HomeMy WebLinkAbout172-10 RESOLUTIONRESOLUTION NO. 172-10
A RESOLUTION AWARDING BID #10-50 AND AUTHORIZING A
CONTRACT WITH SIVAD, INC. IN THE AMOUNT OF $95,714.00 FOR
EDUCATIONAL EQUIPMENT AND LEARNING SYSTEMS RELATED TO
WEATHERIZATION, ENERGY EFFICIENCY AND OTHER GREEN
INITIATIVES
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
#10-50 and authorizes a contract with Sivad, Inc. in the amount of $95,714.00 for educational
equipment and learning systems related to weatherization, energy efficiency and other green
initiatives.
PASSED and APPROVED this 5th day of October, 2010.
APPROVED:
ATTEST:
N LD JO Ma or SONDRA
y , y SMITH, City Clerk/Treasurer
Karen Minkel
Submitted By
City of Fayetteville Staff Review Form
City Council Agenda Items
and
Contracts, Leases or Agreements
bras. (0-5- j0
City Council Meeting Date
Agenda Items Only
Division
Action Required:
Strategic Planning
Department
A resolution awarding Bid 10-50, Educational Equipment and Learning Systems, to Sivad, Inc. in the amount of
$95,714.
95,714.00
Cost of this request
2230.8001.5801.00
Account Number
10025.2010
Project Number
Budgeted Item
X
100,000.00
Category / Project Budget
GIF/NWACC training equipment
Program Category / Project Name
71.25 Strategic Planning
Funds Used to Date Program / Project Category Name
99,928.75 General Fund
Remaining Balance Fund Name
Budget Adjustment Attached
7 /0
e
part Director Date
dA,Ir
y Attorney
Finance and Internal Services Director
Date
Date
Previous Ordinance or Resolution # RES 10-10
Original Contract Date:
Original Contract Number:
3-FY10-GIF
Received in City09-17-10P03:00 RCVD
Clerk's Office
Comments:
Revised January 15, 2009
THE CITY OF FAYETTEVILLE, ARKANSAS
DEPARTMENT CORRESPONDENCE
ARKANSAS
www.accessfayetteville.org
CITY COUNCIL AGENDA MEMO
To: City Council
Thru: Don Marr, Chief of Staff
From: Karen Minkel, Strategic Planning and Internal Consulting Director "lot%
Date: September 1, 2010
Subject: A resolution awarding Bid 10-50, Educational Equipment and Learning Systems, to Sivad, Inc. in the
amount of $95,714.
PROPOSAL:
The City of Fayetteville, in partnership with NorthWest Arkansas Community College's (NWACC) Center of
Excellence, received an award of $100,000 from the Arkansas Economic Development Commission to purchase
state of the art equipment to support training in weatherization, energy efficiency, and other green initiatives to
promote economic development in these areas. These equipment purchases will assist the Center of Excellence
for Energy Efficiency in initiating training opportunities in both Washington and Benton Counties.
The City Council approved the application for these funds on January 19, 2010. Sivad, Inc. submitted the only
bid proposal in response to the equipment request. Two items in the purchase require additional explanation.
The Air Conditioning/Heat Pump Troubleshooting Learning System was not included in the initial bid.
NWACC secured three quotes for this additional item, and the best quote was provided by Sivad, Inc. The
Electric Motor Control Learning System was included in the bid as part of a larger system at $22,308. The
Center of Excellence only needed one part of this system, which only costs $9,749. A detailed breakdown of the
parts was provided by Sivad, Inc. and included in this packet.
RECOMMENDATION:
Staff recommends awarding Bid 10-50, Educational Equipment and Learning Systems, to Sivad, Inc. in the
amount of $95,714.
BUDGET IMPACT:
This bid amount will spend most of the $100,000 grant the City received from the Arkansas Economic
Development Commission.
RESOLUTION NO.
A RESOLUTION AWARDING BID #10-50 AND AUTHORIZING A
CONTRACT WITH SIVAD, INC. IN THE AMOUNT OF $95,714.00 FOR
EDUCATIONAL EQUIPMENT AND LEARNING SYSTEMS RELATED TO
WEATHERIZATION, ENERGY EFFICIENCY AND OTHER GREEN
INITIATIVES
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
#10-50 and authorizes a contract with Sivad, Inc. in the amount of $95,714.00 for educational
equipment and learning systems related to weatherization, energy efficiency and other green
initiatives.
PASSED and APPROVED this 5th day of October, 2010.
APPROVED: ATTEST:
By: By:
LIONELD JORDAN, Mayor SONDRA E. SMITH, City Clerk/Treasurer
ave
•City of Fayetteville, Arkansas
ev1le
Purchasing Division — Room 306
113 W. Mountain
Fayetteville, AR 72701
ARKANSAS Phone: 479.575.8220
TDD (Telecommunication Device for the Deaf): 479.521.1316
INVITATION TO BID
INVITATION TO BID: Bid 10-50, Educational Equipment & Learning Systems
DEADLINE: Friday, August 27, 2010 at 2:00 PM, Local Time
DELIVERY LOCATION: Room 306 —113 W. Mountain, Fayetteville, AR 72701
PURCHASING AGENT: Andrea Foren, CPPB, aforenna.ci.fayetteville.ar.us, 479.575.8220
DATE OF ISSUE AND ADVERTISEMENT: Friday, August 13, 2010
INVITATION TO BID
BID 10-50, EDUCATIONAL EQUIPMENT & LEARNING SYSTEMS
No late bids shall be accepted. Bid's shall be submitted in sealed envelopes labeled "Bid 10-50, Educational
Equipment and Learning Systems" with the name and address of the bidder.
All Proposals shall be submitted in accordance with the attached City of Fayetteville specifications and bid
documents attached hereto. Each Proposer is required to fill in every blank and shall supply all information
requested; failure to do so may be used as basis of rejection. Any bid, proposal, or statements of qualification
will be rejected that violates or conflicts with state, local, or federal laws, ordinances, or policies.
The undersigned hereby offers to furnish & deliver the articles or services as specified, at the prices & terms stated
herein, and in strict accordance with the specifications and general conditions of bidding, all of which are made a part of
this offer. This offer is not subject to withdrawal unless upon mutual written agreement by the Proposer/Bidder and City
Purchasing Manager.
Name of Firm: Ua af .1" c.
Contact Person: R. IL - -i Ca,+^r Title: At 54 I. s PnotA s c.,
E-Mail: rc...a.rr ).114 1'4c . Gdr+1 Phone: SoI - S - v3-6 3
Business Address: J.2.34, G4.,1{•sX owc dr.
City: lic)Soo , State: A /2 Zip: 7/9',
Signature: 41 Date: 8) Z 3/ /0
City of Fayetteville, AR
Bid 10-50, Educational Equipment & Learning Systems
Page 1 of 35
City of Fayetteville
Bid 10-50, Educational Equipment & Learning Systems
SECTION C: Bid Form — REVISED PER ADDENDUM 1
*GUARANTEED DELIVERY DATE: o Dal ca a ,r -i •-•
ITEM: DESCRIPTION:
1. T7017 AC/DC Electrical Learning System 1
*MANUFACTURER:
QUANTITY: *PRICE EACH:
2. 85-MT5 Electric Motor Control Learning
System
*MANUFACTURER: ,4N.0. /
1
2b. Amatrol Model 613-43 Pony Brake
1
*MANUFACTURER: ,41sa+ e /
3. The House of Pressure
*MANUFACTURER:
1
4. Fluke TiR32 Building Diagnostics
Thermal Imager
*MANUFACTURER: h
1
5. 94 -TS -1 Thermal Systems�t1
*MANUFACTURER: ,t"4. /-ted/
$ S33Zao
MODEL: 776/ 7
*TOTAL PRICE
$ S33 7. o0
f'. s
$ 30 8. va $ .� .2, 3 0 8-04
.S
MODEL: 73---"J-'S"'d- 7S -01J-5 4- - �'J = r►r!'J'�'
$ '7'.00 $ 7GG . oo
MODEL: G%3 - (/3 At.) -1 .Q4t1.rG 'es
$ no di -el
MODEL: i1 0 4 fa1
$ no L'0l
MODEL: no L'cl
1 $/33ateoo $JSfBCG.00
MODEL: le( - 715 :'1 J'�S
6. T7083 Environmental Applications
Learning System LL
*MANUFACTURER: /?'h4T�t71
1
7. 950-SPT1 Solar PV Troubleshooting
Learning System
1
$ ?SW. 00
MODEL:
$ A51i.oa
7-7o 83 lgcs
$ z3,G8J:00 $ .Z3,f/s'.00
*MANUFACTURER: Awti,Lre / MODEL: q6-0 0 ^ SP r. YI'S
7b. Solar PV Array Station
1
$ 67414.00
*MANUFACTURER: A / MODEL: 5.3.--S P42.
Bid 10-50, ADDENDUM 1
Page 3 of 4
$ G f5' Z. 00
Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701
8. 950-STCL1 Solar Thermal Closed -Loop
Troubleshooting Leaming System 1 $ ? .3� 477e , ad $ 2 3 f 8.70. 00
*MANUFACTURER: 4r J-, f
8b. Sun Simulator
1
MODEL: 95'0 - StC- L
$ V8.Z3, oo $ y$Z 3 . ov
*MANUFACTURER: A-% MODEL: 43r.Sfi5 2 so%r.77(.•�••1S�tis.%�4h
TOTAL BASE BID (Item 1 through 8): $ /NI 21 2. o
Sum of Items 1 through 8
*Note: Bid evaluation for award will be based on Total Base Bid.
EXECUTION OF BID -
Bidders are requested to indicate by check mark or "Yes/No" on each line of the Specifications the compliance of
the item bid. Actual specification of any deficient item must be noted on the bid sheet or separate attachment. If
specifications of item bid differ from provided literature, deviation must be documented and certified by the
manufacturer as a regular production option.
Upon signing this Bid, the bidder certifies that:
1. 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.
2. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements
as specified by The City of Fayetteville.
3. The Bidder can and will comply with all specifications and requirements for delivery, documentation and
support as specified herein.
4. The City of Fayetteville reserves the right to award the bid in its whole, by line item, or all rejection.
Unsigned bids will be rejected. Items marked * are mandatory for consideration.
*NAME OF FIRM: S / (/ac
Purchase Order/Payments shall be issued to this name
*BUSINESS ADDRESS: / 2.. 3 el L a %ras 1.2e .
*CITY: /)d ,i!"
*STATE: /Z *ZIP: 7i
*PHONE: Sc / - S`2 v - d r e .S/s-0/ - 7/1- .U'Y FAX:
*E-MAIL: re, rr% e ,$ �'vcad�'.�c . G u rs,%.
*BY: (PRINTED NAME) f2..'c h 4,,..01 A . Car+^
d a s^3 7
*AUTHORIZED SIGNATURE:
*TITLE: k4�...sc1 .Sa /'=S /A1 aK4 B r•
8)2 ?% ZWWO
Bid 10-50, ADDENDUM 1
Page 4 of 4
Telecommunications Device for the Deaf TDD (479) 521-1316
023181151.6161161111
113 West Mountain - Fayetteville, AR 72701
EXECUTION OF BID -
Bidders are requested to indicate by check mark or "Yes/No" on each line of the Specifications the compliance of
the item bid. Actual specification of any deficient item must be noted on the bid sheet or separate attachment. If
specifications of item bid differ from provided literature, deviation must be documented and certified by the
manufacturer as a regular production option.
Upon signing this Bid, the bidder certifies that:
1. 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.
2. Unless otherwise noted and explained, the unit bid and listed meets or exceeds all of these requirements
as specified by The City of Fayetteville.
3. The Bidder can and will comply with all specifications and requirements for delivery, documentation and
support as specified herein.
4. The City of Fayetteville reserves the right to award the bid in its whole, by line item, or all rejection.
Unsigned bids will be rejected. Items marked * are mandatory for consideration.
*NAME OF FIRM: Si ()ad, 2;, c.
Purchase Order/Payments shall be issued to this name
*BUSINESS ADDRESS: .% 2 3 La /c.c.s ore.
