Loading...
2213b PBA 19/20-59 Piggyback w/Trane U.S. IncAttachment 4 — Administration Agreement This ADMINISTRATION AGREEMENT ("Agreement") is made as of , by and between U.S. COMMUNITIES GOVERNMENT PURCHASING ALLIANCE ("U.S. Communities") and ("Supplier'). RECITALS WHEREAS, ("Lead Public Agency") has entered into a certain Master Agreement dated as of even date herewith, referenced as Agreement No. , by and between Lead Public Agency and Supplier (as amended from time to time in accordance with the terms thereof, the "Master Agreement") for the purchase of (the "Products and Services"); WHEREAS, the Master Agreement provides that any state, county, city, special district, local government, school district, private K-12 school, technical or vocational school, higher education institution (including community colleges, colleges and universities, both public and private), other government agency or nonprofit organization (each a "Public Agency" and collectively, "Public Agencies") may purchase Products and Services at the prices indicated in the Master Agreement upon prior registration with U.S. Communities, in which case the Public Agency becomes a "Participating Public Agency"; WHEREAS, U.S. Communities has the administrative and legal capacity to administer purchases under the Master Agreement to Participating Public Agencies; WHEREAS, U.S. Communities serves as the administrative agent for Lead Public Agency and other lead public agencies in connection with other master agreements offered by U.S. Communities; WHEREAS, Lead Public Agency desires U.S. Communities to proceed with administration of the Master Agreement on the same basis as other master agreements; WHEREAS, "U.S. Communities Government Purchasing Alliance" is a trade name licensed by U.S. Communities Purchasing & Finance Agency; and WHEREAS, U.S. Communities and Supplier desire to enter into this Agreement to make available the Master Agreement to Participating Public Agencies. NOW, THEREFORE, in consideration of the payments to be made hereunder and the mutual covenants contained in this Agreement, U.S. Communities and Supplier hereby agree as follows: ARTICLE I GENERAL TERMS AND CONDITIONS 53 1.1 The Master Agreement, attached hereto as Exhibit A and incorporated herein by reference as though fully set forth herein, and the terms and conditions contained therein shall apply to this Agreement except as expressly changed or modified by this Agreement. 1.2 U.S. Communities shall be afforded all of the rights, privileges and indemnifications afforded to Lead Public Agency under the Master Agreement, and such rights, privileges and indemnifications shall accrue and apply with equal effect to U.S. Communities under this Agreement including, without limitation, Supplier"s obligation to provide insurance and certain indemnifications to Lead Public Agency. 1.3 Supplier shall perform all duties, responsibilities and obligations required under the Master Agreement in the time and manner specified by the Master Agreement. 1.4 U.S. Communities shall perform all of its duties, responsibilities and obligations as administrator of purchases under the Master Agreement as set forth herein, and Supplier acknowledges that U.S. Communities shall act in the capacity of administrator of purchases under the Master Agreement. 1.5 With respect to any purchases made by Lead Public Agency or any Participating Public Agency pursuant to the Master Agreement, U.S. Communities (a) shall not be construed as a dealer, re -marketer, representative, partner, or agent of any type of Supplier, Lead Public Agency or such Participating Public Agency, (b) shall not be obligated, liable or responsible (i) for any orders made by Lead Public Agency, any Participating Public Agency or any employee of Lead Public Agency or a Participating Public Agency under the Master Agreement, or (ii) for any payments required to be made with respect to such order, and (c) shall not be obligated, liable or responsible for any failure by a Participating Public Agency to (i) comply with procedures or requirements of applicable law, or (ii) obtain the due authorization and approval necessary to purchase under the Master Agreement. U.S. Communities makes no representations or guaranties with respect to any minimum purchases required to be made by Lead Public Agency, any Participating Public Agency, or any employee of Lead Public Agency or a Participating Public Agency under this Agreement or the Master Agreement. ARTICLE II TERM OF AGREEMENT 2.1 This Agreement is effective as of and shall terminate upon termination of the Master Agreement or any earlier termination in accordance with the terms of this Agreement, provided, however, that the obligation to pay all amounts owed by Supplier to U.S. Communities through the termination of this Agreement and all indemnifications afforded by Supplier to U.S. Communities shall survive the term of this Agreement. ARTICLE III REPRESENTATIONS AND COVENANTS 54 3.1 U.S. Communities views the relationship with Supplier as an opportunity to provide benefits to both Public Agencies and Supplier. The successful foundation of the relationship requires certain representations and covenants from both U.S. Communities and Supplier. 3.2 U.S. Communities' Representations and Covenants. (a) Marketing. U.S. Communities shall proactively market the Master Agreement to Public Agencies using resources such as a network of major sponsors including the National League of Cities (NLC), National Association of Counties (NACo), United States Conference of Mayors (USCM), and the Association of School Business Officials (ASBO) (collectively, the "Founding Co -Sponsors") and individual state -level sponsors. In addition, the U.S. Communities staff shall enhance Supplier's marketing efforts through meetings with Public Agencies, participation in key events and tradeshows and by providing online tools to Supplier's sales force. (b) Training and Knowledge Management Support. U.S. Communities shall provide support for the education, training and engagement of Supplier's sales force as provided herein. Through its staff (each, a "Program Manager" and collectively, the "Program Managers"), U.S. Communities shall conduct training sessions with Supplier and shall conduct calls jointly with Supplier to Public Agencies. U.S. Communities shall also provide Supplier with access to U.S. Communities' private intranet website which provides presentations, documents and information to assist Supplier's sales force in effectively promoting the Master Agreement. 3.3 Supplier's Representations and Covenants. Supplier hereby represents and covenants as follows in order to ensure that Supplier is providing the highest level of public benefit to Participating Public Agencies (such representations and covenants are sometimes referred to as "Supplier's Commitments" and are comprised of the Corporate Commitment, Pricing Commitment, Economy Commitment and Sales Commitment): (a) Corporate Commitment. (i) The pricing, terms and conditions of the Master Agreement shall, at all times, be Supplier's primary contractual offering of Products and Services to Public Agencies. All of Supplier's direct and indirect marketing and sales efforts to Public Agencies shall demonstrate that the Master Agreement is Supplier's primary offering and not just one of Supplier's contract options. (ii) Supplier's sales force (including inside, direct and/or authorized dealers, distributors and representatives) shall always present the Master Agreement when marketing Products or Services to Public Agencies. (iii) Supplier shall advise all Public Agencies that are existing customers of Supplier as to the pricing and other value offered through the Master Agreement. 55 (iv) Upon authorization by a Public Agency, Supplier shall transition such Public Agency to the pricing, terms and conditions of the Master Agreement. (v) Supplier shall ensure that the U.S. Communities program and the Master Agreement are actively supported by Supplier's senior executive management. (vi) Supplier shall provide a national/senior management level representative with the authority and responsibility to ensure that the Supplier's Commitments are maintained at all times. Supplier shall also designate a lead referral contact person who shall be responsible for receiving communications from U.S. Communities concerning new Participating Public Agency registrations and for ensuring timely follow-up by Supplier's staff to requests for contact from Participating Public Agencies. Supplier shall also provide the personnel necessary to implement and support a supplier -based internet web page dedicated to Supplier's U.S. Communities program and linked to U.S. Communities' website and shall implement and support such web page. (vii) Supplier shall demonstrate in its procurement solicitation response and throughout the term of the Master Agreement that national/senior management fully supports the U.S. Communities program and its commitments and requirements. National/Senior management is defined as the executive(s) with companywide authority. (viii) Where Supplier has an existing contract for Products and Services with a state, Supplier shall notify the state of the Master Agreement and transition the state to the pricing, terms and conditions of the Master Agreement upon the state's request. Regardless of whether the state decides to transition to the Master Agreement, Supplier shall primarily offer the Master Agreement to all Public Agencies located within the state. (b) Pricing Commitment. (i) Supplier represents to U.S. Communities that the pricing offered under the Master Agreement is the lowest overall available pricing (net to purchaser) on Products and Services that it offers to Public Agencies. Supplier's pricing shall be evaluated on either an overall project basis or the Public Agency's actual usage for more frequently purchased Products and Services. (ii) Contracts Offering Lower Prices. If a pre-existing contract and/or a Public Agency's unique buying pattern provide one or more Public Agencies a lower price than that offered under the Master Agreement, Supplier shall match that lower pricing under the Master Agreement and inform the eligible Public Agencies that the lower pricing is available under the Master Agreement. If an eligible Public Agency requests to be transitioned to the Master Agreement, Supplier shall do so and report the Public Agency's purchases made under the Master Agreement going forward. The price match only applies to the eligible Public Agencies. Below are three examples of Supplier's obligation to match the pricing under Supplier's contracts offering lower prices. Gf (A) Supplier holds a state contract with lower pricing that is available to all Public Agencies within the state. Supplier would be required to match the lower state pricing under the Master Agreement and make it available to all Public Agencies within the state. (B) Supplier holds a regional cooperative contract with lower pricing that is available only to the ten cooperative members. Supplier would be required to match the lower cooperative pricing under the Master Agreement and make it available to the ten cooperative members. (C) Supplier holds a contract with an individual Public Agency. The Public Agency contract does not contain any cooperative language and therefore other Public Agencies are not eligible to utilize the contract. Supplier would be required to match the lower pricing under the Master Agreement and make it available only to the individual Public Agency. (iii) Deviating Buying Patterns. Occasionally U.S. Communities and Supplier may interact with a Public Agency that has a buying pattern or terms and conditions that considerably deviate from the normal Public Agency buying pattern and terms and conditions, and causes Supplier's pricing under the Master Agreement to be higher than an alternative contract held by Supplier. This could be created by a unique end-user preference or requirements. In the event that this situation occurs, Supplier may address the issue by lowering the price under the Master Agreement on the item(s) causing the large deviation for that Public Agency. Supplier would not be required to lower the price for other Public Agencies. (iv) Supplier's Options in Responding to a Third Party Procurement Solicitation. While it is the objective of U.S. Communities to encourage Public Agencies to piggyback on to the Master Agreement rather than issue their own procurement solicitations, U.S. Communities recognizes that for various reasons some Public Agencies will issue their own solicitations. The following options are available to Supplier when responding to a Public Agency solicitation: (A) Supplier may opt not to respond to the procurement solicitation. Supplier may make the Master Agreement available to the Public Agency as a comparison to its solicitation responses. (B) Supplier may respond with the pricing, terms and conditions of the Master Agreement. If Supplier is awarded the contract, the sales would be reported as sales under the Master Agreement. (C) If competitive conditions require pricing lower than the standard Master Agreement pricing, Supplier may submit lower pricing through the Master Agreement. If Supplier is awarded the contract, the sales would be reported as sales under the Master Agreement. Supplier would not be required to extend the lower price to other Public Agencies. 57 (D) Supplier may respond to the procurement solicitation with pricing that is higher (net to buyer) than the pricing offered under the Master Agreement. If awarded a contract, Supplier shall still be bound by all obligations set forth in this Section 3.3, including, without limitation, the requirement to continue to advise the awarding Public Agency of the pricing, terms and conditions of the Master Agreement. (E) Supplier may respond to the procurement solicitation with pricing that is higher (net to buyer) than the pricing offered under the Master Agreement and if an alternative response is pennitted, Supplier may offer the pricing under the Master Agreement as an alternative for consideration. (c) Economy Commitment. Supplier shall demonstrate the benefits, including the pricing advantage, of the Master Agreement over alternative options, including competitive solicitation pricing and shall proactively offer the terms and pricing under the Master Agreement to Public Agencies as a more effective alternative to the cost and time associated with such alternate bids and solicitations. (d) Sales Commitment. Supplier shall market the Master Agreement through Supplier's sales force or dealer network that is properly trained, engaged and committed to offering the Master Agreement as Supplier's primary offering to Public Agencies. Supplier's sales force compensation and incentives shall be greater than or equal to the compensation and incentives earned under other contracts to Public Agencies. (i) Supplier Sales. Supplier shall be responsible for proactive direct sales of Supplier's Products and Services to Public Agencies and the timely follow-up to sales leads identified by U.S. Communities. Use of product catalogs, targeted advertising, direct mail and other sales initiatives are encouraged. All of Supplier's sales materials targeted towards Public Agencies shall include the U.S. Communities logo. U.S. Communities hereby grants to Supplier, during the term of this Agreement, a non-exclusive, revocable, non -transferable, license to use the U.S. Communities name, trademark, and logo solely to perform its obligations under this Agreement, and for no other purpose. Any goodwill, rights, or benefits derived from Supplier's use of the U.S. Communities name, trademark, or logo shall inure to the benefit of U.S. Communities. U.S. Communities shall provide Supplier with its logo and the standards to be employed in the use of the logo. During the term of the Agreement, the Supplier shall provide U.S. Communities with its logo and the standards to be employed in the use of the logo for purposes of reproducing and using Supplier's name and logo in connection with the advertising, marketing and promotion of the Master Agreement to Public Agencies. Supplier shall assist U.S. Communities by providing camera-ready logos and by participating in related trade shows and conferences. At a minimum, Supplier's sales initiatives shall communicate that (i) the Master Agreement was competitively solicited by the Lead Public Agency, (ii) the Master Agreement provides the best government pricing, (iii) there is no cost to Participating Public Agencies, and (iv) the Master Agreement is a non-exclusive contract. (ii) Branding and Logo Compliance. Supplier shall be responsible for complying with the U.S. Communities branding and logo standards and guidelines. Prior to use 58 by Supplier, all U.S. Communities related marketing material must be submitted to U.S. Communities for review and approval. (iii) Sales Force Training. Supplier shall train its national sales force on the Master Agreement and U.S. Communities program. U.S. Communities shall be available to train regional or district managers and generally assist with the education of sales personnel. (iv) Participating Public Agency Access. Supplier shall establish the following communication links to facilitate customer access and communication: (A) A dedicated U.S. Communities internet web -based homepage containing: (1) U.S. Communities standard logo with Founding Co - Sponsors logos; (2) Copy of original procurement solicitation; (3) Copy of Master Agreement including any amendments; (4) Summary of Products and Services pricing; (5) Electronic link to U.S. Communities' online registration page; and (6) Other promotional material as requested by U.S. Communities. (B) A dedicated toll-free national hotline for inquiries regarding U.S. Communities. (C) A dedicated email address for general inquiries in the following format: uscommunities@(name of supplier).com. (v) Electronic Registration. Supplier shall be responsible for ensuring that each Public Agency has completed U.S. Communities' online registration process prior to processing the Public Agency's first sales order. (vi) Supplier's Performance Review. Upon request by U.S. Communities, Supplier shall participate in a performance review meeting with U.S. Communities to evaluate Supplier's performance of the covenants set forth in this Agreement. (vii) Supplier Content. Supplier may, from time to time, provide certain graphics, media, and other content to U.S. Communities (collectively "Supplier Content") for use on U.S. Communities websites and for general marketing and publicity purposes. During the term of the Agreement, Supplier hereby grants to U.S. Communities and its affiliates a non- exclusive, worldwide, free, transferrable, license to reproduce, modify, distribute, publically perform, publically display, and use Supplier Content in connection with U.S. Communities websites and for general marketing and publicity purposes, with the right to sublicense each and 59 every such right. Supplier warrants that: (a) Supplier is the owner of or otherwise has the unrestricted right to grant the rights in and to Supplier Content as contemplated hereunder; and (b) the use of Supplier Content and any other materials or services provided to U.S. Communities as contemplated hereunder will not violate, infringe, or misappropriate the intellectual property rights or other rights of any third party 3.4 Breach of Supplier's Representations and Covenants. The representations and covenants set forth in this Agreement are the foundation of the relationship between U.S. Communities and Supplier. If Supplier is found to be in violation of, or non-compliance with, one or more of the representations and covenants set forth in this Agreement, Supplier shall have ninety (90) days from the notice of default to cure such violation or non-compliance and, if Supplier fails to cure such violation or non-compliance within such notice period, it shall be deemed a cause for immediate termination of the Master Agreement at Lead Public Agency's sole discretion or this Agreement at U.S. Communities' sole discretion. 3.5 Indemnity. Supplier hereby agrees to indemnify and defend U.S. Communities, and its parent companies, subsidiaries, affiliates, shareholders, member, manager, officers, directors, employees, agents, and representatives from and against any and all claims, costs, proceedings, demands, losses, damages, and expenses (including, without limitation, reasonable attorney's fees and legal costs) of any kind or nature, arising from or relating to, any actual or alleged breach of any of Supplier's representations, warranties, or covenants in this Agreement. ARTICLE IV PRICING AUDITS 4.1 Supplier shall, at Supplier's sole expense, maintain an accounting of all purchases made by Lead Public Agency and Participating Public Agencies under the Master Agreement. U.S. Communities and Lead Public Agency each reserve the right to audit the accounting for a period of three (3) years from the time such purchases are made. This audit right shall survive termination of this Agreement for a period of one (1) year from the effective date of termination. U.S. Communities shall have the authority to conduct random audits of Supplier's pricing that is offered to Participating Public Agencies at U.S. Communities' sole cost and expense. Notwithstanding the foregoing, in the event that U.S. Communities is made aware of any pricing being offered to three (3) or more Participating Public Agencies that is materially inconsistent with the pricing under the Master Agreement, U.S. Communities shall have the ability to conduct a reasonable audit of Supplier's pricing at Supplier's sole cost and expense during regular business hours upon reasonable notice. U.S. Communities may conduct the audit internally or may engage a third -party auditing firm on a non -contingent basis. Supplier shall solely be responsible for the cost of the audit up to the first $50,000 and U.S. Communities and Supplier shall each be responsible for fifty percent (50%) of the audit costs that exceed $50,000. In the event of an audit, the requested materials shall be provided in the format and at the location where kept in the ordinary course of business by Supplier. ARTICLE V 60 FEES & REPORTING 5.1 Administrative Fees. Supplier shall pay to U.S. Communities a monthly administrative fee based upon the total sales price of all purchases shipped and billed pursuant to the Master Agreement, excluding taxes, in the amount of two percent (2%) of aggregate purchases made during each calendar month (individually and collectively, "Administrative Fees"). Supplier's annual sales shall be measured on a calendar year basis. All Administrative Fees shall be payable in U.S. Dollars and shall be made by wire to U.S. Communities, or its designee or trustee as may be directed in writing by U.S. Communities. Administrative Fees shall be due and payable within thirty (30) days of the end of each calendar month for purchases shipped and billed during such calendar month. U.S. Communities agrees to pay to Lead Public Agency five percent (5%) of all Administrative Fees received from Supplier to help offset Lead Public Agency's costs incurred in connection with managing the Master Agreement nationally. 