect, test, maintain, service, calibrate, repair or replace, as required, all<br />

components for the pneumatic supply air system in the water chiller room and<br />

cooling tower area.<br />

5. Inspect, test, maintain, service, overhaul, repair or replace, as required, all<br />

components for the chilled and condenser water pumps.<br />

6. Inspect, test, maintain, service, overhaul, repair or replace, as required, cooling<br />

tower fan motors, coupling, shafts, fan blades, belts, pulleys, bearings, gear boxes,<br />

cooling tower water makeup float valves.<br />

7. Inspect, test, maintain, service, repair or replace, as required, the chilled water<br />

make up pressure regulator or float valve, water pressure safety relief valve, back<br />

flow check valve, bypass quick fill water valve, vent valves, strainers, gauges,<br />

sight glasses and expansion tank.<br />

L. On a monthly basis, the vendor shall inspect the structural components of the<br />

cooling tower and chiller installation for corrosion and or structural deficiencies<br />

and shall report any identified deficiencies or defects to the M-DCPS Authorized<br />

Representative.<br />

13


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

M. The vendor will be required to perform an inspection if requested of all facilities<br />

immediately after a storm or other such event and provide an evaluation of the<br />

operational condition of each unit under the contract. M-DCPS shall pay the<br />

hourly rate not to exceed $150.00 for each facility requested to be inspected and<br />

its equipment evaluated.<br />

N. Permanent taps with caps for temporary chillers are to be added when overhauls<br />

are performed on existing equipment or when a temporary chiller is required.<br />

3.1 EXCLUDED SERVICES<br />

A. Repairs or replacements which are necessitated by documented and verifiable<br />

vandalism, external forces, or other natural disasters such as flood, hurricane.<br />

Normal power fluctuations or failure are not considered to be a external forces.<br />

B. Maintenance and repair of controls which are part of the Energy Management<br />

System. Should the vendor identify any deficiencies of these controls, the vendor<br />

shall immediately notify the M-DCPS Authorized Representative, and the<br />

Department of Energy Management at 305-995-1550.<br />

C. Removal of material containing asbestos. If any material is suspected of<br />

containing asbestos, the vendor shall not disturb the suspected material, and shall<br />

immediately notify the M-DCPS Authorized Representative.<br />

3.2 SERVICE REQUESTS<br />

A. Calls for service shall be initiated by the M-DCPS authorized representative or<br />

designee. Only the M-DCPS Authorized Representative or designee shall be<br />

authorized to request services under this contract. All requests for services under<br />

this contract shall be channeled through and received only from the appropriate<br />

Maintenance Service Center.<br />

B. The vendor shall respond upon oral or written notification, delivered by any<br />

means including facsimile or other electronic medium, from the M-DCPS<br />

authorized representative or designee to any service request. This response must<br />

result in the arrival of a properly trained technician at the affected site within two<br />

(2) hours after notification in the case of an Emergency Service request, or<br />

twenty-four (24) hours in the case of a Routine Service request. The vendor shall<br />

complete all repairs within the same day as arrival on-site. If repairs are not<br />

completed within this time period, the vendor shall immediately notify the M-<br />

DCPS authorized representative, in writing, stating the reason for the delay and<br />

establish a completion date. Failure to comply shall be evidence of vendor<br />

14


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

negligence, and may result in penalties and sanctions, including, but not limited to<br />

termination of the contract.<br />

C. M-DCPS will evaluate this bid based on vendor submittal for the following<br />

service option. The vendor is required to respond, twenty-four (24) hours a day,<br />

seven (7) days a week, including holidays, at no additional cost to M-DCPS.<br />

3.3 ADDITIONAL SERVICES<br />

A. Additional services may be authorized at the discretion of the M-DCPS<br />

Authorized Representative for work not covered by the base bid. The vendor may<br />

only be asked to provide additional water chiller service for the same water chiller<br />

manufacturer, compressor type they have been awarded a full service contract.<br />

The additional services may be performed at any M-DCPS site.<br />

B. The vendor may be asked to provide a quote for additional services to any<br />

existing air handling units, unit ventilators, fan coil units, water pumps, cooling<br />

towers, piping, insulation, valves, pneumatic controls, electronic controls,<br />

miscellaneous air conditioning mechanical components and accessories at any M-<br />

DCPS site.<br />

C. Work performed shall comply with OEM standards and with the requirements of<br />

the references listed under Paragraph 1.2 of these specifications. M-DCPS<br />

reserves the right to inspect the vendor’s work at any time to assure compliance<br />

with all terms and conditions of the contract.<br />

D. Additional Services labor rates for qualified technicians shall not exceed $75.00<br />

per hour, per technician.<br />

E. Material cost for additional services shall be as follows:<br />

1. Water Chiller OEM Products:<br />

a. M-DCPS shall receive at least 40% off the most recent OEM<br />

published list price. The vendor shall supply the M-DCPS<br />

Authorized Representative with the OEM’s most recent published<br />

price list sheet for all part needed. The percentage of discount will<br />

be entered in the appropriate line item on the Bid Proposal Form.<br />

b. Vendors shall complete and submit Form A (attached) for all<br />

additional service quotes.<br />

15


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

2. Miscellaneous Items, Parts, Materials and Services (non-OEM items). M-<br />

DCPS reserves the right to obtain quotations from the awarded vendor, or<br />

other approved vendors, for miscellaneous items.<br />

3. For parts, materials, supplies and services for which there is no published<br />

OEM price list, the vendor shall markup (over the vendor’s cost) no<br />

greater than 20%. The vendor shall supply proof of purchase invoice copy<br />

for all purchased parts. The percentage of markup shall be entered in the<br />

appropriate line item on the Bid Proposal Form.<br />

b. Vendor shall complete and submit Form B (attached) for all<br />

quotations where miscellaneous items are required.<br />

4. The vendor shall not perform any additional service, or services not<br />

covered or excluded in this contract, unless authorized by a M-DCPS<br />

Authorized Representative via a purchase order.<br />

3.4 MAINTENANCE PROCEDURES<br />

A. Water Chiller Equipment<br />

1. Inspect, test, maintain, service, calibrate, overhaul, repair or replace as set<br />

forth in the OEM service and operations manuals.<br />

2. Perform annual water chiller compressor oil analysis test, change oil<br />

where analysis report indicate corrective action is required and change<br />

refrigerant and oil filter as set forth in the OEM operation service manuals.<br />

Copies of all oil analysis shall be provided to the M-DCPS Authorized<br />

Representative.<br />

3. Oil samples must be removed from water chiller compressor while under<br />

operating temperatures, with at least 300 hours of operation time on the<br />

sample. Oil sample containers must be able to be sealed to eliminate<br />

moisture contamination.<br />

4. Monthly, the vendor shall record the following information and a report<br />

with the results shall be sent to M-DCPS Authorized Representative:<br />

a. Discharge pressure<br />

b. Discharge temperature<br />

c. Suction pressure<br />

d. Suction temperature<br />

16


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

e. Oil pressure<br />

f. Oil temperature<br />

g. Chilled water return temperature<br />

h. Chilled water supply temperature<br />

i. Condenser water supply temperature<br />

j. Condenser water return temperature<br />

k. Chiller motor amps on each leg<br />

l. Chiller motor voltage on each leg<br />

m. Evaporator and condenser approach<br />

5. The vendor shall annually remove condenser heads, brush and inspect<br />

condenser tubes and tube sheets for corrosion and effects of the water<br />

treatment program. Additional openings of condensers and/or evaporators<br />

shall be performed, as required to insure proper operation and<br />

performance of the equipment within the manufacturer's specification. The<br />

M-DCPS Authorized Representative and water treatment vendor shall be<br />

notified at least twenty four (24) hours in advance, to allow M-DCPS<br />

inspection of condensers and/or evaporators during all disassembles.<br />

6. Tube Cleaning:<br />

a. Tubes shall be cleaned with a flexible shaft rotating inside a<br />

watertight nylon casing which transports water from the tube<br />

cleaning machine to the nylon rotating brush. Tubes can be<br />

brushed with a nylon or fiber brush attached to a smooth steel or<br />

aluminum rod designed for cleaning water chiller tubes. The<br />

cleaning rods shall not have rough joints or areas that can cause<br />

damage to the tubes while in use.<br />

b. The use of stainless steel brushes and cutting/buffing tools will be<br />

permitted only with prior approval of the M-DCPS Authorized<br />

Representative. Materials and equipment used must be as<br />

recommended by the OEM and approved by the M-DCPS<br />

Authorized Representative.<br />

c. The M-DCPS Authorized Representative must be notified twenty<br />

four (24) hours prior to all acid cleaning, tube plugging and/or<br />

epoxy coating.<br />

17


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

B. Cooling Towers, Water Strainers, and Water Pumps<br />

1. Inspect, test, maintain, service, calibrate, overhaul, repair or replace as<br />

needed mechanical parts of cooling tower, cooling tower fans, fan motors,<br />

VFD (variable frequency drives), all condenser and chiller water pumps,<br />

motors, couplings, starters, circuit breakers, makeup water float and valve<br />

assemblies and any other equipment or controls needed for proper cooling<br />

tower operation, including the cooling tower water temperature control.<br />

2. The cooling tower shall be drained, cleaned, and flushed annually or more<br />

often as needed to insure proper operation. Condenser water strainers are<br />

to be cleaned each time the cooling tower is cleaned and additionally as<br />

needed. Chilled water pump strainers are to be cleaned as needed.<br />

a. The vendor shall notify their water treatment vendor of the cooling<br />

tower cleaning schedule. The water treatment vendor shall<br />

promptly service the chemical system, and balance the chemical<br />

treatment levels.<br />

3. Annually, perform cooling tower gear box oil change. Synthetic oil<br />

systems shall be changed follow the recommendation of the OEM.<br />

4. Furnish complete water treatment services as frequently as required, but<br />

no less than once monthly, to prevent the build-up of mud and scale,<br />

eliminate corrosion in the condenser, evaporator, piping, and to control<br />

biological growth in the water cooling towers.<br />

C. Pneumatic Control System<br />

1. Inspect, test, maintain service, calibrate, overhaul, repair or replace as<br />

required pneumatic control system components including, but not limited<br />

to:<br />

a. Pneumatic control compressor(s).<br />

b. Compressor motor(s) and starter(s).<br />

c. Drive belt(s) and sheaves(s).<br />

d. Air Receiver(s) and automatic drain valve(s).<br />

e. Air dryer(s).<br />

f. Pressure reducing valve(s).<br />

g. Oil and water separator(s) and filter(s).<br />

h. Pressure switch(s) and alternator control(s).<br />

i. Annually perform air compressor crank case oil change.<br />

18


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

2. The vendor shall be responsible for the following:<br />

3.5 WATER TREATMENT:<br />

a. Provide factory approved air compressor oil, filters and all<br />

components in the pneumatic control system.<br />

b. Log air compressor(s) run time and off time on the monthly<br />

inspection report and ensure that the air compressor(s) are<br />

functioning correctly.<br />

c. If the air compressor(s) run time increases and off time decreases<br />

and the water chiller room is free of pneumatic system leaks, the<br />

vendor shall notify the M-DCPS Authorized Representative of the<br />

leaks outside of the water chiller room.<br />

A. Water Treatment Supplies and handling:<br />

1. The water treatment vendor shall supply all chemicals, parts, materials,<br />

testing and labor required to maintain the water treatment system during<br />

the contract period.<br />

a. The water treatment chemicals shall not be mixed, formulated,<br />

reformulated or otherwise altered in any way after the product has<br />

left the original manufacturing plant and/or while at any M-DCPS<br />

facility.<br />

b. Sufficient chemical supplies shall be maintained at the facilities to<br />

prevent treatment interruption due to the exhaustion of supplies.<br />

Chemicals shall not be drop shipped to any M-DCPS facility by a<br />

freight shipper. Removal and disposal of excess supplies shall be<br />

the responsibility of the vendor.<br />

c. Within thirty (30) days of award of this contract, and before the<br />

chemical product can be used at any M-DCPS facility, the vendor<br />

shall supply to the M-DCPS Water Treatment Department’s<br />

Authorized Representative, Material Safety Data Sheets for all<br />

formulations used, product data sheets, fully describing proper<br />

dosages, handling, and feeding, a confidential certificate of<br />

composition of analysis, instructions for analytical procedures used<br />

to obtain all desired control limits, warranty of full compliance<br />

with local, state, and federal pollution laws with the normal use of<br />

19


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

the product. Additional Material Safety Data Sheets shall be<br />

displayed in a holder near the water treatment equipment, as<br />

required by OSHA, and shall also be provided to any M-DCPS<br />

staff upon request.<br />

2. Corrosion Inhibitors: The formulation used for treatment of the cooling<br />

tower water shall be a highly concentrated liquid blend of corrosion<br />

inhibitors and sequestering agents. It shall successfully inhibit scale<br />

formations in the tower/condenser system at concentrations of 5-7 cycles<br />

in <strong>Miami</strong>-<strong>Dade</strong> water, and 3.5 - 4.0 cycles in those locations where the<br />

make-up water is the equivalent of Homestead City Water. Corrosion<br />

inhibition shall be provided for ferrous and non-ferrous metals. Maximum<br />

permissible rates shall be 0.5 mpy for copper and 3.5 mpy for mild steel.<br />

The corrosion/scale inhibitor shall be a concentrated alkaline blend of<br />

phosphonates, polyphosphates, polymeric dispersants, sequestering agents<br />

and azoles. No acid treatments are permitted. Use of molybdate other than<br />

as a tracer is not permitted. The cooling tower water shall be maintained<br />

with a Langelier Index of not less than + 0.5 and magnesium-silicate<br />

factor of not more than 35,000. Upon request, the water treatment vendor<br />

shall supply M-DCPS with the required testing reagents to verify the<br />

inhibitor levels.<br />

3. Biocides: Two or more different biocides, including at least one oxidizer<br />

and other non-oxidizer applied alternately, shall be used to effectively<br />

prevent the growth of algae, fungi, slime or other undesirable forms of<br />

bacterial life. Application shall be as needed in concentrations and<br />

frequency to maintain system cleanliness, heat transfer, and to avoid<br />

corrosion caused by microbiological fouling. The biocide program shall<br />

use dosage and frequency rates designed to keep the total bacteria count in<br />

the tower water below a maximum of 10,000 cfu/ml, as measured by the<br />

EZ Cult or Saki Strip method. The oxidizing microbiocide shall be<br />

bromine or a bromo-chlorine releaser. The non-oxidizing microbiocide<br />

shall be a broad spectrum product, effective at a pH range of 8-9. All<br />

products used shall meet all local, state and Federal regulations for<br />

discharge into sewage systems. The EPA registration numbers shall be<br />

listed on each biocide’s container’s label.<br />

4. Closed Loop Treatment: Chilled water treatment of the closed loop<br />

system shall be a concentrated liquid chemical solution of borate buffers,<br />

nitrite, and other corrosion inhibitors for ferrous and non-ferrous metals,<br />

and sequestrants in appropriate amounts to prevent rust, corrosion, scale,<br />

pitting, and sludge accumulation. Nitrite residuals maintained throughout<br />

the system shall be 300-600 ppm with a pH within the range of 8.5 -11.<br />

20


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

5. Corrosion Coupons: Provide corrosion coupons for a continuous<br />

corrosion study of both copper and mild steel in the condenser water. A<br />

minimum number of at least one (1) coupon of each metal shall be<br />

removed for analysis each calendar quarter. The corrosion rate will be<br />

determined by weight loss and reported each quarter, however such tests<br />

shall be conducted no less than forty (40) days apart and no more than<br />

(120) days apart. The corrosion rate of mild steel shall not exceed 3.5 mils<br />

