Vous êtes sur la page 1sur 65

St.

Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College

Invitation to Bid

Bid No:
Bid Name:
Bids Due:

BID-SJR-03-2016
HVAC Maintenance Services for St.
Johns River State College
Wednesday, April 6, 2015
1

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College

1.0 General Terms and Conditions


2.0 Contract Term
3.0 Schedule
4.0 Proposal Instructions
5.0 Specifications
6.0 ITB Forms
St. Johns River State College serves students in Putnam, St. Johns and Clay counties. SJR State is soliciting
sealed bids for the purpose of providing HVAC maintenance services to all St. Johns River State College
Campus locations. The contract for this ITB will be awarded to the vendor who best meets the need of the
college.
St. Johns River State College Campus Locations
Palatka Campus
5001 St. Johns Ave
Palatka, FL 32177
St. Augustine Campus
2990 College Drive
St. Augustine FL 32080
Orange Park Campus
283 College Drive
Orange Park, FL 32065
*Detailed information on equipment per campus is located within the BID document.
1.0 General Terms and Conditions
All Companies submitting a response to this ITB understand and agree that the affirmative act of submitting a
response constitutes acceptance and agreement to the General Terms and Conditions. Proposers are
responsible for adhering to the General Terms and Conditions. Lack of knowledge by the Proposer will in no
way be cause for relief from responsibility.
BID DATE AND TIME
All Bids must be delivered to the Purchasing Office, located at 5001 St. Johns Ave, Palatka FL 32177 on or before
the due date as listed below. Please boldly indicate the bid number on the outside of your sealed bid envelope
to assist the College internally in identifying your bid.
To be considered responsive your bid shall be signed by an authorized employee/officer with the authority
to bind a contract.
To be considered responsive, bidders must attend a mandatory pre bid meeting on 03/23/2016 at 1:30pm.
The meeting will be held on the Palatka Campus located at 5001 St. Johns Avenue in Room A-154.
To be considered responsive, bidders shall deliver before 2:00 p.m. EST. on 04/06/2016 (1) one original hard
copy, (3) three duplicate copies and provide one (1) USB drive that contains all of your documentation
included in the original bid in a pdf format.
2

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College

Note: Original bid must be marked ORIGINAL and must have original signatures. Please label the USB
drive with the Colleges name, bid number, and your companys name. (i.e. Copy Acme Bid, BID-SJR03-2016). It is the bidders responsibility to guarantee the USB drive is 100% identical to your original
hard copy bid. In the event of a discrepancy, your original hard copy will prevail.
PLACE FOR RECEIVING BIDS
Bids may be mailed or hand delivered to:
St. Johns River State College
c/o Purchasing Coordinator
Office of Business Affairs, Building A
5001 St. Johns Ave
Palatka, Florida 32177
All bids must arrive and be date/time stamped by a Purchasing Department representative prior to the
specified bid due date/time. Bids received after that time will not be accepted. Bids cannot be faxed or
emailed. The College will not be responsible for Postal or other delivery service delays that cause a bid to
arrive at the Business Office, Building A, Room A0029 after the designated bid due date/time.
PUBLIC BID OPENING
St. Johns River State College will conduct a Public bid/proposal opening at 2:30pm on 04/06/2016 at the Colleges
Administrative Offices Bldg. Room # A-154, 5001 St. Johns Ave, Palatka FL 32177. Sealed bids, proposals, or
replies received by the College pursuant to this solicitation will remain confidential and are exempt from
Floridas Public Records Act (Ch. 119, Florida Statutes) until such time as the College provides notice of an
intended decision or until 30 days after opening the bids, proposals, or final replies, whichever is earlier.
Thereafter, by submitting a response to this solicitation, the proposer acknowledges that all documents and
information submitted to the College, including pricing information, is considered a public record under
Floridas Public Records Act and may be disclosed to third parties upon request notwithstanding any
confidentiality clauses or labels contained in such documents. Please direct any inquires to the College
contact listed below.
BID PACKAGE
Interested bidders may obtain a Bid Package from Julianne Young, Purchasing Coordinator for St. Johns River
State College by any of the following methods.
By email: julianneyoung@sjrstate.edu
By download, available at : http://sjrstate.edu/032016

By USPS: Request sent certified mail to:


Purchasing Department
St. Johns River State College
5001 St. Johns Ave
Palatka, Florida 32177
3

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College

Walk-in Pick Up:


St. Johns River State College
c/o Purchasing Coordinator
Office of Business Affairs, Building A
5001 St. Johns Ave
Palatka, Florida 32177
BID AWARD PROCESS
The basis for bid award, if awarded, is to the lowest or best bid for basic services which meets or exceeds the
conditions of the bid specifications and the College is not necessarily bound to accept the lowest bid if that bid
is contrary to the best interest of the College. Notice of the recommendation of the intent to award is
anticipated by the close of business on 04/07/2016. POSTING OF RECOMMENDATION OF AWARD: The
Colleges recommendation of award will be posted to http://sjrstate.edu/032016
IDENTICAL OR TIED PROPOSALS/BIDS (USING FEDERAL FUNDS): The decision for the award of tied
bids/proposals shall be made after a careful review of the circumstances surrounding the tie. pursuant
to FS 287.08 the College will break a tie/award to a business that has implemented a with drug-free
workplace programs; if still tied, pursuant to HB 687 and FS 287.057(12) the College shall give
consideration to Service Disable Veterans owned businesses certified by the State Department of
Management Services so as to break a tie bid and award a tied bid to a certified Service Disabled
Veterans owned businesses when all other things are equal.
IDENTICAL OR TIED PROPOSALS/BIDS (USING STATE FUNDS): The decision for the award of tied
bids/proposals shall be made after a careful review of the circumstances surrounding the tie, with
preference being given to State of Florida Proposers, if still tied, pursuant to FS 287.08 the College will
break a tie/award to a business that has implemented a with drug-free workplace programs; if still tied,
pursuant to HB 687 and FS 287.057(12) the College shall give consideration to Service Disable Veterans
owned businesses certified by the State Department of Management Services so as to break a tie bid
and award a tied bid to a certified Service Disabled Veterans owned businesses when all other things
are equal; if still tied, finally by flip of coin, when all other factors are equal.
PROTEST OF INTENDED DECISION
A Notice of Intended Decision to recommend or reject proposals will be posted in the Purchasing Department
and at the Purchasing website http://www.SJR State.edu/purchasingdept.html. In the event an unsuccessful
firms desires to protest the Colleges notice of intended decision to award or reject a proposal, that Firms shall
be required to comply with the St. Johns River State Colleges ITB Protest Procedure a copy of which is
available from the Purchasing Coordinator, including, without limitation, filing a notice of protest with the
Purchasing Coordinator, in writing, within seventy-two (72) hours after receipt of the notice or posting of the
intended decision, and filing a formal written protest within ten (10) calendar days after the date the notice of
protest is filed. Failure to file a protest within the time prescribed in Section 120.53(5), Florida Statutes, which
is 72 hours, shall constitute a waiver of proceedings under Chapter 120, Florida Statues and must be received
in writing by the Purchasing Coordinator.

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College

ADVERTISING
In submitting a proposal, Proposer agrees not to use the results there from as a part of any commercial
advertising unless permission in writing is granted by the College. Violation of this stipulation may be subject
to the action covered by ARTICLE 30 of these General Conditions.
APPLICABLE LAW
The bidder shall comply with all federal, state, and local laws, rules, ordinances and regulations (Laws)
applicable to the Bidders response to the ITB, the contract executed in connection with the ITB, and the
provision of services under the ITB and the contract. The term Laws as used in this provision shall be
deemed to include all laws which are specifically applicable to the College, as a political subdivision of the
State of Florida and an educational institution. This ITB and the contract to be executed in connection with the
award of this ITB must be modified in accordance with any statutory requirement of the State of Florida. Lack
of knowledge by the Bidder will in no way be cause for relief from responsibility.
Venue
The contract, when entered into and any disputes hereunder, shall be construed in accordance with
the laws of the State of Florida and enforced in the courts of the State of Florida. College and firm
hereby agree that venue shall be in Putnam County, FL.
ASSIGNMENT
Any purchase order issued pursuant to this solicitation and any monies which may become due there under are
not assignable except with the prior written approval of the College.
AWARD
As the best interest of St. Johns River State College may require, the right is reserved to reject any and all
proposals, or any portion of ITBs, to waive any informality in proposals received, or to accept any item or
group of items unless qualified by the Proposer. The College reserves the right to reject any portion or all bids,
to resolicit bids or not and to waive informalities as deemed in the best interest of the College. If this proposal
requests prices for multiple items. The College reserves the right to award the proposal, by item, to the
Bidder(s) which, in the sole discretion of the College, is the most responsive and responsible Bidder(s), price,
qualifications and other factors considered for that item. The issuance of a purchase order constitutes a
binding contract.
BRAND NAME OR EQUAL
(As used in this paragraph, the term "brand name" includes identification of supplies by make and model.) If
the items called for herein have been identified in the Schedule by a "brand name or equal" description, such
identification is intended to be descriptive, but not restrictive, and is to indicate the quality and characteristics
of products that will be satisfactory if they meet the listed essential requirements. Proposals offering "equal"
products will be considered for award, if allowed by the proposals/Special Conditions and if such products are
clearly identified and are determined by the college to be equal in all material respects to the brand name
products listed in the specifications. Unless the Proposer indicates in his proposal that he is offering an "equal"
product, his proposal shall be considered as offering a brand name product identified in the specifications.

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College

COMPLIANCE WITH SPECIFICATIONS


When formal specifications are referenced in the solicitation, insertion of brand names or makes and model
numbers by the Proposer will be understood to mean that the product offered fully complies with such
specifications unless the Proposer specifically states otherwise.
CONDITIONS AND PACKAGING
It is understood and agreed that any item offered or shipped as a result of this solicitation shall be new
(current production model) at the time of the solicitation unless otherwise stipulated in the solicitation. All
containers shall be suitable for storage or shipment. Proposal prices shall include standard commercial
packaging, unless otherwise stipulated in the solicitation.
CONE OF SILENCE
From the time the public advertisement of this (ITN, RFQ, RFP, ITB, or other) takes place until the (ITN, RFQ,
RFP, ITB, or other) is awarded and approved by the Board of Trustees, a vendor shall not contact any other
College personnel or members of the Colleges District Board of Trustees, or Administrative staff either
directly or indirectly, to discuss the selection process or in an attempt to further their interest in being
selected. Failure to abide by the Cone of Silence policy is grounds for disqualification from this (ITN, RFQ, RFP,
ITB, or other) process and vendor will not receive further consideration in reference to this (ITN, RFQ, RFP, ITB,
or other).
It is expected that personnel and team members from firms that have applied for this selection refrain from
posting opinions, provide commentary or engage is any discussion regarding the selection by the use of social
media such as Twitter, Facebook, My Space and the like. Violation of these guidelines may result in
disqualification of the applicant. The latter applies to employees of the Proposer, retained consultants or any
other representative or individual promoting on behalf of the Proposer. Violation of these guidelines may
constitute grounds for disqualification.
CONFLICT OF INTEREST
Any award hereunder is subject to Chapter 112 Florida Statutes concerning conflict of interest. All Proposers
must disclose the name of any officer, director, Board of Trustee, or agent who is also an employee of the State
of Florida or any of its agencies. All Proposers must disclose the name of any College employee who owns,
directly or indirectly, an interest of 5% or more in the Proposer's firm or any of its branches or dealerships.
COOPERATIVE PURCHASE AGREEMENT
As provided in the Florida State Board of Education Administrative Rule 6A-14.0734(2)(c) and with the consent
and agreement of the successful Respondent(s)/Bidder(s), purchases may be made under this RFP/Bid
Solicitation by other State of Florida community/state colleges, state universities, district school boards,
political subdivisions and any other state agencies within the State of Florida. Such purchases shall be
governed by the same terms and conditions stated in the proposal/bid solicitation document and resulting
agreement, for the same price and for the same effective time period. If the period of time is not defined
within the RFP/Bid solicitation document or resulting agreement, the prices and all terms and conditions shall
be firm for one hundred and twenty (120) days from date of contract execution. Each State of Florida agency
allowed by the successful Respondent(s)/Bidder(s) to use the resulting agreement shall do so independent of
any other State of Florida agency. Each state agency shall be responsible for its own purchases and shall be
liable only for goods or services ordered, received and accepted. No other state agency receives any liability
6

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College

by virtue of this RFP/Bid and subsequent agreement. This cooperative purchase agreement in no way restricts
or interferes with the right of any State of Florida agency to re-bid any or all items or services.
DEFINITIONS
College, SJR State or St. Johns River State College refers to The St. Johns River State College. The college is a
political subdivision of the State of Florida.
Firm, vendor, business, proposer, contractor or bidder in this document refers to respondents to this
invitation to bid.
ELIGIBLE BIDDERS
Eligible bidders are defined as those bidders who are not excluded from bidding according to the Federal
Governments Excluded Parties List (www.epls.gov) or by Section 287.133, Florida Statute.
EXCEPTIONS TO THE CONTRACT
Not all items cataloged by the successful Proposer will be purchased under the ensuing contract. Some office
supply, equipment or furniture purchases will be made from other sources as required by law or regulation, for
example, purchases from state contract vendors, Florida Association of Rehabilitation Facilities (RESPECT) or
Florida Prison Industries (PRIDE). For more detailed information on state contracts, or items marketed by
RESPECT or PRIDE, contact the purchasing office of this solicitation.
PAYMENT
If awarded, the annual lump sum fee for basic services will be divided into twelve equal payments and
invoiced monthly in arrears. Payment will be made by the College after the items have been received,
inspected, and found to comply with the specifications, are free of damage or defect, and have been properly
invoiced. Discounts will be taken if payment is made within the discount period. All invoices shall bear the
College purchase order number.
PERSONNEL
Contractor agrees each of its employees will be properly qualified and will use reasonable care in the
performance of Services. If the College, in the Colleges sole opinion, determines, for any reason, that the
qualifications, actions or conduct of any particular Contractor employee has violated the Agreement by
performing unsatisfactory services, interfering with operation of property, bothering or annoying any
occupants, other contractors or subcontractors at Property, or that such actions or conduct is otherwise
detrimental to the College, then upon the Colleges written notice, Contractor shall immediately provide
qualified replacement. Contractor employees shall report to designated personnel upon arrival and departure
from property in the performance of services. Contractors employees are expected to adhere to all college
policies and procedures including but not limited to maintaining a tobacco free campus.
PROTEST OF ITB DOCUMENT
All firms are required to thoroughly review the ITB document within a reasonable time after receipt. Any
concerns or comments relating to the ITB documents shall be brought to the attention of the Colleges
Purchasing Coordinator: Julianne Young, in writing, promptly after receipt. However, if the Firms desires to
protest the ITB document, or any of the specifications, requirements, or procedures thereof, the Firms will be
required to comply with the St. Johns River State Colleges ITB Protest Procedures, a copy of which is available
7

