NOTICE TO BIDDERS. District Wide Water Treatment Chemicals and Services Request for Proposal 3-YEAR CONTRACT

Similar documents
NOTICE TO CONTRACTORS

NORTH HILLS SCHOOL DISTRICT INVITATION TO BID GENERAL/SPECIAL CONDITIONS. Fire Extinguisher Inspection and Maintenance

SUWANNEE RIVER WATER MANAGEMENT DISTRICT REQUEST FOR BID NO. 15/16-003AO FIRE ALARM SYSTEM INSTALLATION AND MONITORING.

SECTION HVAC TABLE OF CONTENTS PART 1 - SYSTEM DESCRIPTION / OUTLINE SPECIFICATIONS FILED SUB BID PROJECT OVERVIEW...

BID PROPOSAL-REVISED

REQUEST FOR PROPOSALS CLEANING SERVICES

Item No. Description 1. BID PROPOSAL FORM Make the following revisions: a. Replace the BID PROPOSAL FORM with the attached BID PROPOSAL FORM.

ARTICLE 4-13 ALARM SYSTEMS * Division 1. Generally

CITY OF LOCKPORT FIRE SPRINKLER & FIRE ALARM SYSTEM INSTALLATION ASSISTANCE PROGRAM

ARKANSAS FIRE PROTECTION LICENSING BOARD ACT 743 OF 1977

BOARD OF EXAMINERS OF LANDSCAPE ARCHITECTS

Contact Phone Number: (609) Fax: (609)

Tennessee Code/TITLE 62 PROFESSIONS, BUSINESSES AND TRADES/CHAPTER 32 FIRE PROTECTION/PART 1 FIRE PROTECTION SPRINKLER SYSTEMS

Cohoes Housing Authority 100 Manor Sites Cohoes, NY P: F:

Public Notice of Amendment to New Shoreham General Ordinances Chapter 5 Fire Prevention and Protection New Article IV Fire Alarm Ordinance

PIKES PEAK REGIONAL BUILDING DEPARTMENT Fire Alarm Contractor License Application

STATEMENT OF WORK ELECTRICAL REPAIR / MAINTENANCE BUILDING PROJECT FDC RACCOON CREEK STATE PARK (BEAVER COUNTY)

SMALL WORKS PROJECT REQUEST FOR SEALED BIDS

DEPARTMENT OF PUBLIC SAFETY DIVISION OF FIRE PREVENTION AND CONTROL

Authorized individuals to be notified. Include two (2) persons with access to the premises to allow emergency access.

BIRCH RUN TOWNSHIP SAGINAW COUNTY, MICHIGAN ORDINANCE # ALARM SYSTEM ORDINANCE

REQUEST FOR QUOTES (RFQ) # Issue Date: September 21, 2017

IOWA STATE FIRE MARSHAL DIVISION Attn: Licensing Administrator

MUNICIPALITY OF GREENSTONE BOX 70, 1800 Main Street Geraldton, Ontario P0T 1M0 Telephone Facsimile

Sec False alarms.

RULES OF DEPARTMENT OF COMMERCE AND INSURANCE DIVISION OF FIRE PREVENTION CHAPTER FIRE PROTECTION SPRINKLER SYSTEM CONTRACTORS

INVITATION TO BID. Allendale Elementary School 3670 Penniman Avenue, Oakland, CA 94619

WEST VIRGINIA DIVISION OF LABOR LICENSING SECTION

TOWN BOARD OF THE TOWN OF WINDSOR AUTHORIZING AN AMBULANCE SERVICE CONTRACT WITH THE WINDSOR FIRE COMPANY, INC. RESOLUTION #

INVITATION TO BID SUPPLY OF VARIOUS PORTABLE FIRE EXTINGUISHERS

Save energy at home residential natural gas rebate form

Chapter ALARM SYSTEMS

Article 3: Police Regulated Occupations and Businesses. Division 37: Burglary, Robbery and Emergency Alarm Systems

ROSWELL INDEPENDENT SCHOOL DISTRICT P.O. Box 1437 Roswell, New Mexico General Bid Conditions

DOCUMENT ADVERTISEMENT FOR BIDS

Save energy at home residential natural gas rebate form

RULES OF DEPARTMENT OF COMMERCE AND INSURANCE DIVISION OF FIRE PREVENTION CHAPTER FIRE EXTINGUISHERS TABLE OF CONTENTS

REQUEST FOR QUALIFICATIONS

REQUEST FOR PROPOSAL

Preventative Maintenance Plan Information PO Box 507 Located at 1009 N. 20 th St. Morehead City, NC Phone: (252) Fax: (252)

ALABAMA Propane Gas Association

ORDINANCE NO

HEATING AND COOLING REBATES

HEATING AND COOLING REBATES

DISTRICT OF PORT HARDY BYLAW A BYLAW TO ESTABLISH AND REGULATE THE DISTRICT OF PORT HARDY FIRE DEPARTMENT

BYLAW 5542 *******************************************************************************

ANN ARBOR CITY NOTICE ORDINANCE NO. ORD ALARM SYSTEMS

Master Gardener Volunteer Expectations Guidelines

BIRCH RUN TOWNSHIP SAGINAW COUNTY, MICHIGAN ORDINANCE NO ALARM SYSTEM ORDINANCE AMENDMENT

Residential rebate application instructions

COUNTY OF ROCKLAND Department of General Services Purchasing Division

"This is only the scope of work for the project. For more information, interested parties should contact Procurement at

COMMERCIAL (IBC) FIRE ALARM SUBMITTAL GUIDE

"This is only the scope of work for the project. For more information, interested parties should contact Procurement at

Housing Authority of the City of Perth Amboy

Residential Rebate Program Available to NYSEG and RG&E residential natural gas and electric customers.

OPERATIONAL PERMIT STORAGE MAGAZINE PERMIT APPLICATION

cbever LY) \HILLS/ AGENDA REPORT

RULES OF THE TENNESSEE ALARM SYSTEMS CONTRACTORS BOARD CHAPTER GENERAL PROVISIONS TABLE OF CONTENTS

Attachment F. Campus Capital Needs Sales Surtax Funded Detail Report

EXHIBIT A BE IT ORDAINED BY THE MAYOR AND THE CITY COUNCIL OF THE CITY OF BELLEVUE, NEBRASKA.

Annual Fire Systems and Backflow Preventers Testing

CITY OF GRETNA, NEBRASKA ORDINANCE 804 AN ORDINANCE CREATING CHAPTER 10 BUSINESS REGULATIONS, ARTICLE 12, ALARM SYSTEMS; TO DEFINE ALARMS; REQUIRING

Application Information

Town of York Alarm Systems Ordinance

THE REGIONAL MUNICIPALITY OF HALTON POLICE SERVICES BOARD BY-LAW

City of Regina Alarm Bylaw

HEATING AND COOLING REBATES

Definitions; contractors licensed by Board; examination; posting license, etc.


Sidney, Ohio 1204 FORMAL ISSUANCE OF CERTIFICATE OF SUBSTANTIAL COMPLETION... ON OR BEFORE JULY 30, 2015.

