NOTICE TO BIDDERS

The Board of Education of the Connetquot Central School District of the Town of Islip, County of Suffolk, in accordance with Section 103 of Article 5A of the General Municipal Law, hereby invites the submission of sealed bids for the following:

BID# 15-007

HVAC Service and Repair

Sealed bids will be received until 9:00AM on Friday, March 11, 2016, at the Connetquot Central School District Central Office, 780 Ocean Avenue, Bohemia, , at which time they will be publicly opened.

Bid packages may be obtained from the Connetquot Central School District, Purchasing Department, 780 Ocean Avenue, Bohemia, New York, Monday through Friday from 8:00AM to 3:00PM or they may be downloaded from the Online Bid System @ www.longislandbidsystem.com or from the District’s website at www.ccsdli.org. The Board of Education reserves the right to waive any informalities or to reject in whole or in part all bids, or to accept that bid or portion of bid which, in its judgment, is in the best interest of the District.

Jody Flescher, CPPO Director of Purchasing (631) 244-2224 February 5, 2016

CONNETQUOT CENTRAL SCHOOL DISTRICT OF ISLIP PURCHASING DEPARTMENT 780 OCEAN AVENUE BOHEMIA, NY 11716

BID SUBMITTAL CHECKLIST

BID # 15-007 HVAC Service and Repair

Bidders shall include this checklist with their bid. Each bid must be assembled in strict accordance with the following outline.

____ 1. Bid Submittal Checklist

____ 2. Declaration Page (signed and notarized)

____ 3. Statement of Non-Collusion (signed)

____ 4. Related Party Affidavit (signed and notarized)

____ 5. Iranian Energy Divestment Form (signed)

____ 6. Reference Form

____ 7. Statement of Bidder’s Qualifications (signed and notarized)

____ 8. Bid Response Sheet (2 Pages)

____ 9. All required information, including Manufacturer’s Specifications Sheets, if applicable, as required in the Instructions to Bidders.

COMPANY NAME:______

2

CONNETQUOT CENTRAL SCHOOL DISTRICT of ISLIP PURCHASING DEPARTMENT 780 OCEAN AVENUE, BOHEMIA, NEW YORK 11716 DECLARATION PAGE

BIDDER INFORMATION

NAME OF FIRM: ______

ADDRESS: ______

______

PHONE: ______FAX: ______

FEDERAL /TAX IDENTIFICATION NUMBER: ______

BID# 15-007, HVAC Service and Repair

The above mentioned bidder declares and certifies:

1. That the said bidder is of lawful age and the only one interested in this bid, and that no one other than said bidder has any interest herein.

2. That this bid is made without previous understanding, agreement or connection with any other person, firm or corporation making a bid for the same purpose, and is in all respects fair and without collusion of fraud.

3. That no member of the Board of Education of the Connetquot Central School District of Islip nor any officer or employee or person whose salary is payable in whole or in part from the treasure of said Board of Education is directly or indirectly interested in this bid or in the supplies, materials, equipment, work or services to which it is related, or in any portion of the profits thereof.

4. That said bidder has carefully examined and understands each and every requirement contained within this Bid document, and that all addenda to this Bid, if any, are part of the Bid and shall, if successful in this bid, furnish and deliver at the prices bid and within the time stated, all the materials, supplies, apparatus, goods, wares, merchandise, service or labor for which this proposal is made.

5. That in the event of the failure of said bidder to perform within the time stated in the bid specifications or on the purchase order as the case may be, the undersigned agrees to pay the Board, on demand, the difference between the price(s) bid and the price(s) for which such item(s) or service(s) shall be subsequently purchased.

______Authorized Signature Date

______Print or Type Name SEAL OF CORPORATION (If available)

______Print or Type Title

Sworn to before me this ______NOTARY SEAL

Day of ______, 20__

______Notary Public Signature

3

CONNETQUOT CENTRAL SCHOOL DISTRICT of ISLIP PURCHASING DEPARTMENT 780 OCEAN AVENUE, BOHEMIA, NEW YORK 11716

STATEMENT OF NON-COLLUSION Bid # 15-007 For the purpose of this Statement of Non-collusion, the use of the words bid or bidder are interchangeable and synonymous with the words proposal and proposer.

By submission of this bid/proposal, the vendor certifies that he is complying with section 103-D of the General Municipal Law.

Section 103-D of the General Municipal Law reads as follows: 103-D. Statement of non-collusion in bids and proposals to political subdivisions of the state. Every bid or proposal hereafter made to a political subdivision of the state of any public department, agency, or official thereof where competitive bidding is required by statute, rule, regulation of local law, for work or services performed, to be performed, or goods sold or to be sold, shall contain the following statement subscribed by the bidder and affirmed by such bidder as true under the penalties of perjury: non-collusive bidding certification. (a) By submission of this bid, each bidder and each person signing on behalf of any bidder certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best knowledge and belief: (1) The prices in this bid have been arrived at independently without collusion, consultation, communication, or agreement for the purpose or restricting competition, as to any matter relating to such prices with any other bidder or with any competition; (2) Unless otherwise required by law, the prices which have been quoted in this bid have not been knowingly disclosed by the bidder and will not knowingly be disclosed by the bidder prior to opening, directly of indirectly, to any other bidder or to any competition; and (3) No attempt has been made or will be made by the bidder to induce any other person, partnership or corporation to submit or not to submit a bid for the purpose of restricting competition. (b) A bid shall not be considered for award nor shall any award be made where (a) (1), (2), and (3) above have not been complied with; provided, however that if in any case the bidder cannot make foregoing certification, the bidder shall so state and furnish with the bid a signed statement which sets forth in detail the reasons therefore. Where (a) (1), (2), and (3) above have not been complied with, the bid shall not be considered for award, nor shall any award be made unless the head of the purchasing unit of the political subdivision, public department, agency or official subdivision, public department, agency or official thereof to which the bid is made, or his designee, determines that such disclosure was not made for the purpose of restricting competition. The fact that the bidder (a) has published price lists, rates, or tariffs covering items being procured, (b) has informed prospective customers of proposed or pending publication of new or revised price lists for such items, or (c) has sold the same items to other customers at the same prices being bid, does not constitute, without more, a disclosure within the meaning subparagraph one (a).

Any bid thereafter made to any political subdivision of the state or any public department, agency or official thereof by a corporate bidder for work or services performed or to performed, or goods sold or to be sold, where competitive bidding is required by statute, rule, regulation or local law, and where such bid contains the certification referred to in subdivision one of the section, shall be deemed to have been authorized by the board of directors of the bidder, and such authorization shall be deemed to include the signing and submission of the bids and the inclusion therein of the certificate as to non-collusion as the act and deed of the corporation.

______Print or Type Firm Name Print or Type Title

______Authorized Signature Date

______Print or Type Name

4

CONNETQUOT CENTRAL SCHOOL DISTRICT of ISLIP PURCHASING DEPARTMENT 780 OCEAN AVENUE, BOHEMIA, NEW YORK 11716

RELATED PARTY AFFIDAVIT

Bid # 15-007

Bid Name: HVAC Service and Repair

STATE OF ______COUNTY OF ______

______, being duly sworn, deposes and says:

1. That (s) he is an officer or representative of ______and that (s) he has the authority to sign this affidavit.

2. This affidavit is offered as an inducement to Connetquot Central School District of Islip to award to ______such purchase contracts for goods or services as directed by the Board of Education, in accordance with New York State law and with Connetquot Central School District of Islip policy.

3. That no Officer, Employee or Stockholder of the above-referenced Vendor is an Employee, in any position, at Connetquot Central School District.

4. That no Officer, Employee or Stockholder of the above-referenced vendor is related to an employee in any position, administrator or Board Member, at the Connetquot School District at 780 Ocean Avenue, Bohemia, NY 11716 other than as disclosed below:

Vendor: List Officer, Position with Employee, Relationship Employee or Vendor Administrator or between parties Stockholder’s Name Board Member Name

______Signed Date

Sworn to before me this ______SEAL OF CORPORATION (If available)

Day of ______, 20__

______Notary Public Signature SEAL

5

CONNETQUOT CENTRAL SCHOOL DISTRICT of ISLIP PURCHASING DEPARTMENT 780 OCEAN AVENUE, BOHEMIA, NEW YORK 11716

Iranian Energy Divestment Certification Bid # 15-007

A. By submission of this bid/proposal, each bidder/proposer and each person signing on behalf of any bidder/proposer certifies, and in the case of a joint bid, each party thereto certifies as to its own organization, under penalty of perjury, that to the best of its knowledge and belief that each bidder is not on the list created pursuant to paragraph (b) of subdivision 3 of Section 165-a of the New York State Finance Law.

B. A Bid/Proposal shall not be considered for award, nor shall any award be made where the condition set forth in Paragraph A above has not been complied with; provided, however, that in any case the bidder/proposer cannot make the foregoing certification set forth in Paragraph A above, the bidder/proposer shall so state and shall furnish with the bid a signed statement which sets forth in detail the reasons thereof. Where Paragraph A above cannot be complied with, the Purchasing Unit to the political subdivision, public department, agency or official thereof to which the bid/proposal is made, or his designee, may award a bid/proposal, on a case by case business under the following circumstances:

1. The investment activities in Iran were made before April 12, 2012, the investment activities in Iran have not been expanded or renewed after April 12, 2012, and the Bidder/Proposer has adopted, publicized and is implementing a formal plan to cease the investment activities in Iran and to refrain from engaging in any new investments in Iran; or

2. The political subdivision makes a determination that the goods or services are necessary for the political subdivision to perform its functions and that, absent such an exemption, the political subdivision would be unable to obtain the goods or services for which the contract is offered. Such determination shall be made in writing and shall be a public document.

______Print or Type Firm Name

______Authorized Signature

______Print or Type Name

______Print or Type Title

______Date

6

CONNETQUOT CENTRAL SCHOOL DISTRICT of ISLIP PURCHASING DEPARTMENT 780 OCEAN AVENUE, BOHEMIA, NEW YORK 11716 REFERENCE FORM

1. Firm Name: ______

Contact Name/ Title: ______

Address: ______

Telephone: ______

Date(s) of Service: ______

2. Firm Name: ______

Contact Name/ Title: ______

Address: ______

Telephone: ______

Date(s) of Service: ______

3. Firm Name: ______

Contact Name/ Title: ______

Address: ______

Telephone: ______

Date(s) of Service: ______

7

STATEMENT OF BIDDER’S QUALIFICATIONS (Page 1 of 4)

1. Bid Number: ______Bid Name: ______

2. Name of Bidder (Company Name) ______

3. Has your company, under its current or any previous name(s), ever been declared a non- responsible bidder? No ___ Yes ___ if yes, please explain.

______

______

______

______

4. How many years have you been in business under your current name? ______

5. Please check off which of the following categories applies to your company and answer the questions associated with that category:

Sole Proprietorship _____ Partnership ______Corporation ______

For Sole Proprietorship

a. Date established: ______

b. Physical address where sole proprietorship maintains its principal office:

______

For Partnership

a. Date of Partnership: ______

b. Physical address where partnership maintains its principal office:

______

c. Name and address of each partner:

______

______

______

______

d. Percentage of financial interest of each partner:

______

______

8

STATEMENT OF BIDDER’S QUALIFICATIONS (Page 2 of 4)

For Corporation

a. Date when organized: ______

b. Incorporated under the laws of what state: ______

c. Is corporation currently duly existing? ______

d. Physical address where corporation maintains its principal office:

______

e. List names of all Officers and Directors and their titles for the last year: ______

______

______

______

______

6. Have any of the persons listed in Number 5 previously owned, operated or been shareholders in any other companies? No ___ Yes ___ if yes, list the persons and the names of their previous affiliations:

______

______

______

7. Do any of the persons listed in Number 5 currently own, operate or are shareholders in any other companies? No ___ Yes ___ if yes, list the persons and the names of their current affiliations:

______

______

______

8. Has any officer, director, owner or managerial employee had any professional license suspended or revoked? No ___ Yes ___ if yes, list the name of the individual, the professional licenses he/she formerly held. Whether said license was suspended or revoked, and the date of suspension or revocation:

______

______

______

9

STATEMENT OF BIDDER’S QUALIFICATIONS (Page 3 of 4)

9. During the five year period preceding the submissions of this bid, has the bidder been named as a party in any lawsuit in an action involving a claim for personal injury or wrongful death arising from performance of work related to any contract in which it has been engaged? No ___ Yes ___ if the answer to this question is yes, list all such lawsuits, the index number associated with said suit and the status of the lawsuit at the time of the submission of this bid.

______

______

______

10. During the five year period preceding the bidder’s submission of this bid, has the bidder been the subject of proceedings involving allegations that it violated the Workers’ Compensation Law including but not limited to the failure to provide proof of worker’s compensation or disability coverage and/or any lapses thereof? No ___ Yes ___ if the answer to this question is yes, list each such instance of violation and the status of the claimed violation at the time of the submissions of this bid.

______

______

______

11. During the five year period prior to the bidder’s submission of this bid, has the bidder, its officers, directors, owner and/or managerial employees been convicted of a crime or been the subject of a criminal indictment? No ___ Yes ___ if the answer to this question is yes, list the name of the individual convicted or indicted, the charge against the individual and the date of disposition of the charge.

______

______

______

12. Has your company, under its current or any previous name(s), ever failed to complete any part of any contract/bid awarded to you? No ____ Yes_____ If yes, please explain.

______

______

______

13. Have liens or lawsuits ever been filed against you or any officer, director or partner of your organization, in its current or any previous name(s), arising out of any of your awarded contracts/bids? No ___ Yes ___ if yes, please provide details.

______

______

______

______

10

STATEMENT OF BIDDER’S QUALIFICATIONS (Page 4 of 4)

14. Has your company ever been bonded? No ___ Yes ___ If yes, please provide the name(s) of the Surety Company and the dollar amount of the Bonds for the past two years:

______

______

______

Signed ______

Sworn to before me this

______Day of ______, 20__

______Notary Signature

11

ENVELOPE LABELS

For your convenience, we have provided these labels for use when preparing your envelope for bid submittal. If you elect not to use these labels, instructions for envelope preparation for bid submittal may be found in Article 2 of the General Conditions contained herein.

MAILING LABEL:

CONNETQUOT CENTRAL SCHOOL DISTRICT PURCHASING DEPARTMENT 780 OCEAN AVENUE BOHEMIA, NY 11716

BID ENCLOSED

Place this label on lower left corner of envelope:

VENDOR NAME: ______

BID# ______BID NAME ______

OPENING DATE: ______TIME: ______

12

Statement of “No Bid/Proposal” Form

Bid # ______, Name of Bid ______

Company Name: ______

Authorized Signature: ______

Date: ______

We have elected not to submit a bid due to the following reason(s):

Insufficient Time to Respond _____

Do Not Offer This Product/Service _____

Unable To Meet Specifications _____

Unable To Meet Service Requirements _____

Workload Does Not Allow Us to Bid _____

Specifications Unclear or Too Restrictive _____

Other (Please Specify) ______

______

______

______

We have not submitted a bid in response to this solicitation; however, we wish to remain on the bid list for future solicitations. Yes_____ No_____

Failure to submit either a bid or this form may result in your name being removed from our active bidders list.

Please Return To: Jody Flescher, Director of Purchasing Connetquot Central School District 780 Ocean Avenue Bohemia, NY 11716 Or Fax 631-244-2220

13

BID#15-007

HVAC Service and Repair

BID RESPONSE SHEET (Page One of Two)

Bidders may offer bids on one section only or on both sections. However, Bidders shall complete both pages of the Bid Response Sheet regardless of whether they are bidding on one section or both sections.

Bidders wishing to bid only on the Boilers, Burners and Domestic Hot Water Heaters shall indicate pricing and discounts for line items 1, 2, 3, 4 and 5 on Page One of the Bid Response Sheet and shall write the words “No Bid” for line items 6, 7 and 8 on Page Two of the Bid Response Sheet.

Bidders wishing to bid only on the HVAC Rooftop Units and Split Systems shall indicate pricing and discounts for line items 6, 7 and 8 on Page Two of the Bid Response Sheet and shall write the words “No Bid” for line items 1, 2, 3, 4 and 5 on Page One of the Bid Response Sheet.

