A. Pre-proposal meeting Questions and Answers are detailed below:

Size: px
Start display at page:

Download "A. Pre-proposal meeting Questions and Answers are detailed below:"

Transcription

1 Richland County School District One COMPETITIVE SEALED BID FOR Central Services Facility Chiller Replacement AMENDMENT NO. 2 PREPARED BY: Davis & Floyd Address: 1319 Highway 72/221 East, Greenwood, SC Solicitation # Date Issued Feb 8, 2018 Procurement Officer Harrison Joseph Phone Address Harrison.Joseph@richlandone.org Point of Contact: Chad E. Jones, P.E. cjones@davisfloyd.com Phone: (864) Fax: (864) To: All bidders of record The following information shall be incorporated as part of the above mentioned solicitation; all other terms and conditions shall remain the same This amendment modifies the Contract Documents only in the manner and to the extent stated herein and shown on any accompanying drawings and will become a part of the Contract Documents. Except as specified or otherwise indicated by this amendment, all work shall be in accordance with the basic requirements of the Contract Documents. Bidder must acknowledge receipt of this amendment prior to date and time specified in the solicitation, or as amended. The bidder shall acknowledge receipt of addendum in the space provided on the bid form. Failure to do so may constitute an informality in the bid. The following information is included and attached to this Amendment A. Pre-proposal meeting Questions and Answers B. Changes To Bidding Requirements C. General Clarifications D. Changes to Division One Specifications E. Changes To Technical Specifications And Drawings F. Approved Equals A. Pre-proposal meeting Questions and Answers are detailed below: Q1. Both Mechanical and Electrical Drawings indicate VFD s for the inline pumps. Who is providing the VFD s? A1. The Mechanical Contractor shall provide the VFD with the inline pumps. The Electrical Contractor will install. Please see revised M&E sheets Q2. Should temporary hookups be provided for a temporary chiller? A2. Yes, please see revised M drawings. CENTRAL SERVICES FACILITY CHILLER REPLACEMENT 201 PARK STREET AMENDMENT NUMBER TWO Page 1

2 B. CHANGES TO BIDDING REQUIREMENTS: Item No. Description 1. Replace the Bid Form in the project manual with the attached Bid Form. C. GENERAL CLARIFICATIONS: Item No. Description 1. AMENDMENT NO. 2 ISSUED TO CORRECT SOLICITATION NUMBER ( ) ON THE AMENDMENT FORM. ALL OTHER INFORMATION AS NOTED IN AMENDMENT NO. 1 IS UNCHANGED. 2. The bid shall be received in Room 209 and time stamped by 10 AM. Bid Opening will be in the 2 nd Floor Conference Room. All bids must be received and time stamped in Room 209 by 10 AM. D. CHANGES TO DIVISION ONE SPECIFICATIONS: 1. Utilize revised Bid Form associated with Amendment Number 1. E. CHANGES TO TECHNICAL SPECIFICATIONS AND DRAWINGS: SPECIFICATIONS Item No. Description 1. Add Section Air Cooled Scroll Chillers DRAWINGS: Item No. Description 1. Replace Sheet M101 with revised Sheet M101 w/revision date 2/7/ Replace Sheet M102 with revised Sheet M102 w/revision date 2/7/ Replace Sheet E101 with revised Sheet E101 w/revision date 2/7/ Replace Sheet E102 with revised Sheet E102 w/revision date 2/7/2018. CENTRAL SERVICES FACILITY CHILLER REPLACEMENT 201 PARK STREET AMENDMENT NUMBER TWO Page 2

3 F. APPROVED EQUALS: None at this time. ACKNOWLEDGE RECEIPT Offeror must acknowledge receipt of this amendment prior to date and time specified in the solicitation, or as amended, by one or the following methods: (a) by signing and returning one copy of this amendment with your bid; (b) by acknowledging receipt of this amendment on each copy of the offer submitted; or (c) by separate letter which includes a reference to the solicitation and amendment number(s). Failure of your acknowledgement to be received at the issuing office prior to date and time specified may result in rejection of your offer. If, by virtue of this amendment you desire to change an offer already submitted, such change may be made by letter, provided such letter makes reference to the solicitation and this amendment and is received prior to date and time specified. ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED. ************ END OF AMENDMENT NO. 2 ************ CENTRAL SERVICES FACILITY CHILLER REPLACEMENT 201 PARK STREET AMENDMENT NUMBER TWO Page 3

4 SECTION AIR COOLED SCROLL CHILLERS PART 1: GENERAL 1.01 SUMMARY A. Section includes design, performance criteria, refrigerants, controls, and installation requirements for aircooled scroll compressor chillers. The minimum IPLV shall be REFERENCES A. Comply with applicable Standards/Codes of AHRI 550/590, ANSI/ASHRAE 15, ETL, cetl, NEC, and OSHA as adopted by the State. B. Units shall meet the efficiency standards of the current version of ASHRAE Standard 90.1, and FEMP standard SUBMITTALS A. Submit shop drawings and product data in accordance with the specifications. B. Submittals shall include the following: 1. Dimensioned plan and elevation view drawings, required clearances, and location of all field connections 2. Summary of all auxiliary utility requirements such as electricity, water, etc. Summary shall indicate quality and quantity of each required utility. 3. Single line schematic drawing of the field power hookup requirements, indicating all items that are furnished. 4. Schematic diagram of control system indicating points for field interface/connection. 5. Diagram shall fully delineate field and factory wiring. 6. Installation and operating manuals QUALITY ASSURANCE A. Qualifications: Equipment manufacturer must specialize in the manufacture of the products specified and have five years experience with the type of equipment and refrigerant offered. B. Regulatory Requirements: Comply with the codes and standards specified. C. Chiller manufacturer plant must be ISO Registered DELIVERY AND HANDLING A. Chiller shall be delivered to the job site completely assembled and charged with refrigerant and oil by the manufacturer. B. Comply with the manufacturer's instructions for rigging and handling equipment WARRANTY A. Standard Warranty (Domestic): The refrigeration equipment manufacturer's guarantee shall be for a period of one year from date of equipment start up but not more than 18 months from shipment. The guarantee shall provide for repair or replacement due to failure by material and workmanship that prove defective within the above period, excluding refrigerant. B. 1st Year Labor Warranty: By Manufacturer C. Extended Compressor Warranty: Four (4) years extended compressor warranty, parts only. BID NO: JOB NO: DATE 2/18

5 D. Refrigerant Warranty: One (1) Year 1.07 MAINTENANCE A. Maintenance of the chillers shall be the responsibility of the owner and performed in accordance with the manufacturer s instructions. PART 2: PRODUCTS 2.01 ACCEPTABLE MANUFACTURERS A. Daikin Applied B. OR approval equal if adhering to the written specifications as well as the performance requirements UNIT DESCRIPTION A. Provide and install as shown on the plans factory assembled, factory charged air cooled scroll compressor packaged chillers in the quantity specified. Each chiller shall consist of hermetic tandem scroll compressor sets (total four compressors), brazed plate evaporator, air cooled condenser section, microprocessor based control system and all components necessary for controlled unit operation. B. Chiller shall be functionally tested at the factory to ensure trouble free field operation 2.03 DESIGN REQUIREMENTS A. Flow Range: The chiller shall have the ability to support variable flow range down to 40% of nominal design (based on AHRI conditions). B. Operating Range: The chiller shall have the ability to control leaving chilled fluid temperature from 15F to 65F. C. General: Provide a complete scroll compressor packaged chiller as specified herein and as shown on the drawings. The unit shall be in accordance with the standards referenced in section 1.02 and any local codes in effect. D. Performance: Refer to the schedule of performance on the drawings. The chiller shall be capable of stable operation to a minimum percentage of full load (without hot gas bypass) of 25%. Performance shall be in accordance with AHRI Standard 550/590. E. Acoustics: Sound pressure levels for the unit shall not exceed the following specified levels. All manufacturers shall provide the necessary sound treatment (parts and labor) to meet these levels if required. Test shall be in accordance with AHRI Standard Sound Pressure (at 30 feet) with Sound Blankets Overall dba Sound Power Overall dba % Load dba 75% Load dba 50% Load dba 50% Load dba 25% Load dba 25% Load dba BID NO: JOB NO: DATE 2/18