AGENCY OF NATURAL RESOURCES Waterbury, Vermont ENVIRONMENTAL PROTECTION REGULATIONS CHAPTER 5 AIR POLLUTION CONTROL. Subchapter II.

CITY OF HOOVER, ALABAMA INVITATION TO BID

Rancho Cucamonga Fire Protection District Prevention Bureau Standard

RESIDENTIAL REBATE FORM

PART D. Emergency Alarms. Section 402. Definitions. The following definitions shall apply in the interpretation and enforcement of this ordinance:

CHAPTER Committee Substitute for Committee Substitute for Committee Substitute for House Bill No. 973

Quotation For Small Purchases

DATE: CHECK AMOUNT: CHECK NUMBER: RENEWAL APPLICATION. COMPANY CERTIFICATE OF REGISTRATION And INDIVIDUAL LICENSE RENEWAL

ARTICLE II FALSE ALARMS

CCDC EXPANSION PROJECT

CITIZENS POLICE ACADEMY

Request for Proposals (RFP) for: Columbia County Facilities Fire Detection and Security Improvements

FRONT PORCH SUNSHINE REQUEST FOR QUOTATIONS CONTRACTOR AND SYSTEM QUALIFICATIONS

C i t y o f G r o v e r B e a c h ADMINISTRATIVE SERVICES DEPARTMENT

Jefferson Cocke County Utility District Marketing Plan (July 1, 2008 through June 30, 2019) Revised effective July 01, 2016 A) Identify commercial

SPECIFICATIONS FOR TENDER # SUPPLY OF A FIRE ALARM SYSTEMS SERVICE AGREEMENT FOR WESTERN HEALTH

MAINE FUEL BOARD MASTER OR JOURNEYMAN OIL TECHNICIAN APPLICATION TO ADD AN AUTHORITY

1. Delete BID FORM in its entirety and replace with the BID FORM attached to this Addendum.

REQUEST FOR QUOTE. Bid Reference ACWMC Security Surveillance Access Control and Intrusion Equipment Package

Food Service Incentive Application for Business Customers

Food Service Incentive Application for Business Customers

CHAPTER The title of P.L.1983, c.337 is amended to read as follows:

Purpose Definitions. Chapter BURGLAR ALARM SYSTEMS *

District of Sicamous. Fire Department Bylaw No. 126, Effective Date February 26, 1996

CITY OF DANIA BEACH Local Business Tax Receipt Division 100 W Dania Beach Blvd. Dania Beach, FL Phone: ext 3644 / Fax

ASSEMBLY, No STATE OF NEW JERSEY. 218th LEGISLATURE INTRODUCED MARCH 22, 2018

Thomasville Municipal Code Chapter 12 PUBLIC SAFETY

FIRE FIGHTER II APPLICATION PENNSYLVANIA VOLUNTARY FIRE SERVICE CERTIFICATION PROGRAM NFPA Edition

Bold items are particular to the City of Euless

Transcription:

BENSALEM TOWNSHIP SCHOOL DISTRICT DOROTHY D. CALL ADMINISTRATIVE CENTER 3000 DONALLEN DRIVE BENSALEM, PA 19020-1898 PHONE 215-750-2800 x4211 FAX 215-359-0154 NOTICE TO BIDDERS The Bensalem Township School District is seeking Proposals for: District Wide Water Treatment Chemicals and Services Request for Proposal 3-YEAR CONTRACT Specifications, conditions and information governing the submission of bids may be secured at the office of the Purchasing Agent, Karen Burke-Baumeister, 215-750-2800 x 4211, or on the School District website: http://www.bensalemsd.org/page/12357. Proposals shall be sealed, marked on the outside of the package, RFP: District Wide Water Treatment Chemicals and Services, and received at the BTSD Business Office, Dorothy D. Call Administrative Center, located at 3000 Donallen Drive, -1898. Bids are due no later than 11:00 AM, on Thursday, September 1, 2016. A public reading of the bids will be held at 11:30 PM within the Dorothy D. Call Administrative Center, located at 3000 Donallen Drive, -1898. BTSD reserves the right to reject any or all proposals and to waive any informality in any proposal. Karen Burke-Baumeister Purchasing Agent BID NO.: 17-001

TABLE OF CONTENTS I General Conditions 3 II Special Conditions 6 III Anti-Discrimination Clause 11 IV Instructions for Non-Collusion Affidavit and Form 12 V Special Instructions 14 VI General Scope of Services 15 VII Bid Sheet 16 VIII General Questionnaire 17 IX Vendor Questionnaire 18 X Signature Sheet 19 Appendix A District Wide Domestic Hot Water, Boilers, and Chiller Systems Tables Appendix B Individual Facilities HVAC Descriptions and Information Bid No. 17-001 Water Treatment Services 2

I. GENERAL CONDITIONS 1. BIDS WILL NOT BE CONSIDERED UNLESS SUBMITTED ON THE SCHOOL DISTRICT FORMS. 2. BIDS MUST BE TYPEWRITTEN OR WRITTEN WITH INK AND MUST BE SIGNED BY THE BIDDER ON THE ENCLOSED FORM. 3. BIDS (THREE COMPLETE COPIES) SHALL BE DELIVERED IN SEALED ENVELOPES, MARKED AS TO THE CONTENTS, TO: DOROTHY D. CALL ADMINISTRATIVE CENTER, 3000 DONALLEN DRIVE, PURCHASING DEPARTMENT, BENSALEM, PA 19020-1898. 4. SEE THE ATTACHED ANNOUNCEMENT FOR THE TIME AND PLACE OF THE BID OPENING. 5. BIDS SHALL REMAIN FIRM FOR SIXTY (60) DAYS FROM DATE OF BID OPENING AND CANNOT BE WITHDRAWN DURING THIS PERIOD. 6. BIDS MUST SHOW BOTH UNIT PRICES AND EXTENDED PRICES, BUT WHERE THE FIGURES ARE IRRECONCILABLE, AWARDS WILL BE MADE ON THE BASIS OF THE UNIT PRICE. BID PRICES SHALL INCLUDE ALL DELIVERY COSTS AND WITHOUT NO STATE OR FEDERAL SALES TAX. SCHOOL DISTRICT IS TAX EXEMPT. 7. THE BOARD OF SCHOOL DIRECTORS RESERVES THE RIGHT TO ACCEPT OR REJECT ALL OR ANY PORTION OF ANY BIDS SUBMITTED AND TO MAKE AWARDS THAT WILL SERVE THE BEST INTEREST OF THE BENSALEM TOWNSHIP SCHOOL DISTRICT. THE BOARD OF SCHOOL DIRECTORS RESERVES THE RIGHT TO WAIVE VARIANCES IN PRDUCTS FROM THE SPECIFICATION IF, IN THE BOARD S JUDGMENT, THE OVERALL TOTAL QUALITY OF THE PRODUCT IS NOT ALTERED. 8. THE BIDDER AGREES, IF AWARDED THE CONTRACT, TO FURNISH AND DELIVER THE ITEMS HEREIN ENUMERATED AT SUCH TIMES AND PLACES AS THE SCHOOL DISTRICT MAY DIRECT. 9. THE BIDDER AGREES THAT ALL THE ITEMS HEREIN ENUMERATED SHALL BE SUBJECT TO INSPECTION AND TESTING BY EMPLOYEES OF THE SCHOOL DISTRICT OR BY A QUALIFIED LABORATORY. THE BIDDER AGREES TO REMOVE ANY/ALL ITEMS FROM THE SCHOOL DISTRICT S PREMISES THAT DO NOT CONFORM TO THE SPECIFICATIONS. Bid No. 17-001 Water Treatment Services 3