5.2 Sales Reports. Within thirty (30) days of the end of each calendar month, Supplier shall deliver to U.S. Communities an electronic accounting report, in the format prescribed by Exhibit B, attached hereto, summarizing all purchases made under the Master Agreement during such calendar month ("Sales Report"). All purchases indicated in the Sales Report shall be denominated in U.S. Dollars. All purchases shipped and billed pursuant to the Master Agreement for the applicable calendar month shall be included in the Sales Report. U.S. Communities reserves the right upon reasonable advance notice to Supplier to change the prescribed report format to accommodate the distribution of the Administrative Fees to its program sponsors and state associations. (a) Monthly Sales Reports shall include all sales reporting under the Master Agreement, and a breakout of Environmental Preferable (Green) sales reporting. Supplier must make reasonable attempts at filling in all required information and contact U.S. Communities with a plan to correct any deficiencies of data field population. (b) Submitted reports shall be verified by U.S. Communities against its registration database. Any data that is inconsistent with the registration database shall be changed prior to processing. 5.3 Exception Reporting/Sales Reports Audits. U.S. Communities or its designee may, at its sole discretion, compare Supplier's Sales Reports with Participating Public Agency records or other sales analysis perfonned by Participating Public Agencies, sponsors, advisory board members or U.S. Communities staff. If there is a material discrepancy between the Sales Report and such records or sales analysis as determined by U.S. Communities, U.S. Communities shall notify Supplier in writing and Supplier shall have thirty (30) days from the date of such notice to resolve the discrepancy to U.S. Communities' reasonable satisfaction. Upon resolution of the discrepancy, Supplier shall remit payment to U.S. Communities' trustee within fifteen (15) calendar days. Any questions regarding an exception report should be directed to U.S. Communities in writing to reporting@uscommunities.org. If Supplier does not resolve the discrepancy to U.S. Communities' reasonable satisfaction within thirty (30) days, U.S. Communities shall have the right to engage outside services to conduct an independent 61 audit of Supplier's reports. Supplier shall solely be responsible for the cost of the audit up to the first $50,000 and U.S. Communities and Supplier shall each be responsible for fifty percent (50%) of the audit costs that exceed $50,000. 5.4 Online Reporting. Within sixty (60) days of the end of each calendar quarter, U.S. Communities shall provide online reporting to Supplier containing Supplier's sales reporting for such calendar quarter. Supplier shall contact U.S. Communities within fifteen (15) days of receiving notification of the online reporting and report to U.S. Communities any concerns or disputes regarding the reports, including but not limited to concerns regarding the following: Report Name Follow up with U.S. Communities 5 Qtr Drop Sales Analysis Financial & Reporting Manager Zero States Sales Report Program Manager Registered Agency Without Sales Report Program Manager Supplier shall have access to the above reports through the U.S. Communities intranet website. The following additional reports are also available to Supplier and are useful in resolving reporting issues and enabling Supplier to better manage its Master Agreement: (i) Agency Sales by Population/Enrollment Report (ii) Hot Prospect Sales Report (iii) New Lead Sales Report (iv) State Comparison Sales Report (v) Advisory Board Usage Report (vi) Various Agency Type Comparison Reports (vii) Sales Report Builder 5.5 Supplier's Failure to Provide Reports or Pay Administrative Fees. Failure to provide a Sales Report or pay Administrative Fees within the time and in the manner specified herein shall be regarded as a material breach under this Agreement and if not cured within thirty (30) days of written notice to Supplier, shall be deemed a cause for termination of the Master Agreement at Lead Public Agency's sole discretion or this Agreement at U.S. Communities' sole discretion. All Administrative Fees not paid within thirty (30) days of the end of the previous calendar month shall bear interest at the rate of one and one-half percent (1.5%) per month until paid in full. ARTICLE VI MISCELLANEOUS 6.1 Entire Agreement. This Agreement supersedes any and all other agreements, either oral or in writing, between the parties hereto with respect to the subject matter hereof, and no other agreement, statement, or promise relating to the subject matter of this Agreement which is not contained herein shall be valid or binding. 62 6.2 Attorney's Fees. If any action at law or in equity is brought to enforce or interpret the provisions of this Agreement, the prevailing party shall be entitled to reasonable attorney's fees and costs in addition to any other relief to which such party may be entitled. 6.3 Assignment. (a) Su lier. Neither this Agreement nor any rights or obligations hereunder shall be assignable by Supplier without prior written consent of U.S. Communities, and any assignment without such consent shall be void. (b) U.S. Communities. This Agreement and any rights or obligations hereunder may be assigned by U.S. Communities in U.S. Communities' sole discretion, to an existing or newly established legal entity that has the authority and capacity to perform U.S. Communities' obligations hereunder. 6.4 Notices. All reports, notices or other communications given hereunder shall be delivered by first-class mail, postage prepaid, or overnight delivery requiring signature on receipt to the addresses as set forth below. U.S. Communities may, by written notice delivered to Supplier, designate any different address to which subsequent reports, notices or other communications shall be sent. U.S. Communities: U.S. Communities 2999 Oak Road, Suite 714 Walnut Creek, California 94597 Attn: Program Manager Administration Supplier: Attn: U.S. Communities Program Manager 6.5 Severability. If any provision of this Agreement shall be deemed to be, or shall in fact be, illegal, inoperative or unenforceable, the same shall not affect any other provision or provisions herein contained or render the same invalid, inoperative or unenforceable to any extent whatever. 6.6 Waiver. Any failure of a party to enforce, for any period of time, any of the provisions under this Agreement shall not be construed as a waiver of such provisions or of the right of said party thereafter to enforce each and every provision under this Agreement. 6.7 Counterparts. This Agreement may be executed in several counterparts, each of which shall be an original and all of which shall constitute but one and the same instrument. 6.8 Modifications. This Agreement may not be effectively amended, changed, modified, altered or terminated without the prior written consent of the parties hereto. 63 6.9 Governing Law,• Arbitration. This Agreement will be governed by and interpreted in accordance with the laws of the State of California without regard to any conflict of laws principles. Any dispute, claim, or controversy arising out of or relating to this Agreement or the breach, termination, enforcement, interpretation or validity thereof, including the determination of the scope or applicability of this dispute resolution clause, shall be determined by arbitration in Walnut Creek, California, before one (1) arbitrator. The arbitration shall be administered by JAMS pursuant to its Comprehensive Arbitration Rules and Procedures. Judgment on the award may be entered in any court having jurisdiction. This clause shall not preclude parties from seeking provisional remedies in aid of arbitration from a court of appropriate jurisdiction. The prevailing party will be entitled to recover its reasonable attorneys' fees and arbitration costs from the other party. The arbitration award shall be final and binding. Each party commits that prior to commencement of arbitration proceedings, the parties shall submit the dispute to JAMS for mediation. The parties will cooperate with JAMS and with one another in selecting a mediator from JAMS panel of neutrals, and in promptly scheduling the mediation proceedings. The parties covenant that they will participate in the mediation in good faith, and that they will share equally in its costs. The mediation will be conducted by each party designating a duly authorized officer or other representative to represent the party with the authority to bind the party, and that the parties agree to exchange informally such information as is reasonably necessary and relevant to the issues being mediated. All offers, promises, conduct, and statements, whether oral or written, made in the course of the mediation by any of the parties, their agents, employees, experts, and attorneys, and by the mediator or any JAMS employees, are confidential, privileged, and inadmissible for any purpose, including impeachment, in any arbitration or other proceeding involving the parties, provided that evidence that is otherwise admissible or discoverable shall not be rendered inadmissible or non - discoverable as a result of its use in the mediation. If the dispute is not resolved within thirty (30) days from the date of the submission of the dispute to mediation (or such later date as the parties may mutually agree in writing), the administration of the arbitration shall proceed. The mediation may continue, if the parties so agree, after the appointment of the arbitrator. Unless otherwise agreed by the parties, the mediator shall be disqualified from serving as arbitrator in the case. The pendency of a mediation shall not preclude a party from seeking provisional remedies in aid of the arbitration from a court of appropriate jurisdiction, and the parties agree not to defend against any application for provisional relief on the ground that a mediation is pending. 6.10 Successors and Assigns. This Agreement shall inure to the benefit of and shall be binding upon U.S. Communities, Supplier and any successor and assign thereto; subject, however, to the limitations contained herein. [Remainder of Page Intentionally Left Blank — Signatures Follow] No IN WITNESS WHEREOF, U.S. Communities has caused this Agreement to be executed in its name and Supplier has caused this Agreement to be executed in its name, all as of the date first written above. U.S. Communities: U.S. COMMUNITIES GOVERNMENT PURCHASING ALLIANCE By _ Name: Title: Supplier: By _ Name: Title: 65 SALES REPORT FORMAT Appendix B - US (Data Format) I SALES REPORT DATA FORMAT Column Name Required Data T Length Sales Report Template TIN Optional Ten 9 956000735 No Dash, Donotomt lead ng zero. Supplier ID TIN Supplier ID Account No. Agency Name Dept Name Address City State Zip Agency Type Year Otr Month Amount 956000735 160 89518997 CITY OF LA/MGNT EMPL SVCS Purchasing 555 RAMIREZ ST STE 312 LOS ANGELES CA 90012 20 2012 2 5 1525.50 ' 956000222 160 34868035 LOS ANGELES COUNTY Facilities 350 S FIGUEROA ST STE 700 LOS ANGELES CA 90071 30 2012 2 5 1603.64 ' 956000735 160 89496461 CITY OF LA/ENVIRON AFFAIR Purchasing 555 RAMIREZ ST STE 312 LOS ANGELES CA 90012 20 2012 2 5 1625.05 ' 956000735 160 89374835 CITY OF LA/COMMUNTY DEV Purchasing 555 RAMIREZ ST STE 312 LOS ANGELES CA 90012 20 2012 2 5 45090.79 ' 066002010 160 328MA0001053 GROTON TOWN OF PUBLIC WORKS Water 123 ASt GROTON CT 06340 20 2012 2 5 318.00 ' 066001854 160 328MA0001051 GROTON CITY OF Adrnnstration 123 ASt GROTON CT 06340 20 2012 2 5 21200 I SALES REPORT DATA FORMAT Column Name Required Data T Length Exam k Comment TIN Optional Ten 9 956000735 No Dash, Donotomt lead ng zero. Supplier ID Yes Number 3 111 See Supplier ID Table Below Account No. Ope nal Tent 25.. Depends on supoor account no. Agency Name Yes Test 255 max Los Angeles County Dept Name Optunal Told 255 max Purchasing Dept Address Yes Ten 255— 55maxCity City Yes Ten 255 max Los Angeles Must be a vad City name State Yes Ted 2 CA Zp Yes Ten 5 90071 No Dash, Do not aunt leader zero. Valid ap code Agency Type Yes Number 2 30 See Agency Type Table Below Year Yes Number 4 2010 Or, Yes Number 1 4 Month Yes Number 2 12 Ar t Yes Number variable 45090,79 Twod Tdecimai pant no Ssi nor commas • • Agency Type Table Agency Type lD Agency Type Description 10. K-12.... 11 Community Collage '.. 12. Cdlega and Unimshy.. 20 City 21 CRY special District. .,.. 22 Consolidated City/County, 30 County. 31 County Special District 40. Federal 41 Crown Corporations 'so Housing Authority 80 State Agency 81. indepandenl Special District 82 Non -Profit 84 met • • Attachment 5 — State Notice Addendum Pursuant to certain state notice provisions the following public agencies and political subdivisions of the referenced public agencies are eligible to access the contract award made pursuant to this solicitation. Public agencies and political subdivisions are hereby given notice of the foregoing request for proposal for purposes of complying with the procedural requirements of said statutes: Nationwide: http://www.usa.gov/Agencies//]Local Government/Cities.shtml Other states: State of Oregon, State of Hawaii, State of Washington 67 H awl Hickam AFB Account Type Hl Counties, Cines, Colleges, Hilo Holualoa Hawaii County Honaunau Honolulu County Honokaa Kauai County Honolulu Maui County Honomu Kalawao County Hoolehua Aiea Kaaawa Anahola Kahuku Barbers Point N A S Kahului Camp H M Smith Kailua Captain Cook Kailua Kona Eleele Kalaheo Ewa Beach Kalaupapa Fort Shafter Kamuela Haiku Kaneohe Hakalau Kapaa Haleiwa Kapaau Hana Kapolei Hanalei Kaumakani Hanamaulu Kaunakakai Hanapepe Kawela Bay Hauula Keaau Hawaii National Park Kealakekua Hawaiian Ocean View Kealia 67 Keauhou Pepeekeo Kekaha Princeville Kihei Pukalani Kilauea Puunene Koloa Schofield Barracks Kualapuu Tripler Army Medical Center Kula Volvano Kunia Wahiawa Kurtistown Waialua Lahaina Waianae Laie Waikoloa Lanai City Wailuku Laupahoehoe Waimanalo Lawai Waimea Lihue Waipahu M C B H Kaneohe Bay Wake Island Makawao Wheeler Army Airfield Makaweli Brigham Young University - Hawaii Maunaloa Chaminade University of Honolulu Mililani Hawaii Business College Mountain View Hawaii Pacific University Naalehu Hawaii Technology Institute Ninole Heald College - Honolulu Ocean View Remington College - Honolulu Campus Ookala University of Phoenix - Hawaii Campus Paauhau Hawaii Community College Paauilo Honolulu Community College Pahala Kapiolani Community College Pahoa Kauai Community College Paia Leeward Community College Papaaloa Maui Community College Papaikou University of Hawaii at Hilo Pearl City University of Hawaii at Manoa Pearl Harbor Windward Community College M". Malama Honua Public Charter School STJOHN THE BAPTIST Waimanalo Elementary and Intermediate School Kailua High School PACIFIC BUDDHIST ACADEMY HAWAII TECHNOLOGY ACADEMY CONGREGATION OF CHRISTIAN BROTHERS OF HAWAII, INC. MARYKNOLL SCHOOL ISLAND SCHOOL STATE OF HAWAII, DEPT. OF EDUCATION KE KULA 0 S. M. KAMAKAU KAMEHAMEHA SCHOOLS HANAHAU'OLI SCHOOL EMMANUAL LUTHERAN SCHOOL School Lunch Program Our Savior Lutheran School BOARD OF WATER SUPPLY MAUI COUNTY COUNCIL Kauai County Council Honolulu Fire Department COUNTY OF MAUI Lanai Community Health Center Maui High Band Booster Club Naalehu Assembly of God outrigger canoe club One Kalakaua Native Hawaiian Hospitality Association St. Theresa School Hawaii Peace and Justice Kauai Youth Basketball Association NA HALE 0 MAUI LEEWARD HABITAT FOR HUMANITY WAIANAE COMMUNITY OUTREACH NA LEI ALOHA FOUNDATION HAWAII FAMILY LAW CLINIC DBA ALA KUOLA BUILDING INDUSTRY ASSOCIATION OF HAWAII UNIVERSITY OF HAWAII FEDERAL CREDIT UNION LANAKILA REHABILITATION CENTER INC. POLYNESIAN CULTURAL CENTER CTR FOR CULTURAL AND TECH INTERCHNG BETW EAST AND WEST BISHOP MUSEUM ALOCHOLIC REHABILITATION SVS OF HI INC DBA HINA MAUKA ASSOSIATION OF OWNERS OF KUKUI PLAZA MAUI ECONOMIC DEVELOPMENT BOARD NETWORK ENTERPRISES, INC. HONOLULU HABITAT FOR HUMANITY ALOHACARE ORI ANUENUE HALE, INC. IUPAT, DISTRICT COUNCIL 50 GOODWILL INDUSTRIES OF HAWAII, INC. HAROLD K.L. CASTLE FOUNDATION MAUI ECONOMIC OPPORTUNITY, INC. EAH, INC. PARTNERS IN DEVELOPMENT FOUNDATION HABITAT FOR HUMANITY MAUI W. M. KECK OBSERVATORY HAWAII EMPLOYERS COUNCIL HAWAII STATE FCU MAUI COUNTY FCU PUNAHOU SCHOOL YMCA OF HONOLULU EASTER SEALS HAWAII AMERICAN LUNG ASSOCIATION Hawaii Area Committee READ TO ME INTERNATIONAL FOUNDATION MAUI FAMILY YMCA WAILUKU FEDERAL CREDIT UNION ST. THERESA CHURCH HALE MAHAOLU West Maui Community Federal Credit Union Hawaii Island Humane Society Kama'aina Care Inc International Archaeological Research Institute, Inc. Community Empowerment Resources Tutu and Me Traveling Preschool First United Methodist Church AOAO Royal Capitol Plaza Kumpang Lanai Child and Family Service MARINE SURF WAIKIKI, INC. Hawaii Health Connector Hawaii Carpenters Market Recovery Program Fund Puu Heleakala Community Association Saint Louis School Kailua Racquet Club, Ltd. Homewise Inc. Hawaii Baptist Academy Kroc Center Hawaii Kupu University of the Nations ARGOSY UNIVERSITY HAWAII PACIFIC UNIVERSITY UNIVERSITY OF HAWAII AT MANOA RESEARCH CORPORATION OF THE UNIVERSITY OF HAWAII BRIGHAM YOUNG UNIVERSITY- HAWAII University Clinical Research and Association CHAMINADE UNIVERSITY OF HONOLULU Hawaii Information Consortium Leeward Community Church E Malama In Keiki 0 Lanai Keawala'i Congregational Church Lanai Community Hospital Angels at Play Preschool & Kindergarten Queen Emma Gardens AOAO Honolulu Community College COLLEGE OF THE MARSHALL ISLANDS DOT Airports Division Hilo International Airport Judiciary - State of Hawaii ADMIN. SERVICES OFFICE SOH -JUDICIARY CONTRACTS AND PURCH STATE DEPARTMENT OF DEFENSE HAWAII CHILD SUPPORT ENFORCEMENT AGENCY HAWAII HEALTH SYSTEMS CORPORATION HAWAII AGRICULTURE RESEARCH CENTER STATE OF HAWAII Third Judicial Circuit - State of Hawaii CITY AND COUNTY OF HONOLULU Lanai Youth Center US Navy Defense Information System Agency VALLEY CATHOLIC SCHL CROOK COUNTY SCHOOL DISTRICT CORBETT SCHL DIST #39 Bethel School District #52 St. Therese Parish/School Portland YouthBuilders Wallowa County ESD Fern Ridge School District 28J Knova Learning New Horizon Christian School MOLALLA RIVER ACADEMY HIGH DESERT EDUCATION SERVICE DISTRICT SOUTHWEST CHARTER SCHOOL WHITEAKER MONTESSORI SCHOOL CASCADES ACADEMY OF CENTRAL OREGON NEAH-KAH-NIE DISTRICT NO.56 INTER MOUNTAIN ESD STANFIELD SCHOOL DISTRICT LA GRANDE SCHOOL DISTRICT 70 CASCADE SCHOOL DISTRICT DUFUR SCHOOL DISTRICT NO.29 hillsboro school district GASTON SCHOOL DISTRICT 511J BEAVERTON SCHOOL DISTRICT COUNTY OF YAMHILL SCHOOL DISTRICT 29 WILLAMINA SCHOOL DISTRICT MCMINNVILLE SCHOOL DISTRICT NO.40 Sheridan School District 48J THE CATLIN GABEL SCHOOL NORTH WASCO CTY SCHOOL DISTRICT 21- CHENOWITH CENTRAL CATHOLIC HIGH SCHOOL CANYONVILLE CHRISTIAN ACADEMY OUR LADY OF THE LAKE SCHOOL NYSSA SCHOOL DISTRICT NO. 26 ARLINGTON SCHOOL DISTRICT NO. 3 LIVINGSTONE ADVENTIST ACADEMY Santiam Canyon SD 129J WEST HILLS COMMUNITY CHURCH BANKS SCHOOL DISTRICT WILLAMETTE EDUCATION SERVICE DISTRICT BAKER COUNTY SCHOOL DIST. 16J - MALHEUR ESD HARNEY EDUCATION SERVICE DISTRICT GREATER ALBANY PUBLIC SCHOOL DISTRICT LAKE OSWEGO SCHOOL DISTRICT 7J SOUTHERN OREGON EDUCATION SERVICE DISTRICT SILVER FALLS SCHOOL DISTRICT St Helens School District DAYTON SCHOOL DISTRICT NO.8 Amity School District 4-J SCAPPOOSE SCHOOL DISTRICT 1.1 REEDSPORT SCHOOL DISTRICT FOREST GROVE SCHOOL DISTRICT DAVID DOUGLAS SCHOOL DISTRICT LOWELL SCHOOL DISTRICT NO.71 TIGARD-TUALATIN SCHOOL DISTRICT SHERWOOD SCHOOL DISTRICT 88J RAINIER SCHOOL DISTRICT NORTH CLACKAMAS SCHOOL DISTRICT MONROE SCHOOL DISTRICT N0.1J CHILDPEACE MONTESSORI HEAD START OF LANE COUNTY HARNEY COUNTY SCHOOL DIST. NO.3 NESTUCCA VALLEY SCHOOL DISTRICT NO.101 ARCHBISHOP FRANCIS NORBERT BLANCHET SCHOOL LEBANON COMMUNITY SCHOOLS NO.9 MT.SCOTT LEARNING CENTERS SEVEN PEAKS SCHOOL DE LA SALLE N CATHOLIC HS MULTISENSORY LEARNING ACADEMY MITCH CHARTER SCHOOL REALMS CHARTER SCHOOL BAKER SCHOOL DISTRICT 5-J PHILOMATH SCHOOL DISTRICT CLACKAMAS EDUCATION SERVICE DISTRICT CANBY SCHOOL DISTRICT OREGON TRAIL SCHOOL DISTRICT NO.46 WEST LINN WILSONVILLE SCHOOL DISTRICT MOLALLA RIVER SCHOOL DISTRICT NO.35 ESTACADA SCHOOL DISTRICT NO.108 GLADSTONE SCHOOL DISTRICT ASTORIA SCHOOL DISTRICT 1C SEASIDE SCHOOL DISTRICT 10 NORTHWEST REGIONAL EDUCATION SERVICE DISTRICT VERNONIA SCHOOL DISTRICT 47J SOUTH COAST EDUCATION SERVICE DISTRICT COOS BAY SCHOOL DISTRICT NO.9 COOS BAY SCHOOL DISTRICT NORTH BEND SCHOOL DISTRICT 13 COQUILLE SCHOOL DISTRICT 8 MYRTLE POINT SCHOOL DISTRICT NO.41 BANDON SCHOOL DISTRICT BROOKING HARBOR SCHOOL DISTRICT NO.17- C REDMOND SCHOOL DISTRICT DESCHUTES COUNTY SD NO.6 - SISTERS SD DOUGLAS EDUCATION SERVICE DISTRICT ROSEBURG PUBLIC SCHOOLS GLIDE SCHOOL DISTRICT NO.12 SOUTH UMPQUA SCHOOL DISTRICT#19 YONCALLA SCHOOL DISTRICT NO.32 ELKTON SCHOOL DISTRICT NO.34 DOUGLAS COUNTY SCHOOL DISTRICT 116 71 HOOD RIVER COUNTY SCHOOL DISTRICT Salem-Keizer 241 PHOENIX-TALENT SCHOOL DISTRICT NO.4 McKay High School CENTRAL POINT SCHOOL DISTRICT NO. 6 Pine Eagle Charter School JACKSON CO SCHOOL DIST NO.9 Waldo Middle School ROGUE RIVER SCHOOL DISTRICT NO.35 hermiston school district MEDFORD SCHOOL DISTRICT 549C Clear Creek Middle School CULVER SCHOOL DISTRICT NO. Marist High School JEFFERSON COUNTY SCHOOL DISTRICT 509-J Victory Academy GRANTS PASS SCHOOL DISTRICT 7 Vale School District No. 84 LOST RIVER JR/SR HIGH SCHOOL St. Mary School KLAMATH FALLS CITY SCHOOLS Junction City High School LANE COUNTY SCHOOL DISTRICT 41 Three Rivers School District SPRINGFIELD SCHOOL DISTRICT NO.19 Fern Ridge School District CRESWELL SCHOOL DISTRICT JESUIT HIGH SCHL EXEC OFC SOUTH LANE SCHOOL DISTRICT 45.13 LASALLE HIGH SCHOOL LANE COUNTY SCHOOL DISTRICT 69 Southwest Christian School SIUSLAW SCHOOL DISTRICT Willamette Christian School SWEET HOME SCHOOL DISTRICT NO.55 Westside Christian High School LINN CO. SCHOOL DIST. 95C - SCIO SD CS LEWIS ACADEMY ONTARIO MIDDLE SCHOOL Portland America School GERVAIS SCHOOL DIST. #1 Forest Hills Lutheran School NORTH SANTIAM SCHOOL DISTRICT 29J Mosier Community School JEFFERSON SCHOOL DISTRICT Koreducators Lep High SALEM-KEIZER PUBLIC SCHOOLS Warrenton Hammond School District MT. ANGEL SCHOOL DISTRICT NO.91 Sutherlin School District MARION COUNTY SCHOOL DISTRICT 103 - Malheur Elementary School District WASHINGTON ES Ontario School District MORROW COUNTY SCHOOL DISTRICT Parkrose School District 3 MULTNOMAH EDUCATION SERVICE DISTRICT Riverdale School District 511 Tillamook School District GRESHAM-BARLOW SCHOOL DISTRICT Madeleine School DALLAS SCHOOL DISTRICT NO. 2 Union School District CENTRAL SCHOOL DISTRICT 13J Helix School District St. Mary Catholic School Corvallis School District 5091 CROSSROADS CHRISTIAN SCHOOL Falls City School District #57 ST. ANTHONY SCHOOL Portland Christian Schools HERITAGE CHRISTIAN SCHOOL LUCKIAMUTE VALLEY CHARTER SCHOOLS BEND-LA PINE SCHOOL DISTRICT Deer Creek Elementary School GLENDALE SCHOOL DISTRICT Yamhill Carlton School District LINCOLN COUNTY SCHOOL DISTRICT HARRISBURG SCHL DIST PORTLAND