*CITY: 5-00,..4)-)
So/ -
*PHONE: S—c) I - S'26 - os aJ/7yg- v J.rFAX: Ssa 1 -,3-2o - aS3 7
*E-MAIL: 4.4` 14 r v S ?Oa d ,'A c, G u r1
*STATE: 4/2 *ZIP: % ! c1 / 3
*BY: (PRINTED NAME) ,12•'41.4.-ol 4. Co. rr
*AUTHORIZED SIGNATURE:
*TITLE: ArlVaK„S4S ..5; is ./144 -c r'
Acknowledge Addenda:
Add. No. / Dated: SJ'& .r -J/ o
Add. No. Dated:
Add. No. Dated:
Add. No. Dated:
Add. No. Dated:
City of Fayetteville, AR
Bid 10-50, Educational Equipment & Leaming Systems
Page 32 of 35
City of Fayetteville
Bid 10-50, Educational Equipment & Learning Systems
SECTION D: Statement of Disclosure — To Be Submitted With ALL BIDS
This page does not count towards page limitations set forth in this request for proposal or bid.
Proposer 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 retumed 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:
A- 1) NO KNOWN RELATIONSHIP EXISTS
2) RELATIONSHIP EXISTS (Please explain)
PLEASE FILL OUT THE SECTION BELOW AND SUBMIT THIS FORM WITH YOUR BID OR PROPOSAL:
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.
A i (14rd 4
Printed Name
Signature
'Jze,/ zein
Date
City of Fayetteville, AR
Bid 10-50, Educational Equipment & Leaming Systems
Page 33 of 35
City of Fayetteville
Bid 10-50, Educational Equipment & Learning Systems
SECTION E: Authorized Negotiator Information - To Be Submitted With ALL Proposals
At the discretion of the City, one or more firms may be asked for more detailed information before
final ranking of the firms, which may also include oral interviews. NOTE: Each Proposer shall
submit to the City a primary contact name, e-mail address, and phone number (preferably a
cell phone number) where the City selection committee can call for clarification or interview
via telephone.
Name of Firm: .Si Gad, . c.,
Name of Primary Contact: ,12 La. -d r r
Title of Primary Contact: .4-r ita...sa. 5c 1.J P`'a n4.5
.0 r
Phone#1 (cell preferred): S'o/- 7y1 - 2 L/S" Phone#2: Sc/-- SAv-Qs-o,3
E -Mail Address: ,rca.rr ,wac . C.o
€ontra
Is the primary contact (listed in Part I) able to legally bind contracts?
If no, please list contact that can legally bind a contract for the firm:
Name:
Title:
NO (circle one)
Phone#1 (cell preferred): Phone#2:
E -Mail Address:
Date: 7% 2 4 / /0
Signed: /..< -
City of Fayetteville, AR
Bid 10-50, Educational Equipment & Leaming Systems
Page 34 of 35
rave Lieviiie
THE CITY OF FAYETTEVILLE, ARKANSAS
ARKANSAS
www.accessfayetteville.org
Bid 10-50, Addendum 1
Bid 10-50, Educational Equipment and Learning Systems
City of Fayetteville — Purchasing Division
113 W. Mountain — Room 306
Fayetteville, AR 72701
Phone: 479.575.8220
E -Mail: aforen@ci.fayetteville.ar.us
Date: Wednesday, August 25, 2010
To: All interested parties
From: Andrea Foren, CPPB, Purchasing Agent
Notice: This addendum is hereby made a part of the bid documents to the same extent as though it were
originally included therein. Bidders should indicate their receipt of same in the appropriate blank listed herein.
Failure to do so may subject vendor to disqualification. Addendum should be attached to the inside cover of the
bidding documents, signed, and dated.
1.) The bid form used for this project has been revised per this addendum. Reference page 3 for the revised bid
form. All bidders shall use the attached bid form, as revised per this addendum. Failure to submit bids on the
correct bid form will result in your bid being rejected.
2.) All references to electrical power in "Additional Required Items" will be provided by others and is not included as a
direct requirement for this bid.
3.) Reference — Line Item 1:
a. Additional Required Items o.ii and o.iii are hereby REMOVED
4.) Reference — Line Item 2:
a. Additional Required Items b.iii and b.iv are hereby REMOVED
b. Line Item 2b is added to include item b.i as a required item for an Amatrol Model 613-43 Pony Brake, priced
separately
5.) Reference — Line Item 5:
a. Line Item 5 specifications listed in the original bid shall be completely replaced with the following:
Line Item 5 is revised to the following specifications:
Thermal systems play a key role in industry, commercial, and residential applications by providing heating and
cooling of living spaces, food storage, and various manufacturing processes. The model 94 -TS -1 Thermal
Systems 1 Unit teaches a wide range of applications based on the thermal concepts of thermodynamics and heat
transfer. Thermal applications include refrigeration, air conditioning, and heat pumps.
The 94 -TS -1 Unit consists of two student workstations: T7082 Thermal System and T7081 Applied Thermal
Science System. The model 17082 Thermal System is a working thermal system with industrial components that
can perform heat pump, air conditioning, and refrigeration systems operation. The T7081 includes thermal
science apparatus to demonstrate the principles on which modern thermal systems are based.
The T7081 components are stored in full view of the student with silk-screened outlines and labels to enable
students to quickly find the components needed for their setups and easily return them to their proper storage
locations. This feature also enables teachers to identify missing components at a glance.
The 17081 Applied Thermal Science System supports a full range of thermal science experiments including heat
transfer and thermodynamics. This system provides the fundamental understanding of thermal systems
necessary before exploring the applications taught by the T7082 Thermal System. Students will use the T7081 to
prove concepts and learn how to make calculations to predict system performance.
Bid 10-50, ADDENDUM 1
Page 1 of 4
Telecommunications Device for the Deaf TOD (479) 521-1316
113 West Mountain - Fayetteville, AR 72701
The T7082 is a working refrigeration system that uses the principle of vapor compression, the most popular
refrigeration method employed today. The T7082 demonstrates both refrigeration and air conditioning
applications. It also includes a reversing valve and associated components to switch the system to heat pump
operation as well.
The 17082 includes many instrumentation features to observe and monitor system operation. Sight glasses are
located at three points on both the evaporator and condenser coils to show how the refrigerant changes phase as
it passes through each coil. Pressure and temperature gages are placed at the inlet and outlet of the condenser
and evaporator to determine heating and cooling performance. Other teaching components include moisture
indicator, panel -mounted compressor ammeter, and flow meter.
The T7082 replicates a variety of performance conditions such as heavy-duty industrial blowers attached to the
condenser and evaporator coils and manual valves placed throughout the refrigeration system. The blowers have
dampers that can vary the air flow across the coils, showing the effect of varying heat transfer rates.
Key Features shall include the following:
i. Supports full range of thermal science experiments
ii. Sight glasses at multiple points to show refrigerant changes
ill. Hermetically sealed compressor
iv. Silk-screened component panel
v. Industrial quality components
vi. Perform heat pump, air conditioning, and refrigeration systems operations Convenient component
storage
6.) Reference — Line Item 6:
a. Additional Required Item b.ii is hereby REMOVED.
b. Line Item 2b is added to include item b.i as a line item for an Amatrol Model 613-43 Pony Brake.
7.) Reference — Line Item 7:
a. Line Item 7b is added to include a Solar PV Array Station as a separately priced required item.
8.) Reference — Line Item 8:
a. Line Item 8b is added to include a Sun Simulator as a separately priced required item.
9.) FOB destination is revised to the following:
Northwest Arkansas Community College
Attention: Keith Knight
One College Drive
Bentonville, AR 72712
10.) Bidders agree and understand that by submitting a bid on the attached revised bid form, he or she acknowledges this
addendum and its contents.
Bid 10-50, ADDENDUM 1
Page 2 of 4
Telecommunications Device for the Deaf TDD (479) 521-1316 113 West Mountain - Fayetteville, AR 72701
City of Fayetteville
Bid 10-50, Educational Equipment & Learning Systems
Advertisement
All sealed bids shall be submitted to the City Administration Building, City Hall, Room 306, 113 West
Mountain Street, Fayetteville, Arkansas 72701. All bids are due at the time stated. No late bids will
be accepted. City of Fayetteville reserves the right to deviate from the estimated purchase quantities.
Bid Name: Bid 10-50, Educational Equipment & Learning Systems
DUE: Friday, August 27, 2010 at 2:00 PM, Central Standard Time
Bid forms can be downloaded from the City's Purchasing Web Site at www.accessfayetteville.orq.
All questions should be directed to Andrea Foren.
The City reserves the right to reject any and all bids and to waive formalities deemed to be in the
City's best interest.
"Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified
small, minority and women business enterprises to bid on and receive contracts for goods, services,
and construction. Also, City of Fayetteville encourages all general contractors to subcontract portions
of their contract to qualified small, minority and women business enterprises."
City of Fayetteville
By: Andrea Foren, CPPB
Purchasing Agent
479.575.8220
aforen(a ci.fayetteville.ar.us
City of Fayetteville, AR
Bid 10-50, Educational Equipment & Learning Systems
Page 2 of 35
City of Fayetteville
Bid 10-50, Educational Equipment & Learning Systems
Table of Contents
SECTION:
PAGE NUMBER
Cover Page
1
Advertisement
2
SECTION A: General Conditions
4
SECTION B: Equipment Specifications
10
SECTION C: Bid Form
31
SECTION D: Statement of Disclosure
33
SECTION E: Authorized Negotiator Information
34
Statement of No -Submittal
35
ATTACHMENTS:
# OF PAGES
N/A
N/A
City of Fayetteville, AR
Bid 10-50, Educational Equipment & Leaming Systems
Page 3 of 35
City of Fayetteville
Bid 10-50, Educational Equipment & Learning Systems
SECTION A: General Conditions
1. SUBMISSION OF BID:
a. Bids will be reviewed following the stated deadline, as shown on the cover sheet of this document.
b. Bidders shall submit bids based on documentation published by the Fayetteville Purchasing Division.
c. Bids shall be enclosed in sealed envelopes or packages addressed to the City of Fayetteville, Purchasing
Division, Room 306, 113 W. Mountain, Fayetteville, AR 72701. The name, address of the firm and Bid,
RFP, or RFQ number shall be on the outside of the packaging as well as on any packages enclosed in
shipping containers or boxes.
d. Bidders must have experience in providing products and/or services of the same or similar nature.
e. Bidder is advised that exceptions to any of the terms contained in this bid must be identified in its
response to the bid. Failure to do so may lead the City to declare any such term non-negotiable.
Proposer's desire to take exception to a non-negotiable term will not disqualify it from consideration for
award.
f. Local time is defined as the time in Fayetteville, Arkansas on the due date of the deadline. Bids shall be
received before 2:00:00 as shown by the atomic clock located in the Purchasing Division Office.
2. WRITTEN REQUESTS FOR INTERPRETATIONS OR CLARIFICATION:
No oral interpretations will be made to any firms as to the meaning of specifications or any other contract documents. All
questions pertaining to the terms and conditions or scope of work of this bid must be sent in writing via e-mail to the
Purchasing Agent. Responses to questions may be handled as an addendum if the response would provide clarification
to the requirements of the bid. AU such addenda shall become part of the contract documents. The City will not be
responsible for any other explanation or interpretation of the proposed bid made or given prior to the award of the
contract.
3. DESCRIPTION OF SUPPLIES AND SERVICES:
Any reference to a particular brand or manufacturer is done in an effort to establish an acceptable level of quality for this
project. Brands or manufacturers that are included in bid that are of at least equal quality, size, design, and specification
as to what has been specified, will be acceptable for consideration only if approved by the City of Fayetteville Purchasing
Division. The City of Fayetteville reserves the right to accept or reject any requested equal.
4. RIGHTS OF CITY OF FAYETTEVILLE BID PROCESS:
In addition to all other rights of the City of Fayetteville, under state law, the City specifically reserves the following:
a. The City of Fayetteville reserves the right to select the bid that it believes will serve the best interest of the
City.
b. The City of Fayetteville reserves the right to accept or reject any or all bids.
c. The City of Fayetteville reserves the right to cancel the entire bid.
d. The City of Fayetteville reserves the right to remedy or waive technical or immaterial errors in the
invitation to bid or in bids submitted.
e. The City of Fayetteville reserves the right to request any necessary clarifications, additional information,
or data without changing the terms of the bid.
City of Fayetteville, AR
Bid 10-50, Educational Equipment & Leaming Systems
Page 4 of 35
5. COSTS INCURRED BY PROPOSERS:
All expenses involved with the preparation and submission of bids to the City, or any work performed in connection
therewith, shall be bome solely by the bidder(s). No payment will be made for any responses received, or for any other
effort required of, or made by, the bidder(s) prior to contract commencement.
6. CONFLICT OF INTEREST:
a. The bidder represents that it presently has no interest and shall acquire no interest, either direct or
indirect, which would conflict in any manner with the performance or services required hereunder, as
provided in City of Fayetteville Code Section 34.26 titled "Authority of City Employee to Contract With The
City" which states the following:
i. An employee of the City shall be permitted to conduct business with the City, provided the
contract or job is for services, is submitted as a competitive bid, is approved by the City Council
following disclosure of the direct or indirect financial interest of the individual employee, and the
total sum payable under the contract does NOT exceed $500.00.
b. All bidders shall promptly notify Andrea Foren, City Purchasing Agent, in writing, of all potential conflicts
of interest for any prospective business association, interest, or other circumstance which may influence
or appear to influence the bidder's judgment or quality of services being provided. Such written
notification shall identify the prospective business association, interest or circumstance, the nature of
which the bidder may undertake and request an opinion to the City as to whether the association, interest
or circumstance would, in the opinion of the City, constitute a conflict of interest if entered into by the
bidder. The City agrees to communicate with the bidder its opinion via e-mail or first-class mail within
thirty days of receipt of notification.
7. WITHDRAWL OF PROPOSAL:
A bid may be withdrawn prior to the time set for the bid submittal, based on a written request from an authorized
representative of the firm; however, a bid shall not be withdrawn after the time set for the bid unless approved by the
Purchasing Division.
8. LATE PROPOSAL OR MODIFICATIONS:
a) Bid modifications received after the time set for the bid submittal shall not be considered. Modifications in writing
received prior to the deadline will be accepted. The City will not be responsible for misdirected bids. Bidders
should call the Purchasing Division at (479) 575-8220 to insure receipt of their submittal documents prior to opening
time and date listed.
9. LOCAL. STATE. AND FEDERAL COMPLIANCE REQUIREMENTS:
a. The laws of the State of Arkansas apply to any purchase made under this bid. Bidders shall comply with
all local, state, and federal directives, orders and laws as applicable to this proposal and subsequent
contract(s) including but not limited to Equal Employment Opportunity (EEO), Disadvantaged Business
Enterprises (DBE), & OSHA as applicable to this contract.
b. Pursuant to Arkansas Code Annotated §22-9-203 The City of Fayetteville encourages all qualified small,
minority and women business enterprises to bid on and receive contracts for goods, services, and
construction. Also, City of Fayetteville encourages all general contractors to subcontract portions of their
contract to qualified small, minority and women business enterprises.
10. PROVISION FOR OTHER AGENCIES:
Unless otherwise stipulated by the bidder, the bidder agrees to make available to all Government agencies, departments,
municipalities, and counties, the proposal prices submitted in accordance with said proposal terms and conditions therein,
City of Fayetteville, AR
Bid 10-50, Educational Equipment & Leaming Systems
Page 5 of 35
should any said governmental entity desire to buy under this proposal. Eligible Users shalt mean all state of Arkansas
agencies, the legislative and judicial branches, political subdivisions (counties, local district school boards, community
colleges, municipalities, counties, or other public agencies or authorities), which may desire to purchase under the terms
and conditions of the contract.
11. COLLUSION:
The Proposer, by affixing his or her signature to this proposal, agrees to the following: "bidder certifies that his or her bid is
made without previous understanding, agreement, or connection with any person, firm or corporation making a proposal
for the same item(s) and/or services and is in alt respects fair, without outside control, collusion, fraud, or otherwise illegal
action."
12. RIGHT TO AUDIT, FOIA, AND JURISDICITON:
a. The City of Fayetteville reserves the privilege of auditing a vendor's records as such records relate to
purchases between the City and said vendor.
b. Freedom of Information Act: City 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 photocopying costs pursuant to the FOIA may be assessed for this
compliance.
c. Legal jurisdiction to resolve any disputes shall be in Washington County, Arkansas with Arkansas law
applying to the case.
13. CITY INDEMNIFICATION:
The successful bidder(s) agrees to indemnify the City and hold it harmless from and against all claims, liability, loss,
damage or expense, including but not limited to counsel fees, arising from or by reason of any actual or claimed
trademark, patent or copyright infringement or litigation based thereon, with respect to the goods or any part thereof
covered by this order, and such obligation shall survive acceptance of the goods and payment thereof by the City.
14. VARIANCE FROM STANDARD TERMS & CONDITIONS:
All standard terms and conditions stated in this request for bid apply to this contract except as specifically stated in the
subsequent sections of this document, which take precedence, and should be fully understood by bidders prior to
submitting a proposal on this requirement.
15. ADA REQUIREMENT FOR PUBLIC NOTICES & TRANSLATION:
Persons with disabilities requiring reasonable accommodation to participate in this proceeding/event, should call
479.521.1316 (telecommunications device for the deaf), not later than seven days prior to the deadline. Persons needing
translation of this document shall contact the City of Fayetteville, Purchasing Division, immediately.
16. CERTIFICATE OF INSURANCE:
The successful Proposer shall provide a Certificate of Insurance in accordance with specifications listed in this request for
proposal, prior to commencement of any work. Such certificate shall list the City of Fayetteville as an additional insured.
Insurance shall remain valid throughout project completion.
17. PROCUREMENT POLICY FOR RECYCLED MATERIALS:
The City of Fayetteville wishes to encourage its bidders to use recycled products in fulfilling contractual obligations to the
City and that such practices will serve as a model for other public entities and private sector companies.
City of Fayetteville, AR
Bid 10-50, Educational Equipment & Learning Systems
Page 6 of 35
18. PAYMENTS AND INVOICING:
The bidder must specify in their bid the exact company name and address which must be the same as invoices submitted
for payment as a result of award of this bid. Further, the successful bidder is responsible for immediately notifying the
Purchasing Division of any company name change, which would cause invoicing to change from the name used at•the
time of the original bid. Payment will be made within thirty days of invoice received. The City of Fayetteville is very credit
worthy and will not pay any interest or penalty for untimely payments. Payments can be processed through
Proposer's acceptance of Visa at no additional costs to the City for expedited payment processing. The City will
not agree to any nonrefundable deposit or retainer that would remain property of the bidder even if the hourly work
actually performed by the bidder would not justify such fee. The City will not agree to allow any increase in hourly rates by
the contract without PRIOR Fayetteville City Council approval.
19. CANCELLATION:
a. The City reserves the right to cancel this contract without cause by giving thirty (30) days prior notice to
the Contractor in writing of the intention to cancel or with cause if at any time the Contractor fails to fulfill
or abide by any of the terms or conditions specified.
b. Failure of the contractor to comply with any of the provisions of the contract shall be considered a
material breach of contract and shall be cause for immediate termination of the contract at the discretion
of the City of Fayetteville.
c. In addition to all other legal remedies available to the City of Fayetteville, the City reserves the right to
cancel and obtain from another source, any items and/or services which have not been delivered within
the period of time from the date of order as determined by the City of Fayetteville.
d. In the event sufficient budgeted funds are not available for a new fiscal period, the City shall notify the
vendor of such occurrence and contract shall terminate of the last day of the current fiscal period without
penalty or expense to the City
20. ASSIGNMENT. SUBCONTRACTING. CORPORATE ACQUISITIONS AND/OR MERGERS:
a. The Contractor shall perform this contract. No assignment of subcontracting shall be allowed without
prior written consent of the City. If a bidder intends to subcontract a portion of this work, the bidder shall
disclose such intent in the bid submitted as a result of this bid.
b. In the event of a corporate acquisition and/or merger, the Contractor shall provide written notice to the
City within thirty (30) calendar days of Contractor's notice of such action or upon the occurrence of said
action, whichever occurs first. The right to terminate this contract, which shall not be unreasonably
exercised by the City, shall include, but not be limited to, instances in which a corporate acquisition and/or
merger represent a conflict of interest or are contrary to any local, state, or federal laws. Action by the
City awarding a proposal to a firm that has disclosed its intent to assign or subcontract in its response to
the RFP, without exception shall constitute approval for purpose of this Agreement.
21. NON-EXCLUSIVE CONTRACT:
Award of this RFP shall impose no obligation on the City to utilize the vendor for all work of this type, which may develop
during the contract period. This is not an exclusive contract. The City specifically reserves the right to concurrently
contract with other companies for similar work if it deems such an action to be in the City's best interest. In the case of
multiple -term contracts, this provision shall apply separately to each item.
22. LOBBYING:
Lobbying of selection committee members, City of Fayetteville employees, or elected officials regarding request for
proposals, request for qualifications, bids or contracts, during the pendency of bid protest, by the
bidder/proposer/protestor or any member of the bidder's/proposer's/protestor's staff, and agent of the
bidder/proposer/protestor, or any person employed by any legal entity affiliated with or representing an organization that is
responding to the request for proposal, request for qualification, bid or contract, or has a pending bid protest is strictly
City of Fayetteville, AR
Bid 10-50, Educational Equipment & Leaming Systems
Page 7 of 35
prohibited either upon advertisement or on a date established by the City of Fayetteville and shall be prohibited until either
an award is final or the protest is finally resolved by the City of Fayetteville; provided, however, nothing herein shall
prohibit a prospective/bidder/proposer from contacting the Purchasing Division to address situations such as clarification
and/or questions related to the procurement process. For purposes of this provision lobbying activities shall include but
riot be limited to, influencing or attempting to influence action or non -action in connection with any request for proposal,
request for qualification, bid or contract through direct or indirect oral or written communication or an attempt to obtain
goodwill of persons and/or entities specified in this provision. Such actions may cause any request for proposal, request
for qualification, bid or contract to be rejected.
23. ADDITIONAL REQUIREMENTS:
The City reserves the right to request additional services relating to this bid from the bidder. When approved by the City
as an amendment to the contract and authorized in writing prior to work, the Contractor shall provide such additional
requirements as may become necessary.
24. ADD OR DELETE LOCATIONS OR SERVICES:
The City reserves the right to unilaterally add or delete locations and/or services, either collectively or individually, at the
City's sole option, at any time after award has been made as may be deemed necessary or in the best interests of the
City. In such case, the Contractor(s) will be required to provide services to this contract in accordance with the terms,
conditions, and specifications.
25. INTEGRITY OF BID DOCUMENTS:
Bidders shall use the original bid form(s) provided by the Purchasing Division and enter information only in the spaces
where a response is requested. Bidders may use an attachment as an addendum to the bid form(s) if sufficient space is
not available on the original form for the bidder to enter a complete response. Any modifications or alterations to the
original RFP documents by the Proposer, whether intentional or otherwise, will constitute grounds for rejection
of such response. Any such modifications or alterations a bidder wishes to propose shall be clearly stated in the
bidder's response and presented in the form of an addendum to the original bid documents.
26. OTHER GENERAL CONDITIONS:
a) Bidder is presumed to be familiar with all federal, state, and city laws, ordinances, and regulations which in any
manner affect those engaged or employed in the Work, or the materials or equipment used, or that in any way
affect the Work and shall in all respects comply with said laws, ordinances, and regulations. No claim of
misunderstanding or ignorance on the part of Bidder or Proposer will in any way serve to modify the provisions of
the contract. No representations shall be binding unless embodied in the contract.
b) Prices shall include all labor, materials, overhead, profit, insurance, shipping, freight, etc., to cover the products
and services presented. Sales tax is not to be included in the bid price. Applicable Arkansas sales tax laws
will apply when necessary but will not be considered in award of this project.
c) Each bidder should state the anticipated number of days from the date of receipt of an order for delivery of
services to the City of Fayetteville.
d) Bidders must provide the City with their bids signed by an employee 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.
e) The City reserves the right to request any additional information it deems necessary from any or all bidders after
the submission deadline.
f) The request for bid is not to be construed as an offer, a contract, or a commitment of any kind; nor does it commit
the city to pay for any costs incurred by bidder in preparation. It shall be clearly understood that any costs
incurred by the Proposer in responding to this request for proposal is at the bidder's own risk and expense as a
cost of doing business. The City of Fayetteville shall not be liable for reimbursement to the Proposer for any
expense so incurred, regardless of whether or not the proposal is accepted.
City of Fayetteville, AR
Bid 10-50, Educational Equipment & Leaming Systems
Page 8 of 35
g)
If products, components, or services other than those described in this bid document are proposed, the bidder
must include complete descriptive literature for each. All requests for additional information must be received
within five working days following the request.
h) NOTE: Any uncertainties shall be brought to the attention to Andrea Foren immediately via telephone
(479.575.8220) or e-mail ( aforen(o7ci.favetteville.ar.us ). It is the intent and goal of the City of Fayetteville
Purchasing Division to provide documents providing a clear and accurate understanding of the scope of
work to be completed and/or goods to be provided. We encourage all interested parties to ask questions
to enable all bidders to be on equal bidding terms.
1) Any inquiries or requests for explanation in regard to the City's requirements should be made promptly to Andrea
Foren, City of Fayetteville, Purchasing Agent via e-mail (aforen(a�ci.fayetteville.ar.us) or telephone
(479.575.8220). No oral interpretation or clarifications will be given as to the meaning of any part of this request
for proposal. All questions, clarifications, and requests, together with answers, if any, will be provided to all firms
via written addendum. Names of firms submitting any questions, clarifications, or requests will not be disclosed
until after a contract is in place.
j)
Any information provided herein is intended to assist the bidder in the preparation of proposals necessary to
properly respond to this bid. The bid is designed to provide qualified Proposers with sufficient basic information to
submit proposals meeting minimum specifications and/or test requirements, but is not intended to limit a bid's
content or to exclude any relevant or essential data.
k) Bidders irrevocably consent that any legal action or proceeding against it under, arising out of or in any manner
relating to this Contract shall be prevailed by Arkansas law. Proposer hereby expressly and irrevocably waives any
claim or defense in any said action or proceeding based on any alleged lack of jurisdiction or improper venue or any
similar basis.
I) The successful bidder shall not assign the whole or any part of this Contract or any monies due or to become due
hereunder without written consent of City of Fayetteville. In case the successful bidder assigns all or any part of any
monies due or to become due under this Contract, the Instrument of assignment shall contain a clause substantially
to the effect that is agreed that the right of the assignee in and to any monies due or to become due to the
successful bidder shall be subject to prior liens of all persons, firms, and corporations for services rendered or
materials supplied for the performance of the services called for in this contract.
m) The successful bidder's attention is directed to the fact that all applicable Federal and State laws, municipal
ordinances, and the rules and regulations of all authorities having jurisdiction over the services shall apply to the
contract throughout, and they will be deemed to be included in the contract as though written out in full herein. The
successful bidder shall keep himself/herself fully informed of all laws, ordinances and regulations of the Federal,
State, and municipal governments or authorities in any manner affecting those engaged or employed in providing
these services or in any way affecting the conduct of the services and of all orders and decrees of bodies or tribunals
having any jurisdiction or authority over same. If any discrepancy or inconsistency should be discovered in these
Contract Documents or in the specifications herein referred to, in relation to any such law, ordinance, regulation,
order or decree, s/he shall herewith report the same in writing to City of Fayetteville..
City of Fayetteville, AR
Bid 10-50, Educational Equipment & Learning Systems
Page 9 of 35
City of Fayetteville
Bid 10-50, Educational Equipment & Learning Systems
SECTION B: Equipment Specifications
LINE ITEM I — T7017 AC/DC Electrical Learning System: The model 17017 AC/DC Electrical Learning System
shall teach fundamentals of AC and DC electrical systems used for power and control in industrial, commercial,
agricultural, and residential applications. Students shall be able to learn industry -relevant skills including how to:
operate, install, design, and troubleshoot basic AC and DC electrical circuits for various applications. Line item 1 shall
include the following:
a. bench top -mount workstation
b. AC power supply & DC power supply
c. electrical components set
d. lead set
e. hand-held multi -meter
f. circuit tester
g. built-in instrumentation console
h. electrical circuit simulation software
i. student learning materials for both theory and lab, and teacher's assessment guide.
j. System shall use industrial quality components to help students become better prepared for what they will
encounter on the job
k. Industrial. Size Components — Unit shall contain industrial size electrical power and control
components, typical of what students will find in the field. This experience better prepares students to
recognize industrial component styles and troubleshoot them effectively. Safety is emphasized
throughout. Safety devices include a 24 -volt power or less, grounding and guards.
I. Effective Component Inventory - Components are stored on a vertical storage panel with silk-screened
and labeled outlines so components can easily be identified and inventoried. This makes setup quicker so
students can do more in less time. Components also do not get lost as easily.
m. Simulation Software - Simulation software is an integral part of the learning system, providing additional
circuits and conditions under which students can learn. Students can use the software to create and
simulate circuits of their own design in addition to the circuits described by the exercises in the student
learning materials.
n. Key Features — industrial size components, heavy duty steel workstation, & safe power level of 24 VDC
o. Additional Required Items
i. Electrical Power:1-Phase, 120 VAC, 60 Hz, 1.5 Amps
ii. One of the following Amatrol mobile workstations or equivalent: models 82-609, 82-610, or 82-
611.
iii. Personal Computer with Windows 2000
U RLEURI :L SYSTEMS —
p. Picture:
City of Fayetteville, AR
rational Equipment & Learning Systems
Page 10 of 35
J LINE ITEM 2— 85-MT5 Electric Motor Control Learning System: The model 85-MT5 Electric Motor Control
Learning System teaches electric relay control of AC electric motors found in industrial, commercial, and residential
applications. Students learn industry -relevant skills including how to: operate, install, design, and troubleshoot AC
electric motor control circuits for various applications.
The model 85-MT5 includes a bench top -mount workstation, AC induction motor, motor mounting frame, control
component panels, multi -meter, lead set, student learning materials for both theory and lab, and teacher's guide. This
system uses industrial quality components to help students become better prepared for what they will encounter on
the job.
The workstation's welded steel construction provides a sturdy work surface for mounting control components.
Components are mounted directly on individual panels. The modular panels easily slide into the workstation and lock
in place, allowing students to quickly set up a variety of circuit applications. Safety is emphasized throughout the
student learning materials and in the hardware design. Safety devices include a lockout/tagout system and grounded
connections for individual components in the system. Students use these safety devices each time they set up a
circuit.
The circuits students set up on 85-MT5 System can be faulted to enable students to learn how to troubleshoot
motor control circuits under realistic conditions. Circuit faults can be introduced using either the manual fault insertion,
supplied as a standard, or the optional 890-FTS-1 Computer -Based Fault Insertion System. The computer -based fault
insertion system provides the advantage of allowing the students to learn troubleshooting on an individual basis
without the instructor standing by to insert faults and explain the process.
A number of motor control component options are also available to extend the learning capabilities of the 85-MT5
Motor Control Learning System. These components are mounted to modular panels that slide into the workstation or
mount to the motor mounting frame.
a. Key Features:
i. Industrial Standard 1/3 Hp Motor
ii. Heavy Duty Welded Steel Workstation
iii. Industrial Standard Wiring Terminology
iv. Industrial Safety Devices
v. Built-in Manual Fault Insertion
vi. Optional Computer -Controlled Fault Insertion
b. Additional Required Items:
I. Amatrol Model 613-43 Prony Brake
ii. Electrical Power: 3 -Phase, 208 VAC, 60Hz, 6 Amps
iii. Hand Tool set or Equivalent
iv. One of the following Amatrol mobile workstations or equivalent: models 82-609, 82-610, or 82-611
c. Picture:
City of Fayetteville, AR
Bid 10-50, Educational Equipment & Learning Systems
Page 11 of 35
ELECTRIC MOTOR CONTROL SYSTEM
This system shall teach operation, installation, applications and troubleshooting of electric relay type motor control
systems. The system shall contain the following items: Workstation Console, set of Control Stations, Hand-held
Multimeter, Lead Set, Electric Motor, Motor Mounting Frame, Student Curriculum, and Instructor's guide.
Workstation Console
Shall -be a welded steel unit designed for mounting control panel stations. Measuring a minimum of 107cm x 51cm x
91 cm. To include (3) vertical racks for control station positioning and (2) additional racks on the rear side for additional
control station storage.
Control Stations
Each station shall be designed as a slide -in panel of at least 11 -gauge thickness. Panels shall be painted and silk
screened with labels and component symbols. Panels shall be pre -wired and terminated to banana jacks to allow quick
connection of control circuits. Each station shall be designed with a plug-in ground jack that can be individually connected
to a ground connection on the mounting unit. A complete set of green ground jumper leads will be supplied with sufficient
quantity to permit plug-in connection of all stations. Station controls shall be compatible with 120 VAC power.
The following stations shall be supplied:
Safety Switch Power Station
(1) -Fused 3 -phase safety switch
(2) -Padlocks
(2) -Safety tags
(4) -Banana jacks
(1) -Pre -attached power cord (4 pole, 5 wire)
(1)-Lockout/Tagout mechanism
(1) -Fault Module with (2) faults
(1) -Mounting unit for right angle orientation to trainer
Operator Station
(1) -Green flush push button (1 N.O., 1N.C.)
(1) -Black flush push button (1 N.O., 1 N.C.)
(1) -Red mushroom push button (1 N.O., 1N.C.)
(1) -Three position selector switch (2 N.O.)
(1)-24in/61cm green stackable banana lead
(1) -5 -way binding post (ground)
(1) -Fault Module with (5) faults
Indicator Lamp Station
(1) -Green indicator lamp
(1) -Push to test red indicator lamp
(1) -Yellow indicator lamp
(1)-24in/61cm green stackable banana lead
(7) -5 -way binding posts (ground)
(1) -Fault Module with five (5) faults
Control Transformer Station
(1)-250VA control transformer with protective cover
(1) -Dual fuse block with protective cover
(4)-1.25 AMP class CC fuses (2 installed, 2 loose)
(1)-24in/61cm green stackable banana lead
(1) -5 -way binding post (ground)
(1) -Fault Module with three (3) faults
City of Fayetteville, AR
Bid 10-50, Educational Equipment & Learning Systems
Page 12 of 35
Reversing Contactor Station
(2)- 4 pole contactors
(1)-Mechanical/electrical interlock
(1)-24in/61cm green stackable banana lead
(1) -5 -way binding post (ground)
(1) -Fault Module with (5) faults
Overload Relay Station
(1) -A -B overload relay
(1)-24in/61cm green stackable banana lead
(1) -5 -way binding post (ground)
(1) -Fault Module with (3) faults
Manual Motor Starter Station
(1) -Manual starter
(1)-24in/61cm green stackable banana lead
(1) -5 -way binding post (ground)
Multifunction Timer Station
(1) -Multi -function timer with:
on delay, off delay timing
interval, single shot timing
repeat cycle timing, pulse timing
(1)-24in/61cm green stackable banana lead
(1) -5 -way binding post (ground)
(1) -Fault Module with (4) faults
Drum Switch Station
(1) -Three phase reversing drum switch
(1)-24in/61cm green stackable banana lead
(1) -5 -way binding post (ground)
Limit Switch Station
(2) -Industrial grade limit switch (SPDT)
(1)-24in/61 cm green stackable banana lead
(1) -5 -way binding post (ground)
(1) -Fault Module with (3) faults
Control Relay Station
(2) -Four pole relays (2 N.O. / 2 N.O.)
(1)-24in/61cm green stackable banana lead
(1) -5 -way binding post (ground)
(1) -Fault Module with (5) faults
Pressure/Float Switch Station
(1) -Pressure switch (SPDT)
(1) -Float switch (N.O. or N.C.)
(1)-24in/61cm green stackable banana lead
(1) -5 -way binding post (ground)
Motor Connection Station
(1) -Multi -pin industrial motor connector
(5) -Red banana jacks
(5) -Yellow banana jacks
(1) -Fault Module with (3) faults
Hand -Held Digital Multi -Meter
City of Fayetteville, AR
Bid 10-50, Educational Equipment & Learning Systems
Page 13 of 35
Stackable Banana Lead Set - 50 Leads
3 Phase Induction Motor - A 1/3 HP, NEMA 56 Frame machine rated at 208-230/460 Volts, 3 phase. Windings
accessible through a multi -pin connector. To include:
(1) -Motor Mounting plate
(1) -Single end shaft for safety
(1) -Motor winding identification escutcheon
(1) -Fault Module with (2) winding faults
Motor Mounting Frame
Shall be heavy-duty steel frame construction, with pre -drilled holes for mounting of two motors, prony brake, electric
brake, and flywheel. Minimum dimensions shall be 27" W x 12" D x 4" H. The mounting surface shall be made of .125 -in
steel plate min, painted and silk-screened.
Student Curriculum
The student curriculum shall consist of (1) set of 10 Learning Activity Packets 73 skills in electric motor control. The topics
covered shall include: motor starters, reversing starters, overload relays, motor start/stop control, control transformers,
magnetic motor starters, two wire control, three wire control, sequence control, jogging, on and off delay timing, sensor
switches, and motor timer control. Students will learn installation, operation, schematic reading, circuit design, and
troubleshooting.
The student curriculum shall be designed in a skill -based format that focuses on teaching industry -relevant tasks. The
objectives shall be accomplished by organizing the learning material into a series of learning activity packets, which are
further subdivided into three or more segments per packet. All learning material needed shall be contained in the packets
including text material, laboratory equipment activities, and multimedia directions. No external text sources shall be
required. The specific cognitive skills taught by each text passage shall be identified next to the passage. Each lab
activity shall be identified by the industrial task taught. All activities shall be highly detailed with step-by-step instructions
to facilitate a self -directed learning environment. A combination of step-by-step enabling activities and creative, problem -
solving activities shall be provided. A self -review of five to ten questions shall be provided after each segment. The
curriculum must be capable of both self -directed and instructor directed study. All activities must correlate directly to the
hardware supplied, with detailed illustrations and diagrams.
Teacher's Assessment/ Portfolio Guides
A teacher's guide shall be provided. It shall contain student data sheets, data sheet solutions, self -review answers,
quizzes, quiz answers, student skill record sheets, and authentic assessment. A quiz shall be provided for each packet. A
question shall be provided in each quiz for each cognitive objective taught. All tasks listed in the packet shall be listed on
personalized student record sheets. The Instructor's Package shall include directions for authentic skill assessment.
Amatrol Model No. 85-MT5 or equal
MOTOR BRAKING SYSTEM
Adds on to Electric Motor Control System. Allows students to learn various braking methods used by industry. To
include the following: electromagnetic brake, plugging switch, inertial load device, DC brake station, and student
curriculum. These components shall meet the following minimum specifications:
Electromagnetic Brake
Fail-safe design, foot mount, 24 VDC coil, spline connection to electric motor shaft, 20 in -lb torque.
Plugging Switch
Programmable, solid-state, over speed/under speed, SPDT output, tachometer function.
Inertial Load Device
(2) adjustable flange -mount bearings, 6" x %4" steel flywheel, stainless steel shaft, and safety cover.
DC Brake Station
City of Fayetteville, AR
Bid 10-50, Educational Equipment & Learning Systems
Page 14 of 35
To supply 24 VDC for electromagnetic brake and DC injection. The components shall be mounted on a slide -in panel of
at least 11- gauge thickness. The panel shall be painted and silk -screened with labels and component symbols. The
panel shall be pre -wired and terminated to banana jacks to allow quick connection of control circuits. The station shall be
designed with a plug-in ground jack, which can be individually connected to a ground connection on the mounting unit. A
green ground jumper leads will be supplied to permit plug-in connections of the station. To include the following
components:
• Step -Down Transformer
• Bridge Rectifier
Student Curriculum
The curriculum must be capable of both self -directed and instructor directed study. It shall be designed in a skill -based
format that focuses on teaching industry -relevant tasks. The objectives shall be accomplished by organizing the learning
material into a series of learning activity packets. Included shall be (1) Learning Activity Packet containing at least 8 skills
in braking. The topics shall include the different braking methods of plugging, electromagnetic and DC injection. Skills
shall include installation, circuit design, application, selection, and operation.
f4matrol Model No. 85-MT5-A or equal
REDUCED VOLTAGE STARTING SYSTEM
Adds on to the Electric Motor Control System. Teaches student various methods of reduced voltage starting of 3 -phase
motors and power distribution. To consist of curriculum and (2) stations: Power Resistor and Dual Transformer. Each
station shall be designed as a slide -in panel of at least 11- gauge thickness. Panel shall be painted and silk-screened
with labels and component symbols. Panel shall be pre -wired and terminated to banana jacks to allow quick connection
of control circuits. Each station shall be designed with a plug-in ground jack, which can be individually connected to a
ground connection on the mounting unit. Two green ground jumper leads will be supplied to permit plug-in connection of
both stations. Each station shall include the following components:
Power Resistor Station
(3) Power Resistor Stations - (3) 25 ohm, 100 watt
Dual Transformer Station
(2) Control Transformers (250VA minimum) multiple tap primary (208, 277, 380 (VAC) single tap secondary (120 VAC)
Student Curriculum
The curriculum must be capable of both self -directed and instructor directed study. It shall be designed in a skill -based
format that focuses on teaching industry- relevant tasks. The objectives shall be accomplished by organizing the learning
material into a series of learning activity packets. Included shall be (2) Learning Activity Packets containing at least 11
skills covering the different methods of reduced voltage starting: primary resistor, autotransformer, reduced current and
winding starters. Also covered shall be the different types of power generation and distribution using wye and delta
configurations. Skills shall include installation, circuit design, application, selection, and operation.
fImatrol Model No. 85-MT5-B or equal
VARIABLE FREQUENCY AC DRIVE SYSTEM
Adds on to the Electric Motor Control System. To include: Variable Frequency AC Drive Station Panel, Motor Connection
Station Panel, and student curriculum. Both panels shall be designed as a slide -in panel of at least 11- gauge thickness.
Panels shall be painted and silk- screened with labels and component symbols. Panels shall be pre -wired and terminated
to banana jacks to allow quick connection of control circuits. Each station shall be designed with a plug-in ground jack,
which can be individually connected to a ground connection on the mounting unit. Two green ground jumper leads will be
supplied to permit plug-in connections of both stations.
Variable Frequency AC Drive Station
To include the following:
City of Fayetteville, AR
Bid 10-50, Educational Equipment & Learning Systems
Page 15 of 35
(1) -Variable Frequency AC Drive with:
• Built in control keypad.
• Ability to program 30 different operating parameters.
• Capability of displaying 10 different operating conditions.
• Shall be capable of operating 3 -phase motors from a single-phase supply.
• Ability to accept commands from four (4) different sources: Keypad, External pot, 4-20-mA Signal, +
or - 10 VDC signal.
• Built in fault diagnostics.
• DC injection braking capability.
• PWM type output with adjustable carrier frequency (2 to 8 kHz).
• Provisions for addition of an external Dynamic Braking resistor.
(1) -Two position fuseblock with fuses
(3)-DPST pushbutton switches
(3)-SPDT toggle switches
(1)-3 PST keylock safety switch
(1) -Potentiometer with 10 turn indicating dial
(1) -Fault Module with (5) faults
Motor Connection Station
To include one of plug-in connections for a 3 -phase motor.
Student Curriculum
The student curriculum shall consist of (1) set of 4 Learning Activity Packets 24 covering variable speed AC motor control
Topics shall include: 2 -wire control, 3 -wire control, solid- state drives, manual variable speed motor control, motor
acceleration and deceleration, programming, parameters, dynamic braking, programmed step control, and diagnostics.
Students shall learn installation, operation, applications, and troubleshooting.
The student curriculum shall be designed in a skill -based format that focuses on teaching industry -relevant tasks. The
objectives shall be accomplished by organizing the learning material into a series of learning activity packets, which are
further subdivided into three or more segments per packet. All learning material needed shall be contained in the packets
including text material, laboratory equipment activities, and multimedia directions. No external text sources shall be
required. The specific cognitive skills taught by each text passage shall be identified next to the passage. Each lab
activity shall be identified by the industrial task taught. All activities shall be highly detailed with step-by-step instructions
to facilitate a self -directed learning environment. A combination of step-by-step enabling activities and creative, problem -
solving activities shall be provided. A self -review of five to ten questions shall be provided after each segment. The
curriculum must be capable of both self -directed and instructor directed study. All activities must correlate directly to the
hardware supplied, with detailed illustrations and diagrams.
Teacher's Assessment/ Portfolio Guides
A teacher's guide shall be provided. It shall contain student data sheets, data sheet solutions, self -review answers,
quizzes, quiz answers, student skill record sheets, and authentic assessment. A quiz shall be provided for each packet. A
question shall be provided in each quiz for each cognitive objective taught. All tasks listed in the packet shall be listed on
personalized student record sheets. The Instructor's Package shall include directions for authentic skill assessment.
✓Arnatrol Model No. 85-MT5-C or equal
ELECTRONIC SENSORS SYSTEM
Adds on to Electric Motor Control System. Shall include: Electronic Sensors Station, Target Set, and student curriculum.
Electronic Sensors Station
This station shall be designed as a slide -in panel of at least 11 gauge thickness. It shall be painted and silk screened with
labels and component symbols. It shall be pre -wired and terminated to banana jacks to allow quick connection of control
circuits. The station shall be designed with a plug-in ground jack that can be individually connected to a ground
connection on the mounting unit. A green ground jumper lead will be supplied to permit plug-in connection of the station.
The components mounted and wired on this station shall include:
(1) -Industrial grade photo electric sensor, 115/230 VAC
City of Fayetteville, AR
Bid 10-50, Educational Equipment & Learning Systems
Page 16 of 35
(1) -Industrial grade inductive sensor, 115/230 VAC
(1) -Industrial grade capacitive sensor, 115/230 VAC
Target Set
Shall include:
(1) -Wood Target
(1) -Plastic Target
(1) Aluminum Target
(1) -Steel Target
Student Curriculum
The curriculum must be capable of both self -directed and instructor directed study. It shall be designed in a skill -based
format that focuses on teaching industry- relevant tasks. The objectives shall be accomplished by organizing the learning
material into a series of learning activity packets. Included shall be (1) Learning Activity Packet containing at least 8 skills
covering inductive, capacitive, photoelectric sensors. Skills shall include installation, circuit design, application, selection,
and operation.
Vmatrol Model No. 85-MT5-D or equal
ELECTRONIC COUNTER SYSTEM
Adds on to Electric Motor Control System. Shall include: electronic Counter Station and student curriculum.
Electric Counter Station
This station shall be designed as a slide -in panel of at least 11- gauge thickness. It shall be painted and silk-screened
with labels and component symbols. It shall be pre -wired and terminated to banana jacks to allow quick connection of
control circuits. The station shall be designed with a plug-in ground jack, which can be individually connected to a ground
connection on the mounting unit. A green ground jumper lead will be supplied to permit plug-in connection of the station.
An electronic counter shall be mounted on this station. It shall have a 4 -digit display, totalizing, DPDT relay, manual reset.
Student Curriculum
The curriculum must be capable of both self -directed and instructor directed study. It shall be designed in a skill -based
format that focuses on teaching industrially- relevant tasks. The objectives shall be accomplished by organizing the
learning material into a series of learning activity packets. Included shall be (1) Learning Activity Packet containing at least
8 skills covering relay counters Skills shall include installation, circuit design, application, selection, and operation.
✓Amatrol Model No. 85-MT5-E or equal
SCR SPEED CONTROL SYSTEM
Adds on to the Electric Motor Control System. Teaches students variable speed motor control using a DC motor. Shall
include: SCR Speed Control Station with fault insertion, DC shunt wound motor, and student curriculum.
SCR Speed Control Station
This station shall be designed as a slide -in panel of at least 1 1 -gauge thickness. Panel shall be painted and silk-screened
with labels and component symbols. Panel shall be pre -wired and terminated to banana jacks to allow quick connection
of control circuits. Each station shall be designed with a plug-in ground jack, which can be individually connected to a
ground connection on the mounting unit. Two green ground jumper leads will be supplied to permit plug-in connection of
both stations. It shall include the following components, which will be mounted and wired to provide SCR speed control
functions:
(1) -SCR Control Unit
(1) -Main Power Switch
(1)-Full/Half Wave Rectification Switch
(1) -Speed Control Adjustment Knob with silk-screened 0-100% range
(1) -Power Supply jacks, plug-in type
City of Fayetteville, AR
Bid 10-50, Educational Equipment & Learning Systems
Page 17 of 35
(1) -Fuse, replaceable type, 5 Amp
(1) -Test Point Terminal Strip, 10 point
(1) -Armature Voltage jacks, plug-in type
(1) -Multi -pin connector Motor Cable Plug
(1) -Fault Module with (4) faults
The SCR Control Unit shall be mounted to the rear side of the panel. It shall provide the following features: SCR speed
control, half wave and full wave rectification, adjustable current limit with LED indicator, IR voltage compensation to
provide 1% speed regulation throughout 60:1 speed range, minimum and maximum speed settings, adjustable linear
acceleration and deceleration times. Input shall be 115/230 VAC, 50/60 Hz, % to 2 Hp rated.
DC Shunt Wound Motor
A 1/4 HP, NEMA 56 Frame machine, 1750 rpm base speed, rated at 90 Volts armature, 100 Volts field, 3.0 Amps
armature current, and 0.3 Amps field current. To include cable with multi -pin connector
Student Curriculum
The curriculum must be capable of both self -directed and instructor directed study. It shall be designed in a skill -based
format that focuses on teaching industry -relevant tasks. The objectives shall be accomplished by organizing the learning
material into a series of learning activity packets. Included shall be (1) Learning Activity Packet containing at least 5 skills
covering the connection and operation of an SCR half -wave speed control, the connection and operation of an SCR full -
wave speed control, the use of an oscilloscope to check the output of an SCR controller, and troubleshooting of an SCR
controller.
