Loading...
HomeMy WebLinkAbout54-07 RESOLUTIONRESOLUTION NO. 54-07 A RESOLUTION AWARDING BID #07-25 AND APPROVING A CONTRACT WITH AIRWORKS DIVISION OF MULTI -CRAFT CONTRACTORS, INC. IN THE AMOUNT OF $51,559.09 FOR THE RENOVATION AND REPLACEMENT OF THE HVAC SYSTEM IN THE CENTRAL DISPATCH CENTER; APPROVING A PROJECT CONTINGENCY IN THE AMOUNT OF $4,850.00; AND APPROVING A BUDGET ADJUSTMENT IN THE AMOUNT OF $56,409.00. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayetteville, Arkansas hereby awards Bid #07-25 and approves a contract with Airworks Division of Multi -Craft Contractors, Inc. in the amount of $51,559.09 for the renovation and replacement of the HVAC system in the Central Dispatch Center. Section 2. That the City Council of the City of Fayetteville, approves a project contingency in the amount of $4,850.00. Section 3. That the City Council of the City of Fayetteville, approves a Budget Adjustment in the amount of $56,409.00. PASSED and APPROVED this 3rd day of April, 2007 APPROVED: By: DAN COODY, May ATTEST. Arkansas hereby Arkansas hereby •Otal0;' fgo. c>, ••••• :Pk> . • • CJVC Y 4 • et.p..P. k • .• (<4 • 13 AL FAYETTEVILLE rest• ‘>•CD 4'1/4 C.: 114, irA NS • By: &JLd .4•41,112 T ON, V,0`‘ SONDRA E. SMITH, City Clerk/Treasurer City of Fayetteville Bid 07-25, Police Dispatch HVAC Renovation This contract executed this 3 YAday of Apn 1 , 2007, between the City of Fayetteville, Arkansas, and Air Works Division of Multi -Craft Corporation In consideration of the mutual covenants contained herein, the parties agree as follows: 1. Air Works Division of Multi -Craft Corporation at its own cost and expense shall furnish all labor, materials, supplies, machinery, equipment, tool, supervision, bonds, insurance, tax permits, and all other accessories and services necessary to complete items bid per bid 07-25 as stated in_Air Works Division of Multi -Craft Corporation's bid proposal, and in accordance with specifications attached hereto and made a part hereof under Bid #07-25, all included herein as if spelled out word for word. 2. The City of Fayetteville shall pay Air Works Division of Multi -Craft Corporation based on their bid proposal in an amount not to exceed $48,564. Payments will be made after approval and acceptance of work and submission of invoice. Payments will be made approximately 30 days after receipt of invoice. 3. The Contract documents which comprise the contract between the City of Fayetteville and Air Works Division of Multi -Craft Corporation consist of this Contract and the following documents attached hereto, and made a part hereof: A. Bid form identified as Invitation to Bid 07-25 with the specifications and conditions typed thereon. B. Air Works Division of Multi -Craft Corporation's bid proposal. C. The Notice to Prospective Bidders and the Bid Tabulation. 4. These Contract documents constitute the entire agreement between the City of Fayetteville and Air Works Division of Multi -Craft Corporation and may be modified only by a duly executed written instrument signed by the City of Fayetteville and Air Works Division of Multi -Craft Corporation 5. Air Works Division of Multi -Craft Corporation shall not assign its duties under the terms of this agreement. 6. Air Works Division of Multi -Craft Corporation agrees to hold the City of Fayetteville harmless and indemnify the City of Fayetteville, against any and all claims for property damage, personal injury or death, arising from Air Works Division of Multi -Craft Corporation performance of this contract. This clause • shall not in any form or manner be construed to waive that tort immunity set forth under Arkansas Law. 7. Air Works Division of Multi -Craft Corporation shall furnish a certificate of insurance addressed to the City of Fayetteville, showing that he carries the following insurance which shall be maintained throughout the term of the Contract. Any work sublet, the contractor shall require the subcontractor similarly to provide worker's compensation insurance. In case any employee engaged in work on the project under this contract is not protected under Worker's Compensation Insurance, Air Works Division of Multi -Craft Corporation shall provide and shall cause each Subcontractor to provide adequate employer's liability insurance for the protection of such of his employees as are not otherwise protected. Workmen's Compensation Statutory Amount Comprehensive General & Automobile Insurance Bodily Injury Liability $500,000 for each person injured. $1,000,000 for each accident. Property Damage Liability $1,000,000 aggregate. The premiums for all insurance and the bond required herein shall be paid by Air Works Division of Multi -Craft Corporation. 