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College

from the Purchasing Coordinator at St. Johns River State College within seventy-two (72) hours after receipt of
the proposal document. Failure to comply with this procedure will constitute a waiver by the Firms of any right
to later protest on the basis of the form, content and substance, including without limitation, the
specifications, requirements or procedures, of the ITB documents.
PUBLIC RECORDS
Any material or documentation submitted in response to this solicitation will be a public document pursuant to
Section 119.07 Florida Statutes. This includes material which the responding bidder or proposer might consider
to be confidential or a trade secret. Any claim of confidentiality is waived upon submission effective after
public opening pursuant to FS 119.07.
SAFETY STANDARDS
All manufactured items and fabricated assemblies shall comply with applicable requirements of the
Occupational Safety and Health Act (OSHA), Federal EPA, Florida DER and any standards otherwise stipulated in
the solicitation.
SAFETY REQUIREMENTS
The Contractor by submitting a proposal response agrees that it shall be solely responsible for supervising its
employees, that it shall comply with all rules, regulations, orders, standards and interpretations promulgated
pursuant to Occupational Safety and Health Act of 1970, including but not limited to training, recordkeeping,
providing personal protective equipment, lockout/tag out procedures, Material Safety Data Sheets and labeling
as required by the right to now standard, 29 CFR 1910.1200.
SOVEREIGN IMMUNITY
The parties hereto acknowledge and agree that St. Johns River State College is a political subdivision of the
State of Florida. As such, pursuant to Florida Statute 768.28, the College's performance under any resulting
agreement and any amendments thereto or attachments connected there with, shall at all times be subject to
any and all state laws, state regulations and College District Board of Trustee Rules which are applicable to the
College's operations, commitments and/or activities in furtherance of any terms specified herein.
TAXES
The College does not pay federal, excise or state sales taxes. The applicable tax exemption numbers are:
Florida Sales Tax: 85-8013170533C-4
Federal Identification Number: 59-1033399
WITHDRAWAL OF PROPOSAL
Proposal may be withdrawn by written or telegraphic notice prior to solicitation public opening. Withdrawals
received after the time set for opening of solicitation will not be considered.

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College

2.0 Contract Term


If awarded, the successful bidder will enter into a contract with the College based on the bid specifications and
the result of the bid. SJR State has the option and reserves the right to extend the contract beyond the initial
12 month period for three (3) additional twelve (12) month periods by mutual consent of the parties. This
option does not prohibit SJR State from declining to enact the option to renew for any subsequent period(s).
At the time of renewal, inflationary increases, if any, shall be mutually agreed upon but shall not exceed the
Consumer Price Index for Other Goods and Services as reported by the U.S. Department of Labor Consumer
Price Index Summary for each renewal period (available online at
http://www.bls.gov/news.release/cpi.nr0.htm) The index used to adjust the Agreement price will be the
unadjusted twelve (12) month index for the last month of the executed Agreement available immediately
preceding the notice for annual renewal. Notice of intent concerning renewal is anticipated 60 days prior to
the end of the current term. The contract, if awarded, may be cancelled without cause by SJR State College
with 30 days prior written notice to the awarded bidder.
3.0 Schedule
The following schedule is a general guideline for issuance and recommendation of award of this ITB and
issuance of the contract. The College may change the dates of any events of this ITB and the issuance of the
Contract. Any changes to this schedule will be posted on the webpage dedicated to this ITB which can be
found at: http://sjrstate.edu/032016
Tentative Dates Scheduled
Issue ITB
Wednesday, March 9, 2016
Pre-Bid Meeting
Wednesday, March 23, 2016 at 1:30pm
Written questions due by 2:00 pm
Friday, March 25, 2016
*submit via email julianneyoung@sjrstate.edu
Proposals Due by 2:00 pm
Wednesday, April 6, 2016
Public Bid Opening at 2:30 pm
Wednesday, April 6, 2016 at 2:30pm
Recommendation of Intent to Award Issued*
Thursday, April 7, 2016
Bid Award*
Thursday, April 21, 2016
*The Bid Award is contingent upon acceptance and approval by the St. Johns River State College Board
of Trustees of the recommended Intent to Award. The recommendation of the Intent to
Award will be presented at the April board meeting on April 20, 2016 beginning at 3:00pm EST on the
Orange Park Campus, located at 283 College Road Orange Park FL, 32065 in the Thrasher Horne
Conference Center, Suites C & D.
PRE-BID MEETING - MANDATORY
The college will conduct a pre-bid meeting on Wednesday March 23, 2016 at 1:30pm EST. The meeting will
be held on our Palatka Campus, located at 5001 St. Johns Avenue, Palatka FL 32177, Building A, Room A-154.
Attendance at the pre-bid meeting is a mandatory requirement to be considered a Responsive Bidder.
3.2.1 Americans with Disabilities Act of 1990
If special accommodations are required in order to attend any Public Meeting, Pre-Bid Conference,
Tour of Grounds, etc., contact the Purchasing Coordinator via email at julianneyoung@sjrstate.edu or
at 386-312-4156.
9

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College

4.0 Proposal Instructions


QUESTIONS
Questions concerning this Invitation to Bid shall be directed to: Julianne Young by email at:
julianneyoung@sjrstate.edu and to no other person or department at the College.
MANDATORY REQUIREMENTS FOR RESPONSIVE BIDDERS
This section of the ITB provides proposers with instructions concerning required information that must be
submitted as part of their proposal. Failure to provide any of the required information or required documents
or failure to arrange the proposal in accordance with these instructions may result in the proposal being
rejected.
INSURANCE
The awarded contractor shall furnish a current Certificate of Insurance to the Colleges Purchasing
Coordinator prior to contract award / commencement of the work, as well as a copy of your GL policy
endorsement (on the ISO Endorsement Schedule format attached) that ensures the College will be provided
30 days written notice if your policy lapses for any reason. This certificate must include the College Bid
Number and be effective for the term of the contract and any extension thereof. All insurance companies
named on the certificate shall be licensed to do business in the State of Florida and have a minimum A.M. Best
rating of A-. All policies must be written on a primary basis, non-contributory with any other insurance
coverages or self-insurance of the College. Contractor shall obtain and maintain the minimum insurance
coverages set forth below. By requiring such minimum insurance, College shall not be deemed or construed
to have assessed the risk that may be applicable to Contractor under this contract. Contractor shall assess its
own risks and, if it deems appropriate and/or prudent, maintain higher limits and/or broader coverages. The
Contractor is not relieved of any liability or other obligations assumed or pursuant to the Contract by reason of
its failure to obtain or maintain insurance in sufficient amounts, duration, or types. The insurance coverages
stated below do not replace any surety bonds as required by contract.
Minimum Insurance Requirements Schedule
Policy:
Workers Compensation
Coverage:
WC Statutory Limits
Policy:
Coverage:

Automobile Liability
$1,000,000 Combined Single Limit Each Accident

Policy:
Coverage:

Comprehensive General Liability Insurance:


$1,000,000 Each Occurrence
$ 100,000
Fire Damage (Any One Fire)
$
5,000
Medical Payments (Any One Person)
$1,000,000 Personal and Adv Injury
$2,000,000 General Aggregate
$2,000,000 Products Comp/OP Aggregate

10

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College

5.0 Specifications
Scope of work
ERRORS AND OMMISSIONS
Bidders are expected to comply with the true intent of these bid specifications taken as a whole and shall not
avail themselves of any errors or omissions to the detriment of the services. Should any bidder suspect any
error, omission, or discrepancy in the specifications or instructions, the bidder shall immediately notify the
Purchasing Coordinator in writing who will issue written instructions to be followed. Bidders are responsible
for the contents of their proposal and for satisfying the requirements set forth in the bid specifications.
EQUIPMENT/MATERIALS/LABOR
IT WILL BE THE RESPONSIBILITY OF THE SUCCESSFUL PROPOSER TO SUPPLY ALL MATERIALS, TOOLS,
NECESSARY LABOR, ETC. FOR THE WORK TO BE PERFORMED AS SPECIFIED.
Section Definitions: For the purpose of this technical specifications document, when the terms
highlighted in this section are encountered, the definitions below shall be assumed. The contractor shall
request clarification of any term he considers unclear or ambiguous.
Furnish: create, purchase, or otherwise legally acquire a new item or, with owners permission, a
refurbished item and deliver it to the appropriate location in good working order and appearance.
Provide: furnish all parts and install or, in the case of services, perform, using technicians trained to
accomplish such tasks. It is expected that all warrantees on newly furnished and existing equipment shall
remain intact following the provision of any item.
Verify: assure equipment or components proper operation, full functionality, and/or working condition
including the provision of all maintenance tasks, repairs, or replacement as necessary.
Justify: furnish for owners consideration and, where appropriate, approval written documentation
describing an action, assessment, decision, etc.
3.0 Equipment Identification:
Equipment considered to be within the scope of this contract is identified in Appendix 1 Equipment
Lists:
Schedule A Palatka Campus Equipment Lists,
Schedule B Orange Park Campus Equipment Lists, and
Schedule C St. Augustine Campus Equipment Lists.
Every reasonable effort has been made to assure the completeness of these lists. Additions to or deletions
from these lists for example, those discovered during the initial inspection and reporting period
described below, or new equipment that comes on line during the contract period shall be made by
mutual agreement between the owner and the contractor. Rates shall be adjusted accordingly.
3.1 General Requirements:
3.1.0. Contractor shall check in with the Security Office upon arrival to and departure from the campus
where any service or duties are to be performed. The Security Office may assign Contractor keys for
access to HVAC equipment for the performance of duties upon check in. All keys signed out by Contractor
must be returned, and signed in, to the Security Office prior to Contractor departing campus. UNDER NO
CIRCUMSTANCES, INCLUDING SHORT TRIPS OFF CAMPUS, SHALL ASSIGNED SJR STATE KEYS
LEAVE CAMPUS GROUNDS.
3.1.1. All work shall be performed during regular college business hours. Regular business hours for all
campuses occur Monday through Friday between 8 a.m. to 5 p.m. during the fall, winter, and spring
sessions, and Monday through Thursday between 7:30 a.m. to 5:30 p.m. during summer A and B
sessions. (Current session schedules are available on the College web page at http://www.SJR State.edu.)

11

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College
3.1.2. Significant shut downs of major equipment shall be conducted only when the college is closed and
shall require prior approval of a SJR State Maintenance representative. The college is closed for two weeks
during the winter holiday, for one week during the spring holiday, and for shorter periods at other times
including extended weekends during summer terms.
3.1.3. Off season access to heating or cooling equipment during normal business hours may be permitted
at the owners discretion. All such work must be coordinated in advance with a SJR State Maintenance
representative.
3.1.4. No consideration is given in this contract for after hours or holiday scale.
3.1.5. The contractor may, at no further cost to the owner, perform services as he deems necessary in
addition to those specifically identified below in order to maintain equipment in good working order.
3.1.6. Safety requirements mandate that certain tasks be performed with equipment de-energized.
Standard lock-out/tag-out procedures shall be enacted during any and all maintenance work inside of
units or near open electrical wiring including heating elements, in proximity to normally rotating or
oscillating parts such as fans, and inside of units containing ultraviolet or electrostatic filters.
3.1.7. Proper management of the refrigerants present in some of the equipment listed below is an
absolute requirement of the contract. It is the contractors responsibility to maintain and account for
refrigerant charge. If, during an annual leak test or at any other time, it becomes necessary to add
refrigerant to replenish a units charge or to transfer refrigerant in the process of effecting repairs to the
equipment, the contractor shall immediately locate and repair any and all leaks and to furnish the owner
with documentation of the event. Documentation shall include at minimum an accounting of the type and
quantity of charge lost as well as a description of the measures taken to assure the future integrity of the
system.
3.1.8. The contractor shall furnish the owner (in this case, the Facilities Department at each campus) with
MSDS documentation for all products and chemicals utilized in the performance of the contract.
3.1.9. Contractors shall comply with 1013.49 F.S., Toxic substances in construction, repair, or
maintenance of educational facilities, and shall submit written notification to the Director of Facilities as
indicated in the statute.
3.1.10. It is the responsibility of the contractor to coordinate service of equipment that may be under
warranty with a representative of the Facilities Department and to perform any work in such a way as to
preserve existing warranties. Warranted equipment is identified in Appendix 1 Equipment Lists.
3.1.11. Initial Refrigerant Unit Charge Assessment: During the initial preventative maintenance visit for
waterside equipment, the contractor shall assess the existing refrigerant charge level for all units within
scope that contain refrigerant. If the refrigerant charge on any unit is determined to be below full
operating level as identified on the equipment data plate, the contractor shall note the deficit and justify
the amount of refrigerant needed. For purposes of this initial assessment only, College will then, in a
timely manner, furnish the contractor with replacement refrigerant to be used exclusively for
replenishment of the depleted charge. After confirming the suitability of the refrigerant provided, the
contractor shall recharge each unit to its full level using that material and shall justify refrigerant usage for
the owners records. During the initial assessment period only, the College shall assume labor and
material costs (excluding refrigerant) exceeding $5000.00. After this initial assessment, maintenance and
provision of refrigerant charge, inclusive of time, tools, and materials, becomes entirely the contractors
responsibility
3.1.12. Ownership of water treatment equipment: The College currently maintains ownership, and will for
the duration of any contract resulting from award of BID-SJR-03-2016, continue to maintain ownership of
all water treatment equipment on all campuses. Under the maintenance contract, in addition to
maintaining chemical treatment for HVAC hydronic systems, the contractor shall verify and maintain
operation of all equipment associated with water treatment including replacement of devices that are
malfunctioning or can no longer be calibrated. Such equipment includes, but is not limited to, chemical
pumps, water sensors, timers, flow metering stations, and other monitoring equipment. Should the
contract between SJR State and the HVAC Maintenance Service Provider be terminated for any reason, all
water treatment equipment shall remain the property of SJR State.

