invitation to bid


[PDF]invitation to bid - Rackcdn.comd0a5726d3848a57dbf55-f9b6e4a1aac9d1d600e177fd0406dfb4.r4.cf2.rackcdn.com/...

2 downloads 131 Views 682KB Size

Superintendent of Schools MaryEllen Elia

School Board Carol W. Kurdell, Chair Susan L. Valdes, Vice Chair Doretha W. Edgecomb April Griffin Candy Olson Cindy Stuart Stacy R. White, Pharm.D.

Deputy Superintendents Jeff Eakins Cathy Valdes Chief Facilities Officer Cathy Valdes

INVITATION TO BID

General Manager of Construction Rory A. Salimbene

BID DUE DATE:

April 1, 2014

BID DUE TIME:

3:00 PM

BID DELIVERY LOCATION:

Hillsborough County Public Schools Raymond O. Shelton School Administrative Center (R.O.S.S.A.C.) 901 E. Kennedy Boulevard Procurement Department, 3rd Floor Tampa, Florida 33602

BID TITLE:

HVAC EQUIPMENT - CHILLER FOR WHARTON HIGH SCHOOL

BID NO:

0355FAC

PRE-BID CONFERENCE:

Non-Mandatory, March 19, 2014, 2:00 p.m. Raymond O. Shelton School Administrative Center (R.O.S.S.A.C.) Planning and Construction Department, 2nd Floor

DIRECT INQUIRIES TO:

Vendor Bid at: www.vendorbid.net/hillsborough Inquiries may be posted through 4:00 pm on March 24, 2014

Hillsborough County Public Schools is seeking bids from qualified vendors to provide HVAC EQUIPMENT CHILLER FOR WHARTON HIGH SCHOOL. The scope includes the provision of all labor, equipment, and materials necessary to manufacture and deliver the specified equipment and to provide the services specified in the Bid Documents. School

Wharton High School

Quantity

1

Design Professional

Phone

RHC and Associates, Inc.

(813) 254-0907

Subject to the requirements of these Bid Documents, bids will be accepted at the above location until the stated date and time. Bids received after the stated date and time, whether presented in person, delivered by the U.S. Mail, or by any other delivery method, will not be accepted. The Hillsborough County Public Schools reserves the right to retain all bids for a period of sixty (60) calendar days and to reject any and all bids and to waive any informalities and/or irregularities thereof. Rory A. Salimbene General Manager, Planning and Construction

INSTRUCTIONS TO BIDDERS Sealed bids for HVAC EQUIPMENT - CHILLER FOR WHARTON HIGH SCHOOL will be received by Hillsborough County Public Schools (also known as the “District” or “HCPS”) as stipulated on the Invitation to Bid. Access to the R.O.S.S.A.C. building is controlled. All Bidders will be required to present a picture ID in order to obtain a visitor’s pass to be admitted into the building. Bids delivered to the building but not delivered to the Procurement Office and date stamped “received” by the Procurement Office will not be considered as “received” for the purpose of this Bid. Bids must be submitted in a SEALED envelope, marked on the outside as follows: BID NO.

0355FAC

BID FOR:

HVAC EQUIPMENT - CHILLER FOR WHARTON

BID DUE:

3:00 PM, April 1, 2014

SUBMITTED TO:

Hillsborough County Public Schools Procurement Department, 3rd Floor 901 East Kennedy Boulevard Tampa, Florida 33602

The following documents must be submitted in the sealed envelope(s) in order for the Bid to receive consideration. 1) 1 Bid Proposal Form with original signature 2) 1 Set of Reference Release Forms with the names of 3 references entered 3) 1 Set of Completed Equipment Schedule 4) 1 Equipment Submittal 5) 2 Duplicate labeled CDs containing the above listed documents Provide a separate folder on the CD for each site. Provide a single .pdf for each of the above listed documents, for a total of 4 .pdf documents per site. Bid Proposal Form: Bids must be submitted on the HCPS Bid Proposal Form, provided in these Bid Documents. Bidders who enter a Base Bid amount for a particular site must also enter an amount for the corresponding Alternates listed on the Bid Proposal Form. The Owner will evaluate the bids using the following formula: Base Bid + Alternate 1 cost + Alternate 2 cost + (Alternate 3 cost x 0.82) + (Alternate 4 cost x 0.5464) + (Annual Energy Cost x 12.7834) = Total Cost Bidders may propose up to FOUR different chillers meeting the minimum requirements of these bid documents for evaluation. The Equipment Schedule provided in these Bid Documents may be reproduced as needed. Reference Release Form: Submit references by duplicating the Reference Release Form provided in these Bid Documents. Enter the name and address of three (3) firms located within the State of Florida to whom the Bidder has supplied similar equipment within the past 12 months. HCPS may utilize other reference information to judge the Bidder’s capability and performance history. Negative references, in HCPS sole discretion, may be cause for disqualification of bidder. Equipment Schedule: Enter data for the proposed equipment, either typed or handwritten, into the Equipment Schedule provided in these Bid Documents to allow comparison to the minimum requirements given on the Equipment Schedule. Equipment Submittals: Provide data sufficient for HCPS to judge whether the proposed equipment meets the minimum requirements, including but not limited to the data listed in the Technical Specifications, Drawings (if provided) and Equipment Schedules. Bids which include equipment submittals from manufacturers other than those listed as “approved” in the Bid Documents will be disqualified. The procedure for requesting approval of substitutions prior to bid is described herein. Proposed substitutions, if approved, will be issued by Addendum. Base bid is to include FOB Destination, with all transportation charges prepaid and included in the bid prices, and title transferring to HCPS at the time of delivery. No exceptions to these freight terms may be taken by the bidder.

HVAC EQUIPMENT – CHILLER FOR WHARTON HIGH SCHOOL INSTRUCTIONS TO BIDDERS

Facilities Division Phone 272-4115

2

INSTRUCTIONS TO BIDDERS (continued) Base bid is to include all charges such as shipping, insurance, supervision, training, warranty service and any other costs necessary to meet the requirements of these Bid documents. Additional charges will not be honored. Bidders are cautioned to provide all descriptions and prices in a legible manner so that there will be no doubt as to the intent and scope of the bid. No oral, telegraphic (fax/scanner) or telephone Bids or Bid modifications will be accepted. Board recommendations and tabulations for this bid will be posted and disseminated via HCPS Vendor Bid web page (https://www.vendorbid.net/hillsborough). It shall be the sole responsibility of each Bidder to review the status of this Bid on VendorBid.net. Those interested in responding to this or any HCPS procurement opportunity must log on to the Vendor Bid web page and select “Current Bids”. Search for the bid referenced in the notification to view the Bid Document(s). Bidders may select “Participate” to submit a response (bid, proposal, quote, etc.) and receive updates (addenda, bid results, recommendation for award, award notification). Bidder Qualifications: The successful bidder shall have been in business for a minimum of three (3) years and maintain a current business license from the State of Florida. Bidders shall provide documentation of applicable license, certification, and/or commercial experience. HCPS reserves the right to request documentation at any time during the contract period. All bidders are required to have a current Vendor application on file in order to conduct new business related to this Bid. Failure to comply with this condition may cause the bidder(s) not to be awarded any new business. Vendor applications can be completed by visiting https://www.vendorbid.net/hillsborough Award of this contract shall be to the lowest responsive and responsible bidder who best meets the terms and conditions of the bid. HCPS will consider life-cycle costs in determining the lowest responsive bid. Consideration of award shall be based on the information submitted, including bidders’ past performance, client references, and equipment performance. HCPS reserves the right to make multiple awards, award by groups, sites, types, categories, item by item or lump sum total, whichever may be in the best interest of HCPS. Immediately following the time scheduled for receipt of bids, the Owner will inspect the bids to determine the date and time received. The names of Bidders submitting timely Proposals and the prices submitted therewith will be announced to any interested parties. Failure to file a protest within the time prescribed in S120.57 (3), Florida Statutes, shall constitute a waiver of proceedings under Chapter 120, Florida Statutes. THE FOLLOWING STATUTES AND CERTIFICATIONS PERTAIN TO THIS BID: PUBLIC ENTITY CRIMES Per the provisions of Florida Statute 287.133 (2) (a), “a person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Florida Statute 287.017 for category two for a period of 36 months from the date of being placed on the convicted vendor list.” The prospective bidder certifies, by submission and signature of this bid, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction per the provisions of Florida Statute 287.133 (2) (a). FEDERAL DEBARMENT CERTIFICATION The prospective bidder certifies, by submission and signature of this bid, that the bidder complies fully with the Federal Debarment Certification regarding debarment suspension, ineligibility and voluntary exclusion. As required by Executive Order 12549, Debarment and Suspension, and implemented at 34 CFR, part 85, as defined at the 34 CFR part 85, sections 85.105 and 85.110-(ed80-0013). (1) The prospective lower tier ($25,000) participant certifies, by submission and signature of this bid, that neither it nor its principals is presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from participation in this transaction by any federal department or agency. (2) Where the prospective lower tier participant is unable to certify to any of the statements in this certification, such prospective participant shall attach an explanation to this bid. FAIR LABOR STANDARDS ACT – “HOT GOODS” The bidder’s signature on the bid certifies that these goods are or will be produced in compliance with all applicable requirements of sections 6, 7 and 12 of the Fair Labor Standards Act, as amended, and of regulations and orders of the United States Department of Labor issued under section 14 thereof.

HVAC EQUIPMENT – CHILLER FOR WHARTON HIGH SCHOOL INSTRUCTIONS TO BIDDERS

Facilities Division Phone 272-4115

3

TABL E OF CONTE NTS SECTION 1 - GENERAL TERMS AND CONDITIONS .............................................................................................. PAGE 5 SECTION 2 - SPECIAL TERMS AND CONDITIONS .............................................................................................. PAGE 10 SECTION 3 - SPECIAL PROVISIONS AND FORMS .............................................................................................. PAGE 14 BID PROPOSAL FORM ............................................................................................................................................ PAGE 26 REFERENCE RELEASE FORM ............................................................................................................................... PAGE 31 SECTION 15620 – PRE-PURCHASE PACKAGED WATER COOLED CHILLER Wharton High School – Water Cooled Chiller No. 3 Schedule Existing Chiller No. 3 Panel and Piping Orientation

HVAC EQUIPMENT – CHILLER FOR WHARTON HIGH SCHOOL TABLE OF CONTENTS

Facilities Division Phone 272-4115

4

1.

GENERAL TERMS AND CONDITIONS The following General Terms and Conditions are hereby made a part of these Bid Documents:

1.1

HCPS will receive sealed bids until date and time indicated on the INVITATION TO BID. Bids must be delivered to the stated address and will be opened at the stated time. Bids must be delivered in a sealed envelope, clearly marked on the outside of the envelope as indicated in the INSTRUCTIONS TO BIDDERS. Bids received in unidentifiable envelopes are sent at the bidder’s risk. To assure that bids are received prior to opening, bidders may wish to use special delivery mail or deliver by hand. Bids received after the date and time of the bid opening will be date stamped, received and returned to the vendor. It will be the vendors' responsibility to get the bid to the correct location and on time. Please note that the official clock, for the purpose of receiving bids, is located in the Procurement Office.

1.2

All participating bidders, by their signature, acknowledge compliance with the requirements stated or implied in these Bid Documents. This is an agreement that the named Vendor shall sell to HCPS during the contract period the goods, wares, merchandise, and/or services at the prices indicated on the Bid Proposal Form.

1.3

Each bidder shall examine the Bid Documents and shall judge all matters relating to the adequacy and accuracy of such documents. Any inquiries, suggestions, disputes, or requests concerning interpretation, clarification or additional information pertaining to the Bid or award must be posted to Vendor Bid web page by the date and time stated in the INVITATION TO BID. HCPS shall not be responsible for oral interpretations given by a HCPS employee, representative, or others. The issuance of a written addendum is the only official method whereby interpretation, clarification or additional information can be given. Addenda will be posted and disseminated by Vendor Bid (www.vendorbid.net/hillsborough). Prior to submitting a Bid, it shall be the responsibility of each Bidder to review the status of this Solicitation on Vendor Bid to determine if Addenda were issued and, if so, to incorporate such Addenda in the Bid Documents and to acknowledge receipt of such Addenda on the Bid Proposal Form.

1.4

1.5

HCPS reserves the right to also make purchases of items on this bid from a Florida State Bid contract/agreement or a cooperative educational purchasing council bid during the term of this bid. HCPS shall be the sole judge as to the acceptability of any and all bids and the terms and conditions thereof, without qualifications or explanation to bidders. In case of any doubt or difference of opinion as to the items to be furnished hereunder, the decision of HCPS shall be final and binding on both parties.

HVAC EQUIPMENT – CHILLER FOR WHARTON HIGH SCHOOL GENERAL TERMS AND CONDITIONS

1.6

HCPS reserves the right, prior to award of any contract or bid, to inspect the prospective vendor's facility and place of business to confirm that the Bidder has a regular, bona fide established business that is presently a going concern and is likely to continue as such.

1.7

After notification of award, the successful bidder shall indemnify and hold harmless HCPS as specified in Florida Statute Section 725.06. This indemnifies HCPS, its agents and employees, from and against all claims, suits, actions, damages or causes of action arising during the term of the resulting agreement for any bodily injury, personal injury, loss of life or damage to property sustained by reasons or as a result of the performance of the services or delivery of goods for which the resulting agreement was entered into. These persons are also indemnified from and against any orders, judgments, or decrees which may be entered thereto, and from and against all costs, attorney’s fees, expenses and liabilities incurred in or by reasons of the defense of any such claim, suit or action, and the investigation thereof. Nothing in the award, resulting agreement, contract or purchase order shall be deemed to affect the rights, privileges and immunities of HCPS as set forth in Florida statute.

