Download as pdf or txt
Download as pdf or txt
You are on page 1of 34

Boiler Request for Proposal

HVAC System Upgrade for Dean Hall

ATU Bid No. 21-065


August 20, 2021
Insight Project Number: 21-017
Bid Due Date: 2:00 CST, September 1, 2021
Standard Terms and Conditions
1. General: Any special terms and conditions included in the Invitation for Bid override these standard
terms and conditions. The standard terms and conditions along with any special terms and
conditions become part of any contract entered in to pursuant to acceptance by the Arkansas Tech
University (ATU) any or all parts of a bid response.
2. ACCEPTANCE AND REJECTION: The ATU reserves the right to accept or reject all or any and
all bids. Furthermore, the University reserves the right to waive minor technicalities and to award
the bid to best serve the interests of the University and the State.
3. CERTIFICATION: By submission of a bid response, the bidder certifies that he has read all
standard terms and conditions and any special terms and conditions included in the Invitation for
Bid and that the bid submitted is in accordance therewith.
4. BID SUBMISSION: Bids must be submitted to Insight Engineering on the Invitation for Bid form,
with attachments when necessary, on or before the date and time specified for bid opening. Failure
to use and submit the Invitation for Bid form may result in rejection of the bid. The envelope should
be completely and properly identified with the bid number and the bid opening date and time. Late
bids will not be considered under any circumstances.
The bid must be typed or printed in ink. Failure to sign the bid where indicated or to not sign
the bid in ink will disqualify it. The person signing the bid should show title or authority to bind
his firm in a contract.
In responses to an invitation for bid or a request for proposal, your response in no way commits
ATU to pay any costs incurred in the preparation of that bid or response.
5. NO BID: If not submitting a bid the bidder should respond by marking ‘No Bid” on the front of the
Invitation for Bid form and explaining the reason on the front as well. The bidder should then return
the form in an envelope to the ATU Procurement Department on or before the bid opening date
and time.
6. PRICES: Bidders must quote FOB destination and must bid the unit price. In case of errors in
extension, unit price shall govern. Prices are firm and thus, are not subject to escalation unless
otherwise stated in the Invitation for Bid. Unless otherwise specified, the bid must be firm for
acceptance for thirty (30) days from the bid opening date. “Discount from list” bids are not
accepted unless requested in the bid invitation.
7. TYPE OF CONTRACT: There are two basic types of contracts awarded and/or administered by
the ATU Procurement Department.
A Firm Contract is one entered for the purpose of obtaining a fixed number of commodities
and/or services to be delivered immediately upon receipt of award or at such other time(s) in
such quantities as delineated in the contract. Quantities stated on firm contracts are actual
requirements of ATU on behalf of the ordering department.
A Term Contract is one entered for the purpose of obtaining an estimated number of
commodities and/or services during a definite period of time. The estimate quantities in the
Invitation for Bid are not guaranteed, and ATU may order more or less than the estimated
quantity during the contract period. Contract award will be made through issuance of a
University purchase order which will indicate the estimated quantities to be ordered along with
the dollar expenditures. However, the Contractor is to make actual delivery only after receipt
of a purchase order which will reference the purchase order number and will request a specific
number of commodities and/or services
8. BRAND NAME REFERENCES: Any catalog brand name or manufacturer’s reference used in the
bid invitation is descriptive only, not restrictive, and is used only to indicate desirable type and
quality. Bids on brands of like nature and quality will be considered. If bidding on other than

Arkansas Tech University - Dean Hall Boiler RFP


referenced specifications, the bidder must show on the Invitation for Bid the manufacturer, brand
or trade name, and any other descriptions and should include the manufacturer’s illustrations and
complete descriptions of the product offered. The University reserves the right to determine
whether an alternate offered equals and meets the standards of the item specified. The bidder
may be required to submit additional descriptive material and information for the purpose of making
a determination. By submission of a bid, the bidder guarantees that the product offered will meet
or exceed specifications identified in the bid invitation. If the bidder takes no exception to
specifications or reference data set forth in the bid invitation, he will be required to furnish the
product accordingly as specified.
9. GUARANTY: All items bid shall be new or newly manufactured, in first class condition of latest
model and design, to include where applicable containers suitable for shipment and storage. The
bidder hereby guarantees that everything furnished hereunder will be free from defects in design,
workmanship and material and that, if sold by drawing or specification or sample, it will conform
and will serve the function for which it was furnished. The bidder further guarantees that, if the
items furnished hereunder are to be installed by the bidder, such items will function properly when
installed. The bidder also guarantees that all applicable laws relating to construction, packaging,
labeling, and registration have been complied with. The bidder’s obligations under this paragraph
shall survive for a period of one (1) year from the date of delivery, unless otherwise specified
herein.
10. SAMPLES: Samples or demonstrators, when requested, must be furnished free of expense to the
University. If samples are not destroyed during reasonable examination, they will be returned to
the bidder, if requested, within ten (10) days following the bid opening at the bidder’s expense. All
demonstrators will be returned after reasonable examination. Each sample should be marked with
the bidder’s name and address, bid number, and item number.
11. TESTING PROCEDURES FOR SPECIFICATIONS COMPLIANCE: Tests may be performed on
samples or demonstrators submitted with the bid or on samples taken from regular shipment. In
the event tested products fail to meet all conditions and requirements of the specification, the cost
of the sample used and the reasonable cost of the testing shall be borne by contract vendor.
12. AMENDMENTS: A bid cannot be altered or amended after the bid opening except as permitted
by regulation.
DELIVERY: The invitation for Bid should show the number of days to place a commodity in a
designated University location under normal conditions, ATU Procurement reserves the right to
extend delivery on an awarded contract if reasons appear valid. If the delay is not acceptable,
ATU may buy elsewhere, and any additional cost will be borne by the contract vendor.
No substitutions or cancellations are permitted without written approval of the ATU Procurement
Department. Delivery should be made during normal work hours 8:00 a.m. to 5:00 p.m. (CST)
Central Standard Time. Packing memoranda should be enclosed with each shipment. Vendor
must include the cost and responsibility for inside delivery.
13. STORAGE: ATU will be responsible for storage if the contractor delivers within the time required
and ATU cannot accept delivery.
14. DEFAULT: All commodities furnished will be subject to inspection and acceptance by ATU after
delivery. For those defaults due to backorders, promised delivery, quality problems, late delivery,
warranty performance, or other factors within the control of the vendor, the Agency Procurement
Official (APO) will notify the bidder of the default. If, after notification of default, and the bidder
fails to remedy the situation in the time specified, the APO, in order to achieve the greatest economy
for ATU, may at its option, cancel a contract or any portion thereof and reasonably purchase the
commodity elsewhere and charge full increase of cost, if any, to the defaulting contractor. The
contractor must give written notice of default issues to the APO and the corrective action being
taken to remedy the situation.
Consistent failure to meet delivery without a valid reason may result in removal from the
bidders’ list or suspension of eligibility for award. In order to achieve the greatest economy,

