REQUEST FOR BID. Server/Computer and VAV Controls with Backup Bid



Similar documents
PROPOSALS REQUESTED THE TOWN OF OLD ORCHARD BEACH POLICE DEPARTMENT FOR IP-BASED VOICE COMMUNICATION SYSTEM

H.V.A.C. Design Plumbing Design

How To Build A Data Backup System In Town Of Trumbull

Document Management System Request for Proposal

Request for Proposal - Business Telephone System

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

ADDENDUM TO THE CONTRACT. for the. Bartlett Regional Hospital Server Room Cooling System Replacement. Contract No. E12-149

HACC Central Pennsylvania s Community College Harrisburg, PA. Request for Bid: RFB16-02 For

Request for Quote. Inland Lakes School Indian River, Michigan. For. Phone System BID PACKAGE

Invitation to Bid FIRE ALARM & DETECTION SYSTEM

WILLIAMSON COUNTY SCHOOLS RFB #1042 Replacement Caterpillar Diesel Engine

AC Proposal Texarkana Regional Airport Airport Operations Director 201 Airport Drive Texarkana, AR 71854

DIVISION 28 ELECTRONIC SAFETY AND SECURITY SECTION SECURITY AND ACCESS CONTROL SYSTEM

City of Dallas Specifications for Sewer Camera Maintenance & Repair Services with Parts BM1308

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

SECTION TESTING, ADJUSTING, AND BALANCING FOR HVAC INTRODUCTORY INFORMATION

MOUNTAIN EMPIRE UNIFIED SCHOOL DISTRICT REQUEST FOR PROPOSAL

Additional specific restrictions are laid out in the following bid packet. As a courtesy, we have provided the following summary of this bid.

REQUEST FOR PROPOSAL

C. La Plata County is exempt from all state taxation including state sales and use tax.

HOUSTON COUNTY BOARD OF COMMISSIONERS PURCHASING DEPARTMENT

Purchasing a Business in Utah - RFP Approval Bid Process

City of Belton 506 Main Street Belton, MO ATTENTION: Patti Ledford

ADDENDUM NO. 1 TO THE BIDDING DOCUMENTS. HVAC SERVICE AND MAINTENANCE Saint Clair County MidAmerica Saint Louis Airport.

CITY OF DALLAS. Request for Competitive Sealed Proposal (RFCSP) BUZ1524. For. SCADA Repair, Parts and Support

ISLAMORADA, VILLAGE OF ISLANDS FLORIDA. REQUEST FOR QUOTES for NEW HVAC UNITS (RFQ-16-11) May 11, 2016

Independent School District No. 1 Strive Achieve Succeed Go Beyond Lewiston, Idaho

Fundamentals of HVAC Control Systems

REQUEST FOR PROPOSALS FOR. IP Phone System. Issue Date: April 1, Submittal Date: May 1, 2015 at 12:00 P.M. Contact: Tricia A.

Request for Proposals E-Rate Wireless Project Bolivar High School Bolivar R-1 School District

RFP DOCUMENT FOR SUPPLY AND INSTALLATION OF BIOMETRIC FACIAL RECOGNITION TIME ATTENDANCE & ACCESS CONTROL SYSTEM FOR

Request for Proposal RFP # Printing & Mailing Services

HOUSTON COUNTY BOARD OF COMMISSIONERS PURCHASING DEPARTMENT

Bonding and Insurance Requirements. Economic Development Committee 04/7/08

CONTRACT DATA SHEET TELEPHONE/DATA INSTALLATION & REPAIR CONTRACT #: CONTRACT DATES: 12/16/14-11/30/15

CITY OF MILTON REQUEST FOR PROPOSAL # ITS

REQUEST FOR PROPOSAL FOR BUILDING MANAGEMENT SYSTEMS SERVICES. San Carlos School District

REQUEST FOR PROPOSAL E-RATE Funding Year 2015 HOSTED VOICE OVER IP (VOIP) for Tunica County School District