6 2.04 CHILLER COMPONENTS A. Compressor 1. The compressors shall be sealed hermetic, scroll type with crankcase oil heater and suction strainer. The compressor motor shall be refrigerant gas cooled, high torque, hermetic induction type, two pole, with inherent thermal protection on all three phases and shall be mounted on RIS vibration isolator pads. The compressors shall be equipped with an internal module providing compressor protection and communication capability. B. Evaporator 1. The evaporator shall be a compact, high efficiency, dual circuit, brazed plate to plate type heat exchanger consisting of parallel stainless steel plates. 2. The evaporator shall be protected with an external, electric resistance heater plate and insulated with 3/4" (19mm) thick closed cell polyurethane insulation. This combination shall provide freeze protection down to 20 F ( 29 C) ambient air temperature. 3. The water side working pressure shall be a minimum of 653 psig (4502 kpa). Evaporators shall be designed and constructed according to, and listed by Underwriters Laboratories (UL). C. Condenser 1. Condenser fans shall be propeller type arranged for vertical air discharge and individually driven by directdrive fan motors. The fans shall be equipped with a heavy gauge vinyl coated fan guard. Fan motors shall be TEAO type with permanently lubricated ball bearings, inherent overload protection, three phase, directdrive, 1140 rpm. Each fan section shall be partitioned to avoid cross circulation. 2. Coil shall be microchannel design and shall have a series of flat tubes containing multiple, parallel flow microchannels layered between the refrigerant manifolds. Tubes shall be 9153 aluminum alloy. Tubes made of 3102 alloy or other alloys of lower corrosion resistance shall not be accepted. Coils shall consist of a two pass arrangement. Each condenser coil shall be factory leak tested with high pressure air under water. Coils shall withstand hour acidified synthetic sea water fog (SWAAT) test (ASTM G85 02) at 120 F (49 C) with 0% fin loss and develop no leaks. D. Refrigerant Circuit 1. Each of the two refrigerant circuits shall include a replaceable core refrigerant filter drier, sight glass with moisture indicator, liquid line solenoid valve (no exceptions), expansion valve, and insulated suction line. E. Construction 1. Unit casing and all structural members and rails shall be fabricated of pre painted or galvanized steel. Painted parts shall be able to meet ASTM B117, 1000 hour salt spray test. 2. Upper condenser coil section of unit shall have protective, 12 GA, PVC coated, wire grille guards. F. Control System 1. A centrally located weatherproof control panel shall contain the field power connection points, control interlock terminals, and control system. Box shall be designed in accordance with NEMA 3R rating. Power and starting components shall include factory circuit breaker for fan motors and control circuit, individual contactors for each fan motor, solid state compressor three phase motor overload protection, inherent fan motor overload protection and two power blocks (one per circuit) for connection to remote, contractor supplied disconnect switches. Hinged access doors shall be lockable. Barrier panels or separate enclosures are required to protect against accidental contact with line voltage when accessing the control system. 2. Shall include high short circuit current rating of 65,000 amps (25,000 amps at 575Volt) with single point disconnect switch BID NO: JOB NO: DATE 2/18

7 G. Unit Controller 1. An advanced DDC microprocessor unit controller with a 5 line by 22 character liquid crystal display provides the operating and protection functions. The controller shall take preemptive limiting action in case of high discharge pressure or low evaporator pressure. The controller shall contain the following features as a minimum: 2. The unit shall be protected in two ways: (1) by alarms that shut the unit down and require manual reset to restore unit operation and (2) by limit alarms that reduce unit operation in response to some out of limit condition. Shut down alarms shall activate an alarm signal. 3. Shutdown Alarms a. No evaporator water flow (auto restart) b. Sensor failures c. Low evaporator pressure d. Evaporator freeze protection e. High condenser pressure f. Outside ambient temperature (auto restart) g. Motor protection system h. Phase voltage protection (Optional) 4. Limit Alarms a. Condenser pressure stage down, unloads unit at high discharge pressures. b. Low ambient lockout, shuts off unit at low ambient temperatures. c. Low evaporator pressure hold, holds stage #1 until pressure rises. d. Low evaporator pressure unload, shuts off one compressor. 5. Unit Enable Section a. Enables unit operation from either local keypad, digital input, or BAS 6. Unit Mode Selection a. Selects standard cooling, ice, glycol, or test operation mode 7. Analog Inputs: a. Reset of leaving water temperature, 4 20 ma\ b. Current Limit 8. Digital Inputs a. Unit off switch b. Remote start/stop c. Flow switch d. Ice mode switch, converts operation and setpoints for ice production e. Motor protection 9. Digital Outputs a. Shutdown alarm; field wired, activates on an alarm condition, off when alarm is cleared b. Evaporator pump; field wired, starts pump when unit is set to start 10. Condenser fan control The unit controller shall provide control of condenser fans based on compressor discharge pressure. 11. Building Automation System (BAS) Interface a. Factory mounted DDC controller(s) shall support operation on a BACnet network via one of the data link / physical layers listed below as specified by the successful Building Automation System (BAS) supplier. BID NO: JOB NO: DATE 2/18

8 b. The information communicated between the BAS and the factory mounted unit controllers shall include the reading and writing of data to allow unit monitoring, control and alarm notification as specified in the unit sequence of operation and the unit points list OPTIONS AND ACCESSORIES A. The following options are to be included: 1. Low Ambient Control: Provide fan cycling control to allow unit operation down to 32 F 2. Ground Fault Protection: Factory installed circuit breaker to protect equipment from damage from lineto ground fault currents less than those required for conductor protection. 3. Phase loss with under/over voltage protection and with LED indication of the fault type to guard against compressor motor burnout. 4. BAS interface module to provide interface with the BACnet MSTP protocol. 5. The following accessories shall be included: a. Rubber in shear vibration isolators for field installation b. Factory mounted thermal dispersion type flow switch. c. Wye strainer, to be installed at the evaporator inlet and sized for the design flow rate, with perforation diameter of 0.063" with blowdown valve and Victaulic couplings d. 115V GFI convenience outlet e. Provide a fully painted chiller cabinet (front/rear), 125 F hi ambient control box and condenser fans, condenser, why coil and base frame wire grilles, replaceable filter dryer, discharge, suction, and a liquid line shutoff valves. f. Provide a low noise reduction compressor blankets g. Provide DDC control module with the BacNet communication h. Provide high short circuit ratings and a single point disconnect switch, phase under/over voltage protection, ground fault protection PART 3: EXECUTION 3.01 INSTALLATION A. Install in strict accordance with manufacturer s requirements, shop drawings, and contract documents. B. Adjust and level chiller in alignment on supports. C. Coordinate electrical installation with electrical contractor. D. Coordinate controls with control contractor. E. Install a field supplied or optional manufacturer supplied strainer in the chilled water return line at the evaporator inlet that meets manufacturer perforation size specifications START UP A. Start up shall be by Manufacturer B. Owner Training: Separate trip scheduled at owners convenience after start up BID NO: JOB NO: DATE 2/18

9 BID FORM Project Identification: Central Services Facility Chiller Replacement Solicitation No Bid Submitted To: Mr. Harrison C Joseph III Richland County School District One Central Services Facility, 201 Park Street, Room 209 Columbia, SC Bid Submitted By: 1.0 Offer: In response to the Invitation to Bid and in compliance with the Instructions to Bidders for the above-named Project, the undersigned bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with the Owner in the form included in the Contract Documents and to complete all work in accordance with the Contract Documents. 1.1 The Agreement: Undersigned Bidder represents that the Bid is an Offer to enter into an Agreement with the Owner based on the Standard Form of Agreement between Owner and Contractor, AIA Document A101, 2007 Edition. 1.2 General Conditions: Undersigned Bidder represents that the Bid is based on the General Conditions of the Contract for Construction, AIA Document A201, 2007 Edition. 1.3 Supplementary and Other Conditions of the Contract: Undersigned Bidder represents that the Bid is based on the Supplementary Conditions and other Conditions of the Contract contained in the Project Manual prepared by Davis & Floyd, Inc on January 26, Specifications: Undersigned Bidder represents that the Bid is based on the Specifications contained in the Project Manual prepared by Davis & Floyd, Inc. on January 26, Drawings: Undersigned Bidder represents that the Bid is based on the Drawings prepared by Davis & Floyd, Inc. on January 26, BID FORM NO. 2.0 BID SECURITY Attached hereto is a certified check of the Bank of or Bid Bond, neither, of which shall be less than five percent (5%) of the principal's bid, made payable to the Owner. Bid Form No.