Arkansas Tech University - Dean Hall Boiler RFP


ATU may at it’s option, choose the next qualified bidder as determined through the evaluation
process, re-advertise for bids, negotiate a purchase, or complete any other action consistent
with the procurement laws.
15. VARIATION IN QUANTITY: ATU assumes no liability for commodities produced, processed, or
shipped in excess of those quantities specified on the ATU purchase order. The University will
accept no “free” items or items that are not expressly requested on the face of the purchase
order.
16. INVOICING: The contract vendor shall be paid upon completion of all the following (1) submission
of an original and two copies of a properly itemized invoice showing both the bid number and
purchase order numbers (2) delivery and acceptance of all commodities, and (3) proper and legal
processing of the invoice by all necessary state agencies. Invoices must be sent to the ATU
Accounts Payable Department, Browning Suite 302, 1505 N Boulder Avenue, Russellville, AR
72801.
17. STATE PROPERTY: Any specifications, drawings, technical information, dies, cuts, negatives,
positive, data, or any other commodity furnished to the contractor hereunder or in contemplation
hereof or developed by the contractor for use hereunder shall remain property of ATU and the State
and shall be kept confidential, used only as expressly authorized, and returned to ATU at the
contractor’s expense. Commodities must be properly identified by description when returned.
Payment shall be withheld pending receipt of the same.
18. PATENTS OR COPYRIGHTS: The contract vendor agrees to indemnify and hold the ATU
harmless from all claims, damages, and costs, including attorney’s fees, arising from infringement
of patents or copyrights.
19. ASSIGNMENTS: Any contract entered into pursuant to the Invitation for Bid is not assignable nor
the duties thereunder delegable by either party without the written consent of the other party of the
contract.
20. OTHER REMEDIES: In addition to the remedies outlined herein the contractor and the ATU have
the right to pursue any other remedy permitted by law or in equity.
21. LACK OF FUNDS: ATU may cancel a contract to the extent funds are no longer available for
expenditures under said contract. Any delivered but unpaid goods will be returned in normal
condition to the contractor by the University. If the University is unable to return the commodities
in normal condition and there are no funds legally available to pay for the goods the contractor may
file claim with the Arkansas Claims Commission. If the contractor has provided services and
there are no funds legally available to pay for the services, the contractor may file claim also.
22. DISCRIMINATION: In order to comply with the provision of ACT 954 of 1977 relating to unfair
employment practices, the bidder agrees as follows: (a) the bidder will not discriminate against any
employee or applicant for employment because of race, sex, color, age, religion, handicap, or
national origin; (b) in all solicitations, or advertisements for employees, the bidder will state that all
qualified applicants will receive consideration without regard to race, color, sex, age, religion,
handicap, or national origin; (c) the bidder will furnish such relevant information and reports as
requested by the Human Resources Commission for the purpose of determining compliance with
the statue; (d) failure of the bidder to comply with the statute; and/or the rules and regulations
promulgated thereunder and this nondiscrimination clause shall be deemed a breach of contract,
and the contract may be cancelled, terminated, or suspended in whole or in part; (e) the bidder will
include the provisions of items (a) through (d) in every subcontract so that such provisions will be
binding upon such subcontractor or vendor.
23. IRS TAX CERTIFICATION INFORMATION: Arkansas Tech University is a State Institution. It
is an organization described in the Internal Revenue Code 170(b)(1)(A)(V), in that it is described in
code 170 ©(1). The University also falls within Code 509(a)(1) in that it is an organization described
in Code 170(b)(1)(A). The taxpayer ID # 71-6014834
No other IRS certification will be agreed to or stated by the University.

Arkansas Tech University - Dean Hall Boiler RFP


24. ANTITRUST ASSIGNMENT: As part of the consideration for entering into any contract pursuant
to the Invitation for Bid acting herein by the authorized individual, its duly authorized agent, hereby
assign, sells and transfers to the ATU all rights, title, and interest in and to all causes of action it
may have under the antitrust laws of the United States or this State for price fixing, which causes
of action have accrued prior to the date of this assignment and which relate solely to the particular
goods or services purchased or produced by the ATU pursuant to this contract
25. MINORITY BUSINESS POLICY: It is the policy of the State of Arkansas that Minority Business
Enterprises shall have the maximum opportunity to participate in the State Purchasing Process.
Therefore, the State of Arkansas encourages all Minority Businesses to compete for, win, and
receive contracts for goods, services, and construction. The State also encourages all companies
to subcontract portions of any State contract to Minority Business Enterprises.
26. PROHIBITION ON CONTRACTING WITH ENTITIES THAT BOYCOTT ISRAEL:
In accordance with Ark. Code Ann. § 25-1-503, Vendor hereby certifies to college that Vendor (a)
is not currently engaged in a boycott of Israel and (b) agrees for the duration of this agreement not
to engage in a boycott of Israel. A breach of this certification will be considered a material breach
of contract. In the event that Vendor breaches this certification, college may immediately terminate
this agreement without penalty or further obligation and exercise any rights and remedies available
to it by law or in equity.

Arkansas Tech University - Dean Hall Boiler RFP


CONTENTS

Standard Terms and Conditions 2

00010 - Solicitation for Proposals 7

00030 - Authorized Signature Representing Proposing Company 8

00050 - Vendor Reply 1

00070 - Proposal Form 1

00090 - Schedule of Events 1

00100 - General Information for Bidders 2

00200 - Other Contractual Matters 9

00300 - Supplemental General Conditions 10

00400 - Equipment Performance Data 15

0050-Equipment Specifications Condensing Boiler 16

00700 - Extended Warranty Specifications – Boiler 23

Arkansas Tech University - Dean Hall Boiler RFP


00010 - Solicitation for Proposals
You are invited to submit proposals to furnish a condensing boiler for the HVAC System Upgrade for
Dean Hall project for the Board of Trustees of Arkansas Tech University acting for Arkansas Tech
University (ATU), hereinafter termed Owner. The proposals shall be on a lump sum basis.

Proposals must be submitted on copy of the proposal form provided in this Request for Proposal
document.

A complete set of the Proposal Request (electronic) may be obtained, at the office of Insight Engineering,
attention Kim Koch (kkoch@insightpllc.com) 201 S Chester, Little Rock, Arkansas 72201. Questions
regarding the RFP shall be emailed to Jessica Holloway at jholloway@atu.edu.

Suppliers will be furnished one (1) set of electronic Contract Documents.

Obtaining contract documents through any source other than the Design Professional listed above, or
her representative(s) is not advisable due to the risks of receiving incomplete or inaccurate information,
and the proposer runs the risk of basing proposer’s proposal on such information. The documents
obtained through the Engineer, or her representative(s) are considered the official version and take
precedence if any discrepancies occur.

Suppliers are hereby notified that any proposer who desires to enter into Contract for this work must
comply with disclosure requirements pursuant to Governor Executive Order 98-04. Submission to the
Owner of completed Disclosure forms will be a condition of the Contract. The Owner cannot enter into
any contract, which does not obligate the contractor to require the submission of Disclosure forms for
subcontractors.

This invitation does not commit the Owner to pay any cost incurred in the preparation of proposals.

The Owner and the General Contractor each reserve the right to reject any and all proposals, and to
waive any formalities.

Pursuant to Ark. Code Ann. § 22-9-203, the State encourages all small and minority business
enterprises to submit proposals for capital improvements. Encouragement is also made to all general
contractors that in the event they subcontract portions of their work, consideration be given to the
identified groups.

Arkansas Tech University - Dean Hall Boiler RFP


00030 - Authorized Signature
Representing Proposing Company
Signature ____________________________________________________

Name ____________________________________________________

Title ____________________________________________________

Company ____________________________________________________

Address ____________________________________________________

____________________________________________________
City / State / Zip Code

Telephone (______)_____________________________________________

Fax (______)______________________________________________

E-Mail ______________________________________________________

Date ______________________________________________________

Arkansas Tech University - Dean Hall Boiler RFP


00050 - Vendor Reply
VENDOR: PLEASE COMPLETE, DATE, SIGN AND RETURN TO THE OFFICE BELOW ON
OR BEFORE 08/31/21:

WE DO_________DO NOT__________Intend to bid this solicitation: we are not bidding because


we;

DO NOT________Presently have available


adequate resources

DO NOT________Regularly supply the requested


Services/equipment

CANNOT_______Meet the required delivery/schedule

FOLD HERE AND SEAL


________________________________________________________________________

VENDOR
COMMENTS:__________________________________________________________________
_____________________________________________________________________________
_____________________________________________________________________________
________________________________________________________

COMPANY NAME:_______________________________________________________

ADDRESS:_____________________________________TITLE___________________

ZIP:_____________PHONE_____________________DATE______________________

Jessica Holloway, APO, Director Business Services , Arkansas Tech University, Young Building,
203 West O Street, Russellville, AR 72801, (479) 968-0269.

