BLOCK PAGE!!!
Get Full Details

Privately Funded

Bidding Soon

Documents Available

Publicly Funded

Addenda Available

Post-Bid

Published May 19, 2025 at 8:00 PM

Updated June 17, 2025

This is a service / maintenance or supply contract in Jacksonville, Florida. Contact the soliciting agency for additional information.

The Jacksonville Transportation Authority herein after referred to as (the "Authority" or "JTA") a body politic and corporate and an agency of the State of Florida, located at 100 LaVilla Center Drive, Jacksonville, Florida 322204, hereby requests proposals from qualified firms to provide full service warranty maintenance, including all services, preventative maintenance, and repair all heating, ventilation, and air conditioning (HVAC) units and automatic controls as further detailed in the Scope of Work. All Proposers are hereby notified that the DBE/SBE requirements of 49 CFR Part 26 apply to this Solicitation. The DBE/SBE participation goal for the Contract is 5%. It is the policy of the Authority to practice nondiscrimination based on race, color, sex, or national origin in the award or performance of this Contract. The Authority encourages participation by all firms qualifying under this Solicitation, regardless of business size or ownership. This resulting contract, if any, will be subject to contract compliance payment tracking, and the prime contractor and any DBE/SBE subcontractors shall provide any noted and/or requested contract compliance-related payment data electronically in the B2GNow Contract Compliance Program System. The prime contractor and all DBE/SBE subcontractors are responsible for responding by any noted response audit date or due date to any instructions or request for information, and to check the B2GNow Contract Compliance Program System on a regular basis. The prime contractor is responsible for ensuring all DBE/SBE subcontractors have completed all requested items and that their contact information is up-to-date. Access information related to contractor access of the system will be provided to a designated point of contact with each contractor upon award of the contract. The B2GNow Contract Compliance Program System is web-based and Contract Compliance Reporting - Vendor Training and can be accessed Question Deadline 05/29/2025 at 12:00 PM ET All questions or concerns regarding this solicitation must be submitted on the JTA Procurement Portal The Jacksonville Transportation Authority, hereinafter referred to as the ("JTA" or the "Authority"), is requesting proposals from qualified firms (hereinafter referred to as "Contractor" or "Vendor"), to establish a Contract to provide full service warranty maintenance, including all service, preventative maintenance, and repair of all heating, ventilation, and air conditioning (HVAC) units and automatic controls as described in Scope of Work. Maintenance commencement dates will be provided to the awarded Contractor for the Jacksonville Regional Transportation Center ("JRTC"). The Contractor shall provide all labor, materials and equipment necessary to maintain, repair, adjust, and calibrate all JTA HVAC equipment. The JTA has included in this Solicitation Attachment 'A' - Unit/Equipment Listing. SPECIFICATIONS 1. Filters: a. To be changed a minimum of once a month. b. If additional filters are required, the successful Proposer will change filters at no additional charge to the JTA. 2. Maintenance and Repair of all duct work: a. Excluded from this Contract. b. Exhaust fans are excluded from this Contract, except Industrial Fans at Skyway O&M Center. 3. The Jacksonville Transportation Authority will not pay any other charges to maintain or repair the Heating/AC units other than the prices quoted in the Proposal Price Form except as follows: a. Within thirty (30) days of Proposal award, the successful Proposer will be allowed to survey all existing JTA HVAC equipment. b. The awarded Contractor will be allowed to rate all units as "GOOD", "FAIR", or "POOR". c. The awarded Contractor will be allowed to make recommendations to repair or replace any JTA equipment found to be in need of repair or replacement. Any recommendation must be in writing and must include the cost of repairs or replacement. Any deficiencies not reported during this thirty (30) day period will be considered as non-existent and will be repaired and maintained at the expense of the Contractor. d. Any repairs discovered during the above thirty (30) day period that exceed fifty percent (50%) of the purchase price of the equipment shall be subject to the following: i. Contractor will furnish JTA a complete itemized list of needed repairs along with a complete cost estimate. ii. Repairs of this magnitude will not be considered as covered under the maintenance Contract. iii. Contractor will furnish a written quotation for a replacement unit. iv. JTA reserves the right to challenge any cost estimates and to solicit competitive quotes or proposals on these repairs or replacements. 