10 3.0 ADDENDA ACKNOWLEDGEMENT OF AMENDMENTS This Bid, any amendments and award, will be posted at the following web address: (Bidder acknowledges the receipt of the following Addenda to the Bidding Documents and has incorporated the effects of said Addenda into this Bid. Bidder also acknowledges receipt of amendment(s) by number and its date of issue.) ACKNOWLEDGMENT OF AMENDMENTS Amendment No. Amendment Issue Date Amendment No. Amendment Issue Date Amendment No. Amendment Issue Date Amendment No. Amendment Issue Date See section 3.4 ADDENDA" in the Instructions to Bidder 4.0 If notified of the acceptance of this Bid within sixty (60) days after the date fixed for the opening of the Bid, the undersigned agrees to execute and deliver the specified Contract and Contractor's Bond within ten (10) days. The undersigned agrees, if awarded the Contract within sixty (60) days from the date of the opening of the Bids, to faithfully and properly complete the entire Work within the specified time, consistent with the best interest of the Owner, the safety of the public, and in accordance with first-class workmanship. 5.0 Having carefully examined the Contract Documents for the above noted project, as well as the premises and conditions affecting the work the undersigned Bidder herewith offers to provide all labor, materials, equipment, tools of trades, accessories, appliances, warranties and guarantees, and also pay all royalties, fees, permits, licenses and applicable taxes necessary to complete the following lump sum consideration of: 6.1 BASE BID: $ (NUMERICAL AMOUNT HERE) (WRITTEN DOLLARS AMOUNT HERE) The above stated Bid is based on the Contract Documents, Schedule and any Addenda issued subsequent to the originally issued Contract Documents. (List all Addenda with dates of issue. If no additional Addenda are issued, write the word "NONE". See Acknowledgement Of Amendments Above : ALTERNATE NO.1 $ to be ADDED / DEDUCTED from / to BASE OFFER. (circle one)

11 7. LISTING OF PROPOSED SUBCONTRACTORS PURSUANT (See Instructions at the end of this section) Bidder shall use the below-listed Subcontractors in the performance of the Subcontractor Classification work listed: Column A Column B Column C SUBCONTRACTOR CLASSIFICATION By License Classification and/or Subclassification (Completed by Owner) Electrical HVAC SUBCONTRACTOR'S PRIME CONTRACTOR'S NAME (Must be completed by Bidder) BASE BID SUBCONTRACTOR'S PRIME CONTRACTOR'S SC LICENSE NUMBER (Requested, but not Required) 9. TIME OF CONTRACT PERFORMANCE AND LIQUIDATED DAMAGES. (a)the undersigned agrees that the Owner may retain the sum of ($ ) from the amount of compensation to be paid the undersigned for each calendar day that actual Substantial Completion exceeds the Contract Time for Substantial Completion. This amount is agreed upon as the proper measure of Liquidated Damages, which the Owner sustains per day by failure of the undersigned to complete the Work in the stipulated time and is not to be construed in any sense as a penalty. (b)the undersigned Bidder proposes to achieve Substantial Completion of the Project not later than: One Hundred (100) Calendar days from the Notice to Proceed. The undersigned agrees, if awarded the Contract, to comply with all provisions regarding commencement of the Contract, prosecution, completion and acceptance of the Work as described in the Contract Documents (Including this Bid Form, Construction Contract, and Performance Bond). If the undersigned fails to perform according to these documents, the check or Bid Bond shall be paid as liquidated damages for such failure; otherwise, the check or Bid Bond accompanying this Bid shall be returned to the undersigned. 10. AGREEMENTS It is agreed that the undersigned has completed and will comply with all requirements concerning licensing. The undersigned will also comply with all local, state and national laws. The undersigned affirms that no legal requirement have been or will be violated in the making or accepting of this proposal.

12 11. DESCRIPTION OF ENTITY The undersigned declares that this firm is (Type N/A if not applicable): A corporation organized and existing under the laws of the State of. A partnership consisting of. An individual trading/dba as. TYPE OF ENTITY: (Check One) Small (15 employees or less): Women: Minority: Other: 12 DECLARATION The undersigned declares that the person or person(s) signing this proposal is/are authorized to sign the proposal on behalf of the firm listed and to fully bind the firm listed to all the conditions and provisions thereof. Any award issued will be issued to, and the contract will be formed with, the entity identified as the Offeror or Bidder. An offer may be submitted by only one legal entity. The entity named as the Offeror must be a single and distinct legal entity. Do not use the name of a branch office or a division of a larger entity if the branch or division is not a separate legal entity, i.e., a separate corporation, partnership, sole proprietorship, etc. Respectfully submitted this day of, (Name of Firm) (S.C. Contractor's License) (S.C. Bidder's License) (License Classification(s) & Limits) (Address) By: (Signature) By: (Printed Name) By: (Title)

13 INSTRUCTIONS FOR SUBCONTRACTOR LISTING 1. Section 7 of the Bid Form sets forth an Owner developed list of contractor/subcontractor specialties by contractor license category and/or subcategory for which bidder is required to identify the entity (subcontractor(s) and/or himself) Bidder will use to perform the work of each listed specialty.. a. Column A: The Owner fills out this column, which identifies the contractor/subcontractor specialties for which the bidder must list either a subcontractor or himself as the entity that will perform this work. Subcontractor specialties are identified by contractor license categories or subcategories listed in Title 40 of the South Carolina Code of laws. Abbreviations of classifications to be listed after the specialty can be found at: If the owner has not identified a specialty, the bidder does not list a subcontractor. b. Columns B and C: In these columns, the Bidder identifies the subcontractors it will use for the work of each specialty listed by the Owner in Column A. Bidder must identify only the subcontractor(s) who will perform the work and no others. Bidders should make sure that their identification of each subcontractor is clear and unambiguous. A listing that could be any number of different entities may be cause for rejection of the bid as non-responsive. For example, a listing of M&M without more may be problematic if there are multiple different licensed contractors in South Carolina whose names start with M&M. 2. Subcontractor Defined: For purposes of subcontractor listing, a subcontractor is an entity who will perform work or render service to the prime contractor to or about the construction site pursuant to a contract with the prime contractor. Bidder should not identify sub-subcontractors in the spaces provided on the bid form but only those entities with which bidder will contract directly. Likewise, do not identify material suppliers, manufacturers, and fabricators that will not perform physical work at the site of the project but will only supply materials or equipment to the bidder or proposed subcontractor(s). 3. Subcontractor Qualifications: Bidder must only list subcontractors who possess a South Carolina Contractor s license with the license classification and/or sub-classification identified by the Owner in the first column on the left. The subcontractor license must also be within the appropriate license group for the work of the specialty. If Bidder lists a subcontractor who is not qualified to perform the work, the Bidder will be rejected as non-responsible. 4. Use of Own forces: If under the terms of the Bidding Documents, Bidder is qualified to perform the work of a listed specialty and Bidder does not intend to subcontract such work but to use Bidder s own employees to perform such work, the Bidder must insert its own name in the space provided for that specialty. 5. Use of Multiple Subcontractors: a. If Bidder intends to use multiple subcontractors to perform the work of a single specialty listing, Bidder must insert the name of each subcontractor Bidder will use, preferably separating the name of each by the word and. If Bidder intends to use both his own employees to perform a part of the work of a single specialty listing and to use one or more subcontractors to perform the remaining work for that specialty listing, bidder must insert his own name and the name of each subcontractor, preferably separating the name of each with the word and. Bidder must use each entity listed for the work of a single specialty listing in the performance of that work. b. Optional Listing Prohibited: Bidder may not list multiple subcontractors for a specialty listing, in a form that provides the Bidder the option, after bid opening or award, to choose to use one or more but not all the listed subcontractors to perform the work for which they are listed. A listing, which on its face requires subsequent explanation to determine whether it is an optional listing, is non-responsive. If bidder intends to use multiple entities to perform the work for a single specialty listing, bidder must clearly set forth on the bid form such intent. Bidder may accomplish this by simply inserting the word and between the names of each entity listed for that specialty. Agency will reject as non-responsive a listing that contains the names of multiple subcontractors separated by a blank space, the word or, a virgule (that is a /), or any separator that the Agency may reasonably interpret as an optional listing. 6. If Bidder is awarded the contract, bidder must, except with the approval of the Agency for good cause shown, use the listed entities to perform the work for which they are listed.