NOTE: Bidders not submitting letters of intent to bid or the Vendor Reply Form are
advised that they may not receive subsequent information relating to this
proposal.
00070 - Proposal Form
Proposal of
(Hereinafter called “Supplier”) corporation, organized and existing under the laws of the
state of partnership, or an individual doing
business as .

To: Jessica Holloway, APO, Director Business Services


Young Building, 203 West O Street
Russellville, AR 72801
Suppliers:
The Supplier, in compliance with your Request for Proposal to purchase equipment for
Arkansas Tech University, having examined the Request for Proposals and being familiar
with all conditions of these documents, hereby proposes to furnish equipment and services
in accordance with the Request for Proposal, within the time set forth therein, and at the
prices stated below.
Supplier acknowledges receipt of the following Addenda:

Base Equipment Price – Boiler:


Supplier agrees to furnish one fire-tube, condensing, boiler (including installation and start-
up assistance, the first year warranty, and preventive maintenance through the date of
Project Acceptance) as described in the Request for Proposal for the total sum of:

Dollars ($ )

Sales Tax – Base Equipment Price – Boiler:


Dollars ($ )

Extended Warranty– Four-year extension – Boiler:


Supplier agrees to furnish the Extended Warranty for the Boiler through year five (5) of
operation, as described in the Request for Proposals for the total sum of:

Dollars ($

Arkansas Tech University - Dean Hall Boiler RFP


Delivery Date – Boiler:
Supplier agrees to deliver the equipment to the site at the earliest date of:

Supplier understands that the Owner reserves the right to reject any or all Proposals and
to waive any formalities in the Proposals.
(Seal if by corporation) Respectfully submitted,

Business Address Supplier

Date: , 2021 By:

Signature: Title:

Arkansas Tech University - Dean Hall Boiler RFP


00090 - Schedule of Events
Event Date
RELEASE OF REQUEST FOR PROPOSAL August 20, 2021
DEADLINE FOR RECEIPT OF QUESTIONS August 25, 2021
DEADLINE FOR RECEIVING REQUEST FOR PROPOSAL 2:00 CST, September 1,
AND OPENING DATE 2021
EVALUATION PERIOD September 2- Sept 8 2021
NOTIFICATION OF INTENT TO AWARD September 9, 2021

Arkansas Tech University - Dean Hall Boiler RFP


00100 - General Information for Bidders
1.00 INTRODUCTION
It is the intent of the Arkansas Tech University to contract with a single vendor for the purchase of
one condensing boiler for Dean Hall, no installation required.

1.01 RESERVATION
This invitation does not commit ATU to pay any cost incurred in the preparation of bids. Further,
ATU reserves the right to accept or reject any or all bids or any part of a proposal.

1.02 PROPRIETARY INFORMATION


All proposal information, application, briefs, sales brochures, etc. will become the property of ATU
when submitted in response to this RFP. All proposal documents submitted by the bidder shall be
available for inspection after the bid opening, at the appropriate time.
Bidder should carefully mark each page that is considered proprietary so that it can clearly
be identified as such.

1.03 CLARIFICATION
All questions concerning this RFP must be addressed to Jessica Holloway, APO, Director Business
Services, Arkansas Tech University, Young Building, 203 West O Street, Russellville, AR 72801,
(479) 968-0269. Bidders are advised to read all information provided, supply all information
requested, and note any variance to these specifications in written form with the submission of their
response.
The Request for Proposal (RFP) is issued by the Office of Procurement for ATU. The Procurement
Official is the sole point of contact for the university. There shall be no other point of contact
throughout this phase of the process but through Jessica Holloway or designee.

1.04 PROPOSAL OPENING DATE AND LOCATION


To be considered, sealed, signed, written bids must be received by Insight Engineering at 201 S.
Chester St. Little Rock, AR no later than the time and date as listed on the cover page of this RFP.
Late responses, responses enroute, those left at locations other than the office of Insight
Engineering by special carrier or other will not be considered if they are not in the Office of
Procurement by or before the time as indicated on the front of the RFP document as Proposal
Opening Date and Time.

Arkansas Tech University - Dean Hall Boiler RFP


1.05 CONDITIONS AND TERMS OF PROPOSAL
If the bidder submits standard terms and conditions with the proposal, and if any of those terms
and conditions are in conflict with the laws of the State of Arkansas, the State laws shall govern.
Standard terms and conditions submitted may need to be altered to adequately reflect all of the
conditions of this invitation, the bidder’s responses and Arkansas State law.

1.06 INVOICE
Payment will be paid to the bidder by ATU thirty (30) days after approval by the requesting
department and receipt of invoice. Invoice in triplicate must be sent to the Arkansas Tech
University. You must indicate on the invoice the purchase order number you received prior to
commencing service. Invoices should be sent to:

Jessica Holloway, APO, Director Business Services


Young Building, 203 West O Street
Russellville, AR 72801

1.07 BID IDENTIFICATION


Response envelopes should be filled out to indicate RFP number and the name of the bidder
including the date of the proposal opening and time.

1.08 OTHER AGREEMENTS


There are no other contractual agreements other than what is stated and agreed to between ATU,
and the successful contractor in this RFP.

1.09 BID SUBMISSION


Bidders must submit one (1) signed, one (1) electronic copy on a flash drive and one (1)
complete copies; of their proposal, with five (5) total of the appropriate number of referenced and
descriptive literature to accompany each set. The “Original” shall be clearly identified.

If the RFP does not result in ATU obtaining reasonable prices in the sole opinion of ATU, when
considering all the price and cost factors associated with the service, ATU may opt to reject all bids
or in the event time or economic considerations preclude re-solicitation of work or a reduced scope
we may negotiate an adjustment of the bid price including changes in the bid requirements, with
the bidder who has the lowest price bid, within the amount of the available funds. In the event that
negotiations are necessary, a bidder may be determined to be non-responsive if the bidder and
agency are unable to reach a negotiated adjustment, we may then opt to move to the next ranked
bidder.

Arkansas Tech University - Dean Hall Boiler RFP


1.10 INDEPENDENT PRIME CONTRACTOR
It is mutually understood and agreed that it is the intent of ATU that an independent contractor
relationship be established, under the terms and conditions of this RFP and the resulting contract
with the successful bidder.

1.11 AWARD/ADMINISTRATION RESPONSIBILITY


The ATU Director of Business Services, APO will be responsible for award or other officials
designated by the Director of Facilities Management, Brian Lasey will be responsible for
administration and contract compliance.

1.12 BUSINESS INTERRUPTIONS


If, because of riots, war, public emergency or calamity, fire, earthquake, Acts of God, governmental
restriction, labor disturbance or strike, business operations at the described premises shall be
interrupted or stopped, performance of the contract by the successful bidder, with the exception of
monies already due and owing, shall be suspended or excused to the extent commensurate with
such interfering occurrence.

1.13 CAUTION TO BIDDERS


A. During the time between the proposal opening and contract award, any contact concerning
this RFP will be initiated by the issuing office or requesting entity and not the bidder.
Specifically, the person(s) named herein will initiate all contact.

B. Bidder shall respond to each numbered paragraph of this RFP that requires a response
stating first the paragraph number, the specification, then, the vendor’s response. To
assure a thorough evaluation of each respondent’s proposal, bidder must address
everything in the Selection Criteria Section of this RFP. Where it calls for explanation,
each point shall be addressed summarily in written form with the bidder referencing first
the section and the appropriate response.

C. The vendor must provide written, point-by-point narrative responses to each proposal
requirement; simply stating “agreed” or “complies” is not acceptable, supplemental
information, literature and other supporting materials that further explain or demonstrate
the proposed service capabilities may also be included within the proposal response.

D. For a response to be considered, an official authorized to bind the bidder to a resultant


contract must have signed the original and all copies of the proposal that are
submitted.

