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.