BOILERS, BURNERS and DOMESTIC HOT WATER HEATERS

Seasonal Start Up and Preventive Maintenance Contract for Boilers, Burners and Domestic Hot Water Heaters

ITEM 1: Provide a price for performing all services as specified in section II, K, 1 (a – s, 2)

$______

Payment schedule shall be as follows:

1. First Payment – October 31, 2016 40% of Bid Price $______

2. Second Payment – February 28, 2017 40% of Bid Price $______

3. Third Payment – June 30, 2017 20% of Bid Price $______

ITEM 2: LABOR RATE

Hourly labor rate for performing work as specified in section II, K, 5 $______

ITEM 3: MATERIALS MARK UP

Materials markup percentage as specified in section II, K, 5 ______%

ITEM 4: CERTIFIED WELDER

Hourly rate for Certified Welder as specified in Section II, K, 2 $______

ITEM 5: REGASKETING

Provide the complete price for regasketing and closing all District boilers, as specified in Section II, K, 3 $______

Company Name ______14

BID #: 15-007

HVAC Service and Repair

BID RESPONSE SHEET (Page Two of Two)

HVAC ROOFTOP UNITS and SPLIT SYSTEMS

Seasonal Start Up, Shut Down and Preventive Maintenance Contract for HVAC Rooftop Units and Split Systems

ITEM 6: Provide a price for performing all services as specified in section II, K, 4 (a – j, 2)

$______

Payment schedule shall be as follows:

1. First Payment – October 31, 2016 40% of Bid Price $______

2. Second Payment – February 28, 2017 40% of Bid Price $______

3. Third Payment – June 30, 2017 20% of Bid Price $______

ITEM 7: LABOR RATE

Provide an hourly labor rate for work specified in section II, K, 5 $______

ITEM 8: MATERIALS MARK UP

Provide a materials markup percentage as specified in section II, K, 5 ______%

Company Name:______.

Authorized Signature______.

Print Name ______

Date: ______

15

CONNETQUOT CENTRAL SCHOOL DISTRICT of ISLIP PURCHASING DEPARTMENT 780 OCEAN AVENUE, BOHEMIA, NEW YORK 11716

BID#15-007

HVAC Service and Repair

I. Instructions to Bidders/General Information

Connetquot Central School District officially distributes Bid documents from the Purchasing Department or the Empire State Bid System. Copies of Bid documents obtained from any other source are not considered official copies. If you have obtained this document from a source other than the Connetquot Central School District Purchasing Department or the Empire State Bid System, the Connetquot Central School District will not guarantee the integrity of the document, nor will we have the ability to effectively disseminate addenda or clarification to the specifications, should the need arise. It is recommended that you obtain an official copy from the Connetquot Central School District Purchasing Department or the Empire State Bid System. Bidders are instructed to read the Notice to Bidders, which is also the cover page of the bid, for details.

A. Definitions

School District Shall be the legal designation of the district. Also referred to as the District, CCSD, Connetquot Central School District (of Islip)

NYSED New York State Education Department

Notice to Bidder A formal statement which, when issued by the School District, constitutes an invitation to bid on the material, supplies, services and equipment described by the specifications.

Notice to Proposer A formal statement which, when issued by the School District, constitutes an invitation to propose on the material, supplies, services and equipment described by the specifications.

Board The Board of Education of the Connetquot Central School District.

Bid/Proposal An offer to furnish materials, supplies, services and/or equipment in accordance with the invitation to bid, the general conditions, special instructions and the specifications.

RFP Request for Proposal

Declaration The form on which the vendor declares and certifies his understanding of the bid Or proposal requirements, instructions and specifications and his intent to comply with same.

Bid Response Sheet The form on which the bidder submits his bid.

Form of Proposal The form on which a proposer submits his proposal

Vendor Any entity, including but not limited to, an individual, partnership, company, Corporation, agency, municipality, or government, submitting a bid or proposal.

Contract A notice to the successful bidder by the issuance of a purchase order; also all documents relating to the transaction, including but not limited to, the bid of the successful bidder, notice to bidders, general information, general conditions, special instructions, specifications, notice of award, bid proposal certifications; also a formal document signed by the successful bidder and the School District representative.

Successful Vendor Any Vendor to whom an award is made by the School District.

16

Specifications Descriptions of services, materials, supplies and equipment and the conditions Pertaining to their provision.

B. General Conditions

For the purpose of these General Conditions, the use of the words bid or bidder are interchangeable and synonymous with the words proposal and proposer.

Bids/Proposals

1. The date, time and place of bid opening will be provided in the Notice to Bidders. a. Information pertaining to school closures due to inclement weather will be posted to the District’s website at www.ccsdli.org. b. Announcements pertaining to school closures due to inclement weather will be made via the following media: FM Radio Stations WALK-97.5, WBLI-106.1, WHLI-98.3, WBAB-102.3; WBZO-103.1; WRCN- 103.9; AM Radio Stations WALK-1370, WBAB-1400, WGLI-1290; and TV Station Channel 12; FIOS Channel 1; c. If the District is closed, including delayed starts and/or early dismissals, and such an event occurs at the time of a previously advertised bid opening, the bid opening shall be cancelled. The usual working hours for Central Office are 8 a.m. to 4 p. m., therefore a two-hour delayed start means that any bid opening scheduled for prior to 10 a. m. is cancelled; and d. In the event a bid opening is cancelled due to such school closure, an addendum will be issued indicating the new date and time of the opening.

2. All Bids shall be submitted on, and in accordance with, the Bid Documents. Bids shall be submitted in a sealed envelope addressed to the Connetquot Central School District, Purchasing Department, 780 Ocean Avenue, Bohemia, NY 11716 on or before the date and time as indicated in the Notice to Bidders and the following information shall be clearly indicated on the face of the envelope: a. The name and address of the person or firm submitting the bid; b. The Bid number and name; c. The date and time of the Bid Opening; and d. For your convenience, envelope labels have been included in this packet.

3. Failure to prepare the bid envelope in the specified manner may result in bid disqualification.

4. Bidders desiring to submit an alternate bid may do so provided each bid is fully compliant and submitted separately. Each bid will be considered on its own merit. Multiple bids submitted in one envelope will not be considered. Multiple pricing submitted for one line item within a bid may not be considered.

5. Bids received after the time stated in the Notice to Bidders will not be considered. The Bidder assumes the risk of any delay in the mail or in the handling of the mail by employees of the School District. Whether sent by mail or by means of personal delivery, the Bidder assumes responsibility for having his bid deposited on time at the place specified.

6. Late bids will be returned unopened to the bidder or will remain unopened in the District’s bid file, whichever is more convenient for the District.

7. Bids shall not be attached to or enclosed in packages containing bid samples.

8. Facsimile bids, telephone bids, emailed bids shall not be accepted.

9. All information required by Notice to Bidders, General Conditions, Related Party Affidavit, Specifications, Bid Response Sheets, Statement of Bidder’s Qualifications, Iranian Energy Divestment Certification, and any other bid documents shall be provided by the Bidder to constitute a valid bid.

a. The Statement of Non-collusion shall be included with each bid as required by General Municipal Law §103-d; 17

b. The Iranian Energy Divestment Certification shall be included with each bid as required by General Municipal Law §103-g.

10. The Statement of Non-collusion shall be included with each bid as required by General Municipal Law §103-d;

11. The submission of a bid will be construed to mean that the Bidder is fully informed as to the extent and character of the materials, supplies, services or equipment required and a representation that the Bidder can furnish the materials, supplies, services or equipment satisfactorily in complete compliance with the specifications.

12. All materials submitted in response to this Bid will become the property of the School District.

13. There is no expressed or implied obligation to the Connetquot Central School District to reimburse Bidders for any expense incurred in responding to this Bid, including, but not limited to, preparing submittals, attending a pre-bid conference, or attending an interview(s).

14. No alterations, erasures or additions shall be made to the printed bid documents. Any such alterations, erasures or additions to the printed bid documents may result in bid disqualification.

15. Prices and information required, except for signature of Bidder, should be typewritten or clearly printed for legibility. Illegible or vague bids may be rejected. All signatures shall be written. Facsimile, printed or typewritten signatures are not acceptable.

16. Sales to School Districts are not affected by any fair trade agreements. (General Business Law,sec.369-a, sub 3) No charge will be allowed for Federal, State or municipal sales and excise taxes since the School District is exempt from such taxes. The price bid shall be net and shall not include the amount of any such tax.

17. In all specifications, the words “or equal” are implicit after each and every article indicating manufacturer’s name or catalog reference, or on any patented article. The decision of the School District as to whether an alternate or substitution is in fact “equal” shall be final. If bidding on items other than those specified, Bidder shall in every instance give the trade designation of the article, manufacturer’s name and detailed specifications of item he proposes to furnish. Otherwise, bid will be construed as submitted on the identical item as specified.

18. Bids on equipment shall be on standard new equipment, of latest model, and in current production unless otherwise specified.

19. All regularly manufactured stock electrical items shall bear the label of the Underwriter’s Laboratories, Inc.

20. When bids are requested on a lump sum basis, Bidder shall bid on each item in the lump sum group. A Bidder desiring to bid “no charge” on an item in a group shall so indicate; otherwise bid for the group may be rejected.

21. All prices quoted shall be “per unit” as specified. Do not quote “per case” when “per dozen” is requested; otherwise, bid may be rejected.

22. Quantities may be specified for projection purposes. The District is neither limited, nor obligated, to purchase items in said quantities.