8. Air Works Division of Multi -Craft Corporation to furnish proof of licensure as required by all local and state agencies. 9. This contract may be terminated by the City of Fayetteville or Air Works Division of Multi -Craft Corporation with 10 days written notice. 10. Freedom of Information Act: City of Fayetteville contracts and documents prepared while performing city contractual work are subject to the Arkansas Freedom of Information Act. If a Freedom of Information Act request is presented to the City of Fayetteville, the contractor will do everything possible to provide the documents in a prompt and timely manner as prescribed in the Arkansas Freedom of Information Act (A.C.A. 25-19-101 et. Seq.). Only legally authorized photo coping costs pursuant to the FOIA may be assessed for this compliance. 11. Changes in Scope or Price: Changes, modifications, or amendments in scope, price or fees to this contract shall not be allowed without a prior formal contract amendment approved by the Mayor and the City Council in advance of the change in scope, cost or fees. • WITNESS OUR HANDS THIS 3161 DAY OF fVJfl 1 , 2007. CITY OF FAYETTEVILLE, FAYETTEVILLE, ARKANSAS CONTRACITOR: BY gNAME AND ITLoAa 4) SAGES gt, A6 -CM E ATTEST: COMPANY SECRETARY BUSINESS ADDRESS State of ARKANSAS County of WASHINGTON ....... tttttttttttt . N5-ir .. .7:A. • 0;• (;;;- cos :Fes: • ,3 . :FAYETTEVILLE: = tt N?alt c, • ;.:ISKAM*.ri ............... Ca‘‘‘ ... 41111 ........ On this 19th day of March, 2007, Michael Jones personally appeared before me, whose identity I proved on the basis of satisfactory evidence to be the signer of the above instrument, and he acknowledged that he executed it. doyht Public My commision expires: August 13, 2013 PbeCV 924,77C0/4 Address 723 Sic(--- City of Fayetteville, Arkansas Budget Adjustment Form Budget Year 2006 Department: Police Division: Police Program: Support Services Date Requested 3/16/2007 Adjustment Number Project or Item Added/Increased: Additional funding for the purchase and installation of the heating and air conditioning system as designed by Green Anderson Engineering for Central Dispatch. Project or Item Deleted/Reduced: None, this is additional funding Justification of this Increase: The HVAC in Central Dispatch has developed a coolant leak with the coil of the system. The system is over 10 years old and was no longer sufficient to cool the area. Heat generated by all the computer and radio equipment in the area will raise the temperature very quickly. At high temperatures, computer components begin to shut down. This causes dispatchers not to be able to send officers on calls for service or even know if an officer needs help. Justification of this Decrease: Increase Expense Budget (Decrease Revenue Budget) Account Name Account Number Amount Project Number Fixed assets Account Name ‘43e 1010 alitiCr 5801 00 56,409 020 Y7 Decrease Expense Budget (Increase Revenue Budget) Account Number Amount Use of fund balance 1010 0001 4999 99 56,409 Project Number Approval Signatures ed By Budget M Departmen 1/4-Pcx..1 os. Finance & Inte Services D. ector Mayor Date Date \C Date 3- 2 6 -07 Date DaPle? Budget Office Use Only Type: A Posted to General Ledger Posted to Project Accounting Entered in Category Log Initial Date Initial Date Initial Date Greg Tabor Submitted By City of Fayetteville Staff Review Form City Council Agenda Items or Contracts 4/3/2007 City Council Meeting Date Police Division Action Required: te65- 10-2 5 9 -07 Phytkmas Police Department Approve a contract per Bid 07-25 to Air Works in the amount of $48,564.00, tax of $2,995.09 and a project contingency in the amount of $4,850.00. This contract is for the renovation and replacement of the HVAC system in the Central Dispatch Center located within the Police Department. The projected cost of this project is up to $56,409.09 and a budget adjustment is included. 