SCHOOL BOARD OF BREVARD COUNTY PURCHASING DEPARTMENT 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated

Similar documents
SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL Estimated

SUBMITTAL SHEET. Project Submittals by

ADDENDUM NO. 2. Furnace Bridge - Installation. Essex County, NY. July 29, 2015

BID DOCUMENTS FOR THE PURCHASE OF PRECAST CONCRETE BOX CULVERT

Acoustical Infill Panels

REVISION #1. Section. fire alarm B. C. the hot. intent of. required. manufacturer. materials. C. Warranty

Specifications: Other: sign in sheet

(Y Roadway Production Division

ADDENDUM NO. 1 TO THE CONTRACT DOCUMENTS AND SPECIFICATIONS DATED JULY 2017 FLORIDA GOVERNMENTAL UTILITY AUTHORITY PROJECT NO.

NOTICE OF INTENT TO AWARD. The Right to File an Intent to Protest Expires: 1:51 p.m. on Thursday, January 17, 2019

DOCUMENT ADDENDUM NO. 4. Issued to all Bidders: Date: October 14, Contract Name: Electrical Installation. Contract Number: C8410

Wood Squares Installation Guide

RESIDENTIAL ROOFS ADDENDUM NUMBER ONE. August 28, 2017

CHABOT-LAS POSITAS COMMUNITY COLLEGE DISTRICT CHABOT COLLEGE CAMPUS MASTER SIGN PROGRAM, PHASE 2 BID NO

PALM BEACH COUNTY ENGINEERING & PUBLIC WORKS DEPARTMENT. January 8, 2018

Technical Data VARIABLES

CHARLES COUNTY GOVERNMENT ITB NO ST. MARK S PUMP STATION UPGRADE

FAB GSE Remodel ITB Solicitation #1538 Invitation to Bid (ITB) for General Contracting Services. ADDENDUM #4 December 5, 2014

Address: South Elgin, IL Phone: ( ) - Fax: ( ) - Cell: ( ) - Contractor Type: Phone: ( ) - Fax: ( ) - Cell: ( ) - Contact Type:

Second Revision No. 1-NFPA [ Section No ]

SECTION INTERIOR SIGNAGE

UNIFIED FACILITIES GUIDE SPECIFICATIONS

REQUEST FOR QUOTATION INVITATION

Design Documents for Wayfinding

1.01 NOTICE TO BIDDERS

UFGS-16553N (Septermber 1999) UNIFIED FACILITIES GUIDE SPECIFICATIONS

Technical Data VARIABLES

Addendum #1 - Bid Package #

SUPERIOR COURT OF CALIFORNIA NORTH BUTTE COUNTY COURTHOUSE JBCP201205BR ADDENDUM NO. 5. February 25, 2013

2. All work and materials shall be in full accordance with Local and State ordinance and with any prevailing rules and regulations.

IFB PAINTING AT HAYDON ELEMENTARY ADDENDUM #1

Product Guide Specification

B. The designated coverage areas shall include both indoor and outdoor coverage.

PALM COAST WASTEWATER TREATMENT PLANT NO. 2

Improving the Wind Resistance of Roof Systems: Asphalt Shingle Roofs

UNIVERSITY SERVICES ANNEX James Madison University Harrisonburg, Virginia State Project Code: Architect s Project Number:

INDICATIVE PRICE BID FOR FURNISHING WORKS AT UZHAMALAKKAL BRANCH (NEW PREMISES) (FOR INFORMATION ONLY - NEED NOT BE FILLED UP)

ADDENDUM NO. TWO. To the Plans and Specifications for: PALM COAST READINESS CENTER PALM COAST, FL For FLORIDA DEPT. OF MILITARY AFFAIRS

QUOTATION FOR THE INTERIOR FURNISHING WORK OF BANK OF INDIA, BALARAMAPURAM BRANCH.