23. If required, Bidder shall insert the price per unit and the extensions against each item in his bid. In the event of a discrepancy between the unit price and the extension, the unit price will govern. a. Prices shall be extended in decimals, not fractions.

24. If required, Bidder shall indicate bid prices both numerically and in words. In the event of a discrepancy, the written word shall govern.

25. Prices shall be net, including transportation, shipping, handling, and delivery charges fully prepaid by the successful Vendor to destination indicated in the instructions to bidder. If award is made on any other basis, transportation shall be prepaid by the successful vendor and added to the invoice as a separate line item. In any case, title shall not pass until items have been delivered and accepted.

26. No interpretation of the meaning of the specifications or other contract document will be made to any Bidder orally. Every request for such interpretation shall be submitted in writing, addressed to the District. 18

27. Any interpretations issued will be in the form of addenda or clarification to the specifications. All addenda so issued shall become part of the contract documents.

28. If a conflict in terms or requirements exists within the contract specifications, the most stringent shall prevail.

29. If the materials, supplies, services or equipment are to be delivered over an extended period of time, or if the specifications so state, then the successful Bidder may be required to execute an agreement in relation to the performance of his contract, such agreement to be executed by the bidder within 15 days after notification to execute such contract. If the specifications so state, the successful bidder also may be required to furnish a performance bond equal to the full amount of the contract to guarantee the faithful performance of such contract. Such performance bond shall be maintained in full force and effect until the contract shall have been fully performed. The surety company furnishing such performance bond shall be authorized to do business in the State of New York and shall be satisfactory to the School District. The performance bond shall be executed by the successful bidder at the time of the execution of the contract by the successful bidder and the Board.

Samples

30. The School District reserves the right to request a representative sample of the item quoted upon either prior to the award or before shipments are made. If the sample is not in accordance with the requirements of the specifications, the School District may reject the bid; or, if award has been made, cancel the contract at the expense of the successful bidder.

31. Samples, when required, shall be submitted strictly in accordance with instructions; otherwise, bid may not be considered. If samples are requested subsequent to bid opening, they shall be delivered as directed for bid to have consideration. Samples shall be furnished free of charge and shall be accompanied by descriptive memorandum indicating if the bidder desires their return and specifying the address to which they are to be returned provided they have not been used or made useless by tests. Award samples may be held for comparison with deliveries. The School District will not be responsible for any samples destroyed or mutilated by examination or testing. Samples shall be removed by the bidder at his expense. Samples not removed after fifteen (15) days after written notice to the bidder will be regarded as abandoned and the School District shall have the right to dispose of them as its own property.

32. When a specification indicates that an item to be purchased is to be equal to a sample, such sample will be on display at a designated location in the School District. Failure on the part of the bidder to examine sample shall not entitle him to any relief from the conditions imposed in the bid specifications.

Award and Reservation of Rights

33. Awards will be made in accordance with applicable laws as will best promote the public interest.

34. This Bid does not obligate the Connetquot Central School District to award a contract.

35. Only the execution of a written contract or the adoption of a Board of Education resolution will obligate the School District to the terms and conditions contained in this Bid document.

36. The School District reserves the right to award contracts based on individual items, selected aggregate items, or on total sums, whichever is in the best interest of the School District.

37. The School District reserves the right to reject all bids; and to reject any bid in whole or in part, without incurring any cost.

38. The School District reserves the right to waive technical defects; qualifications; irregularities; and omissions if in its judgment the best interests of the District will be served.

39. The School District reserves the right to inspect Bidder’s premises prior to award. 19

40. The School District reserves the right to reject any Bid where investigation and evaluation of the Bidder’s qualifications indicate that the Bidder may not promptly and efficiently perform and complete the work in accordance with the Bid Documents.

41. The School District reserves the right to reject any Bid from any Bidder whose performance on any previous contract with the School District has been deemed unsatisfactory.

42. The School District reserves the right to allow municipal, not-for-profit and political subdivisions authorized under the General Municipal Laws of the State of New York, to purchase any goods and/or services awarded as a result of this bid in accordance with the latest amendments to NYS GML 100 through 104. However, it is understood that the extension of such contracts are at the discretion of the vendor and the vendor is only bound to any contract between the Connetquot Central School District and the vendor.

43. The School District reserves the right to purchase any goods or services included as part of this bid from any means legally available to it at any time.

44. The School District reserves the right to reject any Bid that imposes conditions that would modify the terms and conditions of the Bid Documents.

45. The School District reserves the right to make awards within forty-five (45) days of the bid opening, or as otherwise indicated within the bid specifications, during which period bids may not be withdrawn.

46. If two or more Bidders submit identical bids as to price, the decision of the Board to award a contract to one of such identical Bidders shall be final. (General Municipal Law, sec. 103. Sub 1.)

47. Notice of award sent to a successful Bidder, to the address given in his bid, will be considered sufficient notice of award.

48. No items are to be shipped or delivered, nor services rendered, until receipt of an official purchase order from the School District.

49. If the successful Bidder fails to deliver as ordered, or within the time specified, or within reasonable time as interpreted by the School District, or fails to make replacement of rejected articles, when so requested immediately or as directed by the School District, the School District may purchase from other sources to take the place of the item rejected or not delivered. The School District reserves the right to authorize immediate purchase from other sources against rejections on any contract when necessary. On all such purchases the successful Bidder agrees to reimburse the School District promptly for excess costs occasioned by such purchases. Should the cost be less, the successful Bidder shall have no claim to the difference.

50. If successful Bidder fails to deliver or perform as awarded, the District reserves the right to cancel the contract and purchase the balance from other sources at the successful Bidder’s expense.

51. A contract may be canceled at the successful Bidder’s expense upon nonperformance of contract.

52. Cancellation of contract for any reason may result in Bidder not being considered for future awards for an indeterminate period.

53. When materials, equipment or supplies are rejected, they shall be removed by the successful Bidder from the premises of the School District within fifteen (15) days of notification. Rejected items left longer than fifteen (15) days will be regarded as abandoned, and the School District shall have the right to dispose of them as its own property.

54. It is mutually understood and agreed that the successful Bidder shall not assign, transfer, convey, sublet or otherwise dispose of the contract or his right, or interest therein, or his power to execute such contract, to any other person, company, or corporation without the previous written consent of the School District.

55. The District reserves the right to investigate any subcontractor(s) prior to making an award recommendation.

20

Installation of Equipment

56. The successful Bidder shall, from time to time as required, or as directed, clean up and remove all debris and rubbish resulting from his work. Upon completion of the work, the premises shall be left in a neat, unobstructed condition and the buildings broom cleaned. Previously existing materials are considered the property of the successful Vendor unless otherwise specified.

57. Equipment, supplies and materials shall be stored at the site only upon the approval of the School District and at the successful Bidder’s risk. In general, such on-site storage should be avoided to prevent possible damage or loss of the material.

58. Work shall be performed so as to cause the least inconvenience to the School District and with proper consideration for the rights of other successful Bidders or workers. The successful Bidder shall oversee the entire operation and install his work promptly.

59. Bidders shall acquaint themselves with conditions to be found at the site and shall assume all responsibility for placing and installing the equipment in the location required.

60. Equipment for trade-in shall be dismantled by the successful Bidder and removed at his expense. The condition of the trade-in equipment at the time it is turned over to the successful Vendor shall be the same as covered in the specifications, except as affected by normal wear and tear from use up to the time of trade-in. All equipment is represented simply “as is.” Equipment is available for inspection only at the delivery point listed for new equipment unless otherwise specified.

Guarantees by the Successful Bidder

61. The successful Bidder guarantees: a. His products against defective material or workmanship and to repair or replace any damages or marring occasioned in transit; b. To furnish adequate protection from damage for all work and to repair damages of any kind for which he or his workers are responsible, to the building or equipment, to his own work, or to the work of other successful Bidders; c. To carry adequate insurance to protect the School District from loss in case of accident, fire, theft, etc.; d. To maintain current licenses and/or certifications as required by the Bidder’s licensing board, the town, county or state, or other governing body; e. To comply with prevailing wage rates and prevailing hourly supplements as mandated by New York State Department of Labor, Bureau of Public Works; f. That while on the premises of any District facility, Bidders and their employees shall wear a visible form of photo identification that includes the name of the Bidder’s company and the name of the employee; g. That all deliveries will be equal to the accepted bid sample; and h. That the equipment delivered is standard, new, latest model or regular stock product or as required by the specifications; also that no attachment or part has been substituted or applied contrary to manufacturer’s recommendations and standard practice. Every unit delivered shall be guaranteed against faulty material and workmanship for a period of at least one year from date of delivery. If during this period such faults develop, the successful Bidder agrees to replace the unit or the part affected without cost to the School District.