(.0035 in.) per year. The corrosion rate for copper shall not exceed .5 mil<br />

(.0005 in.) per year.<br />

6. Analysis: Complete analytical services shall be provided, as needed, for<br />

analysis of unusual cooling water samples, scale, sludge, rust, other<br />

corrosive products, and microbiological studies to insure the minimizing<br />

of these problems throughout all circulating systems. The results shall be<br />

sent to the M-DCPS Authorized Representative.<br />

7. Water Treatment Equipment: Inspect, test, maintain, service, calibrate,<br />

repair or replace as required, all water treatment equipment, including the<br />

solenoid bleed valve, monitoring, and pumping equipment. All chemical<br />

controllers, pumps, timers, strainer, 4 way function valves, safety flow<br />

controls, check valves, tubing, plastic drums, and corrosion coupon racks<br />

shall be maintained in good operating condition; if not repairable, they<br />

shall be replaced only with equipment authorized in the M-DCPS Master<br />

Specifications, Section 15545. Any malfunctioning equipment shall be<br />

repaired or replaced within five (5) working days. Temporary<br />

replacements shall be corrected with permanent, approved equipment<br />

within forty-five (45) days.<br />

8. Emergency Service: The vendor shall provide emergency service calls for<br />

the water treatment equipment and related problems as needed. Prompt<br />

clean-up of any chemical leaks, or spills shall be provided by, and be the<br />

responsibility of, the vendor and shall respond to properly clean up any<br />

chemical spill or leak within twenty four (24) hours. All clean-up work<br />

shall be in accordance with MSDS recommendations and shall be in<br />

conformance with EPA and DERM regulations.<br />

a. When requested, the water treatment representative shall be<br />

required to meet with the M-DCPS Authorized Representative to<br />

discuss the water treatment program, and to train M-DCPS<br />

technicians on the safe handling and testing of their chemicals.<br />

21


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

b. Water treatment service shall be conducted after the chiller service<br />

contract vendor’s annual shut down and cleaning operations.<br />

9. Water Treatment Reports shall be filed pursuant to Part 9 of these<br />

specifications.<br />

3.6 EDDY CURRENT TESTING SPECIFICATIONS AND PROCEDURES<br />

A. SCOPE<br />

This Section defines specifications and procedures for performing Eddy Current<br />

Inspections of condensers. The Eddy Current testing must be in accordance with<br />

ASTM Standards E243, E426, and E571.<br />

B. PURPOSE<br />

To detect and evaluate all known defects as listed herein for the purpose of<br />

preventative maintenance and repair and to maximize tube bundle serviceability.<br />

C. REFERENCES<br />

1. ASTM Standard:<br />

E248, Definitions of Terms Relating to Electromag<strong>net</strong>ic Testing.<br />

2. ASNT, SNT-TC-1A<br />

D. TESTING COMPANY<br />

1. The company performing the test shall have specific knowledge of heat<br />

exchanger and tube geometry, tube discontinuities and the limitations of<br />

the applied Non-Destructive Test Method.<br />

E. TESTING EQUIPMENT<br />

1. Industry accepted Eddy Current Test instruments able to detect defects and<br />

discontinuities as listed herein.<br />

2. Probes used for the inspection of tubing ranging in size from .500 inches<br />

to 1.000 inches shall incorporate a cross-axial coil configuration and have<br />

a minimum fill factor of .80 inches.<br />

22


F. MINIMUM EQUIPMENT<br />

Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

1. Eddy Current Test Instrument.<br />

2. Cross axial test probes, with a minimum fill factor of .80 for the tube<br />

being tested.<br />

3. Probes must be capable of operating in the differential mode at the various<br />

frequencies necessary to perform the specific test. Special wound probes<br />

are permitted if the requirements of this Section are met.<br />

4. A strip chart recorder capable of recording either the X or Y channel will<br />

be operational and present.<br />

G. CALIBRATION STANDARD<br />

1. Machined calibration standards that match the tube configurations, alloy,<br />

outside diameter, and wall thickness are to be used for instrument<br />

calibration.<br />

H. REPORT REQUIREMENTS<br />

One hundred percent of tubes shall be inspected unless specified otherwise. An<br />

on-site informal verbal report shall be given upon test completion. A final written<br />

report shall be submitted within fifteen (15) days, and as a minimum, shall<br />

include the following information:<br />

1. Vessel Information Sheet which includes the date, test location,<br />

technician's name, unit model and serial number, tube specifications, test<br />

end, row and tube numbering.<br />

2. Summary of the inspection shall provide defect descriptions and their<br />

percentage of the bundle for the different types and degrees of defects to<br />

permit selective plugging or replacement.<br />

3. Tube bundle layout (tube chart) with defective tubes marked, and<br />

identified by legend.<br />

4. Strip charts of each type of damage shall be provided to show the defect<br />

location, lengthwise in the tube. Defects will be labeled on strip charts to<br />

identify type and location of damage so that sample tubes may be removed<br />

for verification. A good tube shall be strip charted to use for comparison<br />

against the defective tube strip charts.<br />

23


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

5. Recommendations for corrective action based on past experience and<br />

industry accepted criteria.<br />

I. DEGREE OF DEFECTS AND DISCONTINUITIES THE EDDY<br />

CURRENT TEST MUST LOCATE<br />

1. ID Pitting .030 diameter and larger.<br />

2. OD Pitting .030 diameter and larger.<br />

3. ID Defect or Gouge in tube.<br />

4. Longitudinal Crack.<br />

5. Longitudinal Flaw.<br />

6. Radial Crack.<br />

7. Radial Flaw.<br />

8. OD Metal Loss (corrosion) .005 or greater.<br />

9. OD Corrosion at the Supports .005 or greater.<br />

10. OD Wear at the Supports .002 or greater.<br />

11. OD Deposits.<br />

12. OD Defects, damage.<br />

13. ID Erosion/Metal Loss, ID Defects.<br />

14. Freeze Bulge (Land Area) .015 or greater.<br />

15. Freeze Bulge in the Finned Area.<br />

16. Mechanical Expansion (Land Area/Finned Area).<br />

17. Tube Plugged/Removed.<br />

18. Tube Dented.<br />

19. Tube Constricted.<br />

20. Tube Restricted.<br />

21. Malformed Land Area.<br />

22. Missed Expansion.<br />

23. Not Expanded.<br />

24. Abnormal Indications, Loss or No Loss.<br />

3.7 TUBE SHEET EPOXY COATING SPECIFICATIONS<br />

A. Epoxy coating vendor shall have at least two (2) years experience coating condenser tube<br />

sheets with epoxy. It is preferred that the sandblasting and the coating of sheet with<br />

epoxy be done by the same company.<br />

B. Vendor shall supply Material Safety Data Sheet (MSDS) before work is started. Epoxy<br />

coating shall contain no asbestos.<br />

C. Asbestos removal shall be the responsibility of M-DCPS.<br />

24


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

D. Epoxy shall be the type that is typically used in the condenser tube sheet coating<br />

business. New products without a history of success shall not be used.<br />

E. Epoxy shall be non-shrinkable.<br />

F. Epoxy shall be applied the same day as sandblasting is done.<br />

G. Before any epoxy coating is applied, Eddy Current testing shall be done and any tubes<br />

needing to be replaced or plugged shall be completed.<br />

H. The vendor shall state the number of days it will take to complete work.<br />

I. If the condenser tube sheet is known to be leaking, refrigerant shall be removed and the<br />

condenser placed in a vacuum. M-DCPS requires that all condensers be in a vacuum<br />

while epoxy coating is being applied, for safety and EPA Clean Air Act requirements.<br />

J. The vendor shall be responsible for the removal of condenser water box heads, modified<br />

divider plates and shall replace needed gaskets, reinstall condenser heads and return the<br />

water chiller to operation leaving the area affected by this work in broom-clean condition.<br />

Any equipment or area damaged by the vendor shall be restored to original conditions.<br />

K. The epoxy coating shall be applied to both tube sheets, including the area beyond the<br />

gasket. Water box heads are only to be epoxied at the request of M-DCPS. The first<br />

layer of epoxy coating shall not be applied by spraying. Spraying is allowed only after<br />

the first layer of epoxy coating has been applied.<br />

L. The epoxy coating shall be warranted against shrinkage, peeling, water leakage behind<br />

the epoxy, or rusting through the coating for a minimum period of five (5) years.<br />

PART 4<br />

WARRANTY<br />

A. All workmanship and materials supplied by the vendor, other than epoxy coating, shall be<br />

warranted for a minimum period of one (1) year, and the vendor shall remedy any defects<br />

for a minimum of one (1) year from the date of final acceptance. Epoxy coating shall be<br />

warranted against shrinkage, peeling, water leakage behind the epoxy, or rusting through<br />

the coating for a minimum period of five (5) years. All labor and, materials used, shall be<br />

documented on the vendor’s service reports. Report format shall be as approved by M-<br />

DCPS Authorized Representative.<br />

B. Upon written notice, the vendor shall remedy any defects due thereto and pay all<br />

expenses for any damage to other work resulting there from. Unless otherwise specified,<br />

warranty repairs shall be corrected immediately upon receipt of the written notice.<br />

25


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

C. If the vendor, after notice, fails to proceed promptly with the terms of the warranty, M-<br />

DCPS may have the defects corrected and the vendor will be liable for all expense<br />

incurred. Such action shall not relieve the vendor of further warranty liability.<br />

D. Neither the final payment nor any provision in the contract documents shall relieve the<br />

vendor of the responsibility for negligence, defects of manufacture, latent defects, faulty<br />

materials and/or workmanship to the extent of and within the period provided by law.<br />

E. The provisions of this Article apply to work done by subcontractors, as well as to work<br />

done by direct employees of the vendor. The vendor shall be the responsible entity for<br />

work performed by subcontractors<br />

PART 5<br />

NON-EXCLUSIVITY<br />

A. M-DCPS reserves the right to perform, or cause to be performed, the work and services<br />

herein described in any manner it sees fit, including, but not limited to, award of other<br />

contracts, or to perform the work with its own employees.<br />

PART 6<br />

TERMINATION AND REMEDY<br />

A. M-DCPS reserves the right to terminate, without cause, any work awarded under this<br />

contract, or to cancel this contract in its entirety, upon thirty (30) days written notice to<br />

the vendor.<br />

B. In the event that the vendor fails to perform any of the services in a satisfactory manner<br />

and in compliance with the terms and conditions of this contract, M-DCPS shall notify<br />

the vendor, in writing, of the deficiencies, and a specific time frame for correction of such<br />

deficiencies. If correction is not effected in an acceptable manner within the allocated<br />

time, M-DCPS may, after written notice of default to the vendor, accomplish the work in<br />

any manner it chooses. The vendor will be liable for all expense incurred. Such action<br />

shall not relieve the vendor of further warranty liability.<br />

C. In the event that the vendor exhibits negligence in pursuit of any of the services required<br />

under this contract, the M-DCPS Authorized Representative may recommend immediate<br />

termination of the vendor.<br />

PART 7<br />

FACILITY USE, WASTES, CLEAN UP AND PROTECTION<br />

A. The vendor shall conform to all applicable OSHA, state and local regulations<br />

while performing work under this contract, and shall take all necessary, ordinary<br />

and extraordinary precautions to provide a safe work environment at all times for<br />

26


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

the occupants of the school and the general public in and around the work area.<br />

The vendor shall also insure that M-DCPS property is protected from damage and<br />

defacement resulting from the vendor’s activities. Any such damage shall be<br />

corrected by the vendor at the vendor’s sole expense. Prior to payment of the<br />

final invoice, all corrections shall be inspected and accepted by the M-DCPS<br />