C. Installation shall be by experienced carpenters. Coordinate with plumbing and electrical contractors.

City Council Report 915 I Street, 1 st Floor Sacramento, CA

Proposal PROJECT MANUAL P R O P E R T Y M A N A G E M E N T F A L L O N C O U N T Y. Baker, MT P.O. Box 846

TELEPHONE: (215) Addendum No New Solomon Solis-Cohen Elementary School SDP Contracts No. B-075C, B-076C, B-077C and B-078C of 2017/18

ROOF-CEILING CONSTRUCTION

Large Scale CalArc Pavers for Sand-Set Pedestrian Use Installations

NORTH HARRIS COUNTY REGIONAL WATER AUTHORITY. Section ELECTRICAL IDENTIFICATION

METALWORKS Mesh. intertwine your design

Finish 1 Year 1 Year Lifetime 9200 Inswing Warranty Painted Plated PVD Vinyl Swinging Door List Price White Chrome S.Nickel H.Duty

SEALED BID FORMAT FOR INTERIOR FURNISHING WORKS AT THE NEW PREMISES OF SBI MANIPUZHA BRANCH

KNOXVILLE HISTORIC ZONING COMMISSION STAFF REPORT - CERTIFICATE OF APPROPRIATENESS APPLICATION

St. Monica Food Pantry

SECTION MECHANICAL IDENTIFICATION. 1. Identification of mechanical products installed under Division 15.

LEBANON BOARD OF EDUCATION, LEBANON, CONNECTICUT REQUEST FOR PROPOSALS FOR LYMAN MEMORIAL HIGH SCHOOL BOYS LOCKER ROOM 2/24/2017

WoodWORKS Channeled Plank

SKC. Technical & Wood Works COMPANY PROFILE.

SECTION MECHANICAL IDENTIFICATION

Technical Data VARIABLES

SPECIFICATIONS FOR TENDER # SUPPLY OF ONE WIRELESS CLOCK SYSTEM & ASSOCIATED COMPONENTS FOR WESTERN HEALTH

DESCRIPTION OF INTENDED SINGLE SOURCE PURCHASE (PUR 7776)

tamko.com PREMIUM LAMINATED ASPHALT SHINGLES Beauty that Performs.

Stanford University-Facilities Design Guideline SECTION Plans Review Submission Guidelines

SAN FRANCISCO UNIFIED SCHOOL DISTRICT FACILITIES, DESIGN AND CONSTRUCTION ADDENDUM NO. 2

SCHOOL BOARD OF BREVARD COUNTY OFFICE OF PURCHASING SERVICES 2700 JUDGE FRAN JAMIESON WAY VIERA, FL , 10, 11, & 69 6, 40, 46, 47, & 65

DR. FAKHOURI SKIN CARE SPECIALISTS WEST GRAND PARKWAY SOUTH SUITE 420 SUGAR LAND, TX 77479

Strands & Standards CARPENTRY 2

CSI Section DMI Light Gage Structural Steel Framing Systems. Blocking Fire Rated Pre-cut (Proprietary) Furring Wall Preservative Treated

PAREFEU PANEL Environmentally Sustainable Product with High Fire Rating

B. Bidders shall acknowledge receipt of this Addendum in writing on his Proposal Form.

INDEX OF SPECIFICATIONS SECTION F SPECIAL CONDITIONS DIVISION 1 - GENERAL REQUIREMENTS:

Watertown City Council

2016 Specification Treads, Base, Stringers and other Amenities Wausau Tile Precast Epoxy Terrazzo

For crossing under a railroad, contact the specific railroad company's engineering department.