1.8

Federal, State, County, and local laws, ordinances, rules, and regulations that in any manner affect the items covered herein apply. Lack of knowledge by the bidder will in no way be a cause for relief from responsibility. The bidder shall have in their possession all applicable insurance, permits, licenses, etc. that may be required by Federal, State, or County law to furnish services under the scope of this contract. The successful bidder must not be in violation of any zoning or other ordinances in the performance during the life of this contract.

1.9

All information submitted in response to this request shall be subject to compliance with Florida Statute Chapter 119.07 Public Records and 812.081 Trade Secrets. All information submitted as "trade secret" information should be submitted in a separate envelope and so indicated. If challenged, the Bidder who submits the "trade secret" information will bear all costs associated with defending their position.

1.10

During the term of this bid the bidder shall indemnify, hold harmless, and defend Hillsborough County Public Schools, its agents and employees from any and all costs and expenses, including but not limited to, attorney’s fees, reasonable investigative and discovery costs, court costs and all other sums which HCPS, its agents or employees may pay or become obligated to pay on account of any actions founded, thereon, arising or alleged to have arisen out of the products, goods or services furnished by the bidder, his agents or employees, or any of his equipment when such Facilities Division Phone 272-4115

5

1.11

persons or equipment are on premises owned or controlled by HCPS for the purpose of performing services.

1.17.4

Companies that are certified as a small/minority/women-owned business by a governmental entity in the Tampa Bay area.

Venue for any and all legal action regarding or arising out of the transaction covered herein shall be solely in the District Court in and for Hillsborough County, State of Florida. The laws of the State of Florida shall govern this transaction. The Vendor or Bidder agrees that any and all notices, pleadings and processes may be made by serving two copies of the same upon the Secretary of State, State Capitol, Tallahassee, Florida, and by mailing by return mail, an additional copy of the same to the vendor or bidder at the address shown herein; that said service shall be considered as valid personal service, and judgment may be taken if, within the time prescribed by Florida law or rules of civil procedure, appearance, pleading, an answer is not made.

1.17.5

Companies that are certified as a small/minority/women-owned business by the State of Florida.

1.17.6

Companies located in Hillsborough County, Florida.

1.17.7

Companies receiving the larger dollar award on other items within the bid.

1.17.8

Companies located in Florida.

1.17.9

All else being equal, a coin toss will be made to decide the award.

1.12

Purchases made under this bid are exempt from all Federal excise and State sales tax.

1.13

No Bids shall be accepted from, or purchase order issued to any person, firm or corporation that is in arrears for any obligations to HCPS or that otherwise may be deemed irresponsible or unreliable by HCPS.

1.14

These Bid Documents and the purchase orders issued hereunder constitute the entire Contract between HCPS and the Vendor. No modification of this bid shall be binding on HCPS or the Vendor.

1.15

Tabulation of this Bid will be based only on items that meet or exceed the requirements of these Bid Documents. All other items will not be considered. Failure to submit required information with the Bid can and may be used as justification for rejection of a Bid. HCPS will be the sole judge as to the acceptability of items submitted for consideration as equal to the basis of design.

1.16

1.17

HCPS reserves the right to renew and extend the executed contract agreement pertaining to all prices, terms, conditions and specifications upon written mutual agreement between HCPS and contractors for an additional one (1) year period, but not to exceed two (2) additional one (1) year periods. Should there be a tie on either the unit price (if awarded on a per item basis), sections of the bid (i.e.: building contracts, or bids awarded by section) or the whole bid (all or none bids or service bids), the deadlock will be decided upon using the following order: 1.17.1

Companies who certify they are a drug-free workplace.

1.17.2

Companies which are registered with HCPS as a small business enterprise.

1.17.3

Companies that are certified as a small/minority/women-owned business by a governmental entity in Hillsborough County.

HVAC EQUIPMENT – CHILLER FOR WHARTON HIGH SCHOOL GENERAL TERMS AND CONDITIONS

1.17.10 The above guidelines do not preclude the possibility of splitting an order if the two winning bidders agree to multiple awards. 1.18

The bidders will not be allowed to offer more than one product/price/service on each item even though the vendor feels that they have two or more types or styles that will meet specifications. Bidder must determine which to offer. For the sake of meeting delivery schedules, a vendor may deliver any pre-approved brand at the same price, with prior approval from the Procurement Department. No other substitutions will be considered. If said bidder should submit more than one product/price on any item, only the products meeting specifications will be tabulated. It is the vendors right to address alternatives in a separate document but not as part of this bid. However, if more than one product is listed as a pre-approved product, the vendor may specify that the bid price applies to more than one of the listed products.

1.19

The information called for on each item must be on the line with the item. To eliminate any confusion about the items(s) being bid, if you choose not to bid an item(s) please insert the words: no quotation, no bid or n/b.

1.20

Erasures are not acceptable on the Bid Proposal Form. If changes are necessary, strike out or draw a line through incorrect price and write the correct price above. The Bidder must initial all changes.

1.21

The submittal of a bid shall constitute an irrevocable offer to contract with HCPS in accordance with the terms of these Bid Documents. The offer may not be withdrawn within the specified period until or unless rejected or not accepted by HCPS. Accuracy of all prices and statements contained in the bids is the responsibility of the bidder, and no change or cancellation thereof may be made. The HCPS General Manager of Procurement or designee reserves the right to ask the bidder for clarification. In addition, HCPS staff will review the line-by-line prices. Accuracy of additions and extensions, brands, and compliance with all instructions will be reviewed in order to ascertain that the offer is made in accordance with the terms of the Bid Documents. HCPS staff who find any error(s) in calculations will make adjustments and Facilities Division Phone 272-4115

6

monies which have been paid in advance by HCPS will be prorated to the date of termination and refunded to HCPS. Nothing herein shall be construed as giving the contractor the right to perform the services which are contemplated under this agreement beyond the time when such services become unsatisfactory to HCPS. If a contractor is discharged, HCPS will only pay for that portion of the work that was satisfactorily completed at the time of termination.

corrections. HCPS reserves the right to negotiate final terms and conditions with the low Bidder. 1.22

A Bidder shall normally be held to their bid; however, in the event an error or an obvious omission is discovered in the Bid, the Bidder may request in writing the opportunity of withdrawing their bid. The Bidder shall include in their written request sufficient evidence (original copies of working papers, calculations, etc.) to document that the error or omission was unintentional.

1.23

No additional terms and conditions included with the Bid shall be evaluated or considered. Any and all such additional terms and conditions shall have no force and effect and are inapplicable to this bid. Whether submitted through intent or design or inadvertently appearing separately in transmitted letters, specifications, literature, price estimates or warranties, it is understood and agreed that the General and Special conditions and Special Provisions included in these Bid Documents are the only conditions applicable to this bid and the Bidders authorized signature affixed to the Bid Proposal Form attests to this.

1.24

Should any Bidder fail to enter into a Contract with HCPS on the basis of the submitted Bid by said Bidder, and bid security was not required with the bid, the Bidder agrees to pay to HCPS the difference between the Bidder’s price and the price HCPS pays to secure the merchandise from another source. Failure to pay said amount to HCPS upon demand will result in the company being disallowed from bidding on HCPS projects for a period of not less than two (2) years from the due date of this bid. Thereafter, the bidder may request to be reinstated.

1.25

In the event that a Bidder offers or tenders gratuities or "kickbacks" to any HCPS employee or subcontractor as an inducement for award of a bid, invitation to bid, subcontract or order, the Bidder shall be disqualified and shall not be reinstated.

1.26

Prices stated must be in units as specified. In case of a discrepancy between the unit price and the extension, the unit price will be considered correct. Any requirement by the Bidder that all or none groups, quantities, weights, or other criteria must be met in order to qualify for bid prices will result in disqualification of the Bid. Similarly, expiration dates or other constraints which are in conflict with these Bid Documents may result in disqualification.

1.27

1.28

HCPS reserves the right to reject any and all bids or parts thereof, and to request re-submission. In acceptance of bids, HCPS shall accept the lowest and best bid from a responsive and responsible bidder. HCPS reserves the right to waive any defect, irregularity or informality. HCPS reserves the right to terminate all or part of any contract when doing so is in the best interest of HCPS. With the exception of any contract which HCPS deems to have an impact on security, a minimum of thirty (30) days notice for termination will be given in writing by the General Manager of Procurement. Any and all

HVAC EQUIPMENT – CHILLER FOR WHARTON HIGH SCHOOL GENERAL TERMS AND CONDITIONS

1.29

HCPS may, by written notice of default to the awarded Vendor, terminate the whole or any part of this contract if the Vendor fails to make delivery of the contracted products or services, or fails to perform the contracted services within the time specified in the bid documents. The Vendor shall have ten (10) days to remediate such failure after receipt of such written notice.

1.30

If the Bidder defaults after the Contract is awarded by HCPS and bid security was not required with the bid, the Bidder agrees to pay to HCPS the difference between the Bidder’s price and the price HCPS pays to secure the merchandise from another source. Failure to pay said amount upon demand will result in the company being disallowed from bidding on HCPS projects for a period of not less than two (2) years from the due date of this bid. The above agreement applies regardless of the Bidders reason for default, including the inability to supply items that HCPS deems to be in compliance with these Bid Documents.

1.31

In the event sufficient budgeted funds are not available, HCPS shall notify the Vendor of such occurrence and the contract shall terminate without penalty or expense to HCPS.

1.32

When an item appearing in these Bid Documents is listed by a registered trade name and substitutions are disallowed or where equal products are not specifically allowed, only that trade-named item will be considered. HCPS reserves the right to reject products that are listed as approved and waive informalities. Should a Bidder wish to have alternate products evaluated for approval, please issue a written request with supporting documentation to the HCPS General Manager of Construction a minimum of 10 days prior to bid. If approved, the proposed products will be listed in an Addendum. After-bid substitutions are prohibited.

1.33

Unless otherwise specified in the Special Terms and Conditions, all items requested must be new and the latest model manufactured. Bids on “used, remanufactured or reconditioned” equipment or “blems or seconds” will not be considered unless specifically requested.

1.34

Samples of items, when required, must be furnished free of expense and if not destroyed, will, upon request, be returned at the bidder's expense. Bidders will be responsible for the removal of all samples furnished within 30 days after bid opening. All samples will be disposed of after 30 days.

Facilities Division Phone 272-4115

7

working practices at all times, as well as comply with all Federal, State, local and District Safety polices and procedures. This includes operation of vehicles and equipment on District owned property. Any accidents, injuries or incidents occurring on District property shall be immediately reported to the HCPS Safety Office.

Each individual sample must be labeled with Bidder's name, bid number, and item number. Failure of Bidder to either deliver required samples or to clearly identify samples as indicated may be reason for rejection of the bid. 1.35

Unless otherwise indicated, samples should be delivered to the Planning and Construction Dept, 901 E. Kennedy Boulevard, Tampa, Florida 33602.

1.36

Variance in condition - any and all special conditions and specifications attached hereto which vary from general conditions shall have precedence.

1.37

HCPS encourages participation of small and minorityowned business enterprises in the provision of goods, services and construction. If third-party (subcontract) agreements are necessary for the Vendor to complete the work of this contract, HCPS recommends using small and/or minority-owned businesses as further defined elsewhere in these Bid Documents.

1.38

Deliveries will be made as scheduled by the Owner or Owner’s representative. Unless otherwise directed, deliveries shall be made between the hours of 8:00 a.m. and 3:00 p.m. Monday – Friday, excluding holidays.

1.39

Inspection and acceptance will be FOB Destination unless otherwise provided. Title to/or risk of loss or damage to all items shall be the responsibility of the Vendor until acceptance by the Owner or Owner’s representative. If the materials or services supplied are found to be defective, damaged, or not in compliance with these Bid Documents, HCPS reserves the right to cancel the order upon written notice to the Vendor. Product return shall be at the Vendor’s expense. Product shall be replaced at the full expense of the Vendor within 5 days.

1.40

The Owner is guaranteed delivery by the Vendor of all items contained herein by the delivery dates as indicated in these Bid Documents. Failure to deliver as required shall be deemed to be goods or services delinquent and may result in liquidated damages as indicated in these Bid Documents. Assessment of such liquidated damages may be applied to any sums owing said bidder. Assessment of said liquidated damages shall be at the sole discretion of Hillsborough County Public Schools and administrated by the General Manager of Construction. These liquidated damages shall be in addition to other conditions cited herein.

1.41

It is the intent of HCPS that all Contractors and Vendors supplying services and/or products shall at no time cause unsafe conditions or acts that could have any impact on the safety and health of students, employees, or visitors to district operations. The awarded Vendor or Contractor may be required to supply a written copy of their safety program/manual for review after contract award. Periodic review of Vendor’s safety manual and operations may be conducted. All Vendors, Contractors and their employees including sub-contractors, performing work under the terms of this contract will follow the best safe

HVAC EQUIPMENT – CHILLER FOR WHARTON HIGH SCHOOL GENERAL TERMS AND CONDITIONS

1.42

All materials and services supplied to HCPS must conform to all current regulations as specified in “Occupational Safety and Health Act of 1970,” Public Law 91-596 91” congress. 2193, as amended, which includes Chapter XVII Occupational Safety Health Act, Department of Labor, Part 1910 – Occupational Safety and Health Standards, UL safety regulations and other standards for educational use as required by the US government, State of Florida, Hillsborough County and/or local municipality. This includes various safety accessories, and it is the vendor’s responsibility to meet the necessary requirements.

