invitation to bid - gwinnettcounty.com€¦ · georgia 30046. any bid received after this date and...

78
January 31, 2018 REVISED INVITATION TO BID BL016-18 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified contractors for the HVAC Maintenance and Repair Services for Various Department of Water Resources Locations. Bids should be typed or submitted in ink and returned in a sealed container marked on the outside with the BL# and Company Name. Bids will be received until 2:50 P.M. local time on February 26, 2018 March 1, 2018 at the Gwinnett County Financial Services - Purchasing Division – 2 nd Floor, 75 Langley Drive, Lawrenceville, Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent bid results will be available the following business day on our website www.gwinnettcounty.com. A pre-bid conference is scheduled for 10:00 A.M. on February 12, 2018 February 15, 2018 at the Gwinnett County F. Wayne Hill Water Resources Center, 3320 Financial Center Way, Buford. All contractors are urged to attend. Questions regarding bids should be directed to Shelley McWhorter, Purchasing Associate III, at [email protected] or by calling 770-822-8734, no later than February 14, 2018. Bids are legal and binding upon the bidder when submitted. All bids should be submitted in duplicate. Successful contractor will be required to meet insurance requirements. The Insurance Company should be authorized to do business in Georgia by the Georgia Insurance Department, and must have an A.M. Best rating of A-5 or higher. Gwinnett County does not discriminate on the basis of disability in the admission or access to its programs or activities. Any requests for reasonable accommodations required by individuals to fully participate in any open meeting, program or activity of Gwinnett County Government should be directed to Michael Plonowski, Gwinnett County Justice and Administration Center, 770-822-8015. The written bid documents supersede any verbal or written prior communications between the parties. Award will be made to the contractor submitting the lowest responsive and responsible bid. Gwinnett County reserves the right to reject any or all bids to waive technicalities and to make an award deemed in its best interest. Bids may be split or awarded in entirety. Gwinnett County reserves the option to negotiate terms, conditions and pricing with the lowest responsive, responsible bidder(s) at its discretion. Award notification will be posted after award on the County website, www.gwinnettcounty.com and companies submitting a bid will be notified via email. We look forward to your bid and appreciate your interest in Gwinnett County. Shelley McWhorter Shelley McWhorter, CPPB Purchasing Associate III /smm

Upload: others

Post on 24-Jul-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

January 31, 2018 REVISED INVITATION TO BID

BL016-18 The Gwinnett County Board of Commissioners is soliciting competitive sealed bids from qualified contractors for the HVAC Maintenance and Repair Services for Various Department of Water Resources Locations. Bids should be typed or submitted in ink and returned in a sealed container marked on the outside with the BL# and Company Name. Bids will be received until 2:50 P.M. local time on February 26, 2018 March 1, 2018 at the Gwinnett County Financial Services - Purchasing Division – 2nd Floor, 75 Langley Drive, Lawrenceville, Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent bid results will be available the following business day on our website www.gwinnettcounty.com. A pre-bid conference is scheduled for 10:00 A.M. on February 12, 2018 February 15, 2018 at the Gwinnett County F. Wayne Hill Water Resources Center, 3320 Financial Center Way, Buford. All contractors are urged to attend. Questions regarding bids should be directed to Shelley McWhorter, Purchasing Associate III, at [email protected] or by calling 770-822-8734, no later than February 14, 2018. Bids are legal and binding upon the bidder when submitted. All bids should be submitted in duplicate. Successful contractor will be required to meet insurance requirements. The Insurance Company should be authorized to do business in Georgia by the Georgia Insurance Department, and must have an A.M. Best rating of A-5 or higher. Gwinnett County does not discriminate on the basis of disability in the admission or access to its programs or activities. Any requests for reasonable accommodations required by individuals to fully participate in any open meeting, program or activity of Gwinnett County Government should be directed to Michael Plonowski, Gwinnett County Justice and Administration Center, 770-822-8015. The written bid documents supersede any verbal or written prior communications between the parties. Award will be made to the contractor submitting the lowest responsive and responsible bid. Gwinnett County reserves the right to reject any or all bids to waive technicalities and to make an award deemed in its best interest. Bids may be split or awarded in entirety. Gwinnett County reserves the option to negotiate terms, conditions and pricing with the lowest responsive, responsible bidder(s) at its discretion. Award notification will be posted after award on the County website, www.gwinnettcounty.com and companies submitting a bid will be notified via email. We look forward to your bid and appreciate your interest in Gwinnett County.

Shelley McWhorter

Shelley McWhorter, CPPB Purchasing Associate III /smm

Page 2: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 2

SPECIFICATIONS

The Gwinnett County Board of Commissioners is soliciting competitive sealed bids for HVAC System Maintenance and Repair Services on various Department of Water Resources facilities. The majority of the GCDWR facilities are industrial in nature and have HVAC systems that are critical to the proper operation of their water and wastewater treatment systems. Therefore, the required services will include the work elements shown below to ensure the proper cooling, heating, and ventilation is provided throughout the GCDWR water and wastewater system.

• Inventory and Assessment of the HVAC Systems and Equipment at the GCDWR Facilities • Comprehensive Preventative Maintenance of HVAC Systems and Equipment • On-Call Repairs for HVAC Systems and Equipment • HVAC System Replacement • Rental of HVAC Equipment in Emergency Situations

The required services are described and detailed in Section I. The locations for the services and the associated equipment are described in Appendix A. For the purposes of this procurement and subsequent contract, HVAC Systems shall be defined as any and all components of the heating, ventilation, and air conditioning systems for any facility including, but not limited to the following components:

• Furnaces and heat exchangers • Air conditioners (evaporator coils, condensing units, compressors, etc.) • Heat pumps • Electric heaters • Power induction units • Terminal units • Ventilation and exhaust fans • Refrigerant lines • Ducts work (ducts, supply vents, return vents, dampers, etc.) • Thermostats and control systems • Chillers (chiller, chilled water pumps, chilled water piping and valves, etc.) • Air handling units • Associated electrical and control systems • All related appurtenances not specifically listed by required for the proper operation of the HVAC

System I. SCOPE OF SERVICES

A. Inventory and Assessment Services Under the terms of this procurement and subsequent contract award, Inventory and Assessment Services shall be provided at the beginning of the contract, as a one-time effort. The intent of these services is to conduct site visits to each facility identified in Appendix A to inventory the existing HVAC system components and conduct an initial assessment of their condition. The inventory and assessment is to include, at a minimum, the following: • Manufacturer, model, and serial number for each piece of equipment within the respective HVAC system for

each facility. • Identification of damaged or leaking components. • Identification of found deficiencies or safety issues. Upon completion of the inventory and assessment the service provider shall provide a summary report for each

Page 3: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 3

HVAC system. The report shall include a description of the system and equipment at the facility, a summary of its condition, recommended repairs, and photographic documentation of the equipment. The summary report shall be prepared for each facility, separated into sections for the individual HVAC systems at the facility (ex. F. Wayne Hill WRC, Operations Center, Preliminary Building, Blower Building No. 1, etc.).

B. Comprehensive Preventative Maintenance Services Under the terms of this procurement and subsequent contract award, Comprehensive Preventative Maintenance Services means that for the stated monthly dollar amounts, the selected Contractor shall provide all specified or scheduled preventive maintenance, inspections, and condition reporting required to maintain the specified HVAC equipment in proper and adequate operating condition at the specified facility locations. There shall be no additional costs to the County for these services. 1. Facilities and Equipment

The Comprehensive Preventative Maintenance Services will apply to all facilities and equipment listed in Appendix A. The selected Contractor shall accept all equipment “as is” and shall assume complete responsibility for its maintenance during the contract term. As part of its services, the Contractor shall be responsible for confirming and updating the equipment list for each facility. The format for this list will conform with or be similar to the equipment list included in this bid document. The GCDWR Representative shall review and approve the format prior to the Contractor preparing the updated list. The Contractor shall provide the equipment list to the GCDWR Representative as soon as practicable but no later than three (3) months after the start of the contract. The list shall include for all major equipment, the make, model, and serial number and shall indicate the quantity and sizes of all belts and filters. The Contractor shall maintain this master list of equipment for the duration of the contract. When GCDWR or the Contractor replaces a piece of equipment, the Contractor shall update the list to reflect the new equipment.

2. Preventive Maintenance Scope and Responsibilities As a part of the Comprehensive Preventative Maintenance Services, the Contractor shall provide preventive maintenance services per the manufacturer’s recommendations for the equipment listed and described in Appendix A. The preventive maintenance services will be conducted quarterly or semiannually, depending on the specific equipment, and will be scheduled according to a timetable provided by the GCDWR Representative. This performance schedule, based on the prior record of maintenance with the equipment, will be furnished to the Contractor within 30 days of the start of the contract. This performance schedule shall be strictly maintained, and the Contractor shall be expected to complete the required preventive maintenance tasks and services in the specified months. A consistent failure to meet these schedule terms will be considered contract non-compliance and may result in reductions from the monthly payments to the Contractor or a termination of the contract for non-performance. The basic requirements for the preventive maintenance services are listed in the next three sub-sections. The Contractor will be responsible for all the listed work items as applicable to the equipment and will be responsible for all associated costs. Included in these costs are administration, supervision and overhead, travel, equipment and tools necessary to perform the services, personnel time, and consumable materials such as filters, belts, lubricants, refrigerants, etc. If during the scheduled preventive maintenance services, the Contractor determines the need for repair or replacement of equipment or parts that extend beyond the scheduled preventive maintenance tasks, the Contractor shall notify the GCDWR Representative and provide a quote and schedule for the repair or replacement costs. 2a. Preventive Maintenance for Air Conditioning Systems

Unless called for differently by the manufacturer’s instructions, the preventive maintenance program for air conditioning systems shall include the following tasks:

Page 4: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 4

i. Install gauges and check operating pressures.

ii. Check voltage and amperage to all motors. iii. Check air temperature drop across evaporator. iv. Check all adequate refrigerant charges. v. Check for refrigerant leaks.

vi. Lubricate all moving parts. vii. Check belts and adjust the tension.

viii. Replace filters. ix. Check pressure switch and cut-out settings. x. Check electrical lock-out circuits.

xi. Check starting contactor contacts. xii. Check all wiring and connections.

xiii. Check and adjust thermostats for proper calibration and operation. xiv. Check air temperature across condenser. xv. Turn exposed dampers to cooling, if marked. No balancing.

xvi. Check and flush condensate drain. xvii. Visually check duct-work.

xviii. Remove dust, soot, rust, etc., from furnace blower. xix. Check Delta T across evaporator coil, clean if less than sixteen (16) degrees. xx. Operate air conditioning system through normal cycle, make any necessary adjustments.

xxi. Clean evaporator drain pan. xxii. Clear condensate drain and add cleaning agent to drain line to prevent unnecessary clogging.

2b. Preventive Maintenance for Furnace Systems

Unless called for differently by the manufacturer’s instructions, the preventive maintenance program for furnaces shall include the following tasks:

i. Check and adjust thermostat. ii. Check and adjust all safety controls.

iii. Clean burners and heat exchanger as needed. iv. Clean and adjust pilot assembly. v. Check condition of thermocouple, replace if failure is imminent.

vi. Check and adjust burner for efficiency. vii. Check for gas leaks in furnace.

viii. Using a Carbon Monoxide Detector, check CO readings in space and at outlets of ductwork. Record readings in PPM on service provider service report to be provided to GCDWR.

ix. Lubricate all moving parts. x. Check belts and adjust tension.

xi. Replace filters. xii. Check flue pipe.

xiii. Shut down central air conditioner. xiv. Turn exposed dampers to heating, if marked. No balancing. xv. Adjust pressure regulator.

xvi. Check crankcase heater. xvii. Check air circulation.

xviii. Visually check duct work. xix. Remove dust, soot, rust, etc., from furnace blower. xx. Operate furnace through normal cycle, make any necessary adjustments.

2c. Preventative Maintenance for Chiller Systems

Page 5: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 5

Unless called for differently by the manufacturer’s instructions, the preventive maintenance program for chillers shall include the following tasks:

i. Check unit for proper operation, excessive noise or vibration. ii. Run system diagnostics test.

iii. Check for refrigerant/oil leaks. Repair leaks if found. iv. Check oil level in sight glass, add oil as necessary. v. Check refrigerant levels and recharge if necessary.

vi. Check superheat and subcooling temperatures. vii. Check liquid in line sight glass, oil and refrigerant pressures.

viii. Check compressor and evaporator heater operation. ix. Check contactors, sensors and mechanical safety limits. x. Check electrical wiring and connections; tighten loose connections.

xi. Perform meg test on chiller compressor motor and all other associated motors. Compare to historical readings.

xii. Clean intake side of condenser coils, fans, and intake screens. xiii. Inspect fan(s) or blower(s) for bent blades or imbalance. xiv. Lubricate shaft bearings and motor bearings as required. xv. Inspect plumbing and valves for leaks. Repair if necessary.

xvi. Check evaporator and condenser for corrosion. xvii. Clean chiller and surrounding area.

xviii. Ensure proper operation of freeze protection safety devices. xix. Collect sample of refrigerant/oil and submit to a qualified laboratory for analysis. xx. With chiller operating, document all pressures and temperatures.

xxi. Record run times.

2d. Preventative Maintenance for Fans and Blowers Unless called for differently by the manufacturer’s instructions, the preventive maintenance program for fans and blowers shall include the following tasks:

i. Inspect unit for unusual noise and/or vibration. ii. Inspect and clean housing.

iii. Check belts and adjust the tension. iv. Lubricate all moving parts. v. Inspect fan and motor for proper alignment.

vi. Clean entire unit, motor and fan assembly. vii. Clean intake and exhaust grills, louvers, and bird/insect screens.

viii. Check motor load amps. ix. Inspect fan blades and moving parts for excessive wear. x. Inspect all wiring for deterioration.

xi. Check tightness of electrical connections. xii. Inspect electrical contact surfaces.

xiii. Verify tightness of balance weights.

2e. Preventive Maintenance Reporting The Contractor shall prepare and submit to the GCDWR Representative a Preventive Maintenance Checklist for each preventive maintenance visit completed. The format and content of the Preventive Maintenance Checklist must be approved by the GCDWR Representative prior to the start of services under the contract. The Checklist shall be a comprehensive listing of the preventive maintenance tasks required and shall include space for information to be provided on repairs and replacements. The Preventive Maintenance Checklist shall be completed in full and signed and dated by the Contractor’s

Page 6: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 6

technician and a GCDWR employee from the facility where the services were performed. A legible copy of the completed checklist must be submitted to the GCDWR Representative within 24 hours of completion of the services. The checklist may be submitted in a paper form or by computer transmission. The failure of the Contractor to submit these checklists in a timely manner may be cause for the GCDWR to delay or withhold payment for a service element and may lead to non-performance issues. The Contractor shall maintain an up-to-date record of information from the checklists for transfer to quarterly reports described elsewhere within the procurement documents.

C. On-Call Repairs for HVAC Systems and Equipment

1. Basic Scope On-Call Repairs for HVAC Systems and Equipment are for the On-Call Repair Services to be provided by the Contractor for repairs outside of the work defined under Section I.B. Comprehensive Preventative Maintenance Services. These services are for the facilities and equipment described in Appendix A.

2. Availability and Response Time The Contractor shall be available to provide on-call repair services on a full-time basis 24 hours per day and 7 days per week. The Contractor’s personnel shall provide a response call to the service call originator within 30 minutes or less and shall be on-site for the repair within two (2) hours of this response call. The Contractor shall complete every service call within 12 hours; unless special conditions exist where a repair cannot be completed within said time, such as a proprietary part must be obtained from an out of area supplier or purchase of replacement equipment requires a long lead time. In such instances, the Contractor’s technician shall notify the GCDWR Representative promptly after determining this situation exists. GCDWR reserves the right to deny time extensions for repairs where it believes the Contractor’s request is unreasonable or not based on fact. The GCDWR Representative also may require the Contractor to respond quicker to the site and in completion of the repair if the situation is deemed an emergency. The GCDWR Representative will notify the Contractor at the time of the call out if this is the case. The names of the GCDWR Representative and other GCDWR staff authorized to issue service calls will be provided to the Contractor in writing upon the start of the contract period.

3. Repair Requirements Repairs under this Section require the Contractor to provide all services, equipment, parts, and materials that are needed to fully maintain the HVAC equipment located at each facility. Although this bid lists very specific pieces of equipment, the Contractor’s repair and maintenance responsibility extends to all systems and equipment contributing to or ancillary to the proper operation of heating, ventilation, and air conditioning systems. Included are all relevant compressors, refrigerant systems, pumps, valves, exhaust fans, unit heaters, ductwork, vents, flues, water lines, hot and chilled water lines, condensate lines and drains, gas lines, electrical power services and lines, thermostat and controls systems, and other equipment associated with the HVAC systems. Where plumbing or gas piping is involved, the Contractor shall be responsible for the complete system back to the regulator valve serving the equipment or to the nearest main in event there is no regulator valve. Where the electrical system is involved, the Contractor shall be responsible for the complete system back to and including the disconnect, or if there is no disconnect serving the equipment, to the circuit breaker in the electrical panel. The Contractor shall be responsible for any needed repair on the above described systems and equipment.

4. Service Requests

The Contractor shall provide these On-Call Repair services in response to specific service requests made by a GCDWR Representative or designees of this representative. Prior to the start of services under this agreement GCDWR shall provide the Contractor a list of what personnel may submit service requests to the Contractor. Service requests will be submitted by telephone or e-mail and will be confirmed by e-mail or facsimile, subject to arrangements with the Contractor and applicable GCDWR Representative.

5. Basis of Compensation

Page 7: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 7

Compensation to the Contractor for service call responses will be based on the hourly labor rates provided in the bid for the contract, the actual cost of parts plus a percentage markup indicated in the same bid (not to exceed 15%), and a fixed trip charge when applicable. Hours shall be calculated daily from the time the Contractor’s personnel arrives at a service location until the personnel leaves the site. Travel time to and from the location will not be compensated, and travel time away from the service location will not be compensated on an hourly basis. However, one Service Call Charge of a fixed amount may be added to a service call to cover all travel time, including time away from the service site to pick up parts or materials. Overtime labor rates may be charged for time outside of the “normal hours” specified in the bid. Parts must be itemized and billed at actual cost plus the pre-determined markup. The Contractor also agrees that it will provide documentation of costs for parts and materials upon request of GCDWR. Sub-contractor services when authorized by GCDWR shall be billed at cost plus the same mark-up utilized for parts and materials. Sub-contractor costs must be documented. NOTE: All sub-contractors must be pre-approved by the GCDWR Representative prior to the work being performed.

6. Limitation on Utilization of Personnel The Contractor typically will be expected to utilize one technician for a routine service call. If the Contractor anticipates using a helper for the repair, it shall obtain prior approval from the GCDWR Representative prior to committing to the use of the additional staff. GCDWR will withhold payment for any invoice reflecting a helper, where this support did not have prior approval. Staff utilization on larger scale repairs and projects with written authorization from GCDWR shall reflect the staffing levels in the Contractor’s approved proposal.

7. Service Call Charges As noted above, GCDWR will not pay the hourly labor rate for time to travel to and from the service site or away from the service location to pick up parts and/or materials. Instead, compensation may include one Service Call Charge per service call to cover any travel time. This amount will be a flat fee charged in lieu of hourly time. Example: Repair personnel shows up on job at 9:00 AM, checks out problem and discovers that he needs to replace a part that he does not have on his service vehicle. He leaves the job site at 10:00 AM, picks up the part and returns to the job site at 11:30 AM. He completes the repair at 12:30 PM. Billable costs at the hourly rate are from 9:00 – 10:00 and 11:30 – 12:30, and there is one Service Call Charge.

8. Repairs in Excess of $1,000/Equipment Replacements If the Contractor expects a repair to exceed $1,000.00, the Contractor’s HVAC Technician or Contractor Service Manager shall contact the GCDWR Representative prior to initiating the repair and shall provide a written estimate of the repair costs. This estimate shall include a detailed listing of expected labor costs by personnel classification, rate and hours; an itemized description of required parts and their costs; and a schedule for when the work can be performed. This estimate must be approved in writing by the GCDWR Representative and must be retained and submitted by the Contractor to GCDWR with the final Contractor Service Report. If the Contractor’s repair estimate exceeds 85% of the cost of a major equipment element or a complete unit of the HVAC system, the Contractor shall notify the GCDWR Representative of this situation prior to any repair activities. It will be at GCDWR’s discretion whether to proceed with the repair or replace the equipment/unit. Depending on the exigency of the situation, GCDWR may authorize the Contractor to proceed with purchase and installation of the replacement equipment/unit, or it may choose to purchase the equipment/unit through GCDWR’s procedures and furnish it to the Contractor for installation.

9. Special Projects on an On-Call Basis GCDWR may on occasion require that the Contractor participate in a pre-planned HVAC project on one of the facilities designated within this procurement. In such cases, the GCDWR Representative will provide a scope of services for said project and solicit a written cost estimate and schedule from the Contractor. The

Page 8: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 8

Contractor shall prepare its estimate based on the unit costs and other terms of the agreement and will perform the services as authorized by GCDWR. The Contractor shall maintain all records for labor and parts costs so that it can bill in accordance with the terms of the agreement. GCDWR has no projection of the number and magnitude of such project level work, and will only solicit such work from the Contractor if it is in its best interest in terms of schedule, convenience, and reliability.

10. Sub-Contractors The Contractor shall be prepared to perform all of the services called for under this agreement with its own staff, and its bid should reflect this approach. GCDWR on occasion, may require the Contractor to utilize specialty sub-contractors for controls, insulation or other work elements that are beyond the scope of service indicated in this solicitation. In such cases, the GCDWR Representative shall approve such sub-contractors before they are utilized. Sub-contractor expenses shall be billed as “reimbursables” at the documented actual costs plus the Contractor’s pre-determined mark-up for parts/materials.

11. Service Report Requirements Each completed service call shall be documented by a Contractor Service Report. The Service Report must be signed by the HVAC Technician who provided the services or repairs and by a representative from the facility where the work was completed. The Service Report shall be in a format acceptable to and approved by the GCDWR Representative, and must provide comprehensive information. The Service Report shall include, at a minimum, the following information:

• Bid BL Number • County Purchase Order Number • A Service Report Tracking Number • Location of Services – Facility Name/Address • Description of Equipment Serviced – Makes, Models and Serial Numbers • Description of Services Repairs Performed • Personnel Utilized and Hours of Service • Calculation of Personnel Cost • Parts & Materials Utilized/Costs/Markup • Trip Charge (If Applicable) • Total Cost of Service

The Service Report may be submitted in a faxed paper version or as a computer transmission and must be legible. The GCDWR Representative will review Service Reports and let the Contractor know within five calendar days if there are any questions or concerns regarding the services.

12. Invoicing The contractor shall invoice GCDWR for its services only after there is confirmation that the information provided is acceptable to the County. No questions or no directions to modify the costs on the Service Report shall be taken as confirmation. If changes are required by GCDWR, the final invoice should reflect those modifications. The Contractor shall submit its invoices to the Gwinnett County Department of Financial Services, Treasury Division, 75 Langley Drive, Lawrenceville, Georgia 30046. Invoices shall include the applicable Purchase Order Number and the Service Report Tracking Number, and shall be formatted according to terms and rates in the Bid Schedule. The total monetary amount on the invoice and Service Report shall correspond, and the Service Report should be attached to the invoice. It is very important that this referenced information be complete and correct. Contractor’s failure to present thorough and correct information will confuse and slow the payment process.

D. HVAC System Replacement Under the terms of this procurement and subsequent contract award, HVAC System Replacement means that GCDWR may elect to replace HVAC systems or components in lieu of repairing them, when determined to be

Page 9: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 9

more cost effective. In these situations, the Contractor shall provide all required equipment, tools, and labor to complete the removal and replacement of the system or component being replaced. 1. Replacement Equipment Selection

When a decision is made to replace existing equipment within an HVAC system, the equipment to be used shall be equal to or better than the existing equipment in terms of performance standards. Depending on the specific equipment to be replaced and the circumstances requiring the replacement, GCDWR may provide the Contractor detailed specifications for the replacement equipment, or have the Contractor recommend the equipment to be used. In either case, the Contractor shall provide submittal information for the proposed equipment to be reviewed by GCDWR. At a minimum, submittal information shall include the following, as applicable:

• Manufacturer’s name and model number • Descriptive specifications and literature • Performance characteristics and data • Capacities and ratings • Materials of construction • Equipment type, size, class, drive arrangement, discharge, rotation, and bearings • Wheel type, diameter, revolutions per minute, and tip speed • Motor data • Compressor data • Vibration isolation. • Drawings showing configuration, dimensions, and weights • Power and control wiring diagrams

2. Basis of Compensation

Compensation to the Contractor for HVAC System Replacement will be based on the hourly labor rates provided in the bid for the contract, the actual cost of the new equipment plus a percentage markup indicated in the same bid (not to exceed 15%), and a fixed trip charge when applicable. Hours shall be calculated daily from the time the Contractor’s personnel arrives at a service location until the personnel leaves the site. Travel time to and from the location will not be compensated, and travel time away from the service location will not be compensated on an hourly basis. However, one Service Call Charge of a fixed amount may be added to a service call to cover all travel time, including time away from the service site to pick up parts or materials. Overtime labor rates may be charged for time outside of the “normal hours” specified in the bid. Parts must be itemized and billed at actual cost plus the pre-determined markup. The Contractor also agrees that it will provide documentation of costs for parts and materials upon request of GCDWR. Sub-contractor services when authorized by GCDWR shall be billed at cost plus the same mark-up utilized for parts and materials. Sub-contractor costs must be documented. NOTE: All sub-contractors must be pre-approved by the GCDWR Representative prior to the work being performed. Prior to performing any work or ordering any equipment or materials, the successful Contractor shall provide a written proposal for the replacement work, which includes a breakdown of the material and equipment costs and the labor costs, with a not-to-exceed total cost. The proposal shall also include a schedule for completion of the work, indicating lead times for equipment delivery and duration of the work at GCDWR’s facility.

E. Rental of HVAC Equipment in Emergency Situations

Under the terms of this procurement and subsequent contract award, Rental of HVAC Equipment in Emergency Situations means that GCDWR may require equipment to be provided by the Contractor for use at GCDWR facilities to maintain proper and safe operation of the facilities. In these situations, the Contractor shall provide all required equipment, accessories tools, and labor to furnish and install the rented equipment to perform in

Page 10: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 10

places of, or as back-up to, the normally operating HVAC system. Rental equipment may include, but is not limited to, air conditioners, air handling units, fans or blowers, unit heaters, chillers, and air ducting. During the rental period, the Contractor shall maintain the rented equipment to ensure performance, as required. 1. Basis of Compensation

Compensation to the Contractor for Rental of HVAC Equipment in Emergency Situations will be based on the hourly labor rates provided in the bid for the contract, the actual cost of the rental equipment plus a percentage markup indicated in the same bid (not to exceed 15%), and a fixed trip charge when applicable. Hours shall be calculated daily from the time the Contractor’s personnel arrives at a service location until the personnel leaves the site. Travel time to and from the location will not be compensated, and travel time away from the service location will not be compensated on an hourly basis. However, one Service Call Charge of a fixed amount may be added to a service call to cover all travel time, including time away from the service site to pick up parts or materials. Overtime labor rates may be charged for time outside of the “normal hours” specified in the bid. Parts must be itemized and billed at actual cost plus the pre-determined markup. The Contractor also agrees that it will provide documentation of costs for parts and materials upon request of GCDWR. Sub-contractor services when authorized by GCDWR shall be billed at cost plus the same mark-up utilized for parts and materials. Sub-contractor costs must be documented. NOTE: All sub-contractors must be pre-approved by the GCDWR Representative prior to the work being performed. Prior to performing any work or ordering any equipment or materials, the successful Contractor shall provide a written proposal for the work, which includes a breakdown of the material and equipment rental costs, the labor costs for installation and set-up, and the labor costs for maintaining the system. In some circumstances, GCDWR may waive the requirement for the proposal prior to beginning work.

F. Performance Standards and Quality Assurance

1. Manufacturers’ Standards All preventive maintenance and repair services called for herein, unless otherwise stated in these specifications, shall be in accordance with the standards, methods, and procedures established in original manufacturers’ operations, maintenance and repair manuals. When the Contractor installs new equipment, it also shall follow the standards and procedures established by the applicable equipment manufacturers.

2. Equipment, Components, and Parts Replacement units and equipment such as furnaces, heat pumps, and cooling condensers shall conform to industry standards and at a minimum meet Department of Energy Regulations regarding efficiency. Replacement components and parts also must meet industry standards and be compliant with manufacturers’ recommendations. All equipment, components, and parts must be new, free of defects, suitable for the intended service, at least compatible to that replaced (i.e. 1/3 HP motor must be replaced with 1/3 HP motor), and must be able to function at the same or enhanced level. Replacements of equipment, components, and parts may be subject to the GCDWR Representative’s approval, and the GCDWR Representative may review field work and audit repair/replacement invoices.

3. Protection, Cleaning, and Restoration of Work Sites

Contractor shall keep work sites clean and free of debris. When providing services, Contractor shall maintain a level of cleanliness and neatness needed for proper execution of the work. Contractor shall keep newly installed work clean and protect it from damage. When services are complete, Contractor shall clean the work site in all areas disturbed by its activities, of rubbish, waste material and litter; remove all tools, equipment and surplus materials from the site, and remove any temporary protection and facilities installed during its services. Any surfaces and/or finishes that are damaged by Contractor’s work shall be patched, repaired, and repainted to match surrounding area. Contractor also shall take precautions to protect trees, shrubbery, and sod at its service locations. Where such items are inadvertently destroyed or damaged, Contractor shall replace or restore at its cost and to the satisfaction of GCDWR.

Page 11: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 11

4. Waste/Refrigerant Disposal Contractor shall dispose of all waste promptly and shall comply with government regulations and legal requirements in doing so. Contractor shall not dispose of volatile wastes such as cleaning compounds, primers and solvents; in storm or sanitary drains, on pavements or in gutters, or in a manner that will contaminate soils or be harmful to plant life at the service location. The Contractor shall be responsible for proper disposal of all HVAC system parts, materials, and equipment removed during its services. The Contractor also shall be responsible for the proper removal and disposal of HVAC refrigerants according to the latest EPA regulations. Contractor shall maintain documentation showing that all of its service personnel are properly trained and certified in the latest techniques for refrigerant removal and disposal.

5. Safety Precautions and Requirements a. Contractor shall take precautions to prevent fires. Contractor shall store flammable materials in non-

combustible containers and store away from fire sources. Contractor shall remove flammable waste regularly from the work site. Contractor also shall carefully supervise operation of potential fire sources such as cutting and welding.

b. Contractor shall take precautions to prevent accidents due to physical hazards. Contractor shall provide

barricades and signs as required to protect Contractor’s personnel, GCDWR employees, and the public from hazards and to inform them thereof. Barricades and warning signs shall comply with OSHA safety regulations.

c. Contractor shall provide and require use of safety equipment, clothing, and accessories as required by its work activities and safety regulations. NOTE: As a safety precaution, GCDWR requires the Contractor to always furnish its own equipment, tools, and ladders.

6. Warranties

The Contractor shall warrant against failure of all materials and workmanship associated with its work for one (1) year after the date of acceptance of such work. The Contractor shall correct such work promptly, at no cost to GCDWR, after receipt of written notice from GCDWR to do so. Maximum response time for initiation of repairs during the warranty period shall be 48 hours. Contractor shall provide to the GCDWR Representative copies of the standard manufacturer’s warranties for any new equipment and parts purchased and installed by the Contractor. The Contractor shall provide this warranty information with its Service Report whenever applicable.

7. GCDWR Representative/Contractor Service Manager In administration of the services under this agreement, GCDWR will be represented by a GCDWR Representative for each of the facilities served, GCDWR Central Facility, Crooked Creek WRF, F. Wayne Hill WRC, Yellow River WRF, Lanier Filter Plant, Shoal Creek Filter Plant, and Pump Stations. The role and responsibilities of the GCDWR Representative are noted in the previous sections through descriptions of his relationship to the Contractor. In addition to GCDWR’s above designations, the Contractor shall designate a person, a Service Manager, to serve as a single contact for GCDWR to handle service and invoicing issues.