NOTICE TO BIDDERS PURCHASE OF PORTABLE FORENSIC LASER SCANNING TECHONOLGY

SECTION MECHANICAL IDENTIFICATION

SECTION IDENTIFICATION FOR PLUMBING PIPING AND EQUIPMENT

COVER SHEET A0.1 A0.1 COVER SHEET A1.1 FLOOR PLANS - FOUNDATION & MAIN LEVEL A1.2 FLOOR PLANS - UPPER LEVEL & ROOF A3.1 SECTIONS & INTERIOR ELEVATIONS

Fastener Schedule. a, b, c. FASTENER Roof 3-8d (2 1 / ) / ) 3-10d. 3-10d ( ) 3-16d box nails. (3 1 2 toe nails on one side

District School Board of Pasco County Bid Recommendation

BOQ FOR INTERIOR & FURNISHING WORKS FOR STATE BANK OF INDIA BRANCH 74, JANPATH

SECTION MECHANICAL IDENTIFICATION

SECTION IDENTIFYING DEVICES

Hardwood and Laminate Installer Assessment Worksheet

Core Curriculum Carpentry 1 Carpentry 2 Carpentry 3

Your NAMI State Organization

Excavating, Backfilling, and Compaction for Utilities Piping (Plumbing).

B. Samples: For each exposed product and for each color and texture specified.

PART 0 DESIGN STANDARDS 0.01 GENERAL DESIGN GUIDELINES

CITY OF PITTSBURG ENGINEERING DEPARTMENT CONTRACT NO A WATER TREATEMENT PLANT CAPITAL IMPROVEMENTS PHASE 1A ADDENDUM #1 FENCE AND DITCH AUGUST

ROOF-CEILING CONSTRUCTION

USER MANUAL Table of Contents

CITY OF TACOMA Transmission & Distribution

GUIDELINE SPECIFICATIONS

DIVISION 11 EQUIPMENT SECTION PHOTO DARKROOM FUME EXHAUST VENT-HOODS

CI/SfB. October RockLink Integra. Installation system

McKenzie County Healthcare Systems

CYPRESS FAIRBANKS MEDICAL CENTER HOSPITAL

Merrick Pet Care New Distribution Center Hereford, Texas

James W. Moore, PE / Brandon D. Enevold, PE / Kjersten E. Kuhta, PE Dylan J. Cunningham, PE / Jacob L. Deering, PE / Joel R.

Transcription:

SCHOOL BOARD OF BREVARD COUNTY PURCHASING DEPARTMENT 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6601 BID #06-017/JO Acoustical Ceiling Tile, Non-Asbestos Maintenance 2005/06, 2006/07, 2007/08 VENDORS RECOMMENDED FOR RE-AWARD: Vendor Name Vendor #V0000008989 Acousti Engineering Co. of Florida Vendor #V0000046599 Dane Contracting Vendor #V0000100792 Don Facciobene Inc. Vendor #V0000208325 Space Coast Interiors, Inc. TOTAL Estimated Amount Awarded Item Nos. Primary: 3A2 & 3B2 (Armstrong), 8 (Armstrong) Secondary: 1A-D (Armstrong), 2A-B (Armstrong), 3A1 & 3B1, (Armstrong) 4A1-2 & 4B1-2 (Armstrong), 5 (Armstrong), 6 (Armstrong), 7 A-B (Armstrong), 9 (Armstrong) Secondary: All (Armstrong Only) Primary: 3A1-A2 & 3B1-B2 (USG), 4A1-2 & 4B1-2 (Armstrong & USG), 8 (USG), 9 (USG) Secondary: 1A-D (Armstrong & USG), 2A-B (Armstrong & USG), 3A1-2 & 3B1-2 (Armstrong), 5 (USG), 6 (USG), 7A&B (Armstrong & USG), 8 (Armstrong), 9 (Armstrong) Primary: 1A-D (Armstrong & USG), 2 A-B (Armstrong & USG), 3A1 & 3B1 (Armstrong), 4A1 (USG), 4B1 (USG), 5 (Armstrong & USG), 6 (Armstrong & USG), 7 A-B (Armstrong & USG), 9 (Armstrong) Secondary: 3A2 (Armstrong), 3B2 (Armstrong), 4B2 (Armstrong & USG), 8 (Armstrong) SOLICITATION SUMMARY Date Solicited: September 1, 2005 Number of Items/Groups: 20/9_ Date Opened: September 30, 2005 Present to Board: January 22, 2008 Original Award Date: October 25, 2005 CONTRACT TERM: (Option Year 2) One year from October 25, 2007. RECOMMENDATION: It is the recommendation of Mr. Walt Petters, Director of Maintenance and Staff to re-award to the low conforming bidder(s) as highlighted on the tabulation sheet for an indeterminate amount. ACTION BY BOARD Approved Recommendation(s) Above & Awarded Meeting Date: Other Lynda Jones, Director of Purchasing and Warehouse Services