1.43

The HCPS Safety Office will monitor and enforce compliance to Occupational Safety and Environmental Health regulations by all vendors and contractors who provide services and/or products to HCPS.

1.44

In compliance with Chapter 442, Florida Statutes, any item delivered or used when providing services under this contract must have a published material safety data sheet (MSDS). Each MSDS must be in English (Spanish may be required by HCPS) and include information regarding the specific chemical identity of the hazardous chemical(s) involved and their common names. Information must be provided on the physical and chemical characteristics of the hazardous chemical: known acute and chronic health affects and related health information; exposure limits; whether the chemical is considered to be a carcinogen by NTP, IARC or OSHA; emergency first aid procedures; and the identification of the organization responsible for preparing the MSDS.

1.45

All Vendors and Contractors performing work for HCPS are responsible to provide written notification and material safety data sheets to the HCPS Safety Office for any hazardous material that may be used. HCPS defines hazardous material as “any material or substance for which there is sufficient data to indicate a reasonable risk to physical and/or environmental health.” These substances are classified as poisonous, toxic, corrosive, and flammable, explosive, radioactive or otherwise have any warning on the product label.

1.46

Prior to use, the HCPS Safety Office must issue written approval of all hazardous materials proposed for use.

1.47

All requests for approval of hazardous products shall be sent to the HCPS Safety Office at 4224 West Crest Avenue, Tampa, FL 33614. Telephone (813) 8725263 facsimile (813) 356-1471.

Facilities Division Phone 272-4115

8

1.48

Current, legible copies of material safety data sheets (MSDS) will be used to evaluate all products. This information must be provided at least 5 working days prior to use and must include the Applicant’s safety plan (precautions to be employed by the installer of the product).

1.49

After review by the HCPS Safety Office, the Applicant will be provided a copy of the MSDS stamped “approved” (with or without additional restrictions) or “disapproved”.

1.50

The Vendor or Contractor using the product must follow any identified restrictions and must also maintain a copy of the approved MSDS at the job location.

1.51

Any product used in HCPS shall be used in accordance with the manufacturer’s instructions and applicable District policies.

1.52

Certain products will not be authorized for use in HCPS in order to prevent any incidence of exposure to students or employees. Further, stringent restrictions may be applied to the use of certain products to reduce or eliminate the incidence of exposure.

1.53

A product approved for use by District employees does not constitute an automatic approval for use by Contractors. All products used by outside contractors must be specifically approved for each job within the District.

1.54

District employees will not use products approved for use by outside contractors unless a specific approved MSDS has been provided to the supervisor and/or is maintained in the worksite MSDS book.

1.55

Use of hazardous materials at sites where no students or District employees are assigned does not have to be approved provided the materials are not within 250 feet of sites with students or employees. All Federal, State & local regulations shall apply.

1.56

Contractors are responsible to remove all products used on projects immediately upon completion. Products left for District use will be listed on a manifest indicating type of container, amount and the location of the product. The HCPS representative responsible for overseeing the work of this Contract shall sign the manifest and forward to the HCPS Safety Office.

1.57

All Vendors, Contractors and their employees including sub-contractors, performing work under the terms of this contract, will follow the best environmental working practices at all times. The Vendor or Contractor shall not cause any unsafe conditions or acts that could have an impact on the safety and health of students, employees, or visitors to District operations as well as comply with all Federal, State, local and District environmental polices and procedures. The Vendor or Contractor may be required to supply a written copy of their environmental program/manual for review after contract award. Periodic review of the Vendor’s environmental manual and operations may be conducted. Vendors and Contractors will be responsible for removal and clean up of all contamination (or potential contamination) when it

HVAC EQUIPMENT – CHILLER FOR WHARTON HIGH SCHOOL GENERAL TERMS AND CONDITIONS

occurs or is identified by the HCPS Safety Office. All incidents shall be immediately reported to the HCPS Safety Office. 1.58

Asbestos-containing materials (ACM) and lead based paint (LBP) - ACM and LBP are present in many District buildings. The presence of ACM and LBP does not necessarily mean that a hazard exists; however, a hazard may be created when ACM and LBP are disturbed. It is the responsibility of the Vendor or Contractor to contact the HCPS Safety Office prior to commencing any work that may disturb any ACM or LBP at District facilities.

Facilities Division Phone 272-4115

9

2.

SPE CIAL TERMS AND CO NDITIONS The following Special Terms and Conditions are hereby made a part of these Bid Documents: DEFINITIONS 2.1

The term Bid Documents is hereby defined as meaning the following documents: the Invitation to Bid, the Instructions to Bidders, the General Terms and Conditions, the Special Terms and Conditions, the Special Provisions and Forms Section, the Bid Proposal Form, The Reference Release Form, the Technical Specifications, the Equipment Schedules for each site, the Drawings (if provided) for each site, and the Addenda.

2.2

The term Contract Documents is hereby defined as meaning the following documents: the Purchase Order, the General Terms and Conditions, the Special Terms and Conditions, the Special Provisions and Forms Section, the Technical Specifications, the Equipment Schedules for each site, the Drawings (if provided) for each site, the Addenda, and all Changes issued after the award of the Contract.

2.3

A Bid is a complete and properly signed Proposal to do the Work for the sum stipulated therein, submitted in accordance with the Bid Documents.

2.4

A Base Bid is the sum stated on the Bid Proposal Form for which the Bidder offers to perform the Work described in the Bid Documents as the base, to which work may be added or from which work may be deleted as described in the Bid Documents as Alternate Bids.

2.5

An Alternate Bid (or Alternate) is an amount to be entered on the Bid Proposal Form which can be used to adjust the Base Bid if the work of the Alternate, as described in the Bid Documents, is accepted for inclusion into the work of the Contract.

2.6

Addenda are written or graphic instruments issued by the Owner prior to the receipt of bids which modify the Bid Documents by additions, deletions, clarifications or corrections.

2.7

Vendor refers to the Bidder who is awarded the work of this Contract.

2.8

Owner refers to Hillsborough County Public Schools (“HCPS”).

2.9

Owner’s Representative refers to the Planning and Construction Department Project Coordinator.

2.10

Installer refers to the Construction Manager, General Contractor or their mechanical subcontractor (if so delegated).

2.11

Engineer refers to the Engineer of Record (“EOR”). The Engineer is hereby authorized by the Owner and accepted by the Bidder as the interpreter of the Bid and Contract Documents.

2.12

Change refers to a change which is directed by the Owner after the award of the Contract. Changes will be issued by the Owner via Construction Change Directive (“CCD”) and/or Change Order. The contract sum and/or schedule may be adjusted as a result of the change. The amount of the adjustment will be based on documentation of the fair cost and schedule impact as provided by the Vendor and approved by the Owner.

MISCELLANEOUS PROVISIONS 2.13

Not used.

HVAC EQUIPMENT – CHILLER FOR WHARTON HIGH SCHOOL SPECIAL TERMS AND CONDITIONS

Facilities Division Phone 272-4115

10

SPECIAL TERMS AND CONDITIONS (continued) 2.14

Substitutions: Bidders may not propose to provide equipment which is manufactured by companies other than those listed as approved in the Bid Documents. The process for gaining approval of proposed substitutions is described in the General Terms and Conditions paragraph 1.32 of this Bid Document.

2.15

Assignment: The Vendor may not assign any part or whole of this bid or agreement to another party, subcontractor, or company nor shall they assign any money due or to become due to him here under, without the previous written consent of HCPS.

2.16

Award to Next Rated Bidder: In the event of default, error in award or non-availability of acceptable product, HCPS reserves the right to award to the next rated low bidder and their stated bid prices.

2.17

Dispute Resolution: In the event a dispute occurs or a clarification of minor contract terms becomes necessary, the District representative will be the General Manager of Construction. Venue of legal action will be in the State of Florida.

2.18

Insurance: Immediately upon the Owner’s request, the successful Bidder shall provide a Certificate of Insurance as evidence of the following minimum coverage. Failure to provide the Certificate of Insurance within 5 calendar days can and may be used as grounds for disqualification of the Bid. Liability -- $500,000.00 minimum Property -- $100,000.00 minimum. Or in lieu of the previous: Combined Single Limit (CSL) -- $500,000.00 HCPS must be listed as additional insured on the Certificate of Insurance. The Certificate of Insurance must include the name of the project.

2.19

Workers’ Compensation: The Bidders hereby agree to obtain and to maintain during the life of this Contract, Workers' Compensation Insurance for all of his/her employees connected with the work of this Project and, in case any work is subcontracted, to require the subcontractors similarly to provide Workers' Compensation Insurance as required by FS 440 for all the latter's employees unless such employees are covered by the protection of the contractor. The Bidders also agree to supply evidence of such coverage upon request of the Owner. The Bidders agree to indemnify and to hold harmless schools from and against any and all liability which may arise out of the performance of this agreement unless such liability shall be a direct or proximate result of the negligence of HCPS, its agents or employees.

2.20

Laboratory Testing: In the event materials shipped to HCPS as outlined herein indicate sub-standard specifications in the qualitative or quantitative manner, HCPS reserves the right to have a laboratory test made. If material is found to be deficient, the vendor shall be required to pay all costs of testing. If found to meet specifications, HCPS shall pay all costs.

2.21

Not used.

2.22

Shipping and Marking: The Bidders hereby agree to mark all shipments with HCPS purchase order number clearly visible on the exterior of each container. A packing list must be furnished with each shipment, listing the purchase order number, vendor’s part number and description, quantity ordered, quantity shipped, and quantity back ordered.

2.23

Silence of Specifications: The apparent silence of any specifications and any supplemental specifications as to any details or the omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail and that only materials of first quality and correct type, size and design are to be used. All workmanship is to be first quality. All interpretations of the specification shall be made upon the basis of this statement.

HVAC EQUIPMENT – CHILLER FOR WHARTON HIGH SCHOOL SPECIAL TERMS AND CONDITIONS

Facilities Division Phone 272-4115

11

SPECIAL TERMS AND CONDITIONS (continued) 2.24

Vendor’s Responsibilities: The Vendor is required to make submittals demonstrating compliance with these documents, deliver the equipment, participate in coordination meetings, and to provide supervision, close-out documents, training, warranty and maintenance services as specified in these Bid Documents and to perform each task within the time constraints given herein.

2.25

Warranties and Preventative Maintenance: Warranties: The Bidders hereby agree to warrant the equipment and services supplied under this Contract to be of good workmanship and of proper materials in accordance with these Bid Documents, free from defects and suitable for the intended use for a minimum period of one (1) year. The warranty period shall commence on the date of SUBSTANTIAL COMPLETION OF THE PROJECT, as established by the Engineer of Record. It is the Vendor's responsibility to monitor the progress of the installation and to contact the Engineer of Record to ascertain the Date of Substantial Completion. EXCEPTION: Should the project be accepted as substantially complete more than 3 months after the start-up date, the Warranty period will commence on the date of start-up. The Vendor agrees to respond to warranty service requests within 24 hours of notification by the Owner or Owner's representative and to repair or replace warranted equipment within 72 hours of receipt of the request. The Vendor agrees, if directed, to provide temporary equipment as necessary to maintain acceptable conditions at no additional cost to the Owner if the repair cannot be completed within 72 hours. However, if the Vendor does not respond within 24 hours or is unable to complete the repair within 72 hours, the Vendor acknowledges that the Owner has the option to proceed with the repair and agrees to reimburse the Owner for all costs. In addition to the manufacturer's standard warranty, the Vendor shall execute and submit a written Warranty. The required format and details of coverage pertaining to the Vendor's warranty is provided in these Bid Documents. Extended Warranties: Alternate 1: The Vendor shall provide an alternate price to extend the original warranty for each site. The Alternate 1 warranty will begin upon expiration of the 1-year warranty and will end five years from the original Warranty Commencement date. The extended warranty will provide the same coverage as the original 1-year warranty. Alternate 2: The Vendor shall provide an alternate price to further extend the original warranty for each site. The Alternate 2 warranty will begin upon expiration of the Alternate 1 warranty, and will end ten years from the original Warranty Commencement date. The extended warranty will provide the same coverage as the original 1-year warranty. Preventative Maintenance: Alternate 3: The Vendor shall provide an alternate price for all preventive maintenance services listed herein for each site, for a period commencing on the date of start-up and ending five years from the date of start-up. Alternate 4: The Vendor shall provide an alternate price for all preventive maintenance services listed herein for each site, for a period commencing upon expiration of the services described in Alternate 3, and ending ten years from the date of start-up. Required Preventative Maintenance tasks are listed below. It will be the responsibility of the Vendor to schedule service calls with the HCPS Maintenance Department a minimum of 2 weeks in advance of the scheduled date. The report shall be forwarded via e-mail within seven (7) days of the service call to Mr. PJ Crespo, Manager of the HVAC and Energy Management Department ( [email protected] ). Provide a report to the Owner, to include the logs and calculations required below, and a checklist in the below-listed format as well as recommendations for corrective actions.