10. THE BIDDER AGREES THAT, IF AWARDED THE CONTRACT FOR THE ITEMS HEREIN SPECIFIED, HE WILL NOT ASSIGN, TRANSFER OR SUBLET THE CONTRACT OR PURCHASE ORDER. 11. THE BIDDER DOES HEREBY AGREE THAT, IF AWARDED THE CONTRACT, HE WILL INDEMNIFY AND SAVE HARMLESS THE SCHOOL DISTRICT OF BENSALEM TOWNSHIP, THE BOARD OF SCHOOL DIRECTORS, ITS MEMBERS, THE SECRETARY, AND THE SUPERINTENDENT, FROM ALL SUITS AND ACTIONS OF EVERY NATURE AND DESCRIPTION BROUGHT AGAINST THEM, OR ANY OF THEM GROWING OUT OF ANY CONTRACT OR CONTRACTS WRITTEN OR VERBAL, ENTERED INTO BETWEEN THE SUCCESSFUL BIDDER AND THE SCHOOL DISTRICT. 12. BIDDING MUST BE DONE IN FULL COMPLIANCE WITH THE SCHOOL LAWS OF PENNSYLVANIA. 13. THE BIDDER AGREES, IF AWARDED THE CONTRACT, TO FURNISH AND DELIVER ALL OF THE SAID ARTICLES WITHIN THIRTY (30) DAYS FROM THE DATE OF PURCHASE ORDER, UNLESS OTHERWISE NOTED, TO THE PLACE OR PLACES THEREIN SPECIFIED, AND IN SUCH QUANTITIES AS SPECIFIED IN THE PURCHASE ORDER OR ORDERS, AND THAT ALL OF THE SAID ARTICLES SHALL BE SUBJECT TO THE INSPECTION AND APPROVAL OF THE SAID BOARD. 14. THE BOARD IS AUTHORIZED AND EMPOWERED TO PURCHASE ARTICLES IN CONFORMITY WITH THIS CONTRACT FROM SUCH PARTY OR PARTIES, IN SUCH QUANTITIES AND IN SUCH MANNER AS IT SHALL SELECT, AT THE EXPENSE OF THE SUCCESSFUL BIDDER IN THE EVENT THAT THE SUCCESSFUL BIDDER SHALL NEGLECT OR REFUSE TO FURNISH AND DELIVER THE SAID ARTICLES OR ANY PART THEREOF AS PROVIDED IN THESESPECIFICATIONS, OR TO REPLACE ANY WHICH ARE REJECTED AS STATED IN THE PRECEDING PARAGRAPH. 15. ALL SHIPMENTS WILL BE RECEIVED BETWEEN THE HOURS OF 8:00 AM AND 3:30 PM MONDAY THROUGH FRIDAY, EXCEPT FOR HOLIDAYS. THE SCHOOL DISTRICT WILL NOT BE RESPONSIBLE FOR ANY SHIPMENTS LEFT OUTSIDE THE BUILDING. 16. EACH SHIPMENT SHALL BE CLEARLY MARKED WITH OUR PURCHASE ORDER NUMBER AND THE BUILDING TO WHICH IT IS TO BE DELIVERED, AND SHALL INCLUDE A PACKING SLIP SHOWING OUR PURCHASE ORDER NUMBER. Bid No. 17-001 Water Treatment Services 4

17. AN INVOICE SHOWING OUR PURCHASE ORDER NUMBER SHALL BE FORWARDED TO THE DOROTHY D. CALL ADMINISTRATIVE CENTER, 3000 DONALLEN DRIVE, ACCOUNTS PAYABLE, BENSALEM, PA 19020-1898. 18. ALL CONTRACTORS AND/OR VENDORS MAY BE SUBJECT TO THE BUSINESS PRIVILEGE AND MERCANTILE TAXES AS OUTLINED IN THE ACT 511 RULES AND REGULATIONS. 19. ALL BIDDERS ARE RESPONSIBLE TO CHECK THE BENSALEM TOWNSHIP SCHOOL DISTRICTS WEBSITE FOR ANY ADDENDUMS. END OF GENERAL CONDITIONS Bid No. 17-001 Water Treatment Services 5

II. SPECIAL CONDITIONS 1. EXAMINATION OF EXISTING EQUIPMENT TO BE SERVICED A. Each bidder shall familiarize himself with the existing equipment and the locations to be serviced under this contract and to have read all contract documents. Failure to do so will not relieve a successful bidder of his obligation to furnish all labor and supplies necessary to carry out the provisions of this contract for the consideration set forth in his bid. B. If the bidder foresees problems or difficulties in performing and completing the work as specified, he shall notify the Owner s Facilities Manager, Mr. Robert W. Whartenby (Phone) 215-750-2800 X 4303, at least three (3) work days before bids are due. Bidders may contact the Facilities Manager for clarification of any questions. Where questions are of concern to all bidders, a response will be addressed in unison via an issuance of an addendum on the District s website. C. Site Visits: Site visits by interested parties and interviews with designated site personnel are optional. However, site visits and interviews can be scheduled for all interested parties by calling Robert W. Whartenby, Facilities Manager at (215) 750-2800 ext. 4303 (or via email at rwhartenby@bensalemsd.org). 2. CONTRACT DOCUMENTS Failure to comply with any of the requirements of these specifications, to execute the contract within ten days after formal notification or to furnish security as required shall be just cause for the annulment of the award. In the event of such annulment of the award, the amount of the proposal guarantee shall become the property of the Owner, not as a penalty, but as liquidated damages. Award may be to the next qualified bidder or the work re-advertised or handled as the Owner may elect. 3. COOPERATION WITH OTHER CONTRACTORS During the time that the Contractor is carrying on his operations under this contract, other Contractors and parties may be engaged in other operations on the site. The Contractor shall so conduct his operations as to work in harmony with, and not to endanger or avoidably interfere with or delay the operations of others, and shall utilize in the performance of this Contract, only such persons and employees as can be expected to cooperate and work in harmony with such other contractors, employees and parties as may be simultaneously working on the site. Bid No. 17-001 Water Treatment Services 6