RECOMMENDATION FOR IDENTICAL TIE BID Item 4A1 Tie: Don Facciobene Inc. and Space Coast Interiors (Armstrong) As per Florida Administrative Code 60A-1.011 Identical Evaluations of Responses, a coin toss procedure was conducted by Maintenance & Purchasing Staff to determine the Primary award. Don Facciobene, Inc. was the winner of the coin-toss. Item 4B1 Tie: Don Facciobene Inc. and Space Coast Interiors (Armstrong) As per Florida Administrative Code 60A-1.011 Identical Evaluations of Responses, a coin toss procedure was conducted by Maintenance & Purchasing Staff to determine the Primary award. Don Facciobene, Inc. was the winner of the coin-toss.

SCHOOL BOARD OF BREVARD COUNTY PURCHASING DEPT. 2700 JUDGE FRAN JAMIESON WAY VIERA, FL 32940-6699 October 4, 2005 TO: FROM: BIDDERS ON ACOUSTICAL CEILING TILE, NON ASBESTOS Joe O Connor, Purchasing Specialist RE: Bid #06-017/JO Acoustical Ceiling Tile, Non Asbestos Maintenance 2005/06, 2006/07, 207/08 TABULATION Listed below for your information is a Tabulation of bids received on the above captioned matter. This is Tabulation only, and Award of orders will be made at a later date. BIDDERS Acousti Engineering Dane Contracting Don Facciobene Don Facciobene Space Coast Interiors Space Coast Interiors Amount Bid Amount Bid Amount Bid Amount Bid Amount Bid Amount Bid 1. Furnish and Install all Ceiling Tile & Mechanical Suspension Systems as indicated herein, per location, per job, as required during the bid period. Armstrong or USG Non-Asbestos only Less than 1,000 square feet - Price Per Square Foot A. Size 2x2 Acoustical $1.51 $3.10 $1.51 $1.51 $1.30 $1.30 Panels Armstrong #770 Armstrong #770 Armstrong #770 USG #2110 Armstrong #770 USG #2110 B. Size 2x4 Acoustical $1.45 $3.06 $1.41 $1.40 $1.20 $1.20 Panels Product(s) bid Armstrong #769 Armstrong #769 Armstrong #769 USG #2310 Armstrong #769 USG #2310 C. Size 2x2 Vinyl Cover Gypsum Panels $1.75 $4.63 NO BID $1.70 $1.60 $1.60 USG #3260 USG #3260 D. Size 2x4 Vinyl Cover Gypsum Panels Continued, $1.69 $4.55 NO BID $1.59 $1.55 $1.55 USG #3270 USG #3270