RFP ADDENDUM NO. 1

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS

REQUEST FOR PROPOSALS

INVITATION TO BID. Web and Application Development Services. Monday, February 23, 2015 at 10:00 AM

Request for Proposals VoIP, Voic , and Unified Messaging System

Fayetteville Public Schools Request for Proposals (RFP) Susan Norton Contract Authority

Invitation to Bid and Instructions to Bidders (This is Phase I of the project please note on any Bid that it Applies to Phase I only) May 1, 2015

2015 FRCA Installation and Supply of WAN Optimization Infrastructure TENDER 12/2015. Requirement Specification Document

REQUEST FOR PROPOSAL: Switch Maintenance Service Work Order: IT01293

Hosted VoIP RFP. Throughout this document, the word System refers to The Jackson Hinds Library System

Request for Proposal 911- SUPPLEMENTAL ALI DATABASE MANAGEMENT SERVICES AND SUPPORT

Request for Proposals (RFP) Managed Services, Help Desk and Engineering Support for Safer Foundation

CHECK POINT FIREWALL

City of Winooski. Request for Proposals Department of Public Works ASSET MANAGEMENT SOFTWARE, IMPLEMENTATION AND TRAINING

REQUEST FOR PROPOSALS AND BID SPECIFICATIONS Telephone, Voic , and Call Accounting Systems

Prepared by: OIC OF SOUTH FLORIDA. May 2013

Fayetteville Public Schools Request for Proposals

PROCUREMENT DEPARTMENT 2 MONTGOMERY STREET, 3 RD FL. JERSEY CITY, NJ ADDENDUM # 2

Request for Quotation (RFQ) for goods/services

RFP No R PERSONAL COMPUTER, LAPTOP, TABLET, PHONES, AND PRINTER TECHNICAL SUPPORT. ADDENDUM NO. 2 October 21, 2015

Coahoma County School District. Virtual Desktops Request for Proposal RFP CCSD

THE UNIVERSITY OF THE WEST INDIES, MONA CAMPUS

INVITATION TO BID CITY OF HOPKINSVILLE

Request for Proposal: Network Switches

BID PROPOSAL NO. 958 DESCRIPTION: HEWLETT PACKARD NETWORK SWITCHES AND CISCO TRANSCEIVERS

INSTRUCTIONS, REQUIREMENTS

A. The Commissioning Authority (CxA) has been contracted or will be contracted directly with the Owner for this project.

REQUEST FOR PROPOSAL: STRUCTURED CABLING, LAN SWITCHES, LONG DISTANCE SERVICE, ELECTRONIC FAXING, AND HOSTED VOIP SPECIFICATIONS

WEXFORD COUNTY REQUEST FOR PROPOSALS

Request for Bids For Point of Sale System for School Cafeteria

REQUEST FOR PROPOSAL For NETWORK SWITCHES AND FIREWALL EQUIPMENT USAC/E- Rate 470 # Proposal Due: March 26th, 2015

RFP SB01-PO1516 Taos Regional Landfill Data Collection and Point of Sale System Page 1

Florida Power & Light Company. Business Heating Ventilation & Air Conditioning ( HVAC ) Program Standards. Effective: November 9, 2015

Belgrade School District No Invitation to Submit Bids For School Accounting, Payroll, and Human Resources Software

MASCONOMET REGIONAL SCHOOL DISTRICT Computers Invitation to Bid

Request for Proposal for Telephone System Hosted VoIP System On Premise VoIP System Hybrid IP System #RFP PHONE SYSTEM 1

Warner Robins Housing Authority

NOTICE: CALLING FOR PROPOSALS VOICE-OVER IP (VOIP) EQUIPMENT AND INSTALLATION ERATE ELIGIBLE SERVICES

Region 7 Education Service Center Request for Proposal (RFP) For Generator Installation