12

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College
3.2. Service Categories
The responsibilities for maintenance of equipment have been broken into four (4) general categories. The
four categories are:
A. Initial Inspection, Reporting; (Section 3.3)
B. Periodic Preventative Maintenance; (Section 3.4)
C. Annual Maintenance; (Section 3.5)
D. Call-out Maintenance and Repairs. (Section 3.6)
3.3 Initial Inspection and Reporting:
3.3.1. The intent of the inspection is to document a baseline condition for reference over the duration of
the contract. The initial inspection shall occur as part of the first periodic maintenance cycle.
A. At the outset of the contract, an initial inspection and reporting period shall commence during which it
is the contractors responsibility to:
B. Assess the existing condition of all equipment specified in Appendix 1 Equipment Lists (attached);
C. Document the addition or deletion of equipment relative to that which is listed in Appendix 1
Equipment Lists;
D. Perform maintenance or repair on the equipment identified in lines A and B above in order to bring that
equipment into good working order;
E. In certain rare cases, to identify and justify outstanding equipment deficiencies that the contractor
considers to be beyond the normal scope of a maintenance contract;
F. Justify findings from the initial inspection.
3.4. Periodic Preventative Maintenance:
3.4 The equipment identified below in sections 3.4.1 Periodic Maintenance Airside Equipment. 3.4.2
Periodic Maintenance DX Equipment and in 3.4.3 Periodic Maintenance Waterside Equipment shall be
addressed as part of every periodic maintenance cycle. The contractors responsibility for each item
includes inspection, assessment, adjustment, and repair or replacement as needed to maintain equipment
in good working order. Justify deficiencies and the steps taken to correct them.
Periodic inspection, maintenance, and repair as below shall occur regularly according to the following
schedule:
A. All airside equipment and DX equipment (air handling units, fan coil and blower coil units,
exhaust, return, and relief fans, unit heaters, and energy recovery units) shall be serviced a
minimum of three (3) times a year (in August, December, and April), except;
B. All airside equipment serving the Thrasher-Horne Center for the Arts and the Orange Park
Campus Health Sciences Building shall be serviced a minimum of four (4) times a year (in
August, November, February, and May);
C. All waterside equipment (chillers, cooling towers, boilers, pumps, and ancillary equipment) shall
be serviced a minimum of six (6) times a year (in August, October, December, February, April,
and June). The December periodic maintenance visit shall coincide with the December annual
maintenance visit.
3.4.1 Periodic Preventative Maintenance Airside Equipment
A. The specific periodic maintenance tasks enumerated below pertain to airside equipment including air
handling units, fan coil and blower coil units, exhaust, return, and relief fans, unit heaters, and energy
recovery units. In general, the service contractor shall be responsible for the proper operation of the
equipment and all associated components from the load side of the associated disconnect to the
discharge of the unit excluding controls and controlled specialties such as automatic valves and
dampers.
B. The contractor is expected to perform exactly those tasks applicable to each unit. For example, periodic
filter changes and coil inspection are required for air handlers, but not for exhaust fans, while drive
train maintenance is necessary for both. The contractor shall furnish all labor, parts, tools, and
materials necessary to the performance the tasks.

13

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College
C. Work shall be performed in a manner that maintains the integrity of any existing equipment warranties.
Warranted equipment is identified in Appendix 1 Equipment Lists. The contractor shall turn over to
the owner any and all warranty documentation pertaining to newly installed replacement equipment or
parts.
D. For all airside equipment covered by this contract, the following periodic maintenance tasks shall be
performed:
i. Verify the general condition and function of each unit;
ii. Spring isolators (floor mounted or suspended):
Verify that isolators have sufficient range of motion in all planes, are secured properly,
and have no visible defects;
iii. Motor mounts:
Verify that motor mounts are properly secured;
iv. Motors:
Verify motors proper operation. Furnish the owner with nameplate as well as operating
volts and amps;
Replacement motors shall be in-kind according to equipment manufacturers
specifications for that unit;
v. Motor starters:
Inspect contacts for signs of wear or heat associated defects;
Clean contacts with a solvent recommended by the equipment manufacturer. Do not
sand or file or use other mechanical means to clean;
Verify operation;
vi. Unit enclosure and structural integrity:
Verify that the air handling unit shell including outer and inner casing, doors, seams,
transitions, and all penetrations is free from leaks and in good physical condition;
Identify and justify structural or envelope deficiencies considered by the contractor to be
beyond the scope of a regular maintenance contract;
vii. Insulation/sound lining:
Inspect unit interior for insulation/sound lining integrity. Repair or replace any torn,
separated, delaminated, or otherwise damaged sections;
viii. Condensate pans:
Inspect air handling unit condensate pans for integrity and report all deficiencies to
owner for action;
Verify the operation of all drains, pumps, and overflow prevention devices (e.g.,
auxiliary pans and float switches) as applicable;
ix. Flexible duct connectors:
Verify that flexible connectors are intact with no air leaks, are securely attached to the
associated air handler and ductwork, and are properly aligned;
x. Fan integrity:
Verify that fans and blowers are free from mechanical defects and debris;
Verify the function and working condition of associated shafts and bearings;
Verify grease line connections and maintain a periodic lubrication schedule;
Inform the owner of excessive fan vibration;
xi. Drive train:
Verify the integrity of all belts and sheaves. Sheaves with physical defects that may
affect performance (including cracks, nicks, wear, and glazing) shall be replaced in kind;
Verify alignment of sheaves to assure that belt runs are straight and true;
Replace damaged, worn, glazed, or broken belts, and verify proper tension;
If changes other than one for one belt replacement are to be performed, verify fan
operating speed both before and after repairs. Provide documentation to owner;
xii. Air filters:
All filters on all campuses shall be replaced with new filters at each service visit three
(3) times per annum, except;

14

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College

Filters in units serving the Thrasher-Horne Center for the Arts and the Orange Park
Health Sciences Building shall receive new filters at each service visit four (4) times per
annum;
Replacement filters shall be 40% efficiency, pleated, disposable devices, sized for onefor-one replacement of existing filters;
xiii. Heating and cooling water coils:
All heating and cooling coils shall be inspected and cleaned properly and thoroughly at
least once during the first year, then inspected and maintained in prime condition for the
duration of the contract. Existing deficiencies shall be justified.
Inspect coils, associated piping, connections, valves for leaks;
Note the condition of coil fins and report significant deficiencies to the owner;
Verify that coils are free from debris;
Disassemble and thoroughly clean associated strainers as needed; Repair or replace
damaged or missing insulation;
Identify and immediate report to owner any and all deficiencies related to coils or
associated piping and specialties that have the potential to cause water damage to
owner property or structures;
xiv. Electrically powered heating elements:
Verify the proper operation of electrically powered heating elements including the
operation of all associated components (circuit breakers, switches, etc.) that affect
heater operation;
Verify that the air path (including any filters, grilles, and the fan itself) is clear of debris;
xv. Readouts and gages:
Verify the function of all existing analog and digital monitors associated with all
equipment. Monitors include temperature and pressure gages, flow readouts, state
indicators, etc. intended to be read by an individual located within sight of the device.
Sensors utilized by the energy management system for automatic control purposes are
specifically excluded;
Replace or repair any such sensors found to be damaged or out of calibration. Verify
functionality and calibrate new sensors;
The owner will furnish, for contractor to install, one time replacements for any missing
or not fully functional readouts and gages during the initial inspection. Installation shall
occur within two (2) weeks of receipt of owner furnished devices. After the initial
inspection period, all readouts and gages become the responsibility of the contractor.
3.4.2 Periodic Preventative Maintenance DX Equipment
A. The specific periodic maintenance tasks enumerated below pertain to all DX systems within the scope
of this contract. In general, the service contractor shall be responsible for the proper operation of the
equipment and all associated components from the load side of the electrical service disconnect on the
indoor unit to the load side of the disconnect on the condenser unit, as well as the controlling
thermostat and associated thermostat wiring.
B. The contractor is expected to perform exactly those tasks applicable to each unit. For example, drive
belts replacement might be necessary in air handlers but not in condenser units while motor
performance applies to both. The contractor shall furnish all labor, parts, tools, and materials
necessary to the performance the tasks.
C. Work shall be performed in a manner that maintains the integrity of any existing equipment
warranties. Warranted equipment is identified in Appendix 1 Equipment Lists. The contractor shall
turn over to the owner any and all warranty documentation pertaining to newly installed replacement
equipment or parts.
D. All indoor airside equipment associated with a DX system covered by this contract shall be maintained
according to the requirements put forth in Section 3.4.1 Periodic Preventative Maintenance Airside
Equipment.

15

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College
E. For all outdoor condenser units associated with a DX system covered by this contract, the following
periodic maintenance tasks shall be performed:
i.
General Condition:
Verify the general condition and functioning of each unit:
Inspect the condenser unit housing and surrounding piping for deterioration, corrosion,
and visible signs of physical damage;
Report on general condition taking special note of damage that may affect the
performance of the unit presently or in the future;
Clear and clean any debris from air intakes;
Repair or replace components or entire unit at the direction of the College;
ii.
Compressor:
Record nameplate data for reference;
Verify that the compressor engages properly when energized and runs smoothly during
its operating cycle;
Verify that the electrical performance of the compressor is within the manufacturers
specified range;
iii.
Fan:
Verify proper fan rotation;
Inspect the fan shaft for signs or corrosion or deterioration;
Verify that fan blades have adequate clearance over their full range of rotation;
Inspect fan blades for corrosion, nicks, blade pitch, loose hubs, and signs of imbalance;
iv.
Fan Motor:
Record nameplate data for reference;
Tighten mounting fasteners;
Verify that the motor engages properly when energized and runs smoothly during its
operating cycle;
Verify that the electrical performance of the motor is within the manufacturers specified
range;
Verify bearing integrity;
v.
Contactor:
Verify that the contactor engages properly when energized;
Inspect contactor for signs of arcing or pitting and replace as required;
vi.
Internal Breakers
Verify action of internal breakers, if present, and replace if defective;
vii.
Reversing Valve:
Inspect reversing valve for leaks and repair or replace as needed;
Verify that the reversing valve coil engages and that the valve reverses when energized.
Replace reversing valve as needed;
viii.
Heat Transfer Coils:
Inspect the overall condition of the heat transfer coils and report deficiencies to the
College;
Inspect coils for signs of potential leaks, especially at U-tubes, and replace defective
coils;
Clean coil faces of debris and build-up to assure free flow of air though fins;
ix.
Defrost Board:
Verify proper function of defrost board and replace if defective;
x.
Refrigerant Levels
Verify refrigerant levels and add refrigerant as needed to maintain factory design
refrigerant pressures in all modes of operation.
Justify to owner any changes in refrigerant levels, the amount of refrigerant added, and
the steps taken to minimize subsequent losses.
xi.
Service Valves:
Verify operation of all service valves and replace if defective;

16

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College
xii.

Inspect all service valves for leaks and replace if defective;


Internal Wiring:
Verify the condition of internal wiring, terminals, and connections to the compressor,
circuit boards, and other components;
Tighten terminals, replace nicked or damaged wiring, and replace charred or corroded
wiring;
Secure wiring from vibration and isolate free wiring from moving components using
weatherproof harnesses;

3.4.3 Periodic Preventative Maintenance Waterside Equipment


A. The specific periodic maintenance tasks enumerated below pertain to waterside equipment. In general,
the contractor is responsible for the proper operation of the entire unit from the load side of the
disconnect to the discharge of the unit, and from the associated strainers to the fluid discharge point
(excluding controls and controlled specialties, such as control valves, that are not considered part of
the equipment package).
B. The contractor is expected to perform exactly those tasks applicable to each unit. For example, while all
chillers require the contractor to verify refrigerant level, not all chillers require checks on oil level.
C. For all waterside equipment covered by this contract, the following periodic maintenance tasks shall be
performed:
i. Verify the general condition and function of each unit;
ii. Air cooled and water cooled chillers:
Verify general condition and function;
Verify control panel function including all ancillary functions (such as logging,
diagnostics, etc.) as applicable;
Verify proper operation of all safety and protection mechanisms;
Verify proper operation of flow switch;
Adjust operating controls as necessary;
Disassemble and thoroughly clean associated strainers as needed; Repair or replaced
insulation against condensation and/or excessive energy loss;
Verify that all monitors are functional and calibrated;
Verify that all gages, readouts, and other state indicators are fully functional and
calibrated;
Verify proper refrigerant level;
Verify proper oil level, condition, and operating temperature;
Verify that oil filters are clean and free from obstruction;
Verify proper operation of the lubrication system;
Verify proper operation of the crankcase heater and thermostat calibration;
Verify proper operation of the motor, motor starter, and all associated devices including
relays and controls;
Document motor voltage and current at full load;
Verify proper operation of condenser fans;
Verify that the condenser fan air path is clean and clear of debris.
Furnish owner with an operating log as well as documentation of chiller and chiller motor
condition, deficiencies, and actions taken to correct deficiencies.
iii. Cooling towers:
Verify general condition and function;
Verify sump integrity and freedom from leaks;
Verify the integrity of the supporting structure;
Verify motors proper operation. Furnish the owner with complete nameplate
information, running volts, amps, and motor rpms with unit at full operating speed.
Verify that fans are free from mechanical defects and debris;
Verify the function and working condition of associated shafts and bearings;
Verify grease line connections and maintain a periodic lubrication schedule;

17

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College

Inform the owner of excessive fan vibration;


Verify the integrity of all sheaves. Sheaves with physical defects that may affect
performance (including cracks, nicks, wear, and glazing) shall be replaced in kind;
Verify alignment of sheaves to assure that belt runs are straight and true;
Replace damaged, worn, or broken belts, and verify proper tension;
If changes other than belt replacement have been effected, verify fan operating speed
before and after repairs. Furnish documentation to owner for future reference.
Verify proper operation of automatic level control system;
Clean the sump of all detritus and debris;
Verify sump drains are clear of debris and are functioning properly;
Inspect spray nozzles, fill material, and air inlet diffusers verifying that all are free from
scale or other blockages;
Note and report to owner all deficiencies in associated piping, fittings insulation, and
specialties.
Furnish owner with documentation of cooling tower condition, deficiencies, and actions
taken to correct deficiencies.
iv. Boilers:
Verify general condition and function;
Verify the integrity of all fuel lines, fuel line couplings, seals, and pumps;
Verify control panel function including all ancillary functions (such as logging,
diagnostics, etc.) as applicable;
Verify proper operation of all safety and protection mechanisms (e.g., flame detection,
low water shut off, etc.);
Verify that all monitors are functional and calibrated;
Verify that all gages, readouts, and other state indicators are functional and calibrated;
Verify proper operation of the any motor, motor starter, and all associated devices
including relays and controls;
Inspect burners for signs of incomplete combustion and blocked or damaged ports. Take
corrective action as necessary;
Inspect and clean fuel filters. Provide replacement filters as needed;
Verify proper operation of relief and blowdown valves;
Disassemble and thoroughly clean associated strainers as needed. Repair or replaced
insulation against excessive energy loss.
Document entering and leaving water temperatures under full load conditions;
Furnish owner with documentation of boiler condition, deficiencies, and actions taken to
correct deficiencies.
v. Pumps:
Verify general condition and function;
Verify integrity of all connections and seals;
Verify that all pump specialties (e.g., backflow preventers, strainers, etc.) are
functioning properly;
Disassemble and thoroughly clean associated strainers as needed;
Repair or replace missing or damaged insulation;
Verify proper alignment and functioning of shaft, bearings, and coupling;
Verify that equipment isolators have sufficient range of motion in all planes, are secured
properly, and have no visible defects;
Verify that motor and pump mounts are properly secured;
Repair or replace areas of damaged or missing insulation.
vi. Water treatment equipment:
Provide water treatment service to all chilled water, condenser water, and hot water
systems in order to maintain proper heat transfer surfaced conditions;
Monitor and adjust chemical levels;
Furnish the owner with a condition report;

18

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College
3.5 Annual Maintenance:
The equipment identified below in section 3.5.1 Annual Maintenance DX Equipment and 3.5.2 Annual
Maintenance Waterside Equipment shall be addressed as part of every annual maintenance cycle. Justify
deficiencies and the steps taken to correct them.
Annual inspection, maintenance, and repair as below shall occur according to the following schedule:
A. All waterside equipment (chillers, cooling towers, boilers, pumps, and ancillary equipment) shall
be serviced once a year during SJR STATEs scheduled winter closure in December.
B. The annual maintenance visit and shutdown shall coincide with the December periodic
maintenance visit.
Annual responsibilities shall be performed in addition to the periodic maintenance responsibilities normally
occurring in December.
Off season access to heating or cooling equipment during normal business hours may be permitted at the
owners discretion. All such work must be coordinated in advance with an SJR STATE Maintenance
representative.
Work involving significant shut downs of major equipment shall be conducted only when the college is
closed, and shall require prior approval of an SJR STATE Maintenance representative.
3.5.1 Annual Maintenance DX Equipment
A. For all equipment covered by this contract, the following annual maintenance tasks shall be
performed:
i.
A. AHU Coil Cleaning:
The coil faces of each indoor air handler shall be thoroughly cleaned using current best
practice methods and materials.
ii.
B. Piping

Inspect piping for signs of deterioration including all supports, sleeves, and joints.
Repair or replace as needed;
Solder repairs to piping are acceptable if performed using current best practice methods
and materials;
Inspect piping insulation for degradation or damage along its entire length including
extended piping runs, seams, joints, and points of contact with supports or other
objects. Replace defective sections as necessary;
3.5.2 Annual Maintenance Waterside Equipment
A. For the waterside equipment covered by this contract, the following annual maintenance tasks shall be
performed:
i. Verify the general condition and function of each unit;
ii. Chillers:
Document entering and leaving fluid flow rates;
Document condenser and chilled water heat transfer;
Verify the condition of sight glasses;
Repair or replace damaged or missing insulation.
iii. Refrigerant leak test:
Perform a refrigerant leak test;
Top off refrigerant charge as needed;
Locate and repair all leaks;
Inspect equipment and associated piping for potential points of weakness or failure;
Furnish owner with documentation of test results including, if applicable, an accounting
of the type and quantity of charge lost as well as a description of the measures taken to
assure the future integrity of the system.
iv. Oil system:
Change low pressure refrigerant compressor oil and furnish owner with documentation of
oil lab analysis;

19

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College

Change high pressure refrigerant compressor oil only as required by equipment


manufacturer frequency or rate schedule or sooner if oil sample report dictates;
Replace filter and dryer with new;
Verify the proper operation of the oil pump including motor function and seal integrity;
Verify the proper operation of ancillary devices to the oil system including the cooler,
strainer, and/or solenoid valve, as applicable;
Verify that the dirt leg is clean and clear.

v. Motor:
Document motor winding resistance;
For open motors:
o verify the integrity of coupling and seals,
o lubricate motor,
o verify the proper functioning of drive package including sheave condition and
alignment, as applicable,
o Clean or replace contactors as required, retighten power wiring, and verify
contactor operation,
o Furnish owner with documentation of motor condition, deficiencies, and actions
taken to correct deficiencies.
vi. Motor starter:
Inspect contacts for signs of wear or heat associated defects;
Verify linkage function;
Change solid state starter fluid;
Tighten all power connections;
Replace air filter, as applicable;
Verify starter operation;
vii. Control Panel:
Run diagnostic check of panel;
Verify safety shut down sequence;
Tighten all controls and power wiring terminals;
Verify that all sensors and displays are functional and calibrated;
Verify the proper operation of all relays, internal controls, interlocks, and internal
safeties, including repair, replacement, and/or recalibration, as applicable;
viii. Purge unit:
Verify the proper operation of the purge system including all its subsidiary components;
Change the filter dryer;
Verify that the liquid feed line is clean and clear of debris;
Clean solenoid valves and verify their proper operation;
Verify the proper operation of the float valve;
Document pressure control set point;
ix. Condenser:
Prior to any mechanical or chemical cleaning, inspect tube sheets and heat transfer
tubes for signs of dirt, scale, or debris. A water treatment service technician shall be
present at this inspection and shall furnish the owner with a written report of tube
condition;
Verify proper operation of the flow switch;
Disassemble condenser head and inspect end sheets;
Brush clean condenser water tubes using nylon bristle brushes only;
Inspect head gaskets and replace as needed;
x. Cooler:
Verify flow and flow switch operation;
Document refrigerant level;
Furnish owner with documentation of chiller condition, critical performance values,
deficiencies, and actions taken to correct deficiencies.

20

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College
xi. Cooling towers:
Drain down unit;
Clean water sump;
Clean hot deck;
xii. Boilers:
The contractor shall be responsible for cleaning all heat transfer surfaces that become
fouled from dirt, scale, or debris which restrict water flow or normal heat transfer as
specified by the equipment manufacturer.
Prior to any mechanical or chemical cleaning, inspect tube sheets and heat transfer
tubes for signs of dirt, scale, or debris. A water treatment service technician shall be
present at this inspection and shall furnish the owner with a written report of tube
condition;
Inspect the fireside surfaces of the equipment and report on conditions including, at
minimum, any corrosion, blisters, pitting, erosion, surface irregularities, misalignment,
and weld deterioration;
Brush clean all fireside surfaces including water wall tubing, shell material, and drum
surfaces within the firebox area;
Brush clean the interior of each water tube;
Document all damage to refractory surfaces;
Document all corrosion, blisters, pitting, erosion, surface irregularities or excessive scale
build up within water tubes;
Document all leakage. Remove and replace insulation as needed to assure a thorough
examination.
Document all warping, misalignment, or signs of overheating along the boiler casing;
Verify the strength and alignment of the supporting structure;
Clean and/or replace oil nozzles and filter.
Verify that all linkages are moving freely.
Furnish owner with documentation of boiler condition, deficiencies, and actions taken to
correct deficiencies.
xiii. Pumps:
Furnish the owner with complete nameplate information, running volts, amps, and motor
rpms with unit at full operating speed.
Blow down strainer. Examine screen for damage and replace as necessary.
Furnish owner with flow data at full working load.

21

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College
3.6 Call-out Maintenance and Repairs:
The contractor shall provide timely, round-the-clock, 365 days a year availability for emergency service of
equipment covered under this contract.
The contractors response time for any emergency call out shall be no greater than four (4) hours from the
initial request for service within which time the contractor shall provide sufficient manpower to discover,
contain, and correct any deficiencies relating to covered equipment. All materials, parts, and tools
necessary for diagnosis, containment and restoration of equipment to proper working order shall be
furnished by the contractor.
3.6.1 Alternate 1: Out-of-Scope Repairs (Hourly Call-out Rates)
For repairs to covered equipment that, with agreement of the owner, is considered beyond the reasonable
limits of this maintenance contract (e.g., damage to coils due to unusually cold weather) and is not the
fault of the contractor, the contractor shall only with the owners prior consent provide emergency
service at hourly labor rates and material mark-up percentages provided by the contractor on the Pricing
Proposal Form, section titled Alternate 1 for Hourly Call-Out Rate provided in the bid package. The owner
shall be furnished with invoices for all time and materials and maintains the right to require justification of
the invoices prior to payment.
3.6.2 Alternate 2: Additional HVAC Services (Hourly Call-out Rates)
Provide miscellaneous HVAC services that are not otherwise contained within the scope of the base bid or
Alternate 1 in this specifications document as required by the College. The contractor shall provide a
proposal of estimate labor time and material charges for the work to be performed at the SJR States
request. Authorization to perform the work will be in the form of a numbered and signed purchase order
to the contractor. The contractor shall provide the services at hourly labor rates and material mark-up
percentages stated by the contractor on Pricing Proposal Form, section titled Alternate 2 for Additional
HVAC Services. SJR State shall be furnished with invoices for all time and materials and SJR State
reserves the right to verify labor and material mark-up pricing on the invoices prior to payment.

22

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College

6.0 Required Forms


PROPOSAL COVER SHEET
Proposer must complete all information requested on the PROPOSAL COVER SHEET provided in Section 6.0
Forms. The Proposal Cover Sheet is to be the first page of the proposers response.
PRICING PROPOSAL FORM
NON-DISCRIMINATION IN EMPLOYMENT FORM
St. Johns River State College does not discriminate against any person in its programs, activities, policies or procedures
on the basis of race, ethnicity, color, national origin, marital status, religion, age, gender, sex, pregnancy, sexual
orientation, gender identity, genetic information, disability, or veteran status.

ADDENDA ACKNOWLEDGEMENT FORM


If any addendums are issued, the proposer must acknowledge compliance with the addendum by submitting a
signed copy of the addendum in this section. This form will be issued as part of the addendum process, if any
addendums are issued. If no addendums are issued, this section only needs to be acknowledged as none
received.
PUBLIC ENTITY CRIMES FORM
Conviction for a public entity crime may not submit an ITB on a contract to provide any goods or services to a
public entity, may not submit a ITB on a contract with a public entity for the construction or repair of a public
building or public work, may not submit ITBs on leases of real property to a public entity, may not be awarded
or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public
entity, and may not transact business with any public entity in excess of the threshold A person or affiliate
who has been placed on the convicted vendor list following amount provided in S.287.017 for category two for
a period of 36 months from the date of being placed on the convicted vendor list, as per State of Florida
Statute 287.133 (2) (a). The proposer must acknowledge compliance with this statute and its intent.
DRUG-FREE WORKPLACE CERTIFICATION
Whenever two or more bids which are equal with respect to price, quality, and service are received for the
procurement of commodities or contractual services, pursuant to Section 287.087, Florida Statutes, a bid
received from a business that certifies that it has implemented a Drug-Free Work Place Program shall be given
preference in the award process.
INDEMNIFICATION AGREEMENT
The consultant, contractor, lessee, or vendor agrees to indemnify, defend and hold harmless SJR State College,
its District Board of Trustees, its officers, employees, agents and other representatives, individually and
collectively from an against any and all claims, losses, etc. arising from injury to persons or damage to property
as a result of an act or omission of the consultant, contractor, lessee, or vendor. For purposes hereof, claims /
liabilities shall mean, but are not limited to, any losses, damages (including loss of use), expenses, demands,
claims, suits, proceedings, liabilities, judgments, deficiencies, assessments, actions, investigations, penalties,
interest or obligations (including court costs, costs of preparation and investigation, reasonable attorneys,
accountants and other professional advisors fees and associated expenses), whether suit is instituted or not
and, if instituted, at all tribunal levels and whether raised by the Parties hereto or a third party, incurred or
23

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College

suffered by the College Indemnities or any of them arising directly or indirectly from, in connection with, or as
a result of (a) any false or inaccurate representation or warranty made by or on behalf of the Contractor in or
pursuant to this ITB and the Agreement; (b) any disputes, actions, or other Liabilities arising with respect to, or
in connection with, compliance by the College with any Public Records laws (as hereinafter defined) with
respect to the Contractors documents and materials; (c) any dispute, actions, or other liabilities arising in
connection with the Contractor, the Contractors subcontractors, or their respective agents or employees or
representatives otherwise sustained or incurred on or about the Premises; (d) any act or omission of, or
default or breach in the performance of any of the covenants or agreements made by the Contractor in or
pursuant to this ITB or the Contract executed in connection with this ITB; and (e) any services provided by the
Contractor, its employees, agents, or authorized representatives in connection with the performance of the
Contract executed for this ITB. This indemnification shall survive termination of the ITB and the contract
executed in connection with the ITB. The Contractor must acknowledge acceptance of the entire
Indemnification Agreement.
REFERENCES
Provide a list of clients, preferably public or governmental organizations, for which you have provided a similar
service. List should include reference name, address, telephone number, contact person, and a description of
the service provided. In addition, the College reserves the right to contact current or former clients of the
proposer not provided as part of the proposal. Please provide a minimum of three references and a maximum
of five.
LEGAL ISSUSE
The proposer must indicate if there are any:
A. Suits or proceedings pending, or to the knowledge of the proposer, threatened in any court or before any
regulatory commission or other administrative governmental agency against or affecting the proposer or
the instructors to be used in providing the Services, which, if adversely determined, will have a material
adverse effect on the ability of the proposer or any of its instructors to perform their obligations as stated
in their response.
B. The proposer is not in default under any instrument or agreement to which it is a party or by
which it or any of its properties or assets may be bound, or in violation of any applicable laws, which
default or violation may reasonably be expected to have a material adverse effect on the financial
condition of the proposer.
If there are no issues in these areas, please respond that there are no pending or threatened suits or defaults.
ADDITIONAL INFORMATION OR SERVICES
In addition to the required information, the Proposer may include any additional information which may be
helpful to the College in analyzing the Proposer's ability to provide the desired service, as noted in this ITB.