Bid #06-017/JO Price Sheet 10/4/05 Page 2 BIDDERS Acousti Dane Don Facciobene Don Facciobene Space Coast Space Coast Engineering Contracting Interiors Interiors Amount Bid Amount Bid Amount Bid Amount Bid Amount Bid Amount Bid 2. Furnish and install all Ceiling Tile and Mechanical Suspension Systems as indicated herein, per location, per job, as required during the bid period. Armstrong or USG Non-Asbestos only 1,000 Square feet or more - Price Per Square Foot A. Size 2x2 Acoustical $1.51 $3.06 $1.38 $1.41 $1.25 $1.25 Panels Armstrong #756 Armstrong #770 Armstrong #770 USG #2110 Armstrong #770 USG #2110 B. Size 2x4 Acoustical $1.45 $3.00 $1.28 $1.30 $1.15 $1.15 Panels Armstrong #755 Armstrong #769 Armstrong #769 USG #2310 Armstrong #769 USG #2310 3. Tile, Ceiling, Acoustical, Panels only, Armstrong or USG Non-Asbestos only, Size 2 x2 Supply Only, Not Installed 500 Square Feet or more Price Per Square Foot A. FISSURED 1) Class A Non- $0.41 $0.74 $0.41 $0.41 $0.38 NO BID Combustible Armstrong #756 Armstrong #756 Armstrong #756 USG # 560 Armstrong #756 2) Fire Rated $0.60 $1.06 $.61 $0.58 $0.65 NO BID Armstrong #896 Armstrong #824 Armstrong #824 USG #585 Armstrong #896 B. NON-FISSURED 1) Class A Non- $0.41 $0.74 $0.41 $0.41 $0.38 NO BID Combustible Armstrong #770 Armstrong #770 Armstrong #770 USG #2110 Armstrong # 770 2) Fire Rated $0.60 $1.06 $.61 $0.58 $0.65 NO BID Armstrong #824 Armstrong #824 Armstrong #824 USG #2115 Armstrong #824 Continued,

Bid #06-017/JO Price Sheet 10/4/05 Page 3 BIDDERS Acousti Dane Don Facciobene Don Facciobene Space Coast Space Coast Engineering Contracting Interiors Interiors Amount Bid Amount Bid Amount Bid Amount Bid Amount Bid Amount Bid 4. Tile, Ceiling, Acoustical, Panels Only, Armstrong or USG Non-Asbestos only, Size 2x4 Supply Only, Not Installed 1,000 Square Feet or More - Price Per Square Foot A. FISSURED 1) Class A Non- $0.40 $0.72 $0.38 $0.40 $0.38 $0.38 Combustible Armstrong #755 Armstrong #755 Armstrong #755 USG #562 Armstrong #755 USG #562 2) Fire Rated $0.59 $1.26 $0.58 $0.57 $0.59 $0.59 Armstrong #895 Armstrong #895 Armstrong #895 USG #586 Armstrong #895 USG #586 B. NON-FISSURED 1) Class A Non- $0.40 $0.72 $0.38 $0.40 $0.38 $0.38 Combustible Armstrong #769 Armstrong #769 Armstrong #769 USG #2310 Armstrong #769 USG #2310 2) Fire Rated $0.59 $1.26 $0.58 $0.57 $0.59 $0.59 Armstrong #823 Armstrong #823 Armstrong #823 USG #2315 Armstrong #823 USG #2315 5. Tile, Ceiling, Vinyl Cover Gypsum Panels, Size 2 x2 Armstrong or USG Non-Asbestos only Supply only, Not Installed 500 Square Feet or More Price Per Square Foot $0.58 $1.12 NO BID $0.60 $0.54 $0.54 USG #3260 USG #3260 6. Tile, Ceiling, Vinyl Cover Gypsum Panels, Size 2 x4 Armstrong or USG Non-Asbestos only Supply only, Not installed 500 Square Feet or more Price per square foot $0.55 $1.10 NO BID $0.59 $0.52 $0.52 USG #3270 USG #3270 Continued,