PUBLIC SCHOOLS CENTRAL CURRY SCHL DIST#1 REYNOLDS SCHOOL DISTRICT BNAI BRITH CAMP CENTENNIAL SCHOOL DISTRICT OREGON FOOD BANK NOBEL LEARNING COMMUNITIES ABIQUA SCHL St. Stephen's Academy Salem keizar school district 72 Athena Weston School District 29RJ Imbler School District #11 monument school St. Paul School District St Paul Parish School EagleRidge High School Northwest Academy Sunny Wolf Charter School MCKENZIE SCHOOL DISTRICT 068 L'Etoiile French Immersion School LA GRANDE SCHOOL DISTRICT 001 Marist Catholic High School Elgin school dist. PLEASANT HILL SCH DIST #1 Ukiah School District 80R North Powder Charter School French American School Mastery Learning Institute North Lake School District 14 Early College High School GILLIAM COUNTY OREGON HOUSING AUTHORITY OF CLACKAMAS COUNTY UMATILLA COUNTY, OREGON MULTNOMAH LAW LIBRARY clackamas county CLATSOP COUNTY COLUMBIA COUNTY, OREGON coos county CROOK COUNTY ROAD DEPARTMENT CURRY COUNTY OREGON DESCHUTES COUNTY GILLIAM COUNTY GRANT COUNTY, OREGON HARNEY COUNTY SHERIFFS OFFICE HOOD RIVER COUNTY jackson county josephine county klamath county LANE COUNTY LINN COUNTY MARION COUNTY, SALEM, OREGON MULTNOMAH COUNTY SHERMAN COUNTY WASCO COUNTY YAMHILL COUNTY WALLOWA COUNTY ASSOCIATION OF OREGON COUNTIES NAMI LANE COUNTY BENTON COUNTY DOUGLAS COUNTY JEFFERSON COUNTY LAKE COUNTY LINCOLN COUNTY POLK COUNTY UNION COUNTY WASHINGTON COUNTY MORROW COUNTY NORCOR Juvenile Detention Tillamook County Estuary Job Council BAKER CNTY GOVT TILLAMOOK CNTY Wheeler County Lane County Sheriff's Office Clackamas County Juvenile Dept Tamarack Aquatic Center Seven Feathers Casino St Paul Baptist Church Long Tom Watershed Council San Martin Deporres Catholic Church Portland Parks Foundation Cedar Hills Baptist Church Unitarian Universalist Church in Eugene Emmanuel Bible Church Mt Emily Safe Center Salem First Presbyterian Church Rolling Hills Baptist Church Baker Elks Gates Community Church of Christ PIP Corps LLC Turtle Ridge Wildlife Center Grande Ronde Model Watershed Foundation Western Environmental Law Center Mercy Flights, Inc. 73 HHoly Trinity Greek Orthodox Cathedral MECOP Inc. Beaverton Christians Church Oregon Humanities St. Pius X School Community Connection of Northeast Oregon, Inc. Living Opportunities, Inc. Coos Art Museum OETC Blanchet House of Hospitality Merchants Exchange of Portland, Oregon Coalition for a Livable Future Central Oregon Visitors Association Soroptimist International of Gold Beach, OR Real Life Christian Church Delphian School AVON EPUD-Emerald People's Utility District Human Solutions, Inc. The Wallace Medical Concern Boys & Girls Club of Salem, Marion & Polk Counties The Ross Ragland Theater and Cultural Center Cascade Health Solutions Umpqua Community Health Center ALZHEIMERS NETWORK OF OREGON NATIONAL WILD TURKEY FEDERATION TILLAMOOK ESTUARIES PARTNERSHIP LIFEWORKS NW COLLEGE HOUSING NORTHWEST PARALYZED VETERANS OF AMERICA Independent Development Enterprise Alliance MID -WILLAMETTE VALLEY COMMUNITY ACTION AGENCY, INC HALFWAY HOUSE SERVICES, INC. REDMOND PROFICIENCY ACADEMY OHSU FOUNDATION SHELTERCARE PRINGLE CREEK SUSTAINABLE LIVING CENTER PACIFIC INSTITUTES FOR RESEARCH Mental Health for Children, Inc. The Dreaming Zebra Foundation LAUREL HILL CENTER THE OREGON COMMUNITY FOUNDATION OCHIN WE CARE OREGON SE WORKS ENTERPRISE FOR EMPLOYMENT AND EDUCATION OMNIMEDIX INSTITUTE PORTLAND BUSINESS ALLIANCE GATEWAY TO COLLEGE NATIONAL NETWORK FOUNDATIONS FOR A BETTER OREGON GOAL ONE COALITION ATHENA LIBRARY FRIENDS ASSOCIATION Coastal Family Health Center CENTER FOR COMMUNITY CHANGE STAND FOR CHILDREN ST. VINCENT DEPAUL OF LANE COUNTY EAST SIDE FOURSQUARE CHURCH CORVALLIS MOUNTAIN RESCUE UNIT InventSuccess SHERIDAN JAPANESE SCHOOL FOUNDATION The Blosser Center for Dyslexia Resources MOSAIC CHURCH HOUSING AUTHORITY OF LINCOLN COUNTY RENEWABLE NORTHWEST PROJECT INTERNATIONAL SUSTAINABLE DEVELOPMENT FOUNDATION CONSERVATION BIOLOGY INSTITUTE THE NATIONAL ASSOCIATION OF CREDIT MANAGEMENT -OREGON, INC. BLACHLY LANE ELECTRIC COOPERATIVE MORNING STAR MISSIONARY BAPTIST CHURCH NORTHWEST FOOD PROCESSORS ASSOCIATION INDEPENDENT INSURANCE AGENTS AND BROKERS OF OREGON OREGON EDUCATION ASSOCIATION HEARING AND SPEECH INSTITUTE INC SALEM ELECTRIC MORRISON CHILD AND FAMILY SERVICES JUNIOR ACHIEVEMENT CENTRAL BIBLE CHURCH 74 MID COLUMBIA MEDICAL CENTER-GREAT'N SMALL TRILLIUM FAMILY SERVICES, INC. YWCA SALEM PORTLAND ART MUSEUM SAINTJAMES CATHOLIC CHURCH SOUTHERN OREGON HUMANE SOCIETY VOLUNTEERS OF AMERICA OREGON CENTRAL DOUGLAS COUNTY FAMILY YMCA METROPOLITAN FAMILY SERVICE OREGON MUSUEM OF SCIENCE AND INDUSTRY FIRST UNITARIAN CHURCH ST. ANTHONY CHURCH Good Shepherd Medical Center Salem Academy GEN CONF OF SDA CHURCH WESTERN OR PORTLAND ADVENTIST ACADEMY ST VINCENT DE PAUL OUTSIDE IN UNITED CEREBRAL PALSY OF OR AND SW WA WILLAMETTE VIEW INC. PORTLAND HABILITATION CENTER, INC. OREGON STATE UNIVERSITY ALUMNI ASSOCIATION Rose Villa NORTHWEST LINE JOINT APPRENTICESHIP & TRAINING COMMITTEE BOYS AND GIRLS CLUBS OF PORTLAND METROPOLITAN AREA Oregon Research Institute WILLAMETTE LUTHERAN HOMES, INC LANE MEMORIAL BLOOD BANK PORTLAND JEWISH ACADEMY LANECO FEDERAL CREDIT UNION GRANT PARK CHURCH ST. MARYS OF MEDFORD, INC. US CONFERENCE OF MENONNITE BRETHREN CHURCHES FAITHFUL SAVIOR MINISTRIES OREGON CITY CHURCH OF THE NAZARENE OREGON COAST COMMUNITY ACTION EDUCATION NORTHWEST COMMUNITY ACTION TEAM, INC. EUGENE SYMPHONY ASSOCIATION, INC. STAR OF HOPE ACTIVITY CENTER INC. SPARC ENTERPRISES SOUTHERN OREGON CHILD AND FAMILY COUNCIL, INC. SALEM ALLIANCE CHURCH Lane Council of Governments FORD FAMILY FOUNDATION TRAILS CLUB NEWBERG FRIENDS CHURCH WOODBURN AREA CHAMBER OF COMMERCE CONTEMPORARY CRAFTS MUSEUM AND GALLERY CITY BIBLE CHURCH OREGON LIONS SIGHT & HEARING FOUNDATION PORTLAND WOMENS CRISIS LINE THE SALVATION ARMY - CASCADE DIVISION WILLAMETTE FAMILY WHITE BIRD CLINIC GOODWILL INDUSTRIES OF LANE AND SOUTH COAST COUNTIES PLANNED PARENTHOOD OF SOUTHWESTERN OREGON HOUSING NORTHWEST OREGON ENVIRONMENTAL COUNCIL MEALS ON WHEELS PEOPLE, INC. FAITH CENTER Bob Belloni Ranch, Inc. GOOD SHEPHERD COMMUNITIES SACRED HEART CATHOLIC DAUGHTERS HELP NOW! ADVOCACY CENTER TENAS ILLAHEE CHILDCARE CENTER SUNRISE ENTERPRISES LOOKING GLASS YOUTH AND FAMILY SERVICES SERENITY LANE EAST HILL CHURCH LA GRANDE UNITED METHODIST CHURCH COAST REHABILITATION SERVICES Edwards Center Inc ALVORD-TAYLOR INDEPENDENT LIVING SERVICES NEW HOPE COMMUNITY CHURCH 75 KLAMATH HOUSING AUTHORITY QUADRIPLEGICS UNITED AGAINST DEPENDENCY, INC. SPONSORS, INC. COLUMBIA COMMUNITY MENTAL HEALTH ADDICTIONS RECOVERY CENTER, INC METRO HOME SAFETY REPAIR PROGRAM OREGON SUPPORTED LIVING PROGRAM SOUTH COAST HOSPICE, INC. ALLFOURONE/CRESTVIEW CONFERENCE CTR The International School REBUILDING TOGETHER - PORTLAND INC. PENDLETON ACADEMIES PACIFIC FISHERY MANAGEMENT COUNCIL DOGS FOR THE DEAF, INC. PUBLIC DEFENDER SERVICES OF LANE COUNTY, INC. EMMAUS CHRISTIAN SCHOOL DELIGHT VALLEY CHURCH OF CHRIST SAINT CATHERINE OF SIENA CHURCH PORT CITY DEVELOPMENT CENTER VIRGINIA GARCIA MEMORIAL HEALTH CENTER CENTRAL CITY CONCERN CANBY FOURSQUARE CHURCH EMERALD PUD VERMONT HILLS FAMILY LIFE CENTER BENTON HOSPICE SERVICE INTERNATIONAL SOCIETY FOR TECHNOLOGY IN EDUCATION COMMUNITY CANCER CENTER OPEN MEADOW ALTERNATIVE SCHOOLS, INC. CASCADIA BEHAVIORAL HEALTHCARE WILD SALMON CENTER BROAD BASE PROGRAMS INC. SUNNYSIDE FOURSQUARE CHURCH TRAINING EMPLOYMENT CONSORTIUM RELEVANT LIFE CHURCH 2111NFO SOLARISE CHURCH LIVING WAY FELLOWSHIP Women's Safety & Resource Center SEXUAL ASSAULT RESOURCE CENTER I RCO NORTHWEST YOUTH CORPS TILLAMOOK CNTY WOMENS CRISIS CENTER SECURITY FIRST CHILD DEVELOPMENT CENTER CLASSROOM LAW PROJECT YOUTH GUIDANCE ASSOC. PREGNANCY RESOUCE CENTERS OF GRETER PORTLAND ELMIRA CHURCH OF CHRIST JASPER MOUNTAIN ACUMENTRA HEALTH WORKSYSTEMS INC COVENANT CHRISTIAN HOOD RIVER OREGON DONOR PROGRAM NAMI OREGON OLIVET BAPTIST CHURCH SILVERTON AREA COMMUNITY AID CONFEDERATED TRIBES OF GRAND RONDE NEIGHBORIMPACT CATHOLIC COMMUNITY SERVICES NEW AVENUES FOR YOUTH INC LA CLINICA DEL CARINO FAMILY HEALTH CARE CENTER DECISION SCIENCE RESEARCH INSTITUTE, INC. WESTERN STATES CENTER HIV ALLIANCE, INC PARTNERSHIPS IN COMMUNITY LIVING, INC. FANCONI ANEMIA RESEARCH FUND INC. BLIND ENTERPRISES OF OREGON OREGON BALLET THEATRE SMART All God's Children International FARMWORKER HOUISNG DEV CORP UMPQUA COMMUNITY DEVELOPMENT CORPORATION REGIONAL ARTS AND CULTURE COUNCIL THE EARLY EDUCATION PROGRAM, INC. MACDONALD CENTER EVERGREEN AVIATION MUSEUM AND CAP. MICHAEL KING. SELF ENHANCEMENT INC. FRIENDS OF THE CHILDREN 76 SOUTH LANE FAMILY NURSERY DBA FAMILY RELIEF NURSE COMMUNITY VETERINARY CENTER PORTLAND SCHOOLS FOUNDATION SUSTAINABLE NORTHWEST OREGON DEATH WITH DIGNITY BIRCH COMMUNITY SERVICES, INC. BAY AREA FIRST STEP, INC. OSLC COMMUNITY PROGRAMS EN AVANT, INC. ASHLAND COMMUNITY HOSPITAL NORTHWEST ENERGY EFFICIENCY ALLIANCE BONNEVILLE ENVIRONMENTAL FOUNDATION SUMMIT VIEW COVENANT CHURCH SALMON -SAFE INC. BETHEL CHURCH OF GOD PROVIDENCE HOOD RIVER MEMORIAL HOSPITAL SAINT ANDREW NATIVITY SCHOOL BARLOW YOUTH FOOTBALL SPOTLIGHT THEATRE OF PLEASANT HILL FAMILIES FIRST OF GRANT COUNTY, INC. TOUCHSTONE PARENT ORGANIZATION CANCER CARE RESOURCES CASCADIA REGION GREEN BUILDING COUNCIL SHERMAN DEVELOPMENT LEAGUE, INC. SCIENCEWORKS WORD OF LIFE COMMUNITY CHURCH SOCIAL VENTURE PARTNERS PORTLAND OREGON PROGRESS FORUM CENTER FOR RESEARCH TO PRACTICE WESTERN RIVERS CONSERVANCY UNITED WAY OF THE COLUMBIA WILLAMETTE EUGENE BALLET COMPANY EAST WEST MINISTRIES INTERNATIONAL SISKIYOU INITIATIVE EDUCATIONAL POLICY IMPROVEMENT CENTER North Pacific District of Foursquare Churches CATHOLIC CHARITIES FIRST CHURCH OF THE NAZARENE WESTSIDE BAPTIST CHURCH Housing Development Center Little Promises Chlildren's Program UNION GOSPEL MISSION GRACE BAPTIST CHURCH COMMUNITY ACTION ORGANIZATION OUTSIDE IN MAKING MEMORIES BREAST CANCER FOUNDATION, INC. ELAW COMMUNITY HEALTH CENTER, INC Greater Portland INC Boys & Girls Club of Corvallis Southeast Uplift Neighborhood Coalition First United Presbyterian Church PDX Wildlife Jackson -Josephine 4-C Council North Coast Family Fellowship Childswork Learning Center New Artists Performing Arts Productions, Inc. Relief Nursery Viking Sal Senior Center Boys and Girls Club of the rogue valley DrupalCon Inc., DBA Drupal Association Albany Partnership for Housing and Community Development Hermiston Christian Center & School Dress for Success Oregon Beaverton Rock Creek Foursquare Church St Paul Catholic Church St Mary's Catholic School and Parish Polk Soil and Water Conservation District Street Ministry La Grande Church of the Nazarene Spruce Villa, Inc. House of Prayer for All Nations Sacred Heart Catholic Church African American Health Coaliton, Inc. Happy Canyon Company Village Home Education Resource Center Monet's Children's Circle Cascade Housing Association Dayspring Fellowship Northwest Habitat Institute 77 Winding Waters Medical Clinic First Baptist Church The Nature Conservancy, Willamette Valley Field Office Serenity Lane Health Services Portland Community Reinvestment Initiatives, Inc. GeerCrest Farm & Historical Society College United Methodist Church NEDCO Salem Evangelical Church Daystar Education, Inc. Oregon Social Learning Center Pain Society of Oregon environmental law alliance worldwide Community in Action Safe Harbors FIRST CHRISTIAN CHURCH Pacific Classical Ballet Depaul Industries African American Health Coalition Jesus Prayer Book Coalition Of Community Health River Network CCI Enterprises Inc Oregon Nurses Association GOODWILL INDUSTRIES OF THE COLUMBIA WILLAMETTE Mount Angel Abbey YMCA OF ASHLAND YMCA OF COLUMBIA -WILLAMETTE ASSOCIATION SERVICES Multnomah Law Library Friends Of Tryon Creek State P Ontrack Inc. Calvin Presbyterian Church HOLT INTL CHILD St John The Baptist Catholic Portland Foursquare Church Portland Christian Center Church Extension Plan Occu Afghanistan Relief Effort EUGENE FAMILY YMCA Christ The King Parish and School Newberg Christian Church First United Methodist Church Zion Lutheran Church Southwest Bible Church Community Works Inc Masonic Lodge Pearl 66 Molalla Nazarene Church Transition Projects, Inc St Michaels Episcopal Church Saint Johns Catholich Church Access Inc Community Learning Center Old Mill Center for Children and Families Sunny Oaks Inc Hospice Center Bend La Pine Westside Foursquare Church Relief Nursery Inc Morning Star Community Church MULTNOMAH DEFENDERS INC Providence Health System Holy Trinity Catholic Church Holy Redeemer Catholic Church Alliance Bible Church Mid Columbia Childrens Council HUMANE SOCIETY OF REDMOND Our Redeemer Lutheran Church Kbps Public Radio Skyball Salem Keizer Youth Bas Open Technology Center Grace Chapel CHILDREN'S MUSEUM 2ND Solid Rock West Chehalem Friends Church Guide Dogs For The Blind Aldersgate Camps and Retreats St. Katherine's Catholic Church The Alliance NW of the Christian & Missionary Alliance Bags of Love Grand View Baptist Church Green Electronics Council Scottish Rite Western Wood Products Association THE NEXT DOOR NATIONAL PSORIASIS FOUNDATION NEW BEGINNINGS CHRISTIAN CENTER 78 HIGHLAND UNITED CHURCH OF CHRIST OREGON REPERTORY SINGERS HIGHLAND HAVEN FAIR SHARE RESEARCH AND EDUCATION FUND Oregon Satsang Society, Inc., A chartered Affiliate of ECKANKAR , ECKA First Baptist Church of Enterprise The Canby Center Instituto de Cultura y Arte In Xochitl In Cuicatl OSLC COMMUNITY PROGRAMS OCP Oregon Nikkei Endowment Eastern Oregon Alcoholism Foundation Grantmakers for Education The Spiral Gallery The ALS Association Oregon and SW Washington Chapter Children's Relief Nursery Home Builders World of Speed Energy Trust of Oregon Oregon Psychoanalytic Center Store to Door Depaul Industries North Coast Christian Church Union County Economic Development Corp. Camelto Theatre Company Camp Fire Columbia TAKE 111 OUTREACH Rolling Hills Community Church Summa Institute Amani Center Billy Webb Elks lodge #1050 Sandy Seventh -day Adventist Church Muddy Creek Charter School A FAMILY FOR EVERY CHILD 1000 FRIENDS OF OREGON NONPROFIT ASSOCIATION OF OREGON FAMILY CARE INC MEDICAL TEAMS INTL Clean Slate Canine Rescue & Rehabilitation St. Martins Episcopal church Food for Lane County columbia gorge discovery center and museum NAMI of Washington County The Dalles Art Association Temple Beth Israel Willamette Leadership Academy/Pioneer Youth Corps Of Oregon Rose Haven Sexual Assault Support Services Rural Development Initiatives YMCA of Marion and Polk Counties Faith Christian Fellowship Fund For Christian Charity Deer Meadow Assisted Living Umpqua Basin Water Association The Church of Christ of Latter Day Saints 300 Main Inc Southwestern Oregon Public Defender Services, Inc. Albertina Kerr Centers Dufur Christian Church St. Matthew Catholic School Serendipity Center Inc Northwest Family Services Network Charter School Ride Connecton Parenting Now! USO Northwest Norkenzie Christian Church Center for Family Development West Salem Foursquare Church Mount Pisgah Arboretum Lower Columbia Estuary Partnership Oasis Shelter Home Nehalem Bay House p:ear Health Share of Oregon St. Peter Catholic Church Mid Willamette Valley Community Action A Hope For Autism Foundation Breast Friends SEPTL Southeast Portland Tool Library National Christian Community Foundation Legal Aid Services of Oregon LITC Willamette Valley Babe Ruth 79 Center For Continuous Improvement SEIU Local 49 Emerald Media Group Trillium Sprigs Youth Dynamics Ashland Art Center Apostolic Church of Jesus Christ DOUGLAS FOREST PROTECTIVE Oregon Lyme Disease Network Ecotrust SPECIAL MOBILITY SERVICES Historical Outreach Foundation Teras Interventions and Counseling Inc Salem Area Chamber of Commerce First Congregational Chrch OREGON STATE FAIR Ronald McDonald House Charities of Oregon & Southwest Washington Center for Human Development Bridges to Change DePaul Treatment Centers, Inc. Mission Increase Foundation Curry Public Transit Inc THREE RIVERS CASINO Brookings Harbor Christian School Yamhill Community Care Organization Portland Japanese Garden The Madeleine Parish The Tucker -Maxon Oral School Southwest Neighborhoods, Inc Wallowa Valley Center For Wellness KIDS INTERVENTION AND DIAGNOSTIC CENTER Portland Yacht Club League of Women Voters United Way of Lane County Unithed Way Portland Oregon Visitors Association Southern Oregon Project Hope Our United Villages Samaritan Health Services Inc. Kilchis House Calvary Assembly of God Grace Lutheran School Western Mennonite School OEA CHOICE TRUST American Tinnitus Association Oregon Coast Aquarium, Inc. Unitus Community Credit Union St John the Baptist Greek Orthodox Church COLUMBIA PACIFIC ECONOMIC DEVELOPMENT DISTRICT OF OREGON Oregon Rural Electric Cooperative Association THE MILL CASINO Oregon State University Treasure Valley Community College Unviersity of Oregon OREGON UNIVERSITY SYSTEM WESTERN STATES CHIROPRACTIC COLLEGE GEORGE FOX UNIVERSITY LEWIS AND CLARK COLLEGE PACIFIC UNIVERSITY REED COLLEGE WILLAMETTE UNIVERSITY LINFIELD COLLEGE MULTNOMAH BIBLE COLLEGE NORTHWEST CHRISTIAN COLLEGE NATIONAL COLLEGE OF NATURAL MEDICINE BLUE MOUNTAIN COMMUNITY COLLEGE PORTLAND STATE UNIV. CLACKAMAS COMMUNITY COLLEGE MARYLHURST UNIVERSITY OREGON HEALTH AND SCIENCE UNIVERSITY BIRTHINGWAY COLLEGE OF MIDWIFERY pacific u UNIVERSITY OF OREGON CONCORDIA UNIV Marylhurst University Corban College Portland Actors Conservatory University Of Oregon Athletics Department Ecola Bible School Beta Omega Alumnae Oregon Institute of Technology EASTERN OREGON UNIVERSITY HE Clackamas River Water Providers eickhoff dev co inc The Klamath Tribe Life Flight Network LLC COVENANT RETIREMENT COMMUNITIES PENTAGON FEDERAL CREDIT UNION SAIF CORPORATION GREATER HILLSBORO AREA CHAMBER OF COMMERCE LANE ELECTRIC COOPERATIVE USAGENCIES CREDIT UNION DOUGLAS ELECTRIC COOPERATIVE, INC. ROGUE FEDERAL CREDIT UNION PACIFIC CASCADE FEDERAL CREDIT UNION LOCAL GOVERNMENT PERSONNEL INSTITUTE GRANTS PASS MANAGEMENT SERVICES, DBA SPIRIT WIRELESS Kartini Clinic OFFICE OF PUBLIC DEFENSE SERVICES Clatskanie People's Utility District Ricoh USA Heartfelt Obstetrics & Gynecology Coquille Economic Development Corporation Cintas CITY/COUNTY INSURANCE SERVICE COMMUNITY CYCLING CENTER Shangri La Portland Impact Eagle Fern Camp KLAMATH FAMILY HEAD START RIVER CITY DANCERS Oregon Permit Technical Association KEIZER EAGLES AERIE 3895 Pgma/Cathie Bourne Sunrise Water Burns Paiute Tribe Oregon Public Broadcasting La Grande Family Practice SELCO Community Credit Union Sphere MD sunrise water authority OREGON JUDICIAL DEPARTMENT Confederated Tribes of Warm Springs Halsey -Shedd Fire District Nez Perce Tribe Obsidian Urgent Care, P.C. First Presbyterian Church of La Grande CONFLUENCE ENVIRONMENTAL CENTE A&I Benefit Plan Administrators, Inc. crescent grove cemetery Molalla Rural Fire Protection District MONMOUTH - INDEPENDENCE NETWORK MALIN COMMUNITY PARK AND RECREATION DISTRICT TILLAMOOK PEOPLES UTILITY DISTRICT GLADSTONE POLICE DEPARTMENT GOLD BEACH POLICE DEPARTMENT THE NEWPORT PARK AND RECREATION CENTER RIVERGROVE WATER DISTRICT WEST VALLEY HOUSING AUTHORITY TUALATIN VALLEY FIRE & RESCUE GASTON RURAL FIRE DEPARTMENT CITY COUNTY INSURANCE SERVICES METRO SUNSET EMPIRE PARK AND RECREATION SPRINGFIELD UTILITY BOARD Tillamook Urban Renewal Agency Netarts Water District City of Nehalem Boardman Rural Fire Protection District Silverton Fire District Lewis and Clark Rural Fire Protection District Rainbow Water District Illinois Valley Fire District PORT OF TILLAMOOK BAY TRI -COUNTY HEALTH CARE SAFETY NET ENTERPRISE METROPOLITAN EXPOSITION -RECREATION COMMISSION 81 REGIONAL AUTOMATED INFORMATION NETWORK OAK LODGE WATER DISTRICT THE PORT OF PORTLAND WILLAMALANE PARK AND RECREATION DISTRICT TUALATIN VALLEY WATER DISTRICT UNION SOIL & WATER CONSERVATION DISTRICT LANE EDUCATION SERVICE DISTRICT TUALATIN HILLS PARK AND RECREATION DISTRICT PORT OF SIUSLAW CHEHALEM PARK AND RECREATION DISTRICT PORT OF ST HELENS LANE TRANSIT DISTRICT CENTRAL OREGON INTERGOVERNMENTAL COUNCIL HOODLAND FIRE DISTRICT NO.74 MID COLUMBIA COUNCIL OF GOVERNMENTS WEST MULTNOMAH SOIL AND WATER CONSERVATION DISTRICT SALEM AREA MASS TRANSIT DISTRICT Banks Fire District #13 KLAMATH COUNTY 9-1-1 GLENDALE RURAL FIRE DISTRICT COLUMBIA 911 COMMUNICATIONS DISTRICT CLACKAMAS RIVER WATER NW POWER POOL Lowell Rural Fire Protection District TriMet Transit Estacada Rural Fire District Keizer Fire District State Accident Insurance Fund Corporation Bend Metro Park & Recreation District Port of Hood River La Pine Park & Recreation District Siuslaw Public Library District Columbia River Fire & Rescue Fern Ridge Library District Seal Rock Water District Rockwood Water P.U.D. Tillamook Fire District Tillamook County Transportation Dist Central Lincoln People's Utility District Jefferson Park and Recreation City of Monmouth / Public Works McMinnville Police Department Brookings Fire / Rescue City of Veneta CITY OF DAMASCUS Hermiston Fire & Emergency Svcs CEDAR MILL COMMUNITY LIBRARY CITY OF LAKE OSWEGO EUGENE WATER & ELECTRIC BOARD LEAGUE OF OREGON CITIES CITY OF SANDY CITY OF ASTORIA OREGON CITY OF BEAVERTON CITY OF BOARDMAN CITY OF CANBY CITY OF CANYONVILLE CITY OF CENTRAL POINT POLICE DEPARTMENT CITY OF CLATSKANIE CITY OF CONDON CITY OF COOS BAY CITY OF CORVALLIS CITY OF CRESWELL CITY OF ECHO CITY OF ESTACADA CITY OF EUGENE CITY OF FAIRVIEW CITY OF GEARHART CITY OF GOLD HILL CITY OF GRANTS PASS CITY OF GRESHAM CITY OF HILLSBORO CITY OF HOOD RIVER CITY OF JOHN DAY CITY OF KLAMATH FALLS CITY OF LA GRANDE CITY OF MALIN CITY OF MCMINNVILLE CITY OF HALSEY 82 CITY OF MEDFORD CITY OF AURORA CITY OF MILL CITY THE CITY OF NEWPORT CITY OF MILWAUKIE CITY OF ALBANY CITY OF MORO CITY OF ASHLAND CITY OF MOSIER CITY OF LEBANON CITY OF NEWBERG CITY OF PORTLAND CITY OF OREGON CITY CITY OF SALEM CITY OF PILOT ROCK CITY OF SPRINGFIELD CITY OF POWERS CITY OF BURNS RAINIER POLICE DEPARTMENT CITY OF COTTAGE GROVE CITY OF REEDSPORT CITY OF DALLAS CITY OF RIDDLE CITY OF FALLS CITY CITY OF SCAPPOOSE CITY OF PHOENIX CITY OF SEASIDE CITY OF PRAIRIE CITY CITY OF SILVERTON CITY OF REDMOND CITY OF STAYTON CITY OF SHERWOOD City of Troutdale City of junction city CITY OF TUALATIN, OREGON City of Florence CITY OF WARRENTON City of Dayton CITY OF WEST LINK/PARKS City of Monmouth CITY OF WOODBURN City of Philomath CITY OF TIGARD, OREGON City of Sheridan CITY OF AUMSVILLE Seaside Public Library CITY OF PORT ORFORD City of Yoncalla CITY OF EAGLE POINT La Grande Police Department CITY OF WOOD VILLAGE Cove City Hall St. Helens, City of NW PORTLAND INDIAN HEALTH BOARD CITY OF WINSTON Portland Patrol Services CITY OF COBURG City Of Bend CITY OF NORTH PLAINS City Of Coquille CITY OF GERVAIS City Of Molalla CITY OF YACHATS ROCKWOOD WATER PEOPLE'S UTILITY FLORENCE AREA CHAMBER OF COMMERCE DISTRICT PORTLAND DEVELOPMENT COMMISSION City of St. Helens CITY OF CANNON BEACH OR City of North Powder CITY OF ST. PAUL City of Cornelius, OR CITY OF ADAIR VILLAGE Toledo Police Department CITY OF WILSONVILLE City of Independence CITY OF HAPPY VALLEY City of Baker City CITY OF SHADY COVE McMinnville Water & Light CITY OF LAKESIDE City of Pendleton Parks & Recreation CITY OF MILLERSBURG CITY OF SWEETHOME CITY OF GATES CITY OF THE DALLES KEIZER POLICE DEPARTMENT CLACKAMAS FIRE DIST#1 CITY OF DUNDEE DESCHUTES PUBLIC LIBRARY 