8. Security and Building Access

a. The Contractor shall furnish GCDWR a list of all staff that will be working in said facilities. Prior to GCDWR authorizing any personnel to work inside secure facilities, GCDWR will conduct employment, background, driving, and a criminal history checks. The Contractor must submit documentation for each employee being considered for clearance the following:

i. A copy of the Department of Homeland Security I-9 Employment Eligibility Verification for the

Page 12: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 12

person for whom authorization is sought. This form shall be the form submitted by the employee at the start of his or her employment with the contractor.

ii. Copy of an unexpired and acceptable Document of Identity as listed in the I-9 Form.

iii. Instructions regarding Employment Eligibility Verification. (If applicable) a copy of an E-Verify Program form for the person for whom authorization is requested. This form must have the notation “Resolved/Authorized” in the Resolution Section. This requirement applies to employees hired since January 1, 2008.

iv. A signed County Consent Form check on the person for whom authorization is requested. A copy of

the Consent form has been attached as Appendix B - Consent Form.

If these materials are not provided in full, the Contractor will be notified that the subject employee cannot be considered. If the review of information indicates fraudulent documents, criminal history, or any cases pending in the Gwinnett County Court system, the subject employee also will be rejected. For all employees who provide complete documentation and receive security clearance, the County will provide authorization to work under the contract and will issue GCDWR Identification/Access Cards with photographic images. The employees must wear the identification/Access Cards whenever providing services on GCDWR property. The Contractor shall insure that Identification/Access Cards are returned to the GCDWR when individuals leave the company’s employ, and when the Contractor’s services end.

b. For work on most of the facilities listed herein, it will be necessary for GCDWR to have personnel at the

facility location to provide access to the Contractor. Prior to the start of services, the GCDWR Representative will provide instructions and guidance on procedures for insuring accessibility and will insure that all pertinent contact information is provided to the Contractor.

9. Database and Quarterly Reporting

For the facilities and equipment described in Appendix A, the Contractor shall maintain a database documenting all of the preventive maintenance tasks and service calls completed for each facility. The information from this database shall be available to GCDWR with 72 hours notice. In addition, the Contractor shall provide the GCDWR Representative with computer based Quarterly Reports that summarize all the preventive maintenance tasks and service calls completed for each facility. These reports shall include any equipment assessment or notes that service technicians have made regarding the HVAC systems. In particular, the Contractor shall indicate specific equipment that is aging and/or diminishing in performance, and which is a candidate for replacement. This information shall be sufficient to assist the GCDWR in budgeting for future equipment replacement.

G. General Requirements 1. Additional Facilities/Equipment

The contract award amount shall be based on the pricing provided in response to this solicitation. Nevertheless, GCDWR reserves the right to add and/or delete facilities and equipment during the contract period. The Contractor may be asked to provide only Preventive Maintenance Services or full Comprehensive Services depending on whether an added facility is still under warranty. Gwinnett County reserves the right to add or delete facilities as needed or to modify the range of services provided at any particular location. When changing the range of services or adding a facility, the County will solicit from the contractor a cost quote which the contractor shall develop with costs comparable to similar locations under the contract

2. Insurance

Page 13: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 13

The successful Contractor shall be required to submit a “Certificate of Insurance” per the attached Standard Insurance Requirements and shall maintain said coverage for the duration of the agreement service period.

3. Contractor Requirements

The qualifications and experience of the contractor are critical to the County, which must have assurances that the selected contractor is a responsible organization capable of performing the requested services. The HVAC inspection, maintenance, and repair company shall have been in the business of HVAC inspection, maintenance, and repair for the past five (5) years. Contractor(s) shall employ certified service technicians, and should submit with bid a list of current employees, who would be servicing equipment under this contract. The following information should be on the list; name of the employee, level of certification, dates of certification, location of employee, and number of years servicing; AC Units, Heat Pumps, Air Handling Units, Chillers, Exhaust Fans, Supply Fans, Electric Unit Heaters, Hot Water Unit Heaters, and Power Induction Units. Typical manufacturers within the GCDWR system include Carrier, Trane, Greenheck, Reznor, Markel, Mammoth, York, Liebert, Amana, Cook, Ceilcote, Hartzell, Cincinnati Fan, ACME, Comair, New York Blower, Bard, Lennox, Penn Barry, Mitsubishi, TPI Corporation, Emerson, and others. Before award of bid the bidder should supply a copy of each employee’s certifications. In the event of an employee turnover, the successful service provider must provide the County with a replacement journeyman to service this contract. The new journeyman must follow all of the requirements set forth in this solicitation. The successful service provider must provide to the County the name of the employee leaving and the name of the new employee that will be servicing this contract. Before the employee can start work on this contract, the successful servicer provider must supply a copy of the employee’s certification and all of the documentation indicated above. A journeyman level service technician is defined as a technician having the minimum requirement of five years mechanical experience with HVAC systems.

4. Staffing

Each bidder should submit with its bid a Staffing Plan that illustrates how the bidding contractor will provide and allocate personnel to accomplish the services described in the procurement package. This plan should identify staff within the company’s organizational structure by title, position or job classification and describe who is responsible for the following tasks and services: contract administration and oversight, dispatch, billing, preventive maintenance, and on-call services. The plan should indicate the approximate amount of time each position will have available to devote to the specified services. The plan should indicate that a minimum of three (3) HVAC Technicians will be available to respond to service calls within the specified two (2) hour response time. An HVAC Technician is defined as personnel with a minimum of five (5) years HVAC service experience and ability to troubleshoot and diagnose operational and controls issues and independently make the necessary repairs. The bidder should provide resumes for the designated HVAC Technicians and for the person to be assigned the Service Manager role. Such resumes should thoroughly and accurately document the experience capabilities and training of the HVAC Technicians and Service Manager. The successful Contractor shall maintain these three HVAC Technicians on the service agreement unless given written approval by GCDWR to replace them. And regardless of the assignees to the positions, the Contractor shall maintain a minimum of the three (3) HVAC Technicians to insure adequate response times.

NOTE: Also, if determined necessary by GCDWR to determine the capability of bidding contractors, GCDWR reserves the right to request additional information from bidders. This information may include financial statements, organizational charts, and fleet/equipment lists.

Page 14: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 14

5. Subcontracting

There will be no subcontracting allowed in performance of Comprehensive Preventative Maintenance of HVAC Systems and Equipment or On-Call Repair Services without the express written permission of GCDWR. The selected Contractor shall be fully capable of executing all the services of the agreement with in-house staff and without use of subcontractors. The unauthorized use of subcontractors may result in cancellation of the contract.

Abbreviations GCDWR Gwinnett County Department of Water Resources PS Pump Station (Water Reclamation) WRC Water Resources Center WRF Water Reclamation Facility

Page 15: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 15

FAILURE TO RETURN THIS PAGE AS PART OF YOUR BID DOCUMENT MAY RESULT IN REJECTION.

BID SCHEDULE

Item # Location One-Time Charge *

SECTION A – Inventory and Assessment Services

1 GCDWR Central Facility 684 Winder Hwy. Lawrenceville

2 GCDWR Pump Station CM Shop 684 Winder Hwy. Lawrenceville

3 Crooked Creek WRF 6557 Plant Drive Norcross

4 F. Wayne Hill WRC 3320 Financial Center Way Buford

5 Yellow River WRF 858 Tom Smith Road Lilburn

6 Lanier Filter Plant 2601 Buford Dam Road Buford

7 Shoal Creek Filter Plant 1755 Buford Dam Road Buford

8 Alcovy River and Booster PS 1344 Hwy. 29 Dacula

9 Brooks Road & Booster PS 1180 Brooks Road Lawrenceville

10 Beaver Ruin PS 3530 Cruse Road Lawrenceville

11 North Chattahoochee PS 4858 River Hollow Run Norcross

12 Norris Lake PS 4298 McCord Livsey Road Lithonia

13 Suwanee Creek PS 1758 Peachtree Industrial Blvd Suwanee

14 Jacks Creek Tunnel Entrance 2724 Brannan Road Snellville

15 NBC Tunnel and Regional PS 2735 Springdale Road Snellville

16 Wolf Creek PS 4511 Jones Bridge Road Norcross

17 Lower Big Haynes Creek PS 2680 Centerville Rosebud Road Snellville

18 Level Creek PS 5209 Basingstoke Drive Suwanee

19 Northfork Peachtree Creek PS 6782 Crescent Drive Norcross

20 Patterson PS 152 Arnold Drive Lawrenceville

21 Rock Quarry Booster PS 2710 West Rock Quarry Road Buford

22 Grayson Tank & Booster PS 300 Grayson New Hope Road Grayson

23 Duluth Booster PS 2407 Chattahoochee Drive Duluth

24 Lanier Mountain Tank & Booster PS 2270 Highpoint Road Snellville

25 Norcross Tank & Booster PS 278 Langford Drive Norcross

26 Rockbridge Tank & Booster PS 303 Rockbridge Road Lilburn

27 Shoal Creek Raw Water PS 1620 Buford Dam Road Buford

28 Lanier Raw Water PS 6340 Woodlake Drive Buford

29 Environmental Lab 3320 Financial Center Way Buford

SECTION A TOTAL $

*Unit prices cannot exceed two decimal points.

Page 16: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 16

FAILURE TO RETURN THIS PAGE AS PART OF YOUR BID DOCUMENT MAY RESULT IN REJECTION.

BID SCHEDULE

Item # Location

Quarterly Maintenance Semi-Annual Maintenance

Charge * X 4 Charge * X 2 SECTION B – Comprehensive Preventative Maintenance Services

1 GCDWR Central Facility 684 Winder Hwy. Lawrenceville

2 GCDWR Pump Station CM Shop 684 Winder Hwy. Lawrenceville

3 Crooked Creek WRF 6557 Plant Drive Norcross

4 F. Wayne Hill WRC 3320 Financial Center Way Buford

5 Yellow River WRF 858 Tom Smith Road Lilburn

6 Lanier Filter Plant 2601 Buford Dam Road Buford

7 Shoal Creek Filter Plant 1755 Buford Dam Road Buford

8 Alcovy River and Booster PS 1344 Hwy. 29 Dacula

9 Brooks Road & Booster PS 1180 Brooks Road Lawrenceville

10 Beaver Ruin PS 3530 Cruse Road Lawrenceville

11 North Chattahoochee PS 4858 River Hollow Run Norcross

12 Norris Lake PS 4298 McCord Livsey Road Lithonia

13 Suwanee Creek PS 1758 Peachtree Industrial Blvd Suwanee

14 Jacks Creek Tunnel Entrance 2724 Brannan Road Snellville

15 NBC Tunnel and Regional PS 2735 Springdale Road Snellville

16 Wolf Creek PS 4511 Jones Bridge Road Norcross

17 Lower Big Haynes Creek PS 2680 Centerville Rosebud Road Snellville

18 Level Creek PS 5209 Basingstoke Drive Suwanee

19 Northfork Peachtree Creek PS 6782 Crescent Drive Norcross

20 Patterson PS 152 Arnold Drive Lawrenceville

21 Rock Quarry Booster PS 2710 West Rock Quarry Road Buford

Page 17: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 17

FAILURE TO RETURN THIS PAGE AS PART OF YOUR BID DOCUMENT MAY RESULT IN REJECTION.

BID SCHEDULE

Item # Location

Quarterly Maintenance Semi-Annual Maintenance

Charge * X 4 Charge * X 2

22 Grayson Tank & Booster PS 300 Grayson New Hope Road Grayson

23 Duluth Booster PS 2407 Chattahoochee Drive Duluth

24 Lanier Mountain Tank & Booster PS 2270 Highpoint Road Snellville

25 Norcross Tank & Booster PS 278 Langford Drive Norcross

26 Rockbridge Tank & Booster PS 303 Rockbridge Road Lilburn

27 Shoal Creek Raw Water PS 1620 Buford Dam Road Buford

28 Lanier Raw Water PS 6340 Woodlake Drive Buford

29 Environmental Lab 3320 Financial Center Way Buford

TOTAL $ $

SECTION B TOTAL (QUARTERLY AND SEMI-ANNUAL MAINTENANCE) $

*Unit prices cannot exceed two decimal points.

Page 18: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 18

FAILURE TO RETURN THIS PAGE AS PART OF YOUR BID DOCUMENT MAY RESULT IN REJECTION.

BID SCHEDULE

Item # Description *Qty **Hourly Charge Total

SECTION C - Labor Rates For On-Call Repairs For HVAC Systems & Equipment, HVAC System Replacement & Rental Of HVAC Equipment In Emergency Situations

1 Technician – Repair during normal hours Monday – Friday, 8:00 a.m. to 5:00 p.m. 1,165 hours

2 Technician –Repair after hours Monday – Friday, After 5:00 PM, Weekends & Holidays

3 Helper – Repair during normal hours Monday – Friday, 8:00 AM to 5:00 PM

290 hours

4 Helper – Repair after hours Monday – Friday, After 5:00 PM, Weekends & Holidays

5 Service Call Charge (one-time charge per call) 118 calls

6 Mechanic - Ductwork Installer during normal hours Monday – Friday, 8:00 a.m. to 5:00 p.m. 115 hours

7 Mechanic – Ductwork Installer after hours Monday – Friday, after 5:00 p.m., Weekends & Holidays

8 Helper – Ductwork Installer during normal hours Monday – Friday, 8:00 a.m. to 5:00 p.m. 115 hours

9 Helper – Ductwork Installer after hours Monday – Friday, after 5:00 p.m., Weekends & Holidays

10 State percentage of mark up above cost for repair parts (not to exceed 15%) ***

$67,900

%

11 State percentage of mark up above cost for new HVAC equipment(not to exceed 15%) *** $67,900

%

12 State percentage of mark up above cost for rental of HVAC equipment(not to exceed 15%) ***

SECTION C TOTAL $

BID TOTAL (SECTIONS A , B & C) $

* The quantities and dollar amounts listed in Section C are estimates of annual time and costs based on prior experience and are for evaluation purposes only. The quantities and amount do not represent a guarantee of annual billings. ** Unit prices cannot exceed two decimal points. *** Not to be understood with gross profit margin. The determination of lowest cost for Section C will be based on the total of: 1) Service Classification Hourly Rates multiplied by a projected number of hours at regular time, 2) a projected number of Service Call Charges, 3) the proposed % Mark-Up multiplied by a projected value of parts and equipment. The projections are estimates of annual time and costs based on prior experience and are for evaluation purposes only. The amounts do not represent a guarantee of annual billings. The calculations from the On-Call Repair projections (Section C) will be added to the costs for the Inventory and Assessment Services (Section A)

Page 19: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 19

FAILURE TO RETURN THIS PAGE AS PART OF YOUR BID DOCUMENT MAY RESULT IN REJECTION.

BID SCHEDULE

and the Comprehensive PM Services (Section B) to determine the lowest bidder(s).

Page 20: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 20

FAILURE TO RETURN THIS PAGE AS PART OF YOUR BID DOCUMENT MAY RESULT IN REJECTION.

BID SCHEDULE

Bidder has examined Bid Document Package and following addenda:

No. Dated No. Dated

No. Dated No. Dated Gwinnett County requires pricing to remain firm for the duration of the initial term of the contract. Failure to hold firm pricing for the initial term of the contract will be sufficient cause for Gwinnett County to declare bid non-responsive. Contract to begin Unless otherwise noted, bid prices will remain firm for four (4) additional years. If a percentage increase/decrease will be a part of this bid, please note this in the space provided together with an explanation. Termination for Cause: The County may terminate this agreement for cause upon ten days prior written notice to the contractor of the contractor’s default in the performance of any term of this agreement. Such termination shall be without prejudice to any of the County’s rights or remedies by law. Termination for Convenience: The County may terminate this agreement for its convenience at any time upon 30 days written notice to the contractor. In the event of the County’s termination of this agreement for convenience, the contractor will be paid for those services actually performed. Partially completed performance of the agreement will be compensated based upon a signed statement of completion to be submitted by the contractor, which shall itemize each element of performance. Certification Of Non-Collusion In Bid Preparation Signature Date

In compliance with the attached specifications, the undersigned offers and agrees, if this quote is accepted by the Board of Commissioners within ninety (90) days of the date of quote opening, to furnish any or all of the items upon which prices are quoted, at the price set opposite each item, delivered to the designated point(s) within the time specified in the quote schedule. By submission of this bid, I understand that Gwinnett County uses Electronic Payments for remittance of goods and services. Vendors should select their preferred method of electronic payment upon notice of award. For more information on electronic payments, please refer to the Electronic Payment information in the instructions to bidders.

Legal Business Name

Federal Tax ID

Complete Address

Does your company currently have a location within Gwinnett County? Yes No

Representative Signature

Printed Name

Telephone Number E-mail address

Comprehensive Fee Labor Rates 1st Renewal Option % %

2nd Renewal Option % %

3rd Renewal Option % %

1st Renewal Option % %

Page 21: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

Solicitation Name & No. HVAC Maintenance Services for Various Water Resources Locations, BL016-18 CONTRACTOR AFFIDAVIT AND AGREEMENT

(THIS FORM SHOULD BE FULLY COMPLETED AND RETURNED WITH YOUR SUBMITTAL)

By executing this affidavit, the undersigned contractor verifies its compliance with The Illegal Reform

Enhancements for 2013, stating affirmatively that the individual, firm, or corporation which is contracting with the Gwinnett County Board of Commissioners has registered with and is participating in a federal work authorization program* [any of the electronic verification of work authorization programs operated by the United States Department of Homeland Security or any equivalent federal work authorization program operated by the United States Department of Homeland Security to verify information of newly hired employees, pursuant to the Immigration Reform and Control Act, in accordance with the applicability provisions and deadlines established therein.

The undersigned further agrees that, should it employ or contract with any subcontractor(s) in connection with

the physical performance of services or the performance of labor pursuant to this contract with the Gwinnett County Board of Commissioners, contractor will secure from such subcontractor(s) similar verification of compliance with the Illegal Immigration Reform and Enforcement Act on the Subcontractor Affidavit provided in Rule 300-10-01-.08 or a substantially similar form. Contractor further agrees to maintain records of such compliance and provide a copy of each such verification to the Gwinnett County Board of Commissioners at the time the subcontractor(s) is retained to perform such service. _________________________________________ _____________________ E-Verify * User Identification Number Date Registered _________________________________________ Legal Company Name _________________________________________ Street Address _________________________________________ City/State/Zip Code _____________________________________ ______________________ BY: Authorized Officer or Agent Date (Contractor Signature) __________________________________________ Title of Authorized Officer or Agent of Contractor ___________________________________________ Printed Name of Authorized Officer or Agent SUBSCRIBED AND SWORN BEFORE ME ON THIS THE _______ DAY OF ______________________, 201__ ____________________________________________ Notary Public My Commission Expires: ____________________ * As of the effective date of O.C.G.A. 13-10-91, the applicable federal work authorization program is “E-Verify” operated by the U.S. Citizenship and Immigration Services Bureau of the U.S. Department of Homeland Security, in conjunction with the Social Security Administration (SSA). Rev. 6.20.13

For Gwinnett County Use Only: Document ID #___________________

Issue Date: ______________________

Initials: _________________________

Page 22: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

Bid # & Description BL016-18, HVAC Maintenance Services for Various Water Resources Locations

CODE OF ETHICS AFFIDAVIT (THIS FORM SHOULD BE FULLY COMPLETED AND

RETURNED WITH YOUR SUBMITTAL) In accordance with Section 54-33 of the Gwinnett County Code of Ordinances the undersigned bidder/proposer makes the following full and complete disclosure under oath, to the best of his/her knowledge, of the name(s) of all elected officials whom it employs or who have a direct or indirect pecuniary interest in or with the bidder/proposer, its affiliates or its subcontractors:

1. (Company Submitting Bid/Proposal)

2. (Please check one box below) No information to disclose (complete only section 4 below) Disclosed information below (complete section 3 & section 4 below)

3. (if additional space is required, please attach list)

Gwinnett County Elected Official Name Gwinnett County Elected Official Name Gwinnett County Elected Official Name Gwinnett County Elected Official Name

4. Sworn to and subscribed before me this BY: day of , 20

Authorized Officer or Agent Signature Printed Name of Authorized Officer or Agent Notary Public Title of Authorized Officer or Agent of Contractor (seal)

Note: See Gwinnett County Code of Ethics Ordinance EO2011, Sec. 54-33. The ordinance will be available to view in its’ entirety at www.gwinnettcounty.com

Page 23: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 23

FAILURE TO RETURN THIS PAGE AS PART OF YOUR BID DOCUMENT MAY RESULT IN REJECTION OF BID.

REFERENCES Gwinnett County requests a minimum of three, (3) references where work of a similar size and scope has been completed. 1. Company Name

Brief Description of Project Number and Type of Systems

Dollar Amount of Project

Contract Start Date & Completion Date

Contact Person

Telephone Facsimile

E-Mail Address 2. Company Name

Brief Description of Project

Number and Type of Systems Dollar Amount of Project

Contract Start Date & Completion Date

Contact Person

Telephone Facsimile

E-Mail Address 3. Company Name

Brief Description of Project Number and Type of Systems

Dollar Amount of Project

Contract Start Date & Completion Date

Contact Person

Telephone Facsimile

E-Mail Address Company Name

Page 24: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 24

Gwinnett County, Georgia BID BOND

KNOW ALL MEN BY THESE PRESENTS: that (Name of Contractor) (Address of Contractor) a (Corporation, Partnership or Individual) hereinafter called Principal, and (Name of Surety) (Address of Surety) a Corporation of the State of , and a surety authorized by law to do business in the State of Georgia, hereinafter called Surety, are held and firmly bound unto Gwinnett County Board of Commissioners (Name of Obligee) 75 Langley Drive, Lawrenceville, Georgia 30046 (Address of Obligee) Thereinafter referred to as Obligee: in the penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. WHEREAS, the Principal is about to submit, or has submitted, to Gwinnett County, Georgia, a bid for furnishing materials, labor, and equipment for HVAC Maintenance and Repair Services for Various Department of Water Resources Locations. WHEREAS, the Principal desires to file this Bond in accordance with law in lieu of a certified Bidder's check otherwise required to accompany this Bid. NOW, THEREFORE, the conditions of this obligation are such that if the bid be accepted, the Principal shall within ten days after receipt of notification of the acceptance, execute a Contract in accordance with the Bid and upon the terms, conditions, and prices set forth in the form and manner required by Gwinnett County, Georgia, and execute a sufficient and satisfactory Performance Bond and Payment Bond payable to Gwinnett County, Georgia, each in the amount of 100% of the total Contract Price, in form and with security satisfactory to said Gwinnett County, Georgia, and otherwise, to be and remain in full force and virtue in law, and the Surety shall, upon failure of the Principal to comply with any or all of the foregoing requirements within the time specified above, immediately pay to Gwinnett County, Georgia, upon demand, the amount hereof in good and lawful money of the United States of America, not as a penalty, but as liquidated damages.

Page 25: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 25

Gwinnett County, Georgia PROVIDED, FURTHER, that Principal and Surety agree and represent that this bond is executed pursuant to and in accordance with the applicable provisions of the Official Code of Georgia Annotated, as Amended, including, but not limited to, O.C.G.A. § 36-91-1 et seq., and is intended to be and shall be constructed as a bond in compliance with the requirements thereof. Signed, sealed and dated this day of , A.D., 20 . ATTEST:

(Principal)

(Principal Secretary)

By: (SEAL)

(Address)

(Witness as to Principal) (Address)

(Surety)

ATTEST: By:

(Attorney-in-Fact)

Resident or Nonresident Agent (Address) (SEAL)

(Witness as to Surety) (Address) NOTE: If Contractor is Partnership, all partners should execute Bond. Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located.

Page 26: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 26

STANDARD INSURANCE REQUIREMENTS (For projects less than $1,000,000)

1. Statutory Workers' Compensation Insurance

(a) Employers Liability: Bodily Injury by Accident - $100,000 each accident Bodily Injury by Disease - $500,000 policy limit Bodily Injury by Disease - $100,000 each employee

2. Commercial General Liability Insurance

(a) $500,000 limit of liability per occurrence for bodily injury and property damage (b) The following additional coverage must apply:

1986 (or later) ISO Commercial General Liability Form Dedicated Limits per Project Site or Location (CG 25 03 or CG 25 04) Additional Insured Endorsement (Form B CG 20 10 with a modification for completed operations or a separate

endorsement covering Completed Operations) Blanket Contractual Liability Broad Form Property Damage Severability of Interest Underground, explosion, and collapse coverage Personal Injury (deleting both contractual and employee exclusions) Incidental Medical Malpractice Hostile Fire Pollution Wording

3. Auto Liability Insurance

(a) $500,000 limit of liability per occurrence for bodily injury and property damage (b) Comprehensive form covering all owned, non-owned, leased, hired, and borrowed vehicles (c) Additional Insured Endorsement (d) Contractual Liability

4. Umbrella Liability Insurance - $1,000,000 limit of liability

(a) The following additional coverage must apply Additional Insured Endorsement Concurrency of Effective Dates with Primary Blanket Contractual Liability Drop Down Feature Care, Custody, and Control - Follow Form Primary Aggregates: Apply Where Applicable in Primary Umbrella Policy must be as broad as the primary policy

5. Gwinnett County Board of Commissioners should be shown as an additional insured on General Liability, Auto Liability and

Umbrella Liability policies. 6. The cancellation should provide 10 days notice for nonpayment and 30 days notice of cancellation. 7. Certificate Holder should read:

Gwinnett County Board of Commissioners 75 Langley Drive Lawrenceville, GA 30046-6935

8. Insurance Company, except Worker' Compensation carrier, must have an A.M. Best Rating of A-5 or higher. Certain

Workers' Comp funds may be acceptable by the approval of the Insurance Unit. European markets including those based in London and domestic surplus lines markets that operate on a non-admitted basis are exempt from this requirement provided that the contractor’s broker/agent can provide financial data to establish that a market is equal to or exceeds the financial strengths associated with the A.M. Best’s rating of A-5 or better.

9. Insurance Company should be licensed to do business by the Georgia Department of Insurance.

Page 27: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 27

10. Certificates of Insurance, and any subsequent renewals, must reference specific bid/contract by project name and

project/bid number. 11. The Contractor shall agree to provide complete certified copies of current insurance policy (ies) or a certified letter from the

insurance company (ies) if requested by the County to verify the compliance with these insurance requirements. 12 All insurance coverages required to be provided by the Contractor will be primary over any insurance program carried by

the County. 13. Contractor shall incorporate a copy of the insurance requirements as herein provided in each and every subcontract with

each and every Subcontractor in any tier, and shall require each and every Subcontractor of any tier to comply with all such requirements. Contractor agrees that if for any reason Subcontractor fails to procure and maintain insurance as required, all such required Insurance shall be procured and maintained by Contractor at Contractor's expense.

14. No Contractor or Subcontractor shall commence any work of any kind under this Contract until all insurance requirements

contained in this Contract have been complied with and until evidence of such compliance satisfactory to Gwinnett County as to form and content has been filed with Gwinnett County. The Acord Certificate of Insurance or a preapproved substitute is the required form in all cases where reference is made to a Certificate of Insurance or an approved substitute.

15. The Contractor shall agree to waive all rights of subrogation against the County, the Board of Commissioners, its officers,

officials, employees, and volunteers from losses arising from work performed by the contractor for the County. 16. Special Form Contractors’ Equipment and Contents Insurance covering owned, used, and leased equipment, tools, supplies,

and contents required to perform the services called for in the Contract. The coverage must be on a replacement cost basis. The County will be included as a Loss Payee in this coverage for County owned equipment, tools, supplies, and contents.

17. The Contractor shall make available to the County, through its records or records of their insurer, information regarding a

specific claim related to any County project. Any loss run information available from the contractor or their insurer relating to a County project will be made available to the County upon their request.

18. Compliance by the Contractor and all subcontractors with the foregoing requirements as to carrying insurance shall not

relieve the Contractor and all Subcontractors of their liability provisions of the Contract. 19. The Contractor and all Subcontractors are to comply with the Occupational Safety and Health Act of 1970, Public Law 91-

956, and any other laws that may apply to this Contract. 20. The Contractor shall at a minimum apply risk management practices accepted by the contractors’ industry.

Rev. 06/11

Page 28: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 28

***Gwinnett County requires that all Contracts between parties be entered into via the following documents. If any exceptions are taken to any part of this document, each must be stated in detail and submitted as part of your proposal/bid document. If no exceptions are noted it is assumed that the party fully agrees to the contract in its entirety. Exceptions to the sample contract provided in this bid will be considered in terms of responsiveness when making award.***

SAMPLE ANNUAL SERVICE PROVIDER CONTRACT

HVAC MAINTENANCE AND REPAIR SERVICES FOR VARIOUS DEPARTMENT OF WATER RESOURCES LOCATIONS This CONTRACT made and entered into this day of , 20__ by and between Gwinnett County, Georgia (Party of the First Part, hereinafter called the "County"), and, (Party of the Second Part, hereinafter called the "Service Provider"). NOW THEREFORE, for and in consideration of the mutual promises and obligations contained herein and under the conditions hereinafter set forth, the parties do hereby agree as follows: 1. TERM: This contract shall commence , for a one year period with one option to renew for an additional one year period.

2. ATTACHMENTS: Copies of the Service Provider's bid, including all drawings, specifications, price lists, Instructions to Bidders, General Conditions, Special Provisions, and Detailed Specifications submitted to the County during the Bid process (hereinafter collectively referred to as the "Bid ") are attached hereto (Exhibit A) and are specifically incorporated herein by reference. In the event of a conflict between the County's contract documents and the Bid, the County's contract documents shall control. 3. PERFORMANCE: Service Provider agrees to furnish all skill and labor of every description necessary to carry out and complete in good, firm and substantial, workmanlike manner, the work specified, in strict conformity with the Bid. 4. PRICE: As full compensation for the performance of this Contract, the County shall pay the Service Provider for the actual quantity of work performed. Bid amount shown on Exhibit A is the total obligation of the County pursuant to OCGA section 36-60-13 (a) (3). The fees for the work to be performed under this Contract shall be charged to the County in accordance with the rate schedule referenced in the Bid (Exhibit A). The County agrees to pay the Service Provider following receipt by the County of a detailed invoice, reflecting the actual work performed by the Service Provider. 5. INDEMNIFICATION AND HOLD HARMLESS: Service Provider agrees to protect, defend, indemnify, and hold harmless the COUNTY, its commissioners, officers, agents and employees from and against any and all liability, damages, claims, suits, liens, and judgments, for whatever nature, including claims for contribution and/or indemnification, for injuries to or death of any person or persons, or damage to the property or other rights of any person or persons to the extent arising out of and attributed to the negligent acts, errors, or omissions of the Service Provider. Service Provider's obligation to protect, defend, indemnify, and hold harmless, as set forth hereinabove shall include any matter arising out of any patent, trademark, copyright, or service mark, or any actual or alleged unfair competition disparagement of product or service, or other business tort of any type whatsoever, or any actual or alleged violation of trade regulations. Service Provider further agrees to protect, defend, indemnify, and hold harmless the COUNTY, its commissioners, officers, agents, and employees from and against any and all claims or liability for compensation under the Worker's Compensation Act arising out of injuries sustained by any employee of the Service Provider.