14 7. If bidder is awarded the contract, bidder will not be allowed to substitute another entity as subcontractor in place of a subcontractor listed in Section 7 of the Bid except for one or more of the reasons allowed by the SC Code of Laws. 8. Bidder s failure to identify an entity (subcontractor or himself) to perform the work of a subcontractor specialty listed in the first column on the left will render the Bid non-responsive. END OF SECTION 00800

15

16

17

18

Midlands Technical College Wade Martin Chiller Replacement State Project No.: H59-N975-FW

Midlands Technical College Wade Martin Chiller Replacement State Project No.: H59-N975-FW Midlands Technical College Wade Martin Chiller Replacement State Project No.: H59-N975-FW Midlands Technical College 316 South Beltline Blvd Columbia, SC 29205 https://www.midlandstech.edu/procurement

More information

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina

Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina Project Manual for Coastal Carolina University RE-BID WILLIAMS BRICE RENOVATION AND REPAIR Conway, South Carolina DWG Consulting Engineers 1009 Anna Knapp Blvd. Suite 202 Mt Pleasant, South Carolina 29464

More information

Blatt PE Center Fire Alarm Upgrades November 12, 2012 State Project No. H27-I851-B

Blatt PE Center Fire Alarm Upgrades November 12, 2012 State Project No. H27-I851-B Blatt PE Center Fire Alarm Upgrades November 12, 2012 State Project No. H27-I851-B Addendum No. 2 TO: ALL BIDDERS OF RECORD The following items shall take precedence over the drawings and specifications

More information

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form.

ADDENDUM ITEMS: This addendum consists of 2 pages and the following attachments: Pre-Bid Conference Sign-in Sheets, and SE-330, Lump Sum Bid Form. 1330 Lady St., Suite 500 (29201) P.O. Box 5695 Columbia, SC 29250 803 799 0247 p 803 771-6844 f Addendum No. 1 Project: Coastal Carolina University - University Place Dining Hall Project No.: C-805-15

More information

2. Clarification: The building address is 801 Henderson Street.

2. Clarification: The building address is 801 Henderson Street. East Energy Structural Steel Painting University of South Carolina Project Number H27-Z037 Addendum One October 19, 2015 NOTE: The following amendments, additions, and deletions shall be made to the Construction

More information

MINNESOTA STATE SECTION ADVERTISEMENT FOR BIDS

MINNESOTA STATE SECTION ADVERTISEMENT FOR BIDS MINNESOTA STATE SECTION 00 11 13 ADVERTISEMENT FOR BIDS Sealed Bids for: will be received by: Ridgewater College Commercial Chiller Purchase Ridgewater College Willmar Campus 2101 15 th Ave. N.W Willmar,

More information

SECTION ROTARY SCREW WATER CHILLERS

SECTION ROTARY SCREW WATER CHILLERS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section. B. Related Sections:

More information

T-Series SPLIT SYSTEM UNITS TSA R-410A - 60 HZ

T-Series SPLIT SYSTEM UNITS TSA R-410A - 60 HZ REFRIGERANT CONDENSERS Guide Specifications T-Series SPLIT SYSTEM UNITS TSA R-410A - 60 HZ September 5, 2012 Note: This Specification is for Allied Commercial T-Series 6- to 20-ton, outdoor air conditioner

More information

Air Cooled Condensing Units - Technical Catalog. Featuring Bitzer TM Compressors 404A and 507 Refrigerants

Air Cooled Condensing Units - Technical Catalog. Featuring Bitzer TM Compressors 404A and 507 Refrigerants N SERIES Air Cooled Condensing Units - Technical Catalog Featuring Bitzer TM s 404A and 507 Refrigerants 4492 Hunt St - Pryor, OK 74361-918.825.7222 - Fax 800.264.5329 - www.century-refrigeration.com Standard

More information

SECTION PACKAGED, SUBMERSIBLE, DRAINAGE PUMP UNITS

SECTION PACKAGED, SUBMERSIBLE, DRAINAGE PUMP UNITS SECTION 22 14 36 PACKAGED, SUBMERSIBLE, DRAINAGE PUMP UNITS PART 1 - GENERAL 1.1 DESCRIPTION SPEC WRITER NOTE: Delete between //----// if not applicable to project. Also delete any other item or paragraph

More information

Architect s Project Number of 5 Decentralized HVAC Equipment District Master Specs 2013 Edition

Architect s Project Number of 5 Decentralized HVAC Equipment District Master Specs 2013 Edition PART 1 GENERAL 1.1 RELATED DOCUMENTS SECTION 23 81 00 DECENTRALIZED HVAC EQUIPMENT A. The other Contract Documents complement the requirements of this section. The General requirements apply to the work

More information

SECTION AIR COILS

SECTION AIR COILS SECTION 23 82 16 PART 1 - GENERAL 1.1 DESCRIPTION SPEC WRITER NOTES: 1. Use this section only for NCA projects. 2. Delete between // // if not applicable to project. Also delete any other item or paragraph

More information

PIKES PEAK PARKING RESTORATION TABLE OF CONTENTS

PIKES PEAK PARKING RESTORATION TABLE OF CONTENTS 23 HEATING, VENTILATING AND AIR CONDITIONING TABLE OF CONTENTS TABLE OF CONTENTS DIVISION 23 HEATING, VENTILATING AND AIR CONDITIONING - Basic HVAC Requirements 238239.19 - Wall and Ceiling Unit Heaters

More information

1. Revision: The bid date has been postponed to July 18, 2012 at 1:30 PM.

1. Revision: The bid date has been postponed to July 18, 2012 at 1:30 PM. East Energy Chiller 1 Cooling Tower Addition State Project Number H27-1969 Addendum Three July 12, 2012 NOTE: The following amendments, additions, and deletions shall be made to the Construction Documents

More information

SECTION AIR TERMINAL UNITS

SECTION AIR TERMINAL UNITS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Specification Sections, apply to this Section. B. Related Sections:

More information

SECTION FUEL-FIRED UNIT HEATERS

SECTION FUEL-FIRED UNIT HEATERS SECTION 23 55 33 PART 1 - GENERAL 1.1 DESCRIPTION A. This Section includes gas-fired unit heaters. SPEC WRITER NOTES: 1. Use this section only for NCA projects. 2. Delete between // // if not applicable

More information

The factory assembled air handler shall conform to the requirements outlined ASHRAE 90.1.