83 City of Ontario City of Corvallis Parks and Recreation North Lincoln Fire & Rescue #1 City of Harrisburg Gladstone Public Library Seaside Fire & Rescue City of Union City of Richland CITY OF LINCOLN CITY City of Donald City of Milton-Freewater CITY OF SCIO City of Forest Grove City Govrnment City of Mt. Angel Albany Police Department Umatilla Electric Cooperative WATER ENVIRONMENT SERVICES Netarts-Oceanside RFPD UIUC Rogue River Fire District Aurora Rural Fire District Tillamook County Emergency Communications District Southern Coos Hospital Oregon Cascades West Council of Governments MULTONAH COUNTY DRAINAGE DISTRICT#1 BAY AREA HOSPITAL DISTRICT NEAH KAH NIE WATER DISTRICT PORT OF UMPQUA EAST MULTNOMAH SOIL AND WATER CONSERVANCY Benton Soil & Water Conservation District DESCHUTES PUBLIC LIBRARY SYSTEM North Douglas County Fire & EMS Crooked River Ranch Rural Fire Protection District PARROTT CREEK CHILD & FAM South Lane County Fire And Rescue CENTRAL OREGON COMMUNITY COLLEGE LANE COMMUNITY COLLEGE MT. HOOD COMMUNITY COLLEGE LINN-BENTON COMMUNITY COLLEGE SOUTHWESTERN OREGON COMMUNITY COLLEGE PORTLAND COMMUNITY COLLEGE CHEMEKETA COMMUNITY COLLEGE COLUMBIA GORGE COMMUNITY COLLEGE TILLAMOOK BAY COMMUNITY COLLEGE KLAMATH COMMUNITY COLLEGE DISTRICT Oregon Coast Community College Clatsop Community College North Portland Bible College Oregon Forest Resources Institute PORT OF BANDON Office of the Ong Term Care Ombudsman OR INT'L PORT OF COOS BAY Oregon State Lottery MID -COLUMBIA CENTER FOR LIVING OREGON TOURISM COMMISSION DESCHUTES COUNTY RFPD NO.2 OREGON STATE POLICE YOUNGS RIVER LEWIS AND CLARK WATER OFFICE OF THE STATE TREASURER DISTRICT OREGON DEPT. OF EDUCATION PACIFIC STATES MARINE FISHERIES SEIU LOCAL 503, OPEU COMMISSION OREGON DEPARTMENT OF FORESTRY HOUSING AUTHORITY AND COMMUNITY OREGON STATE DEPT OF CORRECTIONS SERVICES AGENCY OREGON CHILD DEVELOPMENT COALITION CENTRAL OREGON IRRIGATION DISTRICT OFFICE OF MEDICAL ASSISTANCE PROGRAMS MARION COUNTY FIRE DISTRCT #1 COLUMBIA RIVER PUD OREGON OFFICE OF ENERGY SANDY FIRE DISTRICT NO. 72 OREGON STATE BOARD OF NURSING BOARD OF MEDICAL EXAMINERS OREGON LOTTERY OREGON BOARD OF ARCHITECTS SANTIAM CANYON COMMUNICATION CENTER OREGON DEPT OF TRANSPORTATION OREGON TRAVEL INFORMATION COUNCIL OREGON DEPARTMENT OF EDUCATION OREGON DEPT. OF CORRECTIONS DEPARTMENT OF ADMINISTRATIVE SERVICES Oregon Tradeswomen Oregon Convention Center OREGON SCHL BRDS ASSOCIAT CARE OREGON Central Oregon Home Health and Hos Oregon Health Care Quality Cor OREGON DEPARTMENT OF HUMAN SERVICES Training & Employment BIENESTAR, INC. State of Oregon - Department of Administrative Services Aging and People with Disabilities Procurement Services/DAS STATE OF OREGON City of Astoria Fire Department Columbia Gorge ESD City of Carlton City of Pendleton Convention Center US FISH AND WILDLIFE SERVICE Bonneville Power Administration Oregon Army National Guard USDA Forest Service Yellowhawk Tribal Health Center ANGELL JOB CORPS Coquille Indian Housing Authority HOUSING AUTHORITY OF PORTLAND NORTH BEND CITY- COOS/URRY HOUSING AUTHORITY MARION COUNTY HOUSING AUTHORITY HOUSING AUTHORITY OF THE CITY OF SALEM Housing Authority of Yamhill County The Housing Authority of the County of Umatilla 85 Attachment 6 — FEMA Standard Terms and Conditions Addendum for Contracts and Grants If any purchase made under the Master Agreement is funded in whole or in part by Federal Emergency Management Agency ("FEMA") grants, Contractor shall comply with all federal laws and regulations applicable to the receipt of FEMA grants, including, but not limited to the contractual procedures set forth in Title 44 of the Code of Federal Regulations, Part 13 ("44 CFR 13). In addition, Contractor agrees to the following specific provisions: 1. Pursuant to 44 CFR 13.36(1)(1), District is entitled to exercise all administrative, contractual, or other remedies permitted by law to enforce Contractor's compliance with the terms of this Master Agreement, including but not limited to those remedies set forth at 44 CFR 13.43. 2. Pursuant to 44 CFR 13.36(1)(2), District may terminate the Master Agreement for cause or convenience in accordance with the procedures set forth in the Master Agreement and those provided by 44 CFR 13.44. 3. Pursuant to 44 CFR 13.36(1)(3)-(6)(12), and (13), Contractor shall comply with the following federal laws: a. Executive Order 11246 of September 24, 1965, entitled "Equal Employment Opportunity," as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of Labor ("DOL") regulations (41 CFR Ch. 60); b. Copeland "Anti -Kickback" Act (18 U.S.C. 874), as supplemented in DOL regulations (29 CFR Part 3); C. Davis -Bacon Act (40 U.S.C. 276a -276a-7) as supplemented by DOL regulations (29 CFR Part 5); d. Section 103 and 107 of the Contract Work Hours and Safety Standards Act (40 U.S.C. 327-330) as supplemented by DOL regulations (29 CFR Part 5); e. Section 306 of the Clean Air Act (42 U.S.C. 1857(h), section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR part 15); and f. Mandatory standards and policies relating to energy efficiency which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163, 89 Stat. 871). :• 4. Pursuant to 44 CFR 13.36(1)(7), Contractor shall comply with FEMA requirements and regulations pertaining to reporting, including but not limited to those set forth at 44 CFR 40 and 41. 5. Pursuant to 44 CFR 13.36(1)(8), Contractor agrees to the following provisions regarding patents: a. All rights to inventions and/or discoveries that arise or are developed, in the course of or under this Agreement, shall belong to the District and be disposed of in accordance with District policy. The District, at its own discretion, may file for patents in connection with all rights to any such inventions and/or discoveries. 6. Pursuant to 44 CFR 13.36(1)(9), Contractor agrees to the following provisions, regarding copyrights: a. If this Agreement results in any copyrightable material or inventions, in accordance with 44 CFR 13.34, FEMA reserves a royalty -free, nonexclusive, and irrevocable license to reproduce, publish or otherwise use, for Federal Government purposes: (1) The copyright in any work developed under a grant or contract; and (2) Any rights of copyright to which a grantee or a contactor purchases ownership with grant support. 7. Pursuant to 44 CFR 13.36(i)(10), Contractor shall maintain any books, documents, papers, and records of the Contractor which are directly pertinent to this Master Agreement. At any time during normal business hours and as often as District deems necessary, Contractor shall permit District, FEMA, the Comptroller General of United States, or any of their duly authorized representatives to inspect and photocopy such records for the purpose of making audit, examination, excerpts, and transcriptions. 8. Pursuant to 44 CFR 13.36(i)(11), Contractor shall retain all required records for three years after FEMA or District makes final payments and all other pending matters are closed. In addition, Contractor shall comply with record retention requirements set forth in 44 CFR 13.42. 87 Attachment 7 — Community Development Block Grant Addendum Purchases made under this contract may be partially or fully funded with federal grant funds. Funding for this work may include Federal Funding sources, including Community Development Block Grant (CDBG) funds from the U.S. Department of Housing and Urban Development. When such funding is provided, Contractor shall comply with all terms, conditions and requirements enumerated by the grant funding source, as well as requirements of the State statutes for which the contract is utilized, whichever is the more restrictive requirement. When using Federal Funding, Contractor shall comply with all wage and latest reporting provisions of the Federal Davis -Bacon Act. HUD -4010 Labor Provisions also applies to this contract. ED Attachment 8 — Price Scenarios Price Scenario and Project Summary: No. Product and/or Service I Location Project To Be Completed 1 Chiller -Actual supply and installation North Harford Middle School, Pylesville, MD 2 Provide packaged rooftop air Chicago, IL, city limits conditioner and installation 3 Provide indoor air handling unit Buffalo, NY, metro area Provide air cooled scroll chiller, 4 installation and maintenance for two Jacksonville, FL, metro area (2) years Provide centrifugal water chiller, 5 installation and maintenance for two Dallas, TX, metro area (2) years 6 Provide Unit ventilator and Los Angeles, CA, city limits installation • Pricing Project # 1 North Harford Middle School Chiller Replacement Harford County Public Schools 1.1 GENERAL: This technical specification is for the installation of two (2) air-cooled, 280 nominal tons, rotary screw chillers for North Harford Middle School. b. The contractor shall include all cost associated with coordinating the installation including the various sub- contractors, shipping, taxes, warrantee, start-up and training. C. The contractor is responsible for securing all required permits, and furnishing all the engineering, drawings, calculations, etc. as required by the local and county building and inspection authorities. The contractor is responsible for furnishing all the engineering submittals, drawings, calculations, HVAC load modeling as required by the local electrical utility for Delmarva Power's C & I Energy Savers rebate program. PART 2 -PRODUCTS 2.1 AIR-COOLED SCREW COMPRESSOR CHILLER A. General: Section includes design, performance criteria, refrigerants, controls, and installation requirements for air- cooled semi hermetic rotary screw compressor chiller. The successful Contractor shall coordinate, receive, store, rig, and install the chiller per the manufacturer's recommendations. The Contractor shall also coordinate with the chiller manufacturer for the start-up, and training as part of the chiller replacement project. References: Comply with applicable Standards/Codes of ARI 550/590, ANSI/ASHRAE 15, ETL, cETL, NEC, and OSHA as adopted by the State. Units shall meet the minimum efficiency standards of ASHRAE Standard 90.1-2010 or the latest adopted version, and other applicable codes adopted by Harford County and/or the State. 2. Submittals: Submit shop drawings and product data with the Bid (2 Copies) in accordance with the specifications. Submittals shall include the following: a. Dimensioned plan and elevation view drawings, required clearances, and location of all field connections. b. Summary shall indicate quality and quantity of each required utility — water and electricity. C. Single -line schematic drawing of the field power hook-up requirements, indicating all items that are furnished. d. Schematic diagram of control system indicating points for field interface/connection. Diagram shall fully delineate field and factory wiring. f. Certification of factory -run test of chiller unit signed by company officer. g. Sound Power and Sound Pressure Level Data in decibels h. BACnet Testing Lab (BTL) Certification or BACnet Protocol Implementation Conformance Statement. 4. Quality Assurance: a. Qualifications: Equipment manufacturer must specialize in the manufacture of the products specified and have minimum five years experience with the type of equipment and refrigerant offered. b. Regulatory Requirements: Comply with the codes and standards specified herein: AHRI 550/590 AHRI 70 — Sound Rating ANSI/ASHRAE —15 Safety Code for Mechanical Refrigeration ANSI/NFPA — 70 National Electric Code ASH RAE 90.1 — 2010 or latest adopted version ASME Section VIII Boiler and pressure vessel code OSHA C. Chiller manufacturer's plant must be ISO 9001 Registered. 5. Delivery Date/Project Address: The chiller shall be delivered to the project site around mid to late October 2015 after the end of the cooling season. Delivery dates shall be coordinated with HCPS and North Harford Middle School. The address is North Harford Middle School, 112 Pylesville Rd, Pylesville, MD 21132. 6. Substantial Completion and Start-up: The project shall be substantially complete by April 1, 2016, and ready for start-up around April 15, 2016 based on cooling weather requirements. 7. Existing Site Conditions: Contractors are required to visit the project site to review the existing conditions, chilled water piping lay out, and electrical equipment requirements and connections. The existing chiller enclosure dimensions are approximately 41' long x 34'-4" wide, wall height is 10'-6". The two existing chiller pads are approximately 31' L x 9'-6" W and 6' apart side by side. The Contractor is responsible for field verifying all dimensions for the equipment layout. 8. Delivery and Handling: Chillers shall be delivered to the job site or the mechanical contractor's yard completely assembled and charged with refrigerant and oil by the manufacturer. Comply with the manufacturer's instructions for rigging and handling equipment. Provide protective coverings for all components that could be damaged during shipping. All open ended piping shall be fitted with plastic or equivalent enclosures. 9. Warranty: The refrigeration equipment manufacturer's warranty shall be for a period of one (1) year from date of chiller start up. The contractor shall provide an additional extended warranty for one year. The warranty shall provide for repair or replacement due to failure by material and workmanship that prove defective within the 2 year period, including refrigerant, parts, and labor. The compressor(s) parts shall be warranted for a minimum of five (5) years. 10. Maintenance: Maintenance of the chillers shall be the responsibility of the contractor and performed in accordance with the Manufacturer's instructions during the two year warrantee period. During the first cooling season the contractor/manufacturer shall perform two on-site inspections and furnish HCPS a report describing the condition of the major components of the chiller, with any issues to be addressed and recommended corrective actions. Site visits shall be coordinated with HCPS Facilities Management. B. Products Acceptable Manufacturers: The selection is based on Daikin Applied Model AWS 280 CDH VFD (basis of design), JCl/York International YVAA, Trane RTAE or Carrier 30XA will be acceptable as long as the selection of the chiller by the contractor/manufacturer meets the performance requirements , physical requirements, electrical and mechanical requirements specified herein. Unit Description: Furnish, install and commission two (2) factory -charged air-cooled semi hermetic screw compressor packaged chillers as specified. The chiller shall consist of compressor sets (two or three compressors), VFD for each compressor, direct expansion evaporator, air-cooled condenser section, R - 134A refrigerant, microprocessor -based control system and all components necessary for controlled unit operation. Each chiller shall be factory run -tested with water to verify operation. Operating controls and refrigerant charge shall be checked for proper operation and optimum performance. Any deviation shall be remedied prior to shipment and the unit retested, if necessary, to confirm repairs or adjustments. Provide certification of factory run tests signed by company officer. 3. Design Requirements: a. General: Provide a complete screw compressor packaged chiller as specified herein. The unit shall be in accordance with the standards referenced in Section 2.1.A.1 and any local codes in effect. Performance: EER at full load minimum = 10.2, IPLV Minimum= 15.5. The chiller shall be capable of stable operation to a minimum of 20 percent of full load without hot gas bypass. Performance shall be in accordance with AHRI Standard 550/590. 91 C. Acoustics: Sound power levels for the unit shall not exceed A -weighted rating of 101 dBA and sound pressure levels shall not exceed A -weighted rating of 73 dBA. Provide both sound pressure and sound power data in decibels as per the table below. Test shall be in accordance with AHRI Standard 370. Sound Data Total dBA for octave -band center fre uencies Hz 63 125 250 500 1k 2k 4k 8k Chiller Manufacturer shall provide compressor blankets and low noise condenser fans to meet the noise requirements if required. d. Design Chilled water supply temperature @ 525 gpm, LWT=42 degrees F, EWT: 55 degrees F based on 95 degrees ambient air. 260 tons net per chiller. e. Max. Pressure drop through evaporator shall be 34 ft. Chilled water pump selection will be affected if pressure drop exceeds 34 ft. Contractor is responsible for proper pump selection and all related changes to accommodate higher pressure drops. 4. Chiller Components: a. Compressors: The compressors shall be sealed semi -hermetic, rotary screw type. Compressors shall be furnished with vibration isolation pads Compressor Motors shall be high torque, two pole semi -hermetic, squirrel cage induction type with inherent thermal protection on all three phases and cooled by suction gas. Design working pressure of compressor shall be a minimum of 350 psig. Each compressor shall be equipped with a VFD to provide compressor speed control as a function of the cooling load. The VFD shall provide for controlled motor acceleration and deceleration as well as protection against electronic thermal overload, over/under current, stalled motor, phase loss, current imbalance. The VFD shall provide a minimum 94 % power factor at all load points or alternatively be furnished with power factor correction capacitors. VFDs shall be equipped with EMI filters to combat harmonics. Evaporator: The evaporator shall be direct expansion, high efficiency counter -flow heat transfer type with water flowing in the baffled shell side and refrigerant flowing through the tubes and low pressure drops. The evaporator shall have a carbon steel shell and seamless high efficiency copper tubes rolled into a carbon steel tube sheet. The top and bottom of the evaporator shall have 3/8 -inch (10 mm) vent and drain plugs. The evaporator shall have an electric resistance immersion heater and be insulated with 1 1/2 -inch (38 mm) thick flexible elastomeric cellular sheet insulation and have a K factor of at least 0.26 at 75 deg F (23 deg C), protecting against water freeze -to ambient air temperatures of -20 deg F (-29 deg C). A fluid thermostat shall control the heater. The water side working pressure shall be minimum150 psig, refrigerant side working pressure shall be a minimum 235 psig. Each evaporator shall be designed, constructed, inspected, and stamped according to the requirements of the ASME Section VIII Boiler and Pressure Vessel Code. Contractor to verify left hand or right hand, front and rear piping connections on the evaporator with respect to the existing chilled water piping. Contractor is responsible for all required new chilled water piping to make the necessary connections. New chilled water piping to match the existing chilled water black steel piping, diameter and thickness. Pipe insulation/thickness for chilled water piping to match existing and suitable for exterior installation. Existing butterfly shut off valves may be reused if suitable. Condenser: The condenser coils shall consist of 3/8 inch (10mm) seamless copper tubes mechanically bonded into aluminum plate -type fins. The fins shall have full drawn collars to completely cover the tubes. A sub -cooling coil shall be an integral part of the main condenser coil. Coils shall be designed for minimum 350 psig working pressure. Condenser fans shall be single piece molded composite material to provide low noise levels, arranged for vertical air discharge and individually driven by direct -drive fan motors. They shall be equipped with a heavy -gauge PVC 92 coated fan guard. Fan motors shall be TEAO, three-phase, direct -drive, 850 rpm. Each fan section shall be partitioned to avoid cross circulation. d. Refrigerant Circuit: Each of the refrigerant circuits shall be independent of each other, with at least one compressor per circuit, include a replaceable refrigerant filter -drier, sight glass with moisture indicator, liquid line shutoff valve (no exceptions), electronic expansion valve, and insulated suction line shutoff valve. e. Power and Electrical requirements: Provide single point power connection to the chiller, 3 PH/4W/460 V. e. Construction: Unit casing and all structural members and rails shall be fabricated of steel and painted to meet ASTM 13117, 500 -hour salt spray test. Provide protective and decorative louvers for upper section of the unit, covering the coils and unit end. Provide neoprene in shear vibration isolation pads for field installation. f. Control System: A NEMA Type 3A weatherproof control panel shall contain the field power connection points, control interlock terminals, and unit control system. Hinged access doors shall be lockable. Barrier panels are required to protect against accidental contact with line voltage when accessing the control system. Power and starting components shall include factory circuit breaker of 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 unit power blocks for connection to remote, contractor -supplied, disconnect switches. Provide single -point connection to a non-fused disconnect switch. A 10.0 amp 115 V convenience outlet shall be mounted inside the control panel. g. An advanced DDC microprocessor unit controller with a 4 -line by 20 -character liquid crystal display provides the operating and protection functions. The controller shall take pre-emptive limiting action in case of high discharge pressure or low evaporator pressure, loss of water flow, loss of refrigerant and freeze protection, phase loss and voltage protection. The controller shall contain the following features as a minimum: 1) The following features and functions shall be included: a) A multi- key input pad conveniently mounted on the unit controller. Default language and units of measure shall be English and I -P respectively. Messages shall be in plain English. Coded messages, LED indicators and LED displays are not acceptable. b) Separate control section and password protection for critical parameters. C) Remote reset of chilled water temperature using a 4-20mA signal or BACnet interface. d) Soft -load operation, protecting the compressor by preventing full -load operation during the initial chilled fluid pull-down period. e) BAS communication flexibility through modular plug-in BACnet. MS/TP Master (Clause 9) to integrate with the Johnson Controls Energy Management System. f) Non-volatile program memory allowing auto -restart after a power failure. g) Recording of safety shutdowns, including date -and -time stamp, system temperatures and pressures. A minimum of six previous occurrences shall be maintained in a revolving memory. h) Start -to -start and stop -to -start cycle timers, providing minimum compressor off time while maximizing motor protection. i) Lead -lag compressor staging for part -load operation by manual selection or automatically by circuit run hours. J) Discharge pressure control through intelligent cycling of condenser fans to maximize efficiency. k) Pro -active compressor unloading when selected operating parameters exceed design settings, such as high discharge pressure or low evaporator pressure. 