SECTION HEATING, VENTILATION AND AIR CONDITIONING EQUIPMENT

OUTAGAMIE COUNTY REQUEST FOR BID FOR BCDVIDEO SERVERS FOR MIS DEPARTMENT

Security Systems Intrusion Alarm

RIVER FALLS, WI. Jeff Rixmann, Association President REQUEST FOR PROPOSAL EMS BILLING SERVICES RFP # January 2, 2015

Robla School District

Transcription:

1. INTRODUCTION REQUEST FOR BID Server/Computer and VAV Controls with Backup Bid The Northwest Arkansas Regional Airport Authority is seeking bids for the replacement of VAV box controllers, the shielded wire running to them, the heating water valve, programmable thermostat, discharge air temperature and discharge air volume sensors, with all the programing that goes with them. All programing and controllers must be Niagara Distech based. 2. SUBMITTAL DEADLINE Submittals for this contract must be presented no later than 2:00 p.m. on Monday, September 21, 2015, Northwest Arkansas Regional Airport Authority ATTN: Thane Seeley or Miguel Pulido, Airport Operations One Airport Blvd, Suite 100 Bentonville, AR 72712. Bids received after the date and time set for receiving bids will NOT be considered. The NWARAA will NOT be responsible for misdirected bids. Vendors should call the Airport Administration Office at (479) 205-1000 to ensure receipt of their bid documents prior to opening date and time listed on the bid form. Eligible proposals will be opened and considered at 2:00 p.m. on Monday, September 21, 2015. 3. AWARDED BID Proposals shall be considered by NWARAA Staff based on cost of procurement. The NWARAA reserves the right to accept or reject any or all bids, waive formalities in the bidding, and make a bid award deemed to be in the best interest of the NWARAA. The NWARAA shall be able to purchase more or less than the quantity indicated subject to availability of funds. 4. SUBMITTAL REQUIREMENTS All bids shall be submitted on forms provided by the NWARAA with the item bid stated on the face of the sealed envelope. Bidders MUST provide the NWARAA with their bids signed by an employee or officer having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the bidder. NWARAA requires the following information be included in the submittal for this contract:

1. Submittal 1 (attached): Bid sheet(s). Fill out completely and return with submittal. 5. Scope of work Part #1 price to include: Desk top computer with monitor switch for computer: windows operating software must be compatible with Niagara Distech operating system and be capable for future expansion within the system, 1 terabyte hard drive, 8 gigabyte Ram, 64 bit, capable of exporting trends to Airport printer. Warranty must extend for all hardware and software for a minimum of 24 months after job is accepted. 8 hours of training. Modify Distech Jace programming to provide back up to Desktop computer with configurable period set point. [all vender devices controlled by the Jace Distech must also be included] Must backup all HVAC programing of the system, to an external device compatible with supplied computer. 1 of each: VAV bacnet controller, blank wall module with relative set point adjustment, damper actuator, discharge air temperature sensor, differential pressure air sensor to be left on site after job is complete to be used as spare. Part #2 price to include per VAV, non-fan powered, materials and programming only: All Controllers shall be able to act stand alone in the event the building manager is down. All Controls are to be Bacnet MSTP communication protocol. Materials to be provided: VAV bacnet controller, blank wall module with relative set point adjustment, damper actuator, discharge air temperature sensor, differential pressure air sensor, air tubing, Component and communication cable. Provide wiring diagram for each unit. Labor to program the Building Manager (Distech Jace) to add VAV controllers to existing station on Building Manager. Programming to include a VAV Graphic with read only data points and configurable set points, Trend logs and scheduling. Labor to program each new VAV Controller. Labor to test and air balance each VAV.