The factory assembled air handler shall conform to the requirements outlined ASHRAE 90.1. PAGE 1 of 5 1.1. REFERENCE STANDARDS 1.1.1. The factory assembled air handler shall conform to the requirements outlined ASHRAE 90.1. 1.1.2. Unit shall be designed to conform to ASHRAE 15. 1.1.3. Unit

More information

Capital Projects Group Air Terminal Units Specification

Capital Projects Group Air Terminal Units Specification Capital Projects Group Air Terminal Units Specification Specification 23 36 00 Revision 0 Date: August 2018 Air Terminal Units Specification Specification 23 36 00 Publication Date: August 2018 COPYRIGHT

More information

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018

ADDENDUM 1. Repair and Maintenance of Landfill Gas Chiller System. Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018 ADDENDUM 1 Date: June 13, 2018 Bid No.: Title: 18-11/AL Repair and Maintenance of Landfill Gas Chiller System Return date: Bid must be received no later than 2:00 PM, Monday, June 25, 2018 This Addendum

More information

SECTION GENERAL MOTOR REQUIREMENTS FOR HVAC AND STEAM GENERATION EQUIPMENT

SECTION GENERAL MOTOR REQUIREMENTS FOR HVAC AND STEAM GENERATION EQUIPMENT SECTION 23 05 12 GENERAL MOTOR REQUIREMENTS FOR HVAC AND STEAM GENERATION EQUIPMENT PART 1 - GENERAL 1.1 DESCRIPTION SPEC WRITER NOTES: 1. Delete between // // if not applicable to project. Also delete

More information

2. Water Pressure Booster Systems. 3. Duplex Pedestal Type Sump Pumps.

2. Water Pressure Booster Systems. 3. Duplex Pedestal Type Sump Pumps. PART 1: GENERAL 1.01 Purpose: A. The design guidelines contained herein includes the requirements for pumps utilized for plumbing systems at Texas State University. It is the intention of this document

More information

A. This Section includes the following sump pumps and accessories, inside the building, for building storm drainage systems:

A. This Section includes the following sump pumps and accessories, inside the building, for building storm drainage systems: SECTION 221429 - SUMP PUMPS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections,

More information

SECTION CONVECTORS

SECTION CONVECTORS SECTION 23 82 33 PART 1 - GENERAL 1.1 DESCRIPTION SPEC WRITER NOTES: 1. Use this section only for NCA projects. 2. Delete between // // if not applicable to project. Also delete any other item or paragraph

More information

University of South Carolina Softball Stadium Construction Columbia, SC ADDENDUM NO.1 ATTACHMENTS GENERAL

University of South Carolina Softball Stadium Construction Columbia, SC ADDENDUM NO.1 ATTACHMENTS GENERAL University of South Carolina Softball Stadium Construction Columbia, SC State Project No. H27-6088-MJ Architect s Project No. 11.122.00 Addendum No. 1 Quackenbush Architects + Planners 1217 Hampton Street

More information

Dayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades

Dayton Metropolitan Housing Authority Rosemont/Hoch Electrical Upgrades Dayton Metropolitan Housing Authority 111071 Rosemont/Hoch Electrical Upgrades Addendum No. 3 August 10, 2011 DMHA 400 Wayne Ave. Dayton, OH 45410 Re: 1432-1438 Rosemont oh5-12b 261 Hoch Street oh5-18d

More information

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS

PROJECT MANUAL FOR: CP AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP HULSTON HALL STAIR TOWER REPAIRS ADDENDUM #01 DATE: MAY 6, 2016 Page 1 of 2 TO CONTRACT DOCUMENTS ENTITLED: PROJECT MANUAL FOR: CP151322 AGRICULTURAL ENGINEERING RAIN TOWER REPAIRS CP160372 HULSTON HALL STAIR TOWER REPAIRS AT UNIVERSITY

More information

SECTION PACKAGED, SUBMERSIBLE SEWERAGE PUMP UNITS

SECTION PACKAGED, SUBMERSIBLE SEWERAGE PUMP UNITS PART 1 - GENERAL 1.1 DESCRIPTION SECTION 22 13 33 PACKAGED, SUBMERSIBLE SEWERAGE PUMP UNITS SPEC WRITER NOTES: 1. Delete between //----// if not applicable to project. Also delete any other item or paragraph

More information

SECTION 15A AIR CONDITIONING

SECTION 15A AIR CONDITIONING SECTION 15A AIR CONDITIONING 1. SCOPE This Section covers the air conditioning (AC) system for the Electrical Room as indicated on the Contract Drawings and specified herein. 2. GENERAL The Contractor

More information

SECTION COOLING TOWER

SECTION COOLING TOWER PART 1 GENERAL 1.1 SECTION INCLUDES A. Mechanical induced draft Cooling Tower B. Controls C. Ladder and handrails 1.2 REFERENCES SECTION 23 65 00 COOLING TOWER A. ANSI/AFBMA 9 - Load Rating and Fatigue

More information

DEAN + TYLER + BURNS ARCHITECTURE

DEAN + TYLER + BURNS ARCHITECTURE DEAN + TYLER + BURNS ARCHITECTURE May 17, 2017 Community Safe Room for the City Springville 580 Indian Crest Drive Indian Springs, AL 35124 tel.: 205.427.7890 email: m@rchitecture-e.com ADDENDUM NO. 3

More information

Special Specification 6292 Radar Vehicle Detection System for Signalized Intersection Control

Special Specification 6292 Radar Vehicle Detection System for Signalized Intersection Control Special Specification 6292 Radar Vehicle Detection System for Signalized Intersection Control 1. DESCRIPTION 2. MATERIALS Furnish, install, relocate, or remove radar vehicle detection systems (RVDS) of

More information

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4.

OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, CT BUILDING RFP NO.: RFP OPENING DATE: APRIL 16, 3:00 PM ADDENDUM #4. OFFICE OF PROCUREMENT COOLING TOWER REPLACEMENT, RFP NO.: 618-009 RFP OPENING DATE: APRIL 16, 2018 @ 3:00 PM ADDENDUM #4 April 9, 2018 THIS ADDENDUM IS TO PROVIDE ANSWERS TO THE FOLLOWING QUESTIONS: NOTE:

More information

C o u n t y o f F a i r f a x, V i r g i n i a

C o u n t y o f F a i r f a x, V i r g i n i a 001961 Page 2 C o u n t y o f F a i r f a x, V i r g i n i a A D D E N D U M DATE: August 2, 2016 ADDENDUM NO. 4 TO: REFERENCE: FOR: DUE DATE/TIME: ALL PROSPECTIVE BIDDERS Government Center Generator System

More information

St. Clair County Road Commission. For Turn Key Replacement of the Existing Chilled Water System Page 1 of 6

St. Clair County Road Commission. For Turn Key Replacement of the Existing Chilled Water System Page 1 of 6 Page 1 of 6 NOTICE IS HEREBY GIVEN THAT SEALED PROPOSALS ARE SOUGHT AND REQUESTED FOR THE FOLLOWING: BID NAME: TURN KEY REPLACEMENT OF THE EXISTING CHILLED WATER SYSTEM BID OPENING: JANUARY 15, 2015 1:00

More information

RFP NO AMENDMENT No. 2 Page 1 of 11

RFP NO AMENDMENT No. 2 Page 1 of 11 RFP/Solicitation # 2017-0123 Richland County School District One Date Issued November 4, 2016 REQUEST FOR PROPOSAL Procurement Officer Harrison Joseph Phone 803.231.7052 AMENDMENT NO. 2 E-mail Address

More information

SECTION ELECTRIC FOUR FOLD DOORS MODEL 46 FLAT SHEETED

SECTION ELECTRIC FOUR FOLD DOORS MODEL 46 FLAT SHEETED SECTION 08350 ELECTRIC FOUR FOLD DOORS MODEL 46 FLAT SHEETED PART 1 GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and

More information

SECTION CHEMICAL FEED SYSTEM

SECTION CHEMICAL FEED SYSTEM SECTION 11800 PART 1 GENERAL 1.1 SUMMARY A. This section includes the requirements for the chemical feed system shall be a complete turnkey system inclusive of all necessary fluid handling and ancillary

More information

A. The work consists of furnishing a Chiller Noise Reduction System as listed in the specifications.

A. The work consists of furnishing a Chiller Noise Reduction System as listed in the specifications. SECTION 32 31 14 PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply

More information

Price High Performance Horizontal Fan Coil Units

Price High Performance Horizontal Fan Coil Units Price High Performance Horizontal Fan Coil Units Division 23 Heating, Ventilating, and Air Conditioning Section 23 82 19 Fan Coil Units The following specification is for a defined application. Price would