1) Diagnostic monitoring of unit operation, providing a pre -alarm signal in advance of a potential shutdown, allowing time for corrective action. 5. Building Automation System (BAS) Interface Factory mounted DDC controller(s) shall support operation on a BACnet® network to integrate with the Johnson Controls Energy Management System BACnet MS/TP master (Clause 9). The information communicated between the BAS and the factory -mounted unit controllers shall include the reading 93 and writing of data to allow unit monitoring, control and alarm notification as specified. All communication shall be via standard BACnet objects. Proprietary BACnet objects shall not be allowed. BACnet communications shall conform to the BACnet protocol (ANSI/ASHRAE 135). A BACnet Protocol Implementation Conformance Statement (PICS) shall be provided along with the unit submittal. Options and Accessories: The following options are to be included: a.. Ground fault protection. b. Factory -mounted thermal flow switch. C. Elastomeric isolators C. Installation 1. Install in strict accordance with manufacturer's requirements, shop drawings, and contract documents. 2. Adjust and level chillers in alignment on existing chiller pads. Verify existing chilled water pipe sizing, and connection/header locations for new chillers. Coordinate chillers physical size/location with the existing chiller enclosure. 3. Coordinate electrical installation with electrical contractor. Verify electrical power requirements, wire/conduit and overcurrent protection sizes. 4. Coordinate existing controls with controls contractor. 5. Install a cleanable, field -supplied 20 (0.125") mesh Y type 304 SS strainer with a blow down valve in the chilled water line at the evaporator inlet to remove debris and other impurities before they get to the evaporator during initial system fill. 6. Field installed pressure and temperature gauges on supply and return chilled water lines. 7. Care shall be exercised when welding pipe or flanges to the evaporator to prevent any slag from entering the vessel. Provide all appurtenances required to insure a fully operational and functional chiller. D. Start -Up 1. Provide Factory authorized testing and starting of machine, and instruct the Owner (4 hours minimum) in its proper operation and maintenance. Coordinate start up/instruction with HCPS Facilities Management. END OF NHMS SPECIFICATIONS MBE requirements apply only to the Harford County Public Schools North Harford Middle School Chiller project. The Overall certified MBE subcontract participation goal is 8%. The subgoals are 0%. MBE instructions and required documents are on the following pages. UJI FOR PUBLIC SCHOOL CONTRUCTION PROJECTS HARFORD COUNTY PUBLIC SCHOOLS 95 MINORITY BUSINESS ENTERPRISE PROCEDURES FOR PUBLIC SCHOOL CONTRUCTION PROJECTS 1.0 IMPLEMENTING PROCEDURES — OVER $50,000 For construction projects estimated to cost in excess of $50,000, the following procedures will be utilized: All advertisements, solicitations, and solicitation documents shall include the following statements: a. "Certified Minority Business Enterprises are encouraged to respond to this solicitation notice." b. "The contractor or supplier who provides materials, supplies, equipment and/or services for this construction project shall attempt to achieve the specific overall MBE goal of _ percent established for this project. All prime contractors, including certified MBE firms, when submitting bids or proposals as general or prime contractors, are required to attempt to achieve this goal from certified MBE firms." C. If subgoals have been established for this project then one of the following should be included: 1) "The subgoals established for this project are _ percent from African American -owned businesses and 0 percent from woman Asian American -owned businesses." 2) "The subgoal established for this project is _ percent from African American - owned businesses." 3) "The subgoal established for this project is _ percent from wemaR Asian American -owned businesses." 2.0 ALL SOLICITATION DOCUMENTS SHALL INCLUDE THE FOLLOWING: Each bid or offer submitted, including a submittal from a certified MBE in response to this solicitation, shall be accompanied by a completed Attachment A — Certified MBE Utilization and Fair Solicitation Affidavit and a completed Attachment B — MBE Participation Schedule. These two attachments must be accurate and consistent with each other. a. Attachment A and Attachment B shall be submitted with the sealed bid price or proposal at a place, date and time specified in the solicitation document. Refer back to the General Terms and Conditions, section 41.0 Minority Business Enterprise Participation. Omitting these attachments will result a bid to be deemed non-responsive. 96 Attachment A (page 1 of 2) CERTIFIED MINORITY BUSINESS ENTERPRISE UTILIZATION AND FAIR SOLICITATION AFFIDAVIT NOTE: You must include this document with your bid or offer. If you do not submit the form with your bid or offer, the procurement officer shall deem your bid non-responsive or your offer not reasonably susceptible of being selected for award. I acknowledge the: Overall certified MBE subcontract participation goal of _ %. and The subgoals, if applicable, of: • 0 % for certified African American -owned businesses and 0 % for certified womeR-Asian American -owned businesses. I have made a good -faith effort to achieve this goal. If awarded the contract, I will continue to attempt to increase MBE participation during the project. Part 11. Check ONE Box NOTE: FAILURE TO CHECK ONE OF BOXES 1, 2, or 3 BELOW WILL RENDER A BID NOW RESPONSIVE OR AN OFFER NOT REASONABLY SUSCEPTIBLE OF BEING SELECTED FOR AWARD NOTE: INCONSISTENCY BETWEEN THE ASSERTIONS ON THIS FORM AND THE INFORMATION PROVIDED ON THE VIBE PARTICIPATION SCHEDULE (ATTACHMENT B) MAY RENDER A BID NON-RESPONSIVE OR AN OFFER NOT REASONABLY SUSCEPTIBLE OF BEING SELECTED FOR AWARD 1 ❑ I have met the overall MBE goal and MBE subgoals for this project. I submit with this Affidavit [Attachment A] the MBE Participation Schedule [Attachment B], which details how 1 will reach that goal. or 2 ❑ After having made a good -faith effort to achieve the overall MBE goal and MBE subgoals for this project, I can achieve partial success only. 1 submit with this Affidavit [Attachment A] the MBE Participation Schedule [Attachment B], which details the MBE participation I have achieved. I request a partial waiver as follows: • Waiver of overall MBE subcontract participation goal: % • Waiver of MBE subcontract participation subgoals, if applicable: • % for certified African American -owned businesses and • % for certified waxen Asian American -owned businesses. Within 10 days of being informed that I am the apparent awardee, I will submit MBE Waiver Documentation [Attachment F] (with supporting documentation). 97 Attachment A (page 2 of 2) or 3 ❑ After having made a good faith effort to achieve the overall MBE goal and MBE subgoals for this project, I am unable to achieve any portion of the goal or subgoals. I submit with this Affidavit [Attachment A] the MBE Participation Schedule [Attachment B]. I request a full waiver. Within 10 days of being informed that I am the apparent awardee, I will submit MBE Waiver Documentation [Attachment F] (with supporting documentation). F07"RHI I understand that if I am the apparent awardee or conditional awardee, I must submit within 10 working days after receiving notice of the potential award or within 10 days after the date of conditional award — whichever is earlier — the: • Outreach Efforts Compliance Statement (Attachment C) • Subcontractor Project Participation Statement (Attachment D) • Minority Subcontractors Unavailability Certificate (Attachment E) (if applicable) • Any other documentation the Procurement Officer requires to ascertain my responsibility in connection with the MBE participation goal and subgoals I acknowledge that if I fail to timely return complete documents, the Procurement Officer may determine that 1 am not responsible and therefore not eligible for contract award. If the contract has been awarded, the award is voidable. I acknowledge that the MBE subcontractors/suppliers listed in the MBE Participation Schedule and any additional MBE subcontractor/suppliers identified in the Subcontractor Project Participation Statement will be used to accomplish the percentage of MBE participation that I intend to achieve. In the solicitation of subcontract quotations or offers, MBE subcontractors were provided the same information and amount of time to respond as were non -MBE subcontractors. The solicitation process was conducted in such a manner so as to not place MBE subcontractors at a competitive disadvantage to non -MBE subcontractors. I solemnly affirm under the penalties of perjury that this Affidavit is true to the best of my knowledge, information, and belief. Bidder/Offeror Name Address Affiant Signature Printed Name & Title Address (continued) Date September 2008 Attachment B MBE PARTICIPATION SCHEDULE This document must be included with the bid or offer. If the bidder or offeror fails to submit this form with the bid or offer as required, the procurement officer shall deem the bid non-responsive or shall determine that the offer is not reasonably susceptible of being selected for award. 1. Prime Contractor's Name 2. Prime Contractor's Address and Telephone Number 3. Project/School Name 4. Project/School Location 5. LEA and PSC No. 6. Base Bid Amount $ 7a. Minority Firm Name Minority Firm Address Minority Firm Telephone Number Minority Group Type ❑ (African American) ❑ (Women) Minority Firm Fax Number ❑ (Asian ) ❑ (Hispanic) ❑ (American Indian) ❑ (Disabled) MDOT Certification Number Work to be Performed and Subcontract Dollar Amount Percent of Total Contract 7b. Minority Firm Name Minority Firm Address Minority Firm Telephone Number Minority Group Type ❑ (African American) ❑ (Women ) ❑ (Asian) ❑ (Hispanic) Minority Firm Fax Number ❑ (American Indian) ❑ (Disabled) MDOT Certification Number Subcontract Dollar Amount Percent of Total Contract 7e. Minority Firm Name Minority Firm Address Minority Firm Telephone Number Minority Group Type ❑ (African American) ❑ (Women) Minority Firm Fax Number ❑ (Asian) ❑ (Hispanic) ❑ (American Indian) ❑ (Disabled) MDOT Certification Number Subcontract Dollar Amount Percent of Total Contract Total oar Amount --g.—Total MBE Percentof Entire Contract 10. Form Prepared by : 11. Reviewed and Accepted by Harford County Board of Education MBE Liaison Name Name Title Title Date Date Total MBE Participation: % $ Total African-American MBE Participation: % $ Total Woman Owned Asian -American MBE Participation: % $ Total Other Participation: % $ September 2008 B-1 Attachment C OUTREACH EFFORTS COMPLIANCE STATEMENT In conjunction with the bid or offer submitted in response to Harford County Public Schools for the project, PSC # 12.034.13, 1 state the following: (name) 1) Bidder/Offeror identified opportunities to subcontract in these specific work categories: 2) Attached to this form are copies of written solicitations (with bidding instructions) used to solicit certified MBEs for these subcontract opportunities. 3) Bidder/Offeror made the following attempts to contact personally the solicited MBEs: 4) ❑ Bidder/Offeror assisted MBEs to fulfill or to seek waiver of bonding Requirements (Described Efforts) ❑ This project does not involve bonding requirements. 5) ❑ Bidder/Offeror did/did not attend the pre-bid conference ❑ No pre-bid conference was held. Bidder/Offeror Name Address Name,Title Date 100 Attachment D MINORITY BUSINESS ENTERPRISES SUBCONTRACTOR PROJECT PARTICIPATION STATEMENT PROJECT/ SCHOOL NAME: PROJECT/ SCHOOL LOCATION: AWA NAME OF PRIME CONTRACTOR: NAME OF MBE SUBCONTRACTOR: MDOT Certification Number 1. Work/Services to be performed by MBE Subcontractor: 2. Subcontract Amount: $ 3. Bonds - Amount and type required of Subcontractor if any: 4. MBE Anticipated or Actual Commencement Date, Completion-Date-- 5. ompletionnate5. This MBE subcontract represents the following percentage of the total contract lest: 6. This is an African American Firm: Yes No 7. This is a Asian -American Firm: yes No & This is an Asian, Women Owned, American Indian, Hispanic or Disabled Firm: Yes No (Circle One) The undersigned subcontractor and prime contractor will enter into a contract for the work/service indicated above upon the prime contractor's execution of a contract for the above referenced project with the Board of Education. The undersigned subcontractor is a MDOT certified Minority Business Enterprise. The terms and conditions stated above are consistent with our agreements. Signature of Subcontractor: Signature of Subcontractor Date: The term and conditions stated above are consistent with our agreements. Signature of Prime Contractor: Date: 101 Attachment E MINORITY SUBCONTRACTOR UNAVAILABILITY CERTIFICATE 1. It is hereby certified that the firm of (Name of Minority firm) located at (Number) (Street) (City) (State) (Zip) was offered an opportunity to bid on the school project in County by (Name of Prime Contractor's Firm) 2. The (Minority Firm), is either unavailable for the work/service or unable to prepare a bid for this project or the o owing reason(s): Signature of Minority Firm's MBE Representative Title Date MDOT Certification # Telephone # mmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmmm 3. To be completed by the prime contractor if Section 2 of this form is not completed by the minority firm. To the best of my knowledge and belief, said Certified Minority Business Enterprise is either unavailable for the work/service for this project, is unable to prepare a bid, or did not respond to a request for a price proposal and has not completed the above portion of this submittal. Signature of Prime Contractor Title Date June 2008 AN 102 Attachment F MBE WAIVER DOCUMENTATION Project Name: Base Contract Amount $ Plus Accepted Alternates Equals Total Contract Amount $ PSC No - I have previously requested that a waiver be granted to the overall MBE goal for this project of percent, with a minimum of percent from certified African American -owned businesses, a minimum of percent from certified women Asian -owned businesses, and the balance from all certified minority business enterprises, if applicable. This would include the total dollar value of all materials, supplies, equipment, and services, including construction services directly or indirectly, from Minority Business Enterprises (MBE) which are currently certified by the Maryland Department of Transportation (MDOT). , hereby certify that my position is (Name of Company Representative) , and I am the duly authorized representative of (Position Title) (Company Name) I further certify that I have submitted a Schedule for Participation of Certified Minority Business Enterprises which reflects the percentage and dollar value of certified Minority Business Enterprise participation which my company expects to achieve for this contract. Therefore, the request for the waiver is as follows: * with accepted/rejected alternates F-1 103 To support this request for a waiver, 1 include the following information as attachments which 1 certify to be true to the best of my knowledge. 1. A detailed statement of the efforts made by the contractor to identify and select portions of the work proposed to be performed by subcontractors in order to increase the likelihood of achieving the stated goal; 2. A detailed statement of the efforts made by the contractor prior to and up to 10 days before the bid opening to solicit minority business enterprises through written notices that describe the categories of work for which subcontracting is being solicited, the type of work to be performed, and specific instructions on how to submit a bid; 3. A detailed statement of the contractor's efforts to make personal contact with MBE firms identified for Item 2. above; 4. A record of the name, address, telephone number, and dates contacted for each MBE identified under items 2. and 3. above; 5. A description of the information provided to MBE's regarding the plans, specifications and the anticipated time schedule for portions of the work to be performed; 6. Information on activities to assist minority business enterprises to fulfill bonding requirements, or to obtain a waiver of these requirements; 7. Information on activities to publicize contracting opportunities to minority business enterprises, attendance at pre-bid meetings, or other meetings scheduled by the MBE Liaison or designated representative; 8. As to each MBE that placed a subcontract quotation or offer which the apparent low bidder or successful offeror considers not to be acceptable, a detailed statement of reasons for this conclusion; and 9. A list of minority subcontractors found to be unavailable. This shall be accompanied by a Minority Subcontractor Unavailability Certificate signed by the minority business enterprise or from the apparent low bidder or successful offeror indicating that the minority business did not provide the written certification. Signature Date (Company Representative Name) Sworn and subscribed before me this of Signature in the year Notary Public day. Reviewed and accepted by the Harford County Board of Education MBE Liaison. Date (MBE Liaison) MBE Request For Waiver Master Form (July 2002) September 2008 F-2 104 Attachment G IAC/PSCP Form 306.4 CERTIFIED MINORITY BUSINESS ENTERPRISE PARTICIPATION STANDARD MONTHLY PAGE 3 of 16 CONTRACTOR'S REQUISITION FOR PAYMENT LEA: FACILITY NAME: SCOPE OF WORK: DATE: PSC NO: Name of MBE Sub -Contractor MDOT Certification Number and Classification TOTAL MBE Contract Amount Amount to be Paid THIS Requisition TOTAL Paid to Date MBE has Received FINAL Payment? If amount paid is LESS than TOTAL MBE Contract Amount, EXPLAIN VARIANCE TOTAL: $ - $ - $ - MDOT Certification Number and Classification can be located at http://mbe.state.mdot.state.md.us/directory/ MBE Classification: African American = AA Hispanic American = H Native American = N Asian American = A Women = W African American/Women = AAW Hispanic American/Women = HW Native American/Women = NW Asian American/Women = AW I certify that the figures and information presented above represent accurate and true statements that timely payments have been and will be made to suppliers and subcontractors on this project as requisitioned payments are received, and in accordance with our contracts. Name of Contractor Firm Authorized Contractor Signature/Date 105 Contractor Federal Tax ID # Name of LEA MBE Liaison (Printed) Contractor MBE Classification # (if applicable) Signature of LEA MBE Liaison/Date 106 Attachment H CLOSE-OUT COST SUMMARY LEA: SCHOOL NAME: tion: Disbursements: (Construction Related Costs Total STMENTS: Allocation: Cash: NTS: IAC/PSCP FORM 306.6 DATE: PSC #: Public School Construction Local and Other Approved Approved Total Contracts Expenditures Balance Contracts Expenditures Expenditures $0 $o poi $o $o $o $o $o $01 I hereby certify that the data shown hereon is correct and request this project be closed. Signature of LEA R Initials Date Initials Date 107 Pricing Scenario # 2 Provide Packaged Rooftop Air Conditioner and Installation Location of Project: Chicago, IL, City Limits Description PART1:GENERAL 1.01 Section Includes: A. Packaged rooftop air conditioners 1.02 References A. ARI 3401360 - Unitary Large Equipment B. IBC 2000— International Building Code C. National Electrical Code. 1.03 Operation and Maintenance Data A. Installation: Install product according to manufacturer's installation instructions during normal business hours B. Maintenance Data: Provide instructions for maintenance and service 1.04 Qualifications A. Manufacturer: Company specializing in manufacturing the Products specified in this section with minimum five years documented experience, who issues complete catalog data on total product. B. Startup must be done by trained personnel experienced with rooftop equipment. C. Do not operate units for any purpose, temporary or permanent, until ductwork is clean, filters and remote controls are in place, bearings lubricated, and manufacturer's installation instructions have been followed. PART 2: PRODUCTS 2.01 General Description A. Furnish a Packaged Heating and Cooling Unit. Unit performance and electrical characteristics shall be per Part 3: Performance. B. The complete unit shall be ETUCETL listed C. Each unit shall be specifically designed for outdoor rooftop application and include a weatherproof cabinet. Each unit shall be completely factory assembled and shipped in one piece. Packaged units shall be shipped fully charged with Refrigerant 410A and oil. D. The unit shall undergo a complete factory run test prior to shipment. The factory test shall include final balancing of the supply fan assemblies, a refrigeration circuit run test, a unit control system operations checkout, a unit refrigerant leak test and a final unit inspection. E. All units shall have decals and tags to indicate caution areas and aid unit service. Unit nameplates shall be fixed to the main control panel door. Electrical wiring diagrams shall be attached to the control panels. Installation, operating and maintenance bulletins and start-up forms shall be supplied with each unit. F. Performance: All scheduled capacities and face areas are minimum accepted values. All scheduled amps, kW, and HP are maximum accepted values that allow scheduled capacity to be met. G. Warranty: The manufacturer shall provide 12 -month manufacturer's standard parts only warranty. Defective parts shall be repaired or replaced during the warranty period at no charge. The warranty period shall commence at startup or six months after shipment, whichever occurs first. 2.02 Cabinet, Casing, and Frame A. Panel construction shall be double-wall construction for all doors, side panels and ceiling panels. All floor panels shall have a solid galvanized steel inner liner on the air stream side of the unit to protect insulation during service and maintenance. Insulation shall be a minimum of 1" thick with an R -value of 4.0, and shall be neoprene coated glass fiber. Panel design shall include no exposed insulation edges. Unit cabinet shall be designed to operate at total static pressures up to 5.0 inches w.g. B. Exterior surfaces shall be constructed of pre -painted galvanized steel for aesthetics and long term durability. Paint finish to include a base primer with a high quality, polyester resin topcoat of a neutral beige color. Finished panel surfaces to 108 withstand a minimum 750 -hour salt spray test without blistering or peeling in accordance with ASTM 8117 standard for salt spray resistance when the sample is scribed with an X and sample edges are not protected. C. Service doors shall be provided on both sides of the mixing box, filter and DX coil sections.. An access door shall also be provided to the fan section, heat section and control box in order to provide user access to unit components. All service access doors shall be mounted on multiple, stainless steel hinges and shall be secured by a latch system. Removable service panels secured by multiple mechanical fasteners are not acceptable. D. The unit base shall overhang the roof curb for positive water runoff and shall seat on the roof curb gasket to provide a positive, weather tight seal. Lifting brackets shall be provided on the unit base to accept cable or chain hooks for rigging the equipment. 