✓Amatrol Model 85-MT5-F or equal
City of Fayetteville, AR
Bid 10-50, Educational Equipment & Learning Systems
Page 18 of 35
3. LINE ITEM 3— The House of Pressure: The House of Pressure has been in use for over 10 years. It has been used
for presentations at DOE, Regional and National Weatherization Conference, Affordable Comfort Conferences, as
well as numerous state weatherization conferences and trainings. Line item 3 shall include the following:
a. Shall be able to be used to visually demonstrate Home Performance Testing using Pressure Diagnostics
b. Shall be made of clear Lexan (High Strength Plastic Laminate) so the inside of the house is visible from
all four sides
c. Shall have an operable Forced Air Duct System, a Dryer, and Bathroom Fan, Fireplace, and Water heater
i. Shall contain smoke generators for the fireplace, water heater, and car exhaust
d. Using House with a Large Group - A camcorder and LCD projector shall be able to be used to display
the house and testing procedures on the screen for larger audiences.
e. Testing — Most tests performed on an actual home shall be able to be performed on this unit
f. This unit shall be able to demonstrate Blower Door testing using a Digital Manometer and a Minneapolis
Duct Blaster. Zonal and Pressure Pan testing shall be able to be demonstrated when performing Blower
Door tests.
g. System shall allow the trainer to show duct leakage and how it can affect Health & Safety, Comfort,
Durability, and Enerav Efficiency by creating leaks in the supply ducts, return ducts or both.
h. System shall be able to demonstrate the effect of thermal bypasses, show pressure and thermal
boundaries and simulate back drafting conditions.
i. There shall be operable doors from the bedroom and bathroom to the central living area that can be used
to show the effects of door closure with a central return duct system. System shall be able to show
pressure relief methods
j. System shall have the capability to conduct Combustion Appliance Zone (CAZ) testing, shown by
following a Worst Case test procedure while using a digital manometer.
k. Automated Performance Testing (APT) — System shall be able to use Energy Conservatory's APT
system with this unit to simultaneously show readings for different locations in the house.
i. Use shall be able to make changes to one part of the hose to see how it affects other areas with
immediate feedback from APT.
I. Picture:
City of Fayetteville, AR
Bid 10-50, Educational Equipment & Learning Systems
Page 19 of 35
4. LINE ITEM 4— Fluke TiR32 Building Diagnostics Thermal Imager
a. Delivers the clear, crisp images needed to find problems fast with its 320x240 sensor.
b. Identify even the smallest temperature differences that could indicate problems with industry -leading
thermal sensitivity (NETD).
c. Automatic alignment (parallax correction) of visual and infrared images with Fluke patented 1R -Fusion®
d. Optional telephoto and wide angle lenses available for added versatility and special applications. (easily
installable in the field)
e. Field replaceable batteries give you maximum flexibility no matter where your work takes you.
f. Intuitive, three -button menu is easy to use — simply navigate with the push of a thumb.
g. No need to carry pen and paper —record findings by speaking into the imager. Voice annotations can be
recorded with every image you take. Voice comments are saved along with individual images for future
reference.
h. One -handed focus capability, emissivity correction, reflected background temperature compensation, and
transmission correction increase the accuracy of measurements in most situations.
i. Adjustable hand strap for left -or right-handed use.
j. Everything needed to get started is included.
k. Optimized for field use in challenging work environments.
I. Engineered and tested to withstand a 2 m (6.5 ft) drop for the ultimate peace of mind - When was the last
time you dropped a tool or piece of equipment?
m. Withstands dust and water —tested to an IP54 rating.
n. Manufactured in the U.S.A.
o. Picture:
City of Fayetteville, AR
Bid 10-50, Educational Equipment & Learning Systems
Page 20 of 35
LINE ITEM 5- 94 -TS -1 Thermal Systems I - Thermal systems play a key role in industry, commercial, and
residential applications by providing heating and cooling of living spaces, food storage, and various manufacturing
processes. The model 94 -TS -1 Thermal Systems 1 Unit teaches a wide range of applications based on the thermal
concepts of thermodynamics and heat transfer. Thermal applications include refrigeration, air conditioning, and heat
pumps.
The 94 -TS -1 Unit consists of two student workstations: T7082 Thermal System and 17081 Applied Thermal Science
System. The model T7082 Thermal System is a working thermal system with industrial components that can perform
heat pump, air conditioning, and refrigeration systems operation. The T7081 includes thermal science apparatus to
demonstrate the principles on which modem thermal systems are based.
The 17081 components are stored in full view of the student with silkscreened outlines and labels to enable students
to quickly find the components needed for their setups and easily return them to their proper storage locations. This
feature also enables teachers to identify missing components at a glance.
The 17081 Applied Thermal Science System supports a full range of thermal science experiments including heat
transfer and thermodynamics. This system provides the fundamental understanding of thermal systems necessary
before exploring the applications taught by the 17082 Thermal System. Students will use the 17081 to prove concepts
and learn how to make calculations to predict system performance.
The 17082 is a working refrigeration system that uses the principle of vapor compression, the most popular
refrigeration method employed today. The 17082 demonstrates both refrigeration and air conditioning applications. It
also includes a reversing valve and associated components to switch the system to heat pump operation as well.
The 17082 includes many instrumentation features to observe and monitor system operation. Sight glasses are
located at three points on both the evaporator and condenser coils to show how the refrigerant changes phase as it
passes through each coil. Pressure and temperature gages are placed at the inlet and outlet of the condenser and
evaporator to determine heating and cooling performance. Other teaching components include moisture indicator,
panel -mounted compressor ammeter, and flow meter.
The T7082 replicates a variety of performance conditions such as heavy-duty industrial blowers attached to the
condenser and evaporator coils and manual valves placed throughout the refrigeration system. The blowers have
dampers that can vary the air flow across the coils, showing the effect of varying heat transfer rates.
a. Key Features:
i. Supports full ranger of thermal science experiments
ii. Sight glasses at multiple points to show refrigerant changes
iii. Hermetically sealed compressor
iv. Silkscreened component panel
v. Industrial quality components
vi. Perform heat pump, air conditioning, and refrigeration systems operations
vii. Convenient component storage
b. Additional Required Items:
i. 1 -Phase, 110 VAC, 60Hz, 15 Amps or 1 -Phase, 230 VAC, 50 Hz, 10 Amps Electrical Power
c. Picture:
City of Fayetteville, AR
Educational Equipment & Learning Systems
Page 21 of 35
vf LINE ITEM 6- T7083 Environmental Applications Learning System - The model T7083 Environmental
Applications Learning System adds to the T7082 Thermal Learning System to teach heating and cooling applications.
Students will learn industry -relevant skills including how to size, select, and analyze thermal systems to optimize
performance.
The 17083 is a working system that connects to the 17082 System to provide a functional thermal application of air
conditioning and heat pumps. The T7083 models the characteristics of a living structure with outside environmental
effects, such as sun or humidity, and internal design characteristics such as insulation, lighting, and ceiling fans.
The 17083 consists of a living structure with reversible ducting system, comfort controls, instrumentation,
environmental input devices, insulation system, student learning materials for both theory and lab, and teacher's
guide.
Variable Environmental Conditions - The T7083 replicates a variety of real world environmental conditions with
devices that simulate effects caused by the sun, humidity, and lighting.
Variable Thermal Design Characteristics - The 17083 demonstrates the effects of a structure's design with
removable insulation panels to vary insulation performance, ceiling fan, window that can be opened, attic fan, attic
exhaust, and reversible upper and lower ducts.
Instrumentation Features - The 17083 includes many instrumentation features to observe and monitor system
operation. Digital thermometers are placed at key locations in the structure to show how temperature can vary inside
a living space. A digital humidity sensor is also included to determine the level of comfort.
a. Key Features:
i. Real World Thermal Effects
ii. Interface to T7082 Thermal System
iii. Performance Analysis under Variable Conditions
iv. Built-in Instrumentation
b. Additional Required Items
i. Electrical Power: 1 -Phase, 115 VAC, 60 Hz, 10 Amps or 1 -Phase, 230 VAC, 50 Hz, 7.5 Amps
ii. Any one of the following Amatrol workstations or equivalent: 82-610, 82-611, or 82-612
iii. Model 17082 Thermal System
c. Picture:
ENVIRONMENTAL APPLICATIONS UNIT
This system shall be designed to teach thermal systems including the following subjects: air flow, air conditioning, cooling
comfort, thermostats, psychrometric charts, and environmental control. The system shall include an environmental
application system, test apparatus, student curriculum, and instructor's guide.
Environmental Application System
The overall structure shall be 32in(81 cm) W x 54-in(213cm) H by 81 — in (205 cm) L. The overall structure shall be
constructed as follows:
City of Fayetteville, AR
Bid 10-50, Educational Equipment & Learning Systems
Page 22 of 35
• Wood 2x4 frame construction
• Vinyl Siding
• Pitched roof with asphalt shingles
• Hinged roof with gas cylinders
• Roof thermostatically protected, 140 F.
In addition, the unit shall contain the following subsystems:
Insulation System:
(2) ceiling insulation panels, removable
(1) glass window, single pane, sliding
Insulated Walls and floors
Environmental Inputs:
(1) heater, 750 Watt
(2) lights, 500 watt, quartz
(1) humidifier
Comfort Controls:
ceiling fan, 2 speed, reversible
attic exhaust fan
(2) attic vents, adjustable
(1) static cling window tint
Duct System
Reversible supply and return for upper and lower positions
Interface to 17082 coil
Dampers
Clear covers
Instrumentation
(5) digital Thermometer displays with remote probes
(4) thermostat probes with 17082 thermostat interface
digital humidity display.
Main Power and control:
Master Power Switch, manual rocker type
Circuit breaker, 15 -amp
(1) 2 position On/Off switch for attic fan
(1) 2 position On/Off switch for ceiling fan
(1) 2 position On/Off switch for attic heater
(1) Duplex power outlet
Student Curriculum
Shall consist of (1) set of (4) Learning Activity Packets. The student curriculum shall contain.at least 40 skills in thermal
systems including: air flow, air conditioning, cooling comfort, thermostats, pyschrometric charts, and environmental
control. The student curriculum supplied shall be designed in a skill -based format that focuses on teaching industry -
relevant tasks. The objectives shall be accomplished by organizing the learning material into a series of learning activity
packets, which are further subdivided into three or more segments per packet. All learning material needed shall be
contained in the packets including text material, laboratory equipment activities, and multimedia directions. No external
text sources shall be required. The specific cognitive skills taught by each text passage shall be identified next to the
passage. Each lab activity shall be identified by the industrial task taught. All activities shall be highly detailed with step-
by-step instructions to facilitate a self -directed learning environment. A combination of step-by-step enabling activities
and creative, problem -solving activities shall be provided. A self -review of five to ten questions shall be provided after
each segment. The curriculum must be capable of both self -directed and instructor directed study. All activities must
correlate directly to the hardware supplied, with detailed illustrations and diagrams.
The curriculum for this unit shall include at least 40 hours of student instruction.
Teacher's Assessment/ Portfolio Guides
A teacher's guide shall be provided. It shall contain student data sheets, data sheet solutions, self -review answers,
quizzes, quiz answers, student skill record sheets, and authentic assessment. A quiz shall be provided for each packet.
City of Fayetteville, AR
Bid 10-50, Educational Equipment & Learning Systems
Page 23 of 35
question shall be provided in each quiz for each cognitive objective taught. All tasks listed in the packet shall be listed on
personalized student record sheets. The Instructor's Package shall include directions for authentic skill assessment.
Amatrol Model No. T7083 or equal
City of Fayetteville, AR
Bid 10-50, Educational Equipment & Learning Systems
Page 24 of 35
✓7. LINE ITEM 7- 950-SPTI Solar PV Troubleshooting Learning System - Installing and maintaining solar
photovoltaic (PV) systems requires hands-on skills and troubleshooting ability across the types of PV systems
commonly used such as AC, DC, and grid -tie. Budding engineers and designers need to understand the technologies
used in these systems as well.
Amatrol's 950-SPT1 Solar Photovoltaic Troubleshooting Learning System allows students to develop the specialized
skills and knowledge needed for working with the common types of PV systems. The 950-SPTI teaches students
connection, operation, programming, and troubleshooting of AC/DC and grid -tie systems. The curriculum is PC -based
multimedia that is highly interactive. It allows students to use the learning style best for them — reading, listening,
visual. The 950-SPT1 supports the NABCEP (North American Board of Certified Energy Practitioners) test for
Certified Solar Photovoltaic System Installer.