Page 29: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 29

6. TERMINATION FOR CAUSE: The County may terminate this Contract for cause upon ten (10) days prior written notice to the Service Provider of the Service Provider's default in the performance of any term of this Contract. Such termination shall be without prejudice to any of the County's rights or remedies provided by law. 7 TERMINATION FOR CONVENIENCE: The County may terminate this Contract for its convenience at any time upon 30 days written notice to the Service Provider. In the event of the County's termination of this Contract for convenience, the Service Provider will be paid for those services actually performed. Partially completed performance of the Contract will be compensated based upon a signed statement of completion to be submitted by the Service Provider who shall itemize each element of performance. 8. CONTRACT NOT TO DISCRIMINATE: During the performance of this Contract, the Service Provider will not discriminate against any employee or applicant for employment because of race, creed, color, sex, national origin, age, or disability which does not preclude the applicant or employee from performing the essential functions of the position. The Service Provider will also, in all solicitations or advertisements for employees placed by qualified applicants, consider the same without regard to race, creed, color, sex, national origin, age, or disability which does not preclude the applicant from performing the essential functions of the job. The Service Provider will cause the foregoing provisions to be inserted in all subcontracts for any work covered by this Contract so that such provision will be binding upon each subservice provider, providing that the foregoing provisions shall not apply to contracts or subservice providers for standard commercial supplies of raw materials. 9. ASSIGNMENT: The Service Provider shall not sublet, assign, transfer, pledge, convey, sell or otherwise dispose of the whole or any part of this Contract or his right, title, or interest therein to any person, firm, or corporation without the previous consent of the County in writing. 10. WAIVER: A waiver by either party of any breach of any provision, term, covenant, or condition of this Contract shall not be deemed a waiver of any subsequent breach of the same or any other provision, term, covenant, or condition. 11 SEVERABILITY: The parties agree that each of the provisions included in this Contract is separate, distinct and severable from the other and remaining provisions of this Contract, and that the invalidity of any Contract provision shall not affect the validity of any other provision or provisions of this Contract. 12. GOVERNING LAW: The parties agree that this Contract shall be governed and construed in accordance with the laws of the State of Georgia. This Contract has been signed in Gwinnett County, Georgia. 13. MERGER CLAUSE: The parties agree that the terms of this Contract include the entire Contract between the parties, and as such, shall exclusively bind the parties. No other representations, either oral or written, may be used to contradict the terms of this Contract.

(Signatures Next Page)

Page 30: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 30

IN WITNESS WHEREOF, the parties hereto, acting through their duly authorized agents, have caused this CONTRACT to be signed, sealed and delivered.

GWINNETT COUNTY, GEORGIA By:

Charlotte J. Nash, Chairman Gwinnett County Board of Commissioners

ATTEST:

Signature

Diane Kemp, County Clerk Board of Commissioners APPROVED AS TO FORM: Signature Gwinnett County Staff Attorney SERVICE PROVIDER: BY:

Signature Print Name Title ATTEST: Signature Print Name Corporate Secretary (Seal)

Page 31: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 31

BOND # PAYMENT BOND

KNOW ALL MEN BY THESE PRESENTS: that (Name of Contractor) (Address of Contractor) a (Corporation, Partnership or Individual) hereinafter called Principal, and (Name of Surety) (Address of Surety) a Corporation of the State of , and a surety authorized by law to do business in the State of Georgia, hereinafter called Surety, are held and firmly bound unto Gwinnett County Board of Commissioners (Name of Obligee) 75 Langley Drive, Lawrenceville, Georgia 30046 (Address of Obligee) hereinafter called Obligee; for the use and protection of all subcontractors and all persons supplying labor, services, skill, tools, machinery, materials and/or equipment in the prosecution of the work provided for in the contract hereinafter referred to in the full and just sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum, will and truly to be made, the Principal and Surety bind themselves, their, and each of their heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. The condition of this obligation is such, as whereas the Principal entered into a certain contract, hereto attached, with the Obligee. NOW, THEREFORE THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal shall well, truly, and faithfully perform said Contract according to its terms, covenants, and conditions, and shall promptly pay all persons furnishing labor, materials services, skill, tools, machinery and/or equipment for use in the performance of said Contract, then this obligation shall be void; otherwise it shall remain in full force and effect. ALL persons who have furnished labor, materials, services, skill, tools, machinery and/or equipment for use in the performance of said Contract shall have a direct right of action on this Bond, provided payment has not been made in full within ninety (90) days after the last day on which labor was performed, materials, services, skill, tools, machinery, and equipment furnished or the subcontract completed. PROVIDED FURTHER, that said Surety to this Bond, for value received, hereby stipulates and agrees that no change, extension of time, alterations, or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its

Page 32: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 32

obligation on this bond, and it does hereby waive notice of any such change, extension of time, alterations, or additions to the terms of the Contract or to the work to be performed thereunder. PROVIDED, HOWEVER, that no suit or action shall be commenced hereunder by any person furnishing labor, materials, services, skill, tools, machinery, and/or equipment having a direct contractual relationship with a subcontractor, but no contractual relationship express or implied with the Principal: Unless such person shall have given notice to the Principal within ninety (90) days after such person did, or performed the last of the work or labor, or furnished the last of the materials, services, skill, tools, machinery and/or equipment for which claim is made, stating with substantial accuracy the amount claimed and the name of the party to whom the materials, services, skill, tools, machinery and/or equipment were furnished, or for whom the work or labor was done or performed. Such a notice shall be served by mailing the same by registered mail, postage prepaid, in an envelope addressed to the Principal, at any place where an office is regularly maintained for the transaction of business, or served in any manner in which legal process may be served in the State in which the aforesaid project is located, save that such service need not be made by a public officer, and a copy of such notice shall be delivered to the Obligee, to the person and at the address provided for in the Contract, within five (5) days of the mailing of the notice to the Principal. PROVIDED, FURTHER, that any suit under this bond must be instituted before the expiration of one (1) year after the acceptance of the public works covered by the Contract by the proper authorities. PROVIDED, FURTHER, that Principal and Surety agree and represent that this bond is executed pursuant to and in accordance with the applicable provisions of the Official Code of Georgia Annotated, as Amended, including, but not limited to, O.C.G.A. § 36-91-1 et seq., and is intended to be and shall be construed as a bond in compliance with the requirements thereof.

[Signatures Next Page]

Page 33: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 33

ATTEST: (Principal)

(Principal Secretary)

By: (SEAL)

(Address)

(Witness as to Principal) (Address)

(Surety)

ATTEST: By:

(Attorney-in-Fact)

Resident or Nonresident Agent (SEAL)

(Address) (Witness as to Surety) (Address)

NOTE: If Contractor is Partnership, all partners should execute Bond. Surety Companies executing Bonds must

appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located.

BONDING AGENT CONTACT INFO

Print Name

Company Name

E-Mail

Phone

Page 34: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 34

BOND #

PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENTS: that (Name of Contractor) (Address of Contractor) a (Corporation, Partnership or Individual)

hereinafter called Principal, and (Name of Surety) (Address of Surety) a Corporation of the State of , and a surety authorized by law to do business in the State of Georgia, hereinafter called Surety, are held and firmly bound unto

Gwinnett County Board of Commissioners (Name of Obligee)

75 Langley Drive, Lawrenceville, Georgia 30046 (Address of Obligee) hereinafter referred to as Obligee, are held and firmly bound unto said Obligee and all persons doing work or furnishing skill, tools, machinery, supplies, or material under or for the purpose of the Contract hereinafter referred to, in the penal sum of Dollars ($ ) in lawful money of the United States, for the payment of which sum will and truly to be made, we bind ourselves, our heirs, executors, administrators and successors, jointly and severally, firmly by these presents. The condition of this obligation is such, as whereas the Principal entered into a certain contract, hereto attached, with the Obligee. NOW, THEREFORE THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal shall well, truly, fully and faithfully perform said contract according to its terms, covenants, conditions, and agreements of said contract during the original term of said contract and any extensions thereof that may be granted by the Obligee, with or without notice to the Surety, and during the life of any guaranty required under the contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreement of any and all duly authorized modifications of said contract that may hereafter be made, then this obligation shall be void, otherwise to remain in full force and effect. PROVIDED FURTHER, that said Surety to this Bond, for value received, hereby stipulates and agrees that no change, extension of time, alterations, or additions to the terms of the Contract or to the Work to be performed thereunder shall in any way affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alterations, or additions to the terms of the Contract or to the work to be performed thereunder. PROVIDED, FURTHER, that Principal and Surety agree and represent that this bond is executed pursuant to and in accordance with the applicable provisions of the Official Code of Georgia Annotated, as Amended, including, but not limited to, O.C.G.A. § 36-91-1 et seq., and is intended to be and shall be construed as a bond in compliance with the requirements thereof.

(Signatures Next Page)

Page 35: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 35

ATTEST: (Principal)

(Principal Secretary)

By: (SEAL)

(Address)

(Witness as to Principal) (Address)

(Surety)

ATTEST: By:

(Attorney-in-Fact)

Resident or Nonresident Agent (SEAL)

(Address) (Witness as to Surety) (Address)

NOTE: If Contractor is Partnership, all partners should execute Bond. Surety Companies executing Bonds must appear on the Treasury Department's most current list (Circular 570 as amended) and be authorized to transact business in the State where the Project is located.

BONDING AGENT CONTACT INFO

Print Name

Company Name

E-Mail

Phone

Page 36: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 36

NO BID RESPONSE IF YOU DESIRE TO SUBMIT A "NO BID" IN RESPONSE TO THIS PACKAGE, PLEASE INDICATE BY CHECKING ONE OR MORE OF THE REASONS LISTED BELOW AND EXPLAIN. FAILURE TO RETURN THIS PAGE MAY RESULT IN REMOVAL OF YOUR COMPANY FROM COMMODITY LISTING. Buyer Initials: SM Do not offer this product or service; remove us from your bidder's list for this item only. Specifications too "tight"; geared toward one brand or manufacturer only. Specifications are unclear. Unable to meet specifications Unable to meet bond requirements Unable to meet insurance requirements Our schedule would not permit us to perform. Insufficient time to respond. Other

COMPANY NAME AUTHORIZED REPRESENTATIVE SIGNATURE

Page 37: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 37

***ATTENTION*** FAILURE TO RETURN THE FOLLOWING DOCUMENTS MAY RESULT IN BID BEING DEEMED NON-RESPONSIVE AND AUTOMATIC REJECTION:

1. FAILURE TO USE COUNTY BID SCHEDULE.

2. FAILURE TO RETURN APPLICABLE COMPLIANCE SHEETS/SPECIFICATION SHEETS.

3. FAILURE TO RETURN APPLICABLE ADDENDA.

4. FAILURE TO PROVIDE INFORMATION ON ALTERNATES OR EQUIVALENTS.

5. THE COUNTY SHALL BE THE SOLE DETERMINANT OF TECHNICALITY VS. NON-

RESPONSIVE BID.

6. FAILURE TO PROVIDE BID BOND, WHEN REQUIRED, WILL RESULT IN BID BEING DEEMED NON-RESPONSIVE AND AUTOMATIC REJECTION. BID BONDS ARE NOT REQUIRED ON ALL BIDS. BOND REQUIREMENTS ARE CLEARLY STATED ON THE INVITATION TO BID. IF YOU NEED CLARIFICATION, CONTACT THE PURCHASING ASSOCIATE. IF BONDS ARE REQUIRED, FORMS WILL BE PROVIDED IN THIS BID DOCUMENT.

7. FAILURE TO PROVIDE CONTRACTOR AFFIDAVIT AND AGREEMENT, WHEN

REQUIRED, MAY RESULT IN BID BEING DEEMED NON-RESPONSIVE AND AUTOMATIC REJECTION. CONTRACTOR AFFIDAVIT AND AGREEMENT IS NOT REQUIRED ON ALL BIDS. IF YOU NEED CLARIFICATION, CONTACT THE PURCHASING ASSOCIATE.

Page 38: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 38

GWINNETT COUNTY DEPARTMENT OF FINANCIAL SERVICES – PURCHASING DIVISION GENERAL INSTRUCTIONS FOR BIDDERS, TERMS AND CONDITIONS

I. PREPARATION OF BIDS

A. Each bidder shall examine the drawings, specifications, schedule and all instructions. Failure to do so will be at the bidder’s risk, as the bidder will be held accountable for their bid response.

B. Each bidder shall furnish all information required by the bid form or document. Each bidder shall sign

the bid and print or type his or her name on the schedule. The person signing the bid must initial erasures or other changes. An authorized agent of the company must sign bids.

C. With the exception of solicitations for the sale of real property, individuals, firms and businesses seeking

an award of a Gwinnett County contract may not initiate or continue any verbal or written communications regarding a solicitation with any County officer, elected official, employee or other County representative other than the Purchasing Associate named in the solicitation between the date of the issuance of the solicitation and the date of the final contract award by the Board of Commissioners. The Purchasing Director will review violations. If determined that such communication has compromised the competitive process, the offer submitted by the individual, firm or business may be disqualified from consideration for award. Solicitations for the sale of real property may allow for verbal or written communications with the appropriate Gwinnett County representative.

D. Sample contracts (if pertinent) are attached. These do NOT have to be filled out with the bid/proposal

submittal, but are contained for informational purposes only. If awarded, the successful bidder(s) will be required to complete them prior to contract execution.

E. Effective, July 1, 2013 and in accordance with the Georgia Illegal Reform and Enforcement, an original

signed, notarized and fully completed Contractor Affidavit and Agreement should be included with your bid/proposal submittal, if the solicitation is for the physical performance of services for all labor or service contract(s) that exceed $2,499.99 (except for services performed by an individual who is licensed pursuant to Title 26, Title 43, or the State Bar of Georgia). Failure to provide the Contractor Affidavit and Agreement with your bid/proposal submittal may result in bid/proposal being deemed non-responsive and automatic rejection.

II. DELIVERY A. Each bidder should state time of proposed delivery of goods or services. B. Words such as “immediate,” “as soon as possible,” etc. shall not be used. The known earliest date or

the minimum number of calendar days required after receipt of order (delivery A.R.O.) shall be stated (if calendar days are used, include Saturday, Sunday and holidays in the number).

III. EXPLANATION TO BIDDERS

Any explanation desired by a bidder regarding the meaning or interpretation of the invitation for bids, drawings, specifications, etc. must be requested by the question cutoff deadline stated in the solicitation in order for a reply to reach all bidders before the close of bid. Any information given to a prospective bidder concerning an invitation for bid will be furnished to all prospective bidders as an addendum to the invitation if such information is necessary or if the lack of such information would be prejudicial to uninformed bidders. The written bid documents supersede any verbal or written communications between parties. Receipt of addendum should be acknowledged in the bid. It is the bidder’s responsibility to ensure that they have all applicable addenda prior to bid submittal. This may be accomplished via contact with the assigned Procurement Agent prior to bid submittal.

Page 39: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 39

IV. SUBMISSION OF BIDS A. Bids shall be enclosed in sealed envelopes, addressed to the Gwinnett County Purchasing Office with the

name of the bidder, the date and hour of opening and the invitation to bid number on the face of the envelope. Telegraphic/faxed bids will not be considered. Any addenda should be enclosed in the sealed envelopes as well.

B. ADD/DEDUCT: Add or deduct amounts indicated on the outside of the envelope are allowed and will be applied to the lump sum amount. Amount shall be clearly stated and should be initialed by an authorized company representative.

C. Samples of items, when required, must be submitted within the time specified and, unless otherwise specified by the County, at no expense to the County. Unless otherwise specified, samples will be returned at the bidder’s request and expense if items are not destroyed by testing.

D. Items offered must meet required specifications and must be of a quality, which will adequately serve the use and purpose for which intended.

E. Full identification of each item bid upon, including brand name, model, catalog number, etc. must be furnished to identify exactly what the bidder is offering. Manufacturer’s literature may be furnished.

F. The bidder must certify that items to be furnished are new and that the quality has not deteriorated so as to impair its usefulness.

G. Unsigned bids will not be considered except in cases where bid is enclosed with other documents, which have been signed. The County will determine this.

H. Gwinnett County is exempt from federal excise tax and Georgia sales tax with regard to goods and services purchased directly by Gwinnett County. Suppliers and contractors are responsible for federal excise tax and sales tax, including taxes for materials incorporated in county construction projects. Suppliers and contractors should contact the State of Georgia Sales Tax Division for additional information.

I. Information submitted by a bidder in the bidding process shall be subject to disclosure after the public opening in accordance with the Georgia Open Records Act.

V. WITHDRAWAL OF BID DUE TO ERRORS

The bidder shall give notice in writing of his claim of right to withdraw his bid without penalty due to an error within two (2) business days after the conclusion of the bid opening procedure. Bids may be withdrawn from consideration if the price was substantially lower than the other bids due solely to a mistake therein, provided the bid was submitted in good faith, and the mistake was a clerical mistake as opposed to a judgment mistake, and was actually due to an unintentional arithmetic error or an unintentional omission of a quantity of work, labor or material made directly in the compilation of the bid, which unintentional arithmetic error or unintentional omission can be clearly shown by objective evidence drawn from inspection of original work papers, documents and material used in the preparation of the bid sought to be withdrawn. The bidder’s original work papers shall be the sole acceptable evidence of error and mistake if he elects to withdraw his bid. If a bid is withdrawn under the authority of this provision, the lowest remaining responsive bid shall be deemed to be low bid. No bidder who is permitted to withdraw a bid shall, for compensation, supply any material or labor or perform any subcontract or other work agreement for the person or firm to whom the contract is awarded or otherwise benefit, directly or indirectly, from the performance of the project for which the withdrawn bid was submitted. Supplier has up to forty-eight (48) hours to notify the Gwinnett County Purchasing Office of an obvious clerical error made in calculation of bid in order to withdraw a bid after bid opening. Withdrawal of bid for this reason must be done in writing within the forty-eight (48) hour period. Suppliers who fail to request withdrawal of bid by the required forty-eight (48) hours shall automatically forfeit bid bond. Bid may not be withdrawn otherwise. Bid withdrawal is not automatically granted and will be allowed solely at Gwinnett County’s discretion.

Page 40: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 40

VI. TESTING AND INSPECTION Since tests may require several days for completion, the County reserves the right to use a portion of any supplies before the results of the tests are determined. Cost of inspections and tests of any item, which fails to meet the specifications, shall be borne by the bidder.

VII. F.O.B. POINT

Unless otherwise stated in the invitation to bid and any resulting contract, or unless qualified by the bidder, items shall be shipped F.O.B. Destination. The seller shall retain title for the risk of transportation, including the filing for loss or damages. The invoice covering the items is not payable until items are delivered and the contract of carriage has been completed. Unless the F.O.B. clause states otherwise, the seller assumes transportation and related charges either by payment or allowance.

VIII. PATENT INDEMNITY

The contractor guarantees to hold the County, its agents, officers or employees harmless from liability of any nature or kind for use of any copyrighted or uncopyrighted composition, secret process, patented or unpatented invention, articles or appliances furnished or used in the performance of the contract, for which the contractor is not the patentee, assignee or licensee.

IX. BID BONDS AND PAYMENT AND PERFORMANCE BONDS (IF REQUIRED, FORMS WILL BE PROVIDED IN THIS DOCUMENT) A five percent (5%) bid bond, a one hundred percent (100%) performance bond, and a one hundred percent (100%) payment bond must be furnished to Gwinnett County for any bid as required in bid package or document. Failure to submit a bid bond with the proper rating will result in the bid being deemed non-responsive. Bonding company must be authorized to do business in Georgia by the Georgia Insurance Commission, listed in the Department of the Treasury’s publication of companies holding certificates of authority as acceptable surety on Federal bonds and as acceptable reinsuring companies, and have an A.M. Best rating as stated in the insurance requirement of the solicitation. The bid bond, payment bond, and performance bond must have the proper an A.M. Best rating as stated in the bid when required in the bid package or document.

X. DISCOUNTS A. Time payment discounts will be considered in arriving at net prices and in award of bids. Offers of

discounts for payment within ten (10) days following the end of the month are preferred. B. In connection with any discount offered, time will be computed from the date of delivery and

acceptance at destination, or from the date correct invoice or voucher is received, whichever is the later date. Payment is deemed to be made for the purpose of earning the discount, on the date of the County check.

XI. AWARD

A. Award will be made to the lowest responsive and responsible bidder. The quality of the articles to be supplied, their conformity with the specifications, their suitability to the requirements of the County, and the delivery terms will be taken into consideration in making the award. The County may make such investigations as it deems necessary to determine the ability of the bidder to perform, and the bidder shall furnish to the County all such information and data for this purpose as the County may request. The County reserves the right to reject any bid if the evidence submitted by, or investigation of such bidder fails to satisfy the County that such bidder is properly qualified to carry out the obligations of the contract.

B. The County reserves the right to reject or accept any or all bids and to waive technicalities, informalities and minor irregularities in bids received.

Page 41: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 41

C. The County reserves the right to make an award as deemed in its best interest, which may include awarding a bid to a single bidder or multiple bidders; or to award the whole bid, only part of the bid, or none of the bid to single or multiple bidders, based on its sole discretion of its best interest.

XII. DELIVERY FAILURES

Failure of a contractor to deliver within the time specified or within reasonable time as interpreted by the Purchasing Director, or failure to make replacement of rejected articles/services when so requested, immediately or as directed by the Purchasing Director, shall constitute authority for the Purchasing Director to purchase in the open market articles/services of comparable grade to replace the articles/services rejected or not delivered. On all such purchases, the contractor shall reimburse the County within a reasonable time specified by the Purchasing Director for any expense incurred in excess of contract prices, or the County shall have the right to deduct such amount from monies owed the defaulting contractor. Alternatively, the County may penalize the contractor one percent (1%) per day for a period of up to ten (10) days for each day that delivery or replacement is late. Should public necessity demand it, the County reserves the right to use or consume articles delivered which are substandard in quality, subject to an adjustment in price to be determined by the Purchasing Director.

XIII. COUNTY FURNISHED PROPERTY

No material, labor or facilities will be furnished by the County unless so provided in the invitation to bid.

XIV. REJECTION AND WITHDRAWAL OF BIDS Failure to observe any of the instructions or conditions in this invitation to bid may constitute grounds for rejection of bid.

XV. CONTRACT

Each bid is received with the understanding that the acceptance in writing by the County of the offer to furnish any or all of the commodities or services described therein shall constitute a contract between the bidder and the County which shall bind the bidder on his part to furnish and deliver the articles quoted at the prices stated in accordance with the conditions of said accepted bid. The County, on its part, may order from such contractor, except for cause beyond reasonable control, and to pay for, at the agreed prices, all articles specified and delivered. Upon receipt of a bid package containing a Gwinnett County “Sample Contract” as part of the requirements, it is understood that the bidder has reviewed the documents with the understanding that Gwinnett County requires that all agreements between the parties must be entered into via this document. If any exceptions are taken to any part, each must be stated in detail and submitted as part of the bid. If no exceptions are stated, it is assumed that the bidder fully agrees to the provisions contained in the “Sample Contract” in its entirety. When the contractor has performed in accordance with the provisions of this agreement, Gwinnett County shall pay to the contractor, within thirty (30) days of receipt of any department approved payment request and based upon work completed or service provided pursuant to the contract, the sum so requested, less the retainage stated in this agreement, if any. In the event that Gwinnett County fails to pay the contractor within sixty (60) days of receipt of a pay requested based upon work completed or service provided pursuant to the contract, the County shall pay the contractor interest at the rate of ½% per month or pro rata fraction thereof, beginning the sixty-first (61st) day following receipt of pay requests. The contractor’s acceptance of progress payments or final payment shall release all claims for interest on said payment.

XVI. NON-COLLUSION

Bidder declares that the bid is not made in connection with any other bidder submitting a bid for the same commodity or commodities, and that the bid is bona fide and is in all respects fair and without collusion or

Page 42: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 42

fraud. An affidavit of non-collusion shall be executed by each bidder. Collusion and fraud in bid preparation shall be reported to the State of Georgia Attorney General and the United States Justice Department.

XVII. DEFAULT

The contract may be canceled or annulled by the Purchasing Director in whole or in part by written notice of default to the contractor upon non-performance or violation of contract terms. An award may be made to the next low responsive and responsible bidder, or articles specified may be purchased on the open market similar to those so terminated. In either event, the defaulting contractor (or his surety) shall be liable to the County for costs to the County in excess of the defaulted contract prices; provided, however, that the contractor shall continue the performance of this contract to the extent not terminated under the provisions of this clause. Failure of the contractor to deliver materials or services within the time stipulated on his bid, unless extended in writing by the Purchasing Director, shall constitute contract default.

XVIII. TERMINATION FOR CAUSE

The County may terminate this agreement for cause upon ten days prior written notice to the contractor of the contractor’s default in the performance of any term of this agreement. Such termination shall be without prejudice to any of the County’s rights or remedies by law.

XIX. TERMINATION FOR CONVENIENCE The County may terminate this agreement for its convenience at any time upon 30 days written notice to the contractor. In the event of the County’s termination of this agreement for convenience, the contractor will be paid for those services actually performed. Partially completed performance of the agreement will be compensated based upon a signed statement of completion to be submitted by the contractor, which shall itemize each element of performance.

XX. DISPUTES

Except as otherwise provided in the contract documents, any dispute concerning a question of fact arising under the contract which is not disposed of shall be decided after a hearing by the Purchasing Director, who shall reduce his/her decision to writing and mail or otherwise furnish a copy thereof to the contractor. The decision of the procurement agent shall be final and binding; however, the contractor shall have the right to appeal said decision to a court of competent jurisdiction.

XXI. SUBSTITUTIONS

Bidders offering and quoting on substitutions or who are deviating from the attached specifications shall list such deviations on a separate sheet to be submitted with their bid. The absence of such a substitution list shall indicate that the bidder has taken no exception to the specifications contained herein.

XXII. INELIGIBLE BIDDERS

The County may choose not to accept the bid of a bidder who is in default on the payment of taxes, licenses or other monies due to the County. Failure to respond to three (3) consecutive times for any given commodity/service may result in removal from the supplier list under that commodity/service.

XXIII. OCCUPATION TAX CERTIFICATE

Each successful bidder shall provide evidence of a valid Gwinnett County occupation tax certificate if the bidder maintains an office within the unincorporated area of Gwinnett County. Incorporated, out of County, and out of State bidders are required to provide evidence of a certificate to do business in any town, County or municipality in the State of Georgia, or as otherwise required by County ordinance or resolution.

XXIV. PURCHASING POLICY AND REVIEW COMMITTEE

The Purchasing Policy and Review Committee has been established to review purchasing procedures and make recommendations for changes; resolve problems regarding the purchasing process; make recommendations for

Page 43: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 43

standardization of commodities, schedule buying, qualified products list, annual contracts, supplier performance (Ineligible Source List), and other problems or requirements related to Purchasing. The Purchasing Policy & Review Committee has authority to place suppliers and contractors on the Ineligible Source List for reasons listed in Part 6, Section II of the Gwinnett County Purchasing Ordinance.

XXV. AMERICANS WITH DISABILITIES ACT

All contractors for Gwinnett County are required to comply with all applicable sections of the Americans with Disabilities Act (ADA) as an equal opportunity employer. In compliance with the Americans with Disabilities Act (ADA), Gwinnett County provides reasonable accommodations to permit a qualified applicant with a disability to enjoy the privileges of employment equal to those employees with disabilities. Disabled individuals must satisfy job requirements for education background, employment experience, and must be able to perform those tasks that are essential to the job with or without reasonable accommodations. Any requests for the reasonable accommodations required by individuals to fully participate in any open meeting, program or activity of Gwinnett County should be directed to Susan Canon, Human Relations Coordinator, 75 Langley Drive, Lawrenceville, Georgia 30046, 770-822-8165.

XXVI. ALTERATIONS OF SOLICITATION AND ASSOCIATED DOCUMENTS Alterations of County documents are strictly prohibited and will result in automatic disqualification of the firm’s solicitation response. If there are “exceptions” or comments to any of the solicitation requirements or other language, then the firm may make notes to those areas, but may not materially alter any document language.

XXVII. TAX LIABILITY

Local and state governmental entities must notify contractors of their use tax liability on public works projects. Under Georgia law, private contractors are responsible for paying a use tax equal to the sales tax rate on material and equipment purchased under a governmental exemption that is incorporated into a government construction project: excluding material and equipment provided for the installation, repair, or expansion of a public water, gas or sewer system when the property is installed for general distribution purposes. To the extent the tangible personal property maintains its character (for example the installation of a kitchen stove), it remains tax-exempt. However, if the installation incorporates the tangible personal property into realty, e.g., the installation of sheetrock, it becomes taxable to the private contractor. See O.C.G.A. 48-8-3(2) and O.C.G.A. 48-8-63

XVIII. STATE LAW REGARDING WORKER VERIFICATION

Effective July 1, 2013 State Law requires that all who enter into a contract for the physical performance of services for all labor or service contract(s) that exceed $2,499.99 (except for services performed by an individual who is licensed pursuant to Title 26, Title 43, or the State Bar of Georgia) for the County, must satisfy the Illegal Immigration Reform and Enforcement Act, in all manner, and such are conditions of the contract.

The Purchasing Division Director with the assistance of the Performance Analysis Division shall be authorized to conduct random audits of a contractor’s or subcontractors’ compliance with the Illegal Immigration Reform and Enforcement Act and the rules and regulations of the Georgia Department of Labor. The contractor and subcontractors shall retain all documents and records of its compliance for a period of five (5) years following completion of the contract. This requirement shall apply to all contracts for all labor or service contracts that exceed $2,499.99 except for services performed by an individual who is licensed pursuant to Title 26, Title 43, or the State Bar of Georgia. Whenever it appears that a contractor’s or subcontractor’s records are not sufficient to verify the work eligibility of any individual in the employ of such contractor or subcontractor, the Purchasing Director shall report same to the Department of Homeland Security and may result in termination of the contract if it is determined at any time during the work that the contractor/or subcontractor is no longer in compliance with the Illegal Immigration Reform and Enforcement Act.

Page 44: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 44

State Law requires that all who enter into a contract for public works as defined by O.C.G.A. 36-91-2(10) for the County must satisfy the Illegal Immigration Reform and Enforcement Act, in all manner, and such are conditions of the contract. By submitting a bid to the County, contractor agrees that, in the event the contractor employs or contracts with any subcontractor(s) in connection with the covered contract, the contractor will secure from the subcontractor(s) such subcontractor(s’) indication of the employee-number category applicable to the subcontractor, as well as attestation(s) from such subcontractor(s) that they are in compliance with the Illegal Immigration Reform and Enforcement Act. Original signed, notarized Subcontractor Affidavits and Agreements must be submitted to the County. The Purchasing Division Director with the assistance of the Performance Analysis Division shall be authorized to conduct random audits of a contractor’s or subcontractors’ compliance with the Illegal Immigration Reform and Enforcement Act and the rules and regulations of the Georgia Department of Labor. The contractor and subcontractors shall retain all documents and records of its compliance for a period of three (3) years following completion of the contract. This requirement shall apply to all contracts for the public works as defined by O.C.G.A. 36-91-2(10) where any persons are employed on the County contract. Whenever it appears that a contractor’s or subcontractor’s records are not sufficient to verify the work eligibility of any individual in the employ of such contractor or subcontractor, the Purchasing Director shall report same to the Department of Homeland Security. A contractor’s failure to participate in the federal work authorization program as defined by the Illegal Immigration Reform and Enforcement Act shall be sanctioned by termination of the contract. If it is determined that a subcontractor is not participating in the federal work authorization program as defined by the Illegal Immigration Reform and Enforcement Act, Gwinnett County may direct the contractor to terminate that subcontractor. A contractor’s failure to follow Gwinnett County’s instruction to terminate a subcontractor that is not participating in the federal work authorization program as defined by the Illegal Immigration Reform and Enforcement Act may be sanctioned by termination of the contract.

XXIX. SOLID WASTE ORDINANCE No individual, partnership, corporation or other entity shall engage in solid waste handling except in such a manner as to conform to and comply with the current Gwinnett County Solid Waste Ordinance and all other applicable local, state and federal legislation, rules, regulation and orders.

XXX. GENERAL CONTRACTORS LICENSE

Effective July 1, 2008: All General Contractors must have a current valid license from the State Licensing Board for Residential and General Contractors, unless specifically exempted from holding such license pursuant to Georgia law (O.C.G.A. Section 43-41-17).