Arkansas Tech University - Dean Hall Boiler RFP


E. All official documents and correspondence shall be included as part of the resultant
contract.

F. The ATU Procurement Official reserves the right to award a contract or reject a proposal
for any or all line items of a bid received as a result of this RFP, if it is in the best interest
of ATU to do so. Bids shall be rejected for one or more reasons not limited to the following:

1. Failure of the bidder to submit his bid on or before the deadline established by the
issuing office.
2. Failure of the bidder to respond to a requirement for oral/written clarification,
presentation, or demonstration.
3. Failure to supply vendor references, or other information specifically requested as
mandatory.
4. Failure to sign an Official Bid Document.
5. Failure to complete the Official Bid Price Sheet(s).
6. Any wording by the bidder in their response to the RFP, or in subsequent
correspondence, which conflicts with or takes exception to a bid requirement in
this RFP.
G. ATU may reject any and all bids if deemed in the best interest of ATU, and may reject a
bid of any party who has breached any former contract with ATU. ATU also reserves the
right to re-solicit proposals.
H. ATU reserves the right to waive any informalities in the proposals received and to negotiate
minor exceptions, irregularities, or errors taken by bidder in this RFP. These errors may
be corrected by the bidder involved provided that, in the judgment of the Agency
Procurement Official such action will not negate fair competition and will permit proper
comparative evaluations of bids submitted.
I. Bidders are cautioned not to delete or make changes in provisions, terms or specifications
of this RFP; as such changes may affect further consideration. ATU will reject any proposal
which it deems does not meet the terms of the solicitation
J. Furnishing incorrect reference information or unsatisfactory references may lead to
rejection of bidder’s response. This is at the sole discretion of ATU.
K. If this RFP does not result in ATU obtaining reasonable prices in the opinion of ATU, when
considering all the price and cost factors associate with this service, ATU may opt to reject
all proposals or in the event time or economic considerations preclude re-solicitation of
work or a reduced scope we may negotiate an adjustment of the proposal price including
changes in the proposal requirements, with the bidder who is responsive and responsible
and who has the highest rating of the evaluation committee at this point to bring the
proposal within the amount of the available funds. In the event that negotiations are
necessary, a bidder may be determined to be non-responsive if the bidder and agency are
unable to reach a negotiated adjustment, we may then opt to move to the next ranked
proposer.

1.14 OTHER REQUIRED INFORMATION

A. Any statement in this document which contains the word “must” or “shall” means that
compliance with the statement is mandatory, and failure by the bidder to comply with that
statement shall cause the bid to be rejected.

Arkansas Tech University - Dean Hall Boiler RFP


B. Where the term “UNIVERSITY” (ATU) or “OWNER” is used, it shall Arkansas Tech
University.

Where the term “CONTRACTOR” “VENDOR” or “BIDDER” is used, it shall mean


individuals, firms or corporations responding to the RFP. The terms Proposal and Bids
are used herein, synonymously.

C. NO PROPOSAL MAY BE WITHDRAWN AFTER THE SCHEDULED CLOSING TIME


FOR RECEIPT FOR AT LEAST SIXTY (60) DAYS. All contract offers must remain
valid for the same period of time unless otherwise stated.

D. A PROPOSAL FORWARDED WITHOUT ALL PAPERS ATTACHED – GENERAL


CONDITIONS, SCHEDULE OF ITEMS, MANDATORY SUCH AS THE PROPOSAL
SHEET, INSTRUCTIONS TO BIDDERS, REQUIREMENTS, SPECIFICATIONS, OR
OTHER MATERIAL NECESSARY TO COMPLETELY DESCRIBE THE SERVICES
QUOTED WILL BE CAUSE FOR REJECTION OF THE PROPOSAL BY ARKANSAS
TECH UNIVERSITY.

E. Bidders should note the following regarding ATU’s contracting authority, and amend any
documents accordingly. Failure to conform to these standards may result in rejection of
bid.

ATU shall not contract with another party:

1. To indemnify, defend, or hold harmless any party any liability and damages.

2. Upon default, to pay all sums to become due under a contract.

3. To pay damages, legal expenses or other costs and expenses of any party.

4. To continue a contract once the services have been cancelled.

5. To conduct litigation in a place other than Pulaski County, Arkansas.

6. To agree to any provision of a contract which violates the law or Constitution of the
State of Arkansas

A party wishing to contract with ATU must:

1. Remove any language from its contract which grants to it any remedies other than:

2. The right to accrued payments.

3. The right to recover only amounts due at the time of cessation of services.

4. Include in its contract that the laws of the State of Arkansas govern the contract.

5. Acknowledge in its contract that contracts become effective when awarded by the ATU

Arkansas Tech University - Dean Hall Boiler RFP


Agency Procurement Official.

1.15 BIDS/PROPOSAL FORMATS

Bid marked “ATU” are formal bids and must be received in sealed packaging and clearly
marked with the proposal number, date and opening time as listed on the front of this RFP.
“ATU” bids cannot be faxed or hand delivered unsealed as they will not be considered.

Multiple and Alternate Bid Packages – There will be no alternative bid packages. Only one
Request for Proposal response shall be accepted.

1.16 OPENING OF PROPOSALS

All bids and proposals shall be for public opening. Proposals shall not be subject to public review
until after the committee has completed its’ work. The opening will serve only to open, read and
tabulate the proposal price of each. No discussion will be entered into with any vendor as to the
quality or provisions of the specifications and no award will be made either stated or implied at the
proposal opening.

1.17 ERROR IN PROPOSAL

In case of error in the extension of prices in the proposal, the unit price will govern. Proposals,
modification or corrections thereof received after the closing time specified will not be considered.

1.18 PROPOSAL PROTEST

In the case of protest associated with this RFP, the protest will be resolved by the Vice Chancellor
Administration and Finance and/or Director Business Services, APO, with the consultation
of the Insight Engineering’s Engineer of Record.

1.19 ADDENDA

The Supplier shall acknowledge receipt of each Addendum on the Proposal Forms in the
designated location.

1.20 DISCLOSURE OF CONTRACTS OVER $25,000 – GOVERNOR’S EXECUTIVE ORDER 98-04

No contract for commodities or services greater than $25,000 and no discretionary grant greater
than $25,000 shall be awarded, extended amended or renewed by an agency to any bidder who
has not disclosed as required in this proposal with the exception of bidders in Sec 3D (emergencies)
for goods and services for which disclosure may be obtained after purchase or service.

Failure to make any disclosure required by Governor’s Executive Order 98-04, or any violation of
any rule, regulation, or policy adopted pursuant to the order, shall be a material breach of the terms
of this contract. Any bidder, whether an individual, or entity, who fails to make the required
disclosure or who violates any rule, regulation, or policy shall be subjected to all legal remedies
available to the agency. DISCLOSURE FORM IS ATTACHED.

Arkansas Tech University - Dean Hall Boiler RFP


1.21 EQUAL OPPORTUNITY POLICY

ACT 215 (SB#1123) of 2005 of the Arkansas Legislature:

Each entity and person interested in contracting with the State (ATU) must include with its
proposal response a copy of the company’s EQUAL OPPORTUNITY POLICY.

1.22 NOTIFICATION TO PROCEED

No delivery shall commence until successful bidder is in receipt of the approved purchase order
as issued by ATU.

Arkansas Tech University - Dean Hall Boiler RFP


00200 - Other Contractual Matters
2.00 REMEDIES ON BREACH OF CONTRACT

In the event of any breach of contract by Contractor then in addition to any other remedies available
to ATU at law or in equity, ATU may:

A. Continue the contract in effect and thereby be entitled to enforce all rights and remedies
under the contract; or

B. Terminate the contract by providing written notice to Contractor of such intention and
recover from Contractors any amount necessary to compensate ATU for all detriment
negligently or willfully caused by Contractor's failure to perform its obligations under the
contract.