2.03 Supply Fan A. Supply fan shall be a non -overloading, single width, single inlet (SWSI) airfoil centrifugal fan. The fan blade design shall be a double blade with the airfoil geometry, a backward inclined blade fan wheel design will not be acceptable. The fan wheel shall be Class II construction with fan blades welded to the back plate and end rim. The supply fan shall be mounted using solid -steel shafts and wheel hubs with mating keyways B. The fan assembly shall have fixed pitched drives with a minimum of two belts. The drives shall be selected with a minimum diameter of 4 inches and a 1.2 service factor. The belts shall be of the grip -notch design. C. All fan assemblies shall be statically and dynamically balanced at the factory, including a final trim balance, prior to shipment. All fan assemblies shall employ solid steel fan shafts. Heavy-duty pillow block type, self -aligning, grease lubricated ball bearings shall be used. Bearings shall be sized to provide a L-50 life at 250,000 hours. The entire fan assembly shall be isolated from the fan bulkhead with a flexible collar and mounted on 1" spring isolators. D. Fan motors shall be heavy-duty 1800 rpm open drip -proof (ODP) type with grease lubricated ball bearings. Motors shall be premium efficiency. Motors shall be mounted on an adjustable base that provides for proper alignment and belt tension adjustment. Motors shall be suitable for use with a variable frequency drive. E. The supply fan shall be capable of airflow modulation from 30% to 100% of the scheduled designed airflow. The fan shall not operate in a state of surge at any point within the modulation range. 2.04 Variable Air Volume Control A. An electronic variable frequency drive shall be provided for the supply air fan. Each drive shall be factory installed out of the air stream in a conditioned cabinet. Drives shall meet UL Standard 95-5V. The completed unit assembly shall be listed by a recognized safety agency, such as ETL. Drives are to be accessible through a hinged door assembly. Mounting arrangements that expose drives to high temperature unfiltered ambient air are not acceptable. B. The unit manufacturer shall install all power and control wiring. C. The supply air fan drive output shall be controlled by the factory installed main unit control system and drive status and operating speed shall be monitored and displayed at the main unit control panel. 2.05 Electrical A. Unit wiring shall comply with NEC requirements and with all applicable UL standards. All electrical components shall be UL recognized where applicable. All wiring and electrical components provided with the unit shall be number and color - coded and labeled according to the electrical diagram provided for easy identification. The unit shall be provided with a factory wired weatherproof control panel. Unit shall have a single point power terminal block for main power connection. A terminal board shall be provided for low voltage control wiring. Branch short circuit protection, 115 -volt control circuit transformer and fuse, system switches, and a high temperature sensor shall also be provided with the unit. Each compressor and condenser fan motor shall be furnished with contactors and inherent thermal overload protection. Supply fan motors shall have contactors and external overload protection. Knockouts shall be provided in the bottom of the main control panels for field wiring entrance. A GFI receptacle shall be unit mounted. The receptacle shall require a field power connection independent from the unit's main power block and / or disconnect.. B. The unit's short circuit resistance rating [SCCR] shall be 10,000 amps. 2.06 Heating and Cooling Sections A. The direct expansion (DX) coil section shall be installed in a draw through configuration, upstream of the supply air fan. The coil section shall be complete with a factory piped cooling coil and an ASHRAE 62.1 compliant double sloped stainless steel drain pan with a minimum depth of 2.3" on the connection side. B. Direct expansion (DX) cooling coils shall be fabricated of seamless high efficiency copper tubing that is mechanically expanded into high efficiency aluminum plate fins. Coils shall be a multi -row, staggered tube design with a minimum of 3 rows and a maximum of 12 fins per inch. All units shall have two independent refrigerant circuits and shall use an 109 interlaced coil circuiting that keeps the full coil face active at all load conditions. All coils shall be factory leak tested with high pressure air under water. C. A positively sloped drain pan shall be provided with the cooling coil. The slope of the drain pan shall be in two directions and comply with ASHRAE Standard 62.1. The drain pan shall have a minimum slope of 1/8" per foot to provide positive draining. The drain pan shall extend beyond the leaving side of the coil. The drain pan construction shall be a stainless steel design. The drain pan shall be connected to a threaded drain connection extending through the unit base. Drain pan shall be removable from the side of the unit without the removal of the cooling coil. 2.07 Filters A. Unit shall be provided with a draw -through filter section. The filter rack shall be designed to accept a 2" prefilter and a 4" final filter. The unit design shall have a hinged access door for the filter section. The manufacturer shall ship the rooftop unit with 2" MERV 8 construction filters. The contractor shall furnish and install, at building occupancy, the final set of filters per the contract documents. 2.08 Outdoor / Return Air Section A. Damper blades shall be gasketed with side seals to provide an air leakage rate of no more than 1.5 cfm / square foot of damper area at 1" differential pressure. Leakage rate to be tested in accordance with AMCA Standard 500. Damper blades shall be operated from multiple sets of linkages mounted on the leaving face of the dampers. B. Unit shall be provided with an outdoor air economizer section. The 0 to 100% outside air economizer section shall include outdoor, return, and exhaust air dampers. The outdoor air hood shall be factory installed and constructed from galvanized steel finished with the same durable paint finish as the main unit. The hood shall include moisture eliminator filters to drain water away from the entering air stream. The outside and return air dampers shall be sized to handle 100% of the supply air volume. The dampers shall be opposed blade design. Damper blades shall be gasketed and also have side seals to provide an air leakage rate of 4 cfm / square foot of damper area at 1" differential pressure per ASHRAE 90.1 Energy Standard . Leakage rate to be tested in accordance with AMCA Standard 500. A barometric exhaust damper shall be provided to exhaust air out of the back of the unit. A bird screen shall be provided to prevent infiltration of rain and foreign materials. Exhaust damper blades shall be lined with vinyl gasketing on contact edges. Control of the dampers shall be by a factory installed direct coupled actuator. Damper actuator shall be of the modulating, spring return type. An adjustable dry bulb control shall be provided to sense the dry-bulb temperature of the outdoor air stream to determine if outdoor air is suitable for "free" cooling. If outdoor air is suitable for "free" cooling, the outdoor air dampers shall modulate in response to the unit's temperature control system. 2.09 Condensing Section A. Condenser coils shall be an all aluminum design, and mounted on polymer brackets, to minimize di -electric corrosion. The aluminum tube shall be a micro channel design with high efficiency aluminum fins. Fins shall be brazed to the tubing for a direct bond. Each condenser coil shall be factory leak tested with high-pressure air under water. Condenser coils shall be protected from incidental contact to coil fins by a coil guard. Coil guard shall be constructed of cross wire welded steel with PVC coating B. Condenser fans shall be direct drive, axial type designed for low tip speed and vertical air discharge. Condenser fan rpm shall be 1140 rpm maximum. Fan blades shall be constructed of steel and riveted to a steel center hub. Condenser fan motors shall be heavy-duty, inherently protected, three-phase, non -reversing type with permanently lubricated ball bearing and integral rain shield. C. Each circuit shall have fan cycling of at least one condenser fan to maintain positive head pressure. An ambient thermostat shall prevent the refrigeration system from operating below 0° F. D. Condenser coils shall be recessed and protected from hail damage as an integral part of the unit design. Hail guards shall be provided on all units with vertical mounted condenser coils. E. Each unit shall have multiple, heavy-duty scroll compressors. Each compressor shall be complete with gauge ports, crankcase heater, sight -glass, anti -slug protection, motor overload protection and a time delay to prevent short cycling and simultaneous starting of compressors following a power failure. Compressors shall be isolated with resilient rubber isolators to decrease noise transmission F. Each unit shall have two independent refrigeration circuits for redundancy. Each circuit shall be complete with a low pressure control, filter -drier, liquid moisture indicator/sight-glass, thermal expansion valve, and a manual reset high pressure safety switch. The thermal expansion valve shall be capable of modulation from 100% to 25% of its rated capacity. Sight -glasses shall be accessible for viewing without disrupting unit operation. Each circuit shall be dehydrated and factory charged with Refrigerant 410A and oil. 110 G. Option for sizes 20-50 -Each unit shall have at least 4 compressor stages of cooling capacity control for better part load control as required by ASHRAE 90.1-2013. 2.10 Roof Curb A. A prefabricated 14 -gauge galvanized steel, mounting curb shall be provided for field assembly on the roof decking prior to unit shipment. The roof curb shall be a full perimeter type with complete perimeter support of the air handling section and condensing section. The curb shall be a minimum of 14" high and include a nominal 2" x 4" wood nailing strip. Gasket shall be provided for field mounting between the unit base and roof curb. 2.11 Controls A. Provide a complete integrated microprocessor based Direct Digital Control (DDC) system to control all unit functions including temperature control, scheduling, monitoring, unit safety protection, including compressor minimum run and minimum off times, and diagnostics. This system shall consist of all required temperature sensors, pressure sensors, controller and keypad/display operator interface. All MCBs and sensors shall be factory mounted, wired and tested. B. The stand-alone DDC controllers shall not be dependent on communications with any on-site or remote PC or master control panel for proper unit operation. The microprocessor shall maintain existing set points and operate stand alone if the unit loses either direct connect or network communications. The microprocessor memory shall be protected from voltage fluctuations as well as any extended power failures. All factory and user set schedules and control points shall be maintained in nonvolatile memory. No settings shall be lost, even during extended power shutdowns. C. The DDC control system shall permit starting and stopping of the unit locally or remotely. The control system shall be capable of providing a remote alarm indication. The unit control system shall provide for outside air damper actuation, emergency shutdown, remote heat enable/disable, remote cool enable/disable, heat indication, cool indication, and fan operation. D. All digital inputs and outputs shall be protected against damage from transients or incorrect voltages. All field wiring shall be terminated at a separate, clearly marked terminal strip. E. The DDC controller shall have a built-in time schedule. The schedule shall be programmable from the unit keypad interface. The schedule shall be maintained in nonvolatile memory to insure that it is not lost during a power failure. There shall be one start/stop per day and a separate holiday schedule. The controller shall accept up to sixteen holidays each with up to a 5 -day duration. Each unit shall also have the ability to accept a time schedule via BAS network communications. F. The keypad interface shall allow convenient navigation and access to all control functions. The unit keypad/display character format shall be 4 lines x 20 characters. All control settings shall be password protected against unauthorized changes. For ease of service, the display format shall be English language readout. Coded formats with look -up tables will not be accepted. The user interaction with the display shall provide the following information as a minimum: 1. Return air temperature 2. Discharge air temperature 3. Outdoor air temperature 4. Space air temp 5. Dirty filter indication 6. Airflow verification 7. Cooling status 8. Control temperature (Changeover) 9. VAV box output status 10. Cooling status/capacity 11. Unit status 12. All time schedules 13. Active alarms w/time and date 14. Previous alarms with time and date 15. Optimal start 16. System operating hours a. Fan b. Exhaust fan C. Cooling d. Individual compressor e. Heating f. Economizer 111 g. Tenant override G. The user interaction with the keypad shall provide the following setpoints as a minimum: 1. Controls mode a. Off manual b. Auto C. Heat/cool d. Cool only e. Heat only f. Fan only 2. Occupancy mode a. Auto b. Occupied C. Unoccupied d. Tenant override 3. Unit operation changeover control a. Return air temperature b. Space temperature C. Network signal 4. Cooling and heating change -over temperature with deadband 5. Cooling discharge air temperature (DAT) 6. Supply reset options a. Return air temperature b. Outdoor air temperature C. Space temperature d. Airflow (VAV) e. Network signal f. External (0-10 vdc) g. External (0-20mA) 7. Temperature alarm limits a. High supply air temperature b. Low supply air temperature C. High return air temperature 8. Lockout control for compressors 9. Compressor interstage timers 10. Night setback and setup space temperature 11. Building static pressure 12. Economizer changeover a. Enthalpy b. Drybulb temperature 13. Current time and date 14. Tenant override time 15. Occupied/unoccupied time schedule 16. One event schedule 17. Holiday dates and duration 18. Service mode a. Timers normal (all time delays normal) b. Timers fast (all time delays 20 sec) H. If the unit is to be programmed with a night setback or setup function, an optional space sensor shall be provided. Space sensors shall be available to support field selectable features. Sensor options shall include: 1. Zone sensor with tenant override switch 2. Zone sensor with tenant override switch plus heating and cooling set point adjustment. (Space Comfort Control systems only) I. To increase the efficiency of the cooling system the DDC controller shall include a discharge air temperature reset program for part load operating conditions. The discharge air temperature shall be controlled between a minimum and a maximum discharge air temperature (DAT) based on one of the following inputs: 1. Airflow 112 2 Outside air temperature 3. Space Temperature 4. Return air temperature 5. External signal oy1'5VDC 8. External signal of0-2OmA 7. Network signal PART 3: PERFORMANCE Unit Electrical Voltage 460/60/3 MROPD (A) 80 Efficiency EER/SEER 10.3 Airflow (CFM) 12000 ESP (inH20) 0.5 TSP (inH20) 1.3 Altitude 0 Motor Size (HP) 7.5 HP Filters Face Area (ft) 32 Efficiency 30% MERV 8 Cooling EAT LAT Total Capacity 355349 Sensible Capacity 281395 Ambient 113 END OF SECTION 114 Compressor Stages 5 steps Qty 3 Compressor Power (M) 26.4 Refrigerant R410A END OF SECTION 114 Pricing Scenario # 3 Provide Indoor Air Handling Unit Location of Project: Buffalo, NY, metro area PART 1: GENERAL 1.01 Section Includes A. Indoor Air Handling Unit 1.02 References A. AHRI 410 - Forced -Circulation Air -Cooling and Air -Heating Coils. B. AHRI 430 - Central -Station Air -Handling Units. C. NFPA 70 - National Electrical Code. D. SMACNA - HVAC Duct Construction Standards - Metal and Flexible. E. UL 1995 - Standard for Heating and Cooling Equipment. 1.03 Operation and Maintenance Data A. Installation Data: Provide installation instructions and operating manual B. Maintenance Data: Provide instructions for maintenance and service 1.04 Qualifications A. Manufacturer: Company specializing in manufacturing Air Handler products specified in this section must show a minimum five years documented experience and complete catalog data on total product. 1.05 Safety Agency Listed & Certification A. Air handling units shall be cETLus safety listed to conform with UL Standard 1995 and CAN/CSA Standard C22.2 No. 236. Units shall be accepted for use in New York City by the Department of Building, MEA 342-99-E. B. Air handler furnished with double width, double inlet (DWDI) fans and/or plenum fans where applicable, shall be certified in accordance with the central station air handling unit certification program, which is based on AHRI Standard 430. (NOTE: Above does not apply to fan array) C. Air handling unit water heating & cooling coils shall be certified in accordance with the forced circulation air cooling and air heating coils certification program, which is based on AHRI Standard 410. PART 2: PRODUCTS 2.01 General Description A. Performance: Conform to AHRI 430. See schedules on prints. (NOTE: above does not apply to fan array) B. Acoustics: Sound power levels (dB) for the unit shall not exceed the specified levels shown on the unit schedule. The manufacturer shall provide the necessary sound treatment to meet these levels if required. 2.02 Unit Construction A. Fabricate unit with heavy gauge channel posts and panels secured with mechanical fasteners. All panels, access doors, and ship sections shall be sealed with permanently applied bulb -type gasket. AHUs with gasketing shipped loose shall be inspected by a factory representative at assembly to ensure proper assembly. Panels shall be individually removable without removing adjacent panels for ease of service. B. Panels and access doors shall be double wall 2 -inch nominal thick injected with foam insulation with a total R -value of at least R-13. The inner and outer liner shall be constructed of galvanized steel. C. Outdoor units shall have painted exterior of galvanized steel with a 1000 hour salt spray rating. Units shall also include hoods over all air inlets and outlets to the AHU. A pitched roof with standing seams shall be provided. D. Deflection of any panel shall not exceed 0240 at design static pressure at the panel midpoint. E. As selected fan curves shall be used to calculate the static pressures for all operating points in the AHU to determine the maximum possible +/- pressures in all sections. Maximum +/- static pressures shall be used to ensure that proper cabinet construction is provided, and that the fan will not over pressurize the cabinet at worst case design conditions. F. The cabinet construction shall be capable of providing leakage rates of less than 0.5 CFM/ft2 up to +5" static pressure, and ASHRAE standard 111 Class 6 (0.20 CFM/ ft2) down to -6" static pressure. For AHUs with sections that exceed 115 these static pressures, high pressure construction shall provide leak rates not exceeding ASHRAE standard 111 class 6 (0.23 CFM/ ft2) at +/- 8" static pressure G. Module to module field assembly shall be accomplished with an overlapping, full perimeter internal splice joint that is sealed with bulb type gasketing on both mating modules to minimize on-site labor and meet indoor air quality standards. Air handlers with field applied gasketing shall be field pressure tested to ensure proper gasket installation. H. Access doors shall be flush mounted to cabinetry, with minimum of two stainless steel piano -type hinges, latch and full size handle assembly. Access doors shall swing outward for unit sections under negative pressure. Access doors on positive pressure sections, shall have a secondary latch to relieve pressure and prevent injury upon access. I. A formed galvanized steel base rail shall be provided by the unit manufacturer for structural rigidity and condensate trapping.. J. Construct drain pans from stainless steel with cross break and double sloping pitch to drain connection. Provide drain pans under cooling coil and humidifier sections. Drain connection centerline shall be a minimum of 3" above the base rail to aid in proper condensate trapping. Drain connections that protrude through the base rail shall add extra rail height to provide proper for trapping without core drilling the floor. K. There must be a full nominal 2" panel of insulation under drain pan to prevent sweating. Units that do not have this shall have insulation added to a minimum 2" thickness. Units will not sweat when exposed to interior air temperatures down to 50°F, and exterior room conditions up to 70% relative humidity. L. Drain pan to be able to support the weight of service people up to 300 Ib that will need to be in the section for maintenance. If drain pan will not meet these requirements, properly sized service grating shall be provided over the drain top of the drain pan and tack welded the AHU structure down to provide service support. 2.03 Fan Assemblies A. Maximum fan RPM shall be below first critical fan speed. Fan assemblies shall be dynamically balanced by the manufacturer on all three planes. A copy of the balance report shall be available on request. Provide access to motor and fan assembly through hinged access door. B. Fan and motor shall be mounted internally on a steel base. Motor shall be factory mounted. Provide access to motor, drive, and bearings through hinged access door. Fan and motor assembly shall be mounted on 2" deflection spring vibration type isolators inside cabinetry. 2.04 Bearings, Shafts, and Drives A. Shafts shall be solid, hot rolled steel, ground and polished, keyed to shaft, and protectively coated with lubricating oil. Hollow shafts are not acceptable. B. The fan wheel shall be direct coupled to the motor shaft or belt drive and listed on the schedule. The wheel width shall be determined by motor speed and fan performance characteristics. 2.05 Electrical A. Fan motors Open Drip Proof, premium efficiency (meets or exceeds EPAct requirements), RPM and voltage as listed on the schedule. B. Air handler(s) shall be ETL and ETL-Canada listed by Intertek Testing Services, Inc. Units shall conform to bi-national standard ANSI/UL Standard 1995/CSA Standard C22.2 No. 236. C. Air handler manufacturer shall provide, mount and wire variable speed drive with electrical characteristics as shown on manufacturer's data sheets. 