XXXI. INDEMNIFICATION To the fullest extent permitted by law, the Contractor shall, at his sole cost and expense, indemnify, defend, satisfy all judgments, and hold harmless the County, the engineer, and their agents and employees from and against all claims, damages, actions, judgments, costs, penalties, liabilities, losses and expenses, including, but not limited to, attorney's fees arising out of or resulting from the performance of the work, provided that any such claim, damage, action, judgment, cost, penalty, liability, loss or expense (1) is attributable to bodily injury, sickness, disease, or death, or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom, and (2) is caused in whole or in part by the negligent acts, errors by any act or omission of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless whether such claim is caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge or otherwise reduce any

Page 45: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 45

of the rights or obligations of indemnity which would otherwise exist as to any party or person described in this agreement. In any and all claims against the County, the engineer, or any of their agents or employees by any employee of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them, or anyone for whose acts any of them may be liable, the indemnification obligation contained herein shall not be limited in any way by any limitation on the amount or type of damages, compensation, or benefits payable by or for the Contractor or any subcontractor under Worker's Compensation Acts, disability benefit acts, or other employee benefit acts.

XXXII. CODE OF ETHICS:

“Proposer/Bidder” shall disclose under oath the name of all elected officials whom it employs or who have a direct or indirect pecuniary interest in the business entity, its affiliates, or its subcontractors. The “Proposer/Bidder” shall execute a Code of Ethics affidavit. Failure to submit the affidavit during the bid or proposal process shall render the bid or proposal non-responsive.

The act of submitting false information or omitting material information shall be referred to the Purchasing Policy & Review Committee for action pursuant to the Purchasing Ordinance or to the District Attorney for possible criminal prosecution.

Any business entity holding a contract with Gwinnett County that subsequent to execution of the contract or issuance of the purchase order employs, subcontracts with, or transfers a direct or indirect pecuniary interest in the business entity to an elected official shall within five (5) days disclose such fact in writing under oath to the Clerk of the Board of Commissioners. Failure to comply shall be referred to the Purchasing Policy & Review Committee for action pursuant to the Purchasing Ordinance or to the District Attorney for possible criminal prosecution.

Note: See Gwinnett County Code of Ethics Ordinance EO2011, Sec. 54-33. The ordinance will be available to view in its entirety at www.gwinnettcounty.com.

XXXIII. PENDING LITIGATION: A bid submitted by an individual, firm or business who has litigation pending against the County, or anyone representing a firm or business in litigation against the County, not arising out of the procurement process, will be disqualified.

XXXIV. ELECTRONIC PAYMENT Vendors accepting procurements should select one of Gwinnett County’s electronic payment options. A. A vendor may select ePayables payment process which allows acceptance of Gwinnett County’s virtual

credit card as payment for outstanding invoices. The authorized vendor representative must send an email to: [email protected] and indicate the desire to enroll in Gwinnett County’s virtual credit card payment process.

B. A vendor may select Direct Deposit payment process and the payment will be deposited directly into an account at their designated financial institution. To securely enroll in Direct Deposit, either access your online Vendor Login and Registration on the County’s web site and update the requested information on the Direct Deposit tab or mail a Direct Deposit Authorization Agreement form.

The County will send a Payment Advice notification via email for both payment types. For more information about Electronic Payments, please go to the Treasury Division page on the County’s Web Site or click here -> Gwinnett County Electronic Payments.

Page 46: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 46 Appendix B

GWINNETT COUNTY GOVERNMENT Department of Water Resources and Gwinnett County

Sheriff’s Office Consent Form

I, __________________________________________________hereby authorize the Gwinnett County Sheriff’s (p r i n t n a m e) to receive all criminal history and driving history records information pertaining to me, which may be in the files of any state or local criminal justice agency. I understand that permission for me to work within Gwinnett County facilities and receive an Identification Card for such purposes will be contingent upon the results of a complete background investigation; and I am aware that withholding information or making false statements on this form will be a basis for rejecting my submission for work within County facilities, or upon discovery, withdrawal of the permission to work within County facilities, and the required return of the associated County issued Identification Card. I authorize any of the persons or organizations referenced in this application to give to you any and all information concerning my criminal history record and driving history record, and any other information they might have, personal or otherwise, and release all such parties from all liability for any damage that may result from furnishing such information to you. I further authorize you to request and obtain any criminal history and driving history records from any federal, state, or local jurisdictions or law enforcement agencies and release all such parties from all liability for any damage that may result from furnishing such information to you. I agree to these conditions and I hereby certify that all statements made by me on this application are true and complete. _____________________________________________ __________________ Signature of applicant as usually written Date

Page 47: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 47 Appendix B

GWINNETT COUNTY GOVERNMENT Consent Form Supplement

Instructions: Please type or print legibly in ink. All questions must be answered; if a question is not applicable, so state by indicating NA (not applicable). Please be specific when completing the form to insure all information is complete, true, and correct. Omission of facts will be perceived as falsification and will be the basis for rejection of your submission, or upon discovery, withdrawal of the County issued ID and permission for work within County facilities. Last Name First Name Middle Name Sex Race Social Security Number - - Date of Birth List any nicknames, maiden names and other names you have used Current Address

Current Telephone Number ( ) List previous addresses for last five years: Dates Street Address City State

Have you ever been convicted of or plead guilty or no contest to a felony or misdemeanor, excluding all offenses for which you were charged as a juvenile? _____Yes _____No If yes, provide details

Page 48: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

BL016-18 Page 48 Appendix B

First & Last Name List all traffic citations that you have received within the last five years: Date Charge Location Disposition

Do you possess a valid driver's license? _______Yes ______No State License Number Date of expiration Restrictions Do you hold or have you ever held a license in any state other than the one listed above? _______Yes ______No If yes, please indicate state(s) and approximate dates license(s) were held

Have you ever had your license suspended or revoked? ______Yes ______No If yes, provide details

Page 49: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

APPENDIX A

Equipment Name Manufacturer Model No. Serial No. Location PM Service Frequency

AHU ‐ 1 TRANE MCCA050UB000B000U K99L92090N 2nd Fl Boiler Room QuarterlyMOTOR TRANE K99L92097N

VFD TRANE MCCA050NBG0ABE00000000000000000 K99L92091N

AHU ‐ 2 TRANE MCCA040UB000B000U K99L92098N 1st floor Penthouse QuarterlyMOTOR TRANE K99L92105N

VFD TRANE MCCA040NBG0ABE00000000000000000 K99L92099N

AHU ‐ 3 TRANE MCCAO30UB000B000U K99L92106N 1st floor Penthouse QuarterlyMOTOR TRANE K99L92113N

VFD TRANE MCCA030NBG0ABE00000000000000000 K99L92107N

AHU ‐4 CARRIER FB4CNF060T00ACAA FB4NF060 Dispatch Server Room QuarterlyCOND UNIT ‐ 4 CARRIER 38CKC036340 1400E11142 Back courtyard

AHU ‐ 5 Carrier FB4CNF035 1814A72315 Dispatch Office Ceiling QuarterlyCOND UNIT ‐ 5 CARRIER 24ABB336A340 2014E17542 Back court yardAHU ‐ 6 TRANE MCCB040UA0A0UA K03H16502A 2nd Floor Quarterly

MOTORVFD TRANE MCCB040NB805D0ABC00000000000000000 K03H16503A

AHU ‐ 7 CARRIER FB4CNF036L00AEAA 3316A68508 Above Ceiling Tele. Room QuarterlyCOND UNIT ‐ 7 cARRIER 24ACC436A300 3316E16805 Back courtyard

COMP. RM. ‐ 1 STULTZ OHS ‐ 018 ‐ AS 3237000 2nd Floor Mech., Room Quarterly

CHILLER ‐ 1 TRANE RTAA1254XL01A3DOBF U00B05255 Back courtyard QuarterlyCHILLER ‐ 2 TRANE RTAA1254XL01A3DOBF U00B05256 Back courtyard Quarterly

BOILER ‐ 1 RayPak H3‐1468 991164359 Boiler Room QuarterlyBOILER ‐ 2 RayPak H3‐1468 99116435A Boiler Room Quarterly

CW PUMP ‐ 1 Taco FE2508E2E1F210 Boiler Room QuarterlyMarathon Electric 5VT213TTDB4026NX

CW PUMP ‐ 2 Taco FE2508E2E1F210 Boiler Room QuarterlyMarathon Electric 5VT213TTDB4026NX

HW PUMP ‐ 3 Taco FE2508E2E1F210 Boiler Room QuarterlyMarathon Electric 5VT213TTDB4026NX

HW PUMP ‐ 4 Taco FE2508E2E1F210 Boiler Room QuarterlyMarathon Electric 5VT213TTDB4026NX

HW PUMP ‐ 5 Taco FE2508E2E1F210 Boiler Room QuarterlyMarathon Electric 5VT213TTDB4026NX

EF 1‐1 MARVAIR AVP42ACD09CERU FT‐F0000107962 Warehouse Semi‐AnnuallyEF 1‐2 MARVAIR AVP42ACD09CERU FT‐F0000107961 Warehouse Semi‐AnnuallyEF 1‐3 MARVAIR AVP42ACD09CERU FT‐0000107963 Warehouse Semi‐Annually

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCESHVAC INVENTORY

GCDWR CENTRAL FACILITY ‐ 684 WINDER HWY., LAWRENCEVILLE, GA 30045

Page 1 of 30

Page 50: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

APPENDIX A

Equipment Name Manufacturer Model No. Serial No. Location PM Service Frequency

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCESHVAC INVENTORY

GCDWR CENTRAL FACILITY ‐ 684 WINDER HWY., LAWRENCEVILLE, GA 30045

EF 1‐4 1st Floor Penthouse Semi‐AnnuallyEF 1‐5 Semi‐AnnuallyEF 1‐6 Semi‐AnnuallyEF 1‐7 GREENHECK BSQ ‐ 240 ‐ 30 00E07217 Shop Semi‐AnnuallyEF 1‐8 GREENHECK BSQ ‐ 240 ‐ 30 00E07216 Field Ops Break Room Semi‐AnnuallyEF 1‐9 GREENHECK BSQ180LMDXQD 00B07070 Men's Locker Room Semi‐Annually

EF 1  GREENHECK BSQ160KMDXQD 99L06189 Mezz. Restroom Semi‐Annually

PIU ‐ 1‐01 TRANE VPWE24152U00100 R99L82581N QuarterlyPIU ‐ 1‐02 TRANE VPWE17112U0 R99L82523N QuarterlyPIU ‐ 1‐03 TRANE VSWE06072U0 R99L82560N QuarterlyPIU ‐ 1‐04 TRANE VSWE24202U0 R99L82572N Training Room QuarterlyPIU ‐ 1‐05 TRANE VSWE24202U0 R99L82573N Training Room QuarterlyPIU ‐ 1‐06 TRANE VSWE17152U0 R00A04269 Break Room QuarterlyPIU ‐ 1‐07 TRANE VPWE17112U0 R99L82524A QuarterlyPIU ‐ 1‐08 Warehouse Counter QuarterlyPIU ‐ 1‐09 Warehouse Office QuarterlyPIU ‐ 1‐10 TRANE R99L82538N Warehouse Office QuarterlyPIU ‐ 1‐11 TRANE R99L82578N Men's Locker Room QuarterlyPIU ‐ 1‐12 TRANE R99L82550N Meter Repair Office QuarterlyPIU ‐ 1‐13 TRANE R99L82574N Men's Locker Room QuarterlyPIU ‐ 1‐14 TRANE R99L82582N QuarterlyPIU ‐ 1‐15 TRANE VPWE06072U0 R99L82536N QuarterlyPIU ‐ 1‐16 TRANE R99L82542N QuarterlyPIU ‐ 1‐17 TRANE R99L82583N QuarterlyPIU ‐ 1‐18 TRANE R99L82562N QuarterlyPIU ‐ 1‐19 TRANE R99L82543N QuarterlyPIU ‐ 1‐20 TRANE R99L82584N Near Appalachee Conf. QuarterlyPIU ‐ 1‐21 TRANE R99L82552N QuarterlyPIU ‐ 1‐22 TRANE R99L82585N QuarterlyPIU ‐ 1‐23 TRANE R99L82586N QuarterlyPIU ‐ 1‐24 TRANE R99L82546N QuarterlyPIU ‐ 1‐25 TRANE R99L82542N TV Repair Room QuarterlyPIU ‐ 1‐26 TRANE Men's Locker Room QuarterlyPIU ‐ 1‐27 TRANE Dispatch Office QuarterlyPIU ‐ 1‐28 TRANE Dispatch    QuarterlyPIU ‐ 1‐29 TRANE Quarterly

TRANEPIU ‐ 2 ‐01 TRANE VPWE24152U0 R99L82587N Inspectors Area QuarterlyPIU ‐ 2 ‐02 TRANE VPWE24152U0 R99L82588N Inspectors Area QuarterlyPIU ‐ 2 ‐03 TRANE VPWE24152U0 R99L82589N Near Level Creek Conf QuarterlyPIU ‐ 2 ‐04 TRANE VPWE17112U0 R99L82526N Outside Elec Room QuarterlyPIU ‐ 2 ‐05 TRANE VSWE1112U10 R99L82579N Locator's storage Closet QuarterlyPIU ‐ 2 ‐06 TRANE QuarterlyPIU ‐ 2 ‐07 TRANE Level Creek & Alcovy QuarterlyPIU ‐ 2 ‐08 TRANE VSWE06072U0 R99L82565N Men's Restroom QuarterlyPIU ‐ 2 ‐09 TRANE Engineering File Room QuarterlyPIU ‐ 2 ‐10 TRANE Outside Alcovy room Quarterly

Page 2 of 30

Page 51: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

APPENDIX A

Equipment Name Manufacturer Model No. Serial No. Location PM Service Frequency

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCESHVAC INVENTORY

GCDWR CENTRAL FACILITY ‐ 684 WINDER HWY., LAWRENCEVILLE, GA 30045

PIU ‐ 2 ‐11 TRANE VPWE17112U0 R99L82527N QuarterlyPIU ‐ 2 ‐12 TRANE VPWE17112U0 R99L82559N Engineering QuarterlyPIU ‐ 2 ‐13 TRANE VPWE24152U0 R99L82592N QuarterlyPIU ‐ 2 ‐14 TRANE VSWE1112U10 R99L82580N QuarterlyPIU ‐ 2 ‐15 TRANE VPWE11072U0 R99L82551N QuarterlyPIU ‐ 2 ‐16 TRANE VPWE67112U0 R99L82528N QuarterlyPIU ‐ 2 ‐17A TRANE VPWE24152U0 R99L82593N QuarterlyPIU ‐ 2 ‐ 17B TRANE VPWE17112U0 R99L82529N QuarterlyPIU ‐ 2 ‐18A TRANE VPWE25152U0 R99L82594N QuarterlyPIU ‐ 2 ‐18B TRANE VPWE24152U0 R99L82595N QuarterlyPIU ‐ 2 ‐19 TRANE QuarterlyPIU ‐ 2 ‐20 TRANE QuarterlyPIU ‐ 2 ‐21 TRANE QuarterlyPIU ‐ 2 ‐22 TRANE VPWE17112U0 R99L82530N QuarterlyPIU ‐ 2 ‐23 TRANE Engineering File Room QuarterlyPIU ‐ 2 ‐24 TRANE VSWE06072U0 R99L82567N Quarterly

PIU ‐ 3‐01 TRANE Finance Copy Room QuarterlyPIU ‐ 3‐02 TRANE QuarterlyPIU ‐ 3‐03 TRANE QuarterlyPIU ‐ 3‐04 TRANE QuarterlyPIU ‐ 3‐05 TRANE Finance File Room QuarterlyPIU ‐ 3‐06 TRANE Outside Directors Office QuarterlyPIU ‐ 3‐07 TRANE QuarterlyPIU ‐ 3‐08 TRANE Meter Reading Area QuarterlyPIU ‐ 3‐09 TRANE Mail Room QuarterlyPIU ‐ 3‐10 TRANE Cust Serv Copy Room QuarterlyPIU ‐ 3‐11 TRANE Meter Reading Area QuarterlyPIU ‐ 3‐12 TRANE QuarterlyPIU ‐ 3‐13 TRANE QuarterlyPIU ‐ 3‐14 TRANE QuarterlyPIU ‐ 3‐15 TRANE QuarterlyPIU ‐ 3‐16 TRANE Cust Serv SE Corner QuarterlyPIU ‐ 3‐17 TRANE QuarterlyPIU ‐ 3‐18 TRANE Safe Room Teller Area QuarterlyPIU ‐ 3‐19 TRANE QuarterlyPIU ‐ 3‐20 TRANE QuarterlyPIU ‐ 3‐21 TRANE Cashier Entrance QuarterlyPIU ‐ 3‐22 TRANE Cashier Window QuarterlyPIU ‐ 3‐23 TRANE Directors Adm Assistant Quarterly

PIU ‐ 6 ‐ 1 TRANE QuarterlyPIU ‐ 6 ‐ 2 TRANE QuarterlyPIU ‐ 6 ‐ 3 TRANE QuarterlyPIU ‐ 6 ‐ 4 TRANE QuarterlyPIU ‐ 6 ‐ 5 TRANE QuarterlyPIU ‐ 6 ‐ 6 TRANE QuarterlyPIU ‐ 6 ‐ 7 TRANE QuarterlyPIU ‐ 6 ‐ 8 TRANE Quarterly

Page 3 of 30

Page 52: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

APPENDIX A

Equipment Name Manufacturer Model No. Serial No. Location PM Service Frequency

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCESHVAC INVENTORY

GCDWR CENTRAL FACILITY ‐ 684 WINDER HWY., LAWRENCEVILLE, GA 30045

PIU ‐ 6 ‐ 9 TRANE QuarterlyPIU ‐ 6 ‐ 10 TRANE QuarterlyPIU ‐ 6 ‐ 11 TRANE QuarterlyPIU ‐ 6 ‐ 12 TRANE Quarterly

EUH ‐ 1‐1 Semi‐Annually

EWH ‐ 1‐1 Starwell 1st floor Semi‐Annually

EWH ‐ 1‐2 GREENHECK CSP260 Semi‐AnnuallyEWH ‐ 1‐3 GREENHECK CSP260 Semi‐AnnuallyEWH ‐ 1‐4 GREENHECK SPA1050QD Semi‐AnnuallyEWH ‐ 1‐5 GREENHECK SPQ105QD B Semi‐Annually

HWUH ‐ 1‐1 REZNOR WS140/175 G100700104 Shop Semi‐AnnuallyHWUH ‐ 1‐2 REZNOR WS140/175 G100700117 Shop Semi‐AnnuallyHWUH ‐ 1‐3 REZNOR WS140/175 200700110 Shop Semi‐AnnuallyHWUH ‐ 1‐4 REZNOR WS140/175 200700101 Shop Semi‐AnnuallyHWUH ‐ 1‐5 REZNOR WS140/175 200700111 Field Ops Break Area Semi‐AnnuallyHWUH ‐ 1‐6 REZNOR WS140/175 200700125 Field Ops Break Area Semi‐Annually

HWUH ‐ 2‐1 Semi‐AnnuallyHWUH ‐ 2‐2 Semi‐AnnuallyHWUH ‐ 2‐3 Semi‐Annually

GUH ‐ 1‐1 REZNOR FE165 AY166M4N90011X Warehouse Semi‐AnnuallyGUH ‐ 1‐2 REZNOR FE165 AY166M4N06573X Warehouse Semi‐AnnuallyGUH ‐ 1‐3 REZNOR FE165 AY166M4N01110X Warehouse Semi‐AnnuallyGUH ‐ 1‐4 REZNOR FE165 AY166M4N90015X Warehouse Semi‐AnnuallyGUH ‐ 1‐5 REZNOR FE165 AY166M4N90014X Warehouse Semi‐AnnuallyGUH ‐ 1‐6 REZNOR FE165 AY166M4N06561X Warehouse Semi‐Annually

Equipment Name Manufacturer Model No. Serial No. Location PM Service FrequencyAHU ‐ 1 CARRIER FB4CNF036 1813A73863 Closet Quarterly

HEAT PUMP ‐ 1 CARRIER 25HCD336A600 1713E21884 Outside Fence Quarterly

AHU‐2 CARRIER FB4CNF042 1813A87800 Closet Quarterly

HEAT PUMP ‐ 2 CARRIER 25HCD336A600 2113E12283 Outside Fence Quarterly

GCDWR PUMP STATIONS CM SHOP ‐ 684 WINDER HWY., LAWRENCEVILLE, GA 30045

Page 4 of 30

Page 53: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

APPENDIX A

Equipment Name Manufacturer Model No. Serial No. Location PM Service FrequencyAC UNIT#1 TRANE TSC120F4RKA0807A4A1A002B00100D 140912209L Chemical Bldg. QuarterlyIPS‐ACC‐1 CARRIER 09AWV020DEX68‐6 E10M53628001001 IPS Electrical Bld HVAC QuarterlyIPS‐ACU1 CARRIER 50BVE024‐P‐60B 5010V00311 IPS Electrical Bld HVAC QuarterlyAC‐1‐11 TRANE Trane/SCWG 35 210155 Maint. Bldg/Warehouse QuarterlyCRAC‐1‐11 EMERSON Libert/BU 036E Ops. Center Bldg. QuarterlyAC‐2‐11 MCQUAY McQuay AUBU132201091 Ops. Center Bldg. QuarterlyELEC. RM. AC Odor Control Bldg. Quarterly2803 TRANE TSC120F4R0A03 131710365L UV Facility Quarterly2804 BARD WALL MOUNT N/A UV Facility QuarterlyCU‐M1‐11 TRANE Trane/4TWA3060A4 Maint. Bldg/Warehouse QuarterlyAC‐M1‐11 TRANE 4TWA3060B4000AA 13292PJP4F Maint. Bldg/Warehouse QuarterlyCU‐1‐11 EMERSON Libert/PFH 042AL Ops. Center Bldg. QuarterlyAC‐M1‐11 TRANE TAM4A0C60S51SCA 1324TRK2V Maint. Bldg/Warehouse QuarterlyATU 101 NAILOR D35NE 435155‐44.01 Ops. Center Bldg. QuarterlyATU 102 NAILOR D35NE 435155‐42.01 Ops. Center Bldg. QuarterlyATU 103 NAILOR D35NE 435155‐45.01 Ops. Center Bldg. QuarterlyATU 104 NAILOR D35NE 435155‐46.01 Ops. Center Bldg. QuarterlyATU 105 NAILOR D35NE 435155‐47.01 Ops. Center Bldg. QuarterlyATU 106 NAILOR D35NE 435155‐63.01 Ops. Center Bldg. QuarterlyATU 107 NAILOR D35NE 435155‐43.01 Ops. Center Bldg. QuarterlyATU 108 NAILOR D35NE 435155‐48.01 Ops. Center Bldg. QuarterlyATU 109 NAILOR D35NE 435155‐49.01 Ops. Center Bldg. QuarterlyATU 110 NAILOR D35NE 435155‐50.01 Ops. Center Bldg. QuarterlyATU 111 NAILOR D35NE 435155‐51.01 Ops. Center Bldg. QuarterlyATU 112 NAILOR D35NE 435155‐64.01 Ops. Center Bldg. QuarterlyATU 201 NAILOR D35NE 435155‐52.01 Ops. Center Bldg. QuarterlyATU 201 NAILOR D35NE 435155‐53.01 Ops. Center Bldg. QuarterlyATU 203 NAILOR D35NE 435155‐54.01 Ops. Center Bldg. QuarterlyATU 204 NAILOR D35NE 435155‐55.01 Ops. Center Bldg. QuarterlyATU 205 NAILOR D35NE 435155‐56.01 Ops. Center Bldg. QuarterlyATU 206 NAILOR D35NE 435155‐65.01 Ops. Center Bldg. QuarterlyATU 207 NAILOR D35NE 435155‐57.01 Ops. Center Bldg. QuarterlyATU 208 NAILOR D35NE 435155‐58.01 Ops. Center Bldg. QuarterlyATU 209 NAILOR D35NE 435155‐59.01 Ops. Center Bldg. QuarterlyATU 210 NAILOR D35NE 435155‐60.01 Ops. Center Bldg. QuarterlyATU 211 NAILOR D35NE 435155‐61.01 Ops. Center Bldg. QuarterlyATU 212 NAILOR D35NE 435155‐62.01 Ops. Center Bldg. QuarterlyNHW‐EF‐1 COOK 36EW430B 050SD52678‐01/0002502 HWS Building Ventalition Semi‐AnnuallyNHW‐EF‐2 COOK 36EW430B 050SD52678‐02/0002502 HWS Building Ventalition Semi‐AnnuallyNHW‐SF‐1 COOK 402SQI‐HP HWS Building Ventalition Semi‐AnnuallyIPS‐EF‐1 COOK 300 CPA‐A CLI 050SD52678‐01/0000701 INFLUENT PUMP STATION Semi‐AnnuallyEF‐M2‐11 GREENHECK Greenheck ‐ TCB‐1‐18‐10 Maint. Bldg/Warehouse Semi‐AnnuallyEF‐M3‐11 GREENHECK Greenheck ‐ TCB‐1‐18‐10 Maint. Bldg/Warehouse Semi‐AnnuallyVF‐M3‐11 GREENHECK Greenheck ‐ SE1‐16‐421‐A5 Maint. Bldg/Warehouse Semi‐AnnuallyVF‐M1‐11 GREENHECK Greenheck ‐ SBE‐2L42‐30 Maint. Bldg/Warehouse Semi‐AnnuallyVF‐M2‐11 GREENHECK Greenheck ‐ SBE‐2L42‐30 Maint. Bldg/Warehouse Semi‐AnnuallySCRUBBER FAN #1 VERANTIS CLUB‐3650 Odor Control Bldg. Semi‐AnnuallySCRUBBER FAN #2 VERANTIS CLUB‐3650 VERANTIS INC. Odor Control Bldg. Semi‐AnnuallyOC‐EF Odor Control Bldg. Semi‐Annually

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCESHVAC INVENTORY

CROOKED CREEK WRF ‐ 6557 PLANT DRIVE, NORCROSS, GA 30092

Page 5 of 30

Page 54: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

APPENDIX A

Equipment Name Manufacturer Model No. Serial No. Location PM Service Frequency

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCESHVAC INVENTORY

CROOKED CREEK WRF ‐ 6557 PLANT DRIVE, NORCROSS, GA 30092

WMB‐EF Water Meter Bldg. Semi‐AnnuallyNHW‐EF‐1 25‐260 A125451 HWS Building Ventalition Semi‐AnnuallyNHW‐EF‐1 25‐260 A125451 HWS Building Ventalition Semi‐AnnuallyNHW‐EF‐2 25‐260 A125451 HWS Building Ventalition Semi‐AnnuallyNHW‐EF‐2 25‐260 A125451 HWS Building Ventalition Semi‐AnnuallyADMIN‐HP MAMMOTH G240VHK‐S 01L282544 Admin. Bldg. QuarterlyNHW‐HP‐1 CARRIER 38QRR048 4410X92064 HWS Bldg. A/C & Heating QuarterlyNHW‐HP‐1A CARRIER 40QAQ048 HWS Bldg. A/C & Heating QuarterlyNHW‐HP‐2 CARRIER 38QRR048 4410X92111 HWS Bldg. A/C & Heating QuarterlyNHW‐HP‐2A CARRIER 40QAQ048 HWS Bldg. A/C & Heating QuarterlyNHW‐EDH‐1 INDEECO 220‐219921 HWS Bldg. A/C & Heating Semi‐AnnuallyNHW‐EUH‐1 MARKEL HLA20‐480360‐15.0‐24 HWS Bldg. A/C & Heating Semi‐AnnuallyNHW‐EUH‐2 MARKEL HLA20‐480360‐15.0‐24 HWS Bldg. A/C & Heating Semi‐AnnuallyNHW‐EUH‐3 MARKEL HLA20‐480360‐15.0‐24 HWS Bldg. A/C & Heating Semi‐AnnuallyNHW‐EUH‐4 MARKEL HLA20‐480360‐15.0‐24 HWS Bldg. A/C & Heating Semi‐AnnuallyNHW‐EUH‐5 MARKEL HLA20‐480360‐15.0‐24 HWS Bldg. A/C & Heating Semi‐AnnuallyNHW‐EUH‐6 MARKEL HLA20‐480360‐15.0‐24 HWS Bldg. A/C & Heating Semi‐AnnuallyNHW‐EUH‐7 MARKEL HLA20‐480360‐15.0‐24 HWS Bldg. A/C & Heating Semi‐AnnuallyIPS‐EDH1 THERMOLEC STF 236780 IPS Electrical Bld HVAC Semi‐AnnuallyUH‐1‐11 MARKEL Markel ‐ G1GUH03C03 Maint. Bldg/Warehouse Semi‐AnnuallyUH‐M1‐11 MARKEL Markel ‐ P3PUH15CA1 Maint. Bldg/Warehouse Semi‐AnnuallyUH‐M2‐11 MARKEL Markel ‐ P3PUH15CA1 Maint. Bldg/Warehouse Semi‐AnnuallyUH‐M3‐11 MARKEL Markel ‐ P3PUH15CA1 Maint. Bldg/Warehouse Semi‐AnnuallyUH‐M4‐12 MARKEL Markel ‐ P3PUH15CA1 Maint. Bldg/Warehouse Semi‐AnnuallyUH‐M5‐12 MARKEL Markel ‐ P3PUH15CA1 Maint. Bldg/Warehouse Semi‐AnnuallyUH‐M7‐11 MARKEL Markel ‐ G1GUH03C03 Ops. Center Bldg. Semi‐AnnuallyUH‐M6‐11 MARKEL Markel ‐ G1GUH03C03 Ops. Center Bldg. Semi‐AnnuallyELEC. HEATER Odor Control Bldg. Semi‐AnnuallyWMB‐EUH‐1 TPICORPORATION P3P5103CA1N Water Meter Bldg. Semi‐Annually

Page 6 of 30

Page 55: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

APPENDIX A

Equipment Name Manufacturer Model No. Serial No. Location PM Service Frequency23ACU001 YORKUNITARYPRO HID012S06C SEKHM747226 [232A] AC UNIT No1  Quarterly23ACU002 [232B] AC UNIT No2 Quarterly25ACU001 H2DB036S06A (S)ELGM401852 [250B] AC UNIT No1 Quarterly25ACU002 CARRIER 38AKS014‐‐‐621 5003F68523 [250C] AC UNIT No2  Quarterly25ACU003 CARRIER 38AKS014‐‐‐621‐‐ 5003F68524 [250A]AC UNIT No3  Quarterly32ACU001 [0000] AC UNIT No1  Quarterly32ACU002 [0000] AC UNIT No2  Quarterly34ACU001‐2 YORKUNITARYPRO H4DE048S25A EBJM177788 [340A/B] AC UNIT No1  Quarterly34ACU002‐2 YORKUNITARYPRO H4DE048S25A EBJM177789 [340A/B] AC UNIT No2  Quarterly34ACU003 YORKUNITARYPRO H4DE048S25A EBJM177787 [340A/B] AC UNIT No3  Quarterly34ACU001 T03L03038 [341A] ACUNIT No1 Quarterly34ACU002 T03L03039 [341A] AC UNIT No2  Quarterly36ACU001 CARRIER 38ARQ012‐E601 4704G50064 [360B] AC UNIT No1  Quarterly36ACU002 LIEBERT DCDF165‐AS5910 0438C72925 [360B] AC UNIT No2  Quarterly36ACU003 LIEBERT DCDF165‐AS5910 0438C72927 [360B] AC UNIT No3  Quarterly62CH002 YORKUNITARYPRO RDHM1990AA [620A] AC UNIT No?  Quarterly31ACU001 YORKUNITARYPRO H4DB018S06A (S)EAJM112016 AIR CONDITIONING UNITS Quarterly32ACU001 LENNOX FCB8SM T03C02817 AIR CONDITIONING UNITS Quarterly32ACU002 LENNOX FCB8SM T03C02818 AIR CONDITIONING UNITS Quarterly40RTU001 50TM‐025‐‐‐611YA 3504F55091 AIR CONDITIONING UNITS Quarterly50ACU001 YORKUNITARYPRO AIR CONTROL UNITS Quarterly50ACU002 YORKUNITARYPRO AIR CONTROL UNITS Quarterly37ACU001 [375] AIR CONDITIONING UNIT No1 ‐ AIR CONDITIONING UNIT Quarterly37ACU002 [375] AIR CONDITIONING UNIT No2 ‐ AIR CONDITIONING UNIT Quarterly37ACU003 [375] AIR CONDITIONING UNIT No3 ‐ AIR CONDITIONING UNIT Quarterly40ACU001 GSX130181CA 1010055379 [404A/406A] AIR CONDITIONING UNIT No1 ‐ AIR CONDITIONING UNIT Quarterly40ACU002 CARRIER 38CKC060670 0204E13445 [404A/406A] AIR CONDITIONING UNIT No2 ‐ AIR CONDITIONING UNIT Quarterly62CH001 YORKUNITARYPRO RDHM1980AA [620A] AIR CONDITIONING UNIT No? ‐ AIR CONDITIONING UNIT Quarterly20AHU1 CARRIER 5003F69257 [201B] AIR HANDLING UNIT No1 ‐ AIR HANDLING UNIT Quarterly25AHU001 YORKUNITARYPRO F+RP042H06B (S)EKHS676323 [250B] AIR HANDLING UNIT No1 ‐ AIR HANDLING UNIT Quarterly25AHU002 4ORM‐014‐B611YC 4903F66891 [250C] AIR HANDLING UNIT No2 ‐ AIR HANDLING UNIT Quarterly25AHU003 CARRIER 40RM‐014‐B611YC 4903F66894 [250A] AIR HANDLING UNIT No3 ‐ AIR HANDLING UNIT Quarterly25MAU003 REZNOR [250A] MAKE‐UP AIR UNIT No3 ‐ MAKE‐UP AIR UNIT Quarterly