62. Any merchandise provided under the contract which is or becomes defective during the guarantee period shall be replaced by the successful Bidder free of charge with the specific understanding that all replacement shall carry the same guarantee as the original equipment. The successful Bidder shall make any such replacement immediately upon receiving notice from the School District.

21

Delivery

63. Delivery shall be made in accordance with the instructions to bidder and specifications. If delivery instructions do not appear on purchase order, it will be interpreted to mean prompt delivery. The decision of the School District as to reasonable compliance with delivery terms shall be final.

64. The School District will not accept any deliveries on Saturdays, Sundays or legal holidays, except commodities required for daily consumption or where the delivery is for emergency.

65. Items shall be securely and properly packed for shipment, storage and stocking in shipping containers and according to accepted commercial practice, without extra charge for packing cases, bailing or sacks.

66. The successful Bidder shall be responsible for delivery of items in good condition at point of destination. He shall file with the carrier all claims for breakage, imperfections, and other losses, which will be deducted from invoices. The receiving School District will note for the benefit of successful Bidder when packages are not received in good condition.

67. Unless otherwise stated in the specifications, all items shall be delivered into and placed at a point within the building as directed by the shipping instructions or the agent for the School District. The successful Bidder will be required to furnish proof of delivery in every instance.

68. Unloading and placing of the equipment and furniture is the responsibility of the successful Bidder, and the School District accepts no responsibility for unloading and placing of equipment. Any costs incurred due to the failure of the successful Bidder to comply with this requirement will be charged to him. No help for unloading will be provided by the School District, and suppliers should notify their truckers accordingly.

69. All deliveries shall be accompanied by packing slips and each such packing slip must contain the following information for each item delivered:

Purchase Order Number Name of the Person to Receive Delivery Address of Delivery Description of Item(s) Item Number Quantity Name of Vendor

Non-compliant packing slips may be sufficient cause for the District to refuse delivery.

70. Carton shall be labeled with purchase order or contract number, successful Bidder’s name and a general statement of contents. Failure to comply with this condition shall be considered reason for refusal to accept delivery of goods.

Payment

71. Payments shall be made within sixty (60) days following the satisfactory completion of the contract unless other payment terms are specified in Section II of the specifications.

72. Payment will be made only after a correct, original invoice has been received.

73. Payments of any invoice shall not preclude the School District from making claim for adjustment on any item found not to have been in accordance with the contract specifications.

74. Payment for the unused portion of an inferior delivery will be made on an adjusted price basis.

22

Toxic Substances-Hazard Communication Safety Data Sheets

75. The Hazard Communication Standard (HCS) requires chemical manufacturers, distributors, or importers to provide Safety Data Sheets (SDSs) (formerly known as Material Safety Data Sheets or MSDSs) to communicate the hazards of hazardous chemical products. As of June 1, 2015, the HCS will require new SDSs to be in a uniform format, and include the section numbers, the headings, and associated information under the headings below:

a. Identification: includes product identifier, manufacturer or distributor name, address, phone number, emergency phone number, recommended use, and restrictions on use. b. Hazard Identification: includes all hazards regarding the chemical; required label elements. c. Composition/information on ingredients: includes information on chemical ingredients; trade secret claims. d. First Aid Measures: includes important symptoms/effects, acute, delayed; required treatment. e. Fire-fighting measures: lists suitable extinguishing techniques, equipment; chemical hazards from fire. f. Accidental release measures: lists emergency procedures; protective equipment; proper methods of containment and cleanup. g. Handling and storage: lists precautions for safe handling and storage, including incompatibilities. h. Exposure controls/personal protection: lists OSHA’s Permissible Exposure Limits (PELs); Threshold Limit Values (TLVs); appropriate engineering controls; personal protective equipment (PPE) i. Physical and chemical properties: lists the chemical characteristics. j. Stability and reactivity: lists chemical stability and possibility of hazardous reactions. k. Toxicological information: includes routes of exposure; related symptoms, acute and chronic effects; numerical measures of toxicity.

76. Each Successful Bidder furnishing a toxic substance as defined by Section 875 of New York State Labor Law to the District shall provide a minimum of two (2) copies of a Safety Data Sheet (SDS), which shall include for each such substance the information outlined in Section 876 of New York State Labor Law and shall submit the forms to the District’s Plant & Facilities Department, 780 Ocean Avenue, Bohemia, NY 11716.

Prevailing Wage Laws – Article 8 and Article 9 Services

77. The Successful Bidder shall comply with all applicable New York State labor laws as they pertain to payment of prevailing wage rates, as provided for in the New York State Labor Law, Section 220. The cost of such compliance shall be borne entirely by the Successful Bidder, who shall hold the District harmless from any claims, demands or penalties arising from the Successful Bidder’s failure to comply with the above.

78. All requests for payment shall include certified payrolls for all workers.

79. In the event the prevailing wage rate increases during the course of this contract, the Bid pricing shall remain firm.

80. If the Connetquot Central School District has applied for and received a PRC number for this Bid; the PRC number is included in the Bid Documents. The Successful Bidder shall comply with all current labor rates and all regulations for the entire duration of any contract resulting from any Bid award. Current labor rates are available from the NYS Department of Labor via their website: http://www.labor.state.ny.us/workerprotection/wp_index.shtm or by calling (516) 228-3915. It is the Bidder’s responsibility to obtain the required information from the Department of Labor. The School District assumes no responsibility for any changes to NYS DOL website or telephone access information.

81. Bidders currently on the NYS Labor Department debarred list will not be considered for award of the Bid. By submitting a Bid, the Bidder is indicating to the School District that they are currently in good standing with the NYS Department of Labor.

Failure to Enforce

82. The School District’s failure to enforce at any time or for any period of time, the provisions of this contract shall not be construed to be a waiver of such provisions or the right to enforce each and every provision.

23

Severability

83. Should any provision of a contract arising from this Bid, for any reason, be judicially declared invalid and/or unenforceable, such declaration shall not affect the validity of the remaining provisions, which shall remain in full force and effect, as if the Contract had been executed with the invalid provision(s) eliminated.

Indemnification/Hold Harmless

84. The Bidder agrees to defend, indemnify and hold harmless the Connetquot Central School District and its officers, directors, agents or employees against all claims, costs, damages, and expenses, including attorney’s fees, judgments, fines and amounts arising from any willful act, error or negligence of the Bidder, its officers, directors, agents or employees in relation to the performance of the contract.

To the fullest extent permitted by law and to the extent claims, damages, losses or expenses are not covered by Bidder’s insurance purchased by the Bidder in accordance with the Insurance Requirements set forth in this Bid, the Bidder shall indemnify and hold harmless the Connetquot Central School District of Islip, participating school districts (if applicable) as identified in this Bid, and agents and employees of any of them from and against claims, damages, losses and expenses, including but not limited to attorney’s fees, arising out of or resulting from performance of the work described herein.

Saving Clause/Force Majeure

85. The successful Bidder shall not be held responsible for any losses resulting if the fulfillment of the terms of the contract shall be delayed or prevented by wars, acts of public enemies, strikes fires, floods, acts of God, or for any other acts not within the control of the successful bidder and which by the exercise of reasonable diligence is unable to prevent.

C. Affirmative Action

The District hereby notifies all proposers that it will affirmatively insure that any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit offers and will not be discriminated against on the grounds of race, color, national origin in consideration of the award. Proposers hereby agree that should the proposer be awarded this contract, or any portion of this contract, the proposer will not discriminate against any person who performs work thereunder because of race, religion, color, sex, national origin or ancestry.

D. Driving Directions

From Long Island Expressway (East or West) Take Exit 57 – Veterans Memorial Highway East to Ocean Avenue. Right on Ocean Avenue to #780. The District Central Office is on the right (after the bus yard and before the Public Library).

From Sunrise Highway heading West Take Exit 48 – Locust Avenue. Continue on North Service Road to Ocean Avenue. Right on Ocean Avenue to #780. The District Central Office is on the left (just after the Public Library).

From Sunrise Highway heading East Take Exit 47 – Oakdale-Bohemia Road. Continue on the South Service Road straight through the first traffic light. Make a left at the second traffic light onto the bridge. Make a left over the bridge onto the North Service Road. Continue on North Service Road to Ocean Avenue. Right on Ocean Avenue to #780. The District Central Office is on the left (just after the Public Library).