The 950-SPT1 includes all components needed to develop hands-on, jobready skills: all solar specific components as
well as balance of system items. The learning system contains a mobile workstation, component panels with
breakers, combiner box, MPPT charge controller, lamps, batteries, meters, grid -tie inverter, a fault insertion system,
PC -based multimedia student curriculum, and instructor's assessment guide. The required 95-SPAI two -panel array
provides a complete solar PV troubleshooting experience.
Computerized Fault Insertion
At the heart of a technician's skill set is the ability to troubleshoot a system. The 950-SPT1 is equipped with a wide
array of both electrical and fluid faults that allow instructors to replicate realistic system and component failures. For
the 950-SPT1, Amatrol uses electronic fault insertion so that instructors can easily insert faults and track the student's
troubleshooting results. Electric fault insertion prevents component damage while allowing instructors to see student
progress. Instructors can identify specific areas the student needs to improve and target those areas. It also allows
instructors to set-up faults ahead of time, allowing students to perform self -directed study when appropriate.
Balance of System Components — Replicates Real World PV System
Developing installation and troubleshooting skills for PV systems requires all the components commonly found in
these systems. Elements included on the 950-SPT1 such as power distribution panels, a combiner box, disconnects,
and circuit breakers are essential to create realistic systems and troubleshooting situations.
Grid -Tie and Micro Inverters
Solar applications are increasingly including grid -tie capability. In fact, grid -tie is the most common type of PV system
being purchased today. This is a key component that allows maximum economic return — owners can sell excess
power to the utility. Likewise, when solar power is not sufficient, additional power is often needed from the electrical
grid. Amatrol's 950-SPT1 includes a micro inverter in addition to the grid -tie inverter. This is also a very popular option
that is frequently used to assign an inverter to each PV string. Both of these inverters are required to teach skills
across all major types of PV systems including stand-alone AC, gridtie AC, grid -tie AC with storage, and the various
types of DC systems.
Modern Communications and Programming
Modem solar technology installations frequently include network communications. The inverters and charge controller
on Amatrol's Solar PV Troubleshooting enable students to learn how to network system components. Students also
learn how to troubleshoot at the system level as well. The inverter and charge controller feature many modern
programming capabilities which allow students to learn how to program the more sophisticated systems they are likely
to encounter.
Mobile, Multiple PV Panels
(Required 95-SPA1 Solar PV Array Station)
The required PV array for the 950-SPT1 contains multiple panels so that students can learn to connect a realistic
array. Most solar technology applications have multiple panels. Students need to learn about the effects of series and
parallel connections, which require more than one panel. Additionally, the 95-SPA1 Solar PV Array Station is mobile,
allowing instructors to take advantage of sunny days without having to move the entire trainer. The array is equipped
with sun simulation as well to enable indoor use.
City of Fayetteville, AR
Bid 10-50, Educational Equipment & Learning Systems
Page 25 of 35
a. Picture:
SOLAR PV TROUBLESHOOTING LEARNING SYSTEM
This learning system shall be designed to teach operation, startup, shutdown, troubleshooting, and maintenance of
interactive and stand-alone photovoltaic systems for commercial and residential systems. This system shall support the
learning necessary for student preparation for the NABCEP (North American Board of Certified Energy Practitioners) test
for Certified Solar Photovoltaic System Installer. It shall include a mobile workstation, component panels, fault insertion
system, student curriculum, and teacher's guide.
Mobile Workstation
This workstation shall be constructed of square tube steel, which will be welded and braced. It shall be designed to mount
circuit panels to a vertical portion of its frame, a battery bank to the base of its frame, and electrical connection leads with
a hanging rack. The minimum dimensions shall be 72" (183 cm) Lx 72" (183 cm) H x 28" (71 cm) W. Four swivel casters
(two locking) shall be supplied. The workstation frame shall be primed and painted.
Component Panels
The component panels shall be made of painted and silk-screened sheet steel. They shall include pre -mounted
components that can be connected by students to create a variety of photovoltaic systems, including: direct coupled, self-
regulating, charge controlled, stand-alone AC, and grid- interactive. The components' terminals shall be pre -wired to plug-
in connectors on the panel. Connections and components shall have silk-screened labels next to them on the panels for
identification. The panels shall include the following components:
(1) -DC disconnect switch with breaker
(1) AC disconnect switch with breaker
(1) -Battery bank disconnect Switch with breaker
(1) -Grid -tie inverter, 2.5kW
(1)-MPPT Charge controller with built-in programming interface
(1) Remote programmer unit for both charge controller and inverter
(1) Software for programming and monitoring
(1) -Combiner box
(1) -Bypass diode
(1) -DC Distribution panel with breakers
(1) -AC Distribution panel with breakers
(2) -Utility Power Meters
(1) -Ground fault detection and interruption device
(1) -Surge arrestor
(1) -DC -AC inverter
(3) -AC Lamps
(3) -DC Lamps
(1) DC -Powered Fan
(4) -Manual Switches
(1) Battery Bank Interface Connection Panel
City of Fayetteville, AR
Bid 10-50, Educational Equipment & Leaming Systems
Page 26 of 35
(2) Batteries, AGM sealed type, 12 Volt
(1)-Lockout/tagout kit
(1) -Emergency Stop Pushbutton, hard -wired
(1) Interface connector to separate PV array
(1) Connector Lead Set
(1) Multi -meter
(1) Clamp -on Ammeter
(1) Wattmeter
Fault Insertion System
The system shall include a number of faults, which recreate actual component and system failures. The circuits shall also
include realistic troubleshooting test points so that students can perform systems -level troubleshooting without
disassembling components. A minimum of 25 faults shall be provided to assure that students will be presented with
realistic range of troubleshooting experiences. The faults shall be inserted electrically using a computer -based fault
insertion system, which includes PC -based software for control and tracking.
Student Curriculum
The curriculum shall consist of one (1) set of 8 Learning Activity Packets. The student curriculum shall contain at least 40
industry skills covering applications of photovoltaic systems, operation of photovoltaic systems, performance analysis,
programming, configuration, and troubleshooting.
The student curriculum supplied shall be designed in a skill -based format that focuses on teaching industry -relevant tasks.
The objectives shall be accomplished by organizing the learning material into a series of learning activity packets, which
are further subdivided into three or more segments per packet. All learning material needed shall be contained in the
packets, including text material, laboratory equipment activities, and multimedia directions. No external text sources shall
be required. The specific cognitive skills taught by each text passage shall be identified next to the passage. Each lab
activity shall be identified by the task taught. All activities shall be highly detailed with step-by-step instructions to facilitate
a self -directed learning environment. A combination of step-by-step enabling activities and creative, problem -solving
activities shall be provided. A self -review of five to ten questions shall be provided after each segment. The curriculum
must be capable of both self -directed and instructor directed study. All activities must correlate directly to the hardware
supplied, with detailed illustrations and diagrams.
Instructor Guide
An instructor's guide shall be provided that contains student data sheets, data sheet solutions, self review answers,
quizzes, quiz answers, student skill record sheets, and authentic assessment. A quiz shall be provided for each packet. A
question shall be provided in each quiz for each cognitive objective taught. All tasks listed in the packet shall be listed on
personalized student record sheets. The instructor's guide shall include directions for authentic skill assessment.
Amatrol Model No. 950-SPTI or equal
City of Fayetteville, AR
Bid 10-50, Educational Equipment & Learning Systems
Page 27 of 35
LINE ITEM 8- 950-STCLI Solar Thermal Closed -Loop Troubleshooting Learning System - Installing and
maintaining solar thermal closed -loop systems require hands-on skills and troubleshooting ability across both drainback
and pressurized systems. Likewise, engineers and designers need to understand the technologies used in these systems
as well.
Amatrol's 950-STCL1 Solar Thermal Closed -Loop Troubleshooting Learning System (shown at right with optional sun
simulator attached) allows students to develop the specialized skills and knowledge needed for working with the two
common types of thermal closed -loop systems: drainback and pressurized. The 950-STCL1 teaches students connection,
operation, programming, and troubleshooting of both drainback and pressurized systems. The curriculum is PC -based
multimedia that is highly interactive. It allows students to use the learning style best for them — reading, listening, or visual.
The 950-STCL1 supports the NABCEP (North American Board of Certified Energy Practitioners) test for Certified Solar
Thermal System Installer.
The 950-STCLI includes all components needed to develop handson, job -ready skills: all solar specific components as
well as balance of system items. The learning system contains a mobile workstation, multiple component circuit panels,
two solar collectors, fault insertion, PC -based multimedia student curriculum, and instructors assessment guide. An
optional sun simulator is available to facilitate classes indoors when outdoor conditions do not support solar heating.
Fault Insertion For Both Electrical and Fluid Systems
At the heart of a technician's skill set is the ability to troubleshoot a system. The 950-STCL1 is equipped with a wide array
of both electrical and fluid faults that allow instructors to replicate realistic system and component failures. Students will
learn to independently solve the many common types of situations they will encounter on the job.
Balance of System Components —Replicates Real World Thermal Systems
Developing installation and troubleshooting skills for solar thermal systems requires all the components commonly found
in these systems. Elements such as vacation bypass, check valves, relief valves, flow meters, and tempering valves are
essential to create realistic systems and troubleshooting situations. Amatrol also includes a digital differential controller
that features many programming capabilities which allow students to learn how to program the more sophisticated thermal
systems they are likely to encounter.
Two Types of Closed -Loop Thermal Systems
Solar technicians will encounter both drainback and pressurized closedloop solar thermal systems. Across any given
region that experiences freezing conditions, both of these systems are used extensively. Amatrol includes the
components needed to configure either system, including both an expansion tank and drainback tank. Students can
switch between the two systems with valving.
Optional Sun Simulator (95-STS1)
Amatrol offers an optional sun simulator, the 95-STS1, for use indoors with the 950-STCL1. The Solar Thermal Closed -
Loop Learning System's two thermal collectors work either outside with direct sunlight or inside with the sun simulator.
a. Key Features:
i. Two Types of Closed -Loop Thermal Systems
ii. Replicates Real World Thermal Systems
iii. Fault Insertion for Both Electrical and Fluid Systems
iv. Balance of System Components
b. Picture:
City of Fayetteville, AR
ducational Equipment & Learning Systems
Page 28 of 35
CLOSED -LOOP SOLAR THERMAL TROUBLESHOOTING LEARNING SYSTEM
This learning system shall be designed to teach operation, startup, shutdown, and troubleshooting, and maintenance of
two types of closed loop solar thermal water heating systems: drainback and pressurized or antifreeze, for commercial
and residential systems. This system shall support the learning necessary for student preparation for the NABCEP (North
American Board of Certified Energy Practitioners) test for Certified Solar Thermal System Installer. It shall include a
mobile workstation, component circuit panels, solar collector unit, fault insertion system, student curriculum, and teacher's
guide.
Mobile Workstation
This workstation shall be a rectangular frame constructed of square tube steel, which will be welded and braced. It shall
be designed to mount circuit panels to a vertical portion of its frame, a thermal collector unit to the top of its frame,
electrical connection leads to a hanging lead rack. The approximate minimum dimensions shall be 72" (183 cm) L x 72"
(183 cm) H x 34" (86 cm) W. Four swivel casters (two locking) shall be supplied. The workstation frame shall be primed
and painted.
Component Circuit Panels
The component panels shall be made of painted and silk-screened sheet steel. They shall include pre -mounted and pre -
connected fluid components that enable the system to model both the drainback and the pressurized or antifreeze thermal
water systems. The changeover between the two systems shall be done by opening or closing selected ball valves. These
components should be of a type that is regularly used in the solar industry. The terminals of all electrical control
components shall be wired to plug-in connectors mounted to the component panels to enable students to connect the
system. Connections and components shall have silk-screened labels next to them on the panels for identification. The
fluid conductors will be mainly copper piping, with some plastic piping where necessary. Certain sections of the piping
shall be insulated. The system shall be plumbed so that it can provide hot water and receive cold water from an external
system to replicate conditions seen in a domestic hot water system. The panels shall include the following components:
(1) -AC disconnect switch with breaker
(1) -Ground fault circuit interrupter
(2) -Centrifugal Pumps, AC -motor powered
(1) -Heat Exchanger, Plate type
(1) -Differential Controller, digital type with 2 outputs allowing independent pump control, up to 5 temperature
inputs, large LCD graphic display showing animated control circuits, and specialty control functions such as
holiday mode.