[318A] AIR HANDLING UNIT No1 ‐ AIR HANDLING UNIT Quarterly31AHU001 LIEBERT MMD60E‐A0EH0 0510N104539 [319A] AIR HANDLING UNIT No1 ‐ AIR HANDLING UNIT Quarterly34AHU002 G2FD060H24A (S)EEJS114528 [340A/B] BUILDING No340A/B ‐ BUILDING Quarterly32AHU001 [0000] AIR HANDLING UNIT No1 ‐ AIR HANDLING UNIT Quarterly32AHU002 [0000] AIR HANDLING UNIT No2 ‐ AIR HANDLING UNIT Quarterly34AHU001 SQUARED [341A] AIR HANDLING UNIT No1 ‐ AIR HANDLING UNIT Quarterly34AHU002 SQUARED [341A] AIR HANDLING UNIT No2 ‐ AIR HANDLING UNIT Quarterly36AHU001 CARRIER 40RMQ012‐‐B611GC 3704F57470 [360B] AIR HANDLING UNIT No1 ‐ AIR HANDLING UNIT Quarterly36AHU002 LIEBERT VH125AUAAEO 325071‐001 [360B] AIR HANDLING UNIT No2 ‐ AIR HANDLING UNIT Quarterly36AHU003 LIEBERT [360B] AIR HANDLING UNIT No3 ‐ AIR HANDLING UNIT Quarterly32AHU001 SQUARED AIR HANDLING UNITS Quarterly32AHU002 SQUARED AIR HANDLING UNITS Quarterly37AHU003 [375] AIR HANDLING UNIT No1 ‐ AIR HANDLING UNIT Quarterly37AHU002 [375] AIR HANDLING UNIT No2 ‐ AIR HANDLING UNIT Quarterly

[38] AIR HANDLING UNIT No0000 ‐ AIR HANDLING UNIT Quarterly40AHU001 AMANA ARUF182416CA 1010730805 [404A/406A] AIR HANDLING UNIT No1 ‐ AIR HANDLING UNIT Quarterly

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCESHVAC INVENTORY

F. WAYNE HILL WRC ‐ 3320 FINANCIAL CENTER WAY, BUFORD, GA 30519

Page 7 of 30

Page 56: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

APPENDIX A

Equipment Name Manufacturer Model No. Serial No. Location PM Service Frequency

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCESHVAC INVENTORY

F. WAYNE HILL WRC ‐ 3320 FINANCIAL CENTER WAY, BUFORD, GA 30519

50AHU001 G2FD060H24G AON5505586 [504A] AIR HANDLING UNIT No1 ‐ AIR HANDLING UNIT Quarterly50AHU002 G2FD06H24G AON5505584 [504A] AIR HANDLING UNIT No2 ‐ AIR HANDLING UNIT Quarterly61AHU001 THERMOPAK TMP‐3000P‐Z6FB 53281‐A [610A] AIR HANDLING UNIT No1 ‐ AIR HANDLING UNIT Quarterly61AHU002 LIEBERT [610A] AIR HANDLING UNIT No2 ‐ AIR HANDLING UNIT Quarterly61AHU003 YORKUNITARYPRO CCHM 04174C [610A] AIR HANDLING UNIT No3 ‐ AIR HANDLING UNIT Quarterly61AHU004 YORKUNITARYPRO [610A] AIR HANDLING UNIT No4 ‐ AIR HANDLING UNIT Quarterly61AHU005 [610A] AIR HANDLING UNIT No5 ‐ AIR HANDLING UNIT Quarterly

ENGAIR DJE100/0 DK6973AHU‐1 Area 41‐ NUTRIENT RECOVERY QuarterlyCARRIER 30RAP01066A58100 3910Q40642 HVAC Quarterly

61CH001 YORKUNITARYPRO WILC320AU6D NNGM159731 [610A] AIR CONDITIONER/CHILLER UNIT No1 ‐ AIR CONDITIONING UNIT Quarterly61CH002 YORKUNITARYPRO WILC320AU6D NNGM159732 [610A] AIR CONDITIONER/CHILLER UNIT No2 ‐ AIR CONDITIONING UNIT Quarterly20AV22101 ROTORK INC VALVE‐0202  ACTUATOR  IQ10FA10B4 [201B] SCRUBBER FAN No1 ‐ DAMPER (INLET) Semi‐Annually20FV2011 ROTORK INC [201B] SCRUBBER FAN No1 ‐ DAMPER (EXHAUST) Semi‐Annually20AV22201 [201B] SCRUBBER FAN No2 ‐ DAMPER (INLET) Semi‐Annually20FV2021 [201B] SCRUBBER FAN No2 ‐ DAMPER (EXHAUST) Semi‐Annually20AV22301 [201B] SCRUBBER FAN No3 ‐ DAMPER (INLET) Semi‐Annually20FV2031 [201B] SCRUBBER FAN No3 ‐ DAMPER (EXHAUST) Semi‐Annually20AV22401 [201B] SCRUBBER FAN No4 ‐ DAMPER (INLET) Semi‐Annually20FV2041 [201B] SCRUBBER FAN No4 ‐ DAMPER (EXHAUST) Semi‐Annually20AV22501 [201B] SCRUBBER FAN No5 ‐ DAMPER (INLET) Semi‐Annually20FV2051 [201B] SCRUBBER FAN No5 ‐ DAMPER (EXHAUST) Semi‐Annually36MD1001 [360B] EXHAUST DAMPER No1001 ‐ DAMPER (TRAIN No1) Semi‐Annually36MD1002 [360B] EXHAUST DAMPER No1002 ‐ DAMPER (TRAIN No2) Semi‐Annually36MD1003 [360B] EXHAUST DAMPER No1003 ‐ DAMPER (TRAIN No3) Semi‐Annually36MD1004 [360B] EXHAUST DAMPER No1004 ‐ DAMPER (TRAIN No4) Semi‐Annually36MD1005 [360B] EXHAUST DAMPER No1005 ‐ DAMPER (TRAIN No5) Semi‐Annually36MD1006 [360B] EXHAUST DAMPER No1006 ‐ DAMPER (TRAIN No6) Semi‐Annually36MD1007 [360B] EXHAUST DAMPER No1007 ‐ DAMPER (TRAIN No7) Semi‐Annually36MD1008 [360B] EXHAUST DAMPER No1008 ‐ DAMPER (TRAIN No8) Semi‐Annually36MD1009 [360B] EXHAUST DAMPER No1009 ‐ DAMPER (TRAIN No9) Semi‐Annually36MD1010 [360B] EXHAUST DAMPER No1010 ‐ DAMPER (TRAIN No10) Semi‐Annually36MD1011 [360B] EXHAUST DAMPER No1011 ‐ DAMPER (TRAIN No11) Semi‐Annually36MD1012 [360B] EXHAUST DAMPER No1012 ‐ DAMPER (TRAIN No12) Semi‐Annually36MD1013 [360B] EXHAUST DAMPER No1013 ‐ DAMPER (TRAIN No13) Semi‐Annually36MD1014 [360B] EXHAUST DAMPER No1014 ‐ DAMPER (TRAIN No14) Semi‐Annually36MD1015 [360B] EXHAUST DAMPER No1015 ‐ DAMPER (TRAIN No15) Semi‐Annually36MD1016 [360B] EXHAUST DAMPER No1016 ‐ DAMPER (TRAIN No16) Semi‐Annually51OCF001 [516] SCRUBBER FAN No1 ‐ FAN Semi‐Annually51OCF002 [516] SCRUBBER FAN No2 ‐ FAN Semi‐Annually

[516] SCRUBBER No4 ‐ DAMPER No2001 Semi‐Annually[516] SCRUBBER No4 ‐ DAMPER No2002 Semi‐Annually[516] SCRUBBER No4 ‐ DAMPER No2003 Semi‐Annually[516] SCRUBBER No4 ‐ DAMPER No2004 Semi‐Annually[516] SCRUBBER No4 ‐ DAMPER No2005 Semi‐Annually

20F001 COOK [201B] FAN No1 ‐ FAN Semi‐Annually20F002 COOK [201B] FAN No2 ‐ FAN Semi‐Annually20F003 COOK 29VAB 050S762275/00‐0002102 [201B] FAN No3 ‐ FAN Semi‐Annually20F004 COOK 050S762275/00‐0002101 [201B] FAN No4 ‐ FAN Semi‐Annually20F005 COOK [201B] FAN No5 ‐ FAN Semi‐Annually

Page 8 of 30

Page 57: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

APPENDIX A

Equipment Name Manufacturer Model No. Serial No. Location PM Service Frequency

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCESHVAC INVENTORY

F. WAYNE HILL WRC ‐ 3320 FINANCIAL CENTER WAY, BUFORD, GA 30519

20F006 COOK [201B] FAN No6 ‐ FAN Semi‐Annually20F007 COOK 050S762275‐00/0004901 [201B] FAN No7 ‐ FAN Semi‐Annually20F008 COOK 36VAB 050S762275‐00/0004902 [201B] FAN No8 ‐ FAN Semi‐Annually20F009 COOK 26VAB 050S762275‐00/0006301 [201B] FAN No9 ‐ FAN Semi‐Annually20OCF001 CEILCOTE CMHR‐48 [201B] SCRUBBER FAN No1 ‐ FAN Semi‐Annually20OCF002 CEILCOTE CMHR‐48 [201B] SCRUBBER FAN No2 ‐ FAN Semi‐Annually20OCF003 CEILCOTE CMHR‐48 [201B] SCRUBBER FAN No3 ‐ FAN Semi‐Annually20OCF004 CEILCOTE CMHR‐48 [201B] SCRUBBER FAN No4 ‐ FAN Semi‐Annually20OCF005 VERANTIS CMHR‐48 [201B] SCRUBBER FAN No5 ‐ FAN Semi‐Annually21F001 [211A/B/C] FAN No1 ‐ FAN (SUPPLY) Semi‐Annually21F002 [211A/B/C] FAN No2 ‐ FAN (SUPPLY) Semi‐Annually21F004 [211A/B/C] FAN No4 ‐ FAN (SUPPLY) Semi‐Annually21F005 MKPLASTICS AXCL 3650 [211A/B/C] FAN No5 ‐ FAN (SUPPLY) Semi‐Annually21F006 [211A/B/C] FAN No6 ‐ FAN (SUPPLY) Semi‐Annually21F007 MKPLASTICS AXCL 3650 [211A/B/C] FAN No7 ‐ FAN (SUPPLY) Semi‐Annually21F008 MKPLASTICS AXCL 4900 [211A/B/C] FAN No8 ‐ FAN (SUPPLY) Semi‐Annually21F009 MKPLASTICS AXCL 3650 [211A/B/C] FAN No9 ‐ FAN (SUPPLY) Semi‐Annually21F010 [211A/B/C] FAN No10 ‐ FAN (EXHAUST) Semi‐Annually21F011 MKPLASTICS AXCL 3650 [211A/B/C] FAN No11 ‐ FAN (EXHAUST) Semi‐Annually21F012 MKPLASTICS AXCL 3650 [211A/B/C] FAN No12 ‐ FAN (EXHAUST) Semi‐Annually21F013 MKPLASTICS AXCL 3650 [211A/B/C] FAN No13 ‐ FAN (EXHAUST) Semi‐Annually21F014 MKPLASTICS AXCL 3650 [211A/B/C] FAN No14 ‐ FAN (EXHAUST) Semi‐Annually21F015 [211A/B/C] FAN No15 ‐ FAN (EXHAUST) Semi‐Annually21F016 [211A/B/C] FAN No16 ‐ FAN (SUPPLY) Semi‐Annually21F017 [211A/B/C] FAN No17 ‐ FAN (SUPPLY) Semi‐Annually21F018 [211A/B/C] FAN No18 ‐ FAN (SUPPLY) Semi‐Annually21F019 [211A/B/C] FAN No19 ‐ FAN (SUPPLY) Semi‐Annually21F020 [211A/B/C] FAN No20 ‐ FAN (EXHAUST) Semi‐Annually21F021 [211A/B/C] FAN No21 ‐ FAN (EXHAUST) Semi‐Annually21F022 [211A/B/C] FAN No22 ‐ FAN (EXHAUST) Semi‐Annually21F023 [211A/B/C] FAN No23 ‐ FAN (SUPPLY) Semi‐Annually21F024 [211A/B/C] FAN No24 ‐ FAN (SUPPLY) Semi‐Annually23F10 [231A/B/C] FAN No10 ‐ FAN (EXHAUST) Semi‐Annually23F001 [232A] FAN No1 ‐ FAN Semi‐Annually23F002 [232A] FAN No2 ‐ FAN Semi‐Annually23F003 [232A] FAN No3 ‐ FAN Semi‐Annually23F004 [232A] FAN No4 ‐ FAN Semi‐Annually23F005 [232B] FAN No5 ‐ FAN Semi‐Annually23F006 [232B] FAN No6 ‐ FAN Semi‐Annually23F007 [232B] FAN No7‐ FAN Semi‐Annually23F008 [232B] FAN No8 ‐ FAN Semi‐Annually24IRH005 MKPLASTICS AXCI 1225 [240A/B/C] SECONDARY CLARIFIER No5 ‐ CLARIFIER Semi‐Annually24IRH006 MKPLASTICS AXCI 1225 [240A/B/C] SECONDARY CLARIFIER No6 ‐ CLARIFIER Semi‐Annually24IRH007 MKPLASTICS AXCI 1225 [240A/B/C] SECONDARY CLARIFIER No7 ‐ CLARIFIER Semi‐Annually24IRH008 MKPLASTICS AXCI 1225 [240A/B/C] SECONDARY CLARIFIER No8 ‐ CLARIFIER Semi‐Annually24IRH009 MKPLASTICS AXCI 1225 [240A/B/C] SECONDARY CLARIFIER No9 ‐ CLARIFIER Semi‐Annually24IRH010 MKPLASTICS AXCI 1225 [240A/B/C] SECONDARY CLARIFIER No10 ‐ CLARIFIER Semi‐Annually25F001 [250B] FAN No1 ‐ FAN Semi‐Annually25F002 [250B]FAN No2 ‐ FAN Semi‐Annually

Page 9 of 30

Page 58: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

APPENDIX A

Equipment Name Manufacturer Model No. Serial No. Location PM Service Frequency

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCESHVAC INVENTORY

F. WAYNE HILL WRC ‐ 3320 FINANCIAL CENTER WAY, BUFORD, GA 30519

25F003 [250B] FAN No3 ‐ FAN Semi‐Annually25F004 4214 EW4 42EW614B 050S762275‐01/0001801 [250C] FAN No4 ‐ FAN Semi‐Annually25F005 [250C] FAN No5 ‐ FAN Semi‐Annually25F006 4214 EW4 42EW614B 050S762275‐01/0001802 [250A] FAN No6 ‐ FAN Semi‐Annually25F007 [250A] FAN No7 ‐ FAN Semi‐Annually30F001 [301A] FAN No1 ‐ FAN Semi‐Annually30F002 [301A] FAN No2 ‐FAN Semi‐Annually30F003 [301A] FAN No3 ‐ FAN Semi‐Annually30F004 [301A] FAN No4 ‐ FAN Semi‐Annually30F005 [301A] FAN No5 ‐ FAN Semi‐Annually3503ODU004 CINCINFAN HD‐4A18 311427‐01 [350A/351] OZONE DESTRUCTOR No4 ‐ DESTRUCTOR Semi‐Annually3503ODU003 CINCINFAN HD‐4A18 311427‐03 [350A/351] OZONE DESTRUCTOR No3 ‐ DESTRUCTOR Semi‐Annually32F001 [0000] FAN No1 ‐ FAN Semi‐Annually32F002 [0000] FAN No2 ‐ FAN Semi‐Annually32F003 [0000] FAN No3 ‐ FAN Semi‐Annually33EXF001 [331A/B] FAN No1 ‐ FAN (OPERATOR LAB) Semi‐Annually33F001 [331A/B] FAN No2 ‐ FAN Semi‐Annually33F003 HARTZELL [331A/B] FAN No3 ‐ FAN Semi‐Annually33F004 [331A/B] FAN No4 ‐ FAN Semi‐Annually33F005 [331A/B] FAN No5 ‐ FAN Semi‐Annually33F006 [331A/B] FAN No6 ‐ FAN Semi‐Annually

[331A/B] FAN No7 ‐ FAN Semi‐Annually34F001 [340A/B] FAN No1 ‐ FAN Semi‐Annually34F002 [340A/B] FAN No2 ‐ FAN Semi‐Annually

IEAINC 7037‐1 [640B] EMERGENCY GENERATOR No1 ‐ GENERATOR Semi‐AnnuallyIEAINC 7037‐2 [640B] EMERGENCY GENERATOR No2 ‐ GENERATOR Semi‐AnnuallyIEAINC 11528‐4 [640B] EMERGENCY GENERATOR No3 ‐ GENERATOR Semi‐AnnuallyIEAINC 11528‐2 [640B] EMERGENCY GENERATOR No4 ‐ GENERATOR Semi‐AnnuallyIEAINC 11528‐5 [640B] EMERGENCY GENERATOR No5 ‐ GENERATOR Semi‐AnnuallyIEAINC 11528‐3 [640B] EMERGENCY GENERATOR No6 ‐ GENERATOR Semi‐AnnuallyIEAINC 11528‐1 [640B] EMERGENCY GENERATOR No7 ‐ GENERATOR Semi‐Annually

34F003 [341A] FAN No3 ‐ FAN Semi‐AnnuallyCINCINFAN HP‐4A18 9907230 02 [331A/B] OZONE DESTRUCTOR No1 ‐ DESTRUCTOR Semi‐AnnuallyCINCINFAN HP‐4A18 9907230 01 [331A/B] OZONE DESTRUCTOR No2 ‐ DESTRUCTOR Semi‐AnnuallyCINCINFAN HP‐4A18 311427‐04 [331A/B] OZONE DESTRUCTOR No3 ‐ DESTRUCTOR Semi‐AnnuallyCINCINFAN HP‐4A18 311427‐02 [331A/B] OZONE DESTRUCTOR No4 ‐ DESTRUCTOR Semi‐Annually

35F001 [350A/351] FAN No1 ‐FAN Semi‐Annually35F002 [350A/351] FAN No2 ‐ FAN Semi‐Annually35F003 [350A/351] FAN No3 ‐ FAN Semi‐Annually35F004 HARTZELL 03R‐36‐L13 [350A/351] FAN No4 ‐ FAN Semi‐Annually35F005 [350A/351] FAN No5 ‐ FAN Semi‐Annually35F006 HARTZELL 09‐28‐UEC [350A/351] FAN No6 ‐ FAN Semi‐Annually35F007 HARTZELL 08R‐28‐LEC [350A/351] FAN No7 ‐ FAN Semi‐Annually35F008 HARTZELL 09‐24‐LDC [350A/351] FAN No8 ‐ FAN Semi‐Annually35F010 [350A/351] FAN No10 ‐ FAN Semi‐Annually35F011 [350A/351] FAN No11 ‐ FAN Semi‐Annually35F012 [350A/351] FAN No12 ‐ FAN Semi‐Annually35F013 [350A/351] FAN No13 ‐ FAN Semi‐Annually35F014 [350A/351] FAN No14 ‐ FAN Semi‐Annually

Page 10 of 30

Page 59: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

APPENDIX A

Equipment Name Manufacturer Model No. Serial No. Location PM Service Frequency

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCESHVAC INVENTORY

F. WAYNE HILL WRC ‐ 3320 FINANCIAL CENTER WAY, BUFORD, GA 30519

35F015 [350A/351] FAN No15 ‐ FAN Semi‐Annually35F016 [350A/351] FAN No16 ‐ FAN Semi‐Annually36F003 ACME 2127 CL/1 [360B] FAN No3 ‐ FAN Semi‐Annually36F005 ACME 2130 CL/1 [360B] FAN No5 ‐ FAN Semi‐Annually36F007 ACME 2127 CL/1 [360B] FAN No7 ‐ FAN Semi‐Annually36F008 ACME 2130 CL/1 [360B] FAN No8 ‐ FAN Semi‐Annually36F010 ACME 2115 CL/1 [360B] FAN No10 ‐ FAN Semi‐Annually36F011 ACME 2127 CL/1 [360B] FAN No11 ‐ FAN Semi‐Annually36F013 ACME 2130 CL/1 [360B] FAN No13 ‐ FAN Semi‐Annually36F014 ACME 2130 CL/1 [360B] FAN No14 ‐ FAN Semi‐Annually36F016 [360B] FAN No16 ‐ FAN Semi‐Annually36F021 [360B] FAN No21 ‐ FAN Semi‐Annually23F009 COOK 365 ACRU 365R11B 050S762275‐01/0000701 FAN No9 Semi‐Annually36F001 ACME 3024R CL/1 FAN No1 Semi‐Annually36F002 ACME 3024R CL/1 FAN No2 Semi‐Annually36F019 ACME 2118 CL/1 FAN No19 Semi‐Annually40EF001 ACME FANS Semi‐Annually40EF002 ACME FANS Semi‐Annually40EF003 ACME FANS Semi‐Annually40EF004 ACME FANS Semi‐Annually40CF001 COMAIR CIRCULATION FANS Semi‐Annually40CF002 COMAIR CIRCULATION FANS Semi‐Annually40CF003 COMAIR CIRCULATION FANS Semi‐Annually40CF004 COMAIR CIRCULATION FANS Semi‐Annually40CF005 COMAIR CIRCULATION FANS Semi‐Annually40CF006 COMAIR CIRCULATION FANS Semi‐Annually40SF003 ACME SUCTION FANS Semi‐Annually50OCF001 CEILCOTE CLUB‐3000 SCRUBBER FAN No1 Semi‐Annually50OCF002 CEILCOTE CLUB‐3000 SCRUBBER FAN No2 Semi‐Annually61F005 HARTZELL FAN No5 Semi‐Annually61F006 FAN No6 Semi‐Annually61F007 FAN No7 Semi‐Annually61F008 FAN No8 Semi‐Annually61F009 FAN No9 Semi‐Annually61F010 FAN No10 Semi‐Annually61F011 FAN No11 Semi‐Annually37F001 [375] FAN No1 ‐ FAN Semi‐Annually

[401A/B] FAN No20 ‐ FAN (DIGESTER No1) Semi‐Annually[401A/B] FAN No21 ‐ FAN (DIGESTER No2) Semi‐Annually[401A/B] FAN No22 ‐ FAN (DIGESTER No3) Semi‐Annually[401A/B] FAN No23 ‐ FAN (DIGESTER No4) Semi‐Annually[401A/B] FAN No24 ‐ FAN (DIGESTER No5) Semi‐Annually

40F033 [402B] FAN No33 ‐ FAN Semi‐Annually40F034 [402B] FAN No34 ‐ FAN Semi‐Annually40SF006 ACME [404A/406A] FAN No6 ‐ FAN Semi‐Annually40F015 BALDOR [404A/406A] FAN No15 ‐ FAN Semi‐Annually40F028 VIRON 12647 [404A/406A] FAN No28 ‐ FAN Semi‐Annually40F029 VIRON 12648 [404A/406A] FAN No29 ‐ FAN Semi‐Annually40F030 VIRON 12678 [404A/406A] FAN No30 ‐ FAN Semi‐Annually

Page 11 of 30

Page 60: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

APPENDIX A

Equipment Name Manufacturer Model No. Serial No. Location PM Service Frequency

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCESHVAC INVENTORY

F. WAYNE HILL WRC ‐ 3320 FINANCIAL CENTER WAY, BUFORD, GA 30519

40F031 VIRON 12679 [404A/406A] FAN No31 ‐ FAN Semi‐Annually40F032 VIRON 12680 [404A/406A] FAN No32 ‐ FAN Semi‐Annually40F036 VIRON 12681 [404A/406A] FAN No36 ‐ FAN Semi‐Annually40SF001 ACME [405A] FAN No1 ‐ FAN (DOWNSTAIRS) Semi‐Annually40SF002 ACME [405A] FAN No2 ‐ FAN (DOWNSTAIRS) Semi‐Annually40F004 [405A] FAN No4 ‐ FAN (DOWNSTAIRS) Semi‐Annually40F005 [405A] FAN No5 ‐ FAN (DOWNSTAIRS) Semi‐Annually40F007 [405A] FAN No7 ‐ FAN (CENTRIFUGE ROOM) Semi‐Annually40F008 [405A] FAN No8 ‐ FAN (CENTRIFUGE ROOM) Semi‐Annually40F009 [405A] FAN No9 ‐ FAN (CENTRIFUGE ROOM) Semi‐Annually40F010 [405A] FAN No10 ‐ FAN (CENTRIFUGE ROOM) Semi‐Annually40F011 [405A] FAN No11 ‐ FAN (CENTRIFUGE ROOM) Semi‐Annually40F012 [405A] FAN No12 ‐ FAN (CENTRIFUGE ROOM) Semi‐Annually40F013 [405A] FAN No13 ‐ FAN (CENTRIFUGE ROOM) Semi‐Annually40F014 [405A] FAN No14 ‐ FAN (CENTRIFUGE ROOM) Semi‐Annually40F016 HARTZELL [405A] FAN No16 ‐ FAN (DOWNSTAIRS) Semi‐Annually40F017 HARTZELL [405A] FAN No17 ‐ FAN (DOWNSTAIRS) Semi‐Annually40F018 COOK 240XMWH 050S77084800/0000701 [405A] FAN No18 ‐ FAN (DOWNSTAIRS) Semi‐Annually40F019 [405A] FAN No19 ‐ FAN (DOWNSTAIRS) Semi‐Annually40F020 [405A] FAN No20 ‐ FAN (DOWNSTAIRS) Semi‐Annually40F021 [405A] FAN No21 ‐ FAN (DOWNSTAIRS) Semi‐Annually40F022 [405A] FAN No22 ‐ FAN (DOWNSATIRS) Semi‐Annually40F023 [405A] FAN No23 ‐ FAN (DOWNSTAIRS) Semi‐Annually40F024 [405A] FAN No24 ‐ FAN (DOWNSTAIRS) Semi‐Annually40F025 [405A] FAN No25 ‐ FAN (DOWNSTAIRS) Semi‐Annually40F027 [405A] FAN No27 ‐ FAN (DOWNSTAIRS) Semi‐Annually40F035 [405A] FAN No35 ‐ FAN (DOWNSTAIRS) Semi‐Annually40OCF001 HARTZELL A41‐273FA‐66FG‐53 RDT Sludge Holding Tank Odor Control Semi‐Annually40OCF002 HARTZELL A41‐273FA‐66FG‐53 RDT Sludge Holding Tank Odor Control Semi‐Annually50F001 [504A] FAN No1 ‐ FAN Semi‐Annually50F002 [504A] FAN No2 ‐ FAN Semi‐Annually50F003 [504A] FAN No3 ‐ FAN Semi‐Annually50F004 [504A] FAN No4 ‐ FAN Semi‐Annually50F005 [504A] FAN No5 ‐ FAN Semi‐Annually50F006 [504A] FAN No6 ‐ FAN Semi‐Annually50F007 [504A] FAN No7 ‐ FAN Semi‐Annually50F008 [504A] FAN No8 ‐ FAN Semi‐Annually51F001 LORENCK 050S757108‐01/0002301 [516] FAN No1 ‐ FAN Semi‐Annually52F001S WINDMSTR DCH42 04C798201 [520A] FAN No1 ‐ FAN (SUPPLY) Semi‐Annually52F002S WINDMSTR DCH42 04C798201 [520A] FAN No2 ‐ FAN (SUPPLY) Semi‐Annually52F003S WINDMSTR DCH42 04C798201 [520A] FAN No3 ‐ FAN (SUPPLY) Semi‐Annually52F004S WINDMSTR DCH42 04C798201 [520A] FAN No4 ‐ FAN (SUPPLY) Semi‐Annually52F005S WINDMSTR DCH42 04C798201 [520A] FAN No5 ‐ FAN (SUPPLY) Semi‐Annually52F006S WINDMSTR DCH‐R42 04C798202 [520A] FAN No6 ‐ FAN Semi‐Annually52F007S WINDMSTR DCH‐R42 04C798203 [520A] FAN No7 ‐ FAN Semi‐Annually61OLFAN‐001 [610A] FAN No1 ‐ FAN Semi‐Annually63F001 [630B] FAN No1 ‐ FAN Semi‐Annually63F002 [630B] FAN No2 ‐ FAN Semi‐Annually

BORIEDAVIS SCBD180A 14‐417188‐003‐1 CENTRIFUGAL FANS Semi‐Annually

Page 12 of 30

Page 61: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

APPENDIX A

Equipment Name Manufacturer Model No. Serial No. Location PM Service Frequency

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCESHVAC INVENTORY

F. WAYNE HILL WRC ‐ 3320 FINANCIAL CENTER WAY, BUFORD, GA 30519

BORIEDAVIS SCDD090AE 14‐417188‐001‐2 CENTRIFUGAL FANS Semi‐AnnuallyBORIEDAVIS SCDD090AE 14‐417188‐002‐1 CENTRIFUGAL FANS Semi‐AnnuallyBORIEDAVIS SCDD090AE 14‐417188‐001 CENTRIFUGAL FANS Semi‐Annually

[504A] SCRUBBER FAN No1 ‐ FAN Semi‐AnnuallySPT 60‐120 [504A] SCRUBBER FAN No2 ‐ FAN Semi‐AnnuallyFRP FUME EXHAUSTER [505A] SCRUBBER FAN No3 ‐ FAN Semi‐Annually