2.01 INVALIDITY

The invalidity of any provision of the contract as determined by a court of competent jurisdiction
shall in no way affect the validity of any other provision hereof.

2.02 WAIVER

No waiver of either party hereto of any provision of the contract shall be deemed a waiver of any
other provision hereof or of any subsequent breach by such party of the same or any other
provision. The failure of ATU to terminate the contract due to the Contractor's violation of its terms
or conditions, or a waiver on the part of ATU of any violation by Contractor of any term or condition
of the contract, shall not be considered a waiver of ATU's right to terminate the contract due to any
subsequent violation of the same or other terms or conditions of the contract.

2.03 INDEMNIFICATION

Contractor shall indemnify, defend and hold harmless ATU, its officers, agents and employees
from and against any claims, damages, expenses, including an amount equal to reasonable
attorney's fees, or liabilities arising out of or in any way connected with this contract including,
without limitation, claims, damages, expenses, or liabilities for loss or damage to any property, or
for death or injury to any person or persons in proportion to the extent that such claims, damages,
expenses, or liabilities arise from the negligence or willful acts of omissions of Contractor, its
officers, agents, or employees.

Arkansas Tech University - Dean Hall Boiler RFP


00300 - Supplemental General
Conditions
1. Selection Criteria:

A. General: Proposals will be evaluated based upon physical size, equipment cost, delivery
date, energy efficiency, estimated maintenance cost, local service capabilities, equipment
references, service organization references, compliance with the terms and conditions of
the RFP, voluntary alternates, and other factors. The proposal or combination of proposals
considered to be in the best interest of the Owner will be selected.

B. Scoring: Each proposal will be scored in the manner hereinafter described. The scoring
criteria will include capital cost (inclusive of incremental installation costs), Integrated Part
Load Value ratings, delivery date, extended warranty and scheduled maintenance cost,
and equipment reliability and service references.
C. Criteria Weighting: The selection criteria will be weighted as indicated below:
1. Capital Cost – 65%. Score will be determined quantitatively by dividing the lowest
proposal Capital Cost by specific proposal Capital Cost then multiplying by Criteria
Weight. Example Calculation: Min (prop.1, prop. 2…prop N) / prop. 1 * 65.

2. Delivery Date – 10%. Score will be determined quantitatively by the dividing the
closest delivery date to the specific proposal delivery date required then multiplying
by Criteria Weight. Example Calculation: Min (prop.1, prop. 2…prop N) / prop. 1 *
10.

3. Extended Warranty – 10%. Score will be determined quantitatively by dividing the


lowest proposal Extended Warranty Cost by specific proposal Extended Warranty
cost then multiplying by Criteria Weight. Example Calculation: Min (prop.1, prop.
2…prop N) / prop. 1 * 10.

4. Equipment Reliability – 7.5%. Score will be determined qualitatively based


equipment references. Evaluations will not be limited to references provided in
proposal.

5. Service References – 7.5%. Score will be determined qualitatively based service


references. Evaluations will not be limited to references provided in proposal.

D. References: Each proposal shall include equipment and service organization references.
A minimum of three (3) equipment references and three (3) service organization references
shall be provided. Equipment and service organization references will be scored (0 to
100%) based upon the quantity of the references, applicability of the references (similarity
of the equipment operated by the reference to the proposed equipment), and the quality of
the reference (satisfaction level of the contact individual). In addition, the Owner may
contact up to two (2) other Institutional Peers for their experiences with similar equipment.

E. Evaluation Process:
1. Proposals will be evaluated by the Engineer to verify compliance with the terms
and conditions of the RFP.
2. Proposals determined to be in compliance with the terms and conditions of the
RFP will be evaluated further.
3. The Engineer will contact each equipment reference and each service reference.
4. The Engineer will develop a summary of the proposals and combination of
proposals. The Engineer will forward the summary to the Owner.
5. The Owner will consider the summary provided by Insight Engineering and score
each proposal.
6. The Owner scoring will be tabulated. The proposal receiving the highest average
score will be selected.

2. HVAC Upgrades to Dean Hall: The new condensing boiler will be installed in the existing mechanical
room at Dean Hall. The Engineer for the project is Insight Engineering. The General Contractor and
Mechanical Contractor will be selected under competitive bid process. The Owner or his designee will
be issuing the purchase orders for equipment purchase.
3. Exclusions, Clarifications, and Exceptions: Proposals shall be in strict accordance with the terms
and conditions of the RFP as modified by Addenda. Exclusions, clarifications, and exceptions shall
not be accepted and labeled non-responsive.
4. Purchasing Instructions for Boiler: The Owner will receive proposals, select the Supplier, and issue
a Purchase Order. The Contractor (selected by competitive bid process) will be instructed by the
project Contract Documents to install the boiler furnished by the selected Supplier in accordance with
the terms and conditions of the Request for Proposals. The Contract Documents for the project will
require the Contractor to accept full responsibility and coordinate equipment delivery, unload the
equipment, and install the equipment for a complete and operable system. The selected contractor
will provide the required insurance to cover the equipment after receipt of the equipment. (This will
include but not limited to; builders risk, general liability performance and payment bonds, and other
insurance or surety as required by the Owner).
5. Laws and Regulations: The selection and procurement of the equipment is subject to all applicable
State laws, municipal ordinances, and rules and regulations of authorities having jurisdiction.
Proposals shall be structured to comply with these requirements.
6. Form: Proposals shall be made on the form included in the RFP. Proposals shall be submitted in
a sealed envelope. Each envelope shall be clearly marked to indicate the name of the Supplier
and ATU Bid No.
7. Content: Each Proposal shall contain as a minimum the following information:
A. Physical Description: Physical description of the proposed equipment (refer to Section 00400
for additional information).
B. Performance Data: Performance data for the Boiler (refer to Section 00400).
C. Preventative Maintenance Requirements: Detailed listing and description of the factory
recommendations concerning scheduled (preventative) maintenance services (refer to
Section 00600 for additional information).
D. Service Organization: Detailed information regarding the Service Organization, including an
organizational chart (refer to Section 00600 for additional information).
E. Equipment References: A complete list of references where equipment of similar
configuration and capacity has been installed. The list shall include a complete description

Arkansas Tech University - Dean Hall Boiler RFP


of the equipment that has been installed (capacity, electrical voltage, and design conditions),
the dates that the equipment was installed and placed in operation, and contact information
(name, telephone number, and email address of a person that is knowledgeable of the
equipment application and performance).
F. Service References: A complete list of references for the Service Organization. The list
shall include the name of the facility, description of the equipment being serviced, scope of
services (preventative maintenance, comprehensive maintenance, etc.), and contact
information (name, telephone number, and email address of a person that is knowledgeable
of the equipment being serviced and the work of the Service Organization).
G. Each Supplier is required to submit a completed Proposal Form.
8. Delivery of Proposals: Proposals shall be delivered by the time and to the place stipulated in the
Request for Proposals. It is the sole responsibility of the Supplier to ensure that the Proposal or
Proposals are received in proper time. Any Proposal received after the scheduled closing time for
receipt of Proposals shall be returned to the Supplier unopened. Supplier shall provide 3 copies of
submitted proposals.
9. Withdrawal: Any Supplier may withdraw their Proposal, either personally or by written request, at
any time prior to the scheduled closing time for receipt of Proposals.
10. Interpretation of Documents: If any person contemplating submitting a Proposal is in doubt as
to the true meaning of any part of the Request for Proposal or finds discrepancies or omissions
they may submit, to ATU Office of Procurement, a written request for an interpretation or correction
thereof. The person submitting the request will be responsible for its prompt delivery. Any
interpretation or correction of the documents will be made only by Addendum duly issued, and a
copy of the Addendum will be mailed or delivered to each person receiving a Request for Proposal.
The Owner will not be responsible for any other explanations or interpretations of the Request for
Proposal.
11. Purchase Order and Delivery: It is anticipated that the successful Supplier (or Suppliers) will receive
a Purchase Order for the selected equipment by not later than September, 16, 2021. Expected
delivery date of the Boiler to the job site is December, 2, 2022. The submittal documents for the
equipment shall be submitted by the Supplier to the Mechanical or General Contractor for processing
and approval by not later than twenty-one (21) calendar days after the Purchase Order has been
assigned to the Mechanical or General Contractor. The Supplier shall determine the earliest delivery
date. The Supplier shall be prepared and capable of making delivery to the site not later than the date
stipulated on the Bid Form. All shipping and transportations of products purchased from the supplier
shall be FOB destination/site, not FOB shipping point. Supplier shall commit in writing the expected
lead times and delivery dates. Supplier shall not be responsible for damages for failure to make
delivery in the event of strikes, fires, accidents and any other cause beyond the reasonable control
of Supplier.
12. Sales Tax: Base Equipment Price shall exclude sales tax. Sales Tax of 9% shall be listed as a
separate line item.
13. Payment Terms for Equipment: The Supplier or Suppliers shall receive a payment in the amount
of 100% of the Base Proposal price within thirty (30) calendar days after the delivery of the
equipment.
14. Payment Terms for Extended Warranty: The Supplier or Suppliers shall receive payment for the
Extended Warranty from the Owner (if an Extended Warranty proposal is accepted by the Owner).
The Supplier or Suppliers shall receive a payment in the amount of 100% of the Extended Warranty
price within thirty (30) calendar days after the delivery of the equipment.