24

E. Project Time Sheet Voucher (Sample)

CONNETQUOT CENTRAL SCHOOL DISTRICT 780 Ocean Avenue, Bohemia, NY 11716

PROJECT TIME SHEET VOUCHER

BUILDING:______

PROJECT:______

CONTRACTOR:______

TIME IN: ______# OF WORKERS______

SIGNATURE OF HEAD/CHIEF CUSTODIAN: ______

Printed Name of Custodian ______

TIME OUT: ______

SIGNATURE OF HEAD/CHIEF CUSTODIAN: ______

Printed Name of Custodian ______

25

F. Facility List

BOSTI ELEMENTARY SCHOOL CHEROKEE STREET SCHOOL 50 Bourne Boulevard 130 Cherokee Street Bohemia, NY 11716 Ronkonkoma, NY 11779-4600 Phone: 631-244-2291 Phone: 631-467-6027

HELEN B. DUFFIELD SCHOOL IDLE HOUR SCHOOL 600 First Street 334 Idle Hour Blvd. Ronkonkoma, NY 11779-6304 Oakdale, NY 11769-1998 Phone: 631-467-6010 Phone: 631-244-2306

JOHN PEARL ELEMENTARY SCHOOL EDITH L. SLOCUM SCHOOL 1070 Smithtown Avenue 2460 Sycamore Avenue Bohemia, NY 11716 Ronkonkoma, NY 11779 Phone: 631-244-2300 Phone: 631-467-6040

SYCAMORE AVENUE SCHOOL RONKONKOMA MIDDLE SCHOOL 745 Sycamore Avenue 501 Peconic Street Bohemia, NY 11716-3500 Ronkonkoma, NY 11779-6860 Phone: 631-244-2261 Phone: 631-467-6000

OAKDALE-BOHEMIA MIDDLE SCHOOL CONNETQUOT HIGH SCHOOL 60 Oakdale-Bohemia Road 190 Seventh Street Oakdale, NY 11769-1395 Bohemia, NY 11716-3500 Phone: 631-244-2268 Phone: 631-244-2228

CENTRAL OFFICE/PLANT & FACILITIES PREMM 780 Ocean Avenue 1200 Montauk Highway Bohemia, NY 11716 Oakdale, NY 11769 Phone: 631-244-2212 Phone: 631-563-9833

II. Specifications

A. Scope

To provide comprehensive HVAC service and repairs for all buildings in the Connetquot Central School District. The bid is separated into three sections: Seasonal start up and preventive maintenance contract for boilers, burners and domestic hot water heaters; seasonal start up and shut down and preventive maintenance contract for HVAC rooftop units and split systems; and repairs and service not covered under the two service contracts as well as regasketing all district boilers.

Bidders may offer bids on the Seasonal Start Up, Shut Down and Preventative Maintenance Contract for HVAC Rooftop Units and Split Systems only; or on the Seasonal Start Up and Preventative Maintenance Contract for Boilers, Burners and Domestic Hot Water Heaters only; or for both contracts. However, Bidders shall complete both pages of the Bid Response Sheet regardless of whether they are bidding on one contract or both contracts. See Bid Response Sheet for instructions.

B. Response Time

1. The contractor shall be capable of responding to two (2) service calls from the District simultaneously. 2. Contractor shall maintain emergency telephone response capability of one hour, 24 hours per day, 7 days per week, 365 days per year. 3. Contractor shall arrive on District premises within three hours in response to an emergency request from the District. 26

C. Site Research

Submittal of a bid shall be based on a thorough understanding of the requirements contained herein. Bidders wishing to inspect equipment prior to bidding may make arrangements by contacting Timothy Dungate, Director of Plant & Facilities, at 631-244-2212, ext. 3400. Bidders shall take note of the deadline for questions and clarifications as specified in section P, 3 below.

D. Performance Bond

1. A Performance Bond shall be required of the successful bidder within ten (10) days of receipt of award notice from the District; 2. Contractor shall submit to the District a corporate bond to guarantee the specific performance of this contract; 3. Such bond shall be with a surety company duly licensed to do business in the State of New York and shall otherwise meet with the approval of the District; 4. The bond shall be in the amount of one hundred percent (100%) of the Service Contract(s) portion of the bid for the faithful performance of the terms and conditions of the contract(s); 5. The premium for such bond shall be paid by the contractor.

E. Prevailing Wage

1. Prevailing wages shall be paid on this contract as per the NYS Department of Labor Prevailing Rate Schedule PRC# 2016001089 2. See General Provisions of Laws Covering Workers on Public Work Contracts.

F. Warranties and Guarantees

1. Repair parts and labor pertaining to the preventative maintenance sections of this bid shall be guaranteed for a period of 180 days. 2. Major equipment repairs shall be warranted for a period of one year.

G. Repair Parts Availability

1. The contractor shall maintain a complete stock of parts for all HVAC equipment in the district. 2. Parts shall be available seven (7) days a week and are subject to inspection by School District staff.

H. Certified Welder

Contractor shall have a certified welder available to perform emergency repairs (see section K, 2 below)

I. Insurance Requirements

1. The successful vendor shall not be considered ”accepted” until he has obtained all insurance required under this specification and such insurance has been approved by the School District.

2. Insurance coverage shall be provided by an insurance company licensed as an “admitted carrier” by the State Insurance Department. The insurance company shall be AM Best “A” rated or better.

3. Insurance coverage shall be evidenced by a Certificate of Insurance submitted in a form acceptable to the School District.

27

4. Certificate Holder must be listed as Connetquot Central School District, 780 Ocean Avenue, Bohemia NY 11716.

5. The interest of Connetquot Central School District, as an Additional Insured with no responsibility for payment of premium, shall be added to all policies other than Worker’s Compensation.

6. A copy of the Additional Insured Endorsement Page must be submitted to the District. Form shall be ISO-CG 20 10 11 85, Additional Insured – Owners, Lessees or Contractors, or equivalent.

7. For Worker’s Compensation insurance, acceptable forms of proof are as follows: Entities covered by a New York State Workers’ Compensation insurance policy must provide Form C-105.2; Entities insured through the New York State Insurance Fund (NYSIF) must provide Form U26.3; and Entities insured through a Group Trust must provide form GSI 05.2 (2/02).

8. Thirty (30) days notice of cancellation, non-renewal or reduction of coverage is required. The insuring company shall not be released from liability or obligation for its failure to notify the School District.

9. Coverage shall be obtained, and maintained throughout the life of the Contract, as follows:

a) General Liability

Form: Comprehensive General Liability, including, but not limited to: Premises and Operations, Independent Contractors, Products and Completed Operations, C.G.L. Broad Form Endorsement, Personal Injury, Contractual Liability. Completed Operations shall be carried for two years after the job is finished.

Limits: $1,000,000 Combined Single Limit for bodily injury and property damage liability.

$2,000,000 Aggregate Limit.

b) Automobile Liability

Form: Comprehensive Automobile Liability, including all owned, non- owned, and hired autos.

Limits: $1,000,000 Combined Single Limit for bodily injury and property damage liability. c) Worker’s Compensation

Form: Providing coverage to all employees in all states where operations will be performed.

Limits: As required by the Worker’s Compensation Law of the State of New York or any State or Federal body having jurisdiction over the location of operations being performed.

Employer’s Liability: $100,000 limit.

d) Umbrella Liability 28

Form: Providing coverage over and above the proceeding.

Limits: $3,000,000.

10. Subcontractors shall adhere to all insurance requirements.

11. Connetquot School District is not responsible for any loss or damages whatsoever to property of contractor (s) or subcontractor.

12. Successful bidder will have ten (10) days from receipt of notice of award to comply with insurance requirements.

J. Invoicing

1. Invoices shall reference the purchase order number; 2. Invoices shall reference the bid number; 3. Invoices shall be submitted in strict accordance with bid pricing; 4. Invoices for repairs shall be submitted within thirty (30) days from the date of service; 5. Invoices for materials shall include documentation to support the materials markup percentage; 6. Invoices for service contracts shall be submitted in accordance with schedules identified on the Bid Response Sheet; 7. Project Time Sheet Vouchers shall be attached to each invoice (sample on Page 25); and 8. Invoices shall comply with Prevailing Wage Laws.