HVAC EQUIPMENT – CHILLER FOR WHARTON HIGH SCHOOL SPECIAL TERMS AND CONDITIONS

Facilities Division Phone 272-4115

12

SPECIAL TERMS AND CONDITIONS (continued) If purchased, the Vendor shall execute and submit a Preventative Maintenance Agreement. The required format of the agreement is provided elsewhere in these Bid Documents. Tasks to be performed four (4) times per year, beginning 3 months after Start-Up a. Log all operating conditions and compare data to original design requirements b. Check operating and safety controls c. Check overall condition of the unit d. Inspect starters e. Inspect contactors and relays, replace as necessary f. Inspect condenser fan motors and blades g. Check for proper condenser fan rotation h. Check condenser coils for debris, clean as necessary i. Check for unusual noise and vibration j. Check compressor crankcase heater operation k. Check vibration eliminators l. Check condenser coils m. Check supply voltage. Voltage to be nominal voltage +10%. n. Check amperage draw of motors o. Check controller operation and alarm history p. Check sensor calibration q. Log chiller operating parameters r. Check system pressures and temperatures s. Check refrigerant charge and check sight glass for presence of moisture t. Check compressor oil level(s) u. Inspect for refrigerant and oil leaks v. Check chilled water flow switch operation w. Inspect pump seal x. Check accuracy of thermistors, replace if > +2o F (1.2o C) variance from calibrated thermometer y. Check accuracy of transducers, replace if > +5 psi (34.47kPa) variance z. Check that proper concentration of glycol is present in the chilled water loop where applicable aa. Check refrigerant filter driers for excessive pressure drop, replace as necessary bb. Check chilled water strainers, clean as necessary In addition to the above, perform these tasks at the 4th visit. These tasks are to be performed yearly within 2 weeks of the Start-Up date: a. Conduct refrigerant leak test and repair minor leaks b. Inspect condenser fan mounting hardware c. Lubricate the condenser fan bearings d. Meg hermetic motors e. Check and tighten electrical connections f. Check tightness of the motor terminal connections g. Clean condenser coils h. Check for software upgrades i. Calculate refrigerant loss rate j. Test the low water temperature control device. Calibrate and record setting k. Test the oil pressure safety device(s). Calibrate and record setting l. Test oil for acid content and discoloration m. Clean motor starter and cabinet n. Check condition of the contacts for wear and pitting o. Verify the operation of electrical interlocks

HVAC EQUIPMENT – CHILLER FOR WHARTON HIGH SCHOOL SPECIAL TERMS AND CONDITIONS

Facilities Division Phone 272-4115

13

3.

SPE CIAL PROVISIONS AND FORMS The following Special Provisions and Certification Forms are hereby made a part of these Bid Documents: 3.1

Scope of Work: The scope of work includes the provision of all labor, equipment, and materials necessary to manufacture and deliver the specified equipment and to provide the additional services specified in these Bid Documents.

3.2

Schedule: The Equipment provided under this Contract will be installed as part of campus-wide Renovation Projects. The schedule for the projects may vary. The Vendor's schedule consists of three milestones, each with fixed contractual time limits as follows: 1. Delivery: The delivery window for each site is: No earlier than June 15 and no later than June 29. The exact delivery location and date shall be determined by the Installer. The Installer may delay the start of the 2-week delivery window with adequate prior notice to the Vendor. Such notice must be given in writing a minimum of 3 weeks prior to the start of the delivery window. If no such written notification is received, the Vendor is required to deliver the equipment within the window specified above. The Vendor is required to contact the Installer a minimum of 48 hours prior to the start of the window to coordinate the exact delivery date. The Vendor is also required to contact the Installer 24 hours prior to delivery to coordinate the delivery time within a 2-hour window. Delivery hours to the school site are limited as specified in the General Terms and Conditions section of these Bid Documents. Should the Vendor fail to meet this schedule, liquidated damages may be incurred. 2. Start-up: The Installer will act on behalf of the Owner to coordinate start up. The Vendor is required to perform the start up services specified herein within 48 hours of a written or emailed request from the Installer. Any repairs for which the Vendor is responsible must be completed before the scheduled start-up time. Should the Vendor fail to meet this schedule, liquidated damages may be incurred. 3. Close out: The Installer will schedule and coordinate the Owner Training. The Vendor is required to respond to the Installer's e-mailed or written request to provide training. Training is to be provided no later than 2 weeks after Substantial Completion. The Vendor is required to submit close out documents, including the Owner Training Log, to the Engineer no later than 30 days after Substantial Completion. Should the Vendor fail to meet this schedule, liquidated damages may be incurred.

3.3

Offloading: 3.3.1 The Vendor(s) shall make arrangements with the Installer for offloading. Offloading shall be the responsibility of the Installer, and shall be performed at the Installer's expense. Damages occurring during offloading shall be the responsibility of the Installer, unless the damage occurs as a result of insufficient or defective packaging, inadequate instructions by the Vendor, or lack of supervision by the Vendor during the offloading. 3.3.2

The Vendor is required to supervise off-loading. Failure to supervise shall make the Vendor responsible for any damages or equipment deformities discovered during construction.

HVAC EQUIPMENT – CHILLER FOR WHARTON HIGH SCHOOL SPECIAL PROVISIONS AND FORMS

Facilities Division Phone 272-4115

14

SPECIAL PROVISIONS AND CERTIFICATION FORMS (continued) 3.3.3

Should any product be damaged in transit or in offloading as a result of insufficient or defective packaging, inadequate instructions by the Vendor, or lack of supervision by the Vendor, the Vendor shall be responsible for repair or replacement of the damaged item and transportation for delivery of the replacement item. HCPS will not negotiate with the transport companies for damaged product replacement. The Vendor shall not invoice HCPS for any charges associated with items damaged in transit. Repairs and replacement of components must render the equipment "like new" as judged by the Engineer of Record.

3.3.4

HCPS employees are not permitted at any time to unload, move, unpack, assemble, or put any item in place that is purchased from this Bid.

3.4

Communications: Vendor must provide a means to receive direct communications from HCPS, or designee, during business hours each day commencing with award of Contract through the end of the warranty period. Contact shall be by telephone.

3.5

Debris Removal: When performing warranty or preventative maintenance work, the Vendor shall be responsible to remove all debris from the site and cleaning work areas. The Vendor shall keep the premises free of debris and unusable materials resulting from their work and as work progresses; or upon request by a HCPS representative, shall remove such debris and materials from property.

3.6

Accounting and Invoicing: Payment terms are Net thirty (30) days with Purchase Order. All accounting and invoicing correspondence must reference an HCPS Purchase Order number. 3.6.1

The Vendor is required to invoice for each payment. Original invoices and the appropriate Certification Form, as included herein, shall be submitted to the Engineer of Record. If approved, the Engineer will forward it to SDHC Facilities Accounting for payment.

3.6.2

85% of the contract value, not including costs for extended warranties, is payable upon delivery of the equipment. The Vendor is required to submit this initial invoice to the Engineer of Record along with the completed Delivery Certification Form provided in this section. If multiple deliveries are made, each invoice is to be accompanied by a Delivery Certification Form.

3.6.3

An additional 10% of the contract value, not including costs for extended warranties, is payable upon successful start-up. The Vendor is required to submit an invoice to the Engineer of Record along with a completed Start-Up Certification Form provided in this section. If multiple start-ups are required, each invoice is to be accompanied by a Start-Up Certification Form.

3.6.4

The final 5% is payable, plus the cost of extended warranties, when all requirements of the Contract Documents have been met, including owner training and submittal of close out documents as described in this section. The Vendor is required to submit an invoice to the Engineer of Record along with the completed Certificate of Completion Form provided in this section. Close out documents are to be submitted along with the final invoice, but not later than the date established in paragraph 3.2.

3.6.5

Not used.

3.6.6

Extended Warranties: If purchased, the Vendor may invoice for the cost of extended warranties on the final invoice, as noted above.

3.6.7

Preventative Maintenance Services: If purchased, such services shall be invoiced upon the completion of each service call and associated reporting. Where multiple service visits are scheduled in a year, amounts attributable to each service call will be pro-rated according to the number of services scheduled. It is the Owner's intent to issue a separate purchase order each year that the Preventative Maintenance Agreement is extended.

HVAC EQUIPMENT – CHILLER FOR WHARTON HIGH SCHOOL SPECIAL PROVISIONS AND FORMS

Facilities Division Phone 272-4115

15

SPECIAL PROVISIONS AND CERTIFICATION FORMS (continued) 3.7

Contract Administration: HCPS will periodically inspect work completed or in process to assure that the requirements of this Contract are being met. Should it be found that the requirements specified herein are not being satisfactorily met; the Vendor shall be issued a written notice of the discrepancies, inconsistencies or items not meeting the specifications. Such items shall be corrected immediately at no additional cost to HCPS. A 2nd discrepancy notice shall serve as notification that any future discrepancies, inconsistencies or items not meeting specifications contained herein will result in terminations of the vendor’s right to proceed further with the work of this Contract. The Vendor and his sureties may be liable to HCPS for any additional cost incurred by HCPS to complete the work of this Contract. At this point, the Vendor shall be considered in default and the Contract subject to termination.

3.8

Small Business Enterprise (SBE) Participation: If the Vendor finds it necessary to enter into third-party (subcontract) agreements to complete the work of this Contract, HCPS recommends using companies which have been registered as small businesses by the HCPS Office of Supplier Diversity (OSD). OSD may be contacted as noted below, and can direct the Bidders to an online listing of all certified small businesses. HCPS Office of Supplier Diversity Mr. Benjamin Moore, Officer 4901 East Dr. Martin Luther King, Jr. Blvd. Tampa, Florida 33605 Phone: (813) 635-1240 Fax: (813) 635-1245 SBE Eligibility: A business applying for registration must meet the following eligibility standards: (i) Must be an independent business that is principally domiciled in the Tampa Bay area (Hernando, Hillsborough, Manatee, Pasco, Pinellas, Polk, or Sarasota Counties). (ii) Must have been in existence and served the Tampa Bay Area in a commercially useful capacity for not less than one (1) year prior to application. (iii) Must be a business with a staff of 100 employees or less. (iv) Must have a net income of $2,000,000 or less and net worth of $3,000,000 or less. (v) Must be certified with one of the following agencies: City of Tampa, Florida Statewide & InterLocal Certification, Hillsborough County, or Florida Minority Supplier Development Council (FMSDC).

3.9

Facility Security: Vendor’s personnel must coordinate with the facility’s front office or security personnel when making a delivery to a school site. Vendor’s employees must be properly identified and must sign in and sign out when working or making deliveries during operational hours. Vendor’s personnel must remain in the assigned work area. It shall be the sole responsibility of the Vendor performing services for this contract to safeguard their own materials, tools, and equipment. HCPS shall not assume any responsibility for vandalism and/or theft of materials, tools, and/or equipment.

3.10

Jessica Lunsford Act: Effective September 1, 2005, in order to comply with the Jessica Lunsford Act, vendors meeting any of the three criteria listed below will be required to be Level II fingerprinted and screened by the District’s Human Resources Department which consists of FDLE/FBI search. Criteria: (i) Be at school when students are present, or (ii) Have direct contact with students, or (iii) Have access to or control of school funds. Effective July 1, 2007, Senate Bill 988-High Risk Offenders, was signed into law. This bill amends the Jessica Lunsford Act provisions that require background checks for contractors on school grounds, and provides an opportunity for school districts to make allowable changes to their district procedure. HCPS has decided to continue its current fingerprinting and background check requirements, and will not adopt the statutorily allowed changes with the exception of:

HVAC EQUIPMENT – CHILLER FOR WHARTON HIGH SCHOOL SPECIAL PROVISIONS AND FORMS

Facilities Division Phone 272-4115

16

SPECIAL PROVISIONS AND CERTIFICATION FORMS (continued) 3.10.1 Contractors who are restricted to an area separated from students by a chain link fence that is at least six feet high will not be subject to fingerprinting and background screening requirements. Contractors to whom this exception applies will be responsible for maintaining the fence and for ensuring that workers do not leave the fenced enclosure to enter the school grounds. Failure of the Contractor to meet this requirement will void the Contractor’s exemption from the requirement for fingerprinting and background screening requirements. 3.10.2 The law does not apply to Contractors who have no personnel who meet any of the three criteria in paragraph 3.10 above, in which case no action is required. 3.10.3 The Technical Assistance paper for the Jessica Lunsford Act can be accessed at: http://info.fldoe.org/docushare/dsweb/Get/Document-3151/k12%2005-107a. 3.11

Vendor’s Personnel: Vendor’s personnel must present a professional appearance. Personnel shall conduct themselves in a respectable and courteous manner while performing duties and while at any HCPS facilities. 3.11.1 Employees shall wear a recognizable uniform. Each technician performing work for HCPS must carry a picture ID issued by the State of Florida (drivers license or State issued ID) that shall be presented upon request while on HCPS property. This provision will be strictly enforced. 3.11.2 Use of tobacco products shall only be allowed in designated area(s). 3.11.3 Vendor’s personnel shall not play loud music, make unnecessary noises, or use language that causes offense to others. 3.11.4 The Vendor is not to use any Day Labor or temporary workers at any HCPS facility. Failure to comply with this specification could result in immediate termination of the Contract. 3.11.5 The employment of unauthorized aliens by any Vendor is considered a violation of Section 247 A (e) of the Immigration and Nationalization Act. If the Vendor knowingly employs unauthorized aliens, such a violation shall also be cause for cancellation of the contract. 3.11.6 Possession of firearms will not be tolerated on HCPS property; nor will violations of Federal and State laws and any applicable HCPS policy regarding Drug Free Workplace be tolerated. Violations will be subject for the immediate termination of any contract resulting from this Invitation to Bid. 3.11.7 “Firearm” shall mean any weapon (including a starter gun or antique firearm) which will, is designed to, or may readily be, converted to expel a projectile by the action of an explosive; the frame or receiver of any such weapon; any destructive device; or any machine gun. 3.11.8 No person who has a firearm in their vehicle may park their vehicle on HCPS property. 3.11.9 If any employee of a Vendor or Sub-Contractor is found to have brought a firearm on HCPS property, said employee will be terminated from HCPS contract by the Vendor or SubContractor. If the Sub-Contractor fails to terminate said employee, the Sub-Contractor’s agreement with the Contractor for HCPS contract shall be terminated. If the Contractor fails to terminate said employee or fails to terminate the agreement with the Sub-Contractor who fails to terminate said employee, the Vendor’s agreement with HCPS shall be terminated.

