AWARD
Z -- RECOVERY. THIS NOTICE IS PROVIDED FOR INFORMATIONAL PURPOSES ONLY. This project is funded through the American Recovery and Reinvestment Act (ARRA) of 2009. A firm fixed priced contract was awarded to Pro-Mark Services, Inc., of West Fargo, ND
- Notice Date
- 10/7/2011
- Notice Type
- Award Notice
- NAICS
- 238220
— Plumbing, Heating, and Air-Conditioning Contractors
- Contracting Office
- Department of Agriculture, Agricultural Research Service, Northern Plains Area, Area Office, 2150 Centre Avenue, Building D, Suite 310, Fort Collins, Colorado, 80526-8119, United States
- ZIP Code
- 80526-8119
- Solicitation Number
- AG-82HW-C-09-0019-Mod0006
- Archive Date
- 10/24/2011
- Point of Contact
- James C Wiltse, Phone: 970-492-7017
- E-Mail Address
-
james.wiltse@ars.usda.gov
(james.wiltse@ars.usda.gov)
- Small Business Set-Aside
- N/A
- Award Number
- AG-82HW-C-09-0019-Mod0006
- Award Date
- 9/17/2010
- Awardee
- PRO-MARK SERVICES, INC., 45 21ST AVE E, SUITE C, WEST FARGO, North Dakota 58078, United States
- Award Amount
- $35,433.00
- Description
- The purpose of this modification is to add the following: Contractor to provide labor and materials for addition of an analog flow sensor, pressure monitor or analog differential pressure sensor, and power monitor or meter for Base Bid Segment 1 NCSL, Replace Chiller, Add Alternate 2, Chiller Optimization Package. The following change is made to the specifications: 1. Page 4, insert after item f, items g thru j and renumber original items g thru i as k thru n - change to read: text in red indicates new text. f. Flow Switches-Factory installed and wired condenser and evaporator flow switches g. Provide and install an analog flow sensor on the chilled water supply line. Install a "Hot Tap" 1¼" installation kit and drill hole using 1 inch wet tap bit. The sensor shall be installed with at least 10 upstream and 5 downstream diameters of straight uninterrupted flow. The sensor shall be an Insertion Electromagnetic Flow Meter with a single analog output for flow rate. The flow meter shall have an accuracy of +1.0% of actual flow rate between flow velocities of 2 and 20 ft/sec and +2.0% ft/sec below 2 ft/sec and have a 80:1 turndown. Onicon model # F3500 series (or equal). Provide materials and equipment to make connection to existing control system. h. Provide and install a power meter on the power lines feeding the chiller. Provide and install current transformers recommended by the manufacturer of the power meter and make connection to power meter electronics. The system is 480 Volt, 3 phase, Y connected. The meter shall be capable of measuring kWh, total KW, true RMS voltage, true RMS current, total power factor and total KVA. The output shall be suitable to communicate with the installed BACnet/LON control system. Provide a NEMA 1 enclosure. Kele model PT-9000 Series (or equal). Provide materials and equipment to make connection to existing control system. i. Provide and install an analog wet/wet differential pressure sensor on the cooling. The sensor shall feature 316 stainless steel on wetted parts, 4-20 mA two wire output, operate on nominal 24VDC, have an accuracy of +0.5%, a differential pressure range of 60 psid and a 3-valve manifold assembly. Install the meter on the CHW side across the most distant CHW load in the system. CE model W30 Series by MODUS Instruments, Inc or equal. j. Provide and install a humidity meter capable of measuring relative humidity from 5 to 95% RH with 2% accuracy and produce a two wire 4-20 mA linear output. The meter can be either a RTD or thermister. The meter will feature temperature compensated circuitry to convert relative humidity into a 4-20 mA signal. The stability will be less than 0.5% drift per year, temperature compensated with less than 0.005% per °F, supply voltage of 18 - 35 VDC. Mount sensor on the exterior of the building in a proper enclosure or in the fresh air intake after the filters but before the coils in the north wing. Kele model H_20 K Humidity Transmitter or equal k. Startup/Warranty-Factory supervision of startup. Two year parts and labor warranty, excluding refrigerant will cover two complete cooling seasons. 