4. INTENT OF SPECIFICATIONS A. It is the intent of these specifications to complete the work and maintain the equipment in a satisfactory condition and to comply with all governing codes and regulations. B. Deviations from the contract as specified may be allowed as determined and agreed by the Owner. C. Omission of any work specified shall reflect a fair and just credit to the Owner. D. The Contractor shall furnish and pay for all permits, fees and licenses required for proper execution and completion of the work of this contract. E. The Contractor will be required to work in concert with the district s HVAC technicians. All services shall be coordinated through the facilities office twenty-four (24) hours in advance of arriving at any district facility requiring water treatment. If the contractor is remiss in providing advance notice to the facilities office and still frequents a district facility, it will be assumed that no work had been provided to the district and therefore forfeit payment. 5. ANTI-POLLUTION MEASURES Anti-pollution measures required by federal and state governing agencies, such as, but not limited to EPA and PA DEP, as applicable, are to be followed. 6. INSURANCE A. Prior to the effective date of this contract, the successful bidder shall be required to file with the School Board, proper certificates of insurance covering General Liability (Bodily Injury $1,000,000 Each Person, Property Damage $1,000,000) and Workmen's Compensation with a limit of at least $100,000. B. The School District of Bensalem Township (Owner) shall be named as additionally insured on all insurance certificates. 7. PERFORMANCE BONDS The successful bidder shall furnish the Owner a Performance Bond and a Labor and Material Payment Bond, each in the amount of 100% of the contract price, for faithful performance of the contract. Bid No. 17-001 Water Treatment Services 7

8. MISCELLANEOUS PROVISIONS A. All areas where this contract is performed shall be left in a broom-clean condition and free from water each time any work is completed. B. There shall be no drinking of alcoholic beverages on the premises. No person shall be allowed to remain on the job site under the obvious influence of alcohol or the like. C. To protect everyone from a harmful environment and because the Board cannot, even by indirection, condone the use of tobacco, the Board prohibits smoking by anyone in school buildings or on school grounds. Smoking shall mean the use of tobacco, including cigar, cigarette, e-cigarette, pipe, chewing tobacco and snuff. D. Installation or services shall not in any way interfere with the educational process of the Owner. 9. SALES TAX REFUNDS ACCESS TO ACCOUNTING RECORDS: The Contractor shall check all materials, equipment and labor entering into the Work and shall keep such full and detailed accounts as may be necessary for proper financial management under this Agreement and the system shall be satisfactory to the Owner. The Owner or its representative shall be afforded access to all the Contractor s records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to this Contract, and the Contractor shall preserve all such records for a period of three years, or for such longer period as may be required by law, after the final payment. ASSIGNMENT OF REFUND RIGHTS: The contractor hereby assigns and transfers to the Owner all its rights to sales and use tax, which may be refunded as a result of a claim for refund for materials purchased in connection with this contract. The Contractor further agrees that it will not file a claim for refund for any sales or use tax, which is the subject of this assignment. CONTRACTS WITH SUBCONTRACTORS: The Contractor agrees to include Accesses to Accounting Records and Assignment of Refund Rights paragraphs, in full, in any contracts with subcontractors. 10. REQUIRED CLEARANCES A. Vendors and all Sub-Vendors shall comply with all requirements of the School District. Information is available from the Owner. All costs shall be included in the Bid. B. In accordance with Act 34 of 1985, each successful bidder will be required to file a Criminal History Report and Child Abuse Clearances, FBI Clearances, and all other District and state mandated security clearances with the School District for any employee who will be working at the site while students are in Bid No. 17-001 Water Treatment Services 8

School. The vendor shall pay for all costs associated with of filing of these reports for all workmen on the project site. The School District will furnish report forms. Report forms are then submitted to the State Police for review. Obtain all necessary information from the School District. C. Please note that ACT 144, Section 111 of the Public School Code was amended and effective April 1, 2007: All prospective employees of public and private schools, Intermediate Units and area Vocational-Technical Schools, including independent vendors and their employees who have direct contact with children, must provide to their employer a copy of their Pennsylvania State Criminal History Background Check and their Federal Criminal History Record that cannot be more than one year old. D. Not providing said clearance within thirty (30) days of notice of award, would preclude the contractor from gaining access to any district facility. Refusal to obtain said clearance will void any agreement held with the district. 11. GENERAL COMPLIANCE A. Human Relations Act: The provisions of the Pennsylvania Human Relations Act, Act 222 of October 27, 1955 (P.L. 744) (43 P.S. Section 951, et. Seq.) of the Commonwealth of Pennsylvania prohibit discrimination because of race, color, religious creed, ancestry, age, sex, national organizations, contractors and others. The contractor shall agree to comply with the provisions of this Act as amended made part of this specification. B. Competent Workmen: According to Section 752 of the Public School Code of 1949, no person shall be employed to do work under such contract except competent and first-class workmen and mechanics. No workmen shall be regarded as competent first class, within the meaning of this Act, except those who are duly skilled in their respective branches of labor, and who shall be paid not less than such rates of wages and for such hours work as shall be established and current rates of wages paid for such hours by employers of organized labor in doing of similar work in the district where work is being done. C. Davis Bacon Act: The general minimum wage rates as determined by the Federal Government shall be paid for each craft or classification of all workers needed to perform the contract during the anticipated term therefore, in the locality in which public work is performed, are made part of this specification. D. Standard of Quality: The various materials and products specified in the specifications by name or description are given to establish a standard of quality and of cost for proposal purposes. It is not the intent to limit the acceptance to any one material or product specified, but rather to name or describe it as the absolute minimum standard that is desired or acceptable. A Bid No. 17-001 Water Treatment Services 9

material or product of lesser quality would not be acceptable. Where proprietary names are used, whether or not followed by the words or as approved equal, they shall be subject to equals only as approved by the architect and/or engineer. E. Provision for the Use of Steel and Steel Products Made in the United States: In accordance with Act 3 of the 1978 General Assembly of the Commonwealth of Pennsylvania, if any steel or steel products are to be used or supplied in the performance of the contract, only those produced in the United States as defined therein shall be used or supplied in the performance of the contract or any sub-contracts thereunder. F. No Cash Allowances: No cash allowances for any purpose are included in the specifications of this project. G. Time(s) of Completion of the Engagement: The contract will run from October 1, 2016 through September 30, 2019 with the option to renew on October 1, 2017 and October 1, 2018 based on prior years performance. H. Schedule of Payment to Successful Contractor: When the contract is complete and reviewed and approved by the School District Representatives, and all permits and approvals needed by the local, state, or federal governments, or their agencies, are received, the Contractor will be paid in full. Request for payment following inspection of Project shall be 100% at completion of Project. I. The successful bidder is solely responsible for being in compliance with all laws, rules and regulations of the Local, State and Federal Governments, of their Agencies such as, but not limited to, licenses and permits. END OF SPECIAL CONDITIONS Bid No. 17-001 Water Treatment Services 10

III. ANTI-DISCRIMINATION CLAUSE (Section 755, Pennsylvania School Code) In accordance with the provisions of the Pennsylvania School Code, the contractor agrees: 1. That in hiring of employees for the performance of work under this contract, or any sub-contract hereunder, no contractor, sub-contractor, nor any person acting on behalf of such contractor or sub-contractor, shall, by reason or race, creed or color, discriminate against any citizen of the Commonwealth of Pennsylvania who is qualified and available to perform the work to which the employment relates; 2. That no contractor, sub-contractor, nor any person on his behalf, shall in any manner discriminate against or intimidate an employee hired for the performance of work under this contract on account of race, creed or color; 3. That there may be deducted from the amount payable to the contractor under this contract, a penalty of five dollars ($5) for each person for each calendar day during which such person was discriminated against or intimidated, in violation of the provisions of the contract; and, 4. That this contract may be cancelled or terminated by the School District and all money due or to become due hereunder may be forfeited, for a second or any subsequent violation of the terms or conditions of this portion of the contract. Bid No. 17-001 Water Treatment Services 11