51OCF001 NYB [516] SCRUBBER FAN No1 ‐ FAN Semi‐Annually51OCF002 NYB [516] SCRUBBER FAN No2 ‐ FAN Semi‐Annually41:OC‐FAN‐1 NYB FE 302 MP 2014‐12000‐3 Odor Control Fan No1 Semi‐Annually41:OC‐FAN‐2 NYB FE 302 MP 2014‐12000‐1 Odor Control Fan No2 Semi‐Annually41:DW‐CY‐3018 CARRIER FTDAD‐2460S 28400‐103‐01 Cyclone Fan Semi‐Annually36F004 ACME 2124 CL/1 [360B] MEMBRANE FAN No4 ‐ FAN Semi‐Annually36F006 ACME 2124 CL/1 [360B] MEMBRANE FAN No6 ‐ FAN Semi‐Annually36F012 ACME 2124 CL/1 [360B] MEMBRANE FAN No12 ‐ FAN Semi‐Annually36F015 ACME 2124 CL/1 [360B] MEMBRANE FAN No15 ‐ FAN Semi‐Annually36F017 ACME 2124 CL/1 [360B] MEMBRANE FAN No17 ‐ FAN Semi‐Annually36F018 ACME 2124 CL/1 [360B] MEMBRANE FAN No18 ‐ FAN Semi‐Annually30UH001 [301A] HEATER No1 ‐ HEATER Semi‐Annually30UH003 [301A] HEATER No3 ‐ HEATER Semi‐Annually30UH004 [301A] HEATER No4 ‐ HEATER Semi‐Annually32UH001 [0000] HEATER No1 ‐ HEATER Semi‐Annually32UH002 [0000] HEATER No2 ‐ HEATER Semi‐Annually33EUH003 TPICORPORATION TASK MASTER [331A/B] HEATER No3 ‐ HEATER Semi‐Annually33EUH004 TPICORPORATION TASK MASTER [331A/B] HEATER No4 ‐ HEATER Semi‐Annually33EUH005 TPICORPORATION TASK MASTER [331A/B] HEATER No5 ‐ HEATER Semi‐Annually33EUH006 TPICORPORATION TASK MASTER [331A/B] HEATER No6 ‐ HEATER Semi‐Annually33EUH007 TPICORPORATION TASK MASTER [331A/B] HEATER No7 ‐ HEATER Semi‐Annually33EUH008 TPICORPORATION TASK MASTER [331A/B] HEATER No8 ‐ HEATER Semi‐Annually34UH001 TPICORPORATION TASK MASTER [340A/B] HEATER No1 ‐ HEATER Semi‐Annually34EUH001 [341A] HEATER No1 ‐ HEATER Semi‐Annually34EUH002 [341A] HEATER No2 ‐ HEATER Semi‐Annually35EUH011 TPICORPORATION TASK MASTER HEATER No13 Semi‐Annually35EUH012 TPICORPORATION TASK MASTER HEATER Semi‐Annually35EUH020 TPICORPORATION TASK MASTER HEATER No21 Semi‐Annually36EUH001 MARLEY W750483BTL8D 129676‐09 HEATERS Semi‐Annually35EUH008 TPICORPORATION TASKMASTER [350A/351] HEATER No8 ‐ HEATER Semi‐Annually35EUH009 TPICORPORATION TASK MASTER [350A/351] HEATER No9 ‐ HEATER Semi‐Annually35EUH010 TPICORPORATION TASK MASTER [350A/351] HEATER No10 ‐ HEATER Semi‐Annually35EUH013 TPICORPORATION TASK MASTER [350A/351] HEATER No13 ‐ HEATER Semi‐Annually35EUH014 TPICORPORATION TASK MASTER [350A/351] HEATER No14 ‐ HEATER Semi‐Annually35EUH015 TPICORPORATION TASK MASTER [350A/351] HEATER No15 ‐ HEATER Semi‐Annually35EUH016 TPICORPORATION TASK MASTER [350A/351] HEATER No16 ‐ HEATER Semi‐Annually35EUH017 TPICORPORATION TASK MASTER [350A/351] HEATER No17 ‐ HEATER Semi‐Annually35EUH018 TPICORPORATION TASK MASTER [350A/351] HEATER No18 ‐ HEATER Semi‐Annually35EUH019 TPICORPORATION TASK MASTER [350A/351] HEATER No19 ‐ HEATER Semi‐Annually35EUH021 TPICORPORATION TASK MASTER [350A/351] HEATER No21 ‐ HEATER Semi‐Annually35EUH022 TPICORPORATION TASK MASTER [350A/351] HEATER No22 ‐ HEATER Semi‐Annually36EUH002 TRANE UHEC‐033DACA [360B] HEATER No2 ‐ HEATER Semi‐Annually36EUH003 TRANE UHEC‐033DACA [360B] HEATER No3 ‐ HEATER Semi‐Annually

Page 13 of 30

Page 62: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

APPENDIX A

Equipment Name Manufacturer Model No. Serial No. Location PM Service Frequency

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCESHVAC INVENTORY

F. WAYNE HILL WRC ‐ 3320 FINANCIAL CENTER WAY, BUFORD, GA 30519

36EUH006 TRANE UHEC‐033DACA [360B] HEATER No6 ‐ HEATER Semi‐Annually36EUH007 TRANE UHEC‐033DACA [360B] HEATER No7 ‐ HEATER Semi‐Annually32UH001 PD 30SE0130 05011020999‐3990 HEATERS Semi‐Annually32UH002 PD 30SE0130 05011020999‐3983 HEATERS Semi‐Annually40W3HTR001 12925 FOG/HSW HOT WATER Semi‐Annually64EUH004T TRANE UHEC‐053DAC HVAC Semi‐Annually63EUH001T TRANE HEATERS Semi‐Annually63EUH002T TRANE HEATERS Semi‐Annually63EUH003T TRANE HEATERS Semi‐Annually63EUH004T TRANE HEATERS Semi‐Annually64EUH001T TRANE UHEC‐053DAC HVAC Semi‐Annually64EUH002T TRANE UHEC‐053DAC HVAC Semi‐Annually64EUH003T TRANE UHEC‐053DAC HVAC Semi‐Annually37EUH001 TPICORPORATION P3PS120CA1N [375] HEATER No1 ‐ HEATER Semi‐Annually37EUH002 TPICORPORATION P3PS120CA1N [375] HEATER No2 ‐ HEATER Semi‐Annually40UH001 [404A/406A] HEATER No1 ‐ HEATER Semi‐Annually40UH002 [404A/406A] HEATER No2 ‐ HEATER Semi‐Annually40‐RH‐1 REVERBERRAY SV‐50‐150‐N N/A Heaters Semi‐Annually40H002 REVERBERRAY SV‐20‐75‐N Heaters Semi‐Annually40H003 REVERBERRAY SV‐20‐75‐N N/A Heaters Semi‐Annually40H004 REVERBERRAY SV‐20‐75‐N N/A Heaters Semi‐Annually40H005 REVERBERRAY SV‐20‐75‐N N/A Heaters Semi‐Annually40H006 REVERBERRAY SV‐20‐75‐N N/A Heaters Semi‐Annually40H007 REVERBERRAY SV‐20‐75‐N N/A Heaters Semi‐Annually40H008 REVERBERRAY SV‐20‐75‐N N/A Heaters Semi‐Annually40‐RH‐9 GEORGIAAIRASSCO SV‐20‐75‐N 1108GEOR121192 0009 Centrifuge and RDT Area Semi‐Annually40‐RH‐11 REVERBERRAY SV‐20‐75‐N N/A Centrifuge and RDT Area Semi‐Annually40‐RH‐10 REVERBERRAY SV‐20‐75‐N Centrifuge and RDT Area Semi‐Annually51EHU001 TPICORPORATION TASK MASTER [516] HEATER No1 ‐ HEATER Semi‐Annually52EUH001 TRANE UHEC‐033DACA [520A] HEATER No1 ‐ HEATER Semi‐Annually52EUH002 TRANE UHEC‐033DACA [520A] HEATER No2 ‐ HEATER Semi‐Annually41:UH‐1 MODINE PTS150SS0111SBAN NA UNIT HEATER Semi‐Annually

TRANE FFDB0407B‐DEF4BAU00075001000J400000000‐0 T15A02202 UNIT HEATER Semi‐Annually20MAU1 REZNOR [201B] MAKE‐UP AIR UNIT No1 ‐ MAKE‐UP AIR UNIT Quarterly20MAU2 REZNOR [201B] MAKE‐UP AIR UNIT No2 ‐ MAKE‐UP AIR UNIT Quarterly21MAU001 [211A/B/C] MAKE‐UP AIR UNIT No1 ‐ MAKE‐UP AIR UNIT Quarterly21MAU002 [211A/B/C] MAKE‐UP AIR UNIT No2 ‐ MAKE‐UP AIR UNIT Quarterly21MAU003 REZNOR [211A/B/C] MAKE‐UP AIR UNIT No3 ‐ MAKE‐UP AIR UNIT Quarterly23MAU1 REZNOR [231A/B/C] MAKE‐UP AIR UNIT No1 ‐ MAKE‐UP AIR UNIT Quarterly25MAU001 APPLIEDAIR DFC‐10‐HRS 99‐71287 [250B] MAKE‐UP AIR UNIT No1 ‐ MAKE‐UP AIR UNIT Quarterly25MAU002 REZNOR [250C]MAKE‐UP AIR UNIT No2 ‐ MAKE‐UP AIR UNIT Quarterly31MAU01 APPLIEDAIR DFC‐109‐HLS 99‐71288 [313A] MAKE‐UP AIR UNIT No1 ‐ MAKE‐UP AIR UNIT Quarterly36MAU001 REZNOR [360B] MAKE‐UP AIR UNIT No1 ‐ MAKE‐UP AIR UNIT Quarterly36MAU002 REZNOR [360B] MAKE‐UP AIR UNIT No2 ‐ MAKE‐UP AIR UNIT Quarterly36MAU003 REZNOR [360B] MAKE‐UP AIR UNIT No3 ‐ MAKE‐UP AIR UNIT Quarterly36MAU004 REZNOR [360B] MAKE‐UP AIR UNIT No4 ‐ MAKE‐UP AIR UNIT Quarterly40MAU008 REZNOR [402B] MAKE‐UP AIR UNIT No8 ‐ MAKE‐UP AIR UNIT Quarterly40MAU001 MESTEX DFC‐118‐HRB [404A/406A] MAKE‐UP AIR UNIT No1 ‐ MAKE‐UP AIR UNIT Quarterly40MAU002 MESTEX DFC‐118‐HRB 99‐71291 [404A/406A] MAKE‐UP AIR UNIT No2 ‐ MAKE‐UP AIR UNIT Quarterly

Page 14 of 30

Page 63: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

APPENDIX A

Equipment Name Manufacturer Model No. Serial No. Location PM Service Frequency

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCESHVAC INVENTORY

F. WAYNE HILL WRC ‐ 3320 FINANCIAL CENTER WAY, BUFORD, GA 30519

40MAU003 MESTEX DFC‐118‐HRB 99‐71293 [404A/406A] MAKE‐UP AIR UNIT No3 ‐ MAKE‐UP AIR UNIT Quarterly40MAU004 MESTEX DFC‐118‐HRB 99‐71295 [404A/406A] MAKE‐UP AIR UNIT No4 ‐ MAKE‐UP AIR UNIT Quarterly40MAU005 REZNOR [404A/406A] MAKE‐UP AIR UNIT No5 ‐ MAKE‐UP AIR UNIT Quarterly40MAU006 REZNOR [404A/406A] MAKE‐UP AIR UNIT No6 ‐ MAKE‐UP AIR UNIT Quarterly40MAU007 REZNOR [404A/406A] MAKE‐UP AIR UNIT No7 ‐ MAKE‐UP AIR UNIT Quarterly40MAU009 REZNOR [404A/406A] MAKE‐UP AIR UNIT No9 ‐ MAKE‐UP AIR UNIT Quarterly40MAU010 REZNOR [404A/406A] MAKE‐UP AIR UNIT No10 ‐ MAKE‐UP AIR UNIT Quarterly50MAU001 APPLIEDAIR DFC‐118‐HRT 99‐71297 [504A] MAKE‐UP AIR UNIT No1 ‐ MAKE‐UP AIR UNIT Quarterly50MAU002 APPLIEDAIR DFC‐109‐HLT 99‐71298 [504A] MAKE‐UP AIR UNIT No2 ‐ MAKE‐UP AIR UNIT Quarterly50MAU003 APPLIEDAIR 99‐71299 [504A] MAKE‐UP AIR UNIT No3 ‐ MAKE‐UP AIR UNIT Quarterly52MAU001T REZNOR [520A] MAKE‐UP AIR UNIT No1 ‐ MAKE‐UP AIR UNIT Quarterly61MAU001 APPLIEDAIR DFC‐118‐1‐IRT 99‐70300 [610A] MAKE‐UP AIR UNIT No1 ‐ MAKE‐UP AIR UNIT Quarterly

Page 15 of 30

Page 64: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

APPENDIX A

Equipment Name Manufacturer Model No. Serial No. Location PM Service FrequencyCRAC‐1‐1 LIEBERT DME027E‐PH7 1031N201644 Administration/Operations Building ACU's QuarterlyACC 1‐1 LIEBERT PFH037A‐PL7 1031N201600 Administration/Operations Building ACU's QuarterlyCRAC‐2‐1 LIEBERT DME037E‐PH7 1031N201658 Administration/Operations Building ACU's QuarterlyACC‐0601 LIEBERT PFH067AH FSL Air Cooled Condenser QuarterlyCU‐1 CARRIER 24ABB360A520 1711E00507 Maintenance Building Air Cooled Condenser No. 1 QuarterlyCU‐2 CARRIER 24ABB324A310 0311E17326 Maintenance Building Air Cooled Condenser No. 2 QuarterlyAHU‐1‐2 UNITED COOLAIR OSAV5G1ATA‐T 1009019 Administration/Operations Building Structure AHU's QuarterlyAHU‐0601 LIEBERT BU060E Fine Screen Lime‐Air Handling System QuarterlyACC‐2‐2 LIEBERT PFH027A‐PL7 1032N201661 Administration/Operations Building ACU's QuarterlyCU‐1‐1 CARRIER 24ABC618A310 3010E10650 Administration/Operations Building Structure AHU's QuarterlyCU‐1‐2 UNITED COOLAIR BC5G1ATA‐OSA 1009020 Administration/Operations Building Structure AHU's QuarterlyCU‐1‐3 CARRIER 24ABC618A310 3010E10667 Administration/Operations Building Structure AHU's QuarterlyCU‐1‐4 CARRIER 24ABC618A310 3010E10656 Administration/Operations Building Structure AHU's QuarterlyCU‐1‐5 CARRIER 24ABC630A300 3110E17721 Administration/Operations Building Structure AHU's QuarterlyCU‐2‐1 CARRIER 24ABC636A300 3010E05417 Administration/Operations Building Structure AHU's QuarterlyCU‐2‐2 CARRIER 24ABC642A300 3010E17959 Administration/Operations Building Structure AHU's QuarterlyCU‐2‐3 CARRIER 24ABC618A310 3010E10664 Administration/Operations Building Structure AHU's QuarterlyCU‐2‐4 CARRIER 24ABC618A310 3010E10651 Administration/Operations Building Structure AHU's QuarterlyCU‐2‐5 CARRIER 4ABC618A310 3010E10654 Administration/Operations Building Structure AHU's QuarterlyCU‐2‐6 CARRIER 24ABC636A300 3010E05416 Administration/Operations Building Structure AHU's QuarterlyV‐15A01 Plant Odor Control Scrubber No. 1 QuarterlyV‐15B01 Plant Odor Control Scrubber No. 2 QuarterlyV‐15C01 Plant Odor Control Scrubber No. 3 QuarterlyV‐15D01 Plant Odor Control Scrubber No. 4 Quarterly

CEILCOTE Club‐3000 2088‐011 EQ OC Air Handling System No. 1 QuarterlyF‐0602 LORENCK 240AW‐24AB 050SC58531‐00/0000701 FSL Propeller Wall Exhaust Fan No. 1 Semi‐AnnuallyF‐0603 LORENCK AWB‐24A6B 050SC58531‐00/0002101 FSL Propeller Wall Exhaust Fan No. 2 Semi‐AnnuallyF‐0604 LORENCK 160AW‐16A17D 050SL58531‐00/0003501 FSL Propeller Wall Exhaust Fan No. 3 Semi‐AnnuallyF‐0605 LORENCK AWD‐20A11DA FSL Propeller Wall Exhaust Fan No. 4 Semi‐AnnuallyF‐0201 HARTZELL A41‐9‐242FA100FGFQL3 0920381 IPS Odor Control Air Handling QuarterlyF‐0803 LORENCK 42VAB 050SC98839‐00/0002001 Membrane Biological Reactor Van Axial Exhaust Fan No. 1 Semi‐AnnuallyF‐0804 LORENCK 42VAB 050SC98839‐00/0002002 Membrane Biological Reactor Van Axial Exhaust Fan No. 2 Semi‐AnnuallyF‐0805 LORENCK 54VAB 050SC98839‐00/0003601 Membrane Biological Reactor Van Axial Exhaust Fan No. 3 Semi‐AnnuallyF‐0806 LORENCK 54VAB 050SC98839‐00/0003602 Membrane Biological Reactor Van Axial Exhaust Fan No. 4 Semi‐AnnuallyF‐0803 LORENCK 42VAB 050SC98839‐00/0002001 Membrane Biological Reactor Van Axial Exhaust Fan No. 1 Semi‐AnnuallyF‐0804 LORENCK 42VAB 050SC98839‐00/0002002 Membrane Biological Reactor Van Axial Exhaust Fan No. 2 Semi‐AnnuallyF‐0805 LORENCK 54VAB 050SC98839‐00/0003601 Membrane Biological Reactor Van Axial Exhaust Fan No. 3 Semi‐AnnuallyF‐0806 LORENCK 54VAB 050SC98839‐00/0003602 Membrane Biological Reactor Van Axial Exhaust Fan No. 4 Semi‐AnnuallyF‐0807 HARTZELL A35‐286‐E‐5GFXH3 N/A Membrane Biological Reactor FRP Tubeaxial Fan Fan No. 1 Semi‐AnnuallyF‐0807 HARTZELL A35‐286‐E‐5GFXH3 N/A Membrane Biological Reactor FRP Tubeaxial Fan Fan No. 1 Semi‐AnnuallyWL‐0818 RUSKIN ACL1245 N/A Membrane Biological Reactor Acoustic Wall Louver No. 1 Semi‐AnnuallyWL‐0819 RUSKIN ACL1245 N/A Membrane Biological Reactor Acoustic Wall Louver No. 2 Semi‐AnnuallyWL‐0820 RUSKIN ACL1245 N/A Membrane Biological Reactor Acoustic Wall Louver No. 3 Semi‐AnnuallyWL‐0821 RUSKIN ACL1245 N/A Membrane Biological Reactor Acoustic Wall Louver No. 4 Semi‐AnnuallyWL‐0805 RUSKIN ACL‐1245 N/A Membrane Biological Reactor Acoustic Wall Louver No. 5 Semi‐AnnuallyWL‐0806 RUSKIN ACL1245 N/A Membrane Biological Reactor Acoustic Wall Louver No. 6 Semi‐AnnuallyF‐0801 LORENCK 540 XLWH  54XLWH 050SC98839‐00/0000701 Membrane Biological Reactor Propeller Wall Exhaust Fan No. 1 Semi‐AnnuallyF‐0802 LORENCK 540 XLWH  54XLWH 050SC98839‐00/0000702 Membrane Biological Reactor Propeller Wall Exhast Fan No. 2 Semi‐AnnuallyF‐0801 LORENCK 540 XLWH 54XLWH 050SC98839‐00/0000701 Membrane Biological Reactor Propeller Wall Exhaust Fan No. 1 Semi‐Annually

YELLOW RIVER WRF ‐ 858 TOM SMITH ROAD, LILBURN, GA 30047

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCESHVAC INVENTORY

Page 16 of 30

Page 65: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

APPENDIX A

Equipment Name Manufacturer Model No. Serial No. Location PM Service FrequencyYELLOW RIVER WRF ‐ 858 TOM SMITH ROAD, LILBURN, GA 30047

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCESHVAC INVENTORY

F‐0802 LORENCK 540 XLWH 54XLWH 050SC98839‐00/0000702 Membrane Biological Reactor Propeller Wall Exhast Fan No. 2 Semi‐AnnuallyCF‐1 BIGAFANS PFX204101 N/A Maintenance Building Circulation Fan No. 1 Semi‐AnnuallyEF‐1 COOK 18S10D 050SD74259‐00/0000701 Maintenance Building  Exhaust Fan No. 1 Semi‐AnnuallyEF‐4EW COOK 54XLWH 050SD74259‐01/0000701 Maintenance Building  Exhaust Fan No. 2 Semi‐AnnuallyEF‐5EW COOK 54XLWH 050SD74259‐01/0000702 Maintenance Building Exhaust Fan No. 3 Semi‐AnnuallyEF‐6EW COOK 54XLWH 050SD74259‐01/0000703 Maintenance Building  Exhaust Fan No. 4 Semi‐AnnuallyEF‐7 COOK 18S10D 050SD74259‐00/0000702 Maintenance Building  Exhaust Fan No. 5 Semi‐Annually

CEILCOTE Plant Odor Control Odor Control Fan No. 1 QuarterlyCEILCOTE Plant Odor Control Odor Control Fan No. 2 QuarterlyCEILCOTE Plant Odor Control Odor Control Fan No. 3 QuarterlyCEILCOTE Plant Odor Control Odor Control Fan No. 4 Quarterly

F‐15F10 CEILCOTE CMHR‐48 2317‐001 Plant Odor Control Odor Control Fan No. 1 QuarterlyF‐15F20 CEILCOTE CMHR‐48 2317‐002 Plant Odor Control Odor Control Fan No. 2 QuarterlyF‐15F30 CEILCOTE CMHR‐48 2317‐001 Plant Odor Control Odor Control Fan No. 3 QuarterlyF‐15F40 CEILCOTE CMHR‐48 2317‐002 Plant Odor Control Odor Control Fan No. 4 QuarterlyF‐1502 LORENCK 360 AW 36A9B 050SC51802‐00/0000702 Plant Odor Control Propeller Wall Exhaust Fan Semi‐AnnuallyF‐1503 LORENCK 360 AW 36A9B 050SC51802‐00/0000703 Plant Odor Control Propeller Wall Exhaust Fan Semi‐AnnuallyF‐1504 LORENCK 360 AW 36A9B 050SC51802‐00/0000704 Plant Odor Control Propeller Wall Exhaust Fan Semi‐AnnuallyF‐1505 LORENCK 360 AW 36A9B 050SC51802‐00/0000704 Plant Odor Control Propeller Wall Exhaust Fan Semi‐AnnuallyF‐1506 LORENCK 360 AW 36A9B 050SC51802‐00/0000705 Plant Odor Control Propeller Wall Exhaust Fan Semi‐AnnuallyF‐0401 HARTZELL S35‐366‐E‐FGFXL3 0920172‐01B PPT FRP Axial Supply Fan No. 1 Semi‐AnnuallyF‐0402 HARTZELL S35‐366‐E‐FGFXL3 0920172‐01A PPT FRP Axial Supply Fan No. 2 Semi‐AnnuallyF‐0406 HARTZELL A34‐186FW‐FGFXK3 0920172‐04A PPT FRP Hooded Axial Supply Fan No. 3 Semi‐AnnuallyF‐0407 HARTZELL A34‐186FW‐FGFXK3 0920172‐04B PPT FRP Hooded Axial Supply Fan No. 4 Semi‐AnnuallyF‐0404 HARTZELL A37‐246FW‐FGFXK3 0920172‐02A PPT FRP Upblast Roof Exhaust Fan No. 1 Semi‐AnnuallyF‐0405 HARTZELL A37‐246FW‐FGFXK3 0920172‐02B PPT FRP Upblast Roof Exhaust Fan No. 2 Semi‐AnnuallyF‐0403 LORENCK 120 AWS‐12A17DS 050SC36042‐00/0000701 PPT Propeller Wall Supply Fan No. 1 Semi‐AnnuallyF‐0901 COOK 240 XMW  24XMW 050SE33369‐00/0000701 Effluent Control Structure Exhaust Fan No. 1 Semi‐AnnuallyF‐0902 COOK 120CV  12CVB 050SE33369‐00/0002201 Effluent Control Structure Exhaust Fan No. 2 Semi‐AnnuallyF‐0601 HARTZELL A35‐366‐E‐FGFXM3 0921759 FSL FRP Axial Supply Fan No. 1 Semi‐AnnuallyF‐1501 HARTZELL A35‐286E‐FGFXL3 0921330 Plant Odor Control FRP Tube Axial Fan Blade Semi‐AnnuallyFURN‐1‐1 CARRIER 58MVC060‐14 3110A04646 Administration/Operations Building Furnace's Semi‐AnnuallyFURN‐1‐3 CARRIER 58MVC060‐F‐10114 3110A04636 Administration/Operations Building Furnace's Semi‐AnnuallyFURN‐1‐4 CARRIER 58MVC060‐F‐10114 0A04637 Administration/Operations Building Furnace's Semi‐AnnuallyFURN 1‐5 CARRIER 58MVC080‐F‐10120 3110A03004 Administration/Operations Building Furnace's Semi‐AnnuallyFURN‐2‐1 CARRIER 58MVC080‐F‐10120 3110A02996 Administration/Operations Building Furnace's Semi‐AnnuallyFURN‐2‐2 CARRIER 58MVC100‐F‐10120 3010A056414 Administration/Operations Building Furnace's Semi‐AnnuallyFURN‐2‐3 CARRIER 58MVC060‐F‐10114 3110A04632 Administration/Operations Building Furnace's Semi‐AnnuallyFURN‐2‐4 CARRIER 58MVC060‐F‐10114 3110A04649 Administration/Operations Building Furnace's Semi‐AnnuallyFURN‐2‐5 CARRIER 58MVC060‐F‐10114 3110A04656 Administration/Operations Building Furnace's Semi‐AnnuallyFURN‐2‐6 CARRIER 58MVC080‐F‐10120 3110A02995 Administration/Operations Building Furnace's Semi‐AnnuallyEUH‐901 UNITMAINT P3PUH05CA1FTE Effluent Control Structure Electric Unit Heater No. 1 Semi‐AnnuallyEUH‐902 UNITMAINT P3PUH05CA1FTE Effluent Control Structure Electric Unit Heater No. 2 Semi‐AnnuallyEUH‐0601 TPICORPORATION P3P5505T 43WD5T01 FSL Wash Down Type Electric Unit Heater No. 1 Semi‐AnnuallyEUH‐0602 TPICORPORATION P3P5505T 43WD5T01 FSL Wash Down Type Electric Unit Heater No. 2 Semi‐AnnuallyEUH‐0801 MARKEL P3PUH03CA1 N/A Membrane Biological Reactor Electric Unit Heater No. 1 Semi‐AnnuallyEUH‐0802 MARKEL P3PUH03CA1 N/A Membrane Biological Reactor Electric Unit Heater No. 2 Semi‐AnnuallyEUH‐0803 MARKEL P3PUH03CA1 N/A Membrane Biological Reactor Electric Unit Heater No. 3 Semi‐AnnuallyEUH‐0804 MARKEL P3PUH03CA1 N/A Membrane Biological Reactor Electric Unit Heater No. 4 Semi‐Annually

Page 17 of 30

Page 66: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

APPENDIX A

Equipment Name Manufacturer Model No. Serial No. Location PM Service FrequencyYELLOW RIVER WRF ‐ 858 TOM SMITH ROAD, LILBURN, GA 30047

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCESHVAC INVENTORY

EUH‐0805 MARKEL P3PUH03CA1 N/A Membrane Biological Reactor Electric Unit Heater No. 5 Semi‐AnnuallyEUH‐0806 MARKEL P3PUH03CA1 N/A Membrane Biological Reactor Electric Unit Heater No. 6 Semi‐AnnuallyEUH‐0807 MARKEL P3PUH03CA1 N/A Membrane Biological Reactor Electric Unit Heater No. 7 Semi‐AnnuallyEUH‐0808 MARKEL P3PUH03CA1 N/A Membrane Biological Reactor Electric Unit Heater No. 8 Semi‐AnnuallyEUH‐0809 MARKEL P3PUH03CA1 N/A Membrane Biological Reactor Electric Unit Heater No. 9 Semi‐AnnuallyEUH‐0810 MARKEL P3PUH03CA1 N/A Membrane Biological Reactor Electric Unit Heater No. 10 Semi‐AnnuallyEUH‐0811 MARKEL P3PUH03CA1 N/A Membrane Biological Reactor Electric Unit Heater No. 11 Semi‐AnnuallyEUH‐0812 MARKEL P3PUH03CA1 N/A Membrane Biological Reactor Electric Unit Heater No. 12 Semi‐AnnuallyEUH‐0813 MARKEL P3PUH03CA1 N/A Membrane Biological Reactor Electric Unit Heater No. 13 Semi‐AnnuallyEUH‐0814 MARKEL P3PUH03CA1 N/A Membrane Biological Reactor Electric Unit Heater No. 14 Semi‐AnnuallyEUH‐0815 MARKEL P3PUH03CA1 N/A Membrane Biological Reactor Electric Unit Heater No. 15 Semi‐AnnuallyEUH‐0816 MARKEL P3PUH03CA1 N/A Membrane Biological Reactor Electric Unit Heater No. 16 Semi‐AnnuallyEUH‐0817 MARKEL P3PUH03CA1 N/A Membrane Biological Reactor Electric Unit Heater No. 17 Semi‐AnnuallyEUH‐0818 MARKEL P3PUH03CA1 N/A Membrane Biological Reactor Electric Unit Heater No. 18 Semi‐AnnuallyEUH‐0819 MARKEL P3PUH03CA1 N/A Membrane Biological Reactor Electric Unit Heater No. 19 Semi‐AnnuallyEUH‐0820 MARKEL P3PUH03CA1 N/A Membrane Biological Reactor Electric Unit Heater No. 20 Semi‐AnnuallyEUH‐0821 MARKEL P3PUH03CA1 N/A Membrane Biological Reactor Electric Unit Heater No. 21 Semi‐AnnuallyEHU‐0822 MARKEL P3PUH03CA1 N/A Membrane Biological Reactor Electric Unit Heater No. 22 Semi‐AnnuallyEUH‐0823 MARKEL P3PUH03CA1 N/A Membrane Biological Reactor Electric Unit Heater No. 23 Semi‐AnnuallyUH‐1 REZNOR UDAP150 BGJ79Y2N01540X Maintenance Building Electric Unit Heater No. 1 Semi‐AnnuallyUH‐2 REZNOR UDAP150 BGI79Y2N98832X Maintenance Building Electric Unit Heater No. 2 Semi‐AnnuallyUH‐1 REZNOR UDAP150 BGJ79Y2N01541X Maintenance Building Electric Unit Heater No. 3 Semi‐AnnuallyUH‐1 REZNOR UDAP150 BGJ79Y2N01553X Maintenance Building Electric Unit Heater No. 4 Semi‐AnnuallyUH‐1 REZNOR UDAP150 BGJ79Y2N01559X Maintenance Building Electric Unit Heater No. 5 Semi‐AnnuallyUH‐1 REZNOR UDAP150 BGJ79Y2N01561X Maintenance Building Electric Unit Heater No. 6 Semi‐AnnuallyFURN‐1GF CARRIER CNPHP2417ATAABAA 2111X24505 Maintenance Building Air Cooled Condenser No. 1 Semi‐AnnuallyFURN‐2GF CARRIER CNPHP6024ATAABAA 1911X40098 Maintenance Building Air Cooled Condenser No. 2 Semi‐AnnuallyMAU‐0601 REZNOR RDF2‐80‐3 BID827AN01696TENV7 FSL Direct‐Fired Makeup Air Unit Semi‐AnnuallyMAU‐0801 REZNOR PEH‐20A N/A Membrane Biological Reactor Direct‐Fired Makeup Air Unit Semi‐AnnuallyMAU‐1501 REZNOR DFCH‐233 04097351A AIR Handling System No. 1 Semi‐AnnuallyMAU‐0401 RAZOR RDF3‐180‐3 BHK827AN05551TEMV7 Gas‐Fired Makeup Air Unit Semi‐Annually

Page 18 of 30

Page 67: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

APPENDIX A

Equipment Name Manufacturer Model No. Serial No. Location PM Service FrequencyResiduals Building and Pre‐Clarification Structure QuarterlyHVAC Equipment for Sludge Transfer Building Quarterly

CARRIER 38ARQ008‐601 2807G20201 Lanier Raw Water E.B. HVAC QuarterlyCARRIER 25HBR342A600 1006E18270 Lanier Raw Water E.B. HVAC QuarterlyCARRIER 38ARQ008‐601 2907G40119 RW Electrical Building Operations Center (Right Ofc) Upper Level Quarterly