HVAC EQUIPMENT – CHILLER FOR WHARTON HIGH SCHOOL SPECIAL PROVISIONS AND FORMS

Facilities Division Phone 272-4115

17

SPECIAL PROVISIONS AND CERTIFICATION FORMS (continued) 3.12

Liquidated Damages: There will be, on the part of the Owner, considerable monetary damage in the event the equipment is not delivered in good condition within the time fixed for delivery. Inasmuch as the actual damages for such delay are impossible to exactly determine, the Vendor hereby agrees that he and his surety company shall be liable for and shall pay to the Owner the following liquidated damages: 3.12.1 For failure of the Vendor to successfully DELIVER the equipment within the specified time limits, liquidated damages will be assessed at the rate of $500 per calendar day, per site. 3.12.2 For failure of the Vendor to provide the specified START UP services within the specified time limits, including inspections, supervision and repairs for which the vendor is responsible, liquidated damages shall be assessed at the rate of $500 per calendar day, per site. 3.12.3 For failure of the Vendor to complete all CLOSE OUT requirements within the specified time limits, including owner training and submittal of close out documents, liquidated damages shall be assessed at $25 per calendar day, per site.

3.13

Additional Vendor Requirements: 3.13.1 The Vendor's requirements for Delivery and Offloading are described elsewhere in this section. 3.13.2 The Technical Specifications, Equipment Schedules, and Drawings (if provided) as listed below and as prepared by the Engineers of Record are hereby incorporated into these Bid Documents. Where requirements listed in these Special Provisions differ from those in the below listed documents, these requirements shall govern. School

Design Professional

Date of Documents

Wharton High School

RHC and Associates, Inc.

March 6, 2014

3.13.3 Submittals are to meet the requirements of the Technical Specification. Submittals included with the Bid are to include complete equipment data and a completed equipment schedule. Additional submittals are to be provided to the Engineer as needed prior to ordering the equipment to finalize the specific requirements. 3.13.4 The Vendor is required to participate in up to two coordination meetings with the Owner, Engineer, and/or Installer. 3.13.5 The Vendor is required to provide start up services within 48 hours of request from the Installer; including inspecting and verifying that the equipment is ready for start up. The Vendor shall provide a complete checkout of the finished installation by a manufacturer’s representative according to schedule set forth in paragraph 3.2. The initial startup of equipment shall be done under supervision of the manufacturer’s representative.

HVAC EQUIPMENT – CHILLER FOR WHARTON HIGH SCHOOL SPECIAL PROVISIONS AND FORMS

Facilities Division Phone 272-4115

18

SPECIAL PROVISIONS AND CERTIFICATION FORMS (continued) 3.13.6 The Vendor is required to submit a single paper copy of the Close Out Documents and to conduct Owner Training according to the schedule set forth in paragraph 3.2. Close out Documents consist of: a. Operation and Maintenance Manuals b. Vendor's Warranty c. Standard Manufacturer's Warranty d. Vendor's Preventative Maintenance Agreement e. Owner Training Sign-in Sheet Training Requirements include: The vendor is required to instruct the Owner in the operation, adjustment, and maintenance of the equipment using the Operation and Maintenance Manuals as the basis of instruction. Review contents in detail to explain all aspects of operation and maintenance. The Vendor is required to obtain a sign-in sheet recording the names of the attendees and the date, time and duration of the training session. All training shall be conducted at the school site at mutually agreeable times.

HVAC EQUIPMENT – CHILLER FOR WHARTON HIGH SCHOOL SPECIAL PROVISIONS AND FORMS

Facilities Division Phone 272-4115

19

DELIVERY CERTIFICATION FORM Instructions to Vendor: Complete the Vendor section below and submit this form to the Engineer of Record along with the request for payment for delivered materials. VENDOR CERTIFICATION: The Vendor hereby certifies that the equipment was offloaded in his presence in good condition or that any damage incurred during shipment or offloading has been repaired to like-new condition: The section below is to be completed by the Equipment Vendor Representative present at Offloading. School Name: Description of Equipment: Purchase Order Number: Invoice No.(s) accompanying this Certification: Vendor name as written on purchase order: Date of Delivery: Printed name of Vendor's Representative: Signature of Vendor's Representative:

ENGINEER CONFIRMATION: The Engineer of Record hereby certifies that, to the best of his knowledge, the equipment was offloaded in good condition or that any damage incurred during shipment or offloading has been repaired to like-new condition: The section below is to be completed by the Engineer of Record: Name of Engineering Firm: Printed name of Engineer of Record: Signature of Engineer of Record

DISTRICT RECOMMENDATION FOR PAYMENT: Signature of Project Coordinator:

HVAC EQUIPMENT – CHILLER FOR WHARTON HIGH SCHOOL SPECIAL PROVISIONS AND FORMS

Facilities Division Phone 272-4115

20

START-UP CERTIFICATION FORM Instructions to Vendor: Complete the Vendor section below and submit this form to the Engineer of Record along with the request for payment. VENDOR CERTIFICATION: The Vendor hereby certifies that the equipment has been installed in compliance with manufacturer's instructions, that he supervised the equipment start up and that no operational problems were encountered, or that the problems encountered have been completely resolved. The section below is to be completed by the Equipment Vendor Representative present at start up. School Name: Description of Equipment: Purchase Order Number: Invoice No.(s) accompanying this Certification: Vendor name as written on purchase order: Date of Start up: Printed name of Vendor's Representative: Signature of Vendor's Representative:

ENGINEER CONFIRMATION: The Engineer of Record hereby certifies that, to the best of his knowledge, the equipment is installed in accordance with manufacturer's instructions and that no operational problems were experienced upon start up or that the problems encountered have been completely resolved. The section below is to be completed by the Engineer of Record: Name of Engineering Firm: Printed name of Engineer of Record: Signature of Engineer of Record:

DISTRICT RECOMMENDATION FOR PAYMENT: Signature of Project Coordinator:

HVAC EQUIPMENT – CHILLER FOR WHARTON HIGH SCHOOL SPECIAL PROVISIONS AND FORMS

Facilities Division Phone 272-4115

21

CERTIFICATE OF COMPLETION Instructions to Vendor: Complete the Vendor section below and submit this form to the Engineer of Record along with the close out documents and invoice for final payment. VENDOR CERTIFICATION: The Vendor hereby certifies that his obligations under this Contract are complete and that the close out documents listed below are attached. School Name: Description of Equipment: Purchase Order Number: Invoice No.(s) accompanying this Certification: Vendor name as written on purchase order: Printed Name of Vendor's Representative: Signature of Vendor's Representative: Close Out Document Checklist: Operation and Maintenance Manual(s) Owner Training Sign in Sheet Vendor's warranty Manufacturer's standard warranty Vendor's Preventative Maintenance Agreement

ENGINEER CERTIFICATION: The Engineer of Record hereby certifies that the close out documents have been reviewed and found to be complete, and that, to the best of his knowledge, the Vendor has satisfied all obligations under this Contract. The section below is to be completed by the Engineer of Record: Name of Engineering Firm: Printed name of Engineer of Record: Signature of Engineer of Record:

DISTRICT RECOMMENDATION FOR PAYMENT: Signature of Project Coordinator:

HVAC EQUIPMENT – CHILLER FOR WHARTON HIGH SCHOOL SPECIAL PROVISIONS AND FORMS

Facilities Division Phone 272-4115

22

[sample] EQUIPMENT WARRANTY [sample] The Vendor is to reproduce this warranty on company letterhead and complete the information requested. The Vendor is the company to whom the Purchase Order was issued. Enter Vendor Name exactly as it appears on the Purchase Order

A. The Vendor hereby warrants to the Owner that the equipment and services supplied under this Contract dated (enter the date of the Purchase Order) are of good workmanship and of proper materials as specified in the Contract Documents, and are free from defects and suitable for the intended use. B. The Vendor agrees to furnish labor and materials to repair or replace defective parts and products sold under the Contract for a minimum period of twelve (12) months from the date of Warranty Commencement below. The terms of this warranty also apply to any extended warranties purchased under this Contract, as marked below: Extended Warranty to a date 5 years from the original Warranty Commencement date Extended Warranty to a date 10 years from the original Warranty Commencement date C. The Vendor agrees to respond to warranty service requests within 24 hours of notification by the Owner or Owner's representative and to repair or replace warranted equipment within 72 hours of receipt of the request. The Vendor agrees, if directed, to provide temporary equipment as necessary to maintain acceptable conditions at no additional cost to the Owner if the repair cannot be completed within 72 hours. However, if the Vendor does not respond within 24 hours or is unable to complete the repair within 72 hours, the Vendor hereby acknowledges that the Owner has the option to proceed with the repair and agrees to reimburse the Owner for all costs. D. This Warranty covers all labor, equipment and material costs for the removal, replacement, repairs, shipping and handling of defective parts and the removal and replacement of the incidental equipment/materials (i.e. insulation, refrigerant, glycol, etc.). E. The Date of Warranty Commencement is the date of Substantial Completion of the Project OR, if the date of Substantial Completion is later than 3 months after the start-up date, the date of Start Up.

Enter the Date of Warranty Commencement F.

The Vendor agrees to arrange for shipment of replacement parts via the carrier and shipping method which will result in the fastest repair/replacement time.

G. The Vendor agrees to complete and return any Registration and Start-up forms required by the Manufacturer of the equipment within the time allowed. H. EXCEPTIONS: 1. Refrigerants, fluids, oils and expendable items such as filters, unless the loss or damage to such expendable items is the result of a failure of the equipment that is covered under this warranty. 2.

This warranty does not apply to products or parts: a) which have been opened, disassembled, repaired or altered by anyone other than the vendor or its authorized service representative or b) which have been subjected to misuse, negligence, damage, abnormal use or c) which are not an integral part of the original product furnished under this Contract or d) which have been exposed to contaminates or corrosive agents or e)

For warranty work, the District will contact the Vendor's representative as follows: Representative Name: Telephone Number: E-mail address: Signed: Typed Name and Title of Officer or Authorized Agent:

HVAC EQUIPMENT – CHILLER FOR WHARTON HIGH SCHOOL SPECIAL PROVISIONS AND FORMS

Facilities Division Phone 272-4115

23

[sample] PREVENTATIVE MAINTENANCE AGREEMENT [sample] The Vendor is to reproduce this Agreement on company letterhead and complete the information requested. The Vendor is the company to whom the Purchase Order was issued. Enter Vendor Name exactly as it appears on the Purchase Order

A. The Vendor hereby agrees to provide Preventative Maintenance Services to the Owner for the equipment supplied under this Contract dated (enter the date of the Purchase Order). B. The Vendor agrees to furnish labor and materials to provide the services listed below for the Agreements purchased under this Contract, as indicated below: Enter Cost: Beginning on the Date of Commencement and ending 5 years from the date of Start-Up Extension of the above agreement to a date 10 years from the date of Start-Up The Date of Commencement is the date of Start-Up: Enter the Date of Start-Up

C. The Vendor hereby agrees to perform the tasks listed below at the stated intervals, and to schedule service calls with the Owner's representative a minimum of 2 weeks in advance of the scheduled date. D. The Vendor hereby agrees to submit a Service Report for each service call to include the logs and calculations listed below, a checklist in the below-listed format, and recommendations for corrective actions. Each Service Report shall be forwarded via e-mail no later than seven (7) days after the service call. E. The District Representative for all Preventative Maintenance coordination is: PJ Crespo, Manager of the HVAC and Energy Management Department (813-635-1250). ( [email protected] ). Tasks to be performed four (4) times per year, beginning 3 months after Start-Up 1. Log all operating conditions and compare data to original design requirements 2. Check operating and safety controls 3. Check overall condition of the unit 4. Inspect starters 5. Inspect contactors and relays, replace as necessary 6. Inspect condenser fan motors and blades 7. Check for proper condenser fan rotation 8. Check condenser coils for debris, clean as necessary 9. Check for unusual noise and vibration 10. Check compressor crankcase heater operation 11. Check vibration eliminators 12. Check condenser coils 13. Check supply voltage. Voltage to be nominal voltage +10%. 14. Check amperage draw of motors 15. Check controller operation and alarm history 16. Check sensor calibration 17. Log chiller operating parameters 18. Check system pressures and temperatures 19. Check refrigerant charge and check sight glass for presence of moisture 20. Check compressor oil level(s) 21. Inspect for refrigerant and oil leaks 22. Check chilled water flow switch operation 23. Inspect pump seal 24. Check accuracy of thermistors, replace if > +2o F (1.2o C) variance from calibrated thermometer 25. Check accuracy of transducers, replace if > +5 psi (34.47kPa) variance

HVAC EQUIPMENT – CHILLER FOR WHARTON HIGH SCHOOL SPECIAL PROVISIONS AND FORMS

Facilities Division Phone 272-4115

24

Preventative Maintenance Agreement - Continued 26. 27. 28. 29.