IV. INSTRUCTIONS FOR NON-COLLUSION AFFIDAVIT 1. This Non-Collusion Affidavit is material to any contract awarded pursuant to this bid. According to the Pennsylvania Antibid-Rigging Act, 73 P.S. 1611 et seg., governmental agencies may require Non-Collusion Affidavits to be submitted together with bids. 2. The member, officer or employee of the bidder who makes the final decision on prices must execute this Non-Collusion Affidavit and the amount quoted in the bid. 3. Bid rigging and other efforts to restrain competition, and the making of false sworn statements in connection with the submission of bids are unlawful and may be subject to criminal prosecution. The person who signs the Affidavit should examine it carefully before signing and assure himself or herself that each statement is true and accurate, making diligent inquiry, as necessary, of all other persons employed by or associated with the bidder with responsibilities for the preparation, approval or submission of the bid. 4. In the case of a bid submitted by a joint venture, each party to the venture must be identified in the bid documents, and an Affidavit must be submitted separately on behalf of each party. 5. The term "complementary bid" as used in the Affidavit has the meaning commonly associated with that term in the bidding process, and includes the knowing submission of bids higher than the bid of another firm, any intentionally high or noncompetitive bid, and any other form of bid submitted for the purpose of giving a false appearance of competition. 6. Failure to file an Affidavit in compliance with these instructions will result in disqualification of the bid. Bid No. 17-001 Water Treatment Services 12

NON-COLLUSION AFFIDAVIT State of : Bid No. County of : I state that I am [Title] of [Name of my firm] and that I am authorized to make this affidavit on behalf of my firm, and its owners, directors, and officers. I am the person responsible in my firm for the price(s) and the amount of this bid. I state that: 1) The price(s) and amount of this bid have been arrived at independently and without consultation, communication or agreement with any other contractor, bidder or potential bidder. 2) Neither the price(s) nor the amount of this bid, and neither the approximate price(s) nor approximate amount of this bid, have been disclosed to any other firm or person who is a bidder or potential bidder, and they will not be disclosed before bid opening. 3) No attempt has been made or will be made to induce any firm or person to refrain from bidding on this contract, or to submit a bid higher than this bid, or to submit any intentionally high or noncompetitive bid or other form of complementary bid. 4) The bid of my firm is made in good faith and not pursuant to any agreement or discussion with, or inducement from, any firm or person to submit a complementary or other noncompetitive bid. 5), its affiliates, subsidiaries, officers, [Name of my firm] directors, and employees are not currently under investigation by any governmental agency and have not in the last four years been convicted or found liable for any act prohibited by State or Federal law in any jurisdiction, involving conspiracy or collusion with respect to bidding on any public contract, except as follows: I state that understands and acknowledges [Name of my firm] that the above representations are material and important and will be relied on by the BENSALEM TOWNSHIP SCHOOL DISTRICT when awarding the contract(s) for which this bid is submitted. I understand and my firm understands that any misstatement in this affidavit is and shall be treated as fraudulent concealment from the BENSALEM TOWNSHIP SCHOOL DISTRICT of the true facts relating to the submission of bids for this contract. SWORN TO AND SUBSCRIBED [Name Printed and Signed] BEFORE ME THIS DAY OF 201 Notary Public My Commission Expires Bid No. 17-001 Water Treatment Services 13

V. SPECIAL INSTRUCITONS The Bensalem Township School District (the District ) is seeking proposals to provide water treatment services (inclusive of chemicals) to its district wide facilities. Locations and other salient information regarding the district s facilities can be found in Appendix A and Appendix B. Each Proposer shall provide a detailed explanation experience on similar project and an explanation of the services to be provided and related costs. It is mutually understood and agreed that the successful proposer shall not assign, transfer, convey, sublet or otherwise dispose of the contract or his right, title, or interest therein, or his power to execute such contract, to any other person, company or corporation without prior written consent of the District. The successful proposer shall take all necessary precautions for the safety of students, school employees and the public, and shall comply with all applicable provisions of Federal, State and Municipal Safety Laws. He agrees that he is fully responsible to the District for the acts and omissions of persons employed by them. He shall maintain such insurance as will protect him and the District from claims under worker s compensation acts and from any other claims or damage for personal injury, including death, which may arise from operations under the contract. Proof of Insurance will be required of the successful proposer. Awarded Contractor must register and be licensed to perform said work in Bensalem Township. The Township building is located at 2400 Byberry Road,. END OF SPECIAL INSTRUCTIONS Bid No. 17-001 Water Treatment Services 14

VI. GENERAL SCOPE OF SERVICES The contract will run from October 1, 2016 through September 30, 2019 with the option to renew on October 1, 2017 and October 1, 2018. Service will be invoiced monthly. Said service is to be rendered by trained personnel and general consist of the following: 1. Furnishing and applying all required chemicals. 2. Servicing open ad closed systems during months of operations. 3. Monitoring the chemical feeding equipment settings. 4. Maintaining proper chemical concentrations based on normal system operations with no excessive water loss. In the event of excessive water loss, the district will be immediately notified via phone and written communication. 5. Collecting and analyzing water samples every visit. 6. There will be not charge for emergency visits. 7. Monthly written reporting of water treatment systems, services rendered, chemicals added and condition of said system. Written reports shall be furnished with the monthly invoicing cycle. 8. The contractor shall not be charge for the periodic, or when necessary, meeting with the district s HVAC technicians and facilities personnel to discuss the reporting of water treatment systems, services rendered, chemicals added and condition of said system. 9. The intended scope of services is for bidding purposes only. It is understood that said services, equipment, materials and supplies might be increased or decreased at the discretion of the Bensalem Township School District. END OF GENERAL SCOPE OF SERVICES Bid No. 17-001 Water Treatment Services 15

BENSALEM TOWNSHIP SCHOOL DISTRICT District Wide Water Treatment Chemicals and Services Request for Proposal 3-YEAR CONTRACT VII. BID SHEET REQUIREMENTS 2016-2017 2017-2018 2018-2019 District Wide Water Treatment Services Total Sum for 12 Month Period Monthly Billing (12 Payments) The above costs are to include all service, chemicals, reporting, and when necessary, meeting with district HVAC technicians and facilities personnel to discuss conditions reports. Bid No. 17-001 Water Treatment Services 16

BENSALEM TOWNSHIP SCHOOL DISTRICT District Wide Water Treatment Chemicals and Services Request for Proposal 3-YEAR CONTRACT VIII. GENERAL QUESTIONNAIRE If necessary, familiarization site visit has been made with Mr. Robert Whartenby or his assign. Contractor questionnaire completed & included Experience page completed & included Detail of proposed services included Proof of insurance included Reference listing for current customers with in 50-mile radius of Bensalem included All current employee clearances will supplied upon contract award notice Bid Sheet Signature Sheet Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No Yes No Bid No. 17-001 Water Treatment Services 17