More information

SECTION LOW-VOLTAGE TRANSFORMERS

SECTION LOW-VOLTAGE TRANSFORMERS PART 1 GENERAL 1.1 DESCRIPTION SECTION 26 22 00 SPEC WRITER NOTE: Use this section only for NCA projects. Delete between // // if not applicable to project. Also, delete any other item or paragraph not

More information

Air Cooled Condensing Units - Technical Catalog. Featuring Copeland TM Compressors 404A and 507 Refrigerants

Air Cooled Condensing Units - Technical Catalog. Featuring Copeland TM Compressors 404A and 507 Refrigerants N SERIES Air Cooled Condensing Units - Technical Catalog Featuring Copeland TM s 0A and 507 Refrigerants 9 Hunt St - Pryor, OK 736-98.85.7 - Fax 800.6.539 - www.century-refrigeration.com Standard Features

More information

Attachment 1: RAE Corporation Technical Specification

Attachment 1: RAE Corporation Technical Specification Attachment 1: RAE Corporation Technical Specification RAE Corporation Phone: 918-825-7222, ext. 105 Steve Corbin Quote# XXXX Qty Customer Tag Technical Systems Model Number 1 ACC-4 10A0-162-S General Scope

More information

Cooling Tower Replacement Western Guilford High School Guilford County Schools. Pre-bid Conference May 3, 2018

Cooling Tower Replacement Western Guilford High School Guilford County Schools. Pre-bid Conference May 3, 2018 Sud Associates, P.A. Consulting Engineers Flat Iron Building, Suite 706, 20 Battery Park Avenue, Asheville, NC 28801 (828) 255-4691 Fax: (828) 255-4949 Ish Sud, Ph.D., P.E., President Fellow ASHRAE, LEED

More information

B. ASHRAE 1991 HVAC Applications Handbook: Chapter 34--Testing, Adjusting and Balancing.

B. ASHRAE 1991 HVAC Applications Handbook: Chapter 34--Testing, Adjusting and Balancing. PART 1 GENERAL 1.1 RELATED DOCUMENTS SECTION 230593 TESTING, ADJUSTING, AND BALANCING A. Drawings and general provisions of Contract, including General and Supplementary Conditions and Division 1 Specification

More information

Price Fan Powered Terminal Units

Price Fan Powered Terminal Units Price Fan Powered Terminal Units Division 23 Heating, Ventilating, and Air Conditioning Section 23 3600 Air Terminal Units The following specification is for a defined application. Price would be pleased

More information

SECTION AIR-TO-AIR ENERGY RECOVERY EQUIPMENT

SECTION AIR-TO-AIR ENERGY RECOVERY EQUIPMENT SECTION 23 72 00 AIR-TO-AIR ENERGY RECOVERY EQUIPMENT PART 1 - GENERAL 1.01 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division

More information

SECTION HEAT TRACING FOR PLUMBING PIPING

SECTION HEAT TRACING FOR PLUMBING PIPING SECTION 22 05 33 SPEC WRITER NOTES: 1. Use this section only for NCA projects. 2. Delete between //----// if not applicable to project. Also delete any other item or paragraph not applicable in the section

More information

The due date for submission of proposals has been rescheduled to Thursday, August 3, 2017 by the close of business (4:30 P.M.).

The due date for submission of proposals has been rescheduled to Thursday, August 3, 2017 by the close of business (4:30 P.M.). July 18, 2017 Dear Sir/Madam: Enclosed please find Minutes of the Pre-Proposal Meeting, Questions and Answers and Addendum No. 2 to SEPTA s RFP No. 16-00299-ACAC BIV HVAC System Upgrade. Addendum No. 2

More information

SUGGESTED SPECIFICATION for Low Voltage (600V) Generator Paralleling Switchboard

SUGGESTED SPECIFICATION for Low Voltage (600V) Generator Paralleling Switchboard SUGGESTED SPECIFICATION for Low Voltage (600V) Generator Paralleling Switchboard PART 1 GENERAL 1.1 Scope A. The intent of this specification is to provide power control for the parallel operation of generator

More information

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT

SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT SAN ANTONIO WATER SYSTEM PURCHASING DEPARTMENT Issued By: Joseph Ramon Date Issued: April 29, 2016 BID NO.: 16-0625 FORMAL INVITATION FOR BEST VALUE BID (BVB) FOR GENERATOR MAINTENANCE SERVICE, REPAIR

More information

CFFWA-20-1-U Chilled/Hot Water Universal Mount Fan Coil 2-Pipe Heat / Cool Fan Coil 60,000 BTUH

CFFWA-20-1-U Chilled/Hot Water Universal Mount Fan Coil 2-Pipe Heat / Cool Fan Coil 60,000 BTUH CFFWA-20-1-U Chilled/Hot Water Universal Mount Fan Coil 2-Pipe Heat / Cool Fan Coil 60,000 BTUH Rev. 1.3 HVAC Guide Specifications Chilled and Hot Water Universal Mount Fan Coil 2-Pipe Nominal Size: 60,000

More information

SECTION 16496A MTS MANUAL TRANSFER SWITCH (MANUAL CONTROL ONLY) Note to Spec Writer: { } Denotes EATON Feature reference number

SECTION 16496A MTS MANUAL TRANSFER SWITCH (MANUAL CONTROL ONLY) Note to Spec Writer: { } Denotes EATON Feature reference number MTS MANUAL TRANSFER SWITCH (MANUAL CONTROL ONLY) Note to Spec Writer: { } Denotes EATON Feature reference number PART 1 GENERAL 01 02 03 04 SCOPE Furnish and install Manual Transfer Switches (MTS) and

More information

Each Contractor shall be responsible for notifying their subcontractors and material suppliers of the contents of this Addendum.

Each Contractor shall be responsible for notifying their subcontractors and material suppliers of the contents of this Addendum. ADDENDUM NO. 2 Client / Facility: Greenville Utilities Commission TEG Project No.: 20180057 Project Name: Administration Building Renovations Client Project No.: n/a Addendum Date: December 6, 2018 For

More information

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT

DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT TABLE OF CONTENTS INTRODUCTORY INFORMATION 00 00 10 Title Page 00 00 20 Table of Contents DIVISION 0 - BIDDING REQUIREMENTS, CONTRACTOR FORMS AND CONDITIONS OF THE CONTRACT Section 00 02 00 Notice to Bidders

More information

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CONNECTICUT

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CONNECTICUT TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET P.O. BOX 191 MANCHESTER, CONNECTICUT 06045-0191 138 MCKEE STREET MANCHESTER, CT BID NO. 16/17-5 ADDENDUM NO. 1 1. The bid opening has been

More information

Fiberglass Cooling Towers

Fiberglass Cooling Towers Fiberglass Cooling Towers Available in sizes from 100 to 240 tons. FC Series 700 Fiberglass Cooling Tower Available in sizes from 170 to 240 tons. No other fiberglass cooling tower comes with as many high-quality

More information

B. System Design and Performance Requirements

B. System Design and Performance Requirements 15625 Water Chillers This document provides design standards only, and is not intended for use, in whole or in part, as a specification. Do not copy this information verbatim in specifications or in notes

More information

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD

SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No Solicitation No. B DD TO BIDDER OF RECORD: SAN ANTONIO WATER SYSTEM University Pump Station Improvements Project SAWS Job No. 12-6002 Solicitation No. B-14-002-DD ADDENDUM NO. 1 February 17, 2014 The following changes, additions,

More information

> HGW WATER - WATER AND BRINE - WATER HEAT PUMPS FOR INDOOR INSTALLATION. Available range. Unit description. Options. Accessories

> HGW WATER - WATER AND BRINE - WATER HEAT PUMPS FOR INDOOR INSTALLATION. Available range. Unit description. Options. Accessories > HGW WATER - WATER AND BRINE - WATER HEAT PUMPS FOR INDOOR INSTALLATION Available range Unit type IH Heat pump IP Reversible heat pump (reversible on the refrigerant side) ECO-FRIENDLY REFRIGERANT GAS

More information

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4

ADDENDUM #3. GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 ADDENDUM #3 GRW Project No.: Date: March 19, 2019 Subject: City of Nicholasville Fire Station #4 Please address inquiries to: Aaron R. Nickerson GRW, Inc. anickerson@grwinc.com TO ALL PROSPECTIVE BIDDERS:

More information

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary

A D D E N D U M. REPLACE: Project Summary with attached revised Project Summary. 1 Specification Section Project Summary A D D E N D U M 1 TO All Plan Holders ISSUE DATE 20 January 2017 PROJECT # 15-028 REGARDING Switchgear Replacement NARRATIVE PAGES 1 15-02812 KVa Switchgear Replacement Project SPECIFICATION PAGES 10 DRAWING

More information

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL

SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT DOCUMENT BID PROPOSAL DOCUMENT 00 41 13 BID PROPOSAL TO: SAN JOSE / EVERGREEN COMMUNITY COLLEGE DISTRICT, a California Community College District, acting by and through its Board of Trustees ("the District"). FROM: (Name of

More information

Main Building Auditorium

Main Building Auditorium Main Building Auditorium Theatre and Lighting Upgrade Moberly Area Community College 101 College Avenue Moberly, Missouri This document contains all necessary instructions and specifications to perform

More information

SECTION HEAT TRACING FOR PLUMBING PIPING

SECTION HEAT TRACING FOR PLUMBING PIPING SECTION 22 05 33 HEAT TRACING FOR PLUMBING PIPING PART 1 - GENERAL 1.1 DESCRIPTION SPEC WRITER NOTES: 1. Delete between //----// if not applicable to project. Also delete any other item or paragraph not

More information

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018

ADDENDUM NO. 3. Item 3 NOTICE OF OPPORTUNITY - REPLACE in its entirety with the attached ***REVISED 08/03/2018 Construction Contracts Administration, Procurement Contracts & Materials Management (PCMM) Oregon State University 644 SW 13 th Ave. Corvallis, Oregon 97333 P 541-737-4261 F 541-737-5546 oregonstate.edu

More information

PRICE AW-D PACKAGED OUTDOOR HEATING AND COOLING MAKE-UP AIR UNITS

PRICE AW-D PACKAGED OUTDOOR HEATING AND COOLING MAKE-UP AIR UNITS PRICE AW-D PACKAGED OUTDOOR HEATING AND COOLING MAKE-UP AIR UNITS Division 23 Heating, Ventilating, and Air Conditioning Section 23 75 33 Custom-Packaged, Outdoor, Heating and Cooling Makeup Air-Conditioners

More information

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017

CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 CITY OF PANAMA CITY BEACH WWTF INFLUENT SCREENS REPLACEMENT April 14, 2017 ADDENDUM NO. 1 (This Form Must Be Signed and Submitted With Bid Form) Addendum No. 1 addresses the following issues: QUESTIONS

More information

A. This section includes the requirements for the following chemical feed systems:

A. This section includes the requirements for the following chemical feed systems: SECTION 463654 - CHEMICAL FEED SYSTEMS PART 1 - GENERAL 1.1 SUMMARY A. This section includes the requirements for the following chemical feed systems: 1. Alum. B. This specification covers the supply,

More information

BID ADDENDUM NO. 2 FOR SOLANO COUNTY TRANSIT OPERATIONS & MAINTENANCE FACILITY COMPRESSED NATURAL GAS PROJECT

BID ADDENDUM NO. 2 FOR SOLANO COUNTY TRANSIT OPERATIONS & MAINTENANCE FACILITY COMPRESSED NATURAL GAS PROJECT 8-16-2016 BID ADDENDUM NO. 2 FOR SOLANO COUNTY TRANSIT OPERATIONS & MAINTENANCE FACILITY COMPRESSED NATURAL GAS PROJECT City of Vallejo Solano County, California 94589 Pre-Bid Meeting: 2:00 PM, Thursday,

More information

PAWLEYS ISLAND TOWN HALL

PAWLEYS ISLAND TOWN HALL DOCUMENT 001116 - INVITATION TO RE-BID 1.1 PROJECT INFORMATION A. Notice to Bidders: Prequalified bidders are invited to submit bids for Project as described in this Document according to the Instructions

More information

FROST TOP - WF SERIES

FROST TOP - WF SERIES FROST TOP - WF SERIES Service and Installation Manual Please read this manual completely before attempting to install or operate this equipment! Notify carrier of damage! Inspect all components immediately.

More information

PHRT HEAT PUMP WITH HYDRAULIC EQUIPMENT AIR / WATER 7 to 16 KW

PHRT HEAT PUMP WITH HYDRAULIC EQUIPMENT AIR / WATER 7 to 16 KW TECHNICAL INSTRUCTIONS PHRT HEAT PUMP WITH HYDRAULIC EQUIPMENT AIR / WATER to KW PHRT PHRT PHRT For terminal units and boiler overhaul applications Heating Cooling PHRT.0 kw -.0 kw PHRT.00 kw -.0 kw 0.0

More information

A. Operation and Maintenance Data: For pumps and controls, to include in operation and maintenance manuals.

A. Operation and Maintenance Data: For pumps and controls, to include in operation and maintenance manuals. Page 221429-1 SECTION 221429 - PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections,

More information

DIVISION 33 UTILITIES SECTION PACKAGED SEWAGE GRINDER PUMPING UNITS

DIVISION 33 UTILITIES SECTION PACKAGED SEWAGE GRINDER PUMPING UNITS DIVISION 33 UTILITIES PART 1 GENERAL 1.01 SUMMARY A. Section Includes: The work specified in this Section consists of providing an Environmental One grinder pump(s) unit with tank, internal piping and

More information

Newport News Public Schools

Newport News Public Schools PURCHASING DEPARTMENT Newport News Public Schools 757-591-4525/ FAX 757-591-4634 12465 WARWICK BOULEVARD NEWPORT NEWS, VIRGINIA 23606-3041 Addendum #2 TO: RE: ALL BIDDERS IFB #012-0-2016LC Carver ES HVAC

More information

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR

TOWN OF LABRADOR CITY FORM OF TENDER TLC SUPPLY & INSTALLATION OF CONCRETE FLOOR TOWN OF LABRADOR CITY FORM OF TENDER TLC-04-18 SUPPLY & INSTALLATION OF CONCRETE FLOOR Tenderer Address Telephone # The undersigned bidder has carefully examined the Form of Tender, Instructions to Bidders,

More information

1. Pre-Bid Meeting: The Meeting was held on July 15, 2013 at 1:30PM at Kiser Middle School.

1. Pre-Bid Meeting: The Meeting was held on July 15, 2013 at 1:30PM at Kiser Middle School. ADDENDUM #1 Date: 7/24/2013 Project: Window-Door Replacement/Repair Kiser Middle School 716 Benjamin Parkway, Greensboro, NC Number of Pages: The following corrections, changes, additions, deletions, revisions,

More information

RFB Waco City Hall Chiller Replacement. Date: 3/20/2018 RFP No: Commodity: Waco City Hall Chiller Replacement

RFB Waco City Hall Chiller Replacement. Date: 3/20/2018 RFP No: Commodity: Waco City Hall Chiller Replacement CITY OF WACO RFB 18-022 Waco City Hall Chiller Replacement Purchasing Services Post Office Box 20 Waco, Texas 602-20 Phone: 2 / 0-80 Fax: 2 / 0-8063 kaseyg@wacotx.gov www.waco-texas.com Date: 3//18 RFP

More information

INVITATION FOR BIDS CCK ADDENDUM # 2 10/12/2018

INVITATION FOR BIDS CCK ADDENDUM # 2 10/12/2018 INVITATION FOR BIDS CCK-2365-19 ADDENDUM # 2 10/12/2018 ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. IMPORTANT: BID AND ADDENDUM MUST BE RECEIVED BY 10-18-2018