Authorized Representative.<br />

B. The vendor shall be responsible for disposal of all waste material, and shall do so<br />

in conformance with applicable laws codes and ordinances. Waste oil, empty<br />

refrigerants containers, empty oil containers, water treatment chemical containers<br />

not currently in use, all used parts, and other materials shall be disposed of<br />

immediately after the completion of each service visit. All disposal of hazardous<br />

material such as, but not limited to, contaminated waste oil, refrigerant and water<br />

treatment chemicals shall be handled in strict compliance with the EPA, and any<br />

Federal, State or local codes having jurisdiction. A copy of the completed final<br />

manifest for any related hazardous materials shall be sent to the M-DCPS<br />

Authorized Representative (upon request) at the completion of any disposal<br />

transaction.<br />

C. The vendor shall remove all tools, equipment, and rigging from the water chiller<br />

room and cooling tower area immediately upon completion of any service work.<br />

D. The vendor shall maintain the water chiller room and cooling tower area in a neat<br />

and clean condition. All waste materials are to be removed at the vendor's<br />

expense.<br />

E. It is the responsibility of the vendor to keep the site free from trash, debris, excess<br />

materials, tools and hazardous conditions at all times.<br />

F. Vendor, its employees and /or assigns should not use M-DCPS restrooms,<br />

cafeteria, lounge, or equipment. Dumpsters may be used only with prior written<br />

permission from the M-DCPS Authorized Representative.<br />

G. M-DCPS is not responsible for loss of tools, equipment or supplies.<br />

H. Vendor shall not block exits, hallways, corridors, driveways delivery areas, nor<br />

impede ingress or egress.<br />

I. Vendor shall not impede nor interfere with the normal function of the facility, its<br />

occupants or its programs.<br />

27


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

PART 8<br />

INVOICES AND PAYMENT<br />

A. Invoices not submitted in accordance with this Section will not be processed and will be<br />

returned to the vendor.<br />

B. The invoice shall be sent to the M-DCPS Authorized Representative.<br />

C. Starting from the initial date of contract award, all invoices for provided services shall be<br />

submitted for payment on a monthly basis during the term of this contract (annual cost<br />

divided by 12).<br />

D. No invoices shall be approved for payment unless the M-DCPS Authorized<br />

Representative has received all required reports as stipulated in these specifications and<br />

below. The reports shall include any changes made in the water treatment program and<br />

any recommendations or observations.<br />

Monthly Invoices Shall Include:<br />

January<br />

Monthly Inspection Report<br />

All Monthly Service Ticket(s)<br />

Water Treatment Report<br />

February<br />

Monthly Inspection Report<br />

All Monthly Service Ticket(s)<br />

Water Treatment Report<br />

March<br />

Monthly Inspection Report<br />

All Monthly Service Ticket(s)<br />

Water Treatment Report<br />

Updated Equipment Data Sheet<br />

Supply OEM Installation, Operation and Maintenance Manuals per facility by<br />

MSC to M-DCPS Authorized Representative.<br />

April<br />

May<br />

Monthly Inspection Report<br />

All Monthly Service Ticket(s)<br />

Water Treatment Report<br />

Monthly Inspection Report<br />

28


All Monthly Service Ticket(s)<br />

Water Treatment Report<br />

Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

June<br />

July<br />

Monthly Inspection Report<br />

All Monthly Service Ticket(s)<br />

Water Treatment Report<br />

Monthly Inspection Report<br />

All Monthly Service Ticket(s)<br />

Water Treatment Report<br />

Tube Brush and Tower Cleaning Reports (must be inspected by M-DCPS<br />

authorized representative)<br />

Oil Analysis Report<br />

August<br />

Monthly Inspection Report<br />

All Monthly Service Ticket(s)<br />

Water Treatment Report<br />

September<br />

Monthly Inspection Report<br />

All Monthly Service Ticket(s)<br />

Water Treatment Report<br />

Annuals per OEM Specifications Report (must reviewed and signed by M-DCPS<br />

authorized representative)<br />

October<br />

Monthly Inspection Report<br />

All Monthly Service Ticket(s)<br />

Water Treatment Report<br />

November<br />

Monthly Inspection Report<br />

All Monthly Service Ticket(s)<br />

Water Treatment Report<br />

December<br />

Monthly Inspection Report<br />

All Monthly Service Ticket(s)<br />

Water Treatment Report<br />

A report stating the total amount of refrigerant added to each water chiller during<br />

29


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

that year in compliance with EPA requirements.<br />

E. Service ticket(s) shall accompany the invoice. This document(s) shall indicate the<br />

technician’s name, dates, and all services provided. Service tickets shall be signed at the<br />

end of work by the M-DCPS staff.<br />

F. Invoice and Payment for Additional Services<br />

1. The vendor shall invoice additional services based on the actual labor<br />

hours expended, materials and miscellaneous items utilized.<br />

a. The invoice and document shall contain the following information:<br />

1. District’s Purchase Order number.<br />

2. Description of work.<br />

3. Work location where services were rendered.<br />

4. All part number and description of materials utilized,<br />

quantities and unit prices.<br />

5. Labor hours, quantities and unit prices.<br />

6. Copies of invoices from suppliers to the vendor for all<br />

miscellaneous items parts, materials, services and/or OEM<br />

price sheets to substantiate vendor’s cost.<br />

7. A copy of the service ticket(s) and/or time sheets shall<br />

document the labor and shall accompany the invoice. The<br />

document(s) shall indicate the technician’s name or ID<br />

number, dates and times services were provided. The<br />

service ticket(s) shall be signed at the end of the authorized<br />

service work by an authorized representative of the M-<br />

DCPS staff.<br />

G. Vendors rates shall remain fixed for a period of one year from date of award. At the first<br />

year anniversary and subsequent extensions of this contract shall incorporate a cost<br />

escalation/decrease as measured by the Construction Cost Index (CCI) published in the<br />

Engineering News Record. This escalation/decrease shall be equal to the percentage<br />

increase (or decrease) of the twelve month average of the CCI immediately prior to the<br />

month of award or renewal, as compared to the ten month average after the award or<br />

renewal, commencing the month of award or renewal.<br />

PART 9<br />

REPORTS<br />

A. Oil Analysis Test Report:<br />

1. Report result sheets must show job name, water chiller manufacturer<br />

30


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

name, chiller first six (6) model numbers, last seven (7) serial numbers,<br />

type of oil, and date of sample test. All analysis shall be conducted<br />

annually and submitted to the M-DCPS Authorized Representative.<br />

2. Test result sheets must show spectrochemical analysis in parts per million<br />

by weight content of IRON, CHROMIUM, NICKEL, ALUMINUM,<br />

LEAD, COPPER, TIN, SILVER, TITANIUM, SILICON, BORON,<br />

SODIUM, POTASSIUM, MOLYBDENUM, PHOSPHORUS, ZINC,<br />

CALCIUM, BARIUM, MAGNESIUM, ANTIMONY, and VANADIUM.<br />

3. Physical test for water in parts per million, total acid content, chloride in<br />

parts per million, viscosity at 72 degrees F.<br />

B. Water Treatment Service Report (Monthly):<br />

1. The water treatment vendor shall fill out the M-DCPS provided log sheet<br />

in the water chiller room during each monthly service (and all other<br />

visits). This log sheet is separate from the monthly service report that is<br />

sent by the water treatment vendor to the primary vendor. The monthly<br />

service report shall include the following information obtained by on-site<br />

analysis:<br />

a. Make-up Water:<br />

1. Total Hardness (ppm as CaCO 3 )<br />

2. Calcium (ppm as CaCO 3 )<br />

3. Magnesium (ppm as CaCO 3 )<br />

4. M Alkalinity (ppm as CaCO 3 )<br />

5. Conductivity (MicroSiemens)<br />

6. Chloride (ppm)<br />

7. Silica (ppm as SiO 2 ) (where scaling is a factor)<br />

8. pH<br />

b. Cooling Tower Water:<br />

1. Total Hardness (ppm as CaCO 3 )<br />

2. Calcium (ppm as CaCO 3 )<br />

3. Magnesium (ppm as CaCO 3 )<br />

4. M Alkalinity (ppm as CaCO 3 )<br />

5. Silica (ppm as SiO 2 ) (where scaling is a factor)<br />

6. Conductivity (micromho)<br />

7. Chloride (ppm)<br />

8. pH<br />

9. Inhibitor (ppm) (6-10 ppm Phosphonates required)<br />

10. Cycles of concentration<br />

31


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

11. Scaling Index (Langlier or Ryznar)<br />

12. Total bacteria count<br />

13. Total halogen (Bromine)<br />

c. Chilled Water:<br />

1. Nitrite (ppm as NaNO 2 )<br />

2. pH<br />

C. Water Chiller Service Reports<br />

1. The report shall show all of the work performed during the monthly and<br />

annual preventive maintenance inspections, service calls and/or any<br />

facility visits. It shall include a listing of all parts replaced, all required<br />

lubrications, all adjustments made, all filters changed, any refrigerant<br />

leaks repaired and refrigerant added. The water chiller service report shall<br />

be submitted to the M-DCPS Authorized Representative.<br />

2. At the end of each calendar year or as requested, the vendor shall provide<br />

the M-DCPS Authorized Representative with a report stating the total<br />

amount of refrigerant added to each water chiller in compliance with EPA<br />

and DERM requirements.<br />

D. Eddy Current Test Report<br />

Eddy Current tests shall be conducted not later than one hundred twenty days<br />

(120) days after the initial contract effective date. The written report shall be filed<br />

within thirty (30) days of completion of the test.<br />

32


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

FROM: _____________________________<br />

FORM A<br />

TO:____________________________<br />

VIA FAX: _______________________<br />

FACILITY NAME: _________________________________________________________________________<br />

SUBJECT: ADDITIONAL SERVICES - CHILLER SERVICE CONTRACT QUOTATION<br />

DATE:<br />

____________<br />

Brief description of work to be done:<br />

__________________________________________________________________________________________<br />

__________________________________________________________________________________________<br />

Parts Needed:<br />

Manufacturer Model # Part # Description List Price Quant. Price %<br />

off List<br />

Extended<br />

Amount<br />

33


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

Parts (Form A)<br />

$_________<br />

Misc. (Form B)<br />

$_________<br />

Mechanic Labor Hours x /Hr. $ Labor (Form A) $_________<br />

TOTAL QUOTE<br />

$_________<br />

VERIFIED BY M-DCPS (Blanket) PO # ________________<br />

M-DCPS Release # ________________<br />

M-DCPS W/O #<br />

________________<br />

PLEASE FAX BACK TO REQUESTER:<br />

Name<br />

______________________________<br />

Fax Number<br />

Note: Vendor may not proceed with work without first receiving a Release # or a Confirmation # from<br />

the Procurement Management Services.<br />

34


Chiller Service Contract<br />

Bid# <strong>096</strong>-<strong>NN09</strong><br />

FROM:<br />

FORM B<br />

TO: ____________________________<br />

VIAFAX:_____________________<br />

FACILITY<br />

NAME:_____________________________________________________________________________<br />

ADDITIONAL SERVICES - CHILLER SERVICE CONTRACT QUOTATION<br />

Vendor shall complete this form when miscellaneous materials are required.<br />

ITEMIZED LIST OF MISCELLANEOUS MATERIALS<br />

Manufacturer Model # Part # Description List Price Quant. Price %<br />

over cost<br />

Extended<br />

Amount<br />

TOTAL: $<br />

35


Facilities with Addresses<br />

Bid <strong>096</strong>‐<strong>NN09</strong> Chiller Service Contract<br />

MSC ID4 Loc School Name Full Address Phone Fax<br />

1 7011 American Sr. 18350 NW 67 Av, Hialeah, Fl 33015 (305)557‐3770 (305)828‐7380<br />

1 6023 Andover Md. 121 NE 207th Street, <strong>Miami</strong> Fl 33179 (305)654‐2727 (305)654‐2728<br />

1 0341 Arch Creek El. 702 NE 137 STREET, NORTH MIAMI, FL 33161<br />

(305)892‐4000 (305)892‐4001<br />

1 0231 Aventura Waterways K‐8 Ctr. 21101 NE 26 Av, <strong>Miami</strong> Fl 33180 (305)933‐5200 (305)933‐5201<br />

1 0361 Biscayne Gardens El. 560 NW 151 St, <strong>Miami</strong>, Fl 33169 (305)681‐5721 (305)685‐8036<br />

1 2441 Boone, Virginia A./Highland Oaks El. 20500 NE 24 Av, N.<strong>Miami</strong> Beach, Fl 33180 (305)931‐1770 (305)936‐5722<br />

1 0461 Brentwood El. 3101 NW 191 St, Opa‐locka, Fl 33056 (305)624‐2657 (305)625‐4981<br />

1 0481 Bright, J. H. El. 2530 W 10 Av, Hialeah, Fl 33010 (305)885‐1683 (305)888‐7059<br />

1 0561 Bryan W.J. El. 1200 NE 125 St, N. <strong>Miami</strong>, Fl 33161 (305)891‐0602 (305)895‐4708<br />

1 0641 Bunche Park El. 16001 Bunche Pk Dr, Opa Locka, Fl 33054 (305)621‐1469 (305)628‐1416<br />

1 0681 Carol City El. 4375 NW 173 Dr, Carol City, Fl 33055 (305)621‐0509 (305)620‐5638<br />

1 6051 Carol City Md. 3737 NW 188 St, Opa‐locka, Fl 33055 (305)624‐2652 (305)623‐2955<br />

1 6161 Chiles, Lawton Md. 8190 NW 197 St, <strong>Miami</strong>, Fl 33015 (305)816‐9101 (305)816‐9248<br />

1 6611 Country Club Md. 18305 NW 75 Place, <strong>Miami</strong> Fl 33015 (305)820‐8800 (305)820‐8801<br />

1 1161 Crestview El. 2201 NW 187 St, Opa Locka, Fl 33056 (305)624‐1495 (305)628‐3198<br />