K. Service Contract Specifications

1. BOILERS, BURNERS and DOMESTIC HOT WATER HEATERS

Seasonal Start Up and Preventative Maintenance Contract for Boilers, Burners and Domestic Hot Water Heaters

Bidders shall provide a single price, inclusive of labor, filters and lubricants, for the work described below in articles a through s, 2, for the equipment listed in sections L, 1 and L, 2, which shall be performed in such a manner as to ensure all systems are fully operational no later than October 1, 2016.

a. Disassemble and clean nozzles b. Scrape and clean air diffusers c. Inspect and clean choke rings d. Inspect and clean air compressor air filters e. Replace all disposable air filters f. Change lubricating oil in air compressors g. Report general condition of compressors h. Remove, clean, and adjust ignition assembly i. Clean strainers j. Replace all disposable filters k. Clean and inspect all moving parts, bearings shaft, etc., for wear, and report any abnormalities to the Director of Plant & Facilities l. Inspect for signs of wear all burners, pumps, I.D. fans, belts and compressors m. Reassemble, clean and properly adjust burners n. Properly lubricate all systems components o. Test and inspect for loose or faulty connections and electrical shorts on all electrical wiring from the master switch to all controls, safety devices, burner pumps, heaters, etc. p. Test, inspect, and adjust if necessary, for maximum efficient operation of all aquastats q. Clean out all low water cutoffs and ensure proper operation r. Upon completion of all work, contractor shall conduct an efficiency test on each burner and submit a report which shall include: 29

1) CO2 levels; 2) O2 draft at burner; 3) Smoke (Ringwald rating); 4) Stack temperature; and 5) Percentage efficiency as per Bacharach Fyrite Efficiency Finder Instrument Company. s. Any defective parts found within the course of this contract during dismantling and service shall be immediately reported to the Plant and Facilities Department at 244-2215, ext. 3400. 1) Labor to replace these parts shall be considered part of this contract; No additional labor charges shall be permitted. 2) Repair parts shall be considered extra and may be charged in accordance with the awarded materials mark up percentage.

2. CERTIFIED WELDER Bidders shall provide an hourly labor rate for a certified welder as follows: a. Contractor shall have a certified welder available to perform emergency repairs; and b. Certified welder shall be on site within 24 hours from District notification. c. Labor rate shall be paid in accordance with Bidders pricing for Item 4 on Page One of the Bid Response Sheet for any work performed during regular business hours, which are defined by the District as Monday through Friday from 8:00 am until 5:00 pm; d. Time and one half of the labor rate shall be paid in accordance with Bidders pricing for Item 4 on Page One of the Bid Response Sheet for any work performed prior to 8:00 am or after 5:00 pm Monday through Friday; and e. Double the labor rate shall be paid in accordance with Bidders pricing for Item 4 on Page One of the Bid Response Sheet for any work performed on weekends or holidays.

3. REGASKETING Bidders shall provide a single price, inclusive of labor and all materials, for the regasketing and closing of all District boilers. Cleaning shall be performed by others. This service may or may not be required; however, the District wishes to secure a price in the event we elect to utilize this service.

4. HVAC ROOFTOP UNITS and SPLIT SYSTEMS

Seasonal Start Up, Shut Down and Preventative Maintenance Contract for HVAC Rooftop Units and Split Systems

Bidders shall provide a single price, inclusive of labor, filters and refrigerants, for the work described below in articles a through j, 2, for equipment listed in section L, 3, which shall be performed in such a manner as to ensure all systems are fully shut down no later than October 31, 2016 and start up no later than April 15, 2017. All work shall comply with State & National refrigerant standards.

a. Inspect condition of compressors b. Inspect for noticeable leaks or corrosion c. Inspect for proper fan operation d. Inspect for proper amperage draw on all motors e. Inspect units for proper refrigerant charge & pressures f. Replace all filters at start up g. Check Glycol content in High School Library chiller h. Inspect all coils at start up and clean where required i. Inspect all electrical systems for proper operation of controls j. Any defective parts found within the course of this contract during dismantling and service shall be immediately reported to the Plant and Facilities Department at 244-2215, ext.3400. 1) Labor to replace these parts shall be considered part of this contract; No additional labor charges shall be permitted. 2) Repair parts shall be considered extra and may be charged in accordance with the awarded materials mark up percentage.

30

5. REPAIRS and SERVICE

Repairs and Service not covered under the Preventative Maintenance Contracts

Bidders shall submit labor rates and materials mark up percentages for work performed under this section. One labor rate and materials mark up percentage shall be indicated for repairs, routine and/or major, to Boilers, Burners and Domestic Hot Water Heaters and a second labor rate and materials mark up percentage shall be indicated for repairs, routine and/or major, to HVAC Rooftop Units and Split Systems.

Routine Repairs Work performed under this section may consist of routine repairs to items worn, damaged or malfunctioning due to normal operating wear.

Major Repairs Work performed under this section may consist of major repairs and/or replacement of such items as burners, boiler sections, and hot water storage tanks.

The distinction as to whether a repair is considered routine or major shall be made by the District and is intended to convey the scope of this bid to the prospective bidders. No differentiation in labor rates is required. Regardless of whether the repairs are deemed routine or major, the following stipulations apply:

a. No work shall be performed, nor parts installed, without prior approval from the District b. All materials and/or replacement parts shall be of the same manufacturer and type as the item removed or an improved/upgraded unit of the same manufacturer. c. The contractor shall provide a work completion statement on his own form, in duplicate, which shall be signed by the Head Custodian of each school building when he completes any work pertaining to this bid. This form shall identify the work performed, parts used, and the number of man hours utilized in performing the service and/or repair work. d. Contractor shall sign in on Project Time Sheet Voucher Form provided at each building prior to commencement of any work. The Time In, Time Out, number of workers present, and sign off by a custodial worker, shall be recorded and copy of same given to the Contractor for submission with invoices. A sample of this form is contained herein (Page 25). The form may vary somewhat throughout the District. e. Labor rate shall be paid in accordance with Bidders pricing for Item 2 on Page One of the Bid Response Sheet and/or Item 7 on Page Two of the Bid Response Sheet for any work performed during regular business hours, which are defined by the District as Monday through Friday from 8:00 am until 5:00 pm; f. Time and one half of the labor rate shall be paid in accordance with Bidders pricing for Item 2 on Page One of the Bid Response Sheet and/or Item 7 on Page Two of the Bid Response Sheet for any work performed prior to 8:00 am or after 5:00 pm Monday through Friday; and g. Double the labor rate shall be paid in accordance with Bidders pricing for Item 2 on Page One of the Bid Response Sheet and/or Item 7 on Page Two of the Bid Response Sheet for any work performed on weekends or holidays.

L. Equipment Lists

1. BOILERS and BURNERS *All burners fire dual fuel except where indicated*

BUILDING BOILERS/BURNERS

Bosti Elementary 2 HB Smith 4500A/Power Flame C4GO30ATI

Cherokee Elementary 2 HB Smith 4500A/Power Flame C4GO30ATI

Duffield Elementary School 2 Weil McLain 1488/Iron Fireman C240GOF

31

Idle Hour Elementary 2 HB Smith 28A/ Power Flame C3G025ATI

John Pearl Elementary 2 HB Smith 4500A/Power Flame C4GO30ATI

Slocum Elementary 2 Weil McLain 1394/Iron Fireman C240GOF

Sycamore Elementary 2 Weil McLain 1394/Iron Fireman C240GOF

Premm (CAPS) 2 HB Smith 28HE/Power Flame C2G020AATI

Oakdale-Bohemia Middle School 2 Federal FST250/Power Flame C5GO30BATI

Ronkonkoma Middle School 2 Federal FST250/Power Flame C5GO30BATI

Connetquot High School Main Boiler Room 2 HB Smith 650/Power Flame New Gymnasium 2 HB Smith 28A/Power Flame SW0622GO5ATI *gas only* Kitchen Boiler Room *2 AO Smith/Power Flame K027A498

Central Administration Main Building 1 Weil McLain 88 Series/Power Flame WCR2-CC-15 *gas only* Transportation Area *1 HBSmith 19ASW06/Power Flame JR30A12ATI *oil only* Plant & Facilities (Main) *1 Williamson PLB350 *oil only* Plant & Facilities (Storage) *1 Williamson PLB350 *oil only* Plant & Facilities (Wood Shop) *1 Hallmark LB145C/Beckett 1.00 GPH

2. DOMESTIC WATER HEATERS

BUILDING DOMESTIC WATER HEATERS

Bosti Elementary 1 Bock 361 E 90 gallon, oil 1 Bradford White, Electric, 50 gallon

Cherokee Elementary 1 AO Smith 85 gallon, gas 1Bradford White, Electric, 50 gallon

Duffield Elementary 1 AO Smith BTC 240 A881 90 gallon, gas

Idle Hour Elementary 1 AO Smith BTR365A110NG 85 gallon, gas 1 Bradford White, Electric, 50 gallon

John Pearl Elementary 1 AO Smith 85 gallon, gas

Slocum Elementary 1 AO Smith BTC 240 A920 90 gallon, gas

Sycamore Elementary 1 AO Smith BT500A880 90 gallon, gas 1 Bradford White, Electric, 50 gallon