Check that proper concentration of glycol is present in the chilled water loop where applicable Check refrigerant filter driers for excessive pressure drop, replace as necessary Check chilled water strainers, clean as necessary Provide a report to the Owner, to include the logs and calculations required above, and a checklist in the above-listed format and recommendations for corrective actions.

In addition to the above, perform these tasks at the 4th visit. These tasks are to be performed yearly within 2 weeks of the Start-Up date: 1. Conduct refrigerant leak test and repair minor leaks 2. Inspect condenser fan mounting hardware 3. Lubricate the condenser fan bearings 4. Meg hermetic motors 5. Check and tighten electrical connections 6. Check tightness of the motor terminal connections 7. Clean condenser coils 8. Check for software upgrades 9. Calculate refrigerant loss rate 10. Test the low water temperature control device. Calibrate and record setting 11. Test the oil pressure safety device(s). Calibrate and record setting 12. Test oil for acid content and discoloration 13. Clean motor starter and cabinet 14. Check condition of the contacts for wear and pitting 15. Verify the operation of electrical interlocks It is the Owner's intent to issue a separate purchase order each year that the Preventative Maintenance Agreement is extended. Note: Payment for Preventative Maintenance Services is payable upon the completion of each service call and associated Service Report. Amounts attributable to each service call will be pro-rated according to the number of service calls scheduled under the yearly purchase order. Invoices will be directed to the District Representative and will reference 1) the number of the Purchase Order and 2) the date of the Service Report(s) for which payment is due. For preventative maintenance work, the District will contact the Vendors representative as follows: Representative Name: Telephone Number: E-mail address:

Signed: Typed Name and Title of Officer or Authorized Agent:

HVAC EQUIPMENT – CHILLER FOR WHARTON HIGH SCHOOL SPECIAL PROVISIONS AND FORMS

Facilities Division Phone 272-4115

25

BID PROPOSAL F O RM HVAC EQUIPMENT – CHILLERS FOR MULTIPLE SITES (Bid no. 0296FAC) 1.

The signer of this Bid Proposal Form guarantees, as evidence by the sworn affidavit required herein, the truth and accuracy of all statements and of all answers to interrogatories hereinafter made.

2.

The undersigned hereby authorizes any public official, engineer, architect, surety company, bank depository, material or equipment manufacturer or distributor or any person, firm or corporation to furnish any pertinent information requested by Hillsborough County Public Schools, or their representative, deemed necessary to verify the statements made in this qualification form or regarding the standing and general reputation of the applicant. The signer also states that all information given is an accurate representation of the office location and resources from where the services are to be rendered.

3.

The undersigned certifies that this bid is made without prior understanding, agreement or connection with any corporation, firm or person submitting a bid for the same materials, supplies, or equipment and is in all respects fair and without collusion or fraud. The undersigned certifies acceptance of this bid’s terms, conditions, specifications, attachments, and addendum.

4.

The undersigned certifies he/she is authorized to sign this Bid for the Bidder.

5.

Receipts of the following Addenda are hereby acknowledged (list all Addenda as follows): ADDENDUM NO.

Dated

ADDENDUM NO.

Dated

ADDENDUM NO.

Dated

ADDENDUM NO.

Dated

ADDENDUM NO.

Dated

ADDENDUM NO.

Dated

ADDENDUM NO.

Dated

6.

The prospective bidder certifies, by submission and signature of this bid, that the bidder complies fully with the above drug-free workplace certification.

7.

DELIVERY TERMS AND LIQUIDATED DAMAGES: The undersigned Bidder agrees that if awarded the Contract for the Work, to deliver and start up the equipment as scheduled in accordance with the terms of these Bid Documents, and further agrees that from the compensation otherwise to be paid, the Owner may deduct liquidated damages at the specified rate per calendar day per site where the bidder fails to fulfill the requirements for delivery and start up; and that these sums are agreed upon as a proper measure of the liquidated damages that the Owner will suffer and that they are not construed as penalty.

HVAC EQUIPMENT – CHILLER FOR WHARTON HIGH SCHOOL BID PROPOSAL FORM

Facilities Division Phone 272-4115

26

The undersigned bidder further agrees that the Owner may deduct liquidated damages at the specified rate per calendar day per site where the bidder fails to fulfill the requirements for contract close out, including submittal of close out documents and owner training. The undersigned Bidder hereby acknowledges the provisions of Florida Statute 287.133 pertaining to public entity crimes, which states as follows: “A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid, proposal, or reply on a contract to provide any goods or services to a public entity; may not submit a bid, proposal, or reply on a contract with a public entity for the construction or repair of a public building or public work; may not submit bids, proposals, or replies on leases of real property to a public entity; may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity; and may not transact business with any public entity in excess of the threshold amount provided in s. 287.017 for CATEGORY TWO for a period of 36 months following the date of being placed on the convicted vendor list.”

HVAC EQUIPMENT – CHILLER FOR WHARTON HIGH SCHOOL BID PROPOSAL FORM

Facilities Division Phone 272-4115

27

9.

BID PROPOSAL: Bidders may enter bids for up to four different chillers for evaluation using the formula described in the Instructions to Bidders. All proposed chillers must meet the minimum requirements of these Bid Documents. The Base Bid amount is the total cost for the specified number of chillers:

SITE

CHILLER "A"

CHILLER "B"

CHILLER "C"

CHILLER "D"

WHARTON HS BASE BID

$

$

$

$

ALT 1

$

$

$

$

ALT 2

$

$

$

$

ALT 3

$

$

$

$

ALT 4

$

$

$

$

Alternate 1: The Vendor shall provide an alternate price to extend the original warranty. The Alternate 1 warranty will begin upon expiration of the 1-year warranty and will end five years from the original Warranty Commencement date. The Extended Warranty will provide the same coverage as the original 1-year warranty. Alternate 2: The Vendor shall provide an alternate price to further extend the original warranty. The Alternate 2 warranty will begin upon expiration of the Alternate 1 warranty, and will end ten years from the original Warranty Commencement date. The Extended Warranty will provide the same coverage as the original 1-year warranty. Alternate 3: The Vendor shall provide an alternate price for all preventive maintenance services listed, for a period commencing on the date of start-up and ending five years from the date of Start-Up. Alternate 4: The Vendor shall provide an alternate price for all preventive maintenance services listed, for a period commencing upon expiration of the services described in Alternate 3, and ending ten years from the date of Start-Up.

HVAC EQUIPMENT – CHILLER FOR WHARTON HIGH SCHOOL BID PROPOSAL FORM

Facilities Division Phone 272-4115

28

BIDDER DATA (all spaces must be filled in): Company Name: Contact Person (enter the name of the designated contact person for the duration of the contract):

Address: City, State:

Zip:

FEIN: Telephone: (

E-Mail address of Contact Person: )

Fax: (

)

Emergency/Secondary Contact Name:

Title:

Address: Telephone: (

)

Fax: (

)

Email Address: Is your company registered as an SBE with HCPS’ Office of Supplier Diversity? __Y __N Is your company M/SBE certified with any of the following agencies: (i) City of Tampa, (ii) Florida Statewide, (iii) InterLocal Certification, (iv) Hillsborough County, or (v) Florida Minority Supplier Development Council? __Y __ N Prompt Payment Discount: Invoice Discounted: ______% Net Payment Due _____ Days Preferred method to receive purchase orders: __US Mail __ Fax This proposal shall remain in force and effect for a period of sixty (60) calendar days from the time of opening of this Proposal. The Bidder will not revoke, cancel or withdraw this Proposal within the said sixty (60) calendar days. In witness whereof, the Bidder, a _______________________________________________________________ , (Sole Proprietor, Corporation, Limited Liability Partnership, etc.) licensed and incorporated in the State of ________________________ , has hereunto set his or her signature and affixed his or her seal this ______________ day of ___________________ , 2009. FOR:

_________________________________________________ (Legal Name of Business)

BY:

_________________________________________________ (Typed/Printed Name and Title of Officer or Authorized Agent) _________________________________________________ (Signature)

WITNESSED BY:

_________________________________________________ (Typed/Printed Name of Secretary) _________________________________________________ (Signature)

HVAC EQUIPMENT – CHILLER FOR WHARTON HIGH SCHOOL BID PROPOSAL FORM

Facilities Division Phone 272-4115

29

REFERENCE RELEASE FORM I

being of

(Name/Title)

(Name of Company)

give Hillsborough County Public Schools, Florida authorization to check our company’s previous performance. Authorizing Signature:

REFERENCE

COMPANY NAME: COMPANY ADDRESS:

CONTACT PERSON: PHONE NUMBER:

FAX NUMBER: STOP: Remainder to be completed by HCPS TECHNICAL PERFORMANCE EXCELLENT

FACTORS/RATINGS

6

5

UNSATISFACTORY

4

3

4

3

2

1

N/A

Completion of major tasks/milestones/deliverables on schedule. Responsiveness to changes in technical direction Ability to identify risk factors and alternatives for alleviating risk Ability to identify and solve problems expeditiously Ability to employ standard tools/methods MANAGEMENT PERFORMANCE EXCELLENT FACTORS/RATINGS

6

5

UNSATISFACTORY 2

1

N/A

Overall communication with staff Effectiveness and reliability of Contractor’s Key Personnel Ability to recruit and maintain qualified personnel Ability to manage multiple and diverse projects/tasks from planning throughout execution. Ability to effectively manage subcontractors

HVAC EQUIPMENT – CHILLER FOR WHARTON HIGH SCHOOL REFERENCE RELEASE FORM

Facilities Division Phone 272-4115

30

FACTORS/RATINGS

MANAGEMENT PERFORMANCE (continued) EXCELLENT 6 5 4 3

UNSATISFACTORY 2 1 N/A

Ability to accurately estimate and control cost to complete task Overall performance in planning, scheduling and monitoring Use of management tools (e.g. cost/schedule, task management tools)

FACTORS/RATINGS

CUSTOMER SATISFACTION EXCELLENT 6 5 4

3

UNSATISFACTORY 2 1 N/A

How would you rate the Contractor’s overall technical performance on this contract/order? How would your rate the Contractor’s ability to be cooperative, business like and concerned with interest of the customer?

Total Dollar Amount of Contract Additional Comments

Would you use this Contractor again?

YES

NO

HVAC EQUIPMENT – CHILLER FOR WHARTON HIGH SCHOOL REFERENCE RELEASE FORM

Facilities Division Phone 272-4115

31

PRE-PURCHASE SPECIFICATION FOR WATER-COOLED CHILLER Hillsborough County Public Schools WHARTON HIGH SCHOOL CHILLER NO. 3 REPLACEMENT PROJECT 20150 Bruce B. Downs Blvd. Tampa, Florida 33647 RHC and Associates, Inc. Project No: CE-051 Prepared for: Hillsborough County Public Schools 901 East Kennedy Boulevard Tampa, Florida 33602 Prepared by: RHC and Associates, Inc. Consulting Engineers P.O. Box 4505 Tampa, Florida 33677

Date: March 7, 2014

Set No. ____

SECTION 15620 PRE- PURCHASE PACKAGED WATER COOLED CHILLER PART 1 GENERAL 1.1

SECTION INCLUDES A.

Chiller package.

B.

Charge of refrigerant and oil.

C.

Controls and control connections.

D.

Chilled water connections.

E.

Condenser water connections.

F.

Auxiliary water connections.

G.

Starters.

H.

Electrical power connections.

1.2

RELATED SECTIONS A.

Section 15183 - Hydronic Piping.

B.

Section 15188 - Hydronic Specialties.

C.

Section 15220 - Chemical Treatment System.

D.

Section 15221 - Cooling Tower Treatment System.

E.

Section 15645 - Mechanical Draft Cooling Tower.

F.

Section 15200 – Heating, Ventilating, and Air Conditioning (HVAC) Controls

G.

Division 16 - Electrical.

1.3

REFERENCES A.

ANSI/ASHRAE 15 - Safety Code for Mechanical

B.

ANSI/ASHRAE 90A - Energy Conservation in New Building Design.

C.

ANSI/ASME Section 8 - Boiler and Pressure Vessel Code.

D.

ANSI/UL 465 - Central Cooling Air Conditioners.

The School Board of Hillsborough County, Florida Wharton High School Water Cooled Chiller No.3 Replacement RHC and Associates, Inc.- Consulting Engineers

Section 15620 Packaged Water Cooled Chiller Page 1 of 11

E.

1.4

ARI 550/590 - Standard for Water Chilling Packages Using the Vapor Compression Cycle. SCOPE AND RELATED DOCUMENTS

A.

This specification document is used only when the District must “pre-purchase” the chiller from the manufacturer.

B.

Refer to the attached “Special Terms and Conditions and Special Provisions” sections for Delivery Coordination and Provisions, Off-Loading, Security, Storage, Schedules, Payment provisions, Liquidated Damages, and so on.

C.

The subsequent responsibility for the contractors work is described and specified elsewhere in these Bid Documents.

D.

Refer to the attached equipment Schedule identified as WHARTON HIGH SCHOOLWATER COOLED CHILLER NO.3- to be completed by the equipment manufacturer and submitted with their Bid.

E.

The Schedule requires a minimum of 4 entries for each chiller; 1) a selection for a Standard Efficiency chiller that achieves the minimum Florida Energy Code and 2) a selection for a higher Deluxe Efficiency chiller which is the better kw/ton available by the submitting manufacturer.

F.