Proposal Forms to Follow this Page

24

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College

PROPOSALS CHECKLIST
THIS CHECKLIST IS FOR THE CONVENIENCE OF THE COMPANY SUBMITTING A PROPOSAL
AND MAY BE USED TO ENSURE THAT SECTIONS OF THE ITB/RFP/PROPOSAL ARE
PROPERLY COMPLETED AND RETURNED. THIS FORM (PROPOSERS CHECKLIST) IS FOR
YOUR USE AND IS NOT REQUIRED.

Required ONE (1) original and THREE (3) duplicate copies of each of the following:
____ Proposal Cover Sheet
____ Pricing Proposal Form
____ Vendor Business Profile
____ IRS Form W-9
____ Non-Discrimination in Employment Form
____ Addendum Acknowledgement
____ Public Entity Crimes Form
____ Drug-Free Work Place Certification
____ Hold Harmless and Indemnification Agreement
____ References
____ Legal Issues
____ Copy of License to do business in the State of Florida
____ *Proof of Minority / Women Business Enterprise Number (M/WBE) if applicable
____ *Additional information if applicable

25

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College

PROPOSAL COVER SHEET


ANTI-COLLUSION STATEMENT: The Bidder by signing and submitting a bid has "not" divulged to, discussed or
compared his/her bid with any other Bidders and has not colluded with any other Bidders or parties to a bid
whatsoever. (NOTE: Including there have been No premiums, rebates or gratuities paid or permitted either with,
prior to, or after any delivery or personal contact. Any such violation will result in the cancellation of award of
any resulting contract from this bid and the Bidder being debarred for not less than three (3) years of doing
business with the College.)
Failure to sign this form may result in your proposal being deemed as Non Responsive.
LEGAL NAME OF BIDER:

_____________________________________________

TAX ID NUMBER:

_____________________________________________

MINORITY BUSINESS ENTERPRISE


TYPE & NUMBER: (if applicable):

_____________________________________________

MAILING ADDRESS:

_____________________________________________

CITY, STATE, ZIP CODE:

_____________________________________________

TELEPHONE NUMBER:

_____________________________________________

BY: SIGNATURE (Manual):

_____________________________________________

BY: SIGNATURE (Typed):

_____________________________________________

TITLE:

_____________________________________________

PHONE NO:

_____________________________________________

FAX NO.:

_____________________________________________

E-MAIL ADDRESS: (if available)

_____________________________________________
26

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College

PRICING PROPOSAL FORM

Contractor Name:

___________________________________________

Authorizing Signature:

___________________________________________

The contractor shall complete the form below identifying the cost at which, for a single annual term period of
the contract, the SJR State may be billed for work as described in the scope of the HVAC Maintenance Services
for St. Johns River State College, as described in the ITB, BID-SJR-03-2016

Base Bid
Contractor
Name

( Initial Inspection & Reporting,


Periodic Preventative
Maintenance, & Annual
Maintenance)

Alternate 1
Out Of Scope Repairs
Call-Out Rates

Alternate 2
Additional HVAC Services
Call-Out Rates

As described in Section 3.6.1

As described in Section 3.6.2

Category

Rate

Category

Rate

Standard Rate / HR

Standard Rate / HR

Standard Overtime Rate/HR

Standard Overtime Rate/HR

Holiday Rate / HR

Holiday Rate / HR

One Time Trip Charge

One Time Trip Charge

Material Mark-up Over Cost

Material Mark-up Over Cost

Please provide a single hourly rate for regular time, overtime, and holiday time as well as a mark-up
percentage for materials.

27

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College

Vendor Business Profile


Vendor should complete all requested information as indicated by the 'grey' boxes
Identification Information:
Vendor Name (Legal Name & d/b/a):
Corporate Address:

Phone Number:

City, State & Zip Code:

Fax Number:

Remit to Address:

Email Address:

City, State & Zip Code:

Web Address:

Contact Information:
Name:

Phone Number:

Title:

Email Address:

Vendor Information:

1. Describe the type of business or service provided:


2. Is the vendor a 1099 recipient?

3. List the Appropriate Federal Tax Classification (Sole


Proprietor, C-Corp, S-Corp, Partnership, LLC, Other)

4. Is the vendor at least 51% owned, controlled and actively managed by a minority person?
If yes to #4, submit the State of Florida MBE/WBE Certification Number
If yes to #4, list the appropriate minority classification: (African American, Hispanic, Asian American, Native
American, American Woman, Service Disabled Veteran)

5. Conflicts of Interest: List any state employee who owns, directly or indirectly, an interest of
five percent or greater in the firm or any of its branches
Name/Title
6. List the officers of the corporation, partners or principal members of the firm and
their titles

Name/Title
Name/Title
Name/Title

It is the sole responsibility of the vendor to promptly notify SJR State College with any and all changes to this application.
Certification: I certify that the information supplied herein (including all attachments) is correct to the best of my knowledge. I further certify that in doing business with
the State of Florida, my firm is in compliance with Chapter 112, Florida Statutes, conflicts of interest and that I have disclosed the name of any state employee who
owns, directly or indirectly, an interest of five percent or greater in the above firm or any of its branches.
All vendors are required to complete this form in its entirety. The vendor is required to submit a valid tax form (W-9) along with the completed Vendor Business
Profile Form to the purchasing department.

Name of Person Completing Form:

Date:

28

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College

IRS W-9
INSTRUCTIONS FOR W-9 FORM:
Contractors can obtain the W-9 Form and Instructions by visiting: http://www.irs.gov/pub/irs-pdf/fw9.pdf
The W-9 form is requested to be completed and returned with your ITB proposal submittal:

29

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College

NON-DISCRIMINATION IN EMPLOYMENT POLICY


(Section 301, Executive Order 10925, March 6, 1961, 26 FR 1977 as amended by Executive Order 11114, June 22, 1963,
28 FR 6485)
"During the performance of this contract the contractor agrees as follows:
"(1) The contractor will not discriminate against any employee or applicant for employment because of race, creed,
color, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that
employees are treated during employment, without regard to their race, creed, color, or national origin. Such action
shall include, but not be limited, to the following: employment, upgrading, demotion or transfer; recruitment or
recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training,
including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for
employment, notices to be provided by the contracting officer setting forth the provisions of this non-discrimination
clause.
"(2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor;
state that all qualified applicants will receive consideration for employment without regard to race, creed, color or
national origin.
"(3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining
agreement or other contract or understanding, a notice, to be provided by the agency contracting officer advising the
said labor union or workers' representative of the contractor's commitments under this section, and shall post copies of
the notice in conspicuous places available to employees and applicants for employment.
"(4) The contractor will comply with all provisions of Executive Order No. 10925 of March 6, 1961, as amended, and of
the rules, regulations, and relevant orders of the President's Committee on Equal Employment Opportunity created
thereby.
"(5) The contractor will furnish all information and reports required by Executive Order No. 10925 of March 6, 1961, as
amended, and by the rules, regulations, and orders of the said Committee, or pursuant thereto, and will permit access to
his books, records, and accounts by the contracting agency and the Committee for purposes of investigation to ascertain
compliance with such rules, regulations and orders.
"(6) In the event of the contractor's noncompliance with the non-discrimination clauses of this contract or with any of
the said rules, regulations, or orders, this contract may be cancelled, terminated, or suspended in whole or in part and
the contractor may be declared ineligible for further Governments contracts in accordance with procedures authorized
in Executive Order No. 10925 of March 6, 1961, as amended, and such other sanctions may be imposed and remedies
invoked as provided in the said Executive Order or by rule, regulation, or order of the President's Committee on Equal
Employment Opportunity, or as otherwise provided by law.
"(7) The contractor will include the provisions of paragraphs (1) through (7) in every subcontract or purchase order
unless exempted by rules, regulations, or orders of the President's Committee on Equal Employment Opportunity issued
pursuant to section 303 of Executive Order No. 10925 of March 6, 1961, as amended, so that such provisions will be
binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or
purchase order as the contracting agency may direct as a means of enforcing such provisions, including sanctions for
noncompliance: Provide, however, that in the event the contractor becomes involved in, or is threatened with, litigation
with a subcontractor or vendor as a result of such direction by the contracting agency, the contractor may request the
United States to enter into such litigation to protect the interests of the United States."

By: _______________________________________ By: __________________________________________


Legal Name of Proposer/Company
Signatorys Name & Title

By: _______________________________________ Date: _______________________________________


Signature
30

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College

Acknowledgement of Addenda
Name of Bidder: _________________________________
Acknowledgement of receipt of addenda:
The undersigned, hereby acknowledges the receipt of the following addenda:

Addendum No. ____________________

Dated: __________________

Addendum No. ____________________

Dated: __________________

Addendum No. ____________________

Dated: __________________

Addendum No. ____________________

Dated: __________________

Addendum No. ____________________

Dated: __________________

Addendum No. ____________________

Dated: __________________

Addendum No. ____________________

Dated: __________________

Addendum No. ____________________

Dated: __________________

This acknowledgement of Addenda form is to be returned with your ITB Proposal.

___________________________________
Signature

__________________________________
Title

___________________________________
Printed Name

__________________________________
Date

31

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College

Public Entity Crimes


SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES ON PUBLIC ENTITY CRIMES. THIS FORM MUST BE SIGNED IN THE
PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS.
1. This sworn statement is submitted with Bid, Proposal number: BID-SJR-03-2016 . This sworn statement is submitted to SJR STATE College.
2. This sworn statement is submitted by _______________________________whose business address is
__________________________________and (if applicable) its Federal Employer Identification Number (FEIN) is ___________________.
3. My name is ________________________ and my relationship to the entity named above is ______________________.
4. I understand that a public entity crime as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal
law by a person with respect to and directly related to the transaction of business with any public entity or with an agency or political
subdivision of any other state or with the United States, including, but not limited to, any bid or contract for goods or services to be
provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud,
theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation.
5. I understand that convicted or conviction as defined in Paragraph 287.133(1)(b), Florida Statutes, means a finding of guilt or a
conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges
brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo
contendere.
6. I understand that an affiliate as defined in Paragraph 287.133(1)(a), Florida Statutes, means:
a.) A predecessor or successor of a person convicted of a public entity crime; or
b.) An entity under the control of any natural person who is active in the management of the entity and who has been convicted
of a public entity crime. The term affiliate includes those officers, directors, executives, partners, shareholders, employees,
members and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a
controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under
an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters
into a joint venture with a person who has been convicted of a public entity crime in Florida during the preceding thirty-six (36)
months shall be considered an affiliate.
7. I understand that a person as defined in Paragraph 287.133(1)(e), Florida Statutes, means any natural person or entity organized
under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on
contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a
public entity. The term person includes those officers, directors, executives, partners, shareholders, employees, members, and agents
who are active in management of an entity.
8. Based on information and belief, the statement that I have marked below is true in relation to the entity submitting this sworn
statement.(Please indicate which statement applies.)
_____Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees,
members, or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a
public entity crime subsequent to July 1, 1989.
_____Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees,
members, or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a
public entity crime subsequent to July 1, 1989, AND (If selected, Please indicate which additional statement applies.)
_____There has been a proceeding concerning the conviction before a hearing officer of the State of
Florida, Division of Administrative Hearings. The final order entered by the hearing officer did not place the person or affiliate on
the convicted vendor list. (Please attach a copy of the final order.)
_____The person or affiliate was placed on the convicted vendor list. There has been a subsequent proceeding before a hearing
officer of the State of Florida, Division of Administrative Hearing. The final order entered by the hearing officer determined that it
was in the public interest to remove the person or affiliate from the convicted vendor list. (Please attach a copy of the final order.)
_____The person or affiliate has not been placed on the convicted vendor list. (Please describe any action taken by or pending
with the Department of General Services.)
Signature: _________________________________________
Date: _________________________
State of ___________ County of __________________
Personally Appeared before Me, The undersigned authority, _______________________________________ who, after being first duly
sworn by me affixed his/her signature in the space provided above on this _____ day of ___________________ 20___.
______________________________
Notary Public Signature

Notary Seal

32

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College

DRUG-FREE WORK PLACE CERTIFICATE


Whenever two or more bids which are equal with respect to price, quality, and service are received for the
procurement of commodities or contractual services, pursuant to Section 287.087, Florida Statutes, a bid
received from a business that certifies that it has implemented a Drug-Free Work Place Program shall be given
preference in the award process. If all or none of the tied bidders/vendors have a Drug-Free Work Place
Program, the award of an identical tie bid shall be decided on the flip of a coin.
In order to have a Drug-Free Work Place Program, a business shall:
1.)
Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing,
possession, or use of a controlled substance is prohibited in the work place and specifying the actions
that will be taken against employees for violations of such prohibition.
2.)

Inform employees about the dangers of drug abuse in the work place, the business's policy of
maintaining a Drug-Free Work Place, any available drug counseling, rehabilitation, and employee
assistance programs, and the penalties that may be imposed upon employees for drug abuse
violations.

3.)

Give each employee engaged in providing the commodities or contractual services that are under bid
a copy of the statement specified in subsection (1).

4.)

In the statement specified in subsection (1), notify the employees that, as a condition of working on
the commodities or contractual services that are under bid, the employee will abide by the terms of
the statement and will notify the employer of any conviction of, or plea of guilty or nolo contendere to,
any violation of Chapter 893 or of any controlled substance law of the United States or any state, for a
violation occurring in the work place no later than five (5) days after such conviction.

5.)

Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or
rehabilitation program if such is available in the employee's community, by any employee who is so
convicted.

6.)

Make a good faith effort to continue to maintain a drug-free work place through implementation of
this section.

AS THE PERSON AUTHORIZED TO SIGN THE STATEMENT, I CERTIFY THAT THIS FIRM COMPLIES FULLY WITH THE
ABOVE REQUIREMENTS.
___________________________________
Signature

__________________________________
Title

___________________________________
Printed Name

__________________________________
Date
33

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College

Hold Harmless and Indemnification Agreement


THIS FORM MUST BE SIGNED IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO
ADMINISTER OATHS.
1. This agreement is submitted with Bid, Proposal or Contract No. BID-SJR-03-2016 is submitted to St. Johns
River State College.
2. This sworn statement is submitted by ______________________________(entity name) whose business
address is _______________________________________ and (if applicable its Federal Employer
Identification Number - FEIN) is _____________.
3. My name is _______________________________ and my relationship to the entity named above is
_____________________________.
The indemnitor assumes an unqualified obligation to hold SJR State College harmless for all liability associated
with the subject matter of the agreement, regardless of which party was actually at fault (even if the damage,
injury, or claim is due to the sole negligence of SJR State College).
To the fullest extent permitted by law, Consultant, contractor, lessee, or vendor will indemnify and hold SJR
State College harmless from all claims arising from or in connection with (i) the conduct or management of the
Premises or of any business therein, or any work or thing whatsoever done, or any condition created in or
about the Premises during the Term; (ii) any act, omission, or negligence of consultant, contractor, lessee, or
vendor or any of consultants, contractors, lessees, or vendors subtenants or licensees or the partners,
directors, officers, agents, employees, invitees, or contractors; (iii) any accident, injury, or damage whatsoever
occurring in or at the Premises. Consultant, contractor, lessee, or vendor hereby expressly indemnifies SJR
State College for the consequences of any negligent act or omission of SJR State College and its Board of
Trustees, officers, employees, agents, and volunteers, unless such act or omission constitutes gross negligence
or intentional misconduct.
Signature: __________________________________________________
Date: _______________________________________________

State of ______________ County of _____________________


Personally appeared before me, the undersigned authority, __________________________________ who
after being first duly sworn by me affixed his/her signature in the space provided above on this ______ day of
____________________ 20___.

______________________________
Notary Public Signature

Notary Public Seal


34

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College

References
Reference 1:
Name of Business or Public Entity: ____________________________________________________
Address: _________________________________________________________________________
City, State, Zip: ____________________________________________________________________
Contact Persons Name: ____________________________________________________________
Contact Persons Phone Number & e-mail:_______________________________________________
Date of Services performed: __________________________________________________________

Reference 2:
Name of Business or Public Entity: ____________________________________________________
Address: _________________________________________________________________________
City, State, Zip: ____________________________________________________________________
Contact Persons Name: ____________________________________________________________
Contact Persons Phone Number & e-mail:_______________________________________________
Date of Services performed: __________________________________________________________

Reference 3:
Name of Business or Public Entity: ____________________________________________________
Address: _________________________________________________________________________
City, State, Zip: ____________________________________________________________________
Contact Persons Name: ____________________________________________________________
Contact Persons Phone Number & e-mail:_______________________________________________
Date of Services performed: __________________________________________________________

35

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College

Legal Issues
The proposer must indicate if there are any:
A. Suits or proceedings pending, or to the knowledge of the proposer, threatened in any court or before any
regulatory commission or other administrative governmental agency against or affecting the proposer or
the instructors to be used in providing the Services, which, if adversely determined, will have a material
adverse effect on the ability of the proposer or any of its instructors to perform their obligations as stated
in their response.
If there are no issues in these areas, please respond that there are no pending or threatened suits or defaults.
Pending Litigation: (please attach additional documentation if needed)

___________________________________________________________________
___________________________________________________________________
___________________________________________________________________
___________________________________________________________________
___________________________________________________________________
B. The proposer is not in default under any instrument or agreement to which it is a party or by
which it or any of its properties or assets may be bound, or in violation of any applicable laws, which
default or violation may reasonably be expected to have a material adverse effect on the financial
condition of the proposer.
If there are no issues in these areas, please respond that there are no pending or threatened suits or defaults.

___________________________________________________________________
___________________________________________________________________
___________________________________________________________________
___________________________________________________________________
___________________________________________________________________
___________________________________
Signature

__________________________________
Title

___________________________________
Printed Name

__________________________________
Date
36

St. Johns River State College


Bid No: BID-SJR-03-2016
Bid Name: HVAC Maintenance Services for St. Johns River State College

Each supplier desiring to be maintained in the College's bidders list for


future solicitations is requested to return this single form only when
submitting a "No Bid".
STATEMENT OF NO RESPONSE

Mrs. Julianne Young


Purchasing Coordinator
St. Johns River State College
5001 St. Johns Ave
Palatka FL 32177

The undersigned declines to submit a proposal for above project:

Reason(s):

____________________________________________________________
____________________________________________________________
____________________________________________________________
____________________________________________________________

Signature:

____________________________________________________________

Title:

____________________________________________________________

Name of Firm:

____________________________________________________________

Telephone:

____________________________________________________________

37

St.JohnsRiverStateCollege
BidNo:BIDSJR032016

3/9/2016
Page1of10

Appendix1EquipmentList:
ScheduleAPalatkaCampusFloArts

BidName:HVACMaintenanceServicesforSt.JohnsRiverStateCollege

Tag

Location

Description

Maker

Model

Serial

WestArts
WestDance
WestOffices
WestExercise
GraphicDesign
EastOffices
EastPiano
EastBlackBox
EastDance

F204
F204
F204
F204
F204
F211
F211
F211
F211

AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler

York
York
York
York
York
York
York
York
York

XTI072X033BAEA046A
XTI072X036BAFA046A
XTI060X027BAEA046A
XTI060X027BAEA046A
XTI066X033BAEA046A
XTI060X027BADA046A
XTI060X027BADA046A
XTI084X039BAGA046A
XTI078X036BAFA046A

AHU1
AHU2

F041
F041

AirHandler
AirHandler

York
York

AHU3

F041

AirHandler

AHU1
AHU2

F043
F043

FCU1
FCU2

Motor

Belt

Filters
Quan
4
4
2
2
2
2
2
4
4

Size
12x24x2
12x24x2
16x20x2
16x20x2
16x20x2
16x20x2
16x20x2
20x24x2
12x24x2

1
1
1
1

24x24x2
24x24x2
24x24x2
12x24x2

A89
A89

8
8

1
1

[Note1]
[Note1]

[Note1]
[Note1]

1
1

[Note1]
[Note1]

[Note1]

[Note1]

[Note1]

[Note1]

[Note1]

[Note1]

[Note1]

78.4/61.2
28.0
28.0

208
208
208
208

3
3
3
3

N/A
N/A
N/A
N/A

23.9
23.9

230
230

3
3

N/A

N/A

14.4

208

CFPMXT0165
CFPMXT0166
CFPMXT0168
CFPMXT0167
CFPMXT0164
CFPMXT0162
CFPMXT0163
CFPMXT0159
CFPMXT0161

HP
1 1/2
2
1 1/2
1 1/2
1 1/2
1
1
3
2

FLA
2.1
2.8
2.1
2.1
2.1
3.1
3.1
8.7
5.9

Volts
208
208
208
208
208
208
208
208
208

Ph
3
3
3
3
3
3
3
3
3

Quan.
1
1
1
1
1
1
1
1
1

Size
4L480
AX45
A40
A0
AX44
AX39
AX38
4L540
AX48

AP35
AP35

CGLM12528D
CGLM12529D

2
2

7.1
7.1

200
200

3
3

1
1

A45
AX45

York

AP60

CGLM12530D

16.1

200

4L560

AirHandler
AirHandler

York
York

AP215
AP215

CGKM065224D
CGKM065225D

30
30

208
208

3
3

1
1

F043
F043

FanCoil
FanCoil

York
York

[Note1]
[Note1]

[Note1]
[Note1]

[Note1]
[Note1]

[Note1]
[Note1]

[Note1]
[Note1]

[Note1]
[Note1]

FCU3
FCU4

F213
F213

FanCoil
FanCoil

York
York

[Note1]
[Note1]

[Note1]
[Note1]

[Note1]
[Note1]

[Note1]
[Note1]

[Note1]
[Note1]

FCU5

F213

FanCoil

York

[Note1]

[Note1]

[Note1]

[Note1]

FCU6

F213

FanCoil

York

[Note1]

[Note1]

[Note1]

Tower
CH1
CP1
CP2

TowerRoom
ChillerRoom
ChillerRm
ChillerRm

CHP1
CHP2

ChillerRm
ChillerRm

CHWPump
CHWPump

Aurora
Aurora

[Note4]
[Note4]

[Note4]
[Note4]

Boiler

ChillerRm

Boiler

WeilMcLane

LGB7

CP4331909

HP1

ChillerRm

HeatingPump

B&G

1510BF8.251.5BC

16F053

Notes:
1
2
3
4
5
6
7

CoolilngTower TowerTech
Chiller
York
Cond.Pump Bell&Gossett
Cond.Pump Bell&Gossett

EF84319
YCWL0118HE17XACSDT
80BF8.54X9.5
80BF8.54X9.5

1294090102
5x2
11531D53682264
N/A
10
1AF016LFB51
1AF016LFL41
10

Noinformationprovidedonequipment.
Coolingtoweristwocelltype.Motorinformationwasnotavailableatthetimeofthesurvey.
212gpm@50ft.head
Dataisunavailable.Pumpandassociatedpipingiscoveredbysealedinsulation.
BoilerinputBTUHis780,000.
HeatingHotWaterPump100gpm@70fthead.
Hotwaterreheat.

10
10
N/A
5

Heating
Coils
kW
[Note7] [Note7]
[Note7] [Note7]
[Note7] [Note7]
[Note7] [Note7]
[Note7] [Note7]
[Note7] [Note7]
[Note7] [Note7]
[Note7] [Note7]
[Note7] [Note7]

Notes

20x20x4
20x20x4

[Note7]
[Note7]
[Note7]
[Note7]
[Note7]
[Note7]
[Note7]

[Note7]
[Note7]
[Note7]
[Note7]
[Note7]
[Note7]
[Note7]

1
1

26x14x1
26x14x1

[Note7]
[Note7]

[Note7]
[Note7]

1
1
1
1
1
1

373/4x13x1

[Note7]
[Note7]
373/4x13x1 [Note7]
24x10x1 [Note7]
373/4x13x1 [Note7]
24x10x1 [Note7]

[Note7]
[Note7]
[Note7]
[Note7]
[Note7]
[Note7]

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

N/A

N/A

N/A

N/A

N/A

N/A

N/A

N/A

N/A

N/A

N/A

N/A

N/A

373/4x13x1

2
3
3

St.JohnsRiverStateCollege
BidNo:BIDSJR032016

3/9/2016
Page2of10

Appendix1EquipmentList:
ScheduleAPalatkaCampusGym

BidName:HVACMaintenanceServicesforSt.JohnsRiverStateCollege

(S)NOA6765548
(S)NOA6770548
(S)NAO6765549
(S)NOA6765550

HP
5
5
5
5

Motor
FLA Volts
20.9 208
20.9 208
20.9 208
20.9 208

Ph
3
3
3
3

Quan.
1
1
1
1

NOA6748089
NOA6766659
NOA6739143
NOA6729144

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

3.5
3.5

208
208

3
3

1
1

B45
B45

4
4

16x20x2
16x20x4

Tag

Location

Description

Maker

Model

Serial

NorthA
NorthB
SouthA
SouthB

MechRm1
MechRm1
MechRm2
MechRm2

AirHandler
AirHandler
AirHandler
AirHandler

York
York
York
York

LB240C00A6AAA1A
LB240C00A6AAA1A
LB240C00A6AAA1A
LB240C00A6AAA1A

NorthA
NorthB
SouthA
SouthB

Outdoors
Outdoors
Outdoors
Outdoors

Condenser
Condenser
Condenser
Condenser

York
York
York
York

HB240C00A2AAA1B
HB240C00A2AAA1B
HB240C00A2AAA1B
HB240C00A2AAA1B

AC1
AC2

Men'sLockerRoof

PackageUnit
PackageUnit

AAON
AAON

Men'sLockerRoof

AC3
EF1
EF2

GirlsLockerRoof

B1
P1

LockerBoilerRm

Men'sLockerRoof
Men'sLockerRoof

LockerBoilerRm

PackageUnit
ExhaustFan
ExhaustFan

AAON
PennBarry
PennBarry

Boiler
Pump

WeilMcClane
Aurora

RNA0480EA09EHN 200901AMWD03361
RNA0580BA01EJL 200901AMWE03362

RN00880EB093K9 201512ANGH49749
DX11R
L08JZ31790
DX11R
L08JZ31757
LGBSeries2
344ABF

Notes:
1 Condenserunitsareassociatedwiththeairhandlerofthesamename.
2 Hotwaterreheat.
3 Equipmentin12monthwarrantyperiod.March2016thruMarch2017

CP4331908
9711614

1
1

1/7
1/7

N/A
2

Belt
Size
A63
A63
A63
A63

Filters
Quan
Size
5
20x25x2
5
20x25x2
5
20x25x2
5
20x25x2

7.5
N/G
N/G

208
115
115

3
1
1

N/A

N/A
Direct
Direct

4
each
N/A
N/A

N/A
7.2

N/A
200

N/A
3

N/A
N/A

N/A
N/A

N/A
N/A

Heating
Notes
Coils kW
N/A N/A
N/A N/A
N/A N/A
N/A N/A
N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

1
1
1
1

[Note2] [Note2]
[Note2] [Note2]

Gas

16x20x2 Furnac
e
16x20x4
N/A
N/A
N/A
N/A
N/A
N/A

N/A
N/A

N/A
N/A
N/A
N/A
N/A

St.JohnsRiverStateCollege
BidNo:BIDSJR032016

3/9/2016
Page3of10

Appendix1EquipmentList:
ScheduleAPalatkaCampusLRC

BidName:HVACMaintenanceServicesforSt.JohnsRiverStateCollege

Tag

Location

Description

Maker

Chiller1

Outdoors

Chiller

York

P1&2

1stFlrMech

CHWPumps

B&G

Boiler

1stFlrMech

Boiler

WeilMcLain

HWPump

1stFlrMech

HWPump

P1
P2

L0124
L0124

AHU1
AHU2
AHU3
AHU4
AHU5
AHU6
AHU7
AHU8
AHU9
AHU10
AHU18
AHUOA

Model

Serial

HP

Motor
FLA Volts

Belt
Size

Ph

Quan.