Part #3 price to include per VAV, non-fan powered, materials and labor: All Controllers shall be able to act stand alone in the event the building manager is down. All Controls are to be Bacnet MSTP communication protocol. All Communication cable to be replaced per manufactures specifications and ran in cable trays, J hooks or conduits. Materials to be provided: VAV bacnet controller, blank wall module with relative set point adjustment, damper actuator, discharge air temperature sensor, differential pressure air sensor, air tubing, Component and communication cable. Provide wiring diagram for each unit. A new communication trunk to be run starting on com port 6, as devices on com port 5 are replaced, they will be added to the new communication trunk on com port 6. Once all devices from com port 5 network have been replaced and added to com port 6 network, the process will be repeated with a new communication network started on com port 5. Replacing the controllers on com port 4 network and moving them to the com port 5 network. Once all devices from com port 4 network have been replaced and added to com port 5 network, the process will be repeated with a new communication network started on com port 4. Replacing the controllers on com port 3 network and moving them to the com port 4 network. Provide map of communication trunks. Labor to program the Building Manager (Distech Jace) to add VAV controllers to existing station on Building Manager. Programming to include a VAV Graphic with read only data points and configurable set points, Trend logs and scheduling. Labor to program each new VAV Controller. Labor to test and air balance each VAV. Labor to run new communication trunks. Labor to install and wire new VAV controllers and components. All existing cabling and wiring to be replaced. Part #4 price to include per VAV, fan powered, materials and programming only: All Controllers shall be able to act stand alone in the event the building manager is down. All Controls are to be Bacnet MSTP communication protocol. Materials to be provided: blower motor, VAV bacnet controller, blank wall module with relative set point adjustment, damper actuator, discharge air temperature sensor, differential pressure air sensor, air tubing, Component and communication cable. Provide wiring diagram for each unit. Labor to program the Building Manager (Distech Jace) to add VAV controllers to existing station on Building Manager. Programming to

include a VAV Graphic with read only data points and configurable set points, Trend logs and scheduling. Labor to program each new VAV Controller. Labor to test and air balance each VAV. Part #5 price to include per VAV, fan powered, materials and labor: All Controllers shall be able to act stand alone in the event the building manager is down. All Controls are to be Bacnet MSTP communication protocol. All Communication cable to be replaced per manufactures specifications and ran in cable trays, J hooks or conduits. Materials to be provided: blower motor, VAV bacnet controller, blank wall module with relative set point adjustment, damper actuator, discharge air temperature sensor, differential pressure air sensor, air tubing, Component and communication cable. Provide wiring diagram for each unit. A new communication trunk to be run starting on com port 6, as devices on com port 5 are replaced, they will be added to the new communication trunk on com port 6. Once all devices from com port 5 network have been replaced and added to com port 6 network, the process will be repeated with a new communication network started on com port 5. Replacing the controllers on com port 4 network and moving them to the com port 5 network. Once all devices from com port 4 network have been replaced and added to com port 5 network, the process will be repeated with a new communication network started on com port 4. Replacing the controllers on com port 3 network and moving them to the com port 4 network. Provide map of communication trunks. Labor to program the Building Manager (Distech Jace) to add VAV controllers to existing station on Building Manager. Programming to include a VAV Graphic with read only data points and configurable set points, Trend logs and scheduling. Labor to program each new VAV Controller. Labor to test and air balance each VAV. Labor to run new communication trunks. Labor to install and wire new VAV controllers and components. All existing cabling and wiring to be replaced. Labor to install new blower motor. All lifts to be provided by contractor.

NORTHWEST ARKANSAS REGIONAL AIRPORT AUTHORITY INVITATION TO BID/PROJECT SUBMITTAL DATE & TIME OF BID OPENING: September 21, 2015, 2:00 p.m. Part #1 Price during normal business hours: Part #2 Price during normal business hours: Part #3 Price during normal business hours: Part #3 Price during overtime hours: Part #4 Price during normal business hours: Part #5 Price during normal business hours: Part #5 Price during overtime hours: Notice: All specifications must be met for a bid to be considered eligible. 7. QUESTIONS AND COMMENTARY Inquiries regarding this RFB and resulting contract can be emailed to Phillip Harrington (phillip.harrington@flyxna.com), no later than Friday, September 18 2015, 5:00 PM. Inquiries may also be faxed to (479) 205-1001, or download the bid package from our website at http://www.flyxna.com/contact-help/bidsrfps-rfqs/ Responses shall be in writing. No information exchanged verbally shall be considered binding.