Premm (CAPS) 2 AO Smith BTR25A110 75 gallon, gas

Oakdale Bohemia Middle School 1 Ruud GX90 – 715A 90 gallon, gas

Ronkonkoma Middle School 1 Ruud GX90 – 715A 90 gallon, gas

32

Connetquot High School 2 AO Smith HWG200VJC0A006025, 200 gallon Electric

Central Administration 2 Rheem gas fired

3. HVAC ROOFTOP UNITS and SPLIT UNITS

BUILDING HVAC ROOFTOP UNITS and SPLIT SYSTEMS

Bosti Elementary 1 Rheem RKKAA060CK13E 1 Split EMI SCC18DF0000AAOA 1 Seasons 4 6MJG210232HW5509SE 1 Lennox CHA166531Y 1 Split EMI MC2D9900AA0000J 5 Bryant 558FJX036000AB 2 Carrier 50HJ017G591QA 1 Split EMI SCCZ4DF0000AAOA 1 Split EMI MC4D922)AAA000F

Cherokee Elementary 1 Split EMI SCC09DA0000AA0A 1 Rheem RKAAAD60CK13E 1 Split EMI SCC18DF0000AA0A 1 Seasons 4 6MJG210232HW5509S 1 Lennox CHA165131Y 1 EMI SCC24DF0000AA0A 1 EMI MC4D9990AAD00F 7 Bryant 558FJX036000AB 2 Carrier 50HJ017G591QA

Duffield Elementary 6 Carrier 38CKC036510 1 Split EMI SCC09DM0000AA0A 1 Split Mitsubishi MU15DN 1 EMI SCC09DM0000AA0A 1 EMI MC4D04040F0F00F 1 EMI SCC36DF0000AA0A 2 EMI MC4D990AAA0F00F 1 EMI SCC12DM0000AA0A

Idle Hour Elementary 1 EMI MC4D2004A00F00F 1 Split EnviroAir CCW09D 1 Split EMI SCC09DM0000AA0A 1 Lennox CHA165131Y 2 Carrier 50HJ004531H 1 Carrier 50HJ017G591AA 4 Bryant 558FJX036000AB 1 Split EMI SCC18DF0000AA0A 2 Split EMI SCC12DM0000AA0A 1 Split Fujitsu A0U36RLX

John Pearl Elementary 1 Split EMI MC2D9900AA0000J 2 Split EMI SCC12DA0000AA0A 1 Split EMI SCC09DM0000AA0A 33

1 Lennox CHA165131Y 1 Carrier 50HJ005501 1 Split EMI MC4D04040F0F00F 4 Bryant 558FJX036000AB 2 Carrier 50HJ017G591AA

Slocum Elementary 1 EMI SCC36DF0000AA0A 1 EMI MC2D9200AA000J 1 EMI MC4D04040F0F00F 1 Lennox CHA16413YA 1 York ACP060C1332A 1 Carrier 50HJ00753IRS 3 Bryant 50HJ017G591AA 2 Carrier 50HJ017G591AA 1 Carrier 38CKC036350

Sycamore Elementary 1 Fedders C1048BBDIV 1 Split Nordyne GS3BA036CA 1 Split EMI MC4D08080F0F00F 1 Split EMI MC4D9922AAA00F 1 Split EMI SCC24DF0000AA0A 2 Carrier 50HJ017G591AA 5 Bryant 558FJX0360000AB

Premm/CAPPS 7 Split EMI SCC24DF0000AA0A 2 Lennox LGA036H2BS2Y 2 Lennox LGC072S2BS1Y

Oakdale Bohemia Middle School 1 Split EMI SCC24DF

Ronkonkoma Middle School 1 Split EMI SCC24DF

Connetquot High School 2 Lennox “L” Series LGA36HS2G 2 Lennox “L” Series LGA048HS3G 3 Lennox “L” Series LGA0606HH2G 1 Lennox “L” Series LG072 HIT 1 Lennox “L” Series LCC156HSIG 1 Lennox “L” Series LGA090HH2G 1 Lennox “L” Series LGC072551G 2 Lennox “L” Series LGA120HS2G 2 Lennox “L” Series LGA072HHG 1 McQuay 080 AEB 1 Carrier 39MW25D020RG012XPS (Compressor 3411Q43151) 1 Carrier 39MW25D020RG112XPS (Compressor 3411Q43151)

M. Required Forms

Each Bid shall contain the following required forms, signed and/or notarized where indicated. Failure to include each and every form, executed in the proper manner, may result in disqualification.

1. Bid Submittal Checklist 2. Declaration Page 34

3. Statement on Non-Collusion 4. Related Party Affidavit 5. Iranian Energy Divestment Certificate 6. Reference Form 7. Bid Response Sheet(s) and/or Form of Proposal 8. Statement of Bidder’s Qualifications 9. All required information as indicated in the Instructions to Bidders

N. Duration of Bid

Award is for one year from July 1, 2016 through June 30, 2017. However, if the successful bidder wishes, upon mutual consent, contract may be extended for two additional one-year periods, at the same terms and conditions. Extensions are awarded at the sole discretion of the District.

O. Historical Data

These services are currently being provided by one contractor.

The previous bid (which is also our current bid) for HVAC Service and Repair was awarded on May 30, 2013. The initial contract period was effective from July 1, 2013 thru June 30, 2014. The bid was then extended for two additional one- year terms. The final term will expire on June 30, 2016. Indicated below are the awarded prices which are the current prices as well. Items are described on the Bid Response Sheet.

Item 1: $4,900.00 Item 2: $75.00 Item 3: 10 % Item 4: $85.00 Item 5: $2,000.00 Item 6: $2,000.00 Item 7: $75.00 Item 8: 10%

Expenditures for the period July 1, 2013 through June 30, 2014: $6,900.00 for service contracts $79,505.00 for additional services

Expenditures for the period July 1, 2014 through June 30, 2015: $6,900.00 for service contracts $112,552.00 for additional services

Expenditures for the period July 1, 2015 through June 30, 2016: $6,900.00 for service contracts $27,240.00 YTD as of 1/5/16 for additional services plus $70,000.00 projected thru 6/30/16 for additional services

P. Requests for Clarification/Additional Information

1. All requests for clarification or additional information as related to this Bid/Proposal shall be submitted in writing via fax or e-mail to:

Jody Flescher, Director of Purchasing Connetquot Central School District of Islip Fax: (631) 244-2220 Email: [email protected] a. In response to questions, an Out-of-Office reply will be automatically generated stating that your question has been placed in the bid file and will be answered in accordance with the deadline and format specified in Article 3 (below);

35

2. All requests for clarification or additional information shall include the firm’s name, a contact person’s name, a telephone number and an email address.

3. No request for clarification will be entertained after 1:00 pm on February 25, 2016 after which time the District shall prepare, if needed, any addenda or clarification, which will be posted to www.empirestatebidsystem.com and www.ccsdli.org .

III. Award/Contract

A. Bid Analysis

The following annual usage projections may be used during the bid analysis process to assist in determining the low bidder based on Bid Response Sheet pricing.

BOILERS, BURNERS and DOMESTIC HOT WATER HEATERS Item 1 – Bid Price for Seasonal Startup and Preventative Maintenance Item 2 - Labor Rate x 500 Projected Hours = Estimated Annual Labor Cost Item 3 - Projected Materials Cost $12,000.00 x Markup Percentage = Estimated Materials Cost

HVAC ROOFTOP UNITS and SPLIT SYSTEMS Item 6 – Bid Price for Seasonal Startup, Shut Down and Preventative Maintenance Item 7 – Labor Rate x 100 Projected Hours = Estimated Annual Labor Cost Item 8 – Projected Materials Cost $5,000.00 x Markup Percentage = Estimated Materials Cost

B. Award Date

It is the intent of the District to award this bid by April 5, 2016. However, this date is a projection and is subject to change.

C. Bidder Notification of Award

1. The successful bidder shall receive a formal award letter after the Board of Education awards the bid;

2. Bid Tabs (the form on which the District records all bid pricing during the Bid Opening) may be viewed at the Connetquot Central School District’s website @ www.ccsdli.org. Select the box marked District; then select Purchasing (at the bottom of the drop down); then click on the desired Bid Tab.

a. Bid Tabs will be posted to the District’s website as soon as feasible after the bid opening; b. Bid Tabs do not indicate the bid winner nor do they indicate whether or not the bids are compliant. Those types of determinations are made during the bid analysis process and that information is not available until after the award recommendations have been accepted by the Board of Education after which the Purchasing Department will send out award letters.

3. After an award has been made, bid results may be available by calling the Purchasing Department @ 631-244-2215, extension 3533;

4. After an award has been made, bid results may be available via the Empire State Bid System @ www.empirestatebidsystem.com .

36