N/A /106.2 208

N/A

N/A

57.7

YLAA0101HE17XFBSDTX 11531C53570935

Filters
Quan
Size

Heating
Coils kW

N/A

N/A

N/A

N/A

1BF070B80

7 1/2

26.4

208

N/A

N/A

N/A

N/A

N/A

N/A

LGB9WSeries2

BP3936565

N/A

N/A

N/A

N/A

N/A

N/A

N/A

N/A

N/A

N/A

Aurora

00220840

[Note3]

6.7

208

N/A

N/A

N/A

N/A

N/A

N/A

CHWPump
CHWPump

Aurora
Aurora

FE1507
FE1507

[Note3]
[Note3]

71/2 19.4
71/2 19.4

208
208

3
3

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

L124B
L111
L111A
L132
L127
L112
L114
L119
L105
L127
L116
2ndFlr

AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler

Carrier
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
Carrier

40RMS010301HC
48SHW6C2RH
36SHW6B2RH
36SHW6C2RH
24SHW4A2RH
48CHW6C2RH
36SHW4C2RH
24SHW4A2RH
24SHW4A2RH
36SHW6C2RH
60CHW6D2RH
39TVADKAB61139AB

1308U08814
R03A665930
R03A665929
R03A665927
R03A665924
R03A665931
R03A665926
R03A665925
R03A665924
R03A665928

208
120
120
120
120
120
120
120
120
120
120
208

3
1
1
1
1
1
1
1
1
1
1
3

1
1
1
1
1
1
1
1
1
1
1
2

A39
5L410
5L380
5L370
5L380
5L410
5L380
[Note16]
[Note16]
B34
A41
A27

3
2
2
2
1
2
2
1
1
2
2
4

Mixed
16x20x2
16x16x2
16x16x2
16x25x2
16x20x2
16x16x2
16x25x2
16x25x2
16x16x2
20x20x1
16x25x2

[Note17] [Note17]

FCU1
FCU2
FCU3
FCU4
FCU5
FCU6
FCU7
FCU8
FCU9
FCU10
FCU11
FCU12
FCU13
FCU14
FCU15
FCU16
FCU17

L222
L213
L212
L211
L219
L229
L224
L223
L202
L200
L235
L219
L219
L219
L219B
L219B
L220

AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler

FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.

90CHW4R
60CHW6D
60CHW6D
60CHW6D2RH
24CHW4A
24CHW4A
60CHW6D
[Note4]
[Note4]
[Note3]
36CHW2B
[Note3]
48CHW6D2RH
[Note3]
120CHW6N2RH
120CHW6N2RH
24CHW4A

FC161474CA0314020414

208
208
208
208
208
208
208
120
120
120
208
120
120
120
120
120
120

1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1

1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1

[Note16]
[Note16]
A41
[Note16]
[Note16]
[Note4]
[Note4]
[Note4]
[Note4]
[Note3]
[Note16]
[Note3]
[Note16]
[Note3]
[Note3]
[Note16]
[Note16]

2
2
2
1
2
1
2
1
1
1
1
1
2
1
2
1
1

20x20x1
20x20x1
20x20x1
20x20x1
20x20x1
20x20x1
20x20x1
20x20x1
20x20x1
20x20x1
20x20x1
20x20x1
20x20x1
20x20x1
20x20x1
20x20x1
20x20x1

[Note17] [Note17]

EF1

Roof

ExhaustFan

Soler&Palau

DB11MH1S

115

[Note16]

N/A

N/A

1510BF7.752.5BB

3100F20782

2.4
3/4
1/2
1/2
1/4
3/4
1/2
1/4
1/4
1/2

71/2 15.5

FC161463CA0314020401

1/2
1/2
3/4
1/2
1/4
1/2
1/2
1/4
1/5
1/3
3/4
1/4
1/4
1/4
1/4
1/3
3/4

B57506

1/4

FC161471CA0314020410

161471CA0314020411
FC161471CA0314020411

FC161463CA0314020398

[Note4]
[Note4]
[Note4]
[Note4]
[Note3]
FC161465CA0314020403

[Note3]
FC161469CA0314020407

[Note3]
[Note3]
FC161509CA0314000415

5.0
13.0
8.7
8.7
4.4
13
8.7
4.4
4.4
8.7

6.3
6.3
7.3
6.3
5.3
6.3
6.3
5.3
2.6
4.2
7.3
5.3
5.3
5.3
5.3
4.2
7.3

[Note17] [Note17]
[Note17] [Note17]
[Note17] [Note17]
[Note17] [Note17]
[Note17] [Note17]
[Note17] [Note17]
[Note17] [Note17]
[Note17] [Note17]
[Note17] [Note17]

Notes

1,6
1
1
1,5
1
1
1
1
1
1

[Note17] [Note17]
[Note17] [Note17]

[Note17] [Note17]

2
2

[Note17] [Note17]
[Note17] [Note17]

[Note17] [Note17]
[Note17] [Note17]
[Note17] [Note17]

2
2

[Note17] [Note17]
[Note17] [Note17]
[Note17] [Note17]
[Note17] [Note17]
[Note17] [Note17]
[Note17] [Note17]
[Note17] [Note17]
[Note17] [Note17]
[Note17] [Note17]
[Note17] [Note17]

N/A

N/A

2
2
2
2
2
2
2
2

St.JohnsRiverStateCollege
BidNo:BIDSJR032016

3/9/2016
Page4of10

Appendix1EquipmentList:
ScheduleAPalatkaCampusLRC

BidName:HVACMaintenanceServicesforSt.JohnsRiverStateCollege

Tag

Location

Description

Maker

Model

Serial

HP

Motor
FLA Volts

Ph

Quan.

Belt
Size

Filters
Quan
Size

Heating
Coils kW

Notes:
1
2
3
4
5
6
7

Locatedinthefirstfloorceiling.
Locatedinthesecondfloorceiling.
Noinformationvisible.
Unitinstalledabovedrywallceiling.
Unitnotenergized.Breakerfoundtripped.
MixedFilters112x24x2,116x24x2,120x24x2.
HWPumpData:
MotorData:
Type: 382ABF
HP:
Size: 2x2x9A
FLA:
GPM: 60
Volts:
Head: 50
Hz:
Ph:
Rpm:
Frame:
8 CHWPumpData:
MotorData:
Type: 1BF070B80
HP:
FLA:
Volts:
Hz:
Ph:
Rpm:
Frame:
9 BoilerinputBTU
1,040,000
10 AHU1MoterData:
HP: 20
FLA: 54
Volts: 208/8.89
Hz: 60
Ph: 3
Rpm: 1765/1165
Frame: F284T

2
200
60
3
1735
145J
7.5
208
60
3
1760
213T

11 AHU2MotorData:
HP: 11/2
FLA:
Volts: 200
Hz: 60
Ph: 3
Rpm: 1725
Frame: 145T90
12 AHU3MotorData:
HP: 2
FLA: 6.4
Volts: 208
Hz: 60
Ph: 3
Rpm: 1720
Frame: 145T
13 AHU4MotorData:
HP: 3
FLA: 10.2
Volts: 208
Hz: 60
Ph: 3
Rpm: 1755
Frame: 182T
14 AHU5MotorData:
HP: 3/4
FLA:
Volts: 208
Hz: 60
Ph: 3
Rpm:
Frame:

15 AHU6MotorData:
HP: 2
FLA: 60004
Volts: 208
Hz: 60
Ph: 3
Rpm: 1720
Frame: 145T
16 Beltsizestobedeterminedinfield.
17 Hotwaterreheat.

Notes

St.JohnsRiverStateCollege
BidNo:BIDSJR032016

3/9/2016
Page5of10

Appendix1EquipmentList:
ScheduleAPalatkaCampusScience

BidName:HVACMaintenanceServicesforSt.JohnsRiverStateCollege

HP

Motor
FLA Volts

Ph

Quan.

10

25.8

230

N/A

N/A

N/A

N/A

N/A

N/A

N/A

N/A

208
115

3
1

1/2
3/4
1/2
1/8

1.5
1.5
7.5
11.0
11.0
1.7

115
115
115
115
115
115

1179R13392SJRCC
1179R13392SJRCC

3/4
3/4

11.0
11.0

FC430971CA0290003591

1
1/2
1/2
1/2
1/2
1/2
3/4
3/4
1/2
1/2
1/2

13.2
8.7
8.7
8.7
8.7
8.7
13.2
13.2
8.7
8.7
8.7

Tag

Location

Description

Maker

Model

AHUS1

MechRm

AirHandler

York

XTI051X069PAK028A

DHS

S101A

DuctHeater

N/A

N/A

EFS1
EFS2

S103A
S102A

ExhaustFan
ExhaustFan

Greenheck
Greenheck

BSQ180HP
SQ85D

EF1
EF2
EF3
EF4B
EF5B
EF6

Roof
Roof
Roof
Roof
Roof
Roof

ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan

PVD
PVD
LorenCook
LorenCook
LorenCook
LorenCook

XR82
XR82
135CPS
135CPS
120CPS
90R15DH

1179R13392SJRCC
1179R13392SJRCC
1179R13392SJRCC
1179R13392SJRCC

SF1A
SF1B

Roof
Roof

ExhaustFan
ExhaustFan

LorenCook
LorenCook

90ASP
90ASP

S21
S22
S23
S24
S25
S26
S27
S29
S210
S211
S212

S201
S202
S203
S203
S205
S206
S207
BreakRm
S210
S212
Corridor

AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler

FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.

60CHW6E2RH
36CHW6C2RH
36CHW6C2RH
36CHW6C2RH
36CHW6C2RH
36CHW6C2RH
36CHW6D2RH
48CHW6D2RH
36CHW6C2RH
36CHW6C2RH
36CHW6C2RH

Notes:
1
2
3
4
5

Dualpathinlet,directdrivefan.
Inlineheater.24"x30".10.3gpm.
'TrueFlex'modelbelt.
Equipmenttagismissing.
Hotwatercoillocatedinoutsideairduct

Serial

N/A

3/4
1/12
1/20
1 1/20

FC430957CA0290003581
FC430957CA0290003577
FC430955CA0290003567
FC430955CA0290003570
FC430955CA0290003571
FC430959CA0290003584
FC430965CA0290003586
FC430955CA0290003572
FC430957CA0290003576
FC430955CA0290003574

Belt
Size

Filters
Quan
Size
6
20x20x2
4
16x20x2
2
20x24x2

Heating
Coils kW

Notes

[Note5}

N/A

N/A

N/A

N/A

N/A

Direct

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

1
1
1
1
1
1

Direct
Direct
1
AP29
1
AP29
1
AP29
Direct

N/A
N/A
N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A
N/A
N/A

4
4

115
115

1
1

1
1

AP32
AP32

4
4

20x10x1
20x10x1

N/A
N/A

N/A
N/A

3
3

115
115
115
115
115
115
115
115
115
115
115

1
1
1
1
1
1
1
1
1
1
1

1
1
1
1
1
1
1
1
1
1
1

2420
4L350
4L350
4L350
4L360
4L350
4L350
2400
2350
4L350
4L350

2
2
2
2
2
2
1
2
2
2
2

20x20x1
16x16x1
16x16x1
16x16x1
16x16x1
16x16x1
16x16x1
16x20x2
16x16x1
16x16x1
16x16x1

N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

1
1

St.JohnsRiverStateCollege
BidNo:BIDSJR032016

3/9/2016
Page6of10

Appendix1EquipmentList:
ScheduleAPalatkaCampusTech

BidName:HVACMaintenanceServicesforSt.JohnsRiverStateCollege

Tag

Location

Description

Maker

Model

Serial

AHUT1

MechRm

AirHandler

York

XTI051X0660PAKA028A

CEWMXT0164

DHT

T125

DuctHeater

N/A

N/A

N/A

EF1
EFT1
EFT2
EFT3

Roof
T127
T124
T106

ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan

PVD
Greenheck
Greenheck
Greenheck

XR82
BSQ160HP
SQ85D
SQC50

EF

T210

AcidSinkExhaust

Vortex

VTX1000

CUT1
FCUT1
T206
T21
T22
T23
T24A
T24B
T25
T26
T27
T28
T29
T210
T211
Notes:
1
2
3
4

T0115
T0115
T206
T201
T202
T203
T204
T204
Corridor
T206
T207
T208
T209
T210
T211

SplitSystem
SplitSystem
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler

York
York
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.

YCJD1884151A
AHX18B3XH21A

48CHW6C2RH
60CHW6E2RH
36CHW6D2RH
36CHW6D
36CHW6
36CHW6C2RH
36CHW6B2RH
60CHW6D2RH
36CHW6C2RH
36CHW6B2RH
36CHW6C2RH
36CHW6C2RH

Dualpathairhandlerwithdirectdrivefan.
Inlineheater.24"x36".9.1gpm.
Manufacturerandmodeltakenfromdesigndrawings(basisofdesign).
DXfancoilunit.