1 6151 Doral Md. 5005 NW 112 Av, <strong>Miami</strong>, Fl 33178 (305)592‐2822 (305)597‐3853<br />

1 1481 Dupuis, J. G. El. 1150 W 59 Pl, Hialeah, Fl 33012 (305)821‐6361 (305)825‐2433<br />

1 1521 Earhart, Amelia El. 5987 E 7 Av, Hialeah, Fl 33013 (305)688‐9619 (305)769‐9038<br />

1<br />

Edelcup, Norman S. K‐8 /Sunny Isle Beach<br />

0092<br />

Comm. Sch 201 182 Drive, Sunny Isle, Fl 33160<br />

(305)933‐6161 (305)933‐6162<br />

1 4801 Edelman Gertrude K. / Sabal Palm El. 17101 NE 7 Av, N <strong>Miami</strong> Beach, Fl 33162 (305)651‐2411 (305)654‐7219<br />

1 0122 Espinosa, Dr. Rolando K‐8 Ctr SS "P‐1" 11250 NW 86 Street, Doral, Fl 33178 (305)889‐5757 (305)889‐5758<br />

1 6171 Filer, Henry Md. 531 W 29 St, Hialeah, Fl 33012 (305)822‐6601 (305)822‐2063<br />

1 1921 Flamingo El. 701 E 33 St, Hialeah, Fl 33013 (305)691‐5531 (305)835‐8525<br />

1 2041 Franklin, Benjamin El. 13100 NW 12 Av, North <strong>Miami</strong>, Fl 33168 (305)681‐3547 (305)769‐2845<br />

1 2081 Fulford El. 16140 NE 18 Av, N <strong>Miami</strong> Beach, Fl 33162 (305)949‐3425 (305)949‐2243<br />

1 2161 Golden Glades El. 16520 NW 28 Av, Opa Locka, Fl 33054 (305)624‐9641 (305)628‐5760<br />

1 7751 Goleman, Barbara Sr. 14100 NW 89 Av, <strong>Miami</strong>, Fl 33018 (305)362‐0676 (305)827‐0249<br />

1 2181 Good, Joella C. El. 6350 NW 188 Terr, <strong>Miami</strong>, Fl 33015 (305)625‐2008 (305)628‐0460<br />

1 4621 Graham, Bob Ed. Ctr. PLC"H" 8875 NW 143 St, <strong>Miami</strong>, Fl 33168 (305)231‐8778 (305)231‐9034<br />

1 0091 Graham, Bob K‐8 Educational Ctr. 15901 NW 79 Av, <strong>Miami</strong> Lakes, Fl 33015 (305)557‐3303 (305)826‐5434<br />

1 5051 Graham, Ernest R. El. 7330 W 32 Av, Hialeah, Fl 33016 (305)825‐2122 (305)557‐5739<br />

Page 1 of 14


Facilities with Addresses<br />

Bid <strong>096</strong>‐<strong>NN09</strong> Chiller Service Contract<br />

MSC ID4 Loc School Name Full Address Phone Fax<br />

1 2241 Gratigny El. 11905 N <strong>Miami</strong> Av, <strong>Miami</strong>, Fl 33168 (305)681‐6685 (305)687‐3321<br />

1 2281 Greynolds Park El. 1536 NE 179 St, N <strong>Miami</strong> Beach, Fl 33162 (305)949‐2129 (305)949‐0899<br />

1 3781 Hawkins, Barb./N.Carol Cty El. 19010 NW 37Av, <strong>Miami</strong>, Fl 33056 (305)624‐2615 (305)621‐9839<br />

1 2111 Hialeah Gardens El. 9702 NW. 130 St, Hialeah Gardens, Fl 33016<br />

(305)827‐8830 (305)818‐7970<br />

1 6751 Hialeah Gardens Md. 11690 NW 92 Av, Hialeah Gardens, Fl 33018<br />

(305)817‐0017 (305)817‐0018<br />

11700 Hialeah Gardens Blvd., Hialeah Gardens,<br />

1 7191 (305)698‐5000 Hialeah Gardens Sr. Fl 33016<br />

(305)698‐5001<br />

1 6231 Hialeah Md. 6027 E 7 Av, Hialeah, Fl 33013 (305)681‐3527 (305)681‐6225<br />

1 7111 Hialeah Sr. 251 E 47 St, Hialeah, Fl 33013 (305)822‐1500 (305)828‐5513<br />

1 7131 Hialeah‐<strong>Miami</strong> Lakes Sr. 7977 W 12 Av, Hialeah, Fl 33014 (305)823‐1330 (305)362‐4188<br />

1 2401 Hibiscus El. 18701 NW 1 Av, N.<strong>Miami</strong> Beach, Fl 33169 (305)652‐3018 (305)654‐5700<br />

1 6241 Highland Oaks Md. 2375 NE 203 St, N.<strong>Miami</strong> Beach, Fl 33180 (305)932‐3810 (305)932‐0676<br />

1 4121 Ingram, Dr. Robert B. El. / Opa‐Locka El. 600 Ahmad St, Opa‐locka, Fl 33054<br />

(305)688‐4605 (305)688‐3971<br />

1 2581 Ives, Madie Community El. 20770 NE 14 Av, N.<strong>Miami</strong> Beach, Fl 33179 (305)651‐3155 (305)770‐3740<br />

1 6281 Jefferson, T. Md. 525 NW 147 St, <strong>Miami</strong>, Fl 33168 (305)681‐7481 (305)688‐5912<br />

1 2621 Johnson, J.W. El. 735 W 23 St, Hialeah, Fl 33010 (305)883‐1357 (305)888‐7059<br />

1 6301 Kennedy, J. F. Md. 1075 NE 167 St, N.<strong>Miami</strong> Beach, Fl 33162 (305)947‐1451 (305)949‐9046<br />

1 7023 K‐Mart Conversion (Krop Annex)‐Lease 700 Ives Dairy Rd., N. <strong>Miami</strong> Beach, Fl 33179<br />

1 7141 Krop, Dr. Michael Sr. 1410 N.E. 215 St, <strong>Miami</strong>, Fl 33179 (305)652‐6808 (305)651‐8043<br />

1 2801 Lake Stevens El. 5101 NW 183 St, <strong>Miami</strong>, Fl 33155 (305)625‐6536 (305)624‐0437<br />

1 6351 Lake Stevens Md. 18484 NW 48 Pl, Carol City, Fl 33055 (305)620‐1294 (305)620‐1345<br />

1 5005 Lawrence, David Jr. K‐8 Ctr. 15000 Bay Vista Blvd, <strong>Miami</strong>, Fl 33175 (305)354‐2600 (305)354‐2601<br />

1 2911 Lentin, Linda K‐8 Ctr. 14312 N.E. 2nd Ct, <strong>Miami</strong>, Fl 33161 (305)891‐4011 (305)895‐0545<br />

1 9241 Maintenance Service Central and 1 (old 2) 12525 NW 28 Av, Opa‐Locka, Fl 33167<br />

(305)995‐4000 (305)995‐7949<br />

1 8101 Mann, Jan Opportunity N. 16101 NW 44 Ct, Opa‐locka, Fl 33169 (305)625‐0855 (305)625‐1605<br />

1 6421 Marti, Jose Md. 5701 W 24 Av, Hialeah, Fl 33016 (305)557‐5931 (305)556‐6917<br />

1 3141 Meadowlane El. 4280 W 8 Av, Hialeah, Fl 33012 (305)822‐0660 (305)362‐9904<br />

Page 2 of 14


Facilities with Addresses<br />

Bid <strong>096</strong>‐<strong>NN09</strong> Chiller Service Contract<br />

MSC ID4 Loc School Name Full Address Phone Fax<br />

1 5901 Meek, Carrie P. K‐8 Ctr. / Westview El. 2101 NW 127 St, N.<strong>Miami</strong>, Fl 33167<br />

(305)688‐9641 (305)769‐0166<br />

3301 MIAMI GARDENS DRIVE, MIAMI<br />

1 7231 <strong>Miami</strong> Carol City Sr. New GARDENS, FL 33056<br />

(305)621‐5681 (305)620‐8862<br />

1 7254 <strong>Miami</strong> D. MacArthur North Sr./Charter 13835 NW 97 Av, Hialeah, Fl 33016 (305)826‐1989 (305)558‐8347<br />

1 3241 <strong>Miami</strong> Gardens El. 4444 NW 195 St, Opa‐locka, Fl 33055 (305)625‐5321 (305)628‐5764<br />

1 8901 <strong>Miami</strong> Lakes Ed. Ctr 5780 NW 158 St, <strong>Miami</strong> Lakes, Fl 33014 (305)557‐1100 (305)827‐9317<br />

1 3281 <strong>Miami</strong> Lakes K‐8 Ctr. 14250 NW 67 Av, Hialeah, Fl 33014 (305)822‐7757 (305)557‐6595<br />

1 6501 <strong>Miami</strong> Lakes Md. 6425 Mia. Lakeway N, <strong>Miami</strong> Lakes, Fl 33014<br />

(305)557‐3900 (305)828‐6753<br />

1 7391 <strong>Miami</strong> Lakes Technological Sr. 5780 NW 158 St, <strong>Miami</strong> Lakes, Fl 33014 (305)557‐1100 (305)827‐9317<br />

1 7381 <strong>Miami</strong> Norland Sr. 1050 NW 195 St, <strong>Miami</strong>, Fl 33169 (305)653‐1416 (305)651‐6175<br />

1 3421 Milam, M. A. K‐8 Ctr. 6020 W 16 Av, Hialeah, Fl 33012 (305)822‐0301 (305)556‐1388<br />

1 7048 Mourning, Alonzo & Tracy Sr. 2601 NE 151 St, N. <strong>Miami</strong>, Fl 33167 (305)919‐2000 (305)919‐2001<br />

1 3581 Myrtle Grove K‐8 CENTER 3125 NW 176 St, Opa‐Locka, Fl 33055 (305)624‐8431 (305)624‐3015<br />

1 3661 Natural Bridge El. 1650 NE 141 St, N.<strong>Miami</strong>, Fl 33181 (305)891‐8649 (305)899‐9695<br />

1 3701 Norland El. 19340 NW 8 Ct, <strong>Miami</strong>, Fl 33169 (305)652‐6074 (305)651‐4553<br />

1 6571 Norland Md. 1235 NW 192 Terr, <strong>Miami</strong>, Fl 33169 (305)653‐1210 (305)654‐1237<br />

1 3821 North <strong>County</strong> K‐8 Ctr. 3250 NW 207 St, Opa‐locka, Fl 33056 (305)624‐9648 (305)620‐2372<br />

1 5131 North <strong>Dade</strong> Ctr. Modern Lang. El. 1840 NW 157 St, Opa‐locka, Fl 33054 (305)625‐3885 (305)625‐6069<br />

1 6591 North <strong>Dade</strong> Md. 1840 NW 157 St, Opa‐locka, Fl 33054 (305)624‐8415 (305)628‐2954<br />

1 3861 North Glade El. 5000 NW 177 St, Opa‐locka, Fl 33055 (305)624‐3608 (305)621‐3606<br />

1 3901 North Hialeah El. 4251 E 5 Av, Hialeah, Fl 33013 (305)681‐4611 (305)688‐6652<br />

1 7541 North <strong>Miami</strong> Beach Sr. 1247 NE 167 St, N <strong>Miami</strong> Beach, Fl 33162 (305)949‐8381 (305)949‐0491<br />

1 3941 North <strong>Miami</strong> El. 655 NE 145 St, N.<strong>Miami</strong>, Fl 33161 (305)949‐6156 (305)949‐3153<br />

700 NE 137TH STREET, NORTH MIAMI, FL<br />

1 6631 North <strong>Miami</strong> Md. 33161<br />

(305)891‐5611 (305)891‐4057<br />

1<br />

North <strong>Miami</strong> Sr. New Fac SF includes Old<br />

7591<br />

Fac SF 13110 NE 8 Av, N <strong>Miami</strong>, Fl 33161<br />

(305)891‐6590 (305)895‐1788<br />

1 9575 North Region Office 733 E 57 St, Hialeah, Fl 33013 (305)687‐6565 (305)685‐2498<br />

1 3981 North Twin Lakes El. 625 W 74 Pl, Hialeah, Fl 33014 (305)822‐0721 (305)558‐1697<br />

1 4001 Norwood El. 19810 NW 14 Ct, <strong>Miami</strong>, Fl 33169 (305)653‐0068 (305)654‐5702<br />

1 4021 Oak Grove El. 15640 NE 8 Av, N.<strong>Miami</strong> Beach, Fl 33162 (305)945‐1511 (305)949‐4090<br />

Page 3 of 14


Facilities with Addresses<br />

Bid <strong>096</strong>‐<strong>NN09</strong> Chiller Service Contract<br />

MSC ID4 Loc School Name Full Address Phone Fax<br />

1 4061 Ojus El. 18600 W Dixie Hwy, N.<strong>Miami</strong> Beach, Fl 33160<br />

(305)931‐4881 (305)933‐8592<br />

1 4241 Palm Lakes El. 7450 W 16 Av, Hialeah, Fl 33014 (305)823‐6970 (305)828‐6136<br />

1 4261 Palm Springs El. 6304 E 1 Av, Hialeah, Fl 33013 (305)822‐0911 (305)828‐5802<br />

1 6681 Palm Springs Md. 1025 W 56 St, Hialeah, Fl 33012 (305)821‐2460 (305)828‐3987<br />

1 4281 Palm Springs N. El. 17615 NW 82 Av, Hialeah, Fl 33015 (305)821‐4631 (305)825‐0422<br />

1 4301 Parkview El. 17631 NW 20 Av, Opa‐locka, Fl 33056 (305)625‐1591 (305)621‐5027<br />

1 4341 Parkway El. 1320 NW 188 St, <strong>Miami</strong>, Fl 33169 (305)653‐0066 (305)654‐5701<br />