2.06 Cooling and Heating Coils A. Acceptable water cooling, water heating, steam, and refrigerant coils shall be certified in accordance with AHRI Standard 410 and bear the AHRI label. Coils exceeding the scope of the manufacturer's certification and/or the range of AHRI's standard rating conditions will be considered provided the manufacturer is a current member of the AHRI Forced Circulation Air -Cooling and Air -Heating Coils certification programs and that the coils have been rated in accordance with AHRI Standard 410. B. Provide access to coil(s) for service and cleaning. Unit shall be provided with coil connections that extend a minimum of 5" beyond unit casing for ease of installation. Drain and vent connections shall be provided exterior to unit casing. Coils shall be removable through side and/or top panels of unit without the need to remove and disassemble the entire section from the unit. C. Water heating and cooling coil shall be provided as shown on schedule. Coil fins shall have a minimum thickness of 0.0075 inch aluminum. Tubes shall be mechanically expanded into the fins to provide a continuous compression bond over the finned length for maximum heat transfer. 116 1. Coil tubes shall be 5/8 inch OD seamless copper. Tubes to have minimum 0.020 inch nominal wall thickness. 2. Coil connections shall be carbon steel, NPT threaded connection. Vent and drain fittings shall be furnished on the connections, exterior to the air handler. 3. Coil casing shall be a formed channel frame of galvanized steel. 2.07 Filters A. Furnish filter section with 2 -inch pleated MERV 8 filter. B. Provide side loading and removal of filters. C. Filter Minihelic gauge(s) shall be factory installed. One gauge shall be supplied per filter bank. 2.08 Additional Sections A. Access doors shall be provided for access between components. Minimum access door size shall be 20" unless noted on schedules. B. Plenum section shall be provided and properly sized for inlet and/or discharge air flow (between 600 and 1500 feet per minute). The plenum shall provide single or multiple openings as shown on drawings and project schedule. C. Mixing box section shall be provided with outside air and return air openings with or parallel blade low leak airfoil damper blades. Dampers shall be galvanized steel airfoil blades, fully gasketed and have continuous vinyl seals between damper blades in a galvanized steel frame. Dampers shall have stainless steel jamb seals. D. Damper Leakage: Leakage rate shall be less than two tenths of one percent leakage at 2 inches static pressure differential. Leakage rate tested in accordance with AMCA Standard 500. E. Energy recovery wheel shall be constructed of corrugated synthetic fibrous media, with a desiccant intimately bound and uniformly and permanently dispersed throughout the matrix structure of the media. Wheel Seals: The wheel seals shall be full contact nylon brush seals or equivalent. Bypass and recirculation dampers shall be furnished as shown on unit schedule and drawings. Certification: The wheel shall be AHRI certified by the wheel supplier to AHRI Standard 1060 and must bear the AHRI certification stamp. PART 3: PERFORMANCE Supply Fan Fan Type Direct Drive Plenum Qty 1 Class 2 Airflow CFM 18000 RPM 1951 BHP 19.47 E.S.P. inH2O 2 T.S.P. inH2O 3.7 Motor Voltage 460/60/3 Power HP 20 RPM 1750 Control None Combination Coil Cooling Sensible Capacity Btu/hr 510183 Type Standard Total Capacity Btu/hr 740543 EAT -DB °F 80 EAT -WB °F 67 117 118 LAT -DB °F 54.1 LAT -WB °F 53.6 F.V. ft/min 466 A.P.D. inH2O 1.26 Suct. Temp. °F N/A EWT °F 45 LWT ° F 55.3 Flow Rate GPM 144.1 W.P.D. ftH2O 16 Rows 6 FPI 8 Total Capacity Heating Btu/hr 1015708 Type 1 & 2 rows EAT -DB °F 40 LAT -DB °F 91.6 F.V. ft/min 480 EWT °F 160 LWT °F 139.4 Flow Rate GPM 98.4 W.P.D. ftH2O 7.3 Steam PD (psi) N/A Rows 2 FPI 12 Mixing Box Filter Flat panel Pleated (MERV Type 1 8 Clean PD inH2O 0.29 Dirty PD inH2O 1 Mean PD (in 20) 0.64 118 Pricing Scenario # 4 Provide Air Cooled Scroll Chiller, Installation and Maintenance for two (2) years Location of Project: Jacksonville, FL, metro area Description PART 1: 1. GENERAL 1.01 Summary A. Section includes design, performance criteria, refrigerants and controls requirements for air-cooled scroll compressor chillers. 1.02 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 ASHRAE Standard 90.1, 2013 and FEMP standard 2012. 1.03 Operation and Maintenance Data A. Installation: Install product according to manufacturer's installation instructions over weekend B. Maintenance: Maintain and service product according to manufacturer's recommendations for a period of two (2) years 1.04 Submittals A. Submittals shall include the following: 1. Certification of factory -run test of packaged chiller unit signed by company officer. 2. Installation and operating manuals. 1.05 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. 1.06 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. 1.07 Warranty A. Standard Warranty (Domestic): The refrigeration equipment manufacturers standard 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. 1 st Year Labor Warranty: None included PART 2: PRODUCTS 2.01 Unit Description A. Provide a factory -assembled, factory -charged air-cooled scroll compressor packaged chillers in the quantity specified. Each chiller shall consist of hermetic tandem or trio 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. Each chiller shall be factory functionally -tested to verify operation. Operating controls and refrigerant charge shall be checked for proper operation and optimum performance. 2.02 Design Requirements 119 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. Sound data shall be provided with the quotation. Data shall be in accordance with AHRI Standard 370. Sound Pressure (at 30 feet) 63 Hz 125 Hz 250 Hz 500 Hz 1000 Hz 2000 Hz 4000 Hz 8000 Hz Overall dBA 75% Load dBA 50% Load dBA 25% Load dBA Sound Power 63 Hz 125 Hz 250 Hz 500 Hz 1000 Hz 2000 Hz 4000 Hz 8000 Hz Overall 75% Load dBA dBA 50% Load dBA 25% Load dBA 2.03 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 electric resistance heater (heat trace tape) 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). Vent and drain connections shall be provided in the inlet and outlet chilled water piping by the installing contractor. 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 direct -drive 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, direct -drive, 1140 rpm. Each fan section shall be partitioned to avoid cross circulation. 2. Coil shall be all aluminum alloy microchannel design and shall have a series of flat tubes containing multiple, parallel flow microchannels layered between the refrigerant manifolds. 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 1000+ 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 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 to meet ASTM B117, 500 -hour salt spray test. 2. Upper condenser coil section of unit shall have protective, 12 GA, PVC -coated, wire grille guards. 120 F. Control System 1. A centrally located weatherproof control panel shall contain the field power connection points, control interlock terminals, and control system. 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, and inherent fan motor overload protection. 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 optional single -point connection to a non-fused disconnect switch with through -the -door handle and compressor circuit breakers. 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 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®, Modbus® or LONMARK ® network via one of the data link / physical layers listed below as specified by the successful Building Automation System (BAS) supplier. b. BACnet MS/TP master (Clause 9) C. 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. 121 All communication from the chiller unit controller as specified in the points list shall be via standard BACnet objects. Proprietary BACnet objects shall not be allowed. BACnet communications shall conform to the BACnet protocol (ANSI/ASHRAE135-2001). A BACnet Protocol Implementation Conformance Statement (PICS) shall be provided along with the unit submittal. PART 3: PERFORMANCE Cooling Capacity ............ 65.1 tons Max full load kWT/input ...... 1.2 Evaporator LWT........................44 DEG F EWT...............54 DEG F Max WPD.................17.4 Ft FF.....................0.0001 Condenser Ambient Temp.......................95 DEG F Elevation...............Sea Level Electrical.. .................. ..460/3/60 V/Ph/Hz END OF SECTION 122 Pricing Scenario # S Provide Centrifugal Water Chillers, installation and maintenance for two (2) years Location: Dallas, TX, metro area PART 1: GENERAL 1.01 Summary A. Section includes design, performance criteria, refrigerants and controls for water-cooled magnetic bearing two stage centrifugal chillers. a. AHRI550/590 b. AHRI575 C. NEC d. ANSI/ASHRAE 15 e. OSHA as adopted by the State f. ETL g. ASME Section Vlll 1.02 References A. Comply with the following codes and standards: 1.03 Operation and Maintenance Data A. Installation: Install product according to manufacturer's installation instructions over weekend B. Maintenance: Maintain and service product according to manufacturer's recommendations for a period of two (2) years 1.04 Submittals A. Submittals shall include the following: 1. Manufacturer's certified performance data at full load plus IPLV or NPLV. 2. Installation and Operating Manuals. 1.05 Quality Assurance A. Regulatory Requirements: Comply with the codes and standards in Section 1.02. B. Chiller manufacturer must be ISO Certified. C. The chiller shall be tested to job conditions at the manufacturer's plant. 1.06 Delivery and Handling A. Chillers shall be delivered to the job site completely assembled and charged with refrigerant RI 34a and be shipped on skids with a weather resistant cover. B. Comply with the manufacturer's instructions for rigging and transporting units. Leave protective covers in place until installation. 1.07 Warranty A. The chiller manufacturer's standard warranty shall cover parts and labor costs for the repair or replacement of defects in material or workmanship, and include refrigerant for the entire unit, for a period of one year from equipment startup or 18 months from shipment, whichever occurs first, and also include an additional extended warranty for four years on the entire unit including refrigerant coverage. Warranty support shall be provided by company direct or factory authorized service permanently located near the job site. 123 PART 2: PRODUCTS 2.01 Unit Description A. Provide and install as shown on the plans a factory assembled, charged, and tested water-cooled packaged centrifugal chiller. Chillers shall have no more than two oil -free, magnetic bearing, semi -hermetic centrifugal compressors (no exceptions). Each compressor shall have an integrated variable -frequency drive operating in concert with inlet guide vanes for optimized full and part load efficiency. On two -compressor units, the evaporator and condenser refrigerant sides and the expansion valve shall be common and the chiller shall be capable of running on one compressor with the other compressor or any of its auxiliaries inoperable or removed. B. To ensure quick and trouble free start up and commissioning, each chiller shall pass a full battery of factory tests. These tests will include the verification of operating and compressor controls to ensure full unit functionality and manufacturing integrity. Any deviation from stringent factory quality standards shall be remedied prior to shipment. 2.02 Design Requirements A. General: Provide a complete water-cooled, semi -hermetic oil -free centrifugal compressor water chiller as specified herein. The unit shall be provided according to standards indicated in Section 1.02. In general, unit shall consist of one or two magnetic bearing, completely oil -free centrifugal compressors, refrigerant, condenser and evaporator, and control systems including integrated variable frequency drive, operating controls and equipment protection controls. Chillers shall be charged with refrigerant HFC -134a. If manufacturer offers a chiller using any HCFC refrigerant that is subject to phase out by the Montreal Protocol or the U.S. Clean Air Act, manufacturer shall provide, in writing, documentation signed by an officer of the company assuring refrigerant availability and price schedule for a 20 -year period. B. The entire chiller system, including all pressure vessels, shall remain above atmospheric pressure during all operating conditions and during shut down to ensure that non-condensables and moisture do not contaminate the refrigerant and chiller system. If any portion of the chiller system is below atmospheric pressure during either operation or shut down, the manufacturer shall include, at no charge: 1. Purge System a. A complete purge system capable of removing non-condensables and moisture during operation and shut- down. The system shall consist of an air cooled condensing unit, purge condensing tank, pumpout compressor, and control system. b. A dedicated condensing unit shall be provided with the purge system to provide a cooling source whether or not the chiller is running. The condensing unit shall provide a low purge coil temperature to result in a maximum loss of 0.1 pounds of refrigerant per pound of purged air. C. The purge system shall be connected to a 100% reclaim device. d. A 20 -year purge maintenance agreement that provides parts, labor, and all preventative maintenance required by the manufacturer's operating and maintenance instructions. 2. Annual Oil/Refrigerant Analysis a. The manufacturer shall also include at no charge for a period of 20 years an annual oil and refrigerant analysis report to identify chiller contamination due to vacuum leaks. b. If the analysis identifies water, acid, or other contaminant levels higher than specified by the manufacturer, the oil and/or refrigerant must be replaced or returned to the manufacturer's original specification at no cost to the owner. 3. Shell Pressurization System a. The manufacturer shall include a factory -installed and wired system that will enable service personnel to readily elevate the vessel pressure during shutdown to facilitate leak testing. b. A shell pressurization system shall be provided to keep air out of the chiller when the unit is not in service. An electric blanket or hot water circulation system are both acceptable. C. Performance: Refer to chiller performance rating. D. Acoustics: Sound pressure for the unit shall not exceed the following specified levels. Provide the necessary acoustic treatment to chiller as required. Sound data shall be measured in dB according to AHRI Standard 575 and shall include overall dBA. 124 Octave Band I©vefall (deA) 2Da Hz I 403OHz 75% Load 501% Load 2.03 Chiller Components A. Compressors: 1. The unit shall utilize magnetic bearing, oil -free, semi -hermetic centrifugal compressors. The levitated shaft position shall be digitally controlled and shall be monitored by X-axis position sensor, Y-axis position sensor, and Z-axis position sensor. The compressor drive train shall be capable of coming to a controlled, safe stop in the event of a power failure by diverting stored power to the magnetic bearing controls system. 2. The motor shall be of the semi -hermetic type, of sufficient size to efficiently fulfill compressor horsepower requirements. It shall be liquid refrigerant cooled with internal thermal sensing devices in the stator windings. The motor shall be compatible with variable frequency drive operation. 3. If unit contains an atmospheric shaft seal, the manufacturer shall provide the following at no additional charge: a. 20 year warranty and all preventive maintenance required to maintain the shaft seal including appropriate disposal of all oil lost through the shaft seal. Such disposal shall be done in a manner consistent with all Federal, state, and local laws pertaining to disposal and documentation of appropriate disposal shall be provided. b. Replacement and re -charging on a semi-annual basis, or more often if required, of all oil lost through the shaft seal. C. 20 year refrigerant replacement warranty for any loss of refrigerant that can be directly attributable to the failure of the atmospheric shaft seal. 4. If the compressor drive motor is an open design the chiller manufacturer shall provide at no additional charge a self contained air conditioning system in the mechanical space sized to handle the maximum heat output the open drive motor. The energy required to operate this air conditioning system shall be added to the chiller power at all rating points for energy evaluation purposes. 5. If the compressor drive motor uses any form of antifriction bearings (roller, ball, etc) the chiller manufacturer shall provide the following at no additional charge: a. A 20 year motor bearing warranty and all preventative maintenance, including lubrication, required to maintain the bearings as specified in the manufacturer's operating and maintenance instructions b. At start up a three axis vibration analysis and written report which establishes a baseline of motor bearing condition. C. An annual three axis vibration analysis and written report to indicate the trend of bearing wear. 6. The chiller shall be equipped with an integrated Variable Frequency Drive (VFD) to automatically regulate compressor speed in response to cooling load and the compressor pressure lift requirement. Movable inlet guide vanes and variable compressor speed acting together, shall provide unloading. The chiller controls shall coordinate compressor speed and guide vane position to optimize chiller efficiency. 7. Each compressor circuit shall be equipped with a 5% rated line reactor to help protect against incoming power surges and help reduce harmonic distortion. 8. The unit shall have a minimum of a 0.90 power factor at compressor full load. B. Evaporator and Condenser: 1. The evaporator and condenser shall be separate vessels of the shell -and -tube type, designed, constructed, tested and stamped according to the requirements of the ASME Code, Section VIII. Regardless of the operating pressure, the refrigerant side of each vessel will bear the ASME stamp indicating compliance with the code and indicating a test pressure of 1.1 times the working pressure, but not less than 100 psig. The tubes shall be individually replaceable and secured to the intermediate supports without rolling or expanding to facilitate replacement if required. 2. The evaporator shall be flooded type with 0.025 in. wall copper internally and externally enhanced tubes rolled into carbon steel tubesheets. The water side shall be designed for a minimum of 150 psig. The refrigerant side shall be designed for a minimum of 200 psi. Provide intermediate tube supports at a maximum of 18 inch spacing. The heads shall be carbon steel and the tubesheets shall be carbon steel. Water connections shall be grooved suitable for 125 Victaulic couplings. The evaporator shall have dished heads with valved drain and vent connections. The evaporator shall have left-hand connections when looking at the unit control panel. 3. The condenser shall have 0.025 in. wall copper internally and externally enhanced tubes rolled into carbon steel. Water connections shall be grooved suitable for Victaulic couplings. The water side shall be designed for a minimum of 150 psig and the refrigerant side shall be designed for a minimum of 200 psi. Provide intermediate tube supports at a maximum of 18 inch spacing. The condenser shall have dished heads with valved drain and vent connections. The heads shall be carbon steel and the tubesheets shall be carbon steel. The condenser shall have left-hand connections when looking at the unit control panel. 4. If a negative pressure refrigerant is utilized, a separate ASME Code storage vessel shall be provided during servicing to hold the full unit refrigerant charge of the largest unit being furnished. 5. An electronic expansion valve shall control refrigerant flow to the evaporator. Fixed orifice devices or float controls with hot gas bypass are not acceptable because of inefficient control at low load conditions. The liquid line shall have moisture indicating sight glass. 6. Re -seating type spring loaded pressure relief valves according to ASHRAE-15 safety code shall be furnished. The evaporator shall be provided with single or multiple valves. The condenser shall be provided with dual relief valves equipped with a transfer valve so one relief valve can be removed for testing or replacement without loss of refrigerant or removal of refrigerant from the condenser. Rupture disks are not acceptable. If rupture disks are required on negative pressure units to prevent air and moisture ingress, then factory mounted spring loaded pressure relief valves shall be provided in series with the rupture disks to contain the remaining refrigerant in the event of vessel over -pressurization. The space between the rupture disk and the relief valve shall include a suitable telltale indicator integrated into the chiller control system to alert the operator that a potential safety issue exists in the pressure relief system. 7. The evaporator vessel, including water heads, suction line, and any other component or part of a component subject to condensing moisture shall be insulated with UL recognized 3/4 inch closed cell insulation. All joints and seams shall be carefully sealed to form a vapor barrier. 8. Provide factory -mounted and wired, thermal -dispersion water flow switches on each vessel to prevent unit operation with no or low water flow. Paddle and pressure differential type switches are not acceptable due to high rates of failure and false indications from these types of flow indicators. C. Long Term Reliability: 1. All compressor/motor designs that require oil to lubricate their respective roller/ball bearing system must denote exactly how many gallons of oil are required for safe operation. The manufacturer must then provide the engineer and owner with a real world energy analysis showing the energy degradation over time due to oil contamination of heat transfer surfaces. This average efficiency degradation over the life of the chiller shall be no less than 10%. 2. Chillers containing oil shall include a 10 year parts and labor warranty on all oil system components including: a. Pumps b. Starter C. Piping d. Tank e. Heater f. Cooler g. Controls h. Valves 3. Manufacturer shall be responsible for covering all costs associated with annual oil and oil filter changes plus oil analysis as required D. Vibration Isolation 1. Provide neoprene waffle -type vibration isolators for each corner of the unit. E. Power Connections 1. Power connection shall be single point to a factory -mounted disconnect switch. F. Chiller Control 1. The unit shall have a microprocessor -based control system consisting of a 15 -inch VGA touch -screen operator interface and a unit controller. 