50‐ACU5001 BARD W60A1‐C 326H133026943‐02 Air Conditioner, Switchgear Structure, North‐East Wall Mounted Quarterly50‐ACU5002 BARD W60A1‐C 326H133026944‐02 Air Conditioner, Switchgear Structure, South‐West Wall Mounted Quarterly50‐ACU5003 BARD W60A1‐C 326H133026945‐02 Air Conditioner, Switchgear Structure, North‐West Wall Mounted Quarterly50‐ACU5004 BARD W60A1‐C 326H133026946‐02 Air Conditioner, Switchgear Structure, South‐East Wall Mounted Quarterly

Sludge Transfer Building  bwtn Sed and Residuals Powered Louver Semi‐Annually60‐ACU6001‐SCFP BARD W48A2‐C09XXXXXJ 402H133026899‐02 Air Conditioner, Switchgear Structure, North‐East Wall Mounted Quarterly60‐ACU6003‐SCFP BARD W48A2‐C09XXXXXJ 402H133026897‐02 Air Conditioner, Switchgear Structure, South‐West Wall Mounted Quarterly60‐ACU6002‐SCFP BARD W48A2‐C09XXXXXJ 402H133026898‐02 Air Conditioner, Switchgear Structure, North‐West Wall Mounted Quarterly60‐ACU6004‐SCFP BARD W48A2‐C09XXXXXJ 402H133026900‐02 Air Conditioner, Switchgear Structure, South‐East Wall Mounted QuarterlyBHAC0700FS0 HOME100000C BHAC0700FS QG1608418 Post Treatment Structure Chemical Building HVAC QuarterlyBC‐ACU‐1 LIEBERT Chemical Building Air Conditioning Units QuarterlyBC‐ACU‐2 LIEBERT Chemical Building Air Conditioning Units QuarterlyFL‐ACU‐1 LIEBERT Filter Building Air Conditioning Units QuarterlyFL‐ACU‐2 LIEBERT Filter Building Air Conditioning Units QuarterlyFL‐ACU‐3 YORK F1EH240AA NFMS003044 Filter Building Air Conditioning Units QuarterlyFL‐ACU‐4 YORK F1EH240AA NFMS003043 Filter Building Air Conditioning Units QuarterlyFL‐ACU‐5 YORK F3EH120A33A NGMS003371 Filter Building Air Conditioning Units QuarterlyFL‐ACU‐7 LIEBERT Filter Building Air Conditioning Units QuarterlyHS‐ACU‐1 YORK AP800 CCMM 17253D Finished Water HS Pumping Structure Air Conditioning Units QuarterlyHS‐ACU‐2 YORK AP800 CCMM 17254D Finished Water HS Pumping Structure Air Conditioning Units QuarterlyACU‐1 TRANE 4TVC0048100NB‐IDU LFP, Filtration Filter Building No1 , Air Conditioning unit QuarterlyACU‐2 TRANE 4TVC0048100NB‐IDU LFP, Filtration Filter Building No1 , Air Conditioning unit QuarterlyACU‐3 TRANE 4TVC0048100NB‐IDU LFP, Filtration Filter Building No1 , Air Conditioning unit QuarterlyCU‐1 TRANE TTA120E40RAA 152727M1YA LFP, Filtration Filter Building No1 , Condensing Unit QuarterlyCU‐2 TRANE 4TVH0144B400NB 150351284X LFP, Filtration Filter Building No1 , Condensing Unit Quarterly

FRC4827B Ozone Structure HVAC Electric Louver Semi‐AnnuallyFRC4827B Ozone Structure HVAC Electric Louver Semi‐AnnuallyFRC4827B Ozone Structure HVAC Electric Louver Semi‐Annually

BC‐ACC‐1 LIEBERT Air Conditioner Condenser, Chemical Building, No1 QuarterlyBC‐ACC‐2 LIEBERT Air Conditioner Condenser, Chemical Building, No2 QuarterlyBC‐ACC‐3 LIEBERT Air Conditioner Condenser, Chemical Building, No3 QuarterlyFL‐ACC‐1 LIEBERT Air Conditioner Condenser, Filter Building Second Floor, No1 QuarterlyFL‐ACC‐2 LIEBERT Air Conditioner Condenser, Filter Building Second Floor, No2 Quarterly

YORK E1FB240A46B NOC6016336 Air Conditioner Condenser, Filter Building Second Floor, No3 QuarterlyYORK EFFB240A46B NOA6841565 Air Conditioner Condenser, Filter Building Second Floor, No4 Quarterly

FL‐ACC‐5 YORK E1FB120A46E NHMM091344 Air Conditioner Condenser, Filter Building Second Floor, No5 QuarterlyFL‐ACC‐7 LIEBERT Air Conditioner Condenser, Filter Building First Floor, No7 QuarterlyHS‐ACC‐1 YORK E2RA036S46A W0D8796321 Air Conditioner Condenser, High Service Pump Station, No1 QuarterlyMA‐ACC‐1 LIEBERT Air Conditioner Condenser, Maintenance Building, No1 QuarterlyMA‐ACC‐2 LIEBERT Air Conditioner Condenser, Maintenance Building, No2 QuarterlyMA‐ACC‐3 Air Conditioner Condenser, Maintenance Building, No3 QuarterlyOZ‐ACC‐1 TRANE TTA120E400AA 1033WXRAD Air Conditioner Condenser, Ozone Building, No1 QuarterlyOZ‐ACC‐2 LIEBERT Air Conditioner Condenser, Ozone Building, No2 QuarterlyOZ‐ACC‐3 LIEBERT Air Conditioner Condenser, Ozone Building, No3 Quarterly

LANIER FILTER PLANT ‐ 2601 BUFORD DAM ROAD, BUFORD, GA 30518

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCESHVAC INVENTORY

Page 19 of 30

Page 68: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

APPENDIX A

Equipment Name Manufacturer Model No. Serial No. Location PM Service FrequencyLANIER FILTER PLANT ‐ 2601 BUFORD DAM ROAD, BUFORD, GA 30518

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCESHVAC INVENTORY

OZ‐ACC‐4 YORK HB180C00A4AAA1B NBMM022221 Air Conditioner Condenser, Ozone Building, No4 QuarterlyOZ‐ACC‐5 YORK HB180C00A4AAA1B NCMM022687 Air Conditioner Condenser, Ozone Building, No5 QuarterlyOZ‐ACC‐6 AAON Air Conditioner Condenser, Ozone Building, No6 QuarterlyOZ‐ACC‐7 AAON Air Conditioner Condenser, Ozone Building, No7 Quarterly

BELIMO AF120US LFP High Service Exhaust Louver No1 Semi‐AnnuallyBELIMO AF120US LFP High Service Exhaust Louver No2 Semi‐AnnuallyBELIMO AF120US LFP High Service Exhaust Louver No3 Semi‐AnnuallyBELIMO AF120US LFP High Service Exhaust Louver No4 Semi‐AnnuallyBELIMO AF120US LFP High Service Exhaust Louver No5 Semi‐AnnuallyBELIMO AF120US LFP High Service Exhaust Louver No6 Semi‐AnnuallyBELIMO AF120US LFP High Service Exhaust Louver No7 Semi‐AnnuallyBELIMO AF120US LFP High Service Exhaust Louver No8 Semi‐AnnuallyBELIMO AF120US LFP High Service Exhaust Louver No9 Semi‐AnnuallyBELIMO AF120US LFP High Service Exhaust Louver No10 Semi‐AnnuallyBELIMO AF120US LFP High Service Exhaust Louver No11 Semi‐AnnuallyBELIMO AF120US LFP High Service Exhaust Louver No12 Semi‐AnnuallyBELIMO AF120US LFP High Service Exhaust Louver No13 Semi‐AnnuallyBELIMO AF120US LFP High Service Exhaust Louver No14 Semi‐AnnuallyBELIMO AF120US LFP High Service Exhaust Louver No15 Semi‐Annually

BC‐AHU‐1 YORK CEMM17098D Air Handler, Chemical Building, No1 QuarterlyBC‐AHU‐2 YORK CEMM17099D Air Handler, Chemical Building, No2 QuarterlyBC‐AHU‐3 YORK CEMM17097D Air Handler, Chemical Building, No3 QuarterlyHS‐ACU‐4 YORK N1AHC1606A (8) XBMS029425 Air Handler, High Service Pump Station HVAC Room, No4 QuarterlyHS‐ACU‐5 Air Handler, High Service Pump Station Electrical Room, No5 QuarterlyHS‐ACU‐6 Air Handler, High Service Pump Station Electrical Room, No6 QuarterlyAHU‐1 TRANE CSAA008UA K15H65038 LFP, Filter Building,Air Handler‐AHU‐1 QuarterlyMA‐ACU‐1 Air Handler, Maintenance Building, No1 QuarterlyMA‐ACU‐2 Air Handler, Maintenance Building, No2 QuarterlyOZ‐ACU‐1 TRANE TWE120E300AA 1034PTJBD Air Handler, Ozone Building, No1 QuarterlyOZ‐ACU‐2 LIEBERT Air Handler, Ozone Building, No2 QuarterlyOZ‐ACU‐3 LIEBERT Air Handler, Ozone Building, No3 QuarterlyOZ‐ACU‐4 YORK LB180C00A6AAA1A NCMM022690 Air Handler, Ozone Building, No4 QuarterlyOZ‐ACU‐5 YORK LB180C00A6AAA1A NCMM022691 Air Handler, Ozone Building, No5 Quarterly24WH6‐A04C BARD 101K92074190 Package A/C Unit, Maint. Building, Warehouse Tool Room QuarterlyHS‐CHIL‐1 MARATH AVA 254TTDC4026AA Y Air Conditioning Chiller, High Service Pump Station HVAC Room, No1 QuarterlyHS‐CHIL‐2 TOSHIBA 0154FTSA21A‐P Air Conditioning Chiller, High Service Pump Station HVAC Room, No2 Quarterly

na NA Chlorine Dock Fan QuarterlyChlorine Dock Exhaust Louver TAG No289225 QuarterlyChlorine Dock Exhaust Louver TAG No289227 QuarterlyChlorine Dock Exhaust Louver TAG No289229 QuarterlyChlorine Dock Exhaust Louver TAG No282942 QuarterlyChlorine Dock Exhaust Louver TAG No282943 QuarterlyChlorine Dock Exhaust Louver TAG No379417 QuarterlyChlorine Dock Exhaust Fan EF‐1 Disconnect QuarterlyChlorine Dock Exhaust Fan EF‐2 Disconnect QuarterlyChlorine Dock Exhaust Fan EF‐3 Disconnect Quarterly

BALDR H0411108275 Raw Water Flow Diversion Structure Intake Fan Semi‐AnnuallyPENNBARRY 72040924 Lanier Raw Water Pump Building HVAC Vent Fan No 1 Semi‐AnnuallyPENNBARRY 72040951 Lanier Raw Water Pump Building HVAC Vent Fan No 2 Semi‐Annually

Page 20 of 30

Page 69: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

APPENDIX A

Equipment Name Manufacturer Model No. Serial No. Location PM Service FrequencyLANIER FILTER PLANT ‐ 2601 BUFORD DAM ROAD, BUFORD, GA 30518

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCESHVAC INVENTORY

PENNBARRY 72041013 Lanier Raw Water Pump Building HVAC Vent Fan No 3 Semi‐AnnuallyPENNBARRY 72041014 Lanier Raw Water Pump Building HVAC Vent Fan No 4 Semi‐Annually

Chlorine Dock Exhaust Louver TAG No289229 QuarterlyGV‐1 TWIN GRV120B B13‐000000084424 Filtration Backwash HVAC Air Intae/Relief Vent No 1 QuarterlyGV‐2 TWIN GRV120B B13‐000000084425 Filtration Backwash HVAC Air Intae/Relief Vent No 2 Quarterly

NYBLWR M16343100 Exhaust Fan No1 Ozone Generator Room Semi‐AnnuallyNYBLWR 16373100 Exhaust Fan No2 Ozone Generator Room Semi‐Annually

PX135C6 115/1/60/O CENTMST PX135C6 11 WUA164015 Exhaust Fan No3 ‐ storeroom on the Third Floor of the Ozone Building Semi‐Annually12PR LORENCK 12PR CKRG268TZ Exhaust Fan, Ozone, Lower Level at Double Doors Semi‐Annually

Duct Fan, Ozone Electrical Room Semi‐AnnuallyTUBEMSTR DS10B Exhaust Fan No1, High Service, Pump Room Semi‐AnnuallyTUBEMSTR SXV120A401 Exhaust Fan No2, High Service, Pump Room Semi‐AnnuallyTUBEMSTR GVO:420A Exhaust Fan No3, High Service, Pump Room Semi‐AnnuallyTUBEMSTR Exhaust Fan No4, High Service, Pump Room Semi‐Annually

4C009C DAYTON 4C009C Filtration Filter Building No2 Fans Semi‐AnnuallyMFG: Loren Cook High Service Circulation Fan 01 (HS Pump Bldg First Floor) Semi‐AnnuallyMFG: Loren Cook High Service Circulation Fan 02 (HS Pump Bldg First Floor) Semi‐Annually

MAGNETEK BP04‐17 Supply Fan No1 Lanier H. S. Electrical Room ‐ South Side Semi‐AnnuallyMAGNETEK Supply Fan No2 Lanier H. S. Electrical Room ‐ North Side Semi‐AnnuallyPENNBARRY D‐18 82090824 Exhaust Fan / Flouride Room Semi‐Annually

Chlorine Dock Exhaust Fan EF‐1 Semi‐AnnuallyChlorine Dock Exhaust Fan EF‐2 Semi‐AnnuallyChlorine Dock Exhaust Fan EF‐3 Semi‐AnnuallyExhaust Fan HTH Room Semi‐Annually

DAYTON 8m209 N/A Lime Building, Exhaust Fan Semi‐AnnuallyBALDR F0409150365 Raw Water Flow Diversion Structure Exhaust Fan Semi‐AnnuallyMARATH BWK56T17D5309D P LFP Maintenence Shop Exhaust Fan EF‐1 Semi‐AnnuallyMARATH BWK56T17D5309D P LFP Maintenence Shop Exhaust Fan EF‐2 Semi‐AnnuallyLORENCK 490 CA SWSI 050S6727990000007010102 Exhaust Fan No3, Residuals Building Second Floor Semi‐AnnuallyLORENCK 490 CA SWSI 050S6727990000034010102 Exhaust Fan No4, Residuals Building Second Floor Semi‐AnnuallyPENNBARRY JE2K019N 67013‐0 345061M Raw Water Electrical Building Shop/Kitchen Upper Level Exhaust Fan Semi‐Annually

G07AD10T34 Raw Water Electrical Building Transformer Room Upper Level Exhaust Fan Semi‐AnnuallyDAYTON 1WDC2 5KV Building Exhaust Fan Semi‐Annually

Sludge Transfer Building  bwtn Sed and Residuals Exhaust Fan Semi‐Annually001587 925412 Exhaust Fan, Lower Level, Sed. Basin Semi‐Annually

Residuals Building and Pre‐Clarification Structure Exhaust Fan Semi‐AnnuallyTWIN BCRU‐120B B13‐000000084083 Filtration Backwash HVAC Exhaust Fan No 1 Semi‐Annually

EF‐2 TWIN BCRU‐120B B13‐000000084084 Filtration Backwash HVAC Exhaust Fan No 2 Semi‐AnnuallyLORENCK 10S15D Exhaust Fan ‐ Chem. Bldg Storage Room ‐ BC‐EF‐1 Semi‐Annually

MA‐EF‐1 Exhuast Fan, Maintenance Building, No1 Semi‐AnnuallyTWR036D100A0 TRANE TWR036D100 2063BW94F Residuals Building Heat Pump No1 ‐ 2‐Ton Unit, Office Area Quarterly

LENNOX 5602M01411 Ozone Structure HVAC Heat Pump No 1 QuarterlyLENNOX 5803C25842 Ozone Structure HVAC Heat Pump No 2 QuarterlyINDEECO Unit Heater No4, Ozone Semi‐Annually

LFP Head Chamber Unit Heater Semi‐AnnuallyRaw Water Flow Diversion Structure Heater No1 Semi‐AnnuallyRaw Water Flow Diversion Structure Heater No2 Semi‐AnnuallyRaw Water Flow Diversion Structure Heater No3 Semi‐AnnuallyRaw Water Flow Diversion Structure Heater No4 Semi‐Annually

Page 21 of 30

Page 70: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

APPENDIX A

Equipment Name Manufacturer Model No. Serial No. Location PM Service FrequencyLANIER FILTER PLANT ‐ 2601 BUFORD DAM ROAD, BUFORD, GA 30518

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCESHVAC INVENTORY

LFP Ozone Building Unit Heater Semi‐AnnuallyCHROM Heater HT1, Chromalox, 240VAC, 500W, OT‐1205 285‐050601‐215 092LP Semi‐AnnuallyCHROM Heater HT1, Chromalox, 240VAC, 500W, OT‐1205 285‐050601‐215 092LP Semi‐AnnuallyCHROM Heater HT1, Chromalox, 240VAC, 500W, OT‐1205 285‐050601‐215 092LP Semi‐AnnuallyCHROM Heater HT1, Chromalox, 240VAC, 500W, OT‐1205 285‐050601‐215 092LP Semi‐AnnuallyCHROM Heater HT1, Chromalox, 240VAC, 500W, OT‐1205 285‐050601‐215 092LP Semi‐AnnuallyCHROM Heater HT1, Chromalox, 240VAC, 500W, OT‐1205 285‐050601‐215 092LP Semi‐AnnuallyCHROM Heater HT1, Chromalox, 240VAC, 500W, OT‐1205 285‐050601‐215 092LP Semi‐Annually

Lanier Raw Water Pump Building HVAC Unit Heater No 1 Semi‐AnnuallyLanier Raw Water Pump Building HVAC Unit Heater No 2 Semi‐Annually

P55YYBYV‐887 Lanier Raw Water Pump Building HVAC Unit Heater No 3 Semi‐AnnuallyLanier Raw Water Pump Building HVAC Unit Heater No 4 Semi‐AnnuallyLFP New E.Q., located beside Maintenance Building Quarterly

BERKO Unit Heater SL‐UH‐2, Sludge Transfer Building Semi‐AnnuallyQMARK Unit Heater, LFP Maintenance Bldg, 1st Floor Welding Area Semi‐Annually

SG‐40550‐G Unit Heater, LFP Maintenance Bldg, 1st Floor Main Shop Area Semi‐AnnuallyUnit Heater, LFP Maintenance Bldg, 1st Floor Semi‐AnnuallyUnit Heater, LFP Maintenance Bldg, 1st Floor Semi‐Annually

BC‐EUH‐8 CHROM LUH‐05 Electric Unit Heater, Chemical Building, No8 Semi‐AnnuallyQMARK J15YDCOOA4BLE2A N1B3457325 Unit Heater No2, Recycle Building Semi‐Annually

Unit Heater, Ferric Chloride Room Semi‐AnnuallyLFP FB No2, 2nd Floor Gallery Unit Heater Semi‐AnnuallyLFP FB No2, 2nd Floor Gallery Unit Heater Semi‐AnnuallyLFP FB No2, 2nd Floor Gallery Unit Heater Semi‐AnnuallyLFP FB No2, 2nd Floor Gallery Unit Heater Semi‐AnnuallyLFP FB No2, 2nd Floor Gallery Unit Heater Semi‐AnnuallyLFP FB No2, 2nd Floor Gallery Unit Heater Semi‐AnnuallyLFP FB No2, 2nd Floor Gallery Unit Heater Semi‐AnnuallyLFP FB No2, 2nd Floor Gallery Unit Heater Semi‐AnnuallyLFP FB No2, 2nd Floor Gallery Unit Heater Semi‐AnnuallyLFP FB No2, 2nd Floor Gallery Unit Heater Semi‐AnnuallyLFP FB No2, 2nd Floor Gallery Unit Heater Semi‐AnnuallyLFP FB No2, 2nd Floor Gallery Unit Heater Semi‐AnnuallyLFP FB No2, 2nd Floor Gallery Unit Heater Semi‐AnnuallyLFP FB No2, 2nd Floor Gallery Unit Heater Semi‐AnnuallyLFP FB No2, 2nd Floor Gallery Unit Heater Semi‐AnnuallyLFP FB No2, 2nd Floor Gallery Unit Heater Semi‐AnnuallyLFP FB No2, 2nd Floor Gallery Unit Heater Semi‐Annually

TRANSDYN LFP FB No2, 2nd Floor Gallery Unit Heater FB2‐UH‐12B Semi‐AnnuallyTRANSDYN LFP FB No2, 2nd Floor Gallery Unit Heater FB2‐UH‐12A Semi‐AnnuallyTRANSDYN LFP FB No2, 2nd Floor Gallery Unit Heater FB2‐UH‐11B Semi‐AnnuallyTRANSDYN LFP FB No2, 2nd Floor Gallery Unit Heater FB2‐UH‐11A Semi‐AnnuallyDAYTON LFP FB No2, 2nd Floor Gallery Unit Heater, Storage Room, Dayton Semi‐AnnuallyQMARK LFP FB No2, 2nd Floor Gallery Unit Heater, Storage Room, Qmark Semi‐AnnuallyTRANSDYN LFP FB No2, 2nd Floor Gallery Unit Heater FB2‐UH‐10B Semi‐AnnuallyTRANSDYN LFP FB No2, 2nd Floor Gallery Unit Heater FB2‐UH‐10A Semi‐AnnuallyTRANSDYN LFP FB No2, 2nd Floor Gallery Unit Heater FB2‐UH‐9B Semi‐AnnuallyTRANSDYN LFP FB No2, 2nd Floor Gallery Unit Heater FB2‐UH‐9A Semi‐AnnuallyTRANSDYN LFP FB No2, 2nd Floor Gallery Unit Heater FB2‐UH‐8B Semi‐Annually

Page 22 of 30

Page 71: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

APPENDIX A

Equipment Name Manufacturer Model No. Serial No. Location PM Service FrequencyLANIER FILTER PLANT ‐ 2601 BUFORD DAM ROAD, BUFORD, GA 30518

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCESHVAC INVENTORY

TRANSDYN LFP FB No2, 2nd Floor Gallery Unit Heater FB2‐UH‐8A Semi‐AnnuallyTRANSDYN LFP FB No2, 2nd Floor Gallery Unit Heater FB2‐UH‐7B Semi‐AnnuallyTRANSDYN LFP FB No2, 2nd Floor Gallery Unit Heater FB2‐UH‐7A Semi‐AnnuallyELEMODE LFP FB No2, 2nd Floor Office Unit Heater FB2‐UH‐6B Semi‐AnnuallyQMARK LFP FB No2, 2nd Floor Office Unit Heater FB2‐UH‐6A Semi‐AnnuallyELEMODE Unit Heater, Filter Building No2, 1st Floor Semi‐Annually

BC‐EUH‐1 CHROM HPH‐A‐4000 004‐303614‐004 Electric Unit Heater, Chemical Building Chlorine Dock, No1 Semi‐AnnuallyBC‐EUH‐12 CHROM LUH‐D‐15‐43‐32‐00 004‐303375‐815 Electric Unit Heater, Chemical Building Lime, No12 Semi‐AnnuallyBC‐EUH‐13 CHROM LUH‐D‐15‐43‐32‐00 004‐303375‐816 Electric Unit Heater, Chemical Building Calcium Thiosulfate, No13 Semi‐AnnuallyBC‐EUH‐14 Electric Unit Heater, Chemical Building,No15 Semi‐AnnuallyBC‐EUH‐16 CHROM HDH‐A‐4000 004‐303614‐004 Electric Unit Heater, Chemical Building Chlorinator Room, No16 Semi‐AnnuallyBC‐EUH‐2 CHROM HDH‐A‐4000 004‐303614‐004 Electric Unit Heater, Chemical Building Chlorine Dock, No2 Semi‐AnnuallyBC‐EUH‐3 CHROM HDH‐A‐4000 004‐303614‐004 Electric Unit Heater, Chemical Building Chlorine Dock, No3 Semi‐AnnuallyBC‐EUH‐4 CHROM HDH‐A‐4000 004‐303614‐004 Electric Unit Heater, Chemical Building Chlorine Dock, No4 Semi‐AnnuallyBC‐EUH‐5 CHROM HDH‐A‐4000 004‐303614‐004 Electric Unit Heater, Chemical Building Chlorine Dock, No5 Semi‐AnnuallyBC‐EUH‐6 CHROM HDH‐A‐4000 004‐303614‐004 Electric Unit Heater, Chemical Building Chlorine Dock, No6 Semi‐AnnuallyBC‐EUH‐7 CHROM HDH‐A‐4000 004‐303614‐004 Electric Unit Heater, Chemical Building Chlorine Dock, No7 Semi‐Annually

3HF30 Electric Duct Heater, Maintenance Building, No1 Semi‐AnnuallyHOH‐A500T 196‐057744‐005 Unit Heater, Residuals Building 1st Floor Semi‐Annually

196‐057744‐005 Unit Heater No10, Residuals Building Semi‐Annually197‐057744‐005 Unit Heater No11, Residuals Building Semi‐Annually197‐057744‐005 Unit Heater No12, Residuals Building Semi‐Annually196‐057744‐005 Unit Heater No13, Residuals Building Semi‐Annually196‐057744‐005 LFP Residuals Bldg, 2nd Floor Unit Heater No14 Semi‐Annually196‐057744‐005 Unit Heater No15 (Residuals) Semi‐Annually196‐057744‐005 LFP Residuals Bldg, 2nd Floor, Storage Unit Heater Semi‐Annually196‐057744‐005 LFP Residuals Bldg, 2nd Floor, Electrical Room Unit Heater Semi‐Annually

MARLEY HOH‐A500T 196‐057744‐005 LFP Residuals Bldg, 1st Floor, Bay Unit Heater Semi‐AnnuallyMARLEY HOH‐A500T 196‐057744‐005 LFP Residuals Bldg, 1st Floor, Bay Unit Heater No3 Semi‐AnnuallyMARLEY HOH‐A500T 196‐057744‐005 LFP Residuals Bldg, 1st Floor, Bay Unit Heater Semi‐AnnuallyMARLEY HOH‐A500T 196‐057744‐005 Unit Heater, Residuals Bldg, 2nd Floor Electrical Room Semi‐AnnuallyMARLEY HOH‐A500T 196‐057744‐005 LFP Residuals Bldg, 2nd Floor, Electrical Room Unit Heater Semi‐AnnuallyMARLEY LUH‐D‐04‐4 196‐057744‐005 LFP Residuals Bldg, 1st Floor, Lime Unit Heater No7 Semi‐AnnuallyMARLEY LUH‐D‐04‐4 196‐057744‐005 LFP Residuals Bldg, 1st Floor, Pump Room Unit Heater No8 Semi‐AnnuallyMARLEY 197‐057744‐005 LFP Residuals Bldg, 1st Floor, Lime Unit Heater No9 Semi‐Annually

FL‐EUH‐1 CHROM HDH‐A1000TSD 004‐303612‐569 Electric Unit Heater, Filter Building Filter Pumps, No1 Semi‐AnnuallyFL‐EUH‐3 CHROM LUH‐D‐05‐43‐32‐00 004‐303374‐565 Electric Unit Heater, Filter Building Unit Substation Room, No3 Semi‐AnnuallyFL‐EUH‐4 CHROM LUH‐D‐05‐43‐32‐00 004‐303374‐565 Electric Unit Heater, Filter Building Unit Substation Room, No4 Semi‐AnnuallyFL‐EUH‐6 CHROM LUH‐D‐05‐43‐32‐00 004‐303374‐565 Electric Unit Heater, Filter Building Unit Mechanical Room, No6 Semi‐AnnuallyHS‐EUH‐1 CHROM Electric Unit Heater, High Service Pump Station Unit Substation Room, No1 Semi‐AnnuallyHS‐EUH‐10 CHROM LUH‐D‐10‐43‐32‐00 000‐303375‐515 Electric Unit Heater, High Service Pump Station Pump Room, No10 Semi‐AnnuallyHS‐EUH‐11 CHROM LUH‐D‐10‐43‐32‐00 000‐303375‐515 Electric Unit Heater, High Service Pump Station Pump Room, No11 Semi‐AnnuallyHS‐EUH‐12 CHROM LUH‐D‐10‐43‐32‐00 000‐303375‐515 Electric Unit Heater, High Service Pump Station Pump Room, No12 Semi‐AnnuallyHS‐EUH‐13 CHROM LUH‐D‐10‐43‐32‐00 000‐303375‐515 Electric Unit Heater, High Service Pump Station Pump Room, No13 Semi‐Annually

CHROM LUH‐D‐10‐43‐32‐00 004‐303375‐265 Electric Unit Heater, High Service Pump Station Pump Room, No14 Semi‐AnnuallyCHROM LUH‐D‐10‐43‐32‐00 004‐303375‐265 Electric Unit Heater, High Service Pump Station Pump Room, No15 Semi‐AnnuallyCHROM LUH‐D‐10‐43‐32‐00 004‐303375‐265 Electric Unit Heater, High Service Pump Station Pump Room, No16 Semi‐AnnuallyCHROM LUH‐D‐10‐43‐32‐00 004‐303375‐265 Electric Unit Heater, High Service Pump Station Pump Room, No17 Semi‐Annually

HS‐EUH‐2 CHROM Electric Unit Heater, High Service Pump Station Unit Substation Room, No2 Semi‐Annually

Page 23 of 30

Page 72: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

APPENDIX A

Equipment Name Manufacturer Model No. Serial No. Location PM Service FrequencyLANIER FILTER PLANT ‐ 2601 BUFORD DAM ROAD, BUFORD, GA 30518

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCESHVAC INVENTORY

HS‐EUH‐3 CHROM LUH‐D‐10‐43‐32‐00 000‐303375‐515 Electric Unit Heater, High Service Pump Station Unit Storage Room, No3 Semi‐AnnuallyHS‐EUH‐4 CHROM LUH‐D‐10‐43‐32‐00 000‐303375‐515 Electric Unit Heater, High Service Pump Station Pump Room,No4 Semi‐AnnuallyHS‐EUH‐5 CHROM LUH‐D‐10‐43‐32‐00 000‐303375‐515 Electric Unit Heater, High Service Pump Station Pump Room, No5 Semi‐AnnuallyHS‐EUH‐6 CHROM LUH‐D‐10‐43‐32‐00 000‐303375‐515 Electric Unit Heater, High Service Pump Station Pump Room, No6 Semi‐AnnuallyHS‐EUH‐7 CHROM LUH‐D‐10‐43‐32‐00 000‐303375‐515 Electric Unit Heater, High Service Pump Station Pump Room, No7 Semi‐AnnuallyHS‐EUH‐8 CHROM LUH‐D‐10‐43‐32‐00 000‐303375‐515 Electric Unit Heater, High Service Pump Station Pump Room, No8 Semi‐AnnuallyHS‐EUH‐9 CHROM LUH‐D‐10‐43‐32‐00 000‐303375‐515 Electric Unit Heater, High Service Pump Station Pump Room, No9 Semi‐Annually

BERKO LFP High Service Unit Heater No10 Semi‐AnnuallyBERKO LFP High Service Unit Heater No11 Semi‐AnnuallyBERKO LFP High Service Unit Heater No12 Semi‐Annually

HUHAA1548 BERKO HUHAA1548 LFP High Service Unit Heater No2 Semi‐AnnuallyHUHAA1548 BERKO HUHAA1548 LFP High Service Unit Heater No3 Semi‐AnnuallyHUHAA1548 BERKO HUHAA1548 LFP High Service Unit Heater No4 Semi‐AnnuallyHUHAA1548 BERKO HUHAA1548 LFP High Service Unit Heater No5 Semi‐AnnuallyHUHAA1548 BERKO HUHAA1548 LFP High Service Unit Heater No6 Semi‐AnnuallyHUHAA1548 BERKO HUHAA1548 LFP High Service Unit Heater No7 Semi‐AnnuallyHUHAA1584 BERKO HUHAA1584 LFP High Service Unit Heater No8 Semi‐Annually