1 6721 Parkway Md. 2349 NW 175 St, Opa‐locka, Fl 33055 (305)624‐9613 (305)623‐9756<br />

1 8211 Powell,Nathaniel Traz. Stadium 11380 NW 27 Av, <strong>Miami</strong>, Fl 33167 (305)688‐5490<br />

1 4541 Rainbow Park El. 15355 NW 19 Av, Opa‐locka, Fl 33054 (305)688‐4631 (305)685‐0693<br />

1 7241 Reagan, Ronald Sr. / Doral Sr. 8600 NW 107 Av, <strong>Miami</strong>, Fl 33178 (305)805‐1900 (305)805‐1901<br />

1 4491 Reeves, Henry E. S. El. 2005 NW 111 St, <strong>Miami</strong>, Fl 33167 (305)953‐7243 (305)953‐7251<br />

1 8151 Renick, Robert Ed. Ctr 2201 NW 207 St, Opa‐locka, Fl 33056 (305)624‐1171 (305)625‐5830<br />

1 4881 Scott Lake El. 1160 NW 175 St, <strong>Miami</strong>, Fl 33169 (305)624‐1443 (305)625‐2567<br />

1 5021 Sheppard, B. El. 5700 W 24 Av, Hialeah, Fl 33016 (305)556‐2204 (305)822‐0558<br />

1 5141 Sibley, Hubert O. El. 255 NW 115 St., <strong>Miami</strong>, Fl 33168 (305)953‐3737 (305)953‐5447<br />

1 5081 Skyway El. 4555 NW 206 Terr, Opa‐locka, Fl 33055 (305)621‐5838 (305)621‐0919<br />

1 5101 Smith, John. I. K‐8 Ctr. 10415 NW 52 St, <strong>Miami</strong>, Fl 33178 (305)406‐0220 (305)406‐0225<br />

1 0074 Spanish Lake ECC # 1 19200 NW 79 Av, <strong>Miami</strong>, Fl 33015 (305)816‐0300<br />

1 2191 Spanish Lake El. 7940 NW 194 St, <strong>Miami</strong>, Fl 33015 (305)816‐0300 (305)816‐0301<br />

1 0071 Thomas, Eugenia B. K‐8 Ctr. 5950 NW 114 Ave., <strong>Miami</strong>, Fl 33178 (305)592‐7914 (305)463‐7241<br />

1 9239 Transportation John H. Schee 2755 NW 122 Street, <strong>Miami</strong>, Fl 33147 (305)681‐7989 (305)688‐7598<br />

1 9232 Transportation North 16150 NW 42 Av, <strong>Miami</strong>, Fl 33054 (305)625‐0970<br />

1 5601 Twin Lakes El. 6735 W 5 Pl, Hialeah, Fl 33012 (305)822‐0770 (305)824‐0915<br />

1 5711 Walters, Mae El. 650 W 33 St, Hialeah, Fl 33012 (305)822‐4600 (305)827‐4465<br />

1 2371 West Hialeah Gardens El. 11990 NW 92 Av, Hialeah, Fl 33016 (305)818‐4000 (305)818‐4001<br />

1 7049 Westland Hialeah Sr. 4000 W. 18 Av, Hialeah, Fl 33012 (305)818‐3000 (305)818‐3002<br />

1 6981 Westview Md. 1901 NW 127 St, <strong>Miami</strong>, Fl 33167 (305)681‐6647 (305)685‐3192<br />

1<br />

WLRN‐FM Radio Transmission Station<br />

9600<br />

Pembroke/<strong>Dade</strong><br />

3200 SW 52 Av, Pembroke Park, Fl<br />

(305)995‐2259<br />

1 5991 Wyche, Charles. D. El. 5241 NW 195 Dr, <strong>Miami</strong>, Fl 33055 (305)628‐5776 (305)628‐5775<br />

1 5971 Young, Nathan B. El. 14120 NW 24 Av, Opa‐locka, Fl 33054 (305)685‐7204 (305)688‐6465<br />

Page 4 of 14


Facilities with Addresses<br />

Bid <strong>096</strong>‐<strong>NN09</strong> Chiller Service Contract<br />

MSC ID4 Loc School Name Full Address Phone Fax<br />

2<br />

Academy for Comm.Ed. See Merrick Ctr.<br />

0396<br />

9732 8950 NW 2ND AVENUE, MIAMI, FL 33150<br />

(305)460‐2946 (305)460‐2944<br />

2 6011 Allapattah Md. 1331 NW 46 St, <strong>Miami</strong>, Fl 33142 (305)634‐9787 (305)638‐8254<br />

2 0111 Angelou, Maya El. 1850 NW 32 St, <strong>Miami</strong>, Fl 33142 (305)636‐3480 (305)636‐3486<br />

2 0101 Arcola Lake El. 1037 NW 81 St, <strong>Miami</strong>, Fl 33150 (305)836‐2820 (305)694‐2340<br />

2 0121 Auburndale El. 3255 SW 6 St, <strong>Miami</strong>, Fl 33135 (305)445‐3587 (305)446‐4709<br />

2 7801 Baker, George T. Aviation 3275 NW 42 Av, <strong>Miami</strong>, Fl 33142 (305)871‐3143 (305)871‐5840<br />

2 0281 Bethune Ctr. 2900 NW 43 Terr, <strong>Miami</strong>, Fl 33142 (305)995‐7028<br />

4000 Crandon Blvd Pk Lot #1, Key Biscayne, Fl<br />

2 9485 Biscayne Nature Ctr. 33149<br />

(305)361‐8097 (305)365‐9034<br />

2 0401 Blanton, Van E. El. 10327 NW 11 Av, <strong>Miami</strong>, Fl 33150 (305)696‐9241 (305)693‐5375<br />

2 0241 Broad, R.K K‐8 Ctr./Bay Harbor El. 1155 93 St, Bay Harbor Isla, Fl 33154 (305)865‐7912 (305)864‐1396<br />

2 0521 Broadmoor El. 3401 NW 83 St, <strong>Miami</strong>, Fl 33147 (305)691‐0861 (305)696‐7908<br />

2 6031 Brownsville Md. 4899 NW 24 Av, <strong>Miami</strong>, Fl 33142 (305)633‐1481 (305)635‐8702<br />

2 0721 Carver, G. W. El. 238 Grand Av, Coral Gables, Fl 33133 (305)443‐5286 (305)567‐3531<br />

2 6071 Carver, G. W. Md. 4901 Lincoln Dr, Coconut Grove, Fl 33133 (305)444‐7388 (305)529‐5148<br />

2 9572 Central Region Office 1080 LaBaron Dr, <strong>Miami</strong> Springs, Fl 33166 (305)883‐0403 (305)882‐1640<br />

2 0801 Citrus Grove El. 2121 NW 5 St, <strong>Miami</strong>, Fl 33125 (305)642‐4141 (305)649‐3789<br />

2 6091 Citrus Grove Md. 2153 NW 3 St, <strong>Miami</strong>, Fl 33125 (305)642‐5055 (305)642‐9349<br />

2 0841 Coconut Grove El. 3351 Matilda St, Coconut Grove, Fl 33133 (305)445‐7876 (305)443‐6748<br />

2 0881 Comstock El. 2420 NW 18 Av, <strong>Miami</strong>, Fl 33142 (305)635‐7341 (305)636‐1740<br />

2 8121 COPE Center North 9950 NW 19 Av, <strong>Miami</strong>, Fl 33147 (305)836‐3300 (305)835‐8818<br />

2 <strong>096</strong>1 Coral Gables K‐8 Prep Academy 105 Minorca Av, Coral Gables, Fl 33134 (305)448‐1731 (305)442‐2075<br />

2 7071 Coral Gables Sr. 450 Bird Rd, Coral Gables, Fl 33146 (305)443‐4871 (305)441‐8094<br />

2 1121 Coral Way K‐8 Ctr. 1950 SW 13 Av, <strong>Miami</strong>, Fl 33145 (305)854‐0515 (305)285‐9632<br />

2<br />

Corporate Academy North @ Floral<br />

8161<br />

Heights 5120 NW 24 Av, <strong>Miami</strong>, Fl 33142<br />

(305)635‐8456 (305)635‐7183<br />

2 2531 Crowder, T. El. / ESE Facility 757 NW 66 St, <strong>Miami</strong>, Fl 33150 (305)836‐0012 (305)836‐6910<br />

2 6361 de Diego, Jose Md. 3100 NW 5 Av, <strong>Miami</strong>, Fl 33127 (305)573‐7229 (305)573‐6415<br />

2 7081 Design & Architect Sr. 4001 NE 2 Av, <strong>Miami</strong>, Fl 33137 (305)573‐7135 (305)573‐8253<br />

2 8139 Dorsey, D. A. Educ. Ctr. 7100 NW 17 Av, <strong>Miami</strong>, Fl 33147 (305)693‐2490 (305)691‐7492<br />

2 1361 Douglass, F. El. 314 NW 12 St, <strong>Miami</strong>, Fl 33136 (305)371‐4687 (305)350‐7590<br />

2 1401 Drew, Charles R. El. 1775 NW 60 St, <strong>Miami</strong>, Fl 33142 (305)691‐8021 (305)691‐3960<br />

Page 5 of 14


Facilities with Addresses<br />

Bid <strong>096</strong>‐<strong>NN09</strong> Chiller Service Contract<br />

MSC ID4 Loc School Name Full Address Phone Fax<br />

2 6141 Drew, Charles R. Md. 1801 NW 68 St, <strong>Miami</strong>, Fl 33142 (305)633‐6057 (305)638‐1307<br />

2 1441 Dunbar, Paul Laurence El. 505 NW 20 St, <strong>Miami</strong>, Fl 33136 (305)573‐2344 (305)573‐8482<br />

2 1561 Earlington Hts. El. 4750 NW 22 Av, <strong>Miami</strong>, Fl 33142 (305)635‐7505 (305)634‐4973<br />

2 1601 Edison Park El. 500 NW 67 St, <strong>Miami</strong>, Fl 33150 (305)758‐3658 (305)758‐5732<br />

2 7841 English Ctr. 3501 SW 28 St, <strong>Miami</strong>, Fl 33133 (305)445‐7731 (305)441‐2150<br />

2 1681 Evans, Lillie C. El. 1895 NW 75 St, <strong>Miami</strong>, Fl 33147 (305)691‐4973 (305)691‐4867<br />

2 1801 Fairlawn El. 444 SW 60 Av, <strong>Miami</strong>, Fl 33144 (305)261‐8880 (305)267‐9174<br />

2 0761 Fienberg/Fisher K‐8 Ctr. 1420 Washington Av, <strong>Miami</strong> Beach, Fl 33139<br />

(305)531‐0419 (305)534‐3925<br />

2 1881 Flagler, H. El. 5222 NW 1 St, <strong>Miami</strong>, Fl 33126 (305)443‐2529 (305)448‐8508<br />

2 9025 Food and Nutrition 7042 West Flagler St, <strong>Miami</strong>, Fl 33175 (305)995‐3243 (305)995‐3104<br />

2 2351 Hartner, E. M. El. 401 NW 29 St, <strong>Miami</strong>, Fl 33125 (305)573‐8181 (305)571‐2511<br />

2 2501 Holmes El. 1175 NW 67 St, <strong>Miami</strong>, Fl 33150 (305)836‐3421 (305)696‐4517<br />

2 9799 Homeless Assistance Center #1 1550 N <strong>Miami</strong> Av, <strong>Miami</strong>, Fl 33168<br />

2 8005 Hopkins, Lindsey. Tech. Ed. Ctr. 750 NW 20 St, <strong>Miami</strong>, Fl 33127 (305)324‐6070 (305)545‐6397<br />

2<br />

International Studies Prep. Acad./1550 1570 MADRUGA AVENUE, CORAL GABLES, FL<br />

7571<br />

Madruga<br />

33146<br />

(305)663‐7200 (305)661‐0196<br />

2 8141 Juvenile Justice Ctr./Troy Academy 3300 NW 27 Av, <strong>Miami</strong>, Fl 33142 (305)638‐5054 (305)637‐4525<br />

2 2661 Kensington Park El. 711 NW 30 Av, <strong>Miami</strong>, Fl 33125 (305)649‐2811 (305)642‐9346<br />

2 2741 Key Biscayne K‐8 150 W McIntire St, Key Biscayne, Fl 33149 (305)361‐5418 (305)361‐8120<br />

2<br />

King, M. L. El./Part of Liberty City El. See<br />

2761<br />

2981 7124 NW 12 Av, <strong>Miami</strong>, Fl 33150<br />

(305)836‐0928 (305)691‐0638<br />

2 2781 Kinloch Park El. 4275 NW 1 St, <strong>Miami</strong>, Fl 33126 (305)445‐1351 (305)567‐3530<br />

2 6331 Kinloch Park Md. 4340 NW 3 St, <strong>Miami</strong>, Fl 33126 (305)445‐5467 (305)445‐3110<br />

2 3051 L 'Ouverture, Toussaint. El. 120 NE 59 St, <strong>Miami</strong>, Fl 33137 (305)758‐2600 (305)751‐6764<br />

2<br />

Law Enforcement Officers Memorial High<br />

7033<br />

School 300 NW 2 Av, <strong>Miami</strong>, Fl 33128<br />

(305)371‐0400 (305)371‐0401<br />

2 2981 Liberty City El. 1855 NW 71 St, <strong>Miami</strong>, Fl 33147 (305)691‐8532 (305)696‐7842<br />

2 3041 Lorah Park El. 5160 NW 31 Av, <strong>Miami</strong>, Fl 33142 (305)633‐1424 (305)636‐3075<br />

2 5861 Mack, Dr. Henry El. / West Little River El. 2450 NW 84 St, <strong>Miami</strong>, Fl 33147<br />