56,409.09 Cost of this request egEo0 10104900-5801.00 Account Number 0 Z 0 (17 Project Number Category / Project Budget Capital Program Category/ Project Name Support Services Funds Used to Date Program / Project Category Name General Remaining Balance Fund Name Budgeted Item 1 Budget Adjustment Attached Departmen City Attorney Date Weald? Date Finance and Internal Service Director Date gaCil Mayor Date Previous Ordinance or Resolution # Original Contract Date: Original Contract Number: Comments: TaWtteAle Departmental Correspondence Fayetteville Police Department 100-A West Rock Fayetteville, AR 72701 Telephone: (479) 587-3555 Fax: (479) 587-3563 TO: Mayor Dan Coody and Members of the City Council FROM: Greg Tabor, Chief of Police DATE. March 14, 2007 SUBJECT: Award Contract to Air Works (Parent Company Division of Multi -Craft Contractors) for Dispatch HVAC Renovation Recommendation: City Council approves resolution authorizing Mayor Coody to sign a contract with Air Works for the renovation of the HVAC in the Police Department's Central Dispatch Center. The bid is $48,564.00 plus tax of $2,995.09 and a contingency of $4,850.00 total cost of $56,409.09. This project will need a $56,409.09 00 budget adjustment. Background: The HVAC unit in dispatch was installed when the police building was renovated in 1993. There is a leak in the coils of this unit and it is not feasible to repair. This unit does not handle the current dispatch needs and we have had several incidents where the temperature was over 80 degrees in dispatch. At high temperatures, computer components begin to shut down. Dispatch is a critical area of operations for public safety and any disruption of service can have catastrophic consequences Support for this budget adjustment will ensure our continued high level of public response and service. Discussion: This new HVAC system will include two separate units. One designed to handle the radio equipment room and the other for the actual dispatch work area. This contract provides for renovation of the centrardispatch HVAC system. Ductwork will also be added for improved efficiency. The low bid from Carrier Commercial Service was rejected because they did not have the required contractor's license. Budget Impact: The $51,559.09 plus a contingency of 10% or $4,850.00 for this project is not included in the 2007 General Fund budget. An adjustment from General Fund Unreserved Fund Balance is requested for this fixed asset. This procurement followed the existing City policies and utilizes a contract form approved by the City Attorney's Office. RESOLUTION NO. A RESOLUTION AWARDING BID #07-25 AND APPROVING A CONTRACT WITH AIRWORICS DIVISION OF MULTI -CRAFT CONTRACTORS, INC. IN THE AMOUNT OF $51,559.09 FOR THE RENOVATION AND REPLACEMENT OF THE HVAC SYSTEM IN THE CENTRAL DISPATCH CENTER; APPROVING A PROJECT CONTINGENCY IN THE AMOUNT OF $4,850.00; AND APPROVING A BUDGET ADJUSTMENT IN THE AMOUNT OF $56,409.00. BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF FAYETTEVILLE, ARKANSAS: Section 1. That the City Council of the City of Fayett hereby awards Bid #07-25 and approves a contract with' re Multi -Craft Contractors, Inc. in the amount of $51,559-iti r the replacement of the HVAC system in the Cen• al Dispatch nter. Section 2. That the City Council o e City if ayett hereby approves a prowett ntin ency in e am unt of $4tso.00. ) That he Gi hereb Budg t A Section. yraWftives; 111 k risas k Di4isis n of renovatio and ville, Mk nsas yetteville, Arkansas 6,409.00. day of April, 2007. AP ATTEST: By By: AN COODY, Mayor SONDRA E. SMITH, City Clerk/Treasurer • 4:131d112130 Bid 07-251 Police Dispatch HVAC Renovation 0 NW co q6"5 -Cmk- 0"318.9 mo' .•AW A < City of Fayetteville Bid 07-25, Police Dispatch HVAC Renovation Bid Pricing Form (must be completed for your bid to -be accepted) *NAME OF COMPANY: fv, k 300,es "N\1 sio,N t5C *CONTACT NAME: k at\ -30.(\e..% *TITLE: 0..\e.5 Mcgroboec— *BUSINESS ADDRESS: a360 Lowei,.‘ *E-MAIL ADDRESS: rne.0:3 (A. INnoW.