(3)-RTD probe, 1 K, Pipe mounted
(2) -Solar Storage Tanks, 6 gallon insulated with boiler drain valve
(1) -Expansion Tank
(1) -Tempering Valve
(2) -Boiler Drain Valves
(6) -Ball Valves
(1) -Relief Valve, 45 psi
(1) -Relief Valve, 75 psi
(1) -Temperature and Pressure Relief Valve
(1) -Check Valve
(1) -Schrader Valve
(1) -Flow Control Valve
(2) -Flow Meters
(2) -Pressure Gages
(7) -Temperature Gages
(1) -Charge System
(1) -Emergency Stop Pushbutton, hard -wired
(1) Connector Lead Set
(1) Multi -meter
Solar Collector Unit
The solar collector unit shall be designed to heat water using direct sunlight or a separate sun simulator, not part of this
specification. The unit shall consist of two solar collectors connected to each other and mounted to a frame which mounts
to the mobile workstation. The frame shall be adjustable to permit variation of solar angle of incidence, and removable for
City of Fayetteville, AR
Bid 10-50, Educational Equipment & Learning Systems
Page 29 of 35
transport. The system shall connect via flexible conductors to the circuit panel components to form a complete and
functional solar thermal system.
Fault Insertion System
The system shall include a number of faults, which recreate actual component and system failures. The circuits shall also
include realistic troubleshooting test points so that students can perform systems -level troubleshooting without
disassembling components. A minimum of 20 faults, including both fluid and electrical types, shall be provided to assure
that students will be presented with realistic range of troubleshooting experiences. The faults shall be inserted manually.
Student Curriculum
The curriculum shall consist of one (1) set of 6 Learning Activity Packets. The student curriculum shall contain at least 30
industry skills covering applications of solar thermal systems, including skills for operation, performance analysis,
programming, configuration, and troubleshooting.
The student curriculum supplied shall be designed in a skill -based format that focuses on teaching industry -relevant tasks.
The objectives shall be accomplished by organizing the learning material into a series of learning activity packets, which
are further subdivided into three or more segments per packet. All learning material needed shall be contained in the
packets, including text material, laboratory equipment activities, and multimedia directions. No external text sources shall
be required. The specific cognitive skills taught by each text passage shall be identified next to the passage. Each lab
activity shall be identified by the task taught. All activities shall be highly detailed with step-by-step instructions to facilitate
a self -directed learning environment. A combination of step-by-step enabling activities and creative, problem -solving
activities shall be provided. A self -review of five to ten questions shall be provided after each segment. The curriculum
must be capable of both self -directed and instructor directed study. All activities must correlate directly to the hardware
supplied, with detailed illustrations and diagrams.
Instructor Guide
An instructor's guide shall be provided that contains student data sheets, data sheet solutions, self review answers,
quizzes, quiz answers, student skill record sheets, and authentic assessment. A quiz shall be provided for each packet. A
question shall be provided in each quiz for each cognitive objective taught. All tasks listed in the packet shall be listed on
personalized student record sheets. The instructor's guide shall include directions for authentic skill assessment.
Amatrol Model No. 950-STCL1 or equal
City of Fayetteville, AR
Bid 10-50, Educational Equipment & Learning Systems
Page 30 of 35
City of Fayetteville
Bid 10-50, Educational Equipment & Learning Systems
Statement of No Submittal — If Applicable
In order to assist the Purchasing Division of Fayetteville in evaluating and improving our solicitation process, we
are asking for completion of this form and returning via fax or e-mail. By submitting this form, it will assist us in
evaluating all response, improving our bid solicitation process, and to maintain a positive relationship with our
vendors.
We, the undersigned, have declined to bid for the following reason(s):
1. We do not offer this service/product
2. Our schedule would not permit us to perform
3. Unable to meet specifications
4. Insufficient time to respond to the Invitation to Bid
5. We are unable to meet bond requirements
6. Other (Explain)
*NAME OF FIRM:
*BUSINESS ADDRESS:
*CITY:
*STATE: *ZIP:
*PHONE: FAX:
*E-MAIL ADDRESS:
*BY:( PRINTED NAME)
*AUTHORIZED SIGNATURE:
*TITLE:
*PLEASE LIST OTHER COMMENTS BELOW:
*DATE:
*Please note: We appreciate your feedback on this form and are very interested in your reason for not bidding.
Please do not hesitate to contact us at 479-575-8220 if you have questions, comments, or concerns regarding
these bid documents.
City of Fayetteville, AR
Bid 10-50, Educational Equipment & Learning Systems
Page 35 of 35
SIVAD INC
1234 Lakeshore Drive
Hot Springs, AR 71913
PH: 501-520-0503
FX: 501-520-0537
Regional Sales REP
Richard Carr
rcarr(a)sivadinc.com
Northwest Arkansas Community College
Keith Knight
iknight2(nwacc.edu
September 17, 2010
Model
Number Description Q Price Each Total Price
85-MT5-A Motor Braking Learning System 1 $4,312.00 $4,312.00
Adds to 85-MT5 System. Includes: (1) Electromagnetic Brake;
(1) DC Braking Station; (1) Inertial Load Device; (1) Flywheel;
(1) 17402 Student Learning Activity Packet Set; (1) 17400
Teacher's Assessment Guide; (1) 17301 Installation Manual.
85-MT5-B Reduced Voltage Starting Learning System
Adds to 85-MT5 System. Allows training in 3 -phase Wye -Delta
power distribution as well as reduced voltage starting.
Includes: (1) Power Resistor Station with 3 power resistors; (1)
Dual Transformer Station; (1) 17403 Student Learning Activity
Packet Set; (1) 17400 Teacher's Assessment Guide; (1) 17301
Installation Manual.
Delta Ouachita LTC
Sivad
P26311
7/25/06
$1,902.48
Estimated delivery is 90-120 days after receipt of order.
This offer expires in 60 days unless otherwise specified in writing.
$1,902.48
Page 1 of 2
Number Description
85-MT5-C Variable Frequency AC Drive Learning System
Adds to 85-MT5 System. Includes: (1) Programmable Variable
Frequency AC Drive; (1) Potentiometer for speed control; (1)
Maintained switch and two (2) momentary switches for general
drive control, perform basic start/stop, ramping - (Accel/Decel),
dynamic braking; (1) Fault Module with five (5) faults; (1) Motor
Connection Panel. (1) 17411 Student Learning Activity
Packets; (1) 17410 Teacher's Assessment Guide; (1) 17301
Installation Manual.
85-MT5-D Electronic Sensors Learning System
Adds to 85-MT5 System. Includes: (1) Electronic Sensors
Station with: (1) Inductive Proximity Sensor, (1) Capacitive
Proximity Sensor, (1) Photo -Electric Proximity Sensor; (1)
Target Set; (1) 17404 Student Learning Activity Packet Set; (1)
17400 Teacher's Assessment Guide; (1) 17301 Installation
Manual.
Qy Price Each Total Price
1 $2,619.52 $2,619.52
$1,115.00 $1,115.00
85-MT5-E Electronic Counter Learning System 1 $810.00 $810.00
Adds to 85-MT5 System. Includes: (1) Electronic Counter
Station; (1) 17405 Student Learning Activity Packet Set; (1)
17400 Teacher's Assessment Guide; (1) 17301 Installation
Manual..
85-MT5-F SCR Speed Control Learning System 1 $1,800.00 $1,800.00
Adds to 85-MT5 System. Includes: (1) SCR Speed Control
Unit; (1) Universal Motor; (1) 17412 Student Learning Activity
Packet Set; (1) 17410 Teacher's Assessment Guide; (1) 17301
Installation Manual.
Total
Delta Ouachita LTC
Sivad
P26311
7/25/06
Estimated delivery is 90-120 days after receipt of order.
This offer expires in 60 days unless otherwise specified in writing.
$22,308.00
Page 2 of 2
Please Estimate 3% for Shipping Charges Unless Otherwise Specified.
Prices do NOT reflect Arkansas sales tax unless specified
September 7, 2010
Revision 2
QUOTE:
Keith Knight
NWACC
T7082 -A Air Conditioning / Heat Pump Troubleshooting Learning System 1 $19,998.00
Requires computer w/standard height PCI slot.
Includes: Air conditioning and heat pump system with: (1) Mobile
Workstation; (1) Fault Troubleshooting System with 24 Faults; (1)
PC -Bases Fault Control Software, FaultPro; (1) Fault Control, 1O
PC Card, PCI bus; (1) Compressor; (1) Pressure Control System,
Refrigerant R134a; (1) Refrigeration Circuit; (1) Instrumentation
Set; (1) Temperature Control System; (1) Blower Control System;
(1) Valve Wrench; (1) 11572 Student Learning Activity Packet
Set; (1) 11582 Portfolio/Assessment; (1) 11592 Installation
Manual.
This quote does reflect shipping and Bentonville Sales Tax
Northwest Arkansas
Community College
September 13, 2010
WILLIAMS
•
Description Price
T -7082-A Air Conditioning / Heat Pump Troubleshooting Learning System
1.000 $22,220.00
Requires computer w/standard height PCI slot.
Includes: Air conditioning and heat pump system with: (1) Mobile
Workstation; (1) Fault Troubleshooting System with 24 Faults; (1)
PC -Bases Fault Control Software, FaultPro; (1) Fault Control, 1O
PC Card, PCI bus; (1) Compressor; (1) Pressure Control System,
Refrigerant R134a; (1) Refrigeration Circuit; (1) Instrumentation
Set; (1) Temperature Control System; (1) Blower Control System;
(1) Valve Wrench; (1) 11572 Student Learning Activity Packet
Set; (1) 11582 Portfolio/Assessment; (1) 11592 Installation
Manual.
Shipping will be 3% of actual invoice.
TOTAL
$22,220.00
Page 1
Northwest Arkansas
U����� Community College
September 13, 2010
Your Investment. Our Solutions. Their Future.
Attn: Keith Knight
Description Price
T7082 -A Air Conditioning / Heat Pump Troubleshooting Learning System
1.000 $22,725.00
Requires computer w/standard height PCI slot.
Includes: Air conditioning and heat pump system with: (1) Mobile
Workstation; (1) Fault Troubleshooting System with 24 Faults; (1)
PC -Bases Fault Control Software, FaultPro; (1) Fault Control, 1O
PC Card, PCI bus; (1) Compressor; (1) Pressure Control System,
Refrigerant R134a; (1) Refrigeration Circuit; (1) Instrumentation
Set; (1) Temperature Control System; (1) Blower Control System;
(1) Valve Wrench; (1) 11572 Student Learning Activity Packet
Set; (1) 11582 Portfolio/Assessment; (1) 11592 Installation
Manual.
shipping will be 3% of actual invoice
Total $22,725.00
Page 1
vendor venaor Name:
New `:. _ .Sivad, fnc .., Yes: No:
Address: Fob Point: Taxable Quotes Attached
1234 Lakeshore Drive Yes: X No: Yes:X No:
City: State: Zip Code: Shipto code Divison Head Approval:
Hot Springs AR 71913
Requester: Requesters Employee # Extertsitn
Karen Minkel,
-_ ..2561 s..._.... � 271 I
Item Description Quantity Unit of Issue Unit Cost Extended Cost Account Numbers Project/Subproject # Inventory # Fixed Asset #
T7082 -A Air Conditioning . ,... ........ .._
1
/Heat Pump Troubleshooting
1
1
19,998.00
$19,998.00
Learning System
2
85-MT5 Electric Motor
1
1
9,749.00
$9,749.00
Control LearningSystem
T7083 Environmental
3
Applications Learning
1
1
8,511.00
$8,511.00
System
950-SPT1 Solar PV
4
Troubleshooting Learning
1
1
23,685.00
$23,685.00
System
950-SPTI Solar Thermal
5
Closed -Loop
1
1
23,870.00
$23,870.00
Troubleshooting System
6
613-43 Pony Brake
1
1
706.00
$706.00
7
$0.00
8
$0.00
9
$0.00
10
$0.00
Shipping/Handling
Lot
$0.00
Mayor:
Finance & Internal Services Director:
Dispatch Manager:
Department Director:
Budget Manager:
Utilities Manager:
2230.8001.5801
2230.8001.5801
2230.8001.5801
2230.8001.5801
2230.8001.5801
10025.201
10025.201
10025.201
10025.201
10025.201
Total:
Purchasing Manager:
IT Manager:
Other:
$86,519.00
$6,599.41
$93,118.41