4. Warranty: a. Upon expiration of any warranty for repairs or replaced units by another vendor, the Contractor will assume responsibility for the maintenance or repairs at the prices quoted for that particular site. b. All repairs or replacements by another vendor will be subject to the review and/or inspection by the Contractor. c. The Contractor will be allowed to bill JTA an hourly labor charge for all repairs not covered by warranties on new equipment or parts. This hourly rate may or may not be a factor in award. Please furnish the hourly labor rate on the Proposal Price Form. 5. HVAC Units Locations: a. All locations are provided on Proposal Price Form. See Proposal Price Form located in Section VII - Required Forms. 6. Service Response Time: a. The Contractor shall respond with service personnel at JTA within eight (8) hours after request for service has been made for repairs, which are not critical. b. For repairs, which are critical, the Contractor shall respond within two (2) hours after receipt of such request. c. Repairs, which are critical, shall be whenever heating or cooling systems are not operative. d. Emergency services, including overtime, shall be included on the Proposal Price Form. This service, to be provided within two (2) hours after receipt of request, is to be provided on a twenty-four (24) hour per day, seven (7) days per week basis at no additional charge. 7. Completion of Service: a. Once service personnel has begun repairs which are not critical, service work shall be performed on a continuous basis during regular working hours except as delayed for the delivery of required replacement parts. b. Once service personnel have begun repairs which are critical, service work shall be performed on a continuous basis during regular hours except as delayed for the delivery of required replacement parts. 8. Field Service Report: a. The Contractor shall complete a separate Field Service Report at the completion of any repair work or service inspection. Contractor to provide a sample of such report in proposal response. b. The Field Service Report shall be reviewed and signed by the JTA Facilities Manager or designee when the work is completed. c. One (1) copy shall be provided electronically/digitally with the monthly statement/invoice. 9. Scheduled Inspection Procedures: a. The Contractor shall follow HVAC service specifications provided by the manufacturer of each AC/Heating unit included in this proposal at the intervals listed below: i. Services to be performed a minimum of once a month: 1. Clean condensate pans and blow out drain lines 2. Place algaecide tablet in condensate pans 3. Replace Filter ii. Bi-Monthly Inspections: 1. Log operation of units and record the following parameters: a. Ambient air temperature, indoors, outdoors b. Supply air temperatures c. Return air temperatures d. Suction pressure e. Discharge pressure f. Evaporator motors amps g. Condenser motor amps h. Compressor amps 2. Log will be attached to Field Service Report when reviewed by JTA employees. 3. Lubricate fan bearing per manufacturer's recommendations. 4. Lubricate and adjust dampers and linkages. 5. Provide written report of general condition of units upon completion of work. iii. Annual Inspections: 1. Clean air cooled condensers 2. Clean evaporator coils 3. Check and calibrate controls 4. Check and tighten all electrical connections 5. Check electrical contacts 6. Wire brush and repaint gas piping 7. Inspect heat exchangers and burners on gas fired equipment b. In the event that original equipment manufacturers (OEM) maintenance recommendation exceed these listed the Contractor shall comply at no additional cost to the JTA. c. The Contractor shall repair or replace worn or defective parts. The replacement parts shall be new and be the same as specified by the original equipment manufacturer (OEM). Replacement parts supplied by another manufacturer which are equivalent in design and performance will be allowed to be used with prior approval by the JTA. Rebuilt components may be installed only with prior approval of the JTA. d. The Contractor must maintain shelf stock of replacement parts (compressors, fan motors, fan wheels, control transformer, etc.) and service materials for the specified equipment to be maintained which will allow emergency and routine maintenance to be performed in a timely manner. 