5 year compressor warranty. l. Assembly and Test- Assembly includes complete factory fabrication and assembly of parts, wiring between control components and all controls listed, factory installed refrigerant charge. Testing includes operational and control testing on ARI certified test stands. m. Code Compliance and certification (Where Applicable)- Unit: ARI Standard 550/590 certified performance, ANSI/ASHRAE 15, MEA/ETL/ETLc listed, CRN, N.E.C.; Condenser and Evaporator: ARI Standard 550/590, ASME Section VIII Unfired Pressure Vessel Code, ANSI/ASHRAE 15, factory ISO certified. n. Approved manufactures: 1) Carrier 2) McQuay: 3) Trane 4) York 2. Labor and Materials to install JACE (Specific to Optimum Energy) A. Page 7, Add Alternate #2, Chiller Optimization Package, Add the following text: Re-label original item "f" to "g". f. The BAS controls contractors responsibilities will include: 1) Install, mount and provide 110V power for the Optimum Energy Tridium JACE controller (one JACE6 unit provided by Optimum Energy in one enclosure) The enclosure dimensions are width 20", depth 8" and height 20" 2) Provide BACnet/IP interface and wiring between the new Optimum Energy Tridium controller and the central plant control system (BAS). 3) Furnish and install all cabling, switches, modems, etc. in order to integrate and network the Optimum Energy JACE unit with the facility BAS. 4) The T.A.C central plant energy management and control system will be and will remain the primary control for the chilled water and AHU system, but will provide ("write") these real time integration points to Optimum Energy Tridium JACE controller via BACnet/IP. This will allow the Optimum Energy LOOP Controller to make operating suggestions back to the building control system. 5) Map and forward sensor points through BACnet to the Optimum Energy's Tridium JACE controller. 6) Program the building automation system (BAS) to monitor the BACnet communications between the BAS and the Optimum Energy software. If there is a failure of communications the BAS will automatically revert back and control the chiller plant system using existing and updated fully dynamic set point controls (fail over safe mode sequences). Once communication has been reliably re-establish, Optimum Energy's software setting will again be used to optimize the plant via the Optimum LOOP set points. 7) Control Integration - Work with Optimum Energy to implement the control application and provide points in the T.A. C. BAS to support the all variable speed demand based control algorithms. The algorithms to determine optimally efficient plant speed and setting according to the Optimum LOOP and communicated via a BACnet/IP signal to the BAS. The BAS will be modified to incorporate ("read") these signals into its existing strategy and control of the chiller plant system. The normal mode of operation for the chiller and plane auxiliary equipment will be determined by the facility BAS, including all individual equipment enables, failures, safeties and alarms. In the event of a communication failure with the Optimum Energy controller, the BAS will be able to run the chiller water system in a fully functioning (and dynamic) fail-over mode - i.e. "smoothly" revert back to the original control logic and sequencing to produce the cooling and reliability required for the building. 8) Installation - Provide installation, conduit, wire, supervision, and scheduling, programming, checkout, commissioning and testing. Work to be done according to appropriate code. 9) Programming and Graphics - Furnish programming and updated graphics for this new scope of work on the operator workstation GUI. 10) Commissioning and testing of integration control sequences. Verification that all physical points, mapped through system, operate correctly and that the LOOP set points are read and followed accurately. Also, verification that system operates and smoothly switches properly to fail over safe mode ("BAS MODE"). 11) Provide customer adequate system documentation for any and all LOOP changes mated to the system. 12) Training of building staff on upgrade and changes. 13) Warranty - furnish a one year parts and labor warranty for new controls furnished and/or installed by contractor. 3. Cooling Tower Stand. A. Bid Item 1. NCSL Replace Chiller, Page 5, Item C.2.a 7) galvanized steel casing and structure. Add "Includes raised stands for two cooling towers for adequate pressures, flows, and efficient operations." 4. As a result of this modification in consideration for the work and materials above the contract price is increased by $35,433.00. 5. No additional time is request or granted for this modification.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/ARS/NPA/Awards/AG-82HW-C-09-0019-Mod0006.html)
- Record
- SN02604393-W 20111009/111007234138-d48195f3d551f1d4a39a2eda04a32af2 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |