Upload
others
View
1
Download
0
Embed Size (px)
Citation preview
Jefferson Franklin
Community
Action Corporation
May 1
2018
HVAC/ASHRAE Bid Packet
INVITATION FOR BID DATE: May 1, 2018
1
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
T ABLE OF CONTENTS
PAGE
INVITATION FOR BID SIGNATURE DOCUMENT.............................................................. 2
SUMMARY................................................................................................................... 3
PART I GENERAL INFORMATION.............................................................................................. 4
PART II A.) BID REQUIREMENTS.............................................................................................. 5
B.) SPECIFIC REQUIREMENTS................................................................................... 7
C.) BID EVALUATION ......................................................................................... 12
PART III A.) TECHNICAL SPECIFICATIONS for FURNACE/W ATER HEATER REPLACEMENT AND ASHRAE 62.2........................ 14 B.) FURNACE REPLACEMENT RFQ SUMMARY FORM..................... 17
FURNACE REPLACEMENT QUOTATION FORMS................... 18
FURNACE CLEAN, TUNE, and REPAIR SUMMARY FORM........... 33
PRICING PAGE............................................................... 34
W ATER HEATER AND ASHRAE RFQ SUMMARY FORM…………… 36
W ATER HEATER REPLACEMENT QUOTATION FORMS………………. 37
ASHRAE QUOTATION FORMS…………………………….. 45
C.) BIDDER'S REFERENCES......................................................................................... 48
D.) ORGANIZATIONAL CAPABILITY................................................................................. 49
PART IV CONTRACTUAL REQUIREMENTS........................................................................... 51
INVITATION FOR BID DATE: May 1, 2018
2
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
Return Bids To: JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
P.O. BOX 920
HILLSBORO, MO 63050
(636) 789-2686,ext. 1302
RECEIVED FROM: DATE:
DESCRIPTION
HEATING, VENTILATION AND AIR CONDITIONING
Contract Period: July 1, 2018 through June 30, 2019, with optional renewal up to a maximum of two
(2) years (See RFQ Summary Form, Page 3).
Prospective bidders are hereby invited to submit their bid on the following furnace repair/replacement services, ASHRAE services and water heater repair/replacement services for income qualified households as per the attached technical specifications/requirements outlined in the Invitation for Bid (IFB).
Bid Deadline: June 4, 2018 at 2:00 p.m.
*THIS PAGE OF BID MUST BE SIGNED TO BE VALID*
The Bidder hereby agrees to furnish items and/or services, at the prices quoted, unless, individually proposed, pursuant to all requirements, terms and specifications contained in the document, upon either the receipt of an authorized purchase requisition/order from Jefferson Franklin Community Action Corporation or when this document is countersigned by Jefferson Franklin Community Action Corporation as a binding Contract. The Bidder further agrees that the language of this document shall govern in the event of a conflict with his or her bid.
COMPANY NAME:
AUTHORIZED SIGNATURE:
TITLE:
PHONE NUMBER:
DATE:
NOTICE OF AWARD (JFCAC USE ONLY)
Accepted as to Items:
Title: Authorized Signature: Date:
INVITATION FOR BID DATE: May 1, 2018
3
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
SUMMARY
1. BID DEADLINE: June 4, 2018 at 2:00 p.m.
2. The following pages must be completed, signed and returned.
Page 2 Signature Page
Pages 14-16 Technical Specifications with Signature
Page 17 Furnace RFQ Summary Form
Pages 18-32 Furnace Replacement Quotation Forms
Page 33 Furnace Clean, Tune and Repair RFQ Summary Form
Pages 34-35 Pricing Page
Page 36 Water Heater/ASHRAE RFQ Summary Form
Pages 37-44 Water Heater Replacement Quotation Forms
Page 45-47 ASHRAE Installation Quotation Forms
Page 48 Bidder’s References with Signature (if applicable)
Page 49 Organizational Capability
3. Every item on Furnace/Water Heater/ASHRAE Quotation forms must have a material cost and
labor cost for each contract submitted. The total material amounts are estimates only. Both Furnace
Replacement RFQ Summary form and Furnace Clean and Tune and General Repair RFQ Summary
form must be completed.
4. All Bids must be in ink or typed.
5. Each bidder must submit Capability to Perform Criteria (Part III-C, Page 49) with Bid.
6. Organizational structure (Part III-C, Page 49) must be submitted with the Bid.
7. All Bids must be submitted in a sealed envelope with "Heating, Ventilation and Air Conditioning",
clearly marked on the outside.
8. Please note the winning bidder must submit Insurance requirements in Part II-B within five (5) working
days of official Bid Award, and, if necessary, must submit Performance Bond requirements in Part II-B
within (5) working days.
IF ANY OF THE ABOVE REQUIREMENTS ARE NOT MET, THE BID WILL BE DECLARED
INVALID DUE TO NOT MEETING THE RESPONSIVE AND RESPONSIBLE REQUIREMENTS.
INVITATION FOR BID DATE: May 1, 2018
4
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
PART I GENERAL
INFORMATION
A. This document constitutes a request, via a sealed bid quotation for Water Heater/Heating
Ventilation and Air Conditioning/ASHRAE services and repair (forced air, gas, propane,
electric, and oil systems of all types). Quoted prices must be based on COMPLETE service,
including labor, parts and materials. Residential houses and mobile homes will be serviced
throughout Jefferson and Franklin Counties from July 1, 2018 to June 30, 2019.
B. The Contractor shall obtain and install new material needed to complete the designated furnace,
space heater, air conditioner or heat pump replacement, in compliance with the Technical
Specifications section.
C. The Agency will perform diagnostic tests on the systems and prepare a work order indicating the
work to be performed. Winning Contractors shall clean, inspect and tune the combustion area,
flue and air handling systems for increased efficiency and provide general repairs as indicated by
the Agency auditor on the work order. If the Agency auditor notices any components or functions
which are questionable, they will be noted on the work order. If additional work is
needed, but not specified on the work order, the Contractor must receive Agency approval before
proceeding. No additional work will be paid for without prior authorization from the Agency.
D. Contractors shall have 15 days from date of work order issuance in which to complete each job.
Should, upon final inspection, the Agency find improperly completed work; the Contractor must
correct the deficiencies as soon as possible. Credit for completed work shall be provided when
all scheduled work (including rework) for the individual job has passed final inspection by the
Agency. Payment for completed work shall be provided on an as inspected basis/monthly.
Contractors are responsible for returning completed work orders to the Agency and notifying
the Agency when jobs are completed.
E. The Request for Quotation (RFQ) Forms must be fully completed in order to receive
consideration (Leave No Blanks). A bid must be submitted for Jefferson and Franklin Counties
for both furnace replacement and furnace clean tune and repair, ASHRAE and water heater
repair and replacement. RFQ Summary forms must be submitted together.
F. Renewal Clause: This Heating, Ventilation and Air Conditioning Contract may be renewed
yearly, up to a maximum of two (2) years if appropriate and cost effective under the following
conditions:
1. Renewal percentage included in any renewal is based on successful completion of
previous term of the contract as determined by the Agency;
2. Renewal is mutually agreeable by both parties;
3. Renewal must be in writing, signed and dated by both parties; and
4. Renewal Percentage is included in Part III prices and will be included in the bid evaluations
when determining the lowest price of the initial bids.
G. The Missouri Weatherization is funded 74% by federal funds. The total amount of funds for
The current program year is $678,910.00.
INVITATION FOR BID DATE: May 1, 2018
5
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
PART II-A
BID REQUIREMENTS
1. All original bids must be submitted on the forms provided in ink or typewritten.
2. All questions must be answered and the bids must be fully completed. LEAVE NO BLANKS.
3. All original bids must be submitted in a sealed envelope with “SEALED BID-HEATING,
VENTILATION AND AIR CONDITIONING” clearly marked on the envelope.
4. One (1) photocopy of the original Bid, Part III, may accompany the original bid. If submitted, the
photocopy must be sealed in an envelope with “SEALED BID-PHOTOCOPY-HEATING,
VENTILATION AND AIR CONDITIONING” clearly marked on the outside. This is an optional
requirement.
5. Bid closing and submission deadline is June 1, 2018 at 2:00 p.m. Late bids shall not be considered
under any circumstances.
6. All bids must be received at JFCAC by the deadline date at:
Jefferson Franklin Community Action Corporation
2 Merchant Drive
Hillsboro, MO 63050.
7. Bid opening shall be on June 1, 2018 at 2:00 p.m.
Jefferson Franklin Community Action Corporation
2 Merchant Drive
Hillsboro, MO 63050.
8. BIDDER MUST MEET CAPABILITY TO PERFORM CRITERIA BY MEETING ONE OF THE
FOLLOWING:
A. Bidder has successfully completed a similar contract with JFCAC in the past two years, or is a
current contractor in good standing.
B. Bidders shall submit three references with whom they have had similar recent contracts. A
reference form is included in Part III. If one or more references states the bidder failed to
perform satisfactorily, or is not a similar recent contract, the bidder will fail this requirement and
the bid will be invalidated.
For this requirement, “recent” is work performed in the last 12 months and “similar” must be
related to heating and cooling system replacement, service and repair. The work must be either
in commercial or residential construction.
9. Organizational Structure: Each bidder must identify the business he represents as a sole proprietorship.
All partners of the partnership, the chairperson of the board, or chief executive officer of the corporation
must be clearly identified in the bid documents.
INVITATION FOR BID DATE: May 1, 2018
6
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
10. Organization Capability: Each bidder must identify the legal form of the business he represents.
The bidder must also state number of years of experience and level of skill of all staff expected to work
homes. Also describe warehouse facilities with space, location, and quantity of equipment that will be
utilized, i.e.: combustion analyzer(s), co detector(s), and vehicle(s), type and size.
All organization structure capability must be completed on Part III-C, Page 49.
11. The Invitation for Bid page (page 2) must be signed in order for the bid to be considered by the
agency. All bids which are received by the agency with the invitation for bid page (page 2) not
signed shall be immediately disqualified. By signing the invitation for bid page (page 2), the
bidder agrees to all parts, terms, clauses, and conditions listed in the invitation for bid.
Bids are to be mailed to:
Jefferson-Franklin Community Action Corporation
PO Box 920
Hillsboro, MO 63050
Bidders considering mailing their bids are reminded that bids MUST BE RECEIVED by the agency PRIOR
TO the submission deadline of June 1, 2018 at 2:00 p.m. LATE BIDS WILL NOT BE ACCEPTED.
INVITATION FOR BID DATE: May 1, 2018
7
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
PART II-B SPECIFIC
REQUIREMENTS
1. Insurance: The Contractor shall maintain Comprehensive General Liability Insurance at a minimum of
$300,000 Combined Single Limit for Bodily Injury and property Damage, per occurrence and aggregate.
There shall be no deductible clause on any policy of the insurance provided. This Comprehensive
General Liability coverage must include: premises and operations, broad form property damage,
products/completed operation, contractual insurance, independent contractors, and personal injury.
The Contractor shall maintain Workmen’s compensation Coverage as required by law and JFCAC.
Certification of coverage must be provided to the Agency prior to the commencement of any work under
this contract. Certification shall include documentation that the coverage shall remain in force during
the duration of this contract.
2. Performance Bond: In determining a bidder’s capability to perform, the Agency will require the
winning bidder(s) to submit a performance bond unless one of the following criteria is met: (1) the bidder
has successfully completed similar work in the past 2 years with the Agency, or (2) the bidder has
submitted three name(s) of other purchasers for whom they have successfully completed a contract and/or
work.
If the bidder does not meet either of the above criteria, the Agency will require the winning bidder(s) to
submit a performance bond before the bid award can become final. The performance bond is a
monetary-type surety, held by the Agency, which the supplier/contractor forfeits to the agency in the
event of breach of contract or contract termination. Performance bonds may be in the form of any type
of guaranteed surety such as a bond, Cashier’s Check or Treasurer’s Check.
The Agency will base any performance bond amount on the anticipated loss in production and damages
that the Agency would face should the supplier/contractor default. This amount will be an estimated 10
percent of the contract amount, and will be determined during the bid evaluation.
3. The Contractor shall indemnify and hold harmless the Client, Agency and State, including employees and
officers, from any and all actions claims, losses and liabilities which may be made against the Agency or
State as a result, directly or indirectly, of the performance of this contract. The Agency shall assist the
Contractor as may reasonably be necessary. Insurance coverage as specified herein shall be provided in
support of these indemnification requirements but shall not release the Contractor from these
responsibilities.
4. The Contractor hereby releases the Agency and recipient of services from all actions, claims and
expenses related to the work performed pursuant to this contract.
5. The Contractor shall comply with RSMo. 34.350 et.al. (Missouri Products Preference), RSMo. 643
(Clean Air Statutes), and RSMo. 701.102-701.127 (Codes and Standards: Asbestos Removal).
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
8
6. The Contractor shall comply with the National Fuel Gas Code for all work and materials performed on
gas systems and, where applicable, all local/city codes, regulations and standards (NREL/SWS). The
final inspection report of the Agency shall not be deemed to be a warranty or representation that all such
regulations and standards have been complied with by the contractor.
7. The Contractor shall notify the Agency of any unsafe or dangerous conditions concerning the heating
system being serviced. The existence of these conditions or problems may have been undetectable or
overlooked by the Agency auditor.
8. The Contractor shall furnish items and services at the prices quoted herein, in accordance with the
specifications and the terms and conditions listed on each work order, this document, and mutually
approved amendments. The Contractor guarantees the stated prices through June 30, 2019.
9. The Contractor agrees to notify the Agency in writing immediately of changes in his availability or
ability to successfully complete the work specified herein. The Contractor shall be held fully accountable
for all work prior to notification of the Agency.
10. The following services shall be completed by the Contractor:
A. Complete all work designated on the Work Order, in accordance with the Technical
Specifications and other applicable sections of this document;
B. Provide the service within 15 days from the date of issuance of the Work Order by the Agency;
C. Complete the Work Order by marking all applicable areas, and sign and date it. Request final
inspection of work by returning the completed Work Order and invoice within 5 calendar days of
the completion of the work. This notification shall identify: (a) the client, (b) client’s address,
(c) job number, (d) all work which was performed, (e) all work which was identified by the
Agency but not performed and reasons why it was not, (f) labor costs, (g) material costs and (h)
model and serial numbers.
See attached sample required invoice format.
D. Prior to receiving final work approval by the Agency, provide re-work service when needed,
within 15 days (as soon as possible in extremely cold weather) from the date of issuance of the
rework order by the Agency, at no additional cost.
E. Keep the work areas as clean and safe as possible with minimal disturbance to the client, and
broom clean all work areas upon completion of the work.
F. Request a change order for the job when the work cannot be performed as indicated, when the
client refuses the work, or the service called for does not match the actual job site.
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
9
11. Warranty: The Contractor warrants that all materials and components installed in performance of this
contract shall be free of defect in materials and workmanship for a period of twelve (12) months from
date of installation or the manufacturer’s warranty whichever is longer. This service must cover one
complete heating season. Should any material or work prove defective within this period, the Contractor
agrees to replace defective materials with new, non-defective materials at no cost to the Agency or the
Client within thirty (30) days of notification (within 3 days in extremely cold weather). Warranty
documents and all pertinent information shall be given to the client by the contractor upon completion of
the installation.
12. Only firm, fixed prices shall be considered. All prices must clearly be stated in Part III. Rebates
and/or discounts shall not be considered. The total materials amounts are estimates only. Upon receipt of
a work order, the contractor will conduct an onsite evaluation of system replacement requirements and/or
repairs along with requirements for any new equipment installation. The contractor will then submit a
written proposal for the work to be completed, in order to determine if additional materials and labor are
required above and beyond the original sealed bid quotation.
13. Failure on the part of the bidder to comply with any bid requirement is grounds for bid disqualification.
14. The Bid may be invalidated by the Agency and/or the State of Missouri, Department of Economic
Development/Division of Energy.
15. In the event of a sole source response, the Agency reserves the right to negotiate prices with the
respondent.
16. The Agency reserves the right to accept or reject any Bid and to disqualify any Respondent.
17. The Agency reserves the right to terminate the Bid process without recourse by the Respondent, and to
request resubmittal of Bids as necessary, prior to award.
18. The contractor assures compliance with Executive Order 11246 “Equal Employment Opportunity” as
amended by Executive Order 11375 and supplemented by Department of Labor regulations (41 CFR,
Part 60).
19. The Contractor assures compliance with Copeland “Anti-Kickback” act (18 USC 87) and 29 CFR, Part 3.
20. No interest shall be paid from DED funds for any reason.
21. The activities of the Contractor’s staff and associates shall be fully coordinated with the activities of the
Agency. As the work of the Contactor’s staff and associates progresses, advise on matters of immediate
concern to the Agency and related to the specific scope of work covered by the contract, shall be made
available to the Agency during the period of the contract.
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
10
22. The Contractor shall not assign any interest in the contract and shall not transfer any interest, whatsoever
in the same (whether by assignment or novation/substitution), without the written consent of the agency.
23. The contract shall be construed according to the laws of the State of Missouri.
24. No official or employee of the Agency, or official or employee of the Contractor or its governing body,
or any public official of the State of Missouri who exercises any functions or responsibilities in the review or approval of the undertaking or in the fulfillment of the obligations of the terms and conditions of the contract shall, prior to the completion of the term of the contract, voluntarily acquire any personal
interest in the contract, any proposed contractor or contract subject.
25. The Contractor covenants that he has no interest and shall not acquire any interest, direct or indirect,
which could conflict in any manner or degree with the performance of the specified services. The
Contractor further covenants that in the performance of this contract, no person having any known
interest shall be employed.
26. The contractor agrees that the Agency and/or clients of the Agency shall not be liable for the debts of the
Contractor or any other firm or organization affiliated with the Contractor in the fulfillment of the terms
of this contract.
27. This contract shall be amended only in writing, the amendment shall become binding when signed and
dated by both parties.
28. It is the Contractor’s responsibility to fulfill all obligations under this contract. The Contractor shall
subcontract for labor and or materials only with the advanced expressed written consent of the Agency
and DED/DE. Approval to subcontract shall in no way release the Contractor of his/her obligations
under this contract.
29. The State of Missouri, Department of Economic Development/Division of Energy Weatherization
Assistance Program is not a party to this Bid or contract and shall be held harmless in any dispute arising
from this Bid or contract.
30. The Contractor agrees that all work shall be performed in strict compliance with all applicable laws,
ordinances, OSHA guidelines, rules and regulations of Federal, State, County or Municipal governments
or agencies now in force or that may be enacted hereafter. The final inspection report of the Agency
shall not be deemed to be a warranty or representation that all such laws, ordinances, rules and
regulations have been complied with by the Contractor.
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
11
31. In the event that the contractor fails to perform satisfactory work in compliance with the terms of this
contract, after receiving written notification/warning from the Agency, this contract shall be terminated.
Termination shall result from:
A. Conviction of a criminal offense.
B. Unjustifiable failure to perform the terms of this contract, provided that failure to perform was
not a result of acts beyond the control of the Contractor.
C. Failures to perform satisfactorily, which results in 3 rework orders. (Rework, in this situation, is
defined as unacceptable service due entirely to the performance of the Contractor).
D. Failure to complete work and submit completed work order/invoice within the specified time
period.
E. Three or more valid client complaints within the contract period (validity as determined by the
Agency).
F. Failure to perform work to perform work to meet the National Fuel Gas Code (NFPA 54) or the
National Oil Code (NFPA 31), manufacturers’ specifications and, where applicable, local and
city codes.
G. Failure to maintain required insurance coverage.
32. Under no circumstances will any lien ever be placed on any client home.
33. The Contractor shall retain records relating to this contract for three years after final payment is made
under the contract. If an audit, litigation, or other action involving the records is started before the end of
the three-year period , the records, must be retained until all issues arising out of the action are resolved
or until the end of the three-year period, whichever is later. The Department of Energy, Comptroller
General of the United States, The Missouri Department of Economic Development/Division of Energy
and the Agency or any of their authorized representatives shall have access to contractor records.
34. Termination of this contract shall result in the Contractor being disbarred from further business with the
Agency and bidding on future contracts for a period of two years.
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
12
Part II-C BID EVALUATION
1. Bid awards shall be made to the lowest responsive and responsible bidder, as defined below:
A. Responsive: The responsiveness of the bidder refers to whether or not the bidder filled out the
IFB according to the Agency for use in bid evaluation (see Part II-A. Bid Requirements). An
IFB determined non-responsive is disqualified from further review.
B. Responsible: The responsibility of the lowest bidder must be evaluated prior to award. A
bidder determined non-responsible, is defined as not meeting all of the following items:
a. Past performance, meeting the capability to perform criteria (Part II-A, Item 8).
b. Organization statement (Part II-A, Item 9). The bidder must, at a minimum, state their
capability to meet the contract requirements. If certain workers, facilities, and
equipment will only be obtained after this bid award, these items should be stated with
specifics in advance of the bid award. For instance, if hiring a staff person, what are
the minimum qualifications for this job? If available, submit a job description. Startup
capabilities for production at bid award should be immediate. Clearly identifying the
bidder’s ability to deliver quality work and maintain a production schedule is critical to
meet “responsible” evaluation.
2. All quantities indicated in the Invitation for Bid are estimates only. JFCAC does not guarantee the
quantities stated in the Invitation for Bid.
3. Bids shall be reviewed under a two-step process. First, bids must meet all qualified requirements listed in
this Invitation for Bid. Then those bids which meet the necessary requirements shall be evaluated on the
basis of the lowest price, including renewal percentage costs for optional contract extensions of up to two
(2) years.
4. Certified letters shall be mailed to each bidder notifying them of the award. The award shall become final
after five (5) working days from the date of receipt of the notification letter. A protest must be written,
stating reasons for protest, and submitted to JFCAC before the award becomes final.
5. Bidders may receive copies of the bids and/or evaluation documents for a $0.50 charge per page, payable
in advance. Actual bids shall be available for public inspection during normal working hours of the
agency after the bid award. Current bid prices will be closed to the public from this bid invitation until
final bid is awarded.
6. The Missouri Department of Economic Development/ Division of Energy and/or JFCAC reserves the
right to invalidate any and all bids.
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
13
7. Corrections to the IFB before the bid opening:
If a bidder corrects or changes unit prices before the bid is submitted, the change or correction
should be initialed by the bidder.
8. Corrections to the IFB after bid opening:
A. During the bid qualification process, the bidder and/or the Agency may, in a public setting, make
corrections to the bid for only those items which will in no way affect either the bid prices which have
been quoted or the validity of the bid. These corrections are strictly limited to clerical type
information, i.e.: wrong or missing dates, failure to submit an address or telephone number, etc.
Corrections shall not include any specific or technical requirements listed in the Invitation for Bid, i.e.:
submissions of bid by a specified deadline, failure to submit the bid in a marked and sealed envelope,
failure to fulfill all bid requirements, etc. Correctable errors will be allowed in order to prevent an
otherwise valid bid from being disallowed due to an unintentional oversight or error on the part of the
bidder which does not involve data or information used for comparative or evaluative purposes. The
actual correction of an error shall be performed only by authorized Agency personnel at the time of bid
opening. All correctable errors must be fully documented by the Agency and witnessed, either in the
presence of the bidder and two (2) other disinterested persons not affiliated with either the program or
the firm whose bid is corrected, or by a Notary Public.
B. If a bidder has made a mathematical error in the total of materials unit cost and/or labor costs, JFCAC
will have the bidder initial the corrected total price before the bid award. Individual unit costs cannot
be changed after the bid opening.
9. Handling of Sealed Bid-Photocopy: If the bidder submitted a photocopy of the IFB, the photocopy must
remain inside the sealed envelope in the Agency’s files for future or legal settlement.
10. Withdrawal of an IFB prior to opening: Bidders are allowed to withdraw their bid prior to the bid
opening. If this occurs before the bid deadline has passed, the bidder may re-submit a bid as long as the
re-submitted bid is received prior to the bid deadline. Once a bid has been withdrawn and the bid
deadline has passed, re-submission shall not be allowed. The bidder must withdraw the bid in person and
verify identity.
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
14
PART III TECHNICAL SPECIFICATIONS
All materials and installations must comply with the National Renewable Energy Laboratory (NREL)
Standard Work Specifications for Home Energy Upgrades (SWS): https://sws.nrel.gov.
Material Standards:
Replacement Furnace or Boiler, Gas-fired:
Replace gas-fired, central furnaces: conformance to NFPA 54-2012 (or the latest version).
Minimum AFUE Rating for high-efficiency central furnaces: 95% + Direct Vent Minimum
AFUE Rating for mobile home furnaces: 95% + Direct Vent
AGA design-certified and carry AGA seal.
Replacement boiler must conform to the 2007 ASME Pressure Vessel Code (or the latest version).
Liquid Petroleum Gas Storage: conformance to NFPA 58-2008 (or the latest version).
Electric or hot surface ignition systems are allowable with a replacement furnace or boiler.
Replacement Furnace or Boiler, Oil-fired:
Replace oil furnace: conformance to NFPA 31-2012 (or the latest version) + Direct Vent
Replace boiler: conformance to the 2007 ASME Pressure Vessel Code (or the latest version).
Minimum AFUE for oil-fired boiler: 85% + Direct Vent
Replacement Space Heater, Gas-fired (includes all vented floor-, wall-, and room-type space heaters).
Replace gas-fired space heater: conform to NFPA 54-2012 (or the latest version).
AGA design-certified and carry AGA seal.
Liquid Petroleum Storage: conformance to NFPA 58-2008 (or the latest version).
No minimum AFUE for gas-fired space heaters, but space heaters must be Direct Vent.
Company Name: Authorized Signature: _Date:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
15
Replacement/Installation/operational Specifications:
Replacement furnace/space heater must:
Be of the same fuel type as the unit being replaced, unless otherwise approved by DED/DE.
Have return air filtration system on forced-air systems (excludes wall furnaces, floor furnaces and
vented space heaters), with a minimum MERV 6 filtration with no air bypass around the filters.
Be sized appropriate to the dwelling and/or existing distribution system. Documented through Manual
J or Manufacturer’s sizing guide.
Flue Requirements
The flue of the unit is to be sized according to manufacturer’s specifications and installed correctly.
GAMA or NFPA Venting Tables.
Replacement includes any sheet metal, piping, wiring, flue pipe, draft regulators or barometric
dampers and any controls necessary to complete the replacement.
Contractors must assure proper operating of newly installed units by starting and running the system
through one full cycle and verifying proper operation of all controls and components.
All work performed by the contractor must be to code, SWS, manufacturer’s specifications, industry
standards and accepted practices.
Company Name: Authorized Signature: _Date:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
16
Energy Star Equipment Specifications
Furnaces and Boilers:
Gas Furnaces Rating of 95% AFUE or greater Less than or equal to 2.0% furnace fan efficiency
Less than or equal to 2.0% air leakage
Oil Furnaces
Rating of 85% AFUE
Less than or equal to 2.0% furnace fan efficiency
Less than or equal to 2.0% air leakage
Boilers
Rating of 85% AFUE or greater
Air Source Heat Pumps: Split Systems 8.5 HSPF or greater 15 SEER or greater
Package Units
8.2 HSPF or greater
15 SEER or greater
Central Air Conditioners: Split Systems 15 SEER or greater Package Units
15 SEER or greater
Room or Window Air Conditioners: Without Reverse Cycle >9.9 - >12.1 Depending On (BTU/HR) With Reverse Cycle
>10.2 - >10.8 Depending On (BTU/HR)
ASHRAE 62.2
Equipment supplied to meet ASHRAE standards in any home, must comply with the latest ASHRAE
standards required by ASHRAE, SWS and the Missouri DED.
WATER HEATERS
Gas water heaters will be either direct vent or power vented and be ENERGYSTAR qualified. All water
heaters will include a TPR valve, discharge pipe, drain pan, drain line and expansion tank. All water
heaters will be installed to code, SWS and DED standards and must be specific to site built homes or
mobile homes as required.
Company Name: Authorized Signature: _Date:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
17
RFQ SUMMARY FORM for Furnace Replacement
Instructions Upon receipt, the Respondent should submit a quotation in the manner as indicated below.
Description Standard Installation Complete To Code
Material Cost
Labor Cost
Total Amount
Mobile Home Heat Pump >15 SEER 8.2 HSPF
Rated Output: 2.5 ton
3 ton
3.5 ton
4 ton
Mobile Home Replacement Furnaces AFUE% 95+
Rated Output Btu: 60,000
80,000
Site-Built Heat Pump >15 SEER 8.5 HSPF
Rated Output: 2.5 ton
3 ton
3.5 ton
4 ton
5 ton
Site-Built Replacement Furnaces AFUE% 95+
Rated Output Btu: 57,000
76,000
95,000
114,000
Total Quotation
$
The Respondent hereby agrees to furnish items and/or services, at the prices quoted unless individually proposed,
pursuant to all requirements and specifications contained in this document, upon either the receipt of an authorized
Purchase Order from the Agency or when this document is countersigned by the Agency as a binding Contract. The
Respondent further agrees that the language of this document shall govern in the event of a conflict with His or Her
quotation. Company Name: Date:
Authorized Signature: Title:
Phone No.: Federal ID or Social Security No.:
Renewal percentage increase from original bid prices for optional year one
Renewal percentage increase from original bid prices for optional year two
JFCAC Authorized Signature: Date:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
18
FURNACE REPLACEMENT QUOTATION FORM
Description Material
Cost Labor Cost Total
Amount
Replacement Furnace
Mobile Home: Heat Pump Site Built
Brand: Model #
Rated Btu Output: 2.5 ton HSPF
Include: (List other items associated with standard replacement.)
Total Quotation $
The Respondent hereby agrees to furnish items and/or services, at the prices quoted unless individually proposed, pursuant to all requirements and specifications contained in this document, upon either the receipt of an authorized Purchase Order from the Agency or when this document is countersigned by the Agency as a binding Contract. The Respondent further agrees that the language of this document shall govern in the event of a conflict with His or Her quotation.
Company Name: Date:
Authorized Signature: Title:
Phone No.: Federal ID or Social Security No.:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
19
FURNACE REPLACEMENT QUOTATION FORM
Description
Material Cost Labor Cost
Total Amount
Replacement Furnace
Mobile Home: Heat Pump Site Built
Brand: Model #
Rated Btu Output: 3 ton HSPF
Include: (List other items associated with standard replacement.)
Total Quotation $
The Respondent hereby agrees to furnish items and/or services, at the prices quoted unless individually proposed, pursuant to all requirements and specifications contained in this document, upon either the receipt of an authorized Purchase Order from the Agency or when this document is countersigned by the Agency as a binding Contract. The Respondent further agrees that the language of this document shall govern in the event of a conflict with His or Her quotation.
Company Name: Date:
Authorized Signature: Title:
Phone No.: Federal ID or Social Security No.:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
20
FURNACE REPLACEMENT QUOTATION FORM
Description
Material Cost Labor Cost
Total Amount
Replacement Furnace
Mobile Home: Heat Pump Site Built
Brand: Model #
Rated Btu Output: 3.5 ton HSPF
Include: (List other items associated with standard replacement.)
Total Quotation $
The Respondent hereby agrees to furnish items and/or services, at the prices quoted unless individually proposed, pursuant to all requirements and specifications contained in this document, upon either the receipt of an authorized Purchase Order from the Agency or when this document is countersigned by the Agency as a binding Contract. The Respondent further agrees that the language of this document shall govern in the event of a conflict with His or Her quotation.
Company Name: Date:
Authorized Signature: Title:
Phone No.: Federal ID or Social Security No.:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
21
FURNACE REPLACEMENT QUOTATION FORM
Description
Material Cost Labor Cost
Total Amount
Replacement Furnace
Mobile Home: Heat Pump Site Built
Brand: Model #
Rated Btu Output: 4 ton HSPF
Include: (List other items associated with standard replacement.)
Total Quotation $
The Respondent hereby agrees to furnish items and/or services, at the prices quoted unless individually proposed, pursuant to all requirements and specifications contained in this document, upon either the receipt of an authorized Purchase Order from the Agency or when this document is countersigned by the Agency as a binding Contract. The Respondent further agrees that the language of this document shall govern in the event of a conflict with His or Her quotation.