Arkansas Tech University - Dean Hall Boiler RFP


15. Payment Terms for Scheduled Maintenance: The Supplier or Suppliers shall receive payments
for Scheduled Maintenance from the Owner (if a Scheduled Maintenance proposal is accepted by
the Owner). The Supplier shall receive payments from the Owner for Scheduled Maintenance on
a quarterly basis. Each payment shall be equal 25% of the annual contract amount (including
appropriate escalation if applicable). Payments for Scheduled Maintenance will be made in arrears.
Payments will be made within thirty (30) days after the Scheduled Maintenance service period has
expired.
16. Price Escalation and Carrying Charges: The prices indicated on the Proposal Form should be
inclusive of all required price escalation and carrying charges associated with the stipulated timing
of the equipment purchase order, equipment delivery, Project Acceptance, and the specified partial
payments. Provided that the actual dates of the equipment purchase order, equipment delivery,
and Project Acceptance are not significantly different (within 30 days) from the stipulated dates,
payments will be made at the stipulated amount and no adjustments for price escalation and / or
carrying charges will be made. In the event that the actual dates are substantially different (more
than 30 days) from the stipulated dates at no fault of the Supplier, the Supplier and the Owner will
negotiate mutually acceptable adjustments to the payment amounts based upon an appropriate
carrying charge (up to a maximum of 4.5% per annum).
17. Proposal Acceptance: Base and Alternate Proposal prices shall be valid until the date indicated
for the receipt of a Purchase Order. Extended Warranty and Scheduled Maintenance Proposal
prices shall be valid until the date of equipment delivery. It is understood that the prices for
Extended Warranty and Scheduled Maintenance are conditional upon the Owner’s acceptance of
the Supplier’s Base Proposal.
18. Project Acceptance for the Project: The date of Project Acceptance for the project shall be date
on which the Engineer (Insight) and the Owner accept the project and approve the payment of final
retainage to the General Contractor. The project schedule provides for Project Acceptance on or
about April 15, 2022.
19. Failure to Receive a Purchase Order: In the event that the selected Supplier fails to receive a
Purchase Order for the equipment prior to the date indicated above, the selected Supplier and the
Owner shall be unconditionally released of all obligations. The Supplier and the Owner, however,
may decide to proceed with the purchase based upon revised terms and conditions that are
agreeable to both parties.
20. Prices: Refer to Proposal forms (Section 00300) for list of required prices. The Base Proposal
prices shall include, scheduled maintenance from the date of start-up to Project Acceptance, and
first year warranty. The Owner reserves the right to accept the price for the Base Proposal and
reject any or all of the other prices.
21. Termination of the Equipment Purchase by the Owner for Convenience: The Owner may
elect to terminate the purchase of the equipment for convenience and without cause at any time.
Upon receipt of written notice from the Owner of such termination, the Supplier shall immediately
terminate all Purchase Orders and enter into no further Purchase Orders. If such termination for
convenience occurs after the receipt of a Purchase Order by the Supplier, the Supplier shall be
entitled to recover payment for proven loss associated with respect to submittal preparation,
materials, labor, tools, and equipment including reasonable overhead, profit, and damages. If such
termination for convenience occurs prior to the receipt of a Purchase Order, the Supplier shall not
be entitled to recover payment for any type of loss or damage.
22. Termination of the Equipment Purchase by the Owner for Cause: The Owner may elect to
terminate the purchase of the equipment for cause if the Supplier either (1) disregards laws,
ordinances, or rules, regulations or orders of a public authority having jurisdiction or (2) is otherwise

Arkansas Tech University - Dean Hall Boiler RFP


guilty of a substantial breach of a provision of the RFP. If the purchase is terminated by the Owner
for cause, the Owner shall be entitled to recover payment from the Supplier for loss.
23. Termination of the Scheduled Maintenance Agreement: The Owner may elect to terminate the
Scheduled Maintenance Agreement by providing ninety (90) days written notice to the Supplier. In
the event of Termination, the Supplier will receive payment for services rendered prior to the
Termination. The cost of the services rendered prior to Termination will be determined by pro rata
allocation of the annual cost.
24. Shop Drawings, Submittal Documents, and Maintenance Manuals: The selected Supplier shall
furnish to the Engineer and Owner electronic shop drawings, submittal documents and
maintenance manuals (refer to Section 00500 for additional information). Submittal documents
shall include the following;
A. Physical Description: Physical description of the proposed equipment (refer to Section
00500 for additional information).
B. Performance Data (refer to Section 00400 for additional information).
C. Installation Instructions: Detailed installation instructions regarding rigging, setting,
foundations, structural supports, maintenance clearances, piping, power wiring, insulation
requirements, and control wiring.
25. Ownership and Responsibility: The Supplier shall be responsible for all arrangements and costs
associated with equipment including freight and insurance until the equipment is delivered to the
project site and acceptance is signed by the Contractor’s representative. Place of delivery shall be the
Arkansas Tech University, Russellville, AR. Equipment title shall pass to the Contractor at the place
of delivery upon signed acceptance by the Contractor’s representative (equipment is shipped "FOB
Site"). Shipment “FOB Factory” with full freight allowed will not be acceptable. Supplier shall notify
the Contractor and the designated representative of the Owner a minimum of forty-eight (48) hours
prior to delivery. Contractor shall be responsible for coordinating the receipt and offloading of the
equipment.

Arkansas Tech University - Dean Hall Boiler RFP


00400 - Equipment Performance Data
Design Conditions:

Below are the mandated “givens” than are not permitted to be altered when selecting equipment.

1. Number of Boilers: 1

2. Type: Fire-tube

3. Fuel: Natural Gas

4. Output: 1920 MBH

5. Entering Water Temperature: 143 deg. F

6. Leaving Water Temperature: 163 deg. F

7. Total Water Flow: 200 GPM

8. Electrical Service: 480 volts/3 phase

9. Pressure Drop (ft) – 15.6

Arkansas Tech University - Dean Hall Boiler RFP


0050-Equipment Specifications
Condensing Boiler
PART 1 - GENERAL

1.01 GENERAL REQUIREMENTS

The requirements of this Section shall conform to the general provisions of the Contract, including
General and Supplementary Conditions, Conditions of the Contract, and Contract Drawings.

1.02 SCOPE

Section includes packaged, factory-fabricated and assembled, gas-fired, fire-tube condensing boilers,
trim, and accessories for heating cot water.

1.03 QUALITY ASSURANCE

A. Experience: At the time of submission of the proposal, the boiler


model must have been in standard production for a minimum of one year.