10. All services and inspections on units located at the JRTC at 100 LaVilla Center Drive will be performed outside of normal operating hours of Monday - Friday 7:00AM - 5:00PM. The hours services and inspections are to be performed are Monday - Friday 5:00pm - 12:00am (except for emergency response) and on weekends Saturday - Sunday 7:00am - 11:00pm (except for emergency response). 11. All services and inspections on all other units located at JTA facilities listed in this RFP excluding JRTC at 100 LaVilla Center Drive will be performed during normal operating hours of Monday - Friday 7:00AM - 5:00PM. 12. Service Personnel Qualifications: a. Inspection, repair, and preventive maintenance services are to be performed by qualified service technicians. b. All heating, ventilating, and air conditioning related repairs are to be performed by service personnel who hold a valid Heating, Air Conditioning, and Refrigeration (H.A.R.) journeyman certificate. c. All mechanics and journeymen must be certified by the EPA, Chlorofluorocarbon Certified (CFC) and certified by the North American Technician Excellence (NATE). d. The successful service company shall have a minimum of five (5) years of Direct Digital Control (DDC) experience with factory trained personnel. The Contractor is required to furnish copies of these certifications within the proposal submittal. 13. Warranty Provisions: a. The extended warranty is to include all parts and labor normally associated with new HVAC warranty coverage. b. Warranty work is to be provided under the conditions listed within the service agreement specifications. c. The following are the parts warranty on new equipment located at the JRTC: AAON Water Source Heat Pumps Five (5) year warranty LOCHINVAR Natural Gas Condensing Hot Water Boilers Ten (10) year leakage and materials and Five (5) years on heat exchange Liebert CRAC Units Five (5) years on Compressor and Three (3) years on Controller LG VRF Multizone Ductless Heat Pumps Standard manufactures warranty LG Ductless Split Systems Standard manufactures warranty AAON DOAS Dedicated Ourside Air Units Standard manufactures warranty 14. The Proposal Price Form shall include cost of all labor, materials, parts (including filters), maintenance, and services to maintain and repair the Heating/AC units included in this Proposal. Repairs to unit not under warranty are not to be included in quote. 15. The JTA will not pay any other charges to maintain or repair the Heating/AC units other than the prices quoted on the Proposal Price Form. 16. The JTA reserves the right to add additional units and additional buildings as required, at a mutually agreed upon price by way of a negotiated price with the awarded Contractor or by competitive bidding. 17. The Contractor shall furnish a minimum of three (3) references for the maintenance of HVAC systems of the approximate size of the JTA systems included in this Solicitation. 18. The successful Contractor will be provided the opportunity to supply replacement or new equipment when necessary under the direction of the JTA contract manager or designee. This will be performed in a "turnkey" manner with the Contractor assuming responsibility for replacement and removal of the units; disposing of all equipment, and commissioning the new system. The cost of these services will be in addition to this contract at a competitive industry rate. JTA reserves the right to acquire additional proposals should the cost proposed appear to be excessive. 19. Contractor employees must comply with all JTA safety and security requirements for conducting work on JTA facilities at no additional expense to the JTA. 20. Maintenance of Traffic (MOT) will be the responsibility of the Contractor.

Post-Bid

Municipal

Public - City

Service, Maintenance and Supply

Plans and Specifications are not available for this project. If that changes, they will be made available here.

Subscribe For Documents

1 Record(s)

Subscribe for All Details

Trades Specified

Division 00 - Lorem Ipsum

Division 00 - Lorem Ipsum

Lorem, Ipsum, Dolor, Sit amet

Find More Local Projects

Within 75 Miles of This Project
146
Active Projects
66
Bidding Soon
1,002
All Active Projects
0
Updated Recently

You’ve Reached the Free View Limit

Want to see more project and bidder data in your market? Check out our product options and see what works best for you and your business.

Come back in [[refresh_days]] to get [[project_count]] more free projects.

June 16, 2025

July 16, 2025

Project location map

Multiple Locations, Jacksonville, FL


Recently Viewed

Fuel growth with access to the bidding project info your business needs.

Full details, including key contact information, important dates, plans and specifications, on over 500,000 Projects including 5000 updated daily available to subscribers.