BENSALEM TOWNSHIP SCHOOL DISTRICT District Wide Water Treatment Chemicals and Services Request for Proposal 3-YEAR CONTRACT IX. VENDOR QUESTIONNAIRE Firm/Individual Name: Type of Organization: National Regional Local We are: A corporation, organized and existing under the laws of the State of Pa. A partnership, if so, please list names of partners: An Individual Number of years in business: Number of employees: Number of employees that are trained, qualified and certified in the installation of the above referenced equipment, materials and supplies: We will be able to respond for service within 30 minutes: Yes No Bid No. 17-001 Water Treatment Services 18

BENSALEM TOWNSHIP SCHOOL DISTRICT District Wide Water Treatment Chemicals and Services Request for Proposal 3-YEAR CONTRACT X. SIGNATURE SHEET Company Name Company Seal Or Company Officer - Print Name Company Officer - Signature Address City State Zip Notary Public Telephone Fax My Commission Expires Date E-Mail Address Web Address Taxpayer Identification Number Bid No. 17-001 Water Treatment Services 19

APPENDIX A District Wide Domestic Hot Water, Boilers, and Chiller Systems Tables Bid No. 17-001 Water Treatment Services 20

BENSALEM TOWNSHIP SCHOOL DISTRICT Domestic Hot Water System Building & Address Htr fuel type Size Circ Pumps Condition District Administration Center 3000 Donallen Drive Electric 4,500 watts No The 50 gallon Bradford White heater is in good condition. Belmont Hills Elementary School 5000 Neshaminy Boulevard Gas 120,000 btu (State); 40,000 btu (Bradford White); 76,000 btu (Bradford White) No The State water heater located in Storage A should be replaced. Both Bradford White heaters are in good condition. Consideration should be given to replace the domestic hot water heaters with a more centralized system. Benjamin Rush Elementary School 3400 Hulmeville Road Gas 2 @ 199,000 btu each Yes The State water heater installed in 1994 should be replaced. The Bradford White hot water heater is in good condition. Cornwells Elementary School 2215 Hulmeville Road Gas 4 @ 199,000 btu each Yes The (3) Bradford White heaters are in good condition. The American Standard heater is not operational. Russell C. Struble Elementary School 4300 Bensalem Boulevard Gas 2 @ 150,000 btu each Yes The (2) Bradford White heaters are in good condition. Samuel K. Faust Elementary School 2901 Bellview Drive Gas 3 @ 199,000 btu each Yes The (2) Bradford White heaters and (1) American Standard heater are in good condition. Valley Elementary School 3100 Donallen Drive Gas 2 @ 199,000 btu each Yes The (2) Bradford White heaters are in good condition (2001). Cecelia Snyder Middle School 3330 Hulmeville Road Gas 2 @ 199,000 No The (2) American Standard heaters are in good condition. Robert K. Shafer Middle School 3333 Hulmeville Road Gas 2 @ 199,000 btu each No The (2) Laars heaters are in good condition. G:\SD-Projects\90080 Bensalem Twp SD Facilities Capital Plan\CIP\TAB-06\6-1 Domestic Hot Water Profiles6-1

Although the boiler is well maintained and in operating condition it is nearing its useful life span at 18 years. Consider replacement in the near future with higher efficiency boilers. An additional boiler should also be added for redundancy. Although the boilers are well maintained and in operating condition they are 19 years old. Consider replacement in the next 5 years with higher efficiency boilers. Although the boilers are well maintained and in operating condition they are 19 years old. Consider replacement in the next 5 years with higher efficiency boilers. Although the boilers are well maintained and in operating condition they beyond their useful life span of 23 years. Consider replacement in the near future with higher efficiency boilers. The boilers are no longer in use due to the geothermal system installation however, they appear to be in good condition. BENSALEM TOWNSHIP SCHOOL DISTRICT Building & Address Sq. Ft. Original Date Built Hydronic Boilers Qty Input BTU Each Output BTU Each Total BTU Input Total BTU Output Make Model Fuel Year Installed Efficiency Comments District Administration Center 3000 Donallen Drive 24,100 1975 1 1,660 MBH 1,391 MBH 1,660 MBH 1,391 MBH Buderus G515/10 Oil 1997 Approximately 80% Belmont Hills Elementary School 5000 Neshaminy Boulevard 81,000 1969 N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A Benjamin Rush Elementary School 3400 Hulmeville Road 68,390 1964 2 2,500 MBH 2,000 MBH 5,000 MBH 4,000 MBH Cleaver Brooks FLX-250 Gas 1996 Approximately 80% Cornwells Elementary School 2215 Hulmeville Road 94,000 1996 2 3,000 MBH 2,400 MBH 6,000 MBH 4,800 MBH Cleaver Brooks 1996 Gas 1996 Approximately 80% Russell C. Struble Elementary School 4300 Bensalem Boulevard 81,500 1976 N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A Samuel K. Faust Elementary School 2901 Bellview Drive 76,000 1953 2 2,930 MBH 2,343 MBH 5,860 MBH 4,686 MBH Cleaver Brooks CB 200-70 Dual fuel 1992 Approximately 80% Valley Elementary School 3100 Donallen Drive 104,100 1975 2 4,061 MBH 3,321 MBH 8,122 MBH 6,642 MBH Buderus G605/15 Dual fuel 1997 Approximately 80% G:\SD-Projects\90080 Bensalem Twp SD Facilities Capital Plan\CIP\TAB-06\6-2 Bensalem Boiler Profiles 6-2.1

BENSALEM TOWNSHIP SCHOOL DISTRICT Building & Address Sq. Ft. Original Date Built Chiller Profiles Qty Size (Tons) Make Model Year Installed Comments District Administration Center 3000 Donallen Drive 24,100 1975 1 94 Carrier 30HXC096RA- 600 1998 The chiller has 2 compressors, 1 of which was replaced recently. The chiller has HFC-134a refrigerant. Although the compressor was replaced recently the chiller should be considered for replacement since it is 17 years old. Belmont Hills Elementary School 5000 Neshaminy Boulevard Benjamin Rush Elementary School 3400 Hulmeville Road Cornwells Elementary School 2215 Hulmeville Road Russell C. Struble Elementary School 4300 Bensalem Boulevard Samuel K. Faust Elementary School 2901 Bellview Drive Valley Elementary School 3100 Donallen Drive Cecelia Snyder Middle School 3330 Hulmeville Road Robert K. Shafer Middle School 3333 Hulmeville Road Stadium 4319 Hulmeville Road Vehicle Maintenance Center 1440 Byberry Road 81,000 1969 N/A N/A N/A N/A N/A N/A 68,390 1964 N/A N/A N/A N/A N/A N/A 94,000 1996 1 350 Petra APR 1996 The chiller is 19 years old and should be considered for replacement in the next 5 years. 81,500 1976 N/A N/A N/A N/A N/A N/A 76,000 1953 N/A N/A N/A N/A N/A N/A 104,100 1975 N/A N/A N/A N/A N/A N/A 84,660 1960 N/A N/A N/A N/A N/A N/A 126,360 1980 N/A N/A N/A N/A N/A N/A N/A 1973 N/A N/A N/A N/A N/A N/A 10,350 1970 N/A N/A N/A N/A N/A N/A G:\SD-Projects\90080 Bensalem Twp SD Facilities Capital Plan\CIP\TAB-06\6-3 Bensalem Chiller Profiles 6-3