Company Name: Date:
Authorized Signature: Title:
Phone No.: Federal ID or Social Security No.:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
22
FURNACE REPLACEMENT QUOTATION FORM
Description
Material Cost Labor Cost
Total Amount
Replacement Furnace
Mobile Home: Gas Furnace Site Built
Brand: Model #
Rated Btu Output: 60 Kbtu AFUE % 95+
Include: (List other items associated with standard replacement.)
Total Quotation $
The Respondent hereby agrees to furnish items and/or services, at the prices quoted unless individually proposed, pursuant to all requirements and specifications contained in this document, upon either the receipt of an authorized Purchase Order from the Agency or when this document is countersigned by the Agency as a binding Contract. The Respondent further agrees that the language of this document shall govern in the event of a conflict with His or Her quotation.
Company Name: Date:
Authorized Signature: Title:
Phone No.: Federal ID or Social Security No.:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
23
FURNACE REPLACEMENT QUOTATION FORM
Description
Material Cost Labor Cost
Total Amount
Replacement Furnace
Mobile Home: Gas Furnace Site Built
Brand: Model #
Rated Btu Output: 80 Kbtu AFUE % 95+
Include: (List other items associated with standard replacement.)
Total Quotation $
The Respondent hereby agrees to furnish items and/or services, at the prices quoted unless individually proposed, pursuant to all requirements and specifications contained in this document, upon either the receipt of an authorized Purchase Order from the Agency or when this document is countersigned by the Agency as a binding Contract. The Respondent further agrees that the language of this document shall govern in the event of a conflict with His or Her quotation.
Company Name: Date:
Authorized Signature: Title:
Phone No.: Federal ID or Social Security No.:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
24
FURNACE REPLACEMENT QUOTATION FORM
Description
Material Cost Labor Cost
Total Amount
Replacement Furnace
Mobile Home: Site Built: Heat Pump
Brand: Model #
Rated Btu Output: 2.5 ton HSPF
Include: (List other items associated with standard replacement.)
Total Quotation $
The Respondent hereby agrees to furnish items and/or services, at the prices quoted unless individually proposed, pursuant to all requirements and specifications contained in this document, upon either the receipt of an authorized Purchase Order from the Agency or when this document is countersigned by the Agency as a binding Contract. The Respondent further agrees that the language of this document shall govern in the event of a conflict with His or Her quotation.
Company Name: Date:
Authorized Signature: Title:
Phone No.: Federal ID or Social Security No.:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
25
FURNACE REPLACEMENT QUOTATION FORM
Description
Material Cost Labor Cost
Total Amount
Replacement Furnace
Mobile Home Site Built: Heat Pump
Brand: Model #
Rated Btu Output: 3 ton HSPF
Include: (List other items associated with standard replacement.)
Total Quotation $
The Respondent hereby agrees to furnish items and/or services, at the prices quoted unless individually proposed, pursuant to all requirements and specifications contained in this document, upon either the receipt of an authorized Purchase Order from the Agency or when this document is countersigned by the Agency as a binding Contract. The Respondent further agrees that the language of this document shall govern in the event of a conflict with His or Her quotation.
Company Name: Date:
Authorized Signature: Title:
Phone No.: Federal ID or Social Security No.:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
26
FURNACE REPLACEMENT QUOTATION FORM
Description
Material Cost Labor Cost
Total Amount
Replacement Furnace
Mobile Home Site Built: Heat Pump
Brand: Model #
Rated Btu Output: 3.5 ton HSPF
Include: (List other items associated with standard replacement.)
Total Quotation $
The Respondent hereby agrees to furnish items and/or services, at the prices quoted unless individually proposed, pursuant to all requirements and specifications contained in this document, upon either the receipt of an authorized Purchase Order from the Agency or when this document is countersigned by the Agency as a binding Contract. The Respondent further agrees that the language of this document shall govern in the event of a conflict with His or Her quotation.
Company Name: Date:
Authorized Signature: Title:
Phone No.: Federal ID or Social Security No.:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
27
FURNACE REPLACEMENT QUOTATION FORM
Description Material
Cost Labor Cost Total
Amount
Replacement Furnace
Mobile Home Site Built: Heat Pump
Brand: Model #
Rated Btu Output: 4 ton HSPF
Include: (List other items associated with standard replacement.)
Total Quotation $
The Respondent hereby agrees to furnish items and/or services, at the prices quoted unless individually proposed, pursuant to all requirements and specifications contained in this document, upon either the receipt of an authorized Purchase Order from the Agency or when this document is countersigned by the Agency as a binding Contract. The Respondent further agrees that the language of this document shall govern in the event of a conflict with His or Her quotation.
Company Name: Date:
Authorized Signature: Title:
Phone No.: Federal ID or Social Security No.:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
28
FURNACE REPLACEMENT QUOTATION FORM
Description Material
Cost Labor Cost Total
Amount
Replacement Furnace
Mobile Home Site Built: Heat Pump
Brand: Model #
Rated Btu Output: 5 ton HSPF
Include: (List other items associated with standard replacement.)
Total Quotation $
The Respondent hereby agrees to furnish items and/or services, at the prices quoted unless individually proposed, pursuant to all requirements and specifications contained in this document, upon either the receipt of an authorized Purchase Order from the Agency or when this document is countersigned by the Agency as a binding Contract. The Respondent further agrees that the language of this document shall govern in the event of a conflict with His or Her quotation.
Company Name: Date:
Authorized Signature: Title:
Phone No.: Federal ID or Social Security No.:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
29
FURNACE REPLACEMENT QUOTATION FORM
Description Material
Cost Labor Cost Total
Amount
Replacement Furnace
Mobile Home Site Built: Gas Furnace
Brand: Model #
Rated Btu Output: 57 Kbtu AFUE % 95+
Include: (List other items associated with standard replacement.)
Total Quotation $
The Respondent hereby agrees to furnish items and/or services, at the prices quoted unless individually proposed, pursuant to all requirements and specifications contained in this document, upon either the receipt of an authorized Purchase Order from the Agency or when this document is countersigned by the Agency as a binding Contract. The Respondent further agrees that the language of this document shall govern in the event of a conflict with His or Her quotation.
Company Name: Date:
Authorized Signature: Title:
Phone No.: Federal ID or Social Security No.:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
30
FURNACE REPLACEMENT QUOTATION FORM
Description Material
Cost Labor Cost Total
Amount
Replacement Furnace
Mobile Home Site Built: Gas Furnace
Brand: Model #
Rated Btu Output: 76 Kbtu AFUE % 95+
Include: (List other items associated with standard replacement.)
Total Quotation $
The Respondent hereby agrees to furnish items and/or services, at the prices quoted unless individually proposed, pursuant to all requirements and specifications contained in this document, upon either the receipt of an authorized Purchase Order from the Agency or when this document is countersigned by the Agency as a binding Contract. The Respondent further agrees that the language of this document shall govern in the event of a conflict with His or Her quotation.
Company Name: Date:
Authorized Signature: Title:
Phone No.: Federal ID or Social Security No.:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
31
FURNACE REPLACEMENT QUOTATION FORM
Description
Material Cost Labor Cost
Total Amount
Replacement Furnace
Mobile Home Site Built: Gas Furnace
Brand: Model #
Rated Btu Output: 95 Kbtu AFUE % 95+
Include: (List other items associated with standard replacement.)
Total Quotation $
The Respondent hereby agrees to furnish items and/or services, at the prices quoted unless individually proposed, pursuant to all requirements and specifications contained in this document, upon either the receipt of an authorized Purchase Order from the Agency or when this document is countersigned by the Agency as a binding Contract. The Respondent further agrees that the language of this document shall govern in the event of a conflict with His or Her quotation.
Company Name: Date:
Authorized Signature: Title:
Phone No.: Federal ID or Social Security No.:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
32
FURNACE REPLACEMENT QUOTATION FORM
Description
Material Cost Labor Cost
Total Amount
Replacement Furnace
Mobile Home Site Built: Gas Furnace
Brand: Model #
Rated Btu Output: 114 Kbtu AFUE % 95+
Include: (List other items associated with standard replacement.)