Equipment submittal consisting of; a) Chiller data necessary to evaluate the annual energy consumption. Submit the chillers’ part load kw/ton energy consumption for the engineer’s analysis. Full and part load data shall be at conditions listed on the bid documents and ARI conditions. Chillers will be evaluated on a Life Cycle Cost as described in the “Instruction to Bidders”.

G.

Product data and information as necessary to exhibit compliance with these bid documents.

1.5

SUBMITTALS A.

Vendor is to submit the following to the Engineer of Record for review and approval after the Award of Contract. Upon receipt of the Engineer's written approval, the equipment shall be released for manufacture.

B.

Additional product data not submitted with the Bid: Submit manufacturer’s technical product data, including rated capacities for chillers indicated, weights (shipping, installed, and operating), furnished specialties and accessories; and rigging, installation, and start-up instructions.

C.

Shop Drawings: Submit manufacturer’s assembly-type shop drawings indicating dimensions, weight loadings, required clearances, methods of assembly of components, and location and size of each field-connection.

D.

Provide templates for anchor bolt placement in concrete pad. Deliver templates to concrete installer so work by others is not delayed.

E.

Wiring Diagrams: Submit manufacturer’s electrical requirements for power supply wiring to units. Submit manufacturer’s ladder-type wiring diagrams for interlock and control wiring. Clearly differentiate between portions of wiring that are factoryinstalled and portions to be field-installed.

The School Board of Hillsborough County, Florida Wharton High School Water Cooled Chiller No.3 Replacement RHC and Associates, Inc.- Consulting Engineers

Section 15620 Packaged Water Cooled Chiller Page 2 of 11

F.

Maintenance Data: Submit maintenance data and parts list for each chiller, control, and accessory; including “trouble-shooting” maintenance guide. Include this data and product data in maintenance manual.

G.

Primary Variable Flow Operation: Submit a signed letter stating that the chillers will adequately operate in a variable flow system at the maximum and minimum flow conditions listed on the bid documents. Should insufficient information is provided by the engineer for the manufacture to guarantee proper operation, the chiller manufacturer is responsible for requesting additional data as needed to confirm adequate operation of their equipment. Failure to submit the above will result in rejection of submittal and possible default of contract

H.

Submit four sets of plans indicating components, assembly, unit dimensions, weight loading, required clearances, location and size of field connections and construction details.

I.

Submit product data indicating tonnage capacity, dimensions, weights, ratings, motor electrical characteristics, chiller performance data of energy input versus cooling load output at ARI IPLV conditions as tested and rated in accordance with ARI Standard 550/590 and the type and quantity of refrigerant.

1.6

QUALITY ASSURANCE A.

Provide water cooled chiller with manufacturer’s name, model number and capacity identified.

B.

Only manufacturers regularly engaged in the manufacture of scroll or screw compressor chillers, of the types and capacities required, whose products have been in satisfactory use in similar service for not less than five (5) years will be considered qualified to bid on this Contract.

C.

Qualified bidders shall have a factory authorized service provider within 100 miles of the HCSB Maintenance Operations Center at 4805 Martin Luther King Boulevard

D.

Compressor motors, starters, wiring and control wiring all conform to NEMA, UL, NEC and local utility requirements.

E.

Stamp cooler with ASME mark when cooler has been successfully tested in accordance with ASME Code.

F.

Pressure test cooler for refrigerant working side pressure of not less than 235 PSIG (1620 kPa), and water side pressure of not less than 150 PSIG (1034 kPa). Leak test cooled condenser coils at 150 PSIG (1034 kPa) and pressure test coils at 450 PSIG (3103 kPa).

G.

NEMA Compliance: Provide high-efficiency motors for chillers which comply with NEMA Stds Pub/No.’s MG 1, 2, 3, 10, and 11.

H.

Safety Testing Compliance: Comply with applicable requirements of UL 465, “Central Cooling Air Conditioners”, pertaining to construction and installation chillers. Provide chillers that are either ETL or UL-listed and labeled

I.

Comply with the "2010 Florida Building Code, Energy Conservation".

The School Board of Hillsborough County, Florida Wharton High School Water Cooled Chiller No.3 Replacement RHC and Associates, Inc.- Consulting Engineers

Section 15620 Packaged Water Cooled Chiller Page 3 of 11

1.7

VERIFICATION OF CAPACITY AND EFFICIENCY. A.

1.8

Verify that the chiller specified meets the Tampa Electric Company (TECO) Retrofit Program Criteria in order for the HCSB to receive a rebate. WARRANTY

A.

Refer to the “Special Terms & Conditions” and “Special Provisions” sections.

B.

For all work performed under the warranty, including inspections: submit a report to the AC Maintenance Department along with each invoice to describe in detail the work performed, material replaced, any observations, photos, and a copy of the Department’s Work Order. No exceptions

1.9

DELIVERY, STORAGE AND HANDLING A.

Delivery, storage and handling requirements are specified elsewhere in these Bid Documents

B.

Store product in a clean dry place and protect from weather, moisture and construction traffic. Handle carefully to avoid damage to components, enclosures and finish. .

1.10

TRAINING AND START-UP A.

1.11

Training and Start up responsibilities are specified elsewhere in these Bid Documents. CONTRACT CLOSE OUT

A.

Requirements for contract close out are specified elsewhere in these Bid Documents

PART 2 PRODUCTS 2.1

ACCEPTABLE MANUFACTURERS A.

Trane

B.

Carrier

C.

York

D.

McQuay

2.2

CHILLER A.

Factory assembled and tested packaged water cooled liquid scroll and/or screw chiller furnished complete with compressors, compressor motors, condenser, evaporator, interconnecting refrigerant piping, refrigeration accessories, motor starters, microprocessor module control panel including gauges with indicating lights and auxiliary components, and an internet interface to the HCSB Energy Management (EMS) System. Ensure construction and ratings are under provisions of the latest edition of ARI Standard 550/590.

The School Board of Hillsborough County, Florida Wharton High School Water Cooled Chiller No.3 Replacement RHC and Associates, Inc.- Consulting Engineers

Section 15620 Packaged Water Cooled Chiller Page 4 of 11

B.

Unit to have Energy Efficiency Rating (EER) not less than prescribed by ANSI/ASHRAE 90A and, in addition, be specified within the TECO Retrofit Program Criteria.

C.

Corrosion and Electrolysis: Provide approved corrosion resistant materials and coatings as required for adequate protection of all system components. Separate metals where contact of dissimilar metals may cause corrosion or electrolic action, by means of inert materials such as synthetic rubber or plastic materials, grommets and isolation fittings as required.

D.

Capacity Modulation: Provide step capacity control by means of a modulating control device and compressor staging based on the leaving water temperature. Screw compressors to be equipped with slide valves or electrically actuated variable step unloaders.

E.

Refrigerant Circuit: Provide each circuit with a liquid line solenoid valve, filter dryer, liquid line sight glass and moisture indicator, thermal expansion valve, compressor discharge service valve, charging port and an insulated suction line.

F.

Alarm Limits: Provide chiller with all the high and low alarm limits to be set on the EMS system.

G.

Monitoring: Provide the monitoring alarm and control points to include the following as a minimum: 1. Chiller ON/OFF Status. 2. Chilled Water Temperature Setpoint. 3. Evaporator and Condenser Water Flow Pressure Differential. 4. Compressor Status including Current Limiting Setpoint. 5. Evaporator Entering and Leaving Water Temperature. 6. Condenser Entering and Leaving Water Temperature. 7. Evaporator and Condenser Refrigerant Temperatures. 8. Condenser Refrigerant Pressure. 9. All Motor Bearing Temperatures. 10. All Motor Winding Temperatures. 11. Phase Current for Each Phase. 12. Diagnostic Status.

H.

Furnish the chiller with a suitable structural steel sub-base for mounting the chiller on a concrete foundation.

2.3

COMPRESSOR A.

Casing: Cast iron, horizontally or vertically split with machined passages, leak tested with refrigerant trace gas to 45 PSIG and containing a sight glass for monitoring the compressor rotation.

B.

Impellers: Multi-stage, inline design, fully shrouded, statically and dynamically balanced, over-speed tested to 20 percent over operating speed, mounted on heat treated forged or rolled steel shaft, nonferrous, labyrinth seals between stages.

C.

Bearings: Babbitt lined sleeve bearings, self-aligning, pressure lubricated.

D.

Gear Box: Double helical design, symmetrical and center supported by spherically seated, self-aligning bearing, arranged for inspection without disassembly.

The School Board of Hillsborough County, Florida Wharton High School Water Cooled Chiller No.3 Replacement RHC and Associates, Inc.- Consulting Engineers

Section 15620 Packaged Water Cooled Chiller Page 5 of 11

E.

Motor: Direct drive, hermetic or semi-hermetic, fixed compression with microprocessor panel. Suction gas cooled hermetically sealed, squirrel cage induction type with windings designed and insulated for continuous operation at specific service conditions.

F.

Lubrication: Direct drive, positive displacement oil pump with oil cooler, pressure regulator, oil filters, thermostatically controlled oil heater and motor controls for minimum 1/4 HP motors.

G.

Microprocessor Control Panel: Factory mounted microprocessor control panel (NEMA 4) with display keyboard, starter and refrigeration controls including: 1. Non-fused molded disconnect switch. 2. Single point power connection and grounding lug.

H.

Accessories: Differential refrigerant pressure oil pump, oil heater, oil separator and filter, and oil charging valve.

2.4

EVAPORATOR A.

Shell and tube design multipass, seamless or welded steel construction with cast iron or fabricated steel heads, seamless copper tubes with integral fins, rolled into tube sheets. Smooth bore tubes to 0.028 inch thick. Internally enhanced tubes are acceptable on the evaporator only.

B.

Design, test and stamp refrigerant side for minimum 45 PSIG working pressure and waterside for 150 PSIG working pressure in accordance with ANSI/ASME Section 8.

C.

Fouling Factor: 0.0001 for evaporator tubes.

D.

Factory insulation will be 3/4 inch foam insulation and cover all low temperature surfaces subject to condensation to include the evaporator and water boxes, suction elbow, economizer and motor cooling lines.

E.

Provide thermometer wells for temperature controller and low temperature cutoff.

F.

Provide refrigerant chambers with baffles to distribute entering liquid and separate liquid from leaving refrigerant gas.

G.

Provide a carbon rupture disc on shell in accordance with ANSI/ASHRAE 15.

H.

Fixed orifice, adjustable or float refrigerant metering devices and thermal expansion valves may be used.

2.5

CONDENSER A.

Shell and tube design, multipass, seamless or welded steel construction with cast iron or fabricated steel heads, seamless copper tubes or red brass tubes with integral fins, rolled into tube sheets. Smooth bore tubes to 0.028 inches thick.

B.

Design, test and stamp refrigerant side for minimum 45 PSIG working pressure and waterside for 150 PSIG working pressure under provisions of ANSI/ASME Section 8.

C.

Fouling Factor: 0.0001 for condenser tubes.

The School Board of Hillsborough County, Florida Wharton High School Water Cooled Chiller No.3 Replacement RHC and Associates, Inc.- Consulting Engineers

Section 15620 Packaged Water Cooled Chiller Page 6 of 11

D.

In lieu of smooth bore tubes, an automatic brush cleaning system may be substituted with grooved tubes.

E.

Provide carbon rupture disc on shell in accordance with ANSI/ASHRAE 15.

F.

Provide baffles to ensure even distribution of incoming gas and to concentrate noncondensable gases.

G.

Cooler Head Insulation:

H.

Unit shall be supplied with factory-installed cooler insulation that shall cover the cooler heads.

2.6

REFRIGERANT CIRCUIT A.

Provide each circuit with a factory supplied and piped liquid line solenoid valve, filter dryer, liquid line sight glass and moisture indicator, thermal expansion valve, compressor discharge service valve, charging port and an insulated suction line.

B.

Suction Isolation Valves: Unit shall be supplied with factory-installed suction isolation valves.

2.7

CONTROLS A.

Provide all necessary controls for fully automatic, failsafe operation of the refrigeration chiller including an anti-recycle timer. Obtain capacity control for the chiller by positioning the compressor inlet guide vanes on the centrifugal chiller or the hydraulically actuated slide valves on the screw chiller in response to leaving chilled water temperatures. Design unloading to modulate machine capacity to at least 10 percent of full load for an indefinite period.

B.

Equip the chiller with a complete microprocessor control system. System to consist of temperature and pressure (thermistor and transducer) sensors, input/output board, supply board, main processor board and interface board with display and keyboard. Boards to be easily replaceable for ease of service. Factory mount and wire all devices and sensors. Display board to be alpha/numeric with a minimum of seven segments.

C.

The microprocessor system is to perform the minimum functions: 1. Capacity control of compressor. 2. Compressor current limiting. 3. Ramp control. 4. Compressor start delay. 5. Power loss reset. 6. Anti-recycle timing. 7. Low refrigerant (evaporator) pressure safety. 8. High refrigerant (condenser) pressure safety. 9. Low refrigerant (evaporator) temperature safety. 10. Low oil safety or low oil pressure safety. 11. Alarm output. 12. Chilled water reset and customer control interlock. 13. Sensor alarm shutdown. 14. External shutdown indication.

The School Board of Hillsborough County, Florida Wharton High School Water Cooled Chiller No.3 Replacement RHC and Associates, Inc.- Consulting Engineers

Section 15620 Packaged Water Cooled Chiller Page 7 of 11

15.

Lead-lag programming with alternating sequencing for chillers installed in parallel.

D.