B. Electrical Components, Devices, and Accessories: Listed and labeled as defined in NFPA 70,
Article 100, by a testing agency acceptable to authorities having jurisdiction, and marked for
intended use.

C. ASME Compliance: Fabricate and label boilers to comply with ASME Boiler and Pressure Vessel
Code.

D. "ASHRAE/IESNA 90.1 Compliance" Boilers shall have minimum efficiency according to "Gas and
Oil Fired Boilers - Minimum Efficiency Requirements."

E. AHRI Compliance: Boilers shall be AHRI listed and must meet the minimum efficiency specified
under AHRI BTS-2000 as defined by Department of Energy in 10 CFR Part 431.

F. ANSI Compliance: Boilers shall be compliant with ANSI Z21.13 test standards for US and
Canada. Boilers shall be tested in an ISO 17025 recognized laboratory. Boilers tested to UL 795
shall not be permitted.

a. ANSI Z21.13 pertains to gas-fired low-pressure steam and hot water boilers. UL 795
pertains to commercial-industrial gas heating equipment.

G. CSA Compliant: Boilers shall be compliant with CSA certification.

1.04 DELIVERY AND HANDLING

A. Factory assemble entire unit. For shipping, disassemble into as large as practical sub-assemblies so
that minimum amount of field work is required for re-assembly.

B. Unit shall be stored and handled per Manufacturer’s instructions.

Arkansas Tech University - Dean Hall Boiler RFP


1.05 WARRANTY

A. Standard Warranty: Boilers shall include manufacturer's standard form in which manufacturer
agrees to repair or replace components of boilers that fail in materials or workmanship within
specified warranty period.

1. Verify available warranties for units and components and insert number below.
2. Warranty Period for Fire-Tube Condensing Boilers:
3. Heat Exchanger, Pressure Vessel and Condensation Collection Basin shall carry a 10
year limited warranty against defects in materials or workmanship.
4. Heat exchangers/pressure vessel are warranted against thermal shock for the lifetime of
the boiler.
5. The burner shall carry a five (5) year limited warranty against defective material or
workmanship from the date of shipment.
6. All other components shall carry a one year limited warranty from date of boiler start up
or 18 months from shipment if start up cannot be proven.

PART 2 - PRODUCTS

2.01 MANUFACTURERS

A. Acceptable Manufacturers:
1. Lochinvar – Basis of Design
2. Aerco
3. RVI
4. Raypak
5. Bryan

B. If equipment manufactured by a manufacturer other than that scheduled is utilized, then the
Mechanical Contractor shall be responsible for coordinating with the General Contractor and all
affected Subcontractors to insure proper provisions for installation of the furnished unit. This
coordination shall include, but not be limited to, the following:

1. Piping size and connection/header locations.


2. Electrical power requirements and wire/conduit and overcurrent protection sizes.
3. Boiler physical size on plant layout.

2.02 GENERAL.

A. Operation Following Loss of Normal Power:

1. Equipment, associated factory- and field-installed controls, and associated electrical equipment
and power supply connected to backup power system shall automatically return equipment and
associated controls to the operating state occurring immediately before loss of normal power
without need for manual intervention by an operator when power is restored either through a
backup power source, or through normal power if restored before backup power is brought on-
line.

2. Include means and methods required to satisfy requirement even if not explicitly indicated.

Arkansas Tech University - Dean Hall Boiler RFP


2.03 CONSTRUCTION

A. Description: Boiler shall be natural gas fired, fully condensing, and fire tube design. The boiler shall
be factory-fabricated, factory-assembled, and factory-tested, fire-tube condensing boiler with heat
exchanger sealed pressure tight, built on a steel base; including insulated jacket; flue-gas vent;
combustion-air intake connections; water supply, return, and condensate drain connections; and
controls.

B. Heat Exchanger: The heater exchanger shall bear the ASME “H” stamp for 160 psi working pressure
and shall be National Board listed. The heat exchanger shall be constructed of a fully welded 316L
stainless steel interior with a carbon steel shell and of fire tube design. Fire tube shall be of the
Wave Fire Tube design and capable of transferring 16,000 to 20,000 Btu’s per tube. The Wave Fire
Tube shall be manufactured via a liquid impact process. The Wave Fire Tube shall have an OD =
1.654” and a wall thickness = 0.039”. The top and bottom tubesheets shall have a minimum
thickness = ¼” (0751-2001) or 3/8” (2501,6001). There shall be no overlapping welds with the Wave
Fire Tube to tubesheet welds. The heat exchanger shall be designed for a single-pass water flow to
limit the water side pressure drop. There shall be no banding material, bolts, gaskets or “O” rings in
the heat exchanger design. Cast iron, aluminum, or copper tube or water tube boilers will not be
accepted.

C. Condensate Collection Basin: Fully Welded 316L stainless steel.

D. Intake Filter and Dirty Filter Switch: Boiler shall include an intake air filter with a factory installed air
pressure switch. The pressure switch will alert the end user on the screen of the boiler that the
intake filter is dirty and needs to be changed.

E. Pressure Vessel: The pressure vessel shall be in accordance with ASME Section IV pressure vessel
code. The pressure vessel shall be designed for a single-pass water flow to limit the water side
pressure drop. Pressure drop shall be no greater than 6.5 psi at 180 gpm.

F. Burner: Natural gas, forced draft single burner premix design. Operation of the burner shall not
exceed that of 5.7% oxygen level or 40% excess air. The burner shall be high temperature stainless
steel with an outer covering to provide modulating firing rates. The burner shall be capable of the
stated gas train turndown without loss of combustion efficiency. The burner shall be removable from
the boiler without removing the gas/air manifold. The burner shall have an independent laboratory
rating for Oxides of Nitrogen (NOx) to meet requirements of South Coast Air Quality Management
District (SCAQMD) as compliant with Rule 1146.2 (FB 0751 – FB 2001), Bay Area Quality
Management District as compliant with Regulation 9 Rule 7 (FB 2501 – FB 6001) and Texas
Commission on Environmental Quality (FB 0751 – FB 2001) as being compliant with Section
117.465.

G. Blower: Boiler shall be equipped with a pulse width modulating blower system to precisely control
the fuel/air mixture to provide modulating boiler firing rates for maximum efficiency. The burner firing
sequence of operation shall include pre-purge, firing, modulation, and post-purge operation.

H. Gas Train: The boiler shall be supplied with two gas valves designed with negative pressure
regulation and shall be capable of the following minimum turndown, 20:1

I. Ignition: Spark ignition with 100 percent main-valve shutoff with electronic flame supervision. Boilers
using a pilot for ignition and/or UV scanners for flame supervision shall be deemed unacceptable.

Arkansas Tech University - Dean Hall Boiler RFP


J. Casing:

1. Jacket: Heavy gauge primed and painted steel jacket with snap-in closures. Jacket panels shall
be fully removal; the front door and side panels shall not require tools for removal. The jacket
shall be mounted on a steel base with a minimum thickness = ¼”.
2. Control Compartment Enclosures: NEMA 250, Type 1A.
3. Combustion-Air Connections: Inlet and vent duct collars.
4. Clearances: Boilers shall feature zero (0) clearance to combustibles. Boilers shall have the ability
to be placed side by side in multiples with no clearance in between if necessary. Local codes
should be considered.

K. Oxygen Sensor: An O2 sensor shall be offered as an optional package with this boiler. The O2
sensor shall be made by a top automotive supplier and is only available through Lochinvar. The
O2 sensor shall be located in the combustion chamber. Boilers with O2 sensors placed elsewhere
on the unit shall not be permitted.

2.04 TRIM

A. Safety Relief Valve:


1. Size and Capacity: 50 lb

a. System pressures should be confirmed.


b. Custom relief valve sizes can be ordered.