Total Quotation $
The Respondent hereby agrees to furnish items and/or services, at the prices quoted unless individually proposed, pursuant to all requirements and specifications contained in this document, upon either the receipt of an authorized Purchase Order from the Agency or when this document is countersigned by the Agency as a binding Contract. The Respondent further agrees that the language of this document shall govern in the event of a conflict with His or Her quotation.
Company Name: Date:
Authorized Signature: Title:
Phone No.: Federal ID or Social Security No.:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
33
Furnace Clean and Tune and General Repairs
Instructions Upon receipt, the Respondent should submit a quotation in the manner as indicated below.
Description
Item No.
Material Cost
Labor Cost
Total Amount
Clean and Tune, Gas Heating
System [each] Includes adding or replacing air
filter(s), belt(s) and thermocouple if needed.
Clean and Tune, Gas Space Heater [each] Includes adding or replacing
thermocouple
if needed. Clean and Tune, Oil Heating System [each] Includes adding or replacing air
filter(s), belt(s), oil filter and nozzle if needed.
Clean and Tune, Oil Space Heater [each] Includes adding or replacing oil filter
and
nozzle if needed.
General Repairs, Total of line items
on Page and Page
Total Quotation
(Add lines 1, 2, 3, 4 & 5)
1
2
3
4
5
N/A
N/A
$
The Respondent hereby agrees to furnish items and/or services, at the prices quoted unless individually proposed,
pursuant to all requirements and specifications contained in this document, upon either the receipt of an authorized
Purchase Order from the Agency or when this document is countersigned by the Agency as a binding Contract. The
Respondent further agrees that the language of this document shall govern in the event of a conflict with His or Her
quotation.
Company Name: Date:
Authorized Signature: Title:
Phone No.: Federal ID or Social Security No.:
Renewal percentage increase from original bid prices for optional year one
Renewal percentage increase from original bid prices for optional year two
JFCAC Authorized Signature: Date:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
***PRICING PAGE***
RFQ No. REQUEST FOR QUOTATION 34
Ite m
No.
De scription
Unit
M aterial
Cost
Unit
Labor
Cos t
Total
Amount
Note: Bid each line item for the quantity shown (each linear foot, square
foot, etc.). Bid only in whole dollars and cents. You must bid all line items.
All parts and materials must be new. All prices (except the service call) are
bid with the assumption that you are already on site.
1 Air filter kit, permanent, manufacturer approved,
for mobile home gas furnace. Note: to be paid
as a General Repair or when a kit is required on
mobile home clean & tune.
2 Bearings/shaft in blower assembly
3 Blower motor, direct drive (when possible, P.S.C.)
4 Blower motor, belt drive (when possible, P.S.C.)
5 Combustion air
6 Damper (volume control) in supply run
7 Electronic ignition
8 Emergency disconnect switch
9 Fan/limit control
10 Gas stop
11 Gas valve
12 Heat duct (includes elbows and connectors)
13 Pilot assembly, complete
Total
[each]
[each]
[each]
[each]
[each]
[each]
[each]
[each]
[each]
[each]
[each]
[linear foot]
[each]
Company Name: Authorized Signature: Date:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
***PRICING PAGE***
RFQ No. REQUEST FOR QUOTATION 35
Item
No.
Description
Unit
Material
Cost
Unit
Labor
Cost
Total
Amount
14
15
16
17
18
19
20
21
22
23
24
25
Service Call :
a) Travel to and from plus one
hour of work
b) Subsequent charge per
hour
Sheet metal
Thermal vent damper and spill switch on gas-fired
heating system
Thermal vent dampers with spill switch on gas-fired
heating system and gas-fired domestic water heater
Thermocouple, Note: to be paid only when a
Service call is required.
Thermostat, heat only
Thermostat, heat and cool
Transformer
Vent pipe, single wall (includes elbows and
connectors)
Vent pipe, double wall (Type B) (includes elbows
and connectors)
Flue liner kits
5 inch
5.5 inch
6 inch
7 inch
8 inch
Total
[each]
[each]
[sq. ft.]
[each]
[each]
[each]
[each]
[each]
[each]
[linear foot]
[linear foot]
[linear foot]
[linear foot]
[linear foot]
[linear foot]
[linear foot]
Company Name: Authorized Signature: Date:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
36
WATER HEATER REPLACEMENT/ASHRAE INSTALATION
RFQ SUMMARY FORM
for Water Heater Replacement & ASHRAE Equipment
Instructions
Upon receipt, the Respondent should submit a quotation in the manner as indicated below.
Description
Material
Cost Labor
Cost Total
Amount Mobile Home Water Heater installed to SWS standards.
Gas 30gal
Gas 40gal
Electric 30gal
Electric 40gal
Site Built Home Water Heater installed to SWS standards.
Gas 40gal
Gas 50gal
Electric 40gal
Electric 50gal
Total Quotation
$
ASHRAE appliance installed to ASHRAE/SWS standards.
Whisper Green Bathroom Fan 0-130cfm/Switched
Whisper Green Bathroom Fan 0-130cfm/Switched/Light
Air King ECQ Range Hood 30-50cfm/continuous
Air King Q-Fam Fresh Air Device
ERV complete installation
HRV complete installation
Total Quotation
$
The Respondent hereby agrees to furnish items and/or services, at the prices quoted unless individually proposed,
pursuant to all requirements and specifications contained in this document, upon either the receipt of an authorized
Purchase Order from the Agency or when this document is countersigned by the Agency as a binding Contract. The
Respondent further agrees that the language of this document shall govern in the event of a conflict with His or Her
quotation. Company Name: Date:
Authorized Signature: Title:
Phone No.: Federal ID or Social Security No.:
Renewal percentage increase from original bid prices for optional year one
Renewal percentage increase from original bid prices for optional year two
JFCAC Authorized Signature: Date:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
37
WATER HEATER REPLACEMENT QUOTATION FORM
Description
Material Cost
Labor Cost Total
Amount
Associated Parts for Water Heater Installation.
Mobile Home Direct Vent Site Built
Brand: Model #
Size: 30gal Fuel: Gas
Include: (List other items associated with standard replacement.)
Total Quotation
$
The Respondent hereby agrees to furnish items and/or services, at the prices quoted unless individually proposed, pursuant to all requirements and specifications contained in this document, upon either the receipt of an authorized Purchase Order from the Agency or when this document is countersigned by the Agency as a binding Contract. The Respondent further agrees that the language of this document shall govern in the event of a conflict with His or Her quotation.
Company Name: Date:
Authorized Signature: Title:
Phone No.: Federal ID or Social Security No.:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
38
WATER HEATER REPLACEMENT QUOTATION FORM
Description
Material Cost
Labor Cost Total
Amount
Associated Parts for Water Heater Installation.
Mobile Home Power Vent Site Built
Brand: Model #
Size: 40gal Fuel: Gas
Include: (List other items associated with standard replacement.)
Total Quotation
$
The Respondent hereby agrees to furnish items and/or services, at the prices quoted unless individually proposed, pursuant to all requirements and specifications contained in this document, upon either the receipt of an authorized Purchase Order from the Agency or when this document is countersigned by the Agency as a binding Contract. The Respondent further agrees that the language of this document shall govern in the event of a conflict with His or Her quotation.
Company Name: Date:
Authorized Signature: Title:
Phone No.: Federal ID or Social Security No.:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
39
WATER HEATER REPLACEMENT QUOTATION FORM
Description
Material Cost
Labor Cost Total
Amount
Associated Parts for Water Heater Installation.
Mobile Home X Site Built
Brand: Model #
Size: 30gal Fuel: Electric
Include: (List other items associated with standard replacement.)
Total Quotation
$
The Respondent hereby agrees to furnish items and/or services, at the prices quoted unless individually proposed, pursuant to all requirements and specifications contained in this document, upon either the receipt of an authorized Purchase Order from the Agency or when this document is countersigned by the Agency as a binding Contract. The Respondent further agrees that the language of this document shall govern in the event of a conflict with His or Her quotation.
Company Name: Date:
Authorized Signature: Title:
Phone No.: Federal ID or Social Security No.:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
40
WATER HEATER REPLACEMENT QUOTATION FORM
Description
Material Cost
Labor Cost Total
Amount
Associated Parts for Water Heater Installation.