(305)691‐6491 (305)693‐1960<br />

2 6391 Madison Md. 3400 NW 87 St, <strong>Miami</strong>, Fl 33147 (305)836‐2610 (305)696‐5249<br />

2 9281 Maintenance Service Ctr. 2 (old 4) 2925 NW 41 St, <strong>Miami</strong>, Fl 33142 (305)995‐4300 (305)633‐8307<br />

Page 6 of 14


Facilities with Addresses<br />

Bid <strong>096</strong>‐<strong>NN09</strong> Chiller Service Contract<br />

MSC ID4 Loc School Name Full Address Phone Fax<br />

2 9271 Maintenance Service Ctr.(old 3) 2780 NW 87 St, <strong>Miami</strong>, Fl 33147 (305)835‐1000 (305)835‐1032<br />

2 6411 Mann, Horace Md. 8950 NW 2 Av, <strong>Miami</strong>, Fl 33150 (305)757‐9537 (305)754‐0724<br />

2 7161 MAST Academy Sr. 3979 Rickenb. Cswy, Key Biscayne, Fl 33149<br />

(305)365‐6278 (305)361‐0996<br />

2 9134 Materials Control 7040 W Flagler St, <strong>Miami</strong>, Fl 33144 (305)995‐3290<br />

2 3021 McCrary, Jesse J. / Little River El. 514 NW 77 St, <strong>Miami</strong>, Fl 33150 (305)754‐7531 (305)756‐8768<br />

2<br />

MDSPD Gen. Invest. Unit (GIU)‐(Six<br />

9938<br />

Pack/Police) 2900 NW 43 Terr, <strong>Miami</strong>, Fl 33142<br />

(305)995‐7028<br />

2 9913 MDSPD HQ 6100 NW 2 Av, <strong>Miami</strong>, Fl 33127 (305)995‐7028<br />

2 3181 Melrose El. 3050 NW 35 St, <strong>Miami</strong>, Fl 33142 (305)635‐8676 (305)635‐4006<br />

2 9732 Merrick Ed. Ctr. 11001 SW 76 STREET, MIAMI, FL 33173 (305)514‐5100 (305)447‐3761<br />

2 3191 Merritt, Ada K‐8 Ctr. 660 SW 3 St, <strong>Miami</strong>, Fl 33130 (305)326‐0791 (305)326‐0749<br />

2<br />

<strong>Miami</strong> Beach Adult and Community Ed<br />

7202<br />

Ctr.Fisher Fien 1424 Drexel Avenue, <strong>Miami</strong> Beach, Fl 33139<br />

(305)531‐0451 (305)531‐2352<br />

2 7201 <strong>Miami</strong> Beach Sr. 2231 Prairie Av, <strong>Miami</strong> Beach, Fl 33139 (305)532‐4515 (305)531‐9209<br />

2 7251 <strong>Miami</strong> Central Sr. 1781 NW 95 St, <strong>Miami</strong>, Fl 33147 (305)696‐4161 (305)836‐2872<br />

2 6481 <strong>Miami</strong> Edison Md. 6101 NW 2 Av, <strong>Miami</strong>, Fl 33127 (305)754‐4683 (305)757‐2219<br />

2 7301 <strong>Miami</strong> Edison Sr. 6161 NW 5 Ct, <strong>Miami</strong>, Fl 33127 (305)751‐7337 (305)759‐4561<br />

2 7341 <strong>Miami</strong> Jackson Sr. 1751 NW 36 St, <strong>Miami</strong>, Fl 33142 (305)634‐2621 (305)634‐7477<br />

2 7411 <strong>Miami</strong> Northwestern Sr. 1100 NW 71 St, <strong>Miami</strong>, Fl 33150 (305)836‐0991 (305)691‐4955<br />

2 3301 <strong>Miami</strong> Park El. 2225 NW 103 St, <strong>Miami</strong>, Fl 33147 (305)691‐6361 (305)694‐8328<br />

2 3341 <strong>Miami</strong> Shores El. 10351 NE 5 Av, <strong>Miami</strong> Shores, Fl 33138 (305)758‐5525 (305)756‐3805<br />

2 3381 <strong>Miami</strong> Springs El. 51 Park St, <strong>Miami</strong> Springs, Fl 33166 (305)888‐4558 (305)882‐0521<br />

150 S Royal Poinciana Blvd, <strong>Miami</strong> Springs, Fl<br />

2 6521 <strong>Miami</strong> Springs Md. 33166<br />

(305)888‐6457 (305)887‐5281<br />

2 7511 <strong>Miami</strong> Springs Sr. 751 Dove Av, <strong>Miami</strong> Springs, Fl 33166 (305)885‐3585 (305)884‐2632<br />

2 7461 <strong>Miami</strong> Sr. 2450 SW 1 St, <strong>Miami</strong>, Fl 33135 (305)649‐9800 (305)649‐9475<br />

2 3431 Miller, Phyllis Ruth El. 840 NE 87 St, <strong>Miami</strong>, Fl 33138 (305)756‐3800 (305)756‐3804<br />

2 3501 Morningside K‐8 Academy 6620 NE 5 Av, <strong>Miami</strong>, Fl 33138 (305)758‐6741 (305)751‐2980<br />

2 6541 Nautilus Md. 4301 N. Michigan Av, <strong>Miami</strong> Beach, Fl 33140<br />

(305)532‐3481 (305)532‐8906<br />

2 7901 New World School of Arts Sr. 25 NE 2ND STREET, MIAMI, FL 33132 (305)237‐3135 (305)237‐3794<br />

2 3741 North Beach El 4100 Prairie Av, <strong>Miami</strong> Beach, Fl 33140 (305)531‐7666 (305)674‐8425<br />

Page 7 of 14


Facilities with Addresses<br />

Bid <strong>096</strong>‐<strong>NN09</strong> Chiller Service Contract<br />

MSC ID4 Loc School Name Full Address Phone Fax<br />

2 9000 OLD‐Mill Annex (Empty old 9262) 1191 NW 73 St, <strong>Miami</strong>, Fl 33150 (305)691‐4890<br />

2 4071 Olinda El. 5536 NW 21 Av, <strong>Miami</strong>, Fl 33142 (305)633‐0308 (305)635‐8919<br />

2 4171 Orchard Villa El. 5720 NW 13 Av, <strong>Miami</strong>, Fl 33142 (305)754‐0607 (305)754‐0929<br />

2 4401 Pharr, Kelsey El. 2000 NW 46 St, <strong>Miami</strong>, Fl 33142 (305)633‐0429 (305)634‐8487<br />

2 4501 Poinciana Park El. 6745 NW 23 Av, <strong>Miami</strong>, Fl 33147 (305)691‐5640 (305)696‐8624<br />

2 6741 Ponce de Leon Md. 5801 Augusto St, Coral Gables, Fl 33146 (305)661‐1611 (305)666‐3140<br />

2 4681 Riverside El. 1190 SW 2 St, <strong>Miami</strong>, Fl 33130 (305)547‐1520 (305)547‐4102<br />

2 9181 S & D Warehouse 7001 SW 4 St, <strong>Miami</strong>, Fl 33144 (305)995‐3000<br />

2 4841 Santa Clara El. 1051 NW 29 Terr., <strong>Miami</strong>, Fl 33127 (305)635‐1417 (305)637‐1705<br />

2 9015 SBAB COMPLEX (SBAB‐Garage‐Annex/PLC) 1450 NE 2 Av, <strong>Miami</strong>, Fl 33132<br />

(305)995‐1000<br />

2 7041 Sch. For Adv, Studies‐Wolfson 300 NE 2 Av, <strong>Miami</strong>, Fl 33132 (305)237‐7270 (305)237‐7271<br />

2 8171 Sch. For Applied Tech. 225 NE 34 St, <strong>Miami</strong>, Fl 33137 (305)573‐5499<br />

11380 NW 27 Av ‐ Room 1111, <strong>Miami</strong>, Fl<br />

2 7061 School for Adv. Studies‐North 33167<br />

(305)237‐1089 (305)237‐1610<br />

2 4961 Shadowlawn El. 149 NW 49 St, <strong>Miami</strong>, Fl 33127 (305)758‐3673 (305)759‐9352<br />

2 5001 Shenandoah El. 1023 SW 21 Av, <strong>Miami</strong>, Fl 33135 (305)643‐4433 (305)643‐3745<br />

2 6841 Shenandoah Md. 1950 SW 19 St, <strong>Miami</strong>, Fl 33145 (305)856‐8282 (305)856‐7049<br />

2 5041 Silver Bluff El. 2609 SW 25 St, <strong>Miami</strong>, Fl 33133 (305)856‐5197 (305)854‐9671<br />

2 0081 Smith, Lenora B. / Allapattah El. 4700 NW 12 Av, <strong>Miami</strong>, Fl 33127 (305)635‐0873 (305)637‐1124<br />

2 5091 South Pointe El. 1050 Fourth St, <strong>Miami</strong> Beach, Fl 33139 (305)531‐5437 (305)532‐6<strong>096</strong><br />

2 5321 Southside El. 45 SW 13 St, <strong>Miami</strong>, Fl 33130 (305)371‐3311 (305)381‐6237<br />

2 5361 Springview El. 1122 Blue Bird Av, <strong>Miami</strong> Springs, Fl 33166<br />

(305)885‐6466 (305)883‐8391<br />

2 5401 Sunset El. 5120 SW 72 St, <strong>Miami</strong>, Fl 33143 (305)661‐8527 (305)666‐2327<br />

2 8119 The 500 Role Mod. Acad. Of Exc 6300 NW 27 Av, <strong>Miami</strong>, Fl 33147 (305)691‐7771 (305)694‐0921<br />

2 9231 Transportation Central East .‐Gas P 7011 SW 4 St, <strong>Miami</strong>, Fl 33144 (305)995‐3131<br />

2 9234 Transportation Northeast 5901 NW 27 Av, <strong>Miami</strong>, Fl 33142 (305)633‐1811 (305)635‐9509<br />

2 9236 Transportation Northwest 9900 NW S River Dr, <strong>Miami</strong>, Fl 33166 (305)887‐1318<br />

2 5481 Treasure Island El. 7540 E Treasure Dr, <strong>Miami</strong> Beach, Fl 33141 (305)865‐3141 (305)864‐1729<br />

2 5561 Tucker, Frances. S. El. 3500 Douglas Rd, <strong>Miami</strong>, Fl 33133 (305)567‐3533 (305)529‐0409<br />

2 7602 Turner, W.H. Tech. Adult Ed Ctr. 10151 NW 19 Av, <strong>Miami</strong>, Fl 33147 (305)691‐8324 (305)693‐9463<br />

2 7601 Turner, W.H. Tech. Arts Sr. 10151 NW 19 Av, <strong>Miami</strong>, Fl 33147 (305)691‐8324 (305)693‐9463<br />

Page 8 of 14


Facilities with Addresses<br />

Bid <strong>096</strong>‐<strong>NN09</strong> Chiller Service Contract<br />

MSC ID4 Loc School Name Full Address Phone Fax<br />

2 7791 Washington, B. T. Sr. 1200 NW 6 Av, <strong>Miami</strong>, Fl 33136 (305)324‐8900 (305)324‐4676<br />

2 5831 West, Henry S. Laboratory El. 5300 Carillo St., Coral Gables, Fl 33146 (305)661‐7661 (305)662‐2935<br />

2 5931 Wheatley, P. El. 1801 NW 1st Pl, <strong>Miami</strong>, Fl 33136 (305)573‐2638 (305)573‐2423<br />

2 9606 WLRN Ch 17‐ Anna Brenner Meyers 172 NE 15 St, <strong>Miami</strong>, Fl 33132 (305)995‐2259<br />

2 7056 Young Men's Prep. Acad. / BuenaVista 3001 NW 2 Av, <strong>Miami</strong>, Fl 33127 (305)571‐1111 (305)571‐1112<br />

2 7055 Young Women's Preparatory Academy 1150 S.W. 1 St, <strong>Miami</strong>, Fl<br />

(305)575‐1200 (305)325‐8071<br />

3 6021 Arvida Md. 10900 SW 127 Av, <strong>Miami</strong>, Fl 33186 (305)385‐7144 (305)383‐9472<br />

3 4731 Ashe, B. F. PLC"N" 16251 SW 72 St, <strong>Miami</strong>, Fl 33193 (305)380‐1927<br />

3 0451 Ashe, Dr. Bowman F. K‐8 Ctr. 6601 SW 152 Av, <strong>Miami</strong>, Fl 33193 (305)380‐1927 (305)380‐1930<br />

3 0201 Banyan El. 3060 SW 85 Av, <strong>Miami</strong>, Fl 33155 (305)221‐4011 (305)225‐4602<br />

3 0211 Barreiro, Dr. Manuel C. El. 5125 SW 162 Av, <strong>Miami</strong>, Fl 33185 (305)229‐4800 (305)229‐4801<br />

3 4651 Beckford, Ethel F./ Richmond El. 16929 SW 104 Av, <strong>Miami</strong>, Fl 33157 (305)238‐5194 (305)238‐0397<br />

3 0251 Beckham, Ethel K. El. 4702 SW 143 Ct, <strong>Miami</strong>, Fl 33175 (305)222‐8161 (305)222‐4900<br />

3 6041 Bell, Paul. Md. 11800 NW 2 St, <strong>Miami</strong>, Fl 33184 (305)220‐2075 (305)229‐0798<br />

3 0271 Bent Tree El. 4861 SW 140 Av, <strong>Miami</strong>, Fl 33175 (305)221‐0461 (305)551‐2661<br />

3 0441 Blue Lakes El. 9250 SW 52 Terr, <strong>Miami</strong>, Fl 33165 (305)271‐7411 (305)279‐5103<br />