Bid #06-017/JO Price Sheet 10/4/05 Page 4 BIDDERS Acousti Dane Don Facciobene Don Facciobene Space Coast Space Coast Engineering Contracting Interiors Interiors Amount Bid Amount Bid Amount Bid Amount Bid Amount Bid Amount Bid 7. Ceiling Tile --- De-Install and remove from premises and dispose of old tile in accordance with local code and state law regarding disposal of material. Provide and install new. Grid system is not to be replaced, but is to be utilized. This will be a total turnkey job; vendor is to supply all materials and labor. Orders will be on an as needed basis Price per square foot A. 2x2 Acoustical Panels $1.17 $1.85 $1.16 $1.16 $0.75 $0.75 Armstrong #770 Armstrong #770 Armstrong #770 USG #2110 Armstrong #770 USG #2110 B. 2x4 Acoustical Panels $1.11 $1.80 $1.13 $1.12 $0.72 $0.72 Armstrong #769 Armstrong #769 Armstrong #769 USG #2310 Armstrong #769 USG #2310 8. Tile, Ceiling, Panels only, Lay-in, Fiberglass, Average C Factor (AT 75 F) is.38, R factor is 2.6, vinyl film facing insulation back loading 5/8 thickness, 24 x 48, minimum back loading R19, flame spread 0-25, ASTM-E84, Class A Fed SS-S-118B, Armstrong Colortones or equal. NON- ASBESTOS Supply Only, Not installed Price per square foot $0.55 $1.30 $0.64 $0.63 $0.69 NO BID Notes: Armstrong #2905, 2907, 2910, 2911 White Only Armstrong #2905, 2907, 2910, 2911 Armstrong #2907 USG #7053G Armstrong # s 2905, 2907 9. Ceiling Tile --- De-Install and remove from premises and dispose of old tile in accordance with local code and state law regarding disposal of material. Provide and install new 2 x 2 moisture resistant, fire guard, fire retardant-resistant, non-asbestos, STC 40-44, Armstrong #R.H. 90 fissured or equal. Grid system is not to be replaced, but is to be utilized. This will be a total turnkey job; vendor is to supply all materials and labor. Orders will be on an as needed basis Price per square foot $1.61 $1.88 $1.64 $1.65 $0.90 NO BID Armstrong #1810 Armstrong #1811 Armstrong #1811 USG #2211 Armstrong #1811

Bid #06-017/JO Price Sheet 10/4/05 Page 5 Contract Instructions The Primary/Secondary Threshold of this contract is $5,000.00. It is the intent of the contract that ALL projects be competitively bid however the School Board may alter this procedure for projects which are estimated to be less than $5,000.00. The Primary contractor (lowest bidder per applicable line item, as indicated by highlighting and bolding), may be requested to perform the work at the rates bid and awarded. For projects estimated to be over $5,000.00 all contractors awarded as a secondary shall be asked to competitively quote; care should be taken to request quotes only from the contractors bidding the required product (see notes). In the event there was only one bidder for a particular line item; no Secondary is awarded and the Primary will be asked to perform the work at the rates awarded regardless of the size of the project (see notes). Notes: Acousti Engineering & Dane Contracting bid Armstrong product only Do not use for USG quoting. Don Facciobene did not bid Line Items 1C&D (Armstrong), 5 (Armstrong), 6 (Armstrong). All three remaining contractors may be utilized for Armstrong quotes (mandatory for projects estimated to be over $5,000.00). Space Coast Interiors did not bid Line Items 3A1-2 & 3B1-2 (USG), 8 (USG), 9 (USG) Don Facciobene only bidder for these items.

BIDDERS NOTES Bid #06-017/JO Acoustical Ceiling Tile, Non-Asbestos Maintenance 2005/06, 2006/07, 2007/08 Time Required For Delivery Bids Valid Until V0000008989 Acousti Engineering Co. 426 Gus Hipp Blvd. Rockledge, FL 32955 Order Contact Person: Dana Durden Ph. # 321.636.4042 Fx. # 321636.4087 Rep: Dana Durden 10 Business Days 1 Year From Date Of Award V0000046599 Dane Contracting, Inc. P.O. Box 033663 Indialantic, FL 32903 Order Contact Person: Pete Sorenson Ph. # 321.768.1361 Fx. # 321.676.7868 Rep: Pete Sorenson Per Request 1 Year From Date of Award, 2 Option Years V0000100792 Don Facciobene, Inc. 5055 Babcock St. NE #7 Palm Bay, FL 32905 Order Contact Person: Don Facciobene Ph. #321.727.7100 Fx. #321.728.7100 Rep: Don Facciobene V0000208325 Space Coast Interiors, Inc. PO Box 372434 Satellite Beach, FL 32937 Order Contact Person: Tim Burns Ph. #321.508.9990 Fx. #321.779.2573 Rep: Tim Burns 3 Days 1 Year From Date Of Award 3-5 Days 1 Year From Date Of Award