APPENDIX B Individual Facilities HVAC Descriptions and Information Bid No. 17-001 Water Treatment Services 21

BELMONT HILLS ELEMENTARY HVAC SYSTEMS General Classroom Systems Classrooms throughout the building are heated, cooled and ventilated by roof top multizone units manufactured by Mammoth. The units provide heating with a gas fired furnace and cooling with a DX coil. Ventilation air is provided by the units. The units were installed in 2004. Cafeteria/Multi-purpose The cafeteria/multi-purpose room is heated, cooled and ventilated by a roof top multizone unit manufactured by Mammoth. The unit provides heating with a gas fired furnace and cooling with a DX coil. Ventilation air is provided by the units. The units were installed in 2004. Food Service HVAC Systems The Kitchen is heated, and ventilated by roof top multizone unit manufactured by Mammoth. The units provide heating with a gas fired furnace. Ventilation air is provided by the units. The units were installed in 2004. The ventilation air is then transferred to the kitchen for make-up air for the exhaust systems. The kitchen hood is undersized for the cooking equipment that is located under it. Library The Library is heated, cooled and ventilated by a roof top multizone unit manufactured by Mammoth. The unit provides heating with a gas fired furnace and cooling with a DX coil. Ventilation air is provided by the units. The units were installed in 2004. Administration System The administration area is heated, cooled and ventilated by roof top multizone units manufactured by Mammoth. The units provide heating with a gas fired furnace and cooling with a DX coil. Ventilation air is provided by the units. The units were installed in 2004. Exhaust Systems Exhaust systems are part of the 2004 renovations. Terminal Heating Equipment The terminal heating units consist of electric unit heaters, cabinet heaters and fin-tube heat with the units installed during 2004 renovation. Automatic Temperature Controls (ATC) The HVAC control system manufactured by Reliable/Delta and installed by Phillips Mcdade is original to the building. The system is electronically actuated. The thermostats communicate with the Reliable controls and also to the district s control network. 6-4.1

RUSH ELEMENTARY HVAC SYSTEMS Central Heating Plant Heating is provided by 2 flexible water tube boilers manufactured by Cleaver Brooks. The boilers were installed in 1996 and are in good condition. The boilers fire on natural gas only. Hot Water Distribution System Heating water is distributed by redundant base mounted end suction pumps located in the boiler room. The 15 horsepower pumps are manufactured by Bell and Gossett and do not have variable frequency drives. There is a 3-way mixing valve located in the boiler room for reset of the hot water temperature loop based on outside air temperature. All heating distribution equipment was installed in 1996. There is no glycol in the system. General Classroom Systems Classrooms throughout the building are heated, cooled and ventilated by unit ventilators. Most of the unit vents are located on the exterior wall of the rooms. The unit ventilators provide heating with a hot water coil and cooling with a DX coil and remote outdoor condensing unit located on the roof. Ventilation air is provided by the unit ventilators. The unit vents were installed in 1996 and are manufactured by American Air Filter. The unit vents are in good condition. Cafeteria/Multi-purpose The cafeteria/multi-purpose room is provided with (2) roof top heating, ventilating and air conditioning units as manufactured by Lennox. The units and systems was installed in 1996. The unit has a hot water duct coil and a dx cooling coil and exterior ductwork that is run on the roof and into the space. Food Service HVAC Systems The Kitchen is provided with a roof top heating, cooling and ventilation unit manufactured by Lennox. The ventilation air is transferred to the kitchen for make-up air for the exhaust systems. Library The library is provided with a roof top heating, ventilating and air conditioning unit manufactured by Lennox. The unit has a hot water heating coil and a DX cooling coil. The units and system was installed in 1996. Administration System The library is provided with a roof top heating, ventilating and air conditioning unit manufactured by Lennox. The unit has a hot water heating coil and a DX cooling coil. The units and system was installed in 1996. 6.5-1

Gymnasium Systems The library is provided with a roof top heating, ventilating and air conditioning unit manufactured by Lennox. The unit has a hot water heating coil and a DX cooling coil. The units and system was installed in 1996. Exhaust Systems Exhaust systems are part of the 1996 renovations. Terminal Heating Equipment The terminal heating units consist of unit heaters, cabinet heaters and fin-tube heat with the units installed during 1996 renovation. Automatic Temperature Controls (ATC) The HVAC control system manufactured by Reliable/Delta and installed by Phillips Mcdade is original to the building. The system is electronically actuated. The roof top units and unit ventilators have manufacturer provided thermostats. The thermostats communicate with the Reliable controls and also to the district s control network. 6.5-2

CORNWELLS ELEMENTARY HVAC SYSTEMS Central Heating Plant Heating is provided by 2 flexible water tube boilers manufactured by Cleaver Brooks. The boilers were installed in 1996 and are in good condition. The boilers fire on natural gas only. Hot Water Distribution System Heating water is distributed by redundant base mounted end suction pumps located in the boiler room. The 20 horsepower pumps are manufactured by Bell and Gossett and do not have variable frequency drives. There is a 3-way mixing valve located in the boiler room for reset of the hot water temperature loop based on outside air temperature. All heating distribution equipment was installed in 1996. There is no glycol in the system. Central Cooling Plant Cooling is provided by (1) air cooled chiller manufactured by Petra. The chiller was installed in 1996 and is in fair condition. Chilled Water Distribution System Chilled water is distributed to the air cooled chiller from the central mechanical room via underground piping. Chilled water is then distributed to the building by redundant base mounted end suction 50 horsepower pumps manufactured by Bell and Gossett. The pumps do not have any variable frequency drives. All cooling distribution equipment was installed in 1996. There is no glycol in the system. General Classroom Systems Classrooms throughout the building are heated, cooled and ventilated by unit ventilators. Most of the unit vents are located on the exterior wall of the rooms. Ventilation air is provided by the unit ventilators. The unit vents were installed in 1996 and are manufactured by American Air Filter. The unit vents are in good condition. Cafeteria/Multi-purpose The cafeteria/multi-purpose room is provided with (2) roof top heating, ventilating and air conditioning units as manufactured by McQuay. The units and systems was installed in 1996. The unit has a hot and chilled water coil and exterior ductwork that is run on the roof and into the space. The ductwork is insulated with painted closed cellular insulation that should be replaced. Food Service HVAC Systems The Cafeteria is provided with a roof top heating, cooling and ventilation unit manufactured by McQuay. The ventilation air is transferred to the kitchen for make-up air for the exhaust systems. 6-6.1

Library The library is provided with a roof top heating, ventilating and air conditioning unit manufactured by McQuay. The units and system was installed in 1996. Administration System The library is provided with a roof top heating, ventilating and air conditioning unit manufactured by McQuay. The units and system was installed in 1996. Exhaust Systems Exhaust systems are part of the original building construction. Terminal Heating Equipment The terminal heating units consist of unit heaters, cabinet heaters and fin-tube heat with the units installed during construction of the building. Automatic Temperature Controls (ATC) The HVAC control system manufactured by Reliable and installed by Phillips Mcdade is original to the building. The system is electronically actuated. The roof top units and unit ventilators have manufacturer provided thermostats by McQuay. The thermostats communicate with the Reliable controls and also to the district s control network. 6-6.2