3 0125 Bossard, Norma Butler El. 15950 SW 144 St (305)254‐5200 (305)254‐5201<br />

3 7051 Braddock, G. Holmes Sr. 3601 SW 147 Av, <strong>Miami</strong>, Fl 33186 (305)225‐9729 (305)221‐3312<br />

3 0671 Calusa El. 9580 W Calusa Club Dr, <strong>Miami</strong>, Fl 33186 (305)385‐0589 (305)383‐3829<br />

3 0861 Colonial Drive El. 10755 SW 160 St, <strong>Miami</strong>, Fl 33157 (305)238‐2392 (305)232‐9405<br />

3 8131 COPE Center S./Wallace D. 10225 SW 147 Terr, <strong>Miami</strong>, Fl 33176 (305)233‐1044 (305)256‐8694<br />

3 1001 Coral Park El. 1225 SW 97 Av, <strong>Miami</strong>, Fl 33174 (305)221‐5632 (305)227‐5734<br />

3 1041 Coral Reef El. 7955 SW 152 St, <strong>Miami</strong>, Fl 33157 (305)235‐1464 (305)254‐3725<br />

3 7101 Coral Reef Sr. 10101 SW 152 St, <strong>Miami</strong>, Fl 33157 (305)232‐2044 (305)252‐3454<br />

3 1081 Coral Terrace El. 6801 SW 24 St, <strong>Miami</strong>, Fl 33155 (305)262‐8300 (305)267‐1526<br />

3 6921 Curry, Lamar Louise Md. 15750 SW 47 St, <strong>Miami</strong>, Fl 33185 (305)222‐2775 (305)229‐1521<br />

3 1281 Cypress El. 5400 SW 112 Ct, <strong>Miami</strong>, Fl 33165 (305)271‐1611 (305)279‐3622<br />

3 6121 Dario, Ruben Md. 350 NW 97 Av, <strong>Miami</strong>, Fl 33172 (305)226‐0179 (305)559‐0919<br />

3 1331 Devon Aire K‐8 Ctr. 10501 SW 122 Av, <strong>Miami</strong>, Fl 33186 (305)274‐7100 (305)270‐1826<br />

3 6131 Doolin, Howard Md. 6400 SW 152 Av, <strong>Miami</strong>, Fl 33193 (305)386‐6656 (305)408‐3068<br />

3 1371 Douglas, Majory Stoneman El. 11901 SW 2 St, <strong>Miami</strong>, Fl 33184 (305)226‐4356 (305)553‐0001<br />

3 1641 Emerson El. 8001 SW 36 St, <strong>Miami</strong>, Fl 33155 (305)264‐5757 (305)267‐2476<br />

Page 9 of 14


Facilities with Addresses<br />

Bid <strong>096</strong>‐<strong>NN09</strong> Chiller Service Contract<br />

MSC ID4 Loc School Name Full Address Phone Fax<br />

3 1691 Eve, Christina M. El. 16251 SW 99 St., <strong>Miami</strong>, Fl 33196 (305)383‐9392 (305)380‐1919<br />

3 1721 Everglades K‐8 Ctr. 8375 SW 16 St, <strong>Miami</strong>, Fl 33155 (305)264‐4154 (305)261‐8179<br />

3 9618 F.D.L.R.S.(Diagnostic & Learning) 5555 SW 93 Av, <strong>Miami</strong>, Fl 33165 (305)274‐3501 (305)598‐7752<br />

3 1761 Fairchild, D. El. 5757 SW 45 St, <strong>Miami</strong>, Fl 33155 (305)665‐5483 (305)669‐5401<br />

3 1811 Fascell, Dante B. El. 15625 SW 80 St, <strong>Miami</strong>, Fl 33193 (305)380‐1901 (305)380‐1912<br />

3 7121 Ferguson, John A. Sr. 15900 SW 56 St, <strong>Miami</strong>, Fl 33185 (305)408‐2700 (305)408‐6487<br />

3 5061 Finlay, Dr. Carlos J. El. 851 SW 117 Av, <strong>Miami</strong>, Fl 33174 (305)552‐7122 (305)480‐7652<br />

3 1841 Flagami El. 920 SW 76 Av, <strong>Miami</strong>, Fl 33144 (305)261‐2031 (305)267‐2980<br />

3 2021 Floyd, Gloria. El. 12650 SW 109 Av, <strong>Miami</strong>, Fl 33176 (305)255‐3934 (305)234‐0484<br />

3 6211 Glades Md. 9451 SW 64 St, <strong>Miami</strong>, Fl 33173 (305)271‐3342 (305)271‐0402<br />

3 6052 Glazer, Zelda Md. 15015 SW 24 Street <strong>Miami</strong>, Fl 33185 (305)485‐2323 (305)485‐2324<br />

3 4811 Gordon J.‐Manatee PLC"T" 15551 SW 142 Av, <strong>Miami</strong>, Fl 33186 (305)234‐4863 (305)234‐4866<br />

3 4791 Gordon J.‐Panther PLC"S" 15001 SW 127 Av, <strong>Miami</strong>, Fl 33186 (305)234‐4855 (305)234‐4858<br />

3 2151 Gordon, J. El. 14600 Country Walk Dr, Maimi, Fl 33186 (305)234‐4805 (305)234‐4815<br />

3 2261 Greenglade El. 3060 SW 127 Av, <strong>Miami</strong>, Fl 33175 (305)223‐5330 (305)222‐8141<br />

3 2331 Hadley, Charles El. 8400 NW 7 St, <strong>Miami</strong>, Fl 33126 (305)261‐3719 (305)267‐2984<br />

3 2341 Hall, Joe. El. 1901 SW 134 Av, <strong>Miami</strong>, Fl 33175 (305)223‐9823 (305)220‐9758<br />

3 6221 Hammocks Md. 9889 Hammocks Blvd, <strong>Miami</strong>, Fl 33196 (305)385‐0896 (305)382‐0861<br />

3 2521 Hoover, Oliver El. And ECC# 2 9050 Hammocks Blvd, Kendall, Fl 33196 (305)385‐4382 (305)380‐9609<br />

3 2541 Howard Dr. El. 7750 SW 136 St, <strong>Miami</strong>, Fl 33156 (305)235‐1412 (305)256‐3105<br />

3 2511 Hurston, Zora N. El. 13137 SW 26TH STREET, MIAMI, FL 33175 (305)222‐8152 (305)222‐4923<br />

3 9412 ITS ‐ Computer Ctr. Complex 13135 SW 26 St, <strong>Miami</strong>, Fl 33175 (305)995‐3751<br />

3 9411 ITS ‐ Warehouse 2740 NW 104 Ct, <strong>Miami</strong>, Fl 33172 (305)995‐3751<br />

3 2641 Kendale El. 10693 SW 93 St, <strong>Miami</strong>, Fl 33176 (305)274‐2735 (305)274‐4792<br />

3 2651 Kendale Lakes El. 8000 SW 142 Av, <strong>Miami</strong>, Fl 33183 (305)385‐2575 (305)386‐2718<br />

3 2701 Kenwood K‐8 Ctr. 9300 SW 79 Av, <strong>Miami</strong>, Fl 33156 (305)271‐5061 (305)273‐2132<br />

3 8181 Kruse, R. O. Educ. Ctr. 11001 SW 76 St, <strong>Miami</strong>, Fl 33173 (305)270‐8699 (305)598‐8147<br />

3 2881 Leewood K‐8 Ctr. 10343 SW 124 St, <strong>Miami</strong>, Fl 33176 (305)233‐7430 (305)256‐3104<br />

3 2891 Lehman, William. H. El. 10990 SW 113 Pl, <strong>Miami</strong>, Fl 33176 (305)273‐2140 (305)273‐2228<br />

3 3061 Ludlam El. 6639 SW 74 St, S. <strong>Miami</strong>, Fl 33143 (305)667‐5551 (305)666‐3070<br />

3 9264 Maintenance Service Ctr. 3 (old 5) 15301 SW 117 Av, <strong>Miami</strong>, Fl 33157 (305)235‐2329 (305)256‐3122<br />

3 3101 Martin, Frank C. K‐8 Ctr. 14250 Boggs Dr, Richmond Hts., Fl 33176 (305)238‐3688 (305)232‐4068<br />

3 6771 Mas Canosa, Jorge Md. 15735 SW 144 St, <strong>Miami</strong>, Fl 33196 (305)252‐5900 (305)252‐5901<br />

Page 10 of 14


Facilities with Addresses<br />

Bid <strong>096</strong>‐<strong>NN09</strong> Chiller Service Contract<br />

MSC ID4 Loc School Name Full Address Phone Fax<br />

3 3111 Matthews, Wesley. El. 12345 SW 18 Terr, <strong>Miami</strong>, Fl 33175 (305)222‐8150 (305)222‐8168<br />

3 6441 McMillian, Howard D. Md. 13110 SW 59 St, <strong>Miami</strong>, Fl 33183 (305)385‐6877 (305)387‐9641<br />

3 7271 <strong>Miami</strong> Coral Park Sr. 8865 SW 16 St, <strong>Miami</strong>, Fl 33165 (305)226‐6565 (305)553‐4658<br />

3 7361 <strong>Miami</strong> Killian Sr. 10655 SW 97 Av, <strong>Miami</strong>, Fl 33176 (305)271‐3311 (305)270‐9142<br />

3 7431 <strong>Miami</strong> Palmetto Sr. 7460 SW 118 St, <strong>Miami</strong>, Fl 33156 (305)235‐1360 (305)235‐7169<br />

3 7531 <strong>Miami</strong> Sunset Sr. 13125 SW 72 St, <strong>Miami</strong>, Fl 33183 (305)385‐4255 (305)385‐6458<br />

3 4091 Olympia Hts. El. 9797 SW 40 St, <strong>Miami</strong>, Fl 33165 (305)221‐3821 (305)221‐5195<br />

3 4221 Palmetto El. 12401 SW 74 Av, <strong>Miami</strong>, Fl 33156 (305)238‐4306 (305)254‐7774<br />

3 6701 Palmetto Md. 7351 SW 128 St, <strong>Miami</strong>, Fl 33156 (305)238‐3911 (305)233‐4849<br />

3 0831 Pepper, Claude. El. 14550 SW 96 St, <strong>Miami</strong>, Fl 33186 (305)386‐5244 (305)382‐7150<br />

3 4381 Perrine El. 8851 SW 168 St, Perrine, Fl 33157 (305)235‐2442 (305)253‐6817<br />

3 4441 Pine Lake El. 16700 SW 109 Av, <strong>Miami</strong>, Fl 33157 (305)233‐7018 (305)233‐4042<br />

3 4421 Pinecrest El. 10250 SW 57 Av, <strong>Miami</strong>, Fl 33156 (305)667‐5579 (305)662‐7163<br />

3 4511 Porter, Dr. Gilbert El. 15851 SW 112 St, <strong>Miami</strong>, Fl 33196 (305)382‐0792 (305)383‐2761<br />

3 6781 Richmond Hts. Md. 15015 SW 103 Av, <strong>Miami</strong>, Fl 33176 (305)238‐2316 (305)251‐3712<br />

3 6801 Riviera Md. 10301 SW 48 St, <strong>Miami</strong>, Fl 33165 (305)226‐4286 (305)226‐1025<br />

3 4691 Roberts, Jane S. K‐8 Ctr. 14850 Cottonwood Cir, <strong>Miami</strong>, Fl 33185 (305)220‐8254 (305)226‐8345<br />

3 4721 Rockway El. 2790 SW 93 Ct, <strong>Miami</strong>, Fl 33165 (305)221‐1192 (305)223‐5794<br />

3 6821 Rockway Md. 9393 SW 29 Terr, <strong>Miami</strong>, Fl 33165 (305)221‐8212 (305)221‐5940<br />

3 4741 Royal Green El. 13047 SW 47 St, <strong>Miami</strong>, Fl 33175 (305)221‐4452 (305)220‐6238<br />

3 4761 Royal Palm El. 4200 SW 112 Ct, <strong>Miami</strong>, Fl 33165 (305)221‐7961 (305)222‐8145<br />

3 4921 Seminole El. 121 SW 78 Pl, <strong>Miami</strong>, Fl 33144 (305)261‐7071 (305)262‐8740<br />

3 5121 Snapper Creek El. 10151 SW 64 St, <strong>Miami</strong>, Fl 33173 (305)271‐2111 (305)596‐2475<br />

3 5241 South <strong>Miami</strong> K‐8 Ctr. 6800 SW 60 St, South <strong>Miami</strong>, Fl 33143 (305)667‐8847 (305)665‐3217<br />

3 6881 South <strong>Miami</strong> Md. 6750 SW 60 St, South <strong>Miami</strong>, Fl 33143 (305)661‐3481 (305)665‐6728<br />

3 7721 South <strong>Miami</strong> Sr. 6856 SW 53 St, <strong>Miami</strong>, Fl 33155 (305)666‐5871 (305)666‐6359<br />

3 9574 South Region Office , <strong>Miami</strong>, Fl 33156 (305)258‐7100 (305)258‐7101<br />

3 7741 Southwest <strong>Miami</strong> Sr. 8855 SW 50 Terr, <strong>Miami</strong>, Fl 33165 (305)274‐0181 (305)596‐7370<br />

3 6861 Southwood Md. 16301 SW 80 Av, <strong>Miami</strong>, Fl 33157 (305)251‐5361 (305)251‐7464<br />

3 5381 Stirrup, E.W.F. El. 330 NW 97 Av, <strong>Miami</strong>, Fl 33172 (305)226‐7001 (305)220‐6737<br />

3 5421 Sunset Park El. 10235 SW 84 St, <strong>Miami</strong>, Fl 33173 (305)279‐3222 (305)273‐2130<br />

3 5431 Sweetwater El. 10655 SW 4 St, Sweetwater, Fl 33174 (305)559‐1101 (305)485‐9396<br />