Mobile Home X Site Built
Brand: Model #
Size: 40gal Fuel: Electric
Include: (List other items associated with standard replacement.)
Total Quotation
$
The Respondent hereby agrees to furnish items and/or services, at the prices quoted unless individually proposed, pursuant to all requirements and specifications contained in this document, upon either the receipt of an authorized Purchase Order from the Agency or when this document is countersigned by the Agency as a binding Contract. The Respondent further agrees that the language of this document shall govern in the event of a conflict with His or Her quotation.
Company Name: Date:
Authorized Signature: Title:
Phone No.: Federal ID or Social Security No.:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
41
WATER HEATER REPLACEMENT QUOTATION FORM
Description
Material Cost
Labor Cost Total
Amount
Associated Parts for Water Heater Installation.
Mobile Home Site Built Direct Vent
Brand: Model #
Size: 30gal Fuel: Gas
Include: (List other items associated with standard replacement.)
Total Quotation
$
The Respondent hereby agrees to furnish items and/or services, at the prices quoted unless individually proposed, pursuant to all requirements and specifications contained in this document, upon either the receipt of an authorized Purchase Order from the Agency or when this document is countersigned by the Agency as a binding Contract. The Respondent further agrees that the language of this document shall govern in the event of a conflict with His or Her quotation.
Company Name: Date:
Authorized Signature: Title:
Phone No.: Federal ID or Social Security No.:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
42
WATER HEATER REPLACEMENT QUOTATION FORM
Description
Material Cost
Labor Cost Total
Amount
Associated Parts for Water Heater Installation.
Mobile Home Site Built Power Vent
Brand: Model #
Size: 40gal Fuel: Gas
Include: (List other items associated with standard replacement.)
Total Quotation
$
The Respondent hereby agrees to furnish items and/or services, at the prices quoted unless individually proposed, pursuant to all requirements and specifications contained in this document, upon either the receipt of an authorized Purchase Order from the Agency or when this document is countersigned by the Agency as a binding Contract. The Respondent further agrees that the language of this document shall govern in the event of a conflict with His or Her quotation.
Company Name: Date:
Authorized Signature: Title:
Phone No.: Federal ID or Social Security No.:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
43
WATER HEATER REPLACEMENT QUOTATION FORM
Description
Material Cost
Labor Cost Total
Amount
Associated Parts for Water Heater Installation.
Mobile Home Site Built X
Brand: Model #
Size: 30gal Fuel: Electric
Include: (List other items associated with standard replacement.)
Total Quotation
$
The Respondent hereby agrees to furnish items and/or services, at the prices quoted unless individually proposed, pursuant to all requirements and specifications contained in this document, upon either the receipt of an authorized Purchase Order from the Agency or when this document is countersigned by the Agency as a binding Contract. The Respondent further agrees that the language of this document shall govern in the event of a conflict with His or Her quotation.
Company Name: Date:
Authorized Signature: Title:
Phone No.: Federal ID or Social Security No.:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
44
WATER HEATER REPLACEMENT QUOTATION FORM
Description
Material Cost
Labor Cost Total
Amount
Associated Parts for Water Heater Installation.
Mobile Home Site Built X
Brand: Model #
Size: 40gal Fuel: Electric
Include: (List other items associated with standard replacement.)
Total Quotation
$
The Respondent hereby agrees to furnish items and/or services, at the prices quoted unless individually proposed, pursuant to all requirements and specifications contained in this document, upon either the receipt of an authorized Purchase Order from the Agency or when this document is countersigned by the Agency as a binding Contract. The Respondent further agrees that the language of this document shall govern in the event of a conflict with His or Her quotation.
Company Name: Date:
Authorized Signature: Title:
Phone No.: Federal ID or Social Security No.:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
45
ASHRAE QUOTATION FORM
Description
Material Cost
Labor Cost
Total Amount
Associated Parts for ASHRAE Installation.
Mobile Home X Site Built X
Brand: Panasonic Model # FV-13VKM3
Style: ASHRAE vent fan Whisper Green 130cfm.
Include: (List other items associated with standard replacement.)
Total Quotation
$
The Respondent hereby agrees to furnish items and/or services, at the prices quoted unless individually proposed, pursuant to all requirements and specifications contained in this document, upon either the receipt of an authorized Purchase Order from the Agency or when this document is countersigned by the Agency as a binding Contract. The Respondent further agrees that the language of this document shall govern in the event of a conflict with His or Her quotation.
Company Name: Date:
Authorized Signature: Title:
Phone No.: Federal ID or Social Security No.:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
46
ASHRAE QUOTATION FORM
Description
Material Cost
Labor Cost
Total Amount
Associated Parts for ASHRAE Installation.
Mobile Home X Site Built X
Brand: Panasonic Model # FV-13VKSL4
Style: ASHRAE vent fan/light Whisper Green 130cfm.
Include: (List other items associated with standard replacement.)
$
The Respondent hereby agrees to furnish items and/or services, at the prices quoted unless individually proposed, pursuant to all requirements and specifications contained in this document, upon either the receipt of an authorized Purchase Order from the Agency or when this document is countersigned by the Agency as a binding Contract. The Respondent further agrees that the language of this document shall govern in the event of a conflict with His or Her quotation.
Company Name: Date:
Authorized Signature: Title:
Phone No.: Federal ID or Social Security No.:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
47
ASHRAE QUOTATION FORM
Description
Material Cost
Labor Cost
Total Amount
Associated Parts for ASHRAE Installation.
Mobile Home X Site Built X
Brand: Air King Model # ECQ 308
Style: ASHRAE compliant kitchen range hood.
Include: (List other items associated with standard replacement.)
Total Quotation
$
The Respondent hereby agrees to furnish items and/or services, at the prices quoted unless individually proposed, pursuant to all requirements and specifications contained in this document, upon either the receipt of an authorized Purchase Order from the Agency or when this document is countersigned by the Agency as a binding Contract. The Respondent further agrees that the language of this document shall govern in the event of a conflict with His or Her quotation.
Company Name: Date:
Authorized Signature: Title:
Phone No.: Federal ID or Social Security No.:
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018 48
PART III-B BIDDER’S
REFERENCES
1) a. CompanyName:
b. Mailing Address: c.
City: State: Zip: d.
Contact’s Name and Title: e.
Telephone Number & Area Code: f.
Description of Service Furnished:
g. Date(s) Completed: _
2) a. Company Name:
b. Mailing Address:
c. City:
d. Contact’s Name and Title:
e. Telephone Number & Area Code:
State: Zip:
f. Description of Service Furnished:
g. Date(s) Completed: _
3) a. Company Name:
b. Mailing Address:
c. City:
d. Contact’s Name and Title:
e. Telephone Number & Area Code:
State: Zip:
f. Description of Service Furnished:
g. Date(s) Completed: _
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018 49
PART III-C
ORGANIZATIONAL CAPABILITY
1) Business structure (sole proprietorship, partner’s name, chairperson of the board, and/or chief
executive officer)
2) Bidder’s Company years in business
3) Staff’s skill level and experience
4) Warehouse facilities (space, location)
5) Equipment (combustion analyzers, gas leak detectors, VOM meters, vehicle(s) type and size)
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
Total Total
Qty Unit Measure Components Labor Material Labor Material Total
INVITATION FOR BID DATE: May 1, 2018
50
Attachment 3-5
Contractor invoices must be submitted on the contractor’s letterhead and
should include the following information: company name, contact
information, dates of service, job number and/or client’s name, quantity of
material and labor by unit, description of service with individual
measures documented (as defined by NEAT/MHEA), and costs broken out
by material and labor. In addition, for all HVAC equipment, hot water
heaters, and refrigerators, invoices must include the make, model
number and serial number of the equipment. Invoices must be uploaded to
the client file and costs should easily be tracked to the contractor’s bid
documents. (See attachment for an example contractor invoice)