Provide the following safety controls arranged so that operating any one will shutdown the chiller and automatically reset. 1. Chilled water differential pressure flow switch. 2. Condenser water differential pressure flow switch. 3. Flow switches to be differential pressure type (parallel type will not be approved).

E.

Provide each chiller with the following devices on the control panel face. 1. Chiller off-auto switch. 2. Chiller selector switch to allow load, unload, hold or automatic operation. 3. Sequential start pilot light. 4. Operating pilot light. 5. Condenser pressure gauge. 6. Evaporator pressure gauge. 7. Oil pressure gauge. 8. Oil pump pilot light. 9. Oil pump switch (manual or automatic). 10. Purge drum pressure gauge. 11. Purge pump pilot light. 12. Purge pump switch (manual-off-auto). 13. Purge oil separator heater pilot light. 14. Purge oil separator heater switch. 15. Evaporator low temperature cutout pilot light. 16. Evaporator low pressure cutout pilot light. 17. Condenser high pressure cutout pilot light. 18. Demand limit switch. 19. Motor driven elapsed run time meter. 20. Start counter.

F.

Provide the following operating controls: 1. Solid state chilled water temperature controller electronically controlling the guide vane operator within a throttling range setting of 0.8 Degree F and features adjustable load rate. Locate the temperature sensor in the leaving chilled water. 2. Adjustable thirty minute off-timer to prevent the compressor from short cycling. 3. Demand limit device to manually set maximum current infinitely between 40 to 100 percent of full load amperes. 4. Provide condenser water temperature sensor. 5. Provide solenoid valve between the heat recovery condenser and the receiver to limit the refrigerant level in the condenser.

G.

Provide the following requirements on the microprocessor. 1. Self-diagnostic digital display module to indicate faults. 2. Limit the amp draw of the compressor to the rated load amps as protection from exceeding the maximum allowable amp trends above the set point and automatically unload the compressor until the amp draw is below the set point. 3. Incorporate a soft load to prevent the compressor from operating at full load during the chilled water temperature pull-down period (ramp). 4. Capability of starting the chiller from a local or remote station. 5. Capability of communicating to other units or a personal computer with the use of a communication interface or modem.

The School Board of Hillsborough County, Florida Wharton High School Water Cooled Chiller No.3 Replacement RHC and Associates, Inc.- Consulting Engineers

Section 15620 Packaged Water Cooled Chiller Page 8 of 11

6. 7.

H.

2.8

The slide valve (screw chiller) will be capable of being manually adjusted by entering the proper password and pressing the manual control mode key. Battery backup or auxiliary power supply will not be required for maintaining program memory.

Control chiller leaving water temperature to be within plus 0.5 Degree F of set point. The microprocessor will have control to prevent hunting so as to insure precise control, drop or overshooting of set point. End user input to have leaving chilled water set point by interaction with the keyboard and display. REFRIGERANT

A.

2.9

Refrigerant: Chiller refrigerant to be R-134A, R-410A or a refrigerant that does not use CFCs or cause the project to exceed the threshold set by the formula 6 LCGWP + LCODP X 10 ≤ 100 for ozone depletion and global warming potential. CONTROL PANEL

A.

Provide system control panel by chiller manufacturer.

B.

Loss-of-Flow Protection: Unit shall be supplied with factory-installed thermal dispersion type proof-of-flow sensing switch.

C.

Chiller Sequencing: The system control panel will start and stop the system water pumps and chillers based upon the load demand on the operating chillers. 1. When the chiller water system is enabled, the chiller system control will perform the following: (a) Start the chiller chilled water pumps. (b) Start the chiller condenser water pumps. (c) Start the chiller after both chilled water and condenser water pump flow is proven. 2. The chiller will start whenever the chiller’s current draw continuously exceeds a user definable setting. The length of time the chiller load must remain above the load setting will vary depending upon supply water temperature deviation from the set point. 3. Upon sensing a chiller failure, the chiller sequencing software will lockout the chiller and condenser water pump and immediately initiate the start of the second chiller in the rotation sequence. 4. Whenever multiple chillers exist, automatic rotation of chiller operation will equalize chiller run time. The chiller sequencing software will not cycle a chiller unnecessarily to cause rotation. Rotation time interval will be operator adjustable.

D.

Chiller Soft Start: The chiller sequencing software will provide and operating status report for the system. The display will include: 1. System chilled water set point. 2. System chilled water supply and return temperature. 3. System current limit set point. 4. System load. 5. System diagnostics. 6. Individual chiller diagnostics. 7. Individual chiller evaporator and condenser supply and return water temperature.

The School Board of Hillsborough County, Florida Wharton High School Water Cooled Chiller No.3 Replacement RHC and Associates, Inc.- Consulting Engineers

Section 15620 Packaged Water Cooled Chiller Page 9 of 11

2.10

MOTOR STARTER A.

Starter for Compressor Motor: Furnished by chiller manufacturer and designed specifically for the chiller. Starter to be unit mounted on the chiller.

B.

Wye-Delta Starter: All screw compressor chillers shall have a factory-installed, wyedelta start to minimize electrical inrush current.

C.

Provide an electro-mechanical or solid state starter. Ensure either starter is a reduced inrush starting system. If it is Star-Delta, ensure it is closed transition. Provide necessary control transformers and relays required for proper control function, overload, under voltage, reverse current and phase imbalance conditions. Each restart after initial start to take place only after a 15 minute or longer time delay.

D.

Furnish ammeter for each leg of the motor with each starter.

E.

Disconnect: Unit shall be provided with a factory pre-wired disconnect with terminal block power connection equipped with a lockable external operator handle, to disconnect the chiller from main power. Field connection wire terminals shall range up to 500 kcmil.

F.

Enclosure to be a NEMA 4 type designed for bottom cable entry.

G.

Mount the following devices within the enclosure: 1. Pilot lights to start and stop the compressor on a signal from the chiller control panel. Provide interface to start the chiller from the Owner’s Central Andover Energy Management/Security (EM/S) System. 2. Electronic overload to provide overload protection including protecting the compressor motor from distribution system irregularities, phase protection with manual or automatic reset and provide motor current signal to the chiller capacity control module. 3. Control power transformer. 4. Fused control circuits for control circuit, oil pump motor, oil heater and purge control unit. 5. Contactor interlocks for communication between the starter and the control panel. 6. Fused disconnect and starter for oil pump.

H.

Provide the following devices on the starter door: 1. Starter fault trip indicator and reset. 2. Overload trip indicator and reset. 3. Distribution fault trip indicator and reset. 4. Ground fault trip indicator and reset. 5. Ammeters (one per phase). 6. Voltmeters (one per phase).

I.

The starter’s overcurrent trip and phase protection tolerances will not exceed the State of Florida mandated requirements of the power company

J.

Provide HIGH SHORT-CIRCUIT CURRENT rating of 65,000 Amps for control panel, compressor circuit and disconnect.

2.11

VIBRATION ISOLATOR A.

Provide vibration isolation on the chiller by use of rubber-in-shear type.

The School Board of Hillsborough County, Florida Wharton High School Water Cooled Chiller No.3 Replacement RHC and Associates, Inc.- Consulting Engineers

Section 15620 Packaged Water Cooled Chiller Page 10 of 11

END OF SECTION

The School Board of Hillsborough County, Florida Wharton High School Water Cooled Chiller No.3 Replacement RHC and Associates, Inc.- Consulting Engineers

Section 15620 Packaged Water Cooled Chiller Page 11 of 11

WHARTON HIGH SCHOOL-WATER COOLED CHILLER NO.3

DESIGN REQUIREMENTS

NT TAG

ITEM NUMBER

CH-3

DELUXE EFFICIENCY CHILLER SUBMITTAL

(2)

(2)

LH (COND.)/RH (EVA.)

----

TYPE OF CHILLER MINIMUM CAPACITY

TONS

200 (ACTUAL)

CHILLED WATER FLOW

GPM

400

MINIMUM CHILLED WATER FLOW

GPM

MAXIMUM CHILLED WATER PRESSURE DROP

FT. WTR.

CHILLED WATER TEMPERATURE ENTERING/LEAVING

°F/ °F

56/44

CONDENSER WATER FLOW

GPM

600

MAXIMUM CONDENSER WATER FLOW

GPM

600

MAXIMUM CONDENSER WATER PRESS. DROP

FT. WTR.

CONDENSER WATER TEMPERATURE ENT. / LVG.

°F/ °F

----

REFRIGERANT REFRIGERANT CHARGE

LBS

NUMBER OF COMPRESSORS

QTY.

----

STEPS OF CAPACITY

85/95 R-134-a

-

MAXIMUM CONDENSING TEMPERATURE

°F

UNIT POWER (MAXIMUM)

MCA/MOCP

IN-RUSH CURRENT(CIRCUITS 1/2 )

AMPS

MOTOR LRA

AMPS

PRIMARY RLA

AMPS

VOLTAGE

V/ PH. / HZ.

480/3/60

CONTROLS

-

BACNET

MIN. FULL LOAD EFF.

KW/TON

MIN, PART LOAD EFF. (NPLV)

KW/TON

-

MAX. SOUND PRESSURE LEVEL

dBA

85

MINIMUM TUBE THICKNESS

EVAP/COND

0.025"/0.025"

CHILLED WATER/CONDENSER WATER TUBE FOULING FACTOR

-

0.0001/0.0001

OPERATING WEIGHT

LBS

MAXIMUM OVERALL DIMENSIONS

L’ X W’ X H’

ASHRAE 90.1

MECHANICAL R00M M-103

LOCATION

-

-

MODEL DELIVERY TIME TO THE SITE AFTER

WEEKS

-

COST OF CONTRACT

$

NOTES

-

MANUFACTURER

STANDARD EFFICIENCY CHILLER SUBMITTAL

-

(1),(3)THRU(8)

NOTES

( 2 )

1, REFER TO SPECIFICATION 15620 FOR ALL REQUIREMENTS, OPTIONS, AND ACCESSORIES. 2, COLUMN TO BE FILLED OUT IN ITS ENTIRETY BY MANUFACTURER'S REP, THIS IS A MANDATORY REQUIREMENT, EACH BIDDER CAN PROPOSE UP TO 4 CHILLERS WITH DIFFERENT EFFICIENCIES COMPLYING WITH ALL THE PERFORMANCE REQUIREMENTS LISTED IN THIS SCHEDULE, THE WINNER WILL BE DETERMINED AFTER PERFORMING A LIFE CYCLE COST ANALYSIS BY ENGINEER OF RECORD AND THE SCHOOL DISTRICT. 3. PROVIDE WITH NEOPRENE VIBRATION ISOLATORS. BACNET CONNECTION (FULL INTEGRATION) FOR CONNECTION TO THE (BAS) BUILDING AUTOMATION SYSTEM (PROVIDE ALL CHILLER OPERATIONAL INFORMATION TO BAS FOR VIEWING AND CHANGING SETPOINTS AT THE FRONT END), SINGLE POINT ELECTRICAL CONNECTION, FACTORY MOUNTED DISCONNECT, FACTORY AUTHORIZED STARTUP INCLUDING VARIABLE FLOW OPERATION SETUP. 4. PROVIDE WITH FIELD INSTALLED VAPOR PROOF FLOW SWITCHES (CONTRACTOR TO FURNISH AND INSTALL WELLS AND STRAINERS, CHILLER MANUFACTURER TO FURNISH FLOW SWITCHES, CONTRACTOR TO INSTALL SWITCHES), PADDLE TYPE SWITCHES ARE NOT ACCEPTABLE. 5. CHILLER SHALL BE CAPABLE OF UNLOADING TO 20 % WITH CONSTANT ENTERING CONDENSER WATER FLOW AND TEMPERATURE AND VARIABLE EVAPORATOR WATER FLOW. 6. ALL MANUFACTURERS SHALL SUBMIT ALONG WITH THEIR BID A FULL SUBMITTAL INCLUDING FULL LOAD AND PART LOAD PERFORMANCE AT A CONSTANT ENTERING CONDENSER WATER TEMPERATURE OF 85°F, VARIABLE EVAPORATOR WATER FLOW AND PERFORMANCE AT THE ABOVE SCHEDULED CONDENSER WATER RELIEF, LIFE CYCLE COSTING WILL BE ANALYZED OVER A 25 YEAR TIME FRAME. 7. PROVIDE WITH WATER FLOW CONTROL (WPSR) FOR CHILLER LOADING/UNLOADING DUE TO VARIABLE CHILLED WATER GPM, CHILLER SHALL BE MAINTAIN +/- 0.5°F TEMPERATURE CONTROL WITH A FLOW RATE CHANGE OF 30% PER MINUTE BAS SHALL CONTROL THE BYPASS VALVE BASED ON A FLOW METER READING, AS NEEDED TO MAINTAIN THE MINIMUM FLOW REQUIREMENTS THROUGH CHILLER. 8. ALTERNATE SELECTION SHALL LIST ANY AND ALL DIFFERENCES IN OPTIONS, PERFORMANCE, ELECTRICAL CHARACTERISTICS, ETC, FROM THE BASIS OF DESIGN CHILLER. ALTERNATE REFRIGERANT MACHINES MAYBE CONSIDERED AS PART OF THE DEDUCTIVE PRICING AS LONG AS THE PRICE INCLUDES ANY CHANGES IN REFRIGERANT MONITORS, FREON EVACUATION FAN SIZING, REFRIGERANT SENSOR TYPES, ETC, ALTERNATE REFRIGERANT MACHINES MUST ACQUIRE PRE-BID APPROVAL FROM THE ENGINEER OF RECORD.