Note: NWARA is state of Arkansas Sales Tax Exempt. Any sales tax incurred is the responsibility of the vendor. This includes a 2 year or 2,000 hour warranty on all purchased products. EXECUTION OF BID Upon the endorsement of this Bid, the bidder certifies that they have read and agreed to the requirements set forth in this bid proposal including specification, terms and standard conditions, any pertinent information regarding the articles being bid, and agree to furnish these articles at the prices stated. UNSIGNED BIDS WILL BE REJECTED NAME OF FIRM: PHONE NUMBER: ADDRESS: CITY: SIGNATURE OF AUTHORIZED PERSON: TITLE: DATE: AR TAX PERMIT NUMBER: STATE: FAX#:

NORTHWEST ARKANSAS REGIONAL AIRPORT AUTHORITY SPECIAL TERMS & CONDITIONS THIS REQUEST FOR BID IS NOT TO BE CONSTRUED AS AN OFFER, A CONTRACT, OR A COMMITMENT OF ANY KIND; NOR DOES IT COMMIT THE NORTHWEST ARKANSAS REGIONAL AIRPORT AUTHORITY (NWARAA) TO PAY ANY COSTS INCURRED BY THE BIDDER IN THE PREPARATION OF THIS BID. 1. All bids shall be submitted on forms provided by the NWARAA with the item bid stated on the face of the sealed envelope. Bidders MUST provide the NWARAA with their bids signed by an employee or officer having legal authority to submit bids on behalf of the bidder. The entire cost of preparing and providing responses shall be borne by the bidder. 2. Bids received after the date and time set for receiving bids will NOT be considered. The NWARAA will NOT be responsible for misdirected bids. Vendors should call the Airport Administrative Offices at (479) 205-1000 to ensure receipt of their bid documents prior to opening date and time listed on the bid form. 3. The NWARAA reserves the right to accept or reject any or all bids, waive formalities in the bidding and make a bid award deemed to be in the best interest of the NWARAA. The NWARAA shall be able to purchase more or less than the quantity indicated subject to the availability of funds. 4. Each bidder MUST state on the face of the bid form the anticipated number of days from the date or receipt of order for the delivery and/ or installation of the completed units to the Northwest Arkansas Regional Airport, Bentonville, Arkansas.

GENERAL PROVISIONS AND REQUIREMENTS 1. GENERAL It is the intent and purpose of these specifications to secure for the purchaser the necessary equipment and accessories that will be capable of performing in a safe, practical and efficient manner consistent with accepted commercial standards. 2. MATERIALS AND WORKMANSHIP All equipment, materials and workmanship shall be of the highest grade in accordance with modern practice. The equipment supplied will be new and unused except for the necessary testing, calibration and transportation. 3. WARRANTY All items furnished in accordance with these specifications shall be covered by the manufacturers and/or supplier s standard warranty or guarantee on new equipment. The minimum warranty period for new equipment is 2 years or 2,000 hours. Warranty that will be honored by other than the supplier bidding must be annotated. 4. PARTS AND SERVICE To best service the requirements of the purchaser, it is the intent of these specifications to secure equipment, which can be properly maintained and services without the necessity of stocking an expensive parts inventory or being subjected to long periods of interrupted service due to lack of spare parts. All suppliers submitting proposals must have available a parts and service facility within an area to allow 1 day service on any parts or service needs. The facility shall be staffed with full time technical personnel, as well as order and shipping personnel, during regular business hours and days. All parts should be commercially available off the shelf.