Simpson Home Improvement H. Simpson
1602 Pennsylvania Ave.
Washington, MO 63090
(555) 555-5555
Invoice Date: 4/1/2015
Name: C. Montgomery Burns Job #: 039-017-M-00763 Address: 1000 Mammon Ln. Springfield MO, 65801 Phone: (555) 555-5556
Work Start: 3/23/2015 Work End: 3/25/2015
2
each CO Detector
CO Battery Operated: #KN-
COB-B-LPM
$5.00
$20.00
$10.00
$40.00
$50.00
12
each 13-watt CFL
$2.00
$1.00
$24.00
$12.00
$36.00
1
each
DWH Blanket
$20.00
$20.00
$20.00
$20.00
$40.00
6
LF
Pipe Wrap
$5.00
$1.25
$30.00
$7.50
$37.50
2
each
Interior Caulk
$5.00
$5.00
$10.00
$10.00
$20.00
1
each Exterior Caulk
$7.50
$7.50
$7.50
$7.50
$15.00
1
each
Attic Fan Cover
$15.00
$15.00
$15.00
$15.00
$30.00
1
each ASHRAE 62.2 Fan
Panasonic WhisperGreen 80
CFM FV-08VK3
$140.00
$360.00
$140.00
$360.00
$500.00
1
each DV Furnace 45000
Goodman, GMVC96,
0603BXB
$1,000.00
$1,500.00
$1,000.00
$1,500.00
$2,500.00
1050
SF
Attic Insulation
R-38 Cellulose Insulation
$0.67
$0.55
$703.50
$577.50
$1,281.00
17
SF
2" 2 part foam bands / ductwork
$2.25
$2.50
$38.25
$42.50
$80.75
$1,998.25 $2,592.00 Total $4,590.25
INVITATION FOR BID DATE: May 1, 2018
51
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
PART IV
CONTRACTUAL REQUIREMENTS
1. The contractor shall install materials which meet or exceed the requirements in Part III "Technical
Specifications". All materials must be approved by JFCAC. All materials must be new, unless specific
permission is obtained from JFCAC.
2. The Contractor does hereby waive and release any and all liens and claims or rights to liens, on all contracted
activities under the statutes of the State of Missouri relating to Mechanic’s Liens, on account of materials and
labor furnished by the Contractor under this contract. Signed Lien Waivers from the Contractor’s suppliers
may be requested. Failure to provide lien waivers may result in termination of the contract.
3. All discarded work materials related to completion of the heating system work shall be removed from the job
site.
4. The Client shall be treated with respect, courtesy, and consideration at all times.
5. The contractor shall be responsible for meeting all Federal, State, and Local regulations and laws pertaining
to furnace clean, tune and general repair work on gas and electrical heating systems.
6. The Contractor shall inform the Agency when the work (1) cannot be performed as indicated, (2) when the
homeowner refuses the work, or (3) the service called for does not match the actual job site. Materials that
cannot be installed on the home due to a client’s refusal, move, or other circumstance, will be utilized on
other homes if at all possible.
7. All work must be completed to the satisfaction of JFCAC and DED/DE in accordance with state standards,
directives, and other regulations. If a home does not pass inspection by JFCAC or DED/DE, the contractor
shall return to the job and complete the work in a timely manner without additional costs to the Agency. The
work must fulfill all requirements of the contract to be acceptable.
8. Payment for disputed work may/shall be withheld for the specific job(s) until the dispute is resolved. Work
completed on a failed home will not be compensated by JFCAC, unless additional materials and/or work are
installed by the Contractor and passes JFCAC's on-site inspection. Final determination shall be made by
JFCAC's Executive Director upon appeal by the Contractor.
9. Any damages made to a home during the work process shall be repaired within ten (10) days at no expense to
JFCAC or the occupant.
10. The Contractor shall in no manner contract or solicit monies or services from the occupants served under this
contract.
INVITATION FOR BID DATE: May 1, 2018
52
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
11. The Contractor shall not represent his/her company as directly affiliated with JFCAC other than as an
independent contractor awarded the bid from JFCAC. The contractor must not allow employees of the
company to engage in activities or make statements that would be, or might become, uncomplimentary to
JFCAC or infringe upon the rights of the home occupants. The Contractor shall not permit any statement or
action that would obligate JFCAC in any manner not directly related to this contract.
12. JFCAC reserves the right to complete work on homes if it is determined that it is in the program’s best
interest.
13.
A. Breach of Contract: Non-fulfillment of any of the terms of the contract shall be deemed
a breach of contract. A written warning shall be given to the Contractor detailing problems before the
contract is terminated. If the Contractor does not correct the problems, the contract shall be terminated by
written notice to the Contractor stating the effective date.
B. Performance Standards: JFCAC is concerned that the Contractor continues to demonstrate sufficient
ability to effectively deliver a quality product to weatherization applicants. The following performance
standards have been developed to determine when it is justified to terminate the contract according to these
unsatisfactory performance standards: (1) multiple homes requiring significant rework; (2) multiple homes
completed after the 30 to 60 days work order period; (3) multiple valid participant complaints regarding the
contractors work, behavior, or attitude; and (4) multiple errors in a billing for a completed home.
Significant unsatisfactory performance will require a written notice to the Contractor detailing the poor
performance. If not corrected, the contract may be terminated with written notice to the Contractor.
14. In the event of a breach of contract, JFCAC shall seek remedies to the full extent that the law provides. The
required performance bond or cash assurance shall be immediately forfeited to JFCAC. The amount shall be
determined by the extent of the breach of contract, the cost for JFCAC to rebid the contract, and for any and
all costs which are above the original contract prices. The Contractor shall not prohibit or interfere with
JFCAC’s rebid of the contract as the Agency sees fit. The Contractor shall be prohibited from bidding on
future projects for a period of five (5) years.
15. In the event of a contract termination, the Contractor shall not be relieved of liability to JFCAC for damage,
and JFCAC may withhold any reimbursement to the Contractor until such time as the exact amount of
damages due to JFCAC is agreed upon or otherwise determined. If acceptable to DED/DE and JFCAC, the
next lowest responsive and responsible bidder may be awarded the remaining contract. If the bidder does not
accept the award in this situation, or there is no other bid available, the remaining contract period will be
rebid.
16. Discrimination is Prohibited. No person in the United States shall, on the grounds of race, creed, color, age,
sex, disability, or national origin, be excluded from participation, be denied the proceeds of, or be subject to
discrimination in the performance of this contract. The Contractor will comply with the regulation
promulgated by the Director of DNR/DE, with the approval of the President pursuant to the Civil Rights Act
of 1964 (45C.F.R. Part 1010).
JEFFERSON FRANKLIN COMMUNITY ACTION CORPORATION
INVITATION FOR BID DATE: May 1, 2018
53
17. The Agency may request changes in the scope of services in the contract to be performed
hereunder due to regulation changes, new product availability, and other weatherization requirements and/or
improvements. Such changes, including any additional material and labor cost items, which are mutually
agreed upon by and between the Agency and the Contractor, must be incorporated in written amendments to
the contract.
18. Bidders must provide the following with the bid submissions:
A. Compliance with all applicable Missouri Wage and Hour regulations. Contractors must submit a self-
attestation letter to the Sub grantee which states the Contractor shall remain in compliance with all aspects
of Missouri’s Wage and Hour rules and regulations.
B. Occupational Health and Safety Administration (OSHA) 10-Hour construction safety course
training. All Contractor technicians, supervisors, and other personnel responsible for on-site activities
must be certified as having completed OSHA 10-hour construction safety course training. Supervisors
must have OSHA 30. The Contractor shall provide a self-attestation that all such technicians, supervisors,
and other personnel have completed the training. Further, the Contractor shall provide a copy of each
worker’s OSHA card or certification of completion for the 10-30 hour training to the sub grantee.
C. Worker’s Compensation and Unemployment Insurance. Contractors must provide all employees with
worker’s compensation and unemployment insurance as applicable under State and Federal laws and
regulations. The Contractor must provide the Sub grantee with documentation proving a past record of
compliance with Federal and/or State employment requirements.
D. Certification of eligibility – By entering into the contract, the Contractor certifies that no person or firm
who has an interest in the Contractor’s firm is a person or firm ineligible to be awarded government
contracts, i.e., not debarred.
This labor standards clause further stipulates that no part of the contract shall be subcontracted
to any person or firm debarred.
The penalty for making false statements about eligibility for government contract work
can be criminal prosecution.