- e.A.13-c-1/4 Oak *CITY: SpeinnACAP__, *STATE: ik% *ZIP. I21toL\ *PHONE: LOC( -1 51-1 \ FAX: Sl- 03 k *E-MAIL ADDRESS: (IN.'S TYVA-V% . *PREFORMANCE BOND IS REFLECTIVE OF 100% OF THE "TOTAL TURN -KEY BID AMOUNT". *BID BOND (REQUIREMENT TO BID) IS REFLECTIVE OF 5% OF THE "TOTAL TURN -KEY BID AMOUNT". *TOTAL TURN -KEY BID AMOUNT BASED ON BID 07-25: $ 442), Slog #00 *Total number of working days estimated to complete project: ln *Can you meet the requirement of a 4 hour required response time for service calls? Ye ic *Does your firm have Liebert Certified Technicians? Ye. s EXECUTION OF BID - Upon signing this Bid, the bidder certifies that he/she has read and agrees to the requirements set forth in this proposal, including specifications, terms, standard conditions, and any pertinent information regarding the articles being bid on. Bids must be submilied on this bld form In its entirety AND accompanied by descriptive literature on the products being bid. ff specifications of item bid differ from provided literature, deviation must be documented and certified by • the manufacturer as a regular production option. Unless otherwise noted and explained, the unit bld and listed meets or exceeds all of these requirements as specified by the City of Fayetteville. The 13 dder can and will comply with all specifications and requirements for delivery, documentation and support as specified herein. Unsigned bids will be rejected. Items marked • are mandatory for consideration. kkkeino..e.\ Zonss T ORI ED (PRINTED NAME) *AUTH IGNATURE Soles tAanckeser- *TITLE *DATE All bids must be submitted no later than 2:00 p.m., Central Standard on or before March 14, 2007 to the City of Fayetteville, Purchasing Office, Room 306, 113 West Mountain Street, Fayetteville, Arkansas, 72701 in a sealed envelope. Each bidder will be required to meet or exceed the specifications attached. Any deviation must be noted with specifications attached to bid. City of Fayetteville Bid 07-25, Police Dispatch HVAC Renovation Page 5 of 9 City of Fayetteville Bid 07-25, Police Dispatch HVAC Renovation Statement of Disclosure (submit with bid) ATTENTION: This form must be completed and returned in order for your bid to be eligible for consideration. DISCLOSURE STATEMENT Bidder must disclose any possible conflict of interest with the City of Fayetteville, including, but not limited to, any relationship with any City of Fayetteville employee. Your response must disclose if a known relationship exists between any principal or employee of your firm and any City of Fayetteville employee or elected City of Fayetteville official. If, to your knowledge, no relationship exists, this should also be stated in your response. Failure to disclose such a relationship may result in cancellation of a purchase and/or contract as a result of your response. This form must be completed and returned in order for your bid/proposal to be eligible for consideration. PLEASE CHECK ONE OF THE FOLLOWING TWO OPTIONS, AS IT APPROPRIATELY APPLIES TO YOUR FIRM: X 1.) NO KNOWN RELATIONSHIP EXISTS 2.) RELATIONSHIP EXISTS (Please explain) PLEASE FILL OUT THE SECTION BELOW AND SUBMIT THIS FORM WITH YOUR BID: 1.) I, as an officer of this organization, or per the attached letter of authorization, am duly authorized to certify the information provided herein are accurate and true; and 2.) My organization shall comply with all State and Federal Equal Opportunity and Non -Discrimination requirements and conditions of employment. Nt\dnopi Printed Name cit) Signature 3-t3-01 Date City of Fayetteville Bid 07-25, Police Dispatch HVAC Renovation Page 8 of 9 BID BOND TRAVELERS CASUALTY AND SURETY COMPANY OF AMERICA Hartford, Connecticut 06183 KNOWN ALL BY THESE PRESENTS, That we, Airworks, Division of Multi -Craft. Contractors, Inc., as Principal, and Travelers Casualty and Surety Company of America, as Surety, are held and firmly bound unto City of Fayetteville, as Obligee, in the sum of Five Percent Dollars ($5%) for the payment of which we bind ourselves, and our successors and assigns, jointly and severally, as provided herein. WHEREAS, Principal has submitted or is about to submit a bid to the Obligee on a contract for Bid 07-25, Police Dispatch HVAC Renovation ("Project"). NOW, THEREFORE, the condition of this bond is that if Obligee accepts Principal's bid, and Principal enters into a contract with Obligee in conformance with the terms of the bid and provides such bond or bonds as may be specified in the bidding or contract documents, then this obligation shall be void; otherwise Principal and Surety will pay to Obligee the difference between the amount of Principal's bid and the amount for which Obligee shall in good faith contract with another person or entity to perform the work covered by Principal's bid, but in no event shall Surety's and Principal's liability exceed the penal sum of this bond. Signed this 14th day of March, 2007. Airworks, Division of Multi -Craft Contractors, Inc, (Principal) By: otAto falt-LK-F° Travelers Casualty and Surety Company of America By:.\A Aul:i-Illyrriite, Attorney -in -Fact W STYAUL el' TRAVELERS WARNING:THIS POWER OF ATTORNEY IS INVALID VVITHOUT THE RED BORDER POWER OF ATTORNEY Farmington Casualty Company Fidelity and Guaranty bnurance Company Fidelity and Guaranty Insurance Underwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company Attornerin Fact No. 217535 St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company Certificate NIL 001069414 KNOW ALL MEN BY THESE PRESENTS: That Seaboard Surety Company is a corporation duly organized under the laws of the State o New York, that St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company and St Paul Mercury Insurance Company are corporations du y organized under the laws of the State of Minnesota, that Farmington Casualty Company, Travelers Casualty and Surety Company, and Travelers Casualty and Surety Company of America are corporations duly organized under the laws of the State of Connecticut, that United States Fidelity and Guaranty Company is a corporation duly organized under the laws of the State of Maryland, that Fidelity and Guaranty Insurance Company is a corporation duly organized under the laws of the State of Iowa, and that Fidelity and Guaranty Insurance Underwriters, Inc. is a corporation duly organized under the lawof the State of Wisconsin (herein collectively called the "Companies"), and that the Companies do hereby make, constitute and appoint Danna Carol Freeman, Darby Barton, Bill Brookshire, Warren T. Baldwin Jr., and Marilyn White , of the City of Fayetteville State of Arkansas their true and lawful Attomey(s)-in-Fact, each in their separate capacity if more than one is named above, to sign, execute, seal and acknowledge any and all bonds, recognizances, conditional undertakings and other writings obligatory in the nature thereof on behalf of the Companies in their usiness o uaranteeing the fidelity of persons, guaranteeing the performance of contracts and executing or guaranteeing bonds and undertakings required or dSin anrons ozt ceedings allowed by law. - 94t 4 k I ci)lit . - S1S t3. 11210-4444 #83 7th IN WITNESS WHEREOF, the Companies have caused this insOto'be atiedLandtporate seals to be hereto affixed this day of August 2006 State of Connecticut City of Hartford ss. 18 - Farmington Casualty Cmtpfrypy" ey Fidelity and V Guaranty tRisurasOmParlX0 Fidelity and Guaranty lusoCnderwriters, Inc. Seaboard Surety Company St. Paul Fire and Marine Insurance Company St. Paul Guardian Insurance Company St. Paul Mercury Insurance Company Travelers Casualty and Surety Company Travelers Casualty and Surety Company of America United States Fidelity and Guaranty Company August On this the 7th day of 2006before me personally appeared George W. Thompson, who acknowledged himself to be the Senior Vice President of Farmington Casualty Company, Fidelity and Guaranty Insurance Company, Fidelity and Guaranty Insurance Underwriters, Inc., Seaboard Surety Company, St. Paul Fire and Marine Insurance Company, St. Paul Guardian Insurance Company, St. Paul Mercury Insurance Company, Travelers Casualty and Surety Company, Travelers Casualty and Surety Company of America, and United States Fidelity and Guaranty Company, and that he, as such, being authorized so to do, executed the foregoing instalment for the purposes therein contained by signing on behalf of the corporations by himself as a duly authorized officer. In Witness Wbereof, I hereunto set my hand and official seal My Conunission expires the 30th day of lune, 2011. 