BERKO LFP High Service Unit Heater No9 Semi‐AnnuallyEUH‐1 TRANE UHEC‐0730DACA LFP, Filter building,Heater‐EUH‐1 Semi‐AnnuallyEWH‐1 TRANE UHAA151ATA LFP, Filter Building, Wall Heater‐EWH‐1 Semi‐AnnuallyMA‐EUH‐1 Electric Unit Heater, Maintenance Building, No1 Semi‐AnnuallyMA‐EUH‐2 CHROM LUH‐D‐15‐43‐32‐00 004‐303375‐815 Electric Unit Heater, Maintenance Building, No2 Semi‐AnnuallyMA‐EUH‐3 CHROM LUH‐D‐15‐43‐32‐00 004‐303375‐815 Electric Unit Heater, Maintenance Building, No3 Semi‐AnnuallyMA‐EUH‐4 CHROM LUH‐D‐15‐43‐32‐00 004‐303375‐81 Electric Unit Heater, Maintenance Building, No4 Semi‐AnnuallyMA‐EUH‐5 CHROM LUH‐D‐15‐43‐32‐00 004‐30‐3375‐515 Electric Unit Heater, Maintenance Building, No5 Semi‐AnnuallyMA‐EUH‐6 CHROM LUH‐D‐15‐43‐32‐00 004‐303375‐815 Electric Unit Heater, Maintenance Building Compressor Room, No6 Semi‐AnnuallyMA‐EUH‐7 CHROM Electric Unit Heater, Maintenance Building Shed, No7 Semi‐Annually

Pre‐Heater, Ozone Off‐Gas Destruct Unit No1 Semi‐AnnuallyPre‐Heater, Ozone Off‐Gas Destruct Unit No2 Semi‐Annually

OZ‐EUH‐1 CHROM LUH‐D‐07‐43‐32‐00 004‐303612‐004 Electric Unit Heater, Ozone Building, No1 Semi‐AnnuallyOZ‐EUH‐6 CHROM LUH‐D‐05 43 32 00 Electric Unit Heater, Ozone Building, No6 Semi‐AnnuallyOZ‐EUH‐7 CHROM LUH‐D‐05 43 32 00 Electric Unit Heater, Ozone Building, No7 Semi‐Annually

INDEECO Ozone Structure HVAC Unit Heater Semi‐Annually234‐UIiL‐015OU‐2306INDEECO 234‐UIiL‐0 Ozone Structure HVAC Unit Heater Semi‐Annually

INDEECO Ozone Structure HVAC Unit Heater Semi‐AnnuallyINDEECO Ozone Structure HVAC Unit Heater Semi‐Annually

FRC4827B MARLEY FRC4827B Ozone Structure HVAC Unit Heater Semi‐AnnuallyFRC4827B MARLEY FRC4827B Ozone Structure HVAC Unit Heater Semi‐AnnuallyFRC4827B MARLEY FRC4827B Ozone Structure HVAC Unit Heater Semi‐AnnuallyFRC4827B MARLEY FRC4827B Ozone Structure HVAC Unit Heater Semi‐Annually

INDEECO Ozone Structure HVAC Unit Heater Semi‐AnnuallyOzone Structure HVAC Unit Heater Semi‐Annually

234‐U11L‐04500‐2306INDEECO 234‐U11L‐0 Ozone Structure HVAC Unit Heater Semi‐AnnuallyINDEECO Ozone Structure HVAC Unit Heater Semi‐AnnuallyINDEECO Ozone Structure HVAC Unit Heater Semi‐AnnuallyINDEECO Ozone Structure HVAC Unit Heater Semi‐Annually

234‐U1iL‐0150U‐2306INDEECO 234‐U1iL‐0 Ozone Structure HVAC Unit Heater Semi‐Annually

Page 24 of 30

Page 73: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

APPENDIX A

Equipment Name Manufacturer Model No. Serial No. Location PM Service FrequencySCFP, Ozone Building, HVAC, De‐Humidifier No1 QuarterlySCFP, Ozone Building, HVAC, De‐Humidifier No2 Quarterly

MITSUBISHI PKA‐A36KA7 6ZMO1835 SCFP, FILTER BUILDING, SERVER ROOM, AIR CONDITIONER No1 QuarterlyMITSUBISHI PKA‐A36KA7 6ZMO1830 SCFP, FILTER BUILDING, SERVER ROOM, AIR CONDITIONER No2 QuarterlyRUSKIN ABAR24‐SR SCFP High Service Exhaust Louver SF‐8 Quarterly

ACU‐3 GAM2A0A36S31SAE 15092BHABV Air Handler, Maintenance Building, No3 QuarterlySCFP, Chemical Building, HVAC, Air Supply Fan, Chlorinator Room Semi‐AnnuallySCFP, Filter Building, HVAC, Supply Fan No1 (Mechanical) Semi‐AnnuallySCFP, Filter Building, HVAC, Supply Fan No2 (Substation) Semi‐AnnuallySCFP, Filter Building, HVAC, Supply Fan No3 (Substation) Semi‐AnnuallySCFP, High Service, HVAC, Cooling Fan No1 (Storage Area) Semi‐AnnuallySCFP, High Service, HVAC, Cooling Fan No2 (Storage Area) Semi‐AnnuallySCFP, High Service, HVAC, Supply Air Fan No5 (HS Pump Bldg First Floor) Semi‐AnnuallySCFP, High Service, HVAC, Supply Air Fan No1 (HS Pump Bldg First Floor) Semi‐AnnuallySCFP, High Service, HVAC, Supply Air Fan No2 (HS Pump Bldg First Floor) Semi‐AnnuallySCFP, High Service, HVAC, Supply Air Fan No3 (HS Pump Bldg First Floor) Semi‐AnnuallySCFP, High Service, HVAC, Supply Air Fan No4 (HS Pump Bldg First Floor) Semi‐AnnuallySCFP, High Service, HVAC, Supply Air Fan No6 (HS Pump Bldg First Floor) Semi‐AnnuallySCFP, High Service, HVAC, Supply Air Fan No7 (HS Pump Bldg First Floor) Semi‐AnnuallySCFP, Maintenance Building, HVAC, Supply Fan MA‐SF‐1 QuarterlySCFP, Maintenance Building, HVAC, Supply Fan MA‐SF‐2 QuarterlySCFP, Raw Water Pump Station, HVAC, Cooling Fan, Main Control Panel QuarterlySCFP, Ozone Building, HVAC, Supply Fan SF‐1 QuarterlySCFP, Ozone Building, HVAC, SCFP, Supply Fan No2 QuarterlySCFP Warehouse Exhaust Fan (East) Semi‐AnnuallySCFP Warehouse Exhaust Fan (WEST) Semi‐AnnuallySCFP, Chemical Building, HVAC, Exhaust Fan No2 Semi‐AnnuallySCFP, Chemical Building, HVAC, Exhaust Fan No3 Semi‐AnnuallySCFP, Chemical Building, HVAC, Exhaust Fan No4 Semi‐AnnuallySCFP, Chemical Building, HVAC, Exhaust Fan No5 Semi‐AnnuallySCFP, Chemical Building, HVAC, Exhaust Fan No6 Semi‐AnnuallySCFP, Chemical Building, HVAC, Exhaust Fan No7 Semi‐AnnuallySCFP, Chemical Building, HVAC, Exhaust Fan No8 Semi‐AnnuallySCFP, Chemical Building, HVAC, Exhaust Fan No9 Semi‐AnnuallySCFP, Filter Building, HVAC, Blower Room, Exhaust Fan No1 Semi‐AnnuallySCFP, Filter Building, HVAC, Exhaust Fan No10, Pilot Plant Room Semi‐AnnuallySCFP, Filter Building, HVAC, Exhaust Fan No11, Mechanical Room Semi‐AnnuallySCFP, Filter Building, HVAC, Exhaust Fan No2 Semi‐AnnuallySCFP, Filter Building, HVAC, Exhaust Fan No3 Semi‐AnnuallySCFP, Filter Building, HVAC, Exhaust Fan No4 Semi‐AnnuallySCFP, Filter Building, HVAC, Exhaust Fan No5 (Substation) Semi‐AnnuallySCFP, Filter Building, HVAC, Exhaust Fan No6 (Substation) Semi‐AnnuallySCFP, Filter Building, HVAC, Exhaust Fan No7 (Substation) Semi‐AnnuallySCFP, Filter Building, HVAC, Exhaust Fan No8, Locker Rooms Semi‐AnnuallySCFP, Filter Building, HVAC, Exhaust Fan No9, Rest Rooms Semi‐AnnuallySCFP, High Service, HVAC, Exhaust Fan No1, West Wall (HS HVAC Room) Semi‐AnnuallySCFP, High Service, HVAC, Exhaust Fan No2, West Wall (HS HVAC Room) Semi‐AnnuallySCFP, High Service, HVAC, Exhaust Fan No3, South Wall (HS HVAC Room) Semi‐AnnuallySCFP, High Service, HVAC, Exhaust Fan No4, Northwest Corner (HS HVAC Room) Semi‐Annually

SHOAL CREEK FILTER PLANT ‐ 1755 BUFORD DAM ROAD, BUFORD, GA 30518

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCESHVAC INVENTORY

Page 25 of 30

Page 74: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

APPENDIX AGWINNETT COUNTY DEPARTMENT OF WATER RESOURCES

HVAC INVENTORY

SCFP, High Service, HVAC, Exhaust Fan No5, Northeast Corner (HS HVAC Room) Semi‐AnnuallySCFP, High Service, HVAC, Exhaust Fan No6 (Storage Area) Semi‐AnnuallySCFP, Maintenance Building, HVAC, Exhaust Fan EF‐1, Paint Storage Shed Semi‐AnnuallySCFP, Maintenance Building, HVAC, Exhaust Fan MA‐EF‐2 Semi‐Annually

CMD‐13 68025‐A SCFP, Maintenance Building, HVAC, Exhaust Fan EF‐3, Welding Area Semi‐AnnuallySCFP, Ozone Building, HVAC, Exhaust Fan No1 Semi‐AnnuallySCFP, Ozone Building, HVAC, Exhaust Fan EF‐10, Mechanical Room Semi‐AnnuallySCFP, Ozone Building, HVAC, Exhaust Fan OZ‐EF‐11 Semi‐AnnuallySCFP, Ozone Building, HVAC, Exhaust Fan EF‐2 Semi‐AnnuallySCFP, Ozone Building, HVAC, Exhaust Fan EF‐3 Semi‐AnnuallySCFP, Ozone Building, HVAC, Exhaust Fan EF‐4 Semi‐AnnuallySCFP, Ozone Building, HVAC, Exhaust Fan No5 Semi‐Annually

PX135C6 11 SCFP, Ozone Building, HVAC, Exhaust Fan No6 Semi‐AnnuallySCFP, Ozone Building, HVAC, Exhaust Fan No7 Semi‐AnnuallySCFP, Ozone Building, HVAC, Exhaust Fan No8 Semi‐AnnuallySCFP, Raw Water Pump Station, HVAC, Exhaust Fan EF‐1 infrared Semi‐AnnuallySCFP, Ozone Building, HVAC, Exhaust Fan No6 Semi‐AnnuallySCFP, Ozone Building, HVAC, Heater, Contactor No2 Semi‐AnnuallySCFP, Maintenance Building, HVAC, Heater, Contactor No1 Semi‐AnnuallySCFP, Ozone Building, HVAC, Heater (By Demister No6) Semi‐AnnuallySCFP, Ozone Building, HVAC, Heater (By Demister No4) Semi‐AnnuallySCFP, Ozone Building, HVAC, Heater (South Wall‐ Closest to Roll‐Up Door) Semi‐AnnuallySCFP, Ozone Building, HVAC, Heater (South Wall‐ Closest to Off‐Gas Instrument Panel) Semi‐AnnuallySCFP, Maintenance Building, HVAC, Heater, Ozone Pipe Gallery South Side Semi‐AnnuallySCFP, Maintenance Building, HVAC, Heater, Ozone Pipe Gallery North Side Semi‐Annually

Page 26 of 30

Page 75: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

APPENDIX A

Equipment Name Manufacturer Model No. Serial No. Location PM Service FrequencyBROOKS ROAD BOOSTER STATION A/C UNIT No1 QuarterlyBROOKS ROAD BOOSTER STATION A/C UNIT No2 QuarterlyBROOKS ROAD BOOSTER STATION HVAC SYSTEM Quarterly

CARRIER 38AKS014 1104F21006 BROOKS ROAD AIR CONDITION UNIT QuarterlyBROOKS ROAD HVAC SYSTEM Quarterly

ACU‐1 BARD W38A2‐B06SWXX2E 312K153266291‐02 BEAVER RUIN A/C UNITS QuarterlyBEAVER RUIN A/C UNITS QuarterlyBEAVER RUIN A/C UNITS Quarterly

CU‐1 CARRIER 38AUDB25A0C6A0A0A0 4715P49963 BEAVER RUIN A/C UNITS QuarterlyCU‐2 CARRIER 38AUDB25A0C6A0A0A0 4715P49964 BEAVER RUIN A/C UNITS QuarterlyACU‐1 BARDI Heater/ Radiateur NORTH CHATTAHOOCHEE PUMP STATION STRUCTURE Quarterly

BARD W60A1‐C09 NORRIS LAKE ELECTRICAL BUILDING QuarterlyBARD W60A1‐C09 NORRIS LAKE ELECTRICAL BUILDING Quarterly

38AUDC25A0M6A0A0A0A 2116P51563 SUWANEE CREEK A/C UNIT No1 QuarterlyTWE120B300EL 8161MJGBD BROOKS ROAD BOOSTER STATION HVAC SYSTEM QuarterlyTWE120B300EL 8122KCJBD BROOKS ROAD BOOSTER STATION AIR HANDLING UNIT No2 Quarterly

CARRIER 40RM‐014‐B611YC 0704F1605 BROOKS ROAD AIR HANDLING UNIT QuarterlyCARRIER 40RM‐014‐B611YC 0704F16245 BROOKS ROAD AIR HANDLING UNIT Quarterly

AHU‐1 CARRIER 40RUAA28A4A6‐0A0A0 3415U16411 BEAVER RUIN A/C UNITS QuarterlyAHU‐2 CARRIER 40RUAA28A4A6‐0A0A0 3415U16410 BEAVER RUIN A/C UNITS QuarterlyAHU 1054 SUWANEE CREEK AIR HANDLING UNIT No1 QuarterlyAHU 1052 SUWANEE CREEK AIR HANDLING UNIT No2 Quarterly

BROOKS ROAD EXHAUST FAN Semi‐AnnuallyGEINDUSTRIAL BROOKS ROAD SUPPL FAN No1 Semi‐AnnuallyGEINDUSTRIAL BROOKS ROAD SUPPLY FAN No2 Semi‐Annually

EF‐1 COOK 540 XLWH 54XLWH 050SF89032‐01/0000701 BEAVER RUIN FRESH AIR SUPPY AND EXHAUST FANS Semi‐AnnuallyEF‐2 COOK 540 XLWH 54XLWH 050SF89032‐01/0000702 BEAVER RUIN FRESH AIR SUPPY AND EXHAUST FANS Semi‐AnnuallyEF‐3 COOK 600 XMWH 60XMWH 050SF89032‐01/00002501 BEAVER RUIN FRESH AIR SUPPY AND EXHAUST FANS Semi‐AnnuallyEF‐4 COOK 245 ACW 245W5B 050SF89032‐00/0000701 BEAVER RUIN FRESH AIR SUPPY AND EXHAUST FANS Semi‐AnnuallyEF‐5 COOK 90 ACWH 90W17DHEC 050SF89032‐00/0001801 BEAVER RUIN FRESH AIR SUPPY AND EXHAUST FANS Semi‐AnnuallyCF‐1 TPICORPORATION MCD30‐1‐3/TEC E‐6972A BEAVER RUIN FRESH AIR SUPPY AND EXHAUST FANS Semi‐AnnuallyCF‐2 TPICORPORATION MCD30‐1‐3/TEC E‐6972B BEAVER RUIN FRESH AIR SUPPY AND EXHAUST FANS Semi‐AnnuallyCF‐3 TPICORPORATION MCD30‐1‐3/TEC E‐6972C BEAVER RUIN FRESH AIR SUPPY AND EXHAUST FANS Semi‐AnnuallyCF‐4 TPICORPORATION MCD30‐1‐3/TEC E‐6972D BEAVER RUIN FRESH AIR SUPPY AND EXHAUST FANS Semi‐AnnuallyCF‐5 TPICORPORATION BEAVER RUIN FRESH AIR SUPPY AND EXHAUST FANS Semi‐Annually

TPI CORPORATION MCD30‐1‐3/TEC E‐6972E BEAVER RUIN FRESH AIR SUPPY AND EXHAUST FANS Semi‐AnnuallySWEF‐1 BEAVER RUIN FRESH AIR SUPPY AND EXHAUST FANS Semi‐AnnuallySWEF‐2 BEAVER RUIN FRESH AIR SUPPY AND EXHAUST FANS Semi‐AnnuallyDWSF‐1 BEAVER RUIN FRESH AIR SUPPY AND EXHAUST FANS Semi‐AnnuallyDWSF‐2 BEAVER RUIN FRESH AIR SUPPY AND EXHAUST FANS Semi‐AnnuallyDWEF‐1 BEAVER RUIN FRESH AIR SUPPY AND EXHAUST FANS Semi‐AnnuallyDWEF‐2 BEAVER RUIN FRESH AIR SUPPY AND EXHAUST FANS Semi‐AnnuallySWREF‐1 BEAVER RUIN FRESH AIR SUPPY AND EXHAUST FANS Semi‐AnnuallySWREF‐2 BEAVER RUIN FRESH AIR SUPPY AND EXHAUST FANS Semi‐AnnuallySCBEF‐1 COOK 180 ACW 180W5B 050SG15990‐00/0000701 BEAVER RUIN FRESH AIR SUPPY AND EXHAUST FANS Semi‐Annually

NEW YORK BLOWER FRP RADIAL PUMP EXHAUSTER 90922NYB193 JACK'S CREEK TUNNEL ENTRANCE CARBON SCRUBBER QuarterlyNEW YORK BLOWER FRP FUME EXHAUSTER 90922NYB193 NBC TUNNEL CARBON SCRUBBER Quarterly

EF 1022 HARTZELL A88‐0‐181FE100FGFQ13 P861520840001 WOLF CREEK FRESH AIR SUPPLY AND EXHAUST FAN Semi‐AnnuallySF 1022 PLASTICAIR 30 GIF PO #: PAF15‐064 WOLF CREEK FRESH AIR SUPPLY AND EXHAUST FAN Semi‐AnnuallySF 1022 BROOKCROM AEHHXV Catalog No: PX4N003‐2 SY0135107008 WOLF CREEK FRESH AIR SUPPLY AND EXHAUST FAN Semi‐Annually

WASTEWATER PUMP STATIONS ‐ VARIOUS LOCATIONS

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCESHVAC INVENTORY

Page 27 of 30

Page 76: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

APPENDIX A

Equipment Name Manufacturer Model No. Serial No. Location PM Service FrequencyWASTEWATER PUMP STATIONS ‐ VARIOUS LOCATIONS

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCESHVAC INVENTORY

SF 1022 BROOKCROM AEHHXV Catalog No: PX4N010‐2 SY0135361007 WOLF CREEK FRESH AIR SUPPLY AND EXHAUST FAN Semi‐AnnuallyBEAVER RUIN FRESH AIR SUPPY AND EXHAUST FANS Semi‐AnnuallyBEAVER RUIN FRESH AIR SUPPY AND EXHAUST FANS Semi‐AnnuallyBEAVER RUIN FRESH AIR SUPPY AND EXHAUST FANS Semi‐AnnuallyBEAVER RUIN FRESH AIR SUPPY AND EXHAUST FANS Semi‐Annually

SWSF‐1 BEAVER RUIN FRESH AIR SUPPY AND EXHAUST FANS Semi‐AnnuallySWSF‐2 BEAVER RUIN FRESH AIR SUPPY AND EXHAUST FANS Semi‐Annually

BEAVER RUIN OC PROCESS AIR AND SCRUBBER BLOWERS QuarterlyBEAVER RUIN OC PROCESS AIR AND SCRUBBER BLOWERS Quarterly

GRAINGER 4YC706 118955550910 JACK'S CREEK TUNNEL ENTRANCE BIO FILTER VENT FAN QuarterlyNBC STANDARD FAN BETWEEN SHELVES ON WALL Semi‐AnnuallyNBC INSIDE AC UNIT LARGE FAN QuarterlyNBC INSIDE AC UNIT SMALL FAN QuarterlyNBC FAN ON PAD BESIDE WET WELL No1 Semi‐AnnuallyNBC FAN ON PAD BESIDE WET WELL No2 Semi‐Annually

NYB 181 FRP G13971‐01 NORRIS LAKE ODOR CONTROL EXHAUST FANS Semi‐AnnuallyNYB 241 FRP G12602‐02 NORRIS LAKE ODOR CONTROL EXHAUST FANS Semi‐AnnuallyNYB 181 FRP G12602‐01 NORRIS LAKE ODOR CONTROL EXHAUST FANS Semi‐AnnuallyPLASTICAIR 18 BCMPA PAF15‐064 WOLF CREEK FRESH AIR SUPPLY AND EXHAUST FAN Semi‐Annually

BROOKS ROAD BOOSTER STATION HEATER No1 Semi‐AnnuallyBROOKS ROAD BOOSTER STATION HEATER No2 Semi‐AnnuallyBROOKS ROAD BOOSTER STATION WALL HEATER No1 Semi‐AnnuallyBROOKS ROAD BOOSTER STATION WALL HEATER No2 Semi‐AnnuallyBEAVER RUIN FRESH AIR BLOWER / HEATER Semi‐Annually

RH-1 SPACE‐RAY BEAVER RUIN FRESH AIR BLOWER / HEATER Semi‐AnnuallyRH-2 SPACE‐RAY BEAVER RUIN FRESH AIR BLOWER / HEATER Semi‐AnnuallyRH-3 SPACE‐RAY BEAVER RUIN FRESH AIR BLOWER / HEATER Semi‐AnnuallyRH-4 SPACE‐RAY BEAVER RUIN FRESH AIR BLOWER / HEATER Semi‐Annually

TPICORPORATION F1F5503T81WD3T01 BEAVER RUIN FRESH AIR BLOWER / HEATER Semi‐AnnuallyUH-2 TPICORPORATION P3P5505T43WD5T01 BEAVER RUIN FRESH AIR BLOWER / HEATER Semi‐AnnuallyUH-3 TPICORPORATION P3P5505T43WD5T01 BEAVER RUIN FRESH AIR BLOWER / HEATER Semi‐AnnuallySCBUH-1 TPICORPORATION F1F5503T81WD3T01 BEAVER RUIN FRESH AIR BLOWER / HEATER Semi‐Annually

HARTZELL S41PO-182F 721582 ALCOVY RIVER ODOR CONTROL FAN Semi‐AnnuallyALCOVY BOOSTER HVAC Quarterly

HARTZELL A41-9-223FA-66FGFQP3 0820402‐01 BROOKS ROAD ODOR CONTROL FAN  NO 1 Semi‐AnnuallyHARTZELL A41-9-223FA66FGF0P3 0820402‐02 BROOKS ROAD ODOR CONTROL FAN  NO 2 Semi‐AnnuallyPUREAIR FILTRATION WBS-6 S2012‐003‐001 DACULA ROAD ODOR CONTROL FAN Semi‐AnnuallyCEILCOTE CMHB-6 2117‐001 HOG MOUNTAIN ODOR CONTROL FAN Semi‐AnnuallyCINCINNATI FAN LM-4 1205539 HOG MOUNTAIN ROAD NO 1 ODOR CONTROL FAN Semi‐AnnuallyHARTZELL A41PO-362FA100FG-T3 2773L‐9/30/04 IVY CREEK ODOR CONTROL FAN Semi‐AnnuallyHARTZELL A41PO-152FA100FG-L2 0820611‐01A LOWER BIG HAYNES CREEK ODOR CONTROL FAN NO 1 Semi‐AnnuallyHARTZELL A41PO-152FA100FG-L2 0820611‐01B LOWER BIG HAYNES CREEK ODOR CONTROL FAN NO 2 Semi‐AnnuallyHARTZELL A41PO-362FA-66FG-T3 0621903‐02 LEVEL CREEK ODOR CONTROL FAN NO 1 Semi‐AnnuallyHARTZELL A41PO-362FA-66FG-T3 0621905‐01 LEVEL CREEK ODOR CONTROL FAN NO 2 Semi‐AnnuallyGREENHECK SWB-236-150-CW-DB F07824 LEVEL CREEK SUPPLY FAN Semi‐AnnuallyCEILCOTE CLUB-2550 50201‐001 NBC REGIONAL BIOFILTER ODOR CONTROL FAN Semi‐AnnuallyEMERSON AU08 C10P2B NORTH CHATTAHOOCHEE ODOR CONTROL FAN Semi‐Annually

SUWANEE CREEK ODOR CONTROL FAN Semi‐Annually

Page 28 of 30

Page 77: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

APPENDIX A

Equipment Name Manufacturer Model No. Serial No. Location PM Service FrequencyDuluth HVAC Equipment QuarterlyGrayson HVAC Equipment QuarterlyLanier Mountain HVAC Equipment QuarterlyNorcross HVAC Equipment QuarterlyRock Quarry HVAC Equipment Quarterly

CARRIER 24ABR336A320 1607E22299 Rockbridge HVAC Air Conditioning Unit ‐ Carrier QuarterlyGRAYSON AIR HANDLING UNIT No1 QuarterlyGRAYSON AIR HANDLING UNIT No2 Quarterly

FC4DNF036 0507487586 Rockbridge HVAC Air Handler Unit QuarterlyLanier Mountain Tanks and Booster Station Window AC Unit QuarterlyWALTON COURT EXHAUST FAN No2 Semi‐AnnuallyGRAYSON EXHAUST FAN No1 Semi‐AnnuallyGRAYSON EXHAUST FAN No2 Semi‐AnnuallyGRAYSON EXHAUST FAN No3 Semi‐AnnuallyGRAYSON EXHAUST FAN No4 Semi‐AnnuallyGRAYSON EXHAUST FAN No5 Semi‐AnnuallyGRAYSON EXHAUST FAN No6 Semi‐AnnuallyGRAYSON EXHAUST FAN No7 Semi‐AnnuallyGRAYSON EXHAUST FAN No8 Semi‐AnnuallyGRAYSON EXHAUST FAN No9 Semi‐AnnuallyGRAYSON EXHAUST FAN No10 Semi‐Annually

ADSMITH G‐390768‐01 Rock Quarry Booster Station Duct Exhaust Fan Semi‐AnnuallyADSMITH Rock Quarry Booster Station Duct Exhaust Fan Semi‐Annually

Duluth Booster Station Exhaust Fan No1 Semi‐AnnuallyDuluth Booster Station Exhaust Fan No2 Semi‐AnnuallyDuluth Booster Station Exhaust Fan No3 Semi‐Annually

9FZZ5 DAYTON Norcross Tank and Booster Station Exhaust Fan Semi‐AnnuallyLanier Mountain Tanks and Booster Station Exhaust Fan Semi‐AnnuallyLanier Mountain Tanks and Booster Station Exhaust Fan Semi‐Annually

2C713A DAYTON HUHAA548 WALTON COURT EXHAUST FAN No1 Semi‐AnnuallyDAYTON Knollwood Vault Exhaust Fan Semi‐Annually

Rockbridge Exhaust Fan No1 Semi‐AnnuallyRockbridge Exhaust Fan No2 Semi‐AnnuallyRockbridge Exhaust Fan No3 Semi‐Annually

CARNES 521141.001 Bogan Road Tank and Booster Station Exhaust Fan, Pump Room Semi‐AnnuallySINGER NORCROSS UNIT HEATER No1 Semi‐Annually

15‐30 SINGER 3470‐ZBT NORCROSS UNIT HEATER No2 Semi‐AnnuallyHUHAA584 BERKO Lanier Mountain Tanks and Booster Station Unit Heater Semi‐Annually

BOGAN ROAD WALL HEATER No1 Semi‐AnnuallyBOGAN ROAD WALL HEATER No2 Semi‐Annually

TPI Bogan Road Unit Heater, EUH‐2, Pump Room Semi‐AnnuallyROCK QUARRY WALL HEATER No1 Semi‐AnnuallyROCK QUARRY WALL HEATER No2 Semi‐AnnuallyROCK QUARRY WALL HEATER No3 Semi‐AnnuallyRockbridge Unit Heater No1 Semi‐AnnuallyRockbridge Unit Heater No2 Semi‐AnnuallyRockbridge Unit Heater No3 Semi‐AnnuallyRockbridge Unit Heater No4 Semi‐AnnuallyRockbridge Unit Heater No5 Semi‐Annually

WATER BOOSTER PUMP STATIONS AND TANKS ‐ VARIOUS LOCATIONS

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCESHVAC INVENTORY

Page 29 of 30

Page 78: INVITATION TO BID - gwinnettcounty.com€¦ · Georgia 30046. Any bid received after this date and time will not be accepted. Bids will be publicly opened and read at 3:00 P.M. Apparent

APPENDIX A

Equipment Name Manufacturer Model No. Serial No. Location PM Service FrequencyWATER BOOSTER PUMP STATIONS AND TANKS ‐ VARIOUS LOCATIONS

GWINNETT COUNTY DEPARTMENT OF WATER RESOURCESHVAC INVENTORY

HOH‐A500T 004‐303612‐104 CHROM Unit Heater, Grayson Pump Station ‐ Back Left Corner from Rollup Door Semi‐AnnuallyHOH‐A500T 004‐303612‐104 CHROM Unit Heater, Grayson Pump Station ‐ Back Right Corner from Rollup Door Semi‐AnnuallyHOH‐A500T 004‐303612‐104 CHROM Unit Heater, Grayson Pump Station ‐ Middle Right Wall from Rollup Door Semi‐AnnuallyHOH‐A500T 004‐303612‐104 CHROM Unit Heater, Grayson Pump Station ‐ Front Right Corner from Rollup Door Semi‐AnnuallyHOH‐A500T 004‐303612‐104 CHROM Unit Heater, Grayson Pump Station ‐ Middle Left Wall from Rollup Door Semi‐AnnuallyHOH‐A500T 004‐303612‐104 CHROM Unit Heater, Grayson Pump Station ‐ Front Right Semi‐AnnuallyLUH‐D‐04‐43‐32‐00 CHROM Unit Heater, Grayson Pump Station ‐ Designated EUH‐10 @ Front Left Corner Semi‐AnnuallyLUH‐D‐04‐43‐32‐00 CHROM Unit Heater, Grayson ‐ Front Left Semi‐AnnuallyLUH‐D‐04‐43‐32‐00 CHROM Unit Heater, Grayson ‐ Back Left Semi‐Annually

TASKMASTER ROCK QUARRY PUMP ROOM HEATER UNIT No1 Semi‐AnnuallyTASKMASTER ROCK QUARRY PUMP ROOM HEATER UNIT No2 Semi‐AnnuallyQMARK MLLH‐10‐4 ROCK QUARRY PUMP ROOM HEATER UNIT No3 Semi‐AnnuallyTASKMASTER ROCK QUARRY PUMP ROOM HEATER UNIT No4 Semi‐AnnuallyTASKMASTER ROCK QUARRY PUMP ROOM HEATER UNIT No5 Semi‐Annually

Rock Quarry Office Wall Heater Semi‐AnnuallyRock Quarry Rest Room Wall Heater Semi‐AnnuallyRock Quarry Mechanical Room Wall Heater Semi‐Annually

QMARK Unit Heater, Duluth Pump Station Semi‐AnnuallyQMARK Unit Heater, Duluth Pump Station Semi‐AnnuallyQMARK Unit Heater, Duluth Pump Station Semi‐AnnuallyQMARK Unit Heater, Duluth Pump Station Semi‐Annually

Page 30 of 30