2. The touch -screen shall display the unit operating parameters, accept setpoint changes (multi-level password protected) and be capable of resetting faults and alarms. The following parameters shall be displayed on the home screen and also as trend curves on the trend screen: a. Entering and leaving chilled water temperatures b. Entering and leaving condenser water temperatures 126 C. Evaporator saturated refrigerant pressure d. Condenser saturated refrigerant pressure e. Percent of 100% speed (per compressor) f. % of rated load amps for entire unit In addition to the trended items above, all other important real-time operating parameters shall also be shown on the touch -screen. These items shall be displayed on a chiller graphic showing each component. At a minimum, the following critical areas must be monitored: a. Compressor actual speed, maximum speed, percent speed b. Liquid line temperature C. Chilled water setpoint d. Compressor and unit state and input and output digital and analog values 4. A fault history shall be displayed using an easy to decipher, color coded set of messages that are date and time stamped. Time interval scale shall be user selectable as 20 mins, 2 hours, or 8 hours. The alarm history shall be downloadable from the unit's USB port. An operating and maintenance manual specific for the unit shall be viewable on the screen. 5. All setpoints shall be viewable and changeable (multi-level password protected) on the touch screen and include setpoint description and range of set values. 6. Automatic corrective action to reduce unnecessary cycling shall be accomplished through preemptive control of low evaporator or high discharge pressure conditions to keep the unit operating through abnormal transient conditions. 7. Chiller plant optimization software for multiple chillers shall be provided including automatic control of: at least two (2) chillers, evaporator and condenser pumps (primary and standby), up to 3 stages of cooling tower fan cycling control and a tower modulating bypass valve or cooling tower fan variable frequency drives. 8. The factory supplied VFD and controls should include the following.- a. ollowing:a. High short circuit panel rating of 35kA with a matching circuit breaker b. Phase loss protection C. Under/over voltage protection 9. Energy saving software logic shall at a minimum offer the following a. User programmable compressor soft loading b. Chilled water reset C. Demand limit control d. Staging options lead lag between multiple compressors on a single chiller or on multiple chillers e. Plotting of historic trends for optimizing efficiency PART 3: PERFORMANCE Cooling Capacity .....................500 tons Max full load kW/ton ............... 0.53 Max I PLV kW/ton ..............................0.31 Evaporator: EnT/Lvg Temp......................54/44 °F Flow Rate..............................1200 GPM Max WPD...............................20 ft. FF ........................0.00010 hr -sq ft -deg F/BTU Condenser Ent/LWT Temp...........................85/95 °F Flow Rate...................................1500 GPM Max WPD.......................................20 Ft. FF ... .................0.00025 hr -sq ft -deg F/BTU Electrical ...............................460/60/3 END OF SECTION 127 Pricing Scenario # 6 Provide Unit Ventilator and installation Location: Los Angeles, CA, metro area Description PART 1: GENERAL 1.01 References A. Comply with the following codes and standards: 1.02 Operation and Maintenance Data A. Installation: Install product according to manufacturer's installation instructions during normal hours B. Maintenance: Provide instructions for maintenance and service 1.03 Submittals A. Submittals shall include the following: 1. Installation and Operating Manuals. 1.04 Quality Assurance A. Ventilator manufacturer must be ISO Certified. B. The ventilator shall be tested to job conditions at the manufacturer's plant. 1.05 Warranty A. The ventilator manufacturers standard warranty shall cover parts and labor costs for the repair or replacement of defects in material or workmanship, and include refrigerant for the entire unit, for a period of one year from equipment startup or 18 months from shipment, whichever occurs first, and also include an additional extended warranty for four years on the entire unit including refrigerant coverage. Warranty support shall be provided by company direct or factory authorized service permanently located near the job site. 1.06 Maintenance A. Maintenance shall be the responsibility of the owner and performed in accordance with the manufacturer's instructions. PART 2: PRODUCTS 1. Unit Construction All internal sheet metal parts must be made of galvanized steel to inhibit corrosion. The entire frame must be welded construction to provide strength and rigidity. Hidden reinforced top panel support shall be integral with the frame and support the fan assembly. Frames assembled with sheet metal fasteners shall not be acceptable. Unit shall be of a draw-thru design. Blow-thru design is not acceptable. Unit shall have a built-in metal wire raceway from one end compartment to the other. 2. Cabinets Exterior cabinet panels shall be constructed of heavy -gauge steel. All sheet metal panels must be cleaned and phosphatized, then painted electrostatically with an oven baked environmentally friendly thermosetting urethane powder finish. 3. Floor Units Floor mounted units shall have an integral pipe tunnel for convenient crossover of piping or electrical wiring in accordance with local and National Electric Codes (N.E.C.). The front surface shall consist of three separate, removable panels easily handled by one person. Control compartment must be accessible without removing the entire front panel. Unit top shall have two access doors (one at each end) for access to motor and bearings. Unit discharge grille shall be welded continuous bar type with round edged steel bars placed for a 10° vertical deflection. A 1/4" painted galvanized mesh shall be furnished and located beneath discharge grille. Unit top surface shall be supplied with a textured non -glare paint surface that resists scuffing and hides fingerprints. Units shall come with front adjustable leg levelers. End panels shall ship separately, individually wrapped in plastic and boxed to prevent damage during construction. 128 4. Room Air Fans and Motor The unit fan and motor assembly shall be of a modular construction so that it is removable from the top for service, maintenance and access to the coil section for cleaning. The motor and fan assembly shall be low speed design to assure maximum quietness and efficiency. Fans shall be double inlet, forward curved centrifugal type with offset aerodynamic blades. Assembly shall be statically and dynamically balanced. Fan housings shall be steel construction, incorporating logarithmic expansion for quieter operation. Fan shaft shall be 1-1/4" diameter hollow steel with 1-1/4" end bearing. Fan and motor assembly shall be direct drive type. Motor speed shall be controlled by factory mounted multi -tap transformer for High - Medium -Low -Off speeds. Fan/coil arrangement shall be draw-thru design for uniform coil face velocity and discharge air temperature. Motors shall be 115/60/1 NEMA permanent split capacitor (PSC), plug-in type designed specifically for unit ventilator operation. Motors shall be located out of the airstream and have an internal thermal overload device (auto reset). Fan motors and controls shall have each hot line protected by factory installed cartridge type fuse(s). Motors shall have sleeve type bearings and require oiling no more than once annually. Units shall have shaft bearing located out of the air stream. Bearings in the airstream are not acceptable. 5. Face and Bypass Damper Each unit shall be provided with a factory -installed face and bypass damper, constructed of aluminum. The long sealing surfaces of the damper shall seal positively against stops fitted with extruded EPDM rubber seals. Face and bypass damper stops not fitted with seals shall not be acceptable. The damper ends shall have blended mohair seals glued along the ends for a positive seal. Plastic clip -on brush end seals will not be acceptable. The unit design shall incorporate the face and bypass damper to prevent coil surface wiping and be before the fan in a draw through configuration. Face and bypass damper positioned in the direct discharge of the room fan is not acceptable. The face and bypass damper shall be arranged so a dead air space results between the coil and the damper in a full bypass condition to minimize heat pick up. 6. Outdoor and Room Air Dampers Each unit shall be provided with separate room air and outdoor air dampers. The room air damper shall be constructed of aluminum using metal -forming techniques to resist twisting and shall be counterbalanced against back pressure. Outdoor air damper shall be two-piece double-wall construction with 1/2" thick, 1.5 lbs. density fiberglass insulation encapsulated between welded 20 ga. galvanized steel blades for rigidity and to inhibit corrosion, and have additional insulation on the exterior surfaces of the damper blade and on the ends of the outdoor air chamber. Dampers shall be fitted with mohair seals along all the sealing edges. Dampers shall use turned -metal principle on long closing ends with no metal -to -metal contact. No plastic or rubber gaskets shall be acceptable. Damper bearings shall be made of nylon or other material which does not require lubrication. 7. Drain Pan All units shall have a drain pan constructed of corrosion -resistant composite material and shall be insulated. A drain outlet shall be provided on both ends of the pan. The drain hand of connection shall be easily field -reversed to the opposite end. The drain pan shall be able to be sloped in either direction for proper condensate removal. Drain shall be provided with an optional secondary, overflow drain connection on both ends of the pan. 8. Agency Listing Unit ventilators shall be listed by Underwriters Laboratories Inc. (U.L.) for the United States and Canada. Unit ventilation rate to be certified and tested per Air Conditioning, Heating and Refrigeration Institute (AHRI) standard 840. All units with chilled water coils shall be AHRI certified for performance. Motors shall conform to the latest applicable requirements of NEMA, IEEE, ANSI, and NEC standards. 9. Coils All hydronic coils shall be constructed with copper tubes and mechanically bonded aluminum corrugated plate fins. All coils shall have aluminum individual unshared fin surfaces. An air brake shall exist between coils. Water coils shall be furnished with a threaded drain plug at the lowest point. A manual air vent shall be provided at the high point of the coil. 10. Filters Filter shall be one-piece design located to provide filtration of the outdoor air/return air mixture to assure even dust loading and balanced airflow in lieu of separate filters for outdoor air and return. Throwaway filter shall be factory furnished initially installed in all units. 11. Temperature Controls Each unit ventilator shall be furnished with a factory installed and wired, microprocessor based DDC Unit Ventilator Controller (UVC), by the manufacturer of the unit ventilator, which is pre-programmed, factory pretested prior to shipment and capable of complete, standalone unit control, master -slave arrangement or incorporation into a building -wide network using an optional plug-in communication module. The UVC shall be preprogrammed with the application code required to operate the unit using 1.29 ASHRAE Cycle II. The unit control system shall include all required temperature sensors, input/output boards, main microprocessor modules, Local User Interface (referred to as LUI) Touch Pad with Digital LED Display, wiring, 24 volt power and direct coupled damper actuators. The UVC shall support up to 6 analog inputs, 12 binary inputs, and 9 binary outputs plus additional 1/0 points of 4 analog inputs and 8 binary outputs. 12. Network System The unit control system shall perform all unit control functions, unit diagnostics and safeties. The unit shall operate in the standalone or network capable mode of operation. Field furnished and installed controls shall not be allowed. When network capable, network communication modules shall be factory installed, tested and able to communicate via plug-in communication modules that connect directly to the UVC using: a. LonMark Space Comfort Control that supports the LonMark SCC profile number 8500-10 allowing LonWorks network communication capability to the UVC. Controls shall allow monitoring and adjustment from a portable IBM compatible PC using the applicable software. When using this PC and software, the unit shall be capable of reacting to commands for changes in control sequence and set points. 13. Room Temperature Sensor and Tenant Override Options Unit Mounted All units shall come equipped with a factory mounted room temperature sensor located in a sampling chamber (front, center panel) where room air is continuously drawn through for fast response to temperature changes in the room. When using a remote wall -mounted temperature sensor the ability shall exist to simply disconnect the unit -mounted temperature sensor using the provided quick disconnect plug. Tenant override switch shall be factory mounted next to the Local User Interface (LUI) Touch Pad to provide a momentary contact closure that causes the unit to enter the "tenant override" operating mode for a set time period (adjustable) of 120 minutes. The room temperature sensor and override switch shall be an optional wall mounted temperature sensor, with integral tenant override capability 14. Wall Mounted Sensor with Tenant Override A thermistor type temperature sensor with integral tenant override and status LED shall be furnished with the unit ventilators. a. Remote wall mounted sensor with tenant override 15. External Signal Connections The unit shall have three (3) multi -pin External Signal Connection Plugs factory provided and pre -wired with short wire whips that is capped for field wiring of: a. Remote Wall Mounted Temperature Sensor. 16. Performance Voltage 115/60/1 Min Circuit Amps 3.88 Max Fuse Amps 15 Airflow (CFM) 979 ESP (inH2O) 0 Fan Speed High Motor Power (HP) 0.25 Cooling Coil Coil Rows 3 EAT - EDB (°F) 80 EAT - EWB (°F) 67 LDB (°F) 59.1 LWB (°F) 56.3 No Fluid Type Glycol EWT 45 LWT 55 Flow Rate (gpm) 6.5 WPD (ft H2O) 7.53 130 Total Capacity Btu/hr) 32,502 Sensible Capacity Btu/hr) 22,158 Heating Coil Coil Rows 2 EAT - EDB (°F) 70 LAT - LDB (°F) 116.9 Fluid Type No Glycol EWT (`F) 180 LWT (°F) 140.2 Flow Rate (gpm) 2.5 WPD (ft H2O) 1.34 Total Capacity Btu/hr) 49,773 END OF SECTION 131 Attachment 9 — Cost Proposals / Pricing Forms Bid Forms and Price Proposal sheets are provided for you. It is not mandatory to submit your cost proposals on these forms. You must however include the same, requested information. A discount percentage, or structure must be clearly delineated. Pricing for each scenario must be complete, showing all products offered for that scenario, the list price, the discount amount and the final net price for each scenario. Total costs, including a detailed list of all labor categories applicable to each scenario must also be shown and totaled. 132 RFP #15-JLP-023 BID FORM/PRICE SHEET Offeror shall include all product pricing using this format. Use additional space as necessary. 0 - The remainder of this page is intentionally left blank. 133 BID FORM/PRICE SHEET (CONT-D) Normal business hours are defined as: Overtime hours are defined as: Holiday hours are defined as: Using the below format, Offeror shall provide labor rates by geographic areas, regions, zones or other means for pricing nationally. (for all that are applicable) IBM IIIIIIII! ME 1 Architect 2 Asbestos worker 3 Boilermaker 4 Concrete finishers 5 Delivery personnel 6 Drafting 7 Drywall and ceiling installers 8 Electricians 9 Engineering design 10 Geothermal well field labor 11 Heavy equipment operators 12 HVAC commercial A/C technician 13 HVAC light commercial 14 HVAC helper 15 HVAC field supervisor 134 RFP #1 5-J LP -023 BID FORM/PRICE SHEET (CONT -D) o ,/ / r � / -, ; 11 r i / � r /, „/ r / r // �i,�,,i/ it �.: ///////// ,, %/ / �/�/, / �/ r, • • 16 HVAC refrigeration technician 17 HVAC duct installer 18 HVAC filter technician 19 HVAC building automation technician 20 Infrared technician 21 Insulators 22 Laborers 23 Light equipment operators 24 Metal building assembler 25 Millwrights 26 Operating engineer 27 Painters, wall covering installers 28 Pipefitters 29 Plasterers 30 Plumbers 31 1 Project manager 32 Project administrator 33 Project engineering 34 Roofers 35 Sheet metal workers 36 Test and balance technician 37 Tile setters 38 Waterproofers, caulkers 39 Water treatment technician 135 RFP #15-JLP-023 BID FORM/PRICE SHEET (CONT -D) INSTRUCTIONS: Offeror shall utilize net product prices and labor rates listed in Sections A and B of this Bid Form/Price Sheet to determine cost for installation of new equipment, maintenance of existing sytems, upgrading of existing infrastructures, turn -key services and any other installation and services offered. If there are other elements that should also be taken into consideration, Offeror shall list these elements below and any associated pricing. 1 1 . . The remainder of this page is intentionally left blank. 136 RFP #15-JLP-023 BID FORM/PRICE SHEET (CONT -D) / i //err / ✓„///,/ ,/� / r, //, r/J /, ,/ r,/r, ri/ ,// it �, /, � r/ /, / i ,r/, / //, / / / / / /„ /,o„ / / r, � � / ✓, it / i, ,.% �„ / r � f, 1. / r / r � / / r� r // / r/ /,/rr , / r r ,r , / / r/ r / / r/ / // // //, / /%/ r / J I r / / /, r / , ,/ , it , / � /„r / /, , / l i /, /, rr� r, � r a/////,i/,/c�//%/�/%/�.,-/ii�/r//i/I////�/r,/{/�i,%i//�//�/i;////%� ////�%i/,///�/,/„ ///ii/!r/� //r�c-.c /�i�.,;,,,/ Use the below space to provide pricing for any related products and services your company wishes to be considered. Product or Service Cost Use additional space as necessary The remainder of this page is intentionally left blank. 137 RFP #15-JLP-023 BID FORM/PRICE SHEET (CONT -D) / Insert additional lines as necessary. ®® • ® m m Additional Discounts for volume (i.e. price breaks for multiple products/services, etc.) Any additional pricing incentives, discounts or rebates such as for large volume purchases and services, total spend, etc. Any additional pricing discounts for the purchase of products and services for groups of Participating Public Agencies in a local geographic area that desire to combine requirements, i.e. local city, county, school district, housing authority, transit authority, etc. The remainder of this page is intentionally left blank. 138 RFP #15-JLP-023 BID FORM/PRICE SHEET (CONT -D) �i� ,✓r��,r�!/i, ////il,,,ii�r,,.,,,c,,/r%�r%/. rig„/��/�.�/,/�,��i �/���/i[,�/i�,,r,,,,�,,,,/ri,i�/�/„/i/�,,,,,,,�//�i/,,�/il�rll/,��f�,/�/�i/�ri,,,,,, Use the below format for pricing Rotary Screw Chillers Location: North Harford Middle School, Pylesville, MD Detail all applicable product costs from Section A of this Bid Form List Price % Discount off List Price Net Price Use additional space as necessary Total Product Price Detail all applicable labor classifications used from Section B of this Bid Form Labor Rate Hours Needed Total Labor Cost Per Classification Use additional space as necessary Total Labor Price Total Cost (Product/Labor) for Scenario Note any exceptions to the Specifications Use additional space as necessary 139 RFP #15-JLP-023 BID FORM/PRICE SHEET (CONT -D) ,/ /////�f,//i„ /�i,, l�i/�/�,� /�,�„//�� �����,✓,, , ai ,/, , ,ri//,%/�� r,,, //�,,,,,,,f/i�� /ii ��,�, � r,,:i//� „/, /rr��/ /,/,r,�, ,i , r/,/i �, .,/„i fir„ ii Use the below format for pricing packaged rooftop air conditioner and installation. Location: Chicago, IL, city limits Detail all applicable product costs from Section A List Price of this Bid Form % Discount off List Price Net Price Use additional space as necessary Total Product Price Detail all applicable labor classifications used from Section B of this Bid Form Labor Rate Hours Needed Total Labor Cost Per Classification Use additional space as necessary Total Labor Price Total Cost (Product/Labor) for Scenario Note any exceptions to the Specifications Use additional space as necessary 140 RFP #15-JLP-023 BID FORM/PRICE SHEET (CONT -D) �,.,//.,,,��/,/ �,�//:,/�,1/,.,,irr%/,,,.�//i/�/,���i,��i��,,�//,/i/�//r����,/�,,.,,�,�����,�%a�i�/,,;viii„/�..,/iii>%/,�i/�i�/����,,,..�,�,./.✓ Use the below format for pricing indoor air handling unit. Location: Portland, OR, metro area Detail all applicable product costs from Section A of this Bid Form List Price % Discount off List Price Net Price Use additional space as necessary Total Product Price Detail all applicable labor classifications used from Section B of this Bid Form Labor Rate Hours Needed Total Labor Cost Per Classification Use additional space as necessary Total Labor Price Total Cost (Product/Labor) for Scenario Note any exceptions to the Specifications Use additional space as necessary 141 RFP #15-JLP-023 BID FORM/PRICE SHEET (CONT'D) Use the below format for pricing air cooled scroll chiller, installation and maintenance for two years. Location: Jacksonville, FL, metro area Detail all applicable product costs from Section A of this Bid Form List Price % Discount off List Price Net Price Use additional space as necessary Total Product Price Detail all applicable labor classifications used from Section B of this Bid Form Labor Rate Hours Needed Total Labor Cost Per Classification Use additional space as necessary Total Labor Price Total Cost (Product/Labor) for Scenario Note any exceptions to the Specifications Use additional space as necessary 142 RFP #15-JLP-023 BID FORM/PRICE SHEET (CONT -D) Use the below format for pricing centrifugal water chiller, installation and maintenance for two years, Location: Dallas, TX, metro area Detail all applicable product costs from Section A List Price of this Bid Form % Discount off List Price Net Price Use additional space as necessary Total Product Price Detail all applicable labor classifications used from Section B of this Bid Form Labor Rate Hours Needed Total Labor Cost Per Classification Use additional space as necessary Total Labor Price Total Cost (Product/Labor) for Scenario Note any exceptions to the Specifications Use additional space as necessary 143 RFP #15-JLP-023 BID FORM/PRICE SHEET (CONT'D) r ,r c/i�/r!�j�>!/i%�%/////�������/%i, ��ril„/,,/��/��il/���/���/�/����,//�/�✓��/���r/���i//�f��a/��L,..0/�i.,,,,ic,,,ir, ✓,�f,/ Use the below format for pricing unit ventilator and installation. Location: Los Angeles, CA, city limits Detail all applicable product costs from Section A of this Bid Form List Price % Discount off List Price Net Price Use additional space as necessary Total Product Price Detail all applicable labor classifications used from Section B of this Bid Form Labor Rate Hours Needed Total Labor Cost Per Classification Use additional space as necessary Total Labor Price Total Cost (Product/Labor) for Scenario Note any exceptions to the Specifications Use additional space as necessary 144 RFP #15-JLP-023 BID FORM/PRICE SHEET (CONT -D) rr /, �,�r,/ /i, -/r/1„., rr/ //.<. r /r /,r r.,/,/�.. „,J,, ,/� /// / /r ri. r, �/i // ,,,✓r„ r / � / / / ✓ / I �, �/ r r oar ,,,,/ /, / / i, , /// // / // it � ✓ i � /// ri%„ /✓, / / / r / / r / i / /iii/ / , r / r //„ ,///,�/ , � / iu,. gee„�� �/��,,,,�i// u,,,,,�//�/�„�/��/,,,�ii��lW/�i/ii�i�irl%i./..,1✓, , �// �/�ii�i r���,J/„/ /, ,, ,.,. /r,r/ .,,,,/ „l,,.l, rr� l,c,,,.„ //,(,ii�r„�/r ���/,,, i,,,,i./.., w Signature Company Name (Print or type) Email The remainder of this page is intentionally left blank. 145