58440-6-06 Printed In U.S.A. CikaA:th Marie C. Teotault, Notary Public a. ...fractuldi- WARNING:THIS POWER OF ATTORNEY IS INVALID WITHOUT THE RED BORDER Table I Model number nomenclature* ,,17 zr Air Cooled Indoor Condensing Units MCD24ALPH3 (example) MC MInl-Mate2 Indoor Condensing Unit 0 No Disconnect D= Disconnect 24A 3 23A = 2 -Ton Air Cooled, 50 Hz 24A = 2 -Ton Air Cooled, 60 Hz 35A = 3 -Ton Air Cooled, 50 Hz 36A = 3 -Ton Air Cooled, 60 Hz L = Lee -Temp Head Pressure Control (Air Cooled) P = 208/230V - 1 ph -60 Hz X = 208/230V - I ph - 60 Hz = 220/240V - I ph - 50 Hz A = 460V - 3 ph -60 Hz (3 -ton only) Y = 208/230V - 3 ph - 60 Hz M = 380/415V - 3 ph - 50 Hz H = Hot Gas Bypass 3 = Revision Level PF 27A _ PptOgor;Alr Cooled Prop Fan PnIPEaniCoridensIngTUnity H-F.11otGat Bypaetift 26A = 2 -Ton (50 Hz) 27A = 2 -Ton (60 Hz) 36A = 3 -Ton (50 Hz) 37A5i3t•Ton (60;11z)+4.i: Chilled Water DX Evaporators MMD24E-PHEDO (example) MM.17.1'3-; MinbMate21 D 0 = No Disconnect D.= Dieconnectt• ` 24 23 = 2 -Ton Evaporator (50 Hz) 24 = 2 -Ton Evaporator (60 Hz) 35 = 3 -Ton Evaporator (50 Hz) 35= 32,TonlEVaperator (60 Hz) -< E E Evriperaltira3 K = Evaporator With Free -Cooling Coll - .-.=13XiEvaporator47- P P = 208/230V - 1 ph - 60 Hz X = 277V - 1 ph -60 Hz S = 220/240V - 1 ph - 50 Hz A = 460V - 3 ph - 60 Hz (3 -Ton Only) YI=1208/930V.O'ph, 60 biz:(3ijoh,Onlyr M = 380/400V - 3 ph - 50 Hz H 0 = No Humidifier FISI-Iwtirifierragz• R = Remote Humidifier Contact J = internal Humidifier and Remote Contact E 0-FM0:Reheat= E E = Electric Reheat H = Hot Water Reheat S = SCR Reheat D DiFJOIrtictDrishiNtr• B = Belt -Driven Blower 0 0 = None A = Filter Clog B = Smoke Detector C!FifiireittattMILTh D = Filter Clog & Smoke Detector F = Smoke Detector & Firestat E = Filter Clog & Arestat F = Smoke Detector & Firestat G = Filter Clog, Smoke Detector & Firastat Air Cooled Indoor Condensing Units MCD24ALPH3 (example) MC MInl-Mate2 Indoor Condensing Unit 0 No Disconnect D= Disconnect 24A 3 23A = 2 -Ton Air Cooled, 50 Hz 24A = 2 -Ton Air Cooled, 60 Hz 35A = 3 -Ton Air Cooled, 50 Hz 36A = 3 -Ton Air Cooled, 60 Hz L = Lee -Temp Head Pressure Control (Air Cooled) P = 208/230V - 1 ph -60 Hz X = 208/230V - I ph - 60 Hz = 220/240V - I ph - 50 Hz A = 460V - 3 ph -60 Hz (3 -ton only) Y = 208/230V - 3 ph - 60 Hz M = 380/415V - 3 ph - 50 Hz H = Hot Gas Bypass 3 = Revision Level PF 27A _ PptOgor;Alr Cooled Prop Fan PnIPEaniCoridensIngTUnity H-F.11otGat Bypaetift 26A = 2 -Ton (50 Hz) 27A = 2 -Ton (60 Hz) 36A = 3 -Ton (50 Hz) 37A5i3t•Ton (60;11z)+4.i: Chilled Water Units MMD40C-PHEDO (example) MM Minl-Mate2 0 0 = No Disconnect "- D = Disconnect 40 39 = 3 -Ton Chilled Water Unit (50 Hz) 40 = 3 -Ton Chilled Water Unit (60 Hz) C C = Chilled Water Unit 2 2 = 2 -Way Slow -Close (On/Oft) Valve 3 = 3 -Way Slow -Close (On/Off) Valve P P = 208/230V - 1 ph - 60 Hz ' X=277V- 1 ph-60Hz S = 220/240V - I ph - 50 Hz A= 460V-3 ph-60Hz Y = 208/230V - 3 ph - 60 Hz M = 380/400V - 3 ph - 60 Hz H 0 No Humidifier H = Humkfifier R = Remote Humidifier Contad J = internal Humidifier and Remote Contact E 0 = No Reheat E = Electric Reheat H = Hot Water Reheat • 5 = SCR Reheat D D = Med Drive B = Belt -Driven Blower • 0 0 = None A = Filter Clog B = Smoke Detector C = Firestat D = Filter Clog & Smoke Detector E = Alter Clog & Firestat F = Smoke Detector & Firestat G = Filter Clog, Smoke Detector & Firestat Water/Glycol Cooled Indoor Condensing Units MCD26W2PH3 (example) MC Mini-Mate2 Indoor Condensing Unit 0 = No Disconnect D= Disconnect 26W 25W = 2 -Ton Water/Glycol, 50 Hz 26W = 2 -Ton Water/Glycol, 60 Hz -8-7W = 3 -Ton Water/Glycol, 50 Hz 38W = 9 -Ton Water/Glycol, 60 Hz 2 2 = 2 -Way Water/Glycol Reg Valve, 150 psi 3 = 3 -Way Water/Glycol Reg Valve, 150 psi D = 2 -Way Water/Glycol Reg Valve, 350 psi T. 3 -Way Water/Glycol Reg Valve, 350 psi A P 208/230V - I ph - 60 X '= 208/230V - I ph -60 Hz S = 220/240V - 1 ph - 50 Hz A= 460V - 3 ph -60 Hz (3 -ton only) Y = 208/230V -3 ph -60 Hz M = 380/415 - 3 ph - 50 Hz H = Hot Gas Bypass 3 3 = Revision Level Condensing Units -13FH027A-PL3 (example) C = Coated Coll • NOTE; Not every, comblnafion of options Is feasible. P 208/230V - I ph - 60 Hz 8 = 220/240V - I ph -60 Hz M = 380/400V - 3 ph - 60 Hz N F- 200/230 - 3 ph -.50 Hz A = 460V - 3 ph -60 It (3 -Ton Only) X.F,29.6r299Y-Vaiipkraciitig*Top:Oniot; L F.