STRUBLE ELEMENTARY HVAC SYSTEMS Central Heating and Cooling Plant Heating and cooling is provided by a closed loop vertical borehole ground source heat pump system. (90) geothermal wells were installed in 2005. Heat Pump Distribution System There are (2) lead/lag 30 horsepower pumps (P-1 and P-2) which serve the building and geothermal well field. All of the pumps have variable frequency drives, were installed in 2005, and are manufactured by Armstrong. General Classroom Systems Classrooms throughout the building are heated, cooled and ventilated water source heat pump units located in above the ceiling. The units are manufactured by McQuay and installed in 2005. The units have R-22 refrigerant. The water source heat pump units also have outside air provided by roof top Dedicated Outdoor Air Systems (DOAS) manufactured by Aaon. Cafeteria The cafeteria is heated, cooled and ventilated with a roof top unit manufactured by Aaon. The unit was installed as part of the 2005 renovations. The unit has a gas fired furnace for heating, a DX cooling coil, and an energy recovery wheel. The unit has R-22 refrigerant. Food Service HVAC Systems There is a single wall kitchen hood with fire suppression system. The dishwasher has an exhaust hood and there is general room exhaust for the dishwasher. Library The cafeteria is heated, cooled and ventilated with a roof top unit manufactured by Aaon. The unit was installed as part of the 2005 renovations. The unit has a gas fired furnace for heating, a DX cooling coil, and an energy recovery wheel. The unit has R-22 refrigerant. Administration System The administration area is heated, cooled and ventilated with water source heat pumps. Gymnasium System The cafeteria is heated, cooled and ventilated with a roof top unit manufactured by Aaon. The unit was installed as part of the 2005 renovations. The unit has a gas fired furnace for heating, a DX cooling coil, and an energy recovery wheel. 6-7.1

Exhaust Systems Some of the exhaust systems are part of the original building construction and some were installed as part of the 2005 renovations. Terminal Heating Equipment The terminal heating units consist of electric unit heaters, cabinet heaters and fin-tube heat with the units installed during construction of the building and also during the 2005 renovations. Automatic Temperature Controls (ATC) The HVAC control system manufactured by Delta and installed by Phillips Mcdade and were renovated in 2005. The system is electronically actuated with direct digital control. There is a central operator workstation and also connection to the District s Ethernet network. 6-7.2

FAUST ELEMENTARY HVAC SYSTEMS Central Heating Plant Heating is provided by (2) steel tube boilers manufactured by Cleaver Brooks. The boilers were installed in 1992 and are in good condition. The boilers fire on both natural gas and No. 2 fuel oil. Hot Water Distribution System Heating water is distributed by redundant base mounted end suction pumps located in the boiler room. The 15 horsepower pumps are manufactured by Bell and Gossett and do not have variable frequency drives; however, the pump motor is inverter duty. The pumps were installed during the 2004 renovations and are in good condition. The boilers have blending pumps to prevent thermal shock. In addition, there is a 3-way mixing valve to reset the hot water supply temperature based on outside air temperature. General Classroom Systems Classrooms throughout the building are heated, cooled and ventilated by vertical unit ventilators. Most of the unit vents are located on the exterior wall of the rooms. Ventilation air is provided by the unit ventilators. The unit vents have a hot water heating coil, dx cooling, and overhead ductwork distribution for noise control. The unit vents were installed during the 2004 renovations and are manufactured by Airedale. The unit vents are in good condition. Cafeteria The cafeteria is heated, cooled and ventilated with a roof top manufactured by York. The unit was installed as part of the 2004 renovations. The unit has a hot water duct coil and a DX cooling coil. The unit is installed with a service platform that cantilevers over the roof edge. Food Service HVAC Systems The ventilation air is transferred to the kitchen for make-up air for the exhaust systems. There is a single wall kitchen hood with fire suppression system. The dishwasher has an exhaust hood but there is no general room exhaust for the dishwasher. Library The cafeteria is heated, cooled and ventilated with a roof top manufactured by York. The unit was installed as part of the 2004 renovations. The unit has a hot water duct coil and a DX cooling coil. 6-8.1

Administration System The administration area is heated, cooled and ventilated with (2) roof top units manufactured by York. The unit was installed as part of the 2004 renovations. The units have a hot water duct coil and a DX cooling coil. Gymnasium/Multipurpose System The administration area is heated, cooled and ventilated with (2) roof top units manufactured by York. The unit was installed as part of the 2004 renovations. The unit has a hot water duct coil and a DX cooling coil. Both units have ductwork that is run on the roof. The ductwork insulation should be replaced. Exhaust Systems Some of the exhaust systems are part of the original building construction and some were installed as part of the 2004 renovations. Terminal Heating Equipment The terminal heating units consist of unit heaters, cabinet heaters and fin-tube heat with the units installed during construction of the building and also during the 2004 renovations. Automatic Temperature Controls (ATC) The HVAC control system manufactured by Reliable and installed by Phillips Mcdade and was renovated in 2004. The system is electronically actuated with direct digital control. There is a central operator workstation and also connection to the District s Ethernet network. 6-8.2

VALLEY ELEMENTARY HVAC SYSTEMS Central Heating and Cooling Plant Heating and cooling is provided by a closed loop vertical borehole ground source heat pump system. (78) geothermal wells were installed in 2011. There are two existing combination gas/oil fired boilers manufactured by Buderus that appear to be installed in 1997 but are not operational, along with two hot water pumps, fuel transfer pump, and combustion ventilation unit. These items appear to have been an alternate bid that was not accepted for removal. Heat Pump Distribution System There are (4) distribution pumps. There are (2) lead/lag 40 horsepower pumps (P-1 and P- 2) which serve the geothermal well field. There are (2) lead/lag 25 horsepower pumps (P- 3 and P-4) which serve the building. All of the pumps have variable frequency drives, were installed in 2011, and are manufactured by Bell and Gossett. General Classroom Systems Classrooms throughout the building are heated, cooled and ventilated water source heat pump units located in mechanical rooms or above the ceiling. The units are manufactured by Climate Master and installed in 2011. The units have R-410a refrigerant. The water source heat pump units also have outside air provided by a Dedicated Outdoor Air System (DOAS) manufactured by Xetex. The units are located in penthouses and were installed in 2011. Each water source heat pump has a motorized damper and CO2 sensor to control the amount of outside air. Cafeteria The cafeteria is heated, cooled and ventilated with a roof top unit manufactured by Aaon. The unit was installed as part of the 2011 renovations. The unit has a gas fired furnace for heating, a DX cooling coil, and an energy recovery wheel. The unit is installed on a dunnage steel frame with a service platform and has R-410a refrigerant. Food Service HVAC Systems There is a single wall kitchen hood with fire suppression system. The dishwasher has an exhaust hood but there is no general room exhaust for the dishwasher. There is a gas fired kitchen make up air unit located on the roof and manufactured by Greenheck. Library The Library area is heated, cooled and ventilated with water source heat pumps. Administration System The administration area is heated, cooled and ventilated with water source heat pumps. 6-9.1