More information

B. Wiring Diagrams: For power, signal, and control wiring.

B. Wiring Diagrams: For power, signal, and control wiring. Page 221429-1 SECTION 221429 - PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections,

More information

3.0 PERFORMANCE SPECIFICATIONS

3.0 PERFORMANCE SPECIFICATIONS 3.0 PERFORMANCE SPECIFICATIONS 3.1 Scope of work: Work includes, but is not limited to, providing all labor, tools, equipment, test equipment, and services required to perform program management, preventative

More information

EXHIBIT A SCOPE OF SERVICES MAINTENANCE OF TRANE HVAC SYSTEMS

EXHIBIT A SCOPE OF SERVICES MAINTENANCE OF TRANE HVAC SYSTEMS EXHIBIT A SCOPE OF SERVICES MAINTENANCE OF TRANE HVAC SYSTEMS DISTRICT VII, HEADQUARTERS FACILITY AND TAMPA BAY SUNGUIDE REGIONAL TRAFFIC MANAGEMENT CENTER I. PURPOSE: DISTRICT VII, HEADQUARTERS FACILITY

More information

WESTERN MUNICIPAL WATER DISTRICT ADDENDUM NO. 2

WESTERN MUNICIPAL WATER DISTRICT ADDENDUM NO. 2 WESTERN MUNICIPAL WATER DISTRICT ADDENDUM NO. 2 TO THE BIDDING DOCUMENTS, CONTRACT, PLANS AND SPECIFICATIONS FOR Lake Hills 1860 Pressure Zone Booster Pump Station Emergency Generator Replacement Specification

More information

Central Station Air Handler Specification

Central Station Air Handler Specification Central Station Air Handler Specification PART 1: GENERAL 1.01 WORK INCLUDED (Model CS 3 ) Mechanical Specification A. Provide complete air handling unit(s) suitable for indoor installation. Contractor

More information

SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS

SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS SERIES 0 BIDDING REQUIREMENTS AND CONTRACT FORMS INDIANA UNIVERSITY BIDDING REQUIREMENTS NOTICE TO BIDDERS BID FORM INSTRUCTIONS TO BIDDERS CONTRACTOR S BID FOR PUBLIC WORK - FORM 96 (REVISED 2005) MINORITY,

More information

SECTION PACKAGE BOOSTER PUMP STATIONS

SECTION PACKAGE BOOSTER PUMP STATIONS SECTION 331223 PACKAGE BOOSTER PUMP STATIONS Scope: The Contractor shall install a pump station at two locations to be determined by the Owner. These pump stations shall be designed to deliver flow to

More information

FXV. Closed Circuit Cooling Towers. Closed Circuit Cooling Towers. Product Detail FXV - C 1. Engineering Data FXV Models... C2

FXV. Closed Circuit Cooling Towers. Closed Circuit Cooling Towers. Product Detail FXV - C 1. Engineering Data FXV Models... C2 - C 1 Product Detail Engineering Data Models... C2 Structural Support Models... C6 Engineering Specifications... C8 - C 2 Engineering Data Models REMARK: Do not use for construction. Refer to factory certified

More information

TARRANT COUNTY PURCHASING DEPARTMENT

TARRANT COUNTY PURCHASING DEPARTMENT JACK BEACHAM, C.P.M., A.P.P. PURCHASING AGENT TARRANT COUNTY PURCHASING DEPARTMENT JANUARY 24, 2017 BID NO. 2017-064 ADDENDUM #1 ROB COX, C.P.M., A.P.P. ASSISTANT PURCHASING AGENT TARRANT COUNTY DICK ANDERSEN

More information

DOCUMENT BID FORM. Village of Middle Point

DOCUMENT BID FORM. Village of Middle Point DOCUMENT 00300 BID FORM PROJECT IDENTIFICATION: Water Treatment Plant Replacement Village of Middle Point THIS BID IS SUBMITTED TO: Village of Middle Point 103 N. Adams Street Middle Point, OH 45863-0191

More information

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY

BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION. for the COUNTY OF ORANGEBURG. Project Number: FY BIDDING INFORMATION FOR HOLLY HILL ADMINISTRATION COMPLEX RENOVATION AND ADDITION for the COUNTY OF ORANGEBURG Project Number: FY13-1206 October 18, 2012 1180 Columbia Avenue Suite 201 29063 (803) 781-1451

More information

The Home Depot U.S.A., Inc. Instructions to Bidders

The Home Depot U.S.A., Inc. Instructions to Bidders The Home Depot U.S.A., Inc. Instructions to Bidders Home Depot Page 1 of 5 Article 1 Definitions 1.1 Bidding Documents include the Bidding Requirements and the proposed Contract Documents. The Bidding

More information

Capital Projects Group Mechanical Work Commissioning Specification

Capital Projects Group Mechanical Work Commissioning Specification Capital Projects Group Mechanical Work Commissioning Specification Specification 20 05 40 Revision 0 Date: August 2018 Mechanical Work Commissioning Specification Specification 20 05 40 Publication Date:

More information

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3

Refer to Section Proposal Form/All Trades (issued) a. Revised Alternate No. 2 b. Added Alternate No. 3 WAKELY ASSOCIATES, INC. ADDENDUM NO. ONE ARCHITECTS 30500 Van Dyke Avenue Suite 209 Warren, Michigan 48093 NEW LED LIGHTING Page 1 of 1 (write up only) January 23, 2018 ADDENDUM NO. ONE to the plans and

More information

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department

LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA Phone (916) FAX (916) Purchasing Department Addendum 1 Text 5-9-17 LOS RIOS COMMUNITY COLLEGE DISTRICT 1919 Spanos Court, Sacramento, CA 95825 Phone (916) 568-3071 FAX (916) 568-3145 Purchasing Department Sacramento City College American River College

More information

SECTION AUTOMATIC TRANSFER SWITCH

SECTION AUTOMATIC TRANSFER SWITCH SECTION 26 36 23 AUTOMATIC TRANSFER SWITCH PART 1: GENERAL 1.01 SCOPE A. Furnish all labor, materials, equipment and appurtenances, install and test electrically operated, automatic transfer switch (ATS)

More information

SECTION FIELD PANELS

SECTION FIELD PANELS Stanford University Facilities Design Guidelines SECTION 25 14 23 FIELD PANELS PART 1 - GENERAL 1.1 SUMMARY A. This section includes control panel and enclosure requirements for building control systems.

More information

UNIFIED FACILITIES GUIDE SPECIFICATIONS

UNIFIED FACILITIES GUIDE SPECIFICATIONS USACE / NAVFAC / AFCEC / NASA UFGS-23 82 19.00 40 (May 2017) ------------------------------ Preparing Activity: NASA Superseding UFGS-23 82 19 (May 2014) UNIFIED FACILITIES GUIDE SPECIFICATIONS References

More information

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4

PORTLAND COMMUNITY COLLEGE SW 49 th Avenue Portland, Oregon ADDENDUM NO. 4 RE: ITB: PORTLAND COMMUNITY COLLEGE 12000 SW 49 th Avenue Portland, Oregon 97219 Sylvania Campus Bookstore Remodel Dated: February 22, 2017 April 11, 2017 ADDENDUM NO. 4 This addendum, together with the

More information

SECTION CONTRACT C1 & C2, ADDENDUM #3

SECTION CONTRACT C1 & C2, ADDENDUM #3 SECTION 00 91 13.04 CONTRACT C1 & C2, ADDENDUM #3 Addendum No. 3 Issue Date: December 5, 2016 Project Name: Noble County Courthouse HVAC Improvements Project Owner: Noble County Commissioners Contract:

More information

FF200, FOUR-FOLD DOORS CONSULT MANUFACTURER FOR ADDITIONAL OPTIONS OR MODIFICATIONS.

FF200, FOUR-FOLD DOORS CONSULT MANUFACTURER FOR ADDITIONAL OPTIONS OR MODIFICATIONS. FF200, FOUR-FOLD DOORS CONSULT MANUFACTURER FOR ADDITIONAL OPTIONS OR MODIFICATIONS. PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary

More information