2. Description: Fully enclosed steel spring with adjustable pressure range and positive shutoff;
factory set and sealed.

B. Pressure Gage: Minimum 3-1/2 inch diameter. Gage shall have normal operating pressure
about 50 percent of full range.

C. Drain Valves: Minimum NPS 3/4 or nozzle size with hose-end connection.

D. Condensate Trap: Factory supplied condensate trap with condensate trip sensor.

2.05 CONTROLS

A. Boiler controls shall feature the following standard features:

1. Minimum of 8” LCD screen display displaying status, modulation percentage, setpoints, and
sensor data at a minimum on the home screen. Additional information such as history and
parameters can be accessed via the touchscreen display without the need for navigation
buttons. A screen saver mode shall be available with the display.

2. Variable Speed Boiler Pump Control: Boiler may be programmed to send a 0-10V DC output
signal to an ECM or VFD boiler pump to maintain a designed temperature rise across the heat
exchanger.

Arkansas Tech University - Dean Hall Boiler RFP


3. Password Security: Boiler shall have a different password security code for the User and the
Installer to access adjustable parameters.

4. Outdoor air reset: Boiler shall calculate the set point using a field installed, factory supplied
outdoor sensor and an adjustable reset curve.

5. Pump exercise: Boiler shall energize any pump it controls for an adjustable time if the
associated pump has been off for a time period of 24 hours.

6. Ramp delay: Boiler may be programmed to limit the firing rate based on six limits steps and six
time intervals.

7. Boost function: Boiler may be programmed to automatically increase the set point a fixed
number of degrees (adjustable by installer) if the setpoint has been continuously active for a set
period of time (time adjustable by installer). This process will continue until the space heating
demand ends.

8. Domestic hot water priority: Boiler shall make the domestic hot water call for heat a priority
over any space heating call and adjust the boiler setpoint to the domestic hot water boiler
setpoint.

9. Domestic hot water modulation limiting: Boiler may be programmed to limit the maximum
domestic hot water firing rate to match the input rating of the indirect tank coil.

10. Domestic hot water night setback: Boiler may be programmed to reduce the domestic hot
water tank set point during a certain time of the day.

11. PC port connection: Boiler shall have a PC port allowing the connection of PC boiler software.

12. Time clock: Boiler shall have an internal time clock with the ability to time and date stamp lock-
out codes and maintain records of runtime.

13. Service reminder: Boiler shall have the ability to display a service notification screen based
upon months of installation, hours of operation, and number of boiler cycles. All notifications
are adjustable by the installer.

14. Anti-cycling control: Boiler shall have the ability to set a time delay after a heating demand is
satisfied allowing the boiler to block a new call for heat. The boiler will display an anti-cycling
blocking on the screen until the time has elapsed or the water temperature drops below the
anti-cycling differential parameter. The anti-cycling control parameter is adjustable by the
installer.

15. Night setback: Boiler may be programmed to reduce the space heating temperature set point
during a certain time of the day.

Arkansas Tech University - Dean Hall Boiler RFP


16. Freeze protection: Boiler shall turn on the boiler and system pumps when the boiler water
temperature falls below 45 degrees. When the boiler water temperature falls below 37 degrees
the boiler will automatically turn on. Boiler and pumps will turn off when the boiler water
temperature rises above 43 degrees.

17. Isolation valve control: Boiler shall have the ability to control a 2-way motorized control valve.
Boiler shall also be able to force a fixed number of valves to always be energized regardless of
the number of boilers that are firing.

18. BMS integration with 0-10V DC input: The Control shall allow an option to Enable and control
set point temperature or control firing rate by sending the boiler a 0-10V input signal.

19. Data logging: Boiler shall have non-volatile data logging memory including last 10 lockouts,
hours running and ignition attempts and should be able to view on boiler screen.

20. Burner High Temperature Limit: Automatic and manual reset stops burner if operating
conditions rise above maximum boiler design temperature. Limit switch to be manually reset on
the control interface.

21. Low-Water Cutoff Switch: Electronic probe shall prevent burner operation on low water. Cutoff
switch shall be manually reset on the control interface.

22. Blocked Inlet Safety Switch: Manual-reset pressure switch field mounted on boiler combustion-
air inlet.

23. High and Low Gas Pressure Switches: Pressure switches shall prevent burner operation on
low or high gas pressure. Pressure switches to be manually reset on the control interface.

24. Proof of Closure Valve: Proof of closure valve (POC) shall prevent the boiler from firing if the
POC valve seat is detected open. Upon a call for heat, once the POC valve seat is proven to
be closed, the pre-purge cycle will begin and the POC valve will begin to open.

25. Blocked Drain Switch: Blocked drain switch shall prevent burner operation when tripped.
Switch to be manually reset on the control interface.

26. Low air pressure switch: Pressure switches shall prevent burner operation on low air pressure.
Switch to be manually reset on the control interface.

27. Audible Alarm: Factory mounted on control panel with silence switch; shall sound alarm for any
lockout conditions.

2.07 Venting

A. Exhaust flue for the FB 0751 – FB 4001 must be Category IV approved PVC, CPVC, PP or stainless
steel sealed vent material from one of the approved manufacturers listed in the Installation and
Operation manual. Boilers exhaust vent length must be able to extend to 100 equivalent feet.

Arkansas Tech University - Dean Hall Boiler RFP


B. Exhaust flue for the FB 5001 – FB 6001 must be UL listed, Category IV approved stainless steel
sealed vent material from one of the approved manufacturers listed in the Installation and Operation
manual. Boilers exhaust vent length must be able to extend to 100 equivalent feet.

C. Intake piping for all models must be of approved material as listed in the Installation and Operations
manual. Boilers intake pipe length must be able to extend to 100 equivalent feet.

D. Boiler venting and intake piping configuration shall be installed per one of the approved venting
methods shown in the Installation and Operation manual.

E. Boiler shall come standard with a flue sensor to monitor and display flue gas temperature on factory
provided LCD display.

F. Boilers using common venting must contact the factory for sizing.

G. Refer to manufacturer’s Installation and Operations manual for detailed venting instructions and
approved manufacturers.

PART 3 - EXECUTION

3.01 EXAMINATION

A. Receive off-load, and store as required, boiler and accessories before installation.

B. Examine boiler before installation. Reject boilers that are damaged.

C. Before boiler installation, examine roughing-in connecting to existing boiler equipment pad. Verify
location of piping, controls, electrical connections, sizes and other conditions affecting boiler
performance, maintenance, and operation.

D. Verify sizes and locations of concrete bases and support structure with actual equipment.

E. Proceed with installation only after unsatisfactory conditions have been corrected.

F. Clean boiler thoroughly. Comply with manufacturer’s instructions for filling and start-up of operation
to include not less than: verify lubrication of rotating parts; verify fan direction of rotation; verify that
motor amperage measured at motor junction box is in accordance with manufacturer's data;
balancing condenser water flow; adjust and verify operation of controls; coordinate all electrical
requirement with Electrical Contractor. Schedule and coordinate initial water treatment with chemical
treatment supplier.

Arkansas Tech University - Dean Hall Boiler RFP


00600 - Extended Warranty
Specifications – Boiler
1.01 PRICE: Extended Warranty Prices will be combined with the Scheduled Maintenance Prices on
the Proposal Form. The following extended warranty options shall be priced. Year 1 of service
begins on the date of Project Acceptance.

1. Extend warranty by 4 additional years beyond first year of service to result in a 5 year
period of complete boiler warranty protection.

1.02 SCOPE OF SERVICES: Extended Warranty shall cover the entire machine including materials,
equipment, parts, and labor.

1.04 AGREEMENT: Extended Warranty Agreement shall be between the Owner and the equipment
manufacturer.

1.05 RESPONSE TIME: The Supplier shall provide on-site warranty service within 2 hours of the
initial call for warranty.

PART 2 PRODUCTS (NOT USED)

PART 3 EXECUTION (NOT USED)

Arkansas Tech University - Dean Hall Boiler RFP

You might also like