3 5441 Sylvania Heights El. 5901 SW 16 St, <strong>Miami</strong>, Fl 33155 (305)266‐3511 (305)266‐4435<br />

Page 11 of 14


Facilities with Addresses<br />

Bid <strong>096</strong>‐<strong>NN09</strong> Chiller Service Contract<br />

MSC ID4 Loc School Name Full Address Phone Fax<br />

3<br />

TERRA Env. Research Inst./old Mia<br />

7029<br />

MacArthur S. 11005 SW 84 St, <strong>Miami</strong>, Fl 33173<br />

(305)412‐5800 (305)412‐5801<br />

3 6901 Thomas, W. R. Md. 13001 SW 26 St, <strong>Miami</strong>, Fl 33175 (305)995‐3800 (305)995‐3537<br />

3 9230 Transportation Center Adm. Offices 15401 SW 117 Av, <strong>Miami</strong>, Fl 33177 (305)234‐3365 (305)251‐8502<br />

3 9237 Transportation Central West 13775 NW 6 St, <strong>Miami</strong>, Fl 33182 (305)554‐1176<br />

3 9292 Transportation Coral Reef 11601 SW 160 St, <strong>Miami</strong>, Fl 33157 (305)234‐0849 (305)234‐7251<br />

3 9235 Transportation Southwest 15401 SW 117 Av, <strong>Miami</strong>, Fl 33177 (305)233‐5590<br />

3 5521 Tropical El. 4545 SW 104 Av, <strong>Miami</strong>, Fl 33165 (305)221‐0284 (305)220‐4902<br />

3 7781 Varela , Felix Sr. 15255 SW 96 St, <strong>Miami</strong>, Fl 33196 (305)752‐7900 (305)386‐8987<br />

3 5641 Village Green El. 12265 SW 34 St, <strong>Miami</strong>, Fl 33175 (305)226‐0441 (305)222‐8140<br />

3 5671 Vineland K‐8 Ctr. 8455 SW 119 St, <strong>Miami</strong>, Fl 33156 (305)238‐7931 (305)378‐0776<br />

3 6961 West <strong>Miami</strong> Md. 7525 SW 24 St, <strong>Miami</strong>, Fl 33155 (305)261‐8383 (305)267‐8204<br />

3 5961 Winston Park K‐8 Ctr. 13200 SW 79 St, <strong>Miami</strong>, Fl 33183 (305)386‐7622 (305)386‐5684<br />

3 2861 YWAACD / Lee, J.R.E. Educational Ctr. 6521 SW 62 Av, South <strong>Miami</strong>, Fl 33143 (305)661‐1551 (305)663‐9485<br />

4 0041 Air Base Elementary 12829 SW 272 St, Homestead, Fl 33032 (305)258‐3676 (305)258‐7241<br />

4 6001 Ammons, Herbert Md. 17990 SW 142 Av, <strong>Miami</strong>, Fl 33177 (305)971‐0158 (305)971‐0179<br />

4 0161 Avocado El. 16969 SW 294 St, Homestead, Fl 33030 (305)247‐4942 (305)246‐9603<br />

4 0261 Bel Aire El. 10205 SW 194 St, <strong>Miami</strong>, Fl 33157 (305)233‐5401 (305)256‐3101<br />

4 0651 Campbell Drive El. 15790 SW 307 St, Leisure City, Fl 33033 (305)245‐0270 (305)247‐7903<br />

4 6061 Campbell Drive Md. 900 NE 23 Av, Homestead, Fl 33033 (305)248‐7911 (305)248‐3518<br />

4 0661 Caribbean El. 11990 SW 200 St, <strong>Miami</strong>, Fl 33177 (305)233‐7131 (305)238‐7082<br />

4 6081 Centennial Md. 8601 SW 212 St, <strong>Miami</strong>, Fl 33189 (305)235‐1581 (305)234‐8071<br />

4 0771 Chapman, Dr. William A. El. 27190 SW 140 Av, Homestead, Fl 33032 (305)245‐1055 (305)245‐1187<br />

4<br />

Coconut Palm K‐8 Ctr.(Loc 0202 to 3621<br />

3621<br />

Naranja El) 24400 SW 124 Av, <strong>Miami</strong>, Fl 33031<br />

(305)257‐0500 (305)257‐0501<br />

4 0921 Cooper, Neva K. Ed. Ctr. 151 NW 5 St, Homestead, Fl 33030 (305)247‐4307 (305)248‐8517<br />

4 1241 Cutler Ridge El. 20210 Coral Sea Rd, <strong>Miami</strong>, Fl 33189 (305)235‐4611 (305)232‐6740<br />

4 6111 Cutler Ridge Md. 19400 SW 97 Av, <strong>Miami</strong>, Fl 33157 (305)235‐4761 (305)254‐3746<br />

4 2001 Florida City El. 364 NW 6 Av, Florida City, Fl 33034 (305)247‐4676 (305)248‐8317<br />

4 4031 Gateway Enviromental K‐8 Ctr. "TT1" 955 SE 18 Av, Homestead, Fl 33035 (305)257‐6000 (305)257‐6001<br />

4<br />

Goulds Center/Headstart Ctr/Withers,<br />

2201<br />

Isaac Ctr. 21300 SW 122 Av, Goulds, Fl 33177<br />

(305)995‐7028<br />

4 0311 Goulds Elementary 23555 SW 112 AVENUE, MIAMI, FL 33032 (305)257‐4400 (305)257‐4401<br />

Page 12 of 14


Facilities with Addresses<br />

Bid <strong>096</strong>‐<strong>NN09</strong> Chiller Service Contract<br />

MSC ID4 Loc School Name Full Address Phone Fax<br />

4 2321 Gulfstream El. 20900 SW 97 Av, <strong>Miami</strong>, Fl 33189 (305)235‐6811 (305)254‐1721<br />

4 6251 Homestead Md. 650 NW 2 Av, Homestead, Fl 33030 (305)247‐4221 (305)247‐1098<br />

4 7151 Homestead Sr. 2351 SE 12 Av, Homestead, Fl 33035 (305)245‐7000 (305)247‐5757<br />

4 2901 Leisure City K‐8 Ctr. 14950 SW 288 St, Homestead, Fl 33033 (305)247‐5431 (305)247‐5179<br />

4 9261 Maintenance Service Ctr. 4 (old 6) 24600 SW 159 Av, Homestead, Fl 33031 (305)248‐3016 (305)248‐8816<br />

4 0073 Mandarin Lakes K‐8 Academy 12225 SW 280 St, Homestead, Fl 33032 (305)257‐0377 (305)257‐0378<br />

4<br />

Mays Concervatory (6‐12)/Mays, Arthur &<br />

6431<br />

Polly Md. 11700 SW 216 St, Goulds, Fl 33170<br />

(305)233‐2300 (305)251‐5462<br />

4<br />

Medical Academy For Science And Tech.<br />

7171<br />

(MAST) 1220 NW 1 Av, Homestead, Fl 33030<br />

(305)257‐4500 (305)257‐4501<br />

4<br />

<strong>Miami</strong> D. McArthur S. Sr/Young Man<br />

7631<br />

Acad/Naranja 13990 SW 264 St, <strong>Miami</strong>, Fl 33032<br />

(305)258‐7200 (305)258‐7201<br />

4 3261 <strong>Miami</strong> Heights El. 17661 SW 117 Av, <strong>Miami</strong>, Fl 33177 (305)238‐3602 (305)233‐0991<br />

4 7731 <strong>Miami</strong> Southridge Sr. 19355 SW 114 Av, <strong>Miami</strong>, Fl 33157 (305)238‐6110 (305)253‐4456<br />

4 9431 Migrant Program @ Title I Migrant Office 13600 SW 312 St, Homestead, Fl 33033<br />

(305)248‐7290<br />

4 8911 Morgan, Robert Tech. Ctr. 18180 SW 122 Av, <strong>Miami</strong>, Fl 33177 (305)253‐9920 (305)253‐3023<br />

4 7371 Morgan, Robert Tech. Sr. 18180 SW 122 Av, <strong>Miami</strong>, Fl 33177 (305)253‐9920 (305)259‐1495<br />

4 3541 Moton, Robert Russa El. 18050 Homestead Av, Perrine, Fl 33157 (305)235‐3612 (305)256‐3128<br />

4 4391 Peskoe Irving & Beatrice K‐8 Ctr. 29035 SW 144 Av, Homestead, Fl 33033 (305)242‐8340 (305)242‐8351<br />

4 4461 Pine Villa El. 21799 SW 117 Ct, Goulds, Fl 33170 (305)258‐5366 (305)258‐5848<br />

4 4581 Redland El. 24501 SW 162 Av, Homestead, Fl 33031 (305)247‐8141 (305)242‐4698<br />

4 6761 Redland Md. 16001 SW 248 St, Homestead, Fl 33031 (305)247‐6112 (305)248‐0628<br />

4 4611 Redondo El. 18480 SW 304 St, Homestead, Fl 33030 (305)247‐5943 (305)242‐0318<br />

4 2941 Saunders, Laura C. El / Lewis, A. L. El. 505 SW 8 St., Homestead, Fl 33030 (305)247‐3933 (305)247‐8522<br />

4 7091 Sch. For Adv, Studies‐South 11011 SW 104 St, <strong>Miami</strong>, Fl 33176 (305)237‐0510 (305)237‐0511<br />

4 7702 South <strong>Dade</strong> Adult Ed Ctr. 109 NE 8 St, Homestead, Fl 33030 (305)248‐5723 (305)248‐9164<br />

4 5003 South <strong>Dade</strong> Md. (4‐8 grades) 29100 SW 194 Av, Homestead, FL 33030 (305)224‐5200 (305)224‐5201<br />

4 8981 South <strong>Dade</strong> Skill Ctr. 28300 SW 152 Av, Leisure City, Fl 33033 (305)247‐7839 (305)247‐2375<br />

4 7701 South <strong>Dade</strong> Sr. 28401 SW 167 Av, Homestead, Fl 33030 (305)247‐4244 (305)248‐3867<br />

4 5281 South <strong>Miami</strong> Heights El. 12231 SW 190 Terr, <strong>Miami</strong>, Fl 33177 (305)238‐6610 (305)233‐7632<br />

4 9238 Transportation Redland 24601 SW 160 Av, <strong>Miami</strong>, Fl 33031 (305)248‐5242<br />

4 9233 Transportation South /Fl City 660 SW 3 Avenue, Florida City, Fl 33030 (305)248‐2657<br />

Page 13 of 14


Facilities with Addresses<br />

Bid <strong>096</strong>‐<strong>NN09</strong> Chiller Service Contract<br />

MSC ID4 Loc School Name Full Address Phone Fax<br />

4 5791 West Homestead El. 1550 SW 6 St, Homestead, Fl 33030 (305)248‐0812 (305)247‐3205<br />

4 5981 Whigham, Dr. Edward L. El. 21545 SW 87 Av, <strong>Miami</strong>, Fl 33189 (305)234‐4840 (305)234‐4837<br />

4 4571 Whigham, Dr. Edward L. PLC"E" 8035 SW 196 St, <strong>Miami</strong>, Fl 33157 (305)252‐5050 (305)252‐5798<br />

4 5951 Whispering Pines El. 18929 SW 89 Rd, <strong>Miami</strong>, Fl 33157 (305)238‐7382 (305)251‐3615<br />

Page 14 of 14


Facility Name:<br />

Address:<br />

A. WATER CHILLER(S)<br />

<strong>Miami</strong>‐<strong>Dade</strong> <strong>County</strong> <strong>Public</strong> <strong>Schools</strong><br />

EQUIPMENT DATA SHEET<br />

1. Manufacturer:<br />

Model: Serial:<br />

Date:<br />

Approx. Tonnage:<br />

MSC ______<br />

Refrigerant Type:<br />

Ref. Charge Lbs:<br />

Start Up Date:<br />

2. Manufacturer:<br />

Model: Serial:<br />

Approx. Tonnage:<br />

Refrigerant Type:<br />

Ref. Charge Lbs:<br />

Start Up Date:<br />

3. Manufacturer:<br />

Model: Serial:<br />

Approx. Tonnage:<br />

Refrigerant Type:<br />

Ref. Charge Lbs:<br />

Start Up Date:<br />

B. COOLING TOWER(S)<br />

1. Manufacturer:<br />

Model: Serial H.P.:<br />

Mfg. Date:<br />

2. Manufacturer:<br />

Model: Serial: H.P.:<br />

Mfg. Date:<br />

C. WATER PUMP (S)<br />

Manufacturer (Condenser):<br />

Manufacturer (Chilled):<br />

Manufacturer (Zone):<br />

Manufacturer (Other):<br />

D. FEQUENCY DRIVE(S)<br />

Manufacturer:<br />

E. PHENUMATIC SYSTEM<br />

Air Comp. Mfg.:<br />

F. WATER TREATMENT<br />

Conductivity Controller(s) Manufacturer:<br />

Flow Switch(s) Manufacturer:<br />

Chemical Pump(s) Manufacturer:<br />

Biocide Timer(s):<br />

Coupon Rack (s):<br />

Quantity:<br />

Quantity:<br />

Quantity:<br />

Quantity:<br />

Quantity:<br />

Air Dryer Mfg:<br />

HP:<br />

HP:<br />

HP:<br />

HP:<br />

HP:<br />

HP:<br />

Qty:<br />

Qty:<br />

Qty:<br />

Qty:<br />

Qty:<br />

Solenoid Valve(s):<br />

G. MISCELLANEOUS<br />

Eddy Current Test(s): (Line Item for First Year of Contract Only)<br />

Qty:<br />

Qty:<br />

Ethylene Glycol: (Ice Bank Coolant)<br />

G. COMMENTS<br />

Page ____ of ____

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!