-61!EArnblen!Ase-Ternill:74' H = High Amblern 3 LoVeli," 5.0 DIMENSIONAL DATA Dimensional Data Figure 8 Evaporator and chilled water unit dimensional data COVER PLATE SUPPUED WITH PLENUM REMOVABLE PANEL ON SIDE OF PLENUM ANNUM CLEARANCE 30*(162mm) FOR FLTER ACCESS AND REMOVAL I VII', (37mm) CUSTOMER SUPPLIED III:IF/MED RODS FOR 30' MODULE SUPORT FRDM (702mm) CEILING RYP. 4 IC 107)8 p58mm) -.(2711=1) REMOVABLE Are reS I7/l0' PANELS (3nren) OPnONAL DISCHARGE AIR DUCT RANGE SUPPUED WHEN OPTIONAL • FILTER BOX IS ORDERED glE(4671M11) (35Brnm) (81Cavo) CABINET DDAENSION RAMON° BRACKET 14' (36SHM) CABINET DIMENSIONS SAME AS eir (295mm) (22nun HOLES FOR MODULE RIGGING TIP. 2 EACH END) SHADED AREA INDICATES A RECOMMENDED CLEARANCE OF 30' (762rmn) FOR ACCESS AND FILTER RFJAOVAL NOTE: UNIT IS SPACED EVENLY IN REFERENCE TO THREADED ROO CENTERS MODULE DIMENSIONAL DATA AIR DLSCHARGE SIDES OP PLENUM 24 (810mm) OVERALL DIMENSION MR DISCHARGE OUT SIDES OF PLENUM 3 7/3* (93mm) 326' (83MM) 6' (127mm) MR INLET THROUGH GRILLE IN CENTER OF PLENUM Unit Net We ght , Model # lbs (kg) 60 Hz 501* MM*24E MM*23E 225 (102) MM*36E MM*35E 225 (102) MMMOC MM•39C • 230(104) 0PN060193_Res0 OPTIONAL FILTER BOX SHADED AREA INDICATES A RECOMMENDED CLEARANCE OF SY (T132/nm) FOR COMPONENT AMP% • AND RBAOVAL 16 Dimensional Data Figure 10 Cabinet and floor planning dimensional data, prop fan condensing modules, horizontal air discharge Fan Rotation CCW (lett side). LEFT AIR INTAKE REMOVABLE (RIGHT) PANEL FOR ACCESS TO REFRIGERATION COMPONENT. RIGHT . AIR DISCHARGE SHADED AREA INDICATES A MINIMUM CLEARANCE OF 186 (457mm) FOR PROPER AIR FLOW SHADED AREA INDICATES A MINIMUM CLEARANCE OF Ur (457mm) FOR PROPER AIR FLOW. Table 9 REMOVABLE (FRONT) PANEL FOR ACCESS TO HIGH VOLTAGE & LOW VOLTAGE CONNECTIONS, AND REFRIGERATION COMPONENTS Propeller fan, air cooled condensing unit dimensions, Inches (mm) Model Numbers Dimensional Data. Inches (mm) Module Net . Weight lb (kg) 6011z 50Hz A 13 C PFH927A-L PFH026A-L 40(1016) 23-1/2 (597) 18(457) 200 (91) PFH027A-H PFH026A-H• 48(1219) 31 (787) 18(457) 241 (109) PFHZ27/a .PFHZ26A-L PFHD37A-L PFH036A-L PFH037A-H PFH036A-H 53(1343) 36-1/4(918) 18(457) 351 (159) PFHZ37A-L PFHZ36A-L SHADED AREA INDICATES A RECOMMENDED CLEARANCE OF 24° (610mm) FOR COMPONENT ACCESS AND REMOVAL. DPN000130_Rev0 PRODUCT NOMENCLATURE NOTE Tables i, ii and iii show nomenclature for the complete range of all available product options.V - Not all combinations are possible. For assistance, contact your local dealer, Liebert representative or call 1-800-543-2778. Table I Product model information 13 042 A A A thallerigerC E = Downflow 30002:f with Econ -O -Coli Table II K = Upflow with Econ -O -Coll U = Upflow NOMinalV A -=Air Cooled 'derioaltYin BIUHTZ .15.it76;ra ,k) C-= Chilled Water A = 460/60/3 -3:A =AM/Epp-ea 0 = No Reheat 0 = No •MliniddroCealbr Humidifier B = 575/60/3 raporator C = 208/60/3 0-= GLYCOOL WG = Water Cooled/Glycol .Cooled Split system configurations *,230/60/3, -V3.rrt 2 = 380/60/3 = 200/50/3 H = 230/50/3 M = 380/415/50/3 G = Advanced E[E Sc Microprocessor 'Relitliatt • • w/Graphics " H = Hot Water Reheat G = Hot Gas Reheat S = SCR Reheat S = Steam Generating Humidifier • Capacity . Evaporator _ •ccaileill#50.4.1D11-1.l.i01 - ;;;-.4110/51:110tRibpki.ftini '..191154015s141,110:11V Alr Cooled Cenbifugal Condensing Unit Water/Glycol Condensing Unit 3 Tons 60 Hz (50 Hz) B*036E (B*035E) PFH_42A (PFH_41A) • MC_40A (MC.39A) 3 Ton MC_44W (MC_43W) 5 Tons 60 Hz (50 Hz) B*060E (B*059E) Air Cooled jPFHt67Abk (PFH_66A) (MC_134A) MC_65A DSF069 3/4 HP Pump 1-1/2 HP Pump 50 Hz (MC_68VV) MC_69W B*068C (B*072C) - LJOWflIIflW U = Table 111 Self-contalned system configurations F = Downflow U = Upflow E Downflow K = Upflow F = Fan Speed Control L Lee Temp Capacity indoor Unit Remote Equipment System Type Air Cooled Condenser Drycooier/Pump 3 Ton 60 Hz (50 Hz) B*042A (B*040A) CS©083 Air Cooled 60 Hz (50 Hz) B*046WG (B*045WG) DSF069 3/4 HP Pump 1-1/2 HP Pump 50 Hz Glycol -Cooled or Serf - Contained - Water Cooled 60 Hz (50 Hz) B*068C (B*072C) Self -Contained Water - Chilled 5 Ton 60 Hz (50 Hz) B*067A (B*065A) CS©083 Air Cooled 60 Hz (50 Hz) 13*071WG (B*070WG) DSF109 3/4 HP Pump 60 Hz 1-1/2 HP Pump 50 Hz Glycol -Cooled or Self - Contained - Water Cooled 60 Hz (50 Hz) B#061G (B#058G) DS0109 1-1/2 HP Pump GLYCOOLIIA 60 Hz (50 Hz) B*1020 (B*101C) Self-Contalned Water - Chilled F = Downflow U = Upflow E Downflow K = Upflow F = Fan Speed Control L Lee Temp • Figure 11 Cabinet and floor planning dimensional data—Downflow (13F/BE) models 32112 321!2 (826nun) 032661114 Prtiection of Display Overall Overal Bezel 5113" (16mm) Dimension Dimension 30112 (775min) 76 (1930mm) 1 (25.4mm) 301/2 (775mrre Optimal 1 51Ef (41mm) Fbnge lor Duct a Pknum Connectbn 1' (25rnne FRONT & SIDES } (19mm) REAR 30 1/2 • (775=0 30 1/2 (775rrn0 UNIT DOVIENSONAL DATA 1° (25Amm) FLOOR CUTOUT DIMENSIONS si (25.4m) .>">•<, >C30 in crismai See Spealitation Sheet for Floor Stand Height Ordered. Dimensional Drawings Shaded ansa ihdtates a recommended deur= of 3C Won) for component access. Right side access suggested for GLYCOOL unhs. OPTIONAL FLOOR STAND DIMENSIONAL DATA 33 Unit Weight 501* Models 601* Models lbs (kg) BF035E BF036E 535(243) BF059E BF060E 545 (247) BF040A BF042A 595 (270) • 3F065A BF067A 640 (291) BF045WG BF046WG 640(291) BF070W0 BF071WG 710 (322) BF072C BF068C 545 (247) BF101C BF102C 555(252) BE058G BE061G 750 (341) Shaded ansa ihdtates a recommended deur= of 3C Won) for component access. Right side access suggested for GLYCOOL unhs. OPTIONAL FLOOR STAND DIMENSIONAL DATA 33 Dimensional Drawings Figure 16 Cabinet and floor planning dimensional data—Split System—Propeller fan condensing unit • FOR /CCM* nila RE FRIGERATICN COOPMENT. SIWOED AREA INDICATES A LOGLICH =NONCE OF IC FIGHTHR FOR PROPER AIR FLOM Outdoor Propeller Fan Condensing Unit Model Width (A) Data In. (mm) Depth (C) Height (B) Net Weight 80 Hz 50 Hz Dimensions - inches (mm) !be (kg) PFH042A-J. PFH041,4-_L 48(1219) 18(457) 31(781) 241 (109) PFH042A-_H PFH041A-_H 53(1343) 18(457) 38-1/4(918) 351 (159) PFF242A-_L PFHZ41A-_L 53(1343) 18(457) 36-1/4(918) 351 (159) PFH067A-_L PFH066A-_L 53(1343) 18(457) 38-1/4(918) 351 (159) RERICHARLF ORD3flPPFIEL F� NZCESS TO HIGH VOLTAGE LOW VOLTAGE CONNEGTIONS, AND REFRIGERATION OPPONENTS. RIGHT BRACCO NWA OFOIcLEAgas:ILFITIrsa NRImml.. FOR RICHER L'ilOW: OWEGO AREA MIDICATES A RECOTALEWIED CICArt acompGirge I Ow) =MATO REMOVAL. Figure 17 Cabinet and floor planning dimensiona data—Propeller fan condensing modules—Vertical air discharge GUARD HEIGHT at11.01SCHARGE Connections TCP AIR Refrigerant Line ErIAIXDAREA INDICATESAIRCOINENDFO CLEARANCE OF It (457rm) FOR PROPER ARROW. REilOwelz FRDVT PANEL FOR ACCESS TO NM VOLTAGE LOW VOITAGE CON/ECTRINS. ARO REFRIGERATION fl ERWED AREA NOICATESA RECOMMENDED CLEARAM2 OF 2111310mn) FOR COMPONDIT ACCESS AND FIElf0VAL Model Numbers Dimensional Data In. (mm) Module Weight 60 HZ 50 HZ A B CD lbs (kg) net. PFH067A-_H PFH066A-JI 53 (1343) 36-1/4 (918) 38-1/2 (978) 5-1/2 (140) 488 (222) PFHZ67A-_H PF147.66A-_L ERWED AREA NOICATESA RECOMMENDED CLEARAM2 OF 2111310mn) FOR COMPONDIT ACCESS AND FIElf0VAL Mayor: Department Director: Purchasing Manager: Finance & Internal Services Director: Budget Manager: IT Manager: Dispatch Manager: Utilities Manager: Other: _ . . Special Instructions: Project Contingency of $4,850.00 ... C3 CO 03 —4 03 ea a (43 IV _ 6 3 'Judy Cohea City: Springdale Address: P.O. Box 1760 Vendor #: 12054 City Of Fayetteville (Not a Purchase Order) Shipping/Handling Contract HVAC replacement for CDC BID # 07-25 Description ...• Quantity VendorName: Air Works Job ; Unit of issue] >11) 23 ET 511 48,564.00 Unit Cost 0005 4an 0 b o 4/1 0 ka ca $0.00 00'05 4/1 0 b o 40 0 O o 411 0 b o 50.00 VS 0 b o ur a CO -ca t b. o Extended Cost _. o .. o a-4 a .eiro ... O c. Account Numbers CI Zip Code: 72764 Fob Point: Ship to code: 21 Subtotal: 548,564.00 Tax: $2,995.09 Total: $51,559.09 ......• kJ ro la -C2. ,i • ....... -a co a m c cr P 1Divison He ' -.< -I co o) 1 0- ED - Z ( -c K co a, 1 2 P. 71 b z c 3 g Requisition No.: 0 It it [Inventory 'Quotes Attached Yes: No: Expected Delivery Date: Se. CI m 6 es 0 -4 'Fixed Asset