1010B51
WOC9655904
WIC0715885
FC430957CA0290009562
FCU430963CA0290003588
FCU430971CA0290003950

FC430959CA0290003583

P01A418003
P01A418002
FCU430957CA0290003978
Y04FC430953CAO290003562
Y04FC430969CAO290003564
Y04FC430955CAO290003565
Y04FC430953CAO290003563
Y04FC430955CAO290003564

FC430957CA0290003579

Motor
FLA Volts
25.8 208

Ph
3

Quan.
N/A

N/A

N/A

N/A

N/A

2.4
1/2
1/12
1/20

208
208
120
120

3
3
3
3

1
NA
NA

260Watt

115

N/A

7.6
208
2.8 208
120
8.7
120
13.2 120
13.2 120
120
120
8.7
120
6.7
208
13.2 208
8.7
208
8.7
208
8.7
208
8.7
208

1
1
1
1
1
1
1
1
1
3
1
1
1
1
1

HP
10
N/A

1/2
1/3
1/4
3/4
1/2
1/4
1/4

Belt
Size
N/A

Filters
Heating
Notes
Quan
Size
Coils kW
2
16x20x2 [Note5 N/A
1

N/A

N/A

N/A

N/A

N/A

N/A
N/A

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

3
3
3

N/A

N/A

N/A

N/A

N/A

N/A
N/A

N/A
N/A

Direct

NA
N/A
N/A N/A
1
4L350
1
2350
1
4L350
1
4L350
1
4L350
1
4L350
1
4L350
1
4L380
1
4L420
1
4L350
1
4L380
1
2350
1
AL350

N/A
N/A
note6 note6
2
16x16x1
2
16x16x1
2
20x20x1
2
16x16x1
2
16x16x1
2
16x16x1
2
16x16x1
2
16x16x1
2
20x20x1
2
16x16x1
2
16x16x1
2
16x16x1
2
16x16x1

1/2
1/3
3/4
1/2
1/2
1/2
1/2
Note:
5 Hotwatercoillocatedinoutsideairduct
6 Fieldverifyreturnairfilter

[Note5] [Note5]
[Note5] [Note5]
[Note5] [Note5]
[Note5] [Note5]
[Note5] [Note5]
[Note5] [Note5]
[Note5] [Note5]
[Note5] [Note5]
[Note5] [Note5]
[Note5] [Note5]
[Note5] [Note5]
[Note5] [Note5]
[Note5] [Note5]

4,6

St.JohnsRiverStateCollege
BidNo:BIDSJR032016

3/9/2016
Page7of10

Appendix1EquipmentList:
ScheduleAPalatkaCampusViking

BidName:HVACMaintenanceServicesforSt.JohnsRiverStateCollege

Motor
FLA Volts
13.2 115
8.7
115
10.2 208
6.7
115
115
5.3
6.7
115
8.7
115
6.7
115
6.7
115
6.7
115
13.2 115

Ph
1
1
3
1
1
1
1
1
1
1
1

Quan.
1
1
1
1
1
1
1
1
1
1
1

208
208
208
208

1
1
1
1

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

1
1
1
1

NOTE9
NOTE9
NOTE9
NOTE9

7.6

200

N/A

N/A

N/A

N/A

N/A

5
1/2
3

14.4
1.9
8.8

208
208
208

3
3
3

N/A
N/A
N/A

N/A
N/A
N/A

N/A
N/A
N/A

N/A
N/A
N/A

N/A
N/A
N/A

N/A
N/A
N/A

CP4331907

N/A

N/A

N/A

N/A

N/A

N/A

N/A

N/A

N/A

N/A

2FTB001007

136.8

208

N/A

N/A

N/A

N/A

N/A

N/A

Tag

Location

Description

Maker

Model

Serial

AHU1
AHU2
AHU3
AHU4
AHU5
AHU6
AHU7
AHU8
AHU9
AHU10
AHU11

1stFlrMech
1stFlrMech
1stFlrMech
1stFlrMech
2ndFlr
2ndFlr
2ndFlr
2ndFlr
2ndFlr
2ndFlr
V0136

AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler

FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.
FirstCo.

48YSVW6D2RH
36YSVW6C2RH
180YSVW6P2RH
24YSVW4B2RH
24YSHW4A2RH
24YSHW6B2RH
36YSHW6C2RH
24YSHW6B2RH
24YSHW4B2RH
24YSHW4B2RH
485VW4D

R05A710076
R05A710075
R05A711553
R05A710074
R05A710068
R05A710071
R05A710073
R05A710072
R05A710069
R05A710070
88F048V4

FCUV01
FCUV02
FCUV03
FCUV04

V0101
V0101
V0104
V0105

FanCoilUnit
FanCoilUnit
FanCoilUnit
FanCoilUnit

Trane
Trane
Trane
Trane

N/A
N/A
FCDB0402CAHF0
FCDB0402DAHF0

N/A
N/A
T14C10473
T14C10474

Tower

Outdoors

CoolingTower

Evapco

ICT476

8335221

CW1
HW1
CHW1&2

Outdoors
1stFlrMech
1stFlrMech

CWPump
HWPump
CHWPump

B&G
B&G
B&G

1510BF72.5AB
35xTJ00
1510BF71.5AC

1BF019E80
105089
1BF180E80

Boiler

1stFlrMech

Boiler

WeilMcLain

LGB

Chiller

1stFlrMech

Chiller

York

YCWL0056SE17XAASDT

HP
3/4
1/2
3
1/3
1/4
1/3
1/2
1/3
1/3
1/3
3/4

Belt
Size
5L460
B35
BX59
B36
B34
B32
5L360
B32
B32
B32
5L460

Filters
Quan
Size
2
16x20x1
2
16x16x1
3
20x36x1
1
16x25x1
1
16x25x1
1
16x25x1
2
16x16x1
1
16x25x1
1
16x25x1
1
16x25x1
2
16x20x1

Heating
Coils kW
[Note3] [Note3]
[Note3] [Note3]
[Note3] [Note3]
[Note3] [Note3]
[Note3] [Note3]
[Note3] [Note3]
[Note3] [Note3]
[Note3] [Note3]
[Note3] [Note3]
[Note3] [Note3]

Notes
1
1
1
1
2
2
2
2
2
2

[Note3] [Note3]

9
9
9
9

4
5
6

St.JohnsRiverStateCollege
BidNo:BIDSJR032016

3/9/2016
Page8of10

Appendix1EquipmentList:
ScheduleAPalatkaCampusViking

BidName:HVACMaintenanceServicesforSt.JohnsRiverStateCollege

Tag

Location

Notes:
1
2
3
4

Description

Maker

Locatedin1stFloormechanicalroom.
Locatedin2ndFloorcorridor.
Hotwaterreheat.
HWPumpData:
MotorData:
Type:
HP:
Size: 1510BF72.5AB
FLA:
GPM: N/G
Volts:
Head:
Hz:
Ph:
rpm:
Frame:

5 HWPumpData:
Type: 35xTJ00
Size:
GPM:
Head:

MotorData:
HP:
FLA:
Volts:
Hz:
Ph:
rpm:
Frame:

Model

Serial

HP

7 AC1MotorData

5
208230/460
60
3
1750
184T

1/2
208
60
3
1750

HP:
FLA:
Volts:
Hz:
Ph:
rpm:
Frame:

10
28
208
60
3
1770
S256T

8 V103MotorData:
HP:
FLA:
Volts:
Hz:
Ph:
rpm:
Frame:

2
9
208
60
3
1725
R56HZ

9 Fieldverifyfiltersize
6 CHWPumpData:
MotorData:
Type:
HP:
Size: 1510BF71.5AC
FLA:
GPM:
Volts:
Head:
Hz:
Ph:
rpm:
Frame:

3
208
60
1760
183T

Motor
FLA Volts

Ph

Quan.

Belt
Size

Filters
Quan
Size

Heating
Coils kW

Notes

St.JohnsRiverStateCollege
BidNo:BIDSJR032016

3/9/2016
Page9of10

Appendix1EquipmentList:
ScheduleAPalatkaCampusChillerPlant

BidName:HVACMaintenanceServicesforSt.JohnsRiverStateCollege

Tag

Location

Description

Maker

Model

Serial

CH1
CH2

CHWPlant
CHWPlant

Chiller
Chiller

York
York

CGAM080
CGAM080

2EWM006381
2EWM006382

CHWPump
CHWPump

B&G
B&G

3G
3G

[Note1]
[Note1]

CHWP1 CHWPlant
CHWP2 CHWPlant

Notes:
1 Pumpencasedininsulation.

Motor
HP
FLA Volts
N/A 307.8 208
N/A 307.8 208

Ph
3
3

Quan.
NA
NA

15
15

3
3

NA
NA

39.8
39.8

208
208

Belt
Size
N/A
N/A
N/A
N/A

Filters
Quan
Size
N/A
N/A
N/A
N/A
N/A
N/A

N/A
N/A

Heating
Notes
Coils kW
3
N/A N/A
3
N/A N/A
N/A
N/A

N/A
N/A

3
3

St.JohnsRiverStateCollege
BidNo:BIDSJR032016

3/9/2016
Page10of10

Appendix1EquipmentList:
ScheduleAPalatkaCampusBoilerBldg

BidName:HVACMaintenanceServicesforSt.JohnsRiverStateCollege

Tag

Location Description

Maker

B1
B2

S0116
S0116

HWBoiler WeilMcLain
HWBoiler WeilMcLain

HHWP1
HHWP2

S0116
S0116

HWPump
HWPump

B&G
B&G

HP
N/A
N/A

FLA
N/A
N/A

Volts
N/A
N/A

Ph
N/A
N/A

Quan.
N/A
N/A

Size
N/A
N/A

Filters
Quan
Size
N/A
N/A
N/A
N/A

Heating
Coils
kW
N/A
N/A
N/A
N/A

1510BF 83079P01ED1 7 1/2


1510BF 83079P01EO1 7 1/2

20.6
20.6

208
208

3
3

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

Model

Serial

LGB7
LGB7

CP4331910
CP4264210

Motor

Notes:
1 Naturalgasboiler.780,000inputBTU.135.5gpm.
2 Newheatinghotwaterpump.135.5gpm@85fthead.9.125"impellor.

Belt

N/A
N/A

N/A
N/A

Notes
1
1
2
2

St.JohnsRiverStateCollege
BidNo:BIDSJR032016
BidName:HVACMaintenanceServicesforSt.JohnsRiverStateCollege

Appendix1EquipmentList:
ScheduleBOrangeParkCampusDBuilding

92826371A

HP
15.0

Motor
FLA Volts
18.8 480

Ph
3

Quan.
2

CSI50SH10X10FCCL1

920826471B

5.0

6.2

480

B52

XD1207

SRC6328023

1/6
1/20
1/12

115
115
115

1
1
1

N/A
N/A
N/A

N/A
N/A
N/A

Tag

Location

Description

Maker

Model

Serial

AHU1

MechRm

AirHandler

York

CSI270SV22X0FCCL1

AHU2

Mezz

AirHandler

York

EF1
EF2
EF3

Restroom ExhaustFan
D14
ExhaustFan CentriMaster
D9
ExhaustFan

Notes:
1 Directdriveexhaustfan

3/9/2016
Page1of10
Belt
Size
B55

Filters

Heating

Quan
20
2
2

Size
20x20x2
16x20x2
16x25x2

Coils

N/A
N/A
N/A

N/A
N/A
N/A

N/A
N/A
N/A

kW
67

Notes

6.5
N/A
N/A
N/A

1
1
1

St.JohnsRiverStateCollege
BidNo:BIDSJR032016
BidName:HVACMaintenanceServicesforSt.JohnsRiverStateCollege

Appendix1EquipmentList:
ScheduleBOrangeParkCampusEBuilding

Tag

Location

Description

Maker

Model

Serial

Chiller1
Chiller2
CT1
CT2

MechRm
MechRm
Outdoors
Outdoors

Chiller
Chiller
CoolingTower
CoolingTower

York
York
BAC
Evapco

YKGKGLP9CTF
YTG1A2C3CKJ
15385
AT9BI1

KOR028
DLR027
U070051702
T030835

ChillerRm
ChillerRm
ChillerRm

FanCoil
FanCoil
ExhuastFan

Firstco
Firstco
LorenCook

36SHW6D
36SHW6D
SDB120

N06A292631

RDM800

ChillerRm

Refrig.Monitor

Bacharach

RDM800

810407500

3/9/2016
Page2of10

Motor
HP
FLA Volts
503 565.0 460
351 380 460
20 29.8 480
30 34.0 460

Ph
3
3
3
3

3/4 13.7
3/4 13.7
1/3

1
1
1

Notes:
1 R134Arefrigerant.
2 R123refrigerant.
3 Dedicatedrefrigerantpurgefanservingthechillerplant.Itisnormallynotenergized.Periodictestingisrequired.

115
115
120

Belt
Filters
Quan.
Size
Quan
Size
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
1
3RB115 N/A
N/A
1
48154 N/A
N/A
1
1
1

B34
B34
4L390

2
2
N/A

16x16x1
16x16x1
N/A

Heating
Coils kW
N/A N/A
N/A N/A
N/A N/A
N/A N/A
N/A
N/A
N/A

N/A
N/A
N/A

Notes
1
2

St.JohnsRiverStateCollege
BidNo:BIDSJR032016
BidName:HVACMaintenanceServicesforSt.JohnsRiverStateCollege

Tag

Location

Description

Maker

AHU11 1stFlrE
AHU12 1stFlrW
AHU21 2ndFlrE
AHU22 2ndFlrW
RF1
MechRm
RF2
MechRm

AirHandler
AirHandler
AirHandler
AirHandler
ReturnFan
ReturnFan

York
York
York
York
Cook
Cook

ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan

CMKPlastics
CMKPlastics
Cook
Cook

EF1
EF2
EF3
EF4

Roof
Roof
Roof
Roof

Notes:
1 FiltersassociatedwithAHU11:
316x20x2
316x20x4
320x20x2
320x20x4
120x24x2
120x24x4
124x24x2
124x24x4
2 FiltersassociatedwithAHU12:
316x20x2
316x20x4
320x20x2
320x20x4
120x24x2
120x24x4
124x24x2
124x24x4
3 FiltersassociatedwithAHU21:
1220x24x2
1220x24x4
420x20x2
420x20x4
312x24x2
312x24x4
112x20x2
112x20x4

Appendix1EquipmentList:
ScheduleBOrangeParkCampusHealthSciences
Model

Serial

AXJTFSW3000
AXJTFSW3000
150150C3B
135ACE135C3B

CFM/PCM12200
CFM/PCM12200

HP
XTI48x072FALA046A CASMXT0115
15
XTI045x072FALA046A CASMXT0122
15
XTI102x102FAPA046A CBSMXT0325
30
XTI042x072FALA046A CASMXT0124
15
150SON150SONB 049S93003200/5/0 1/4
150SON150SONB 049S94003200/5/0 1/4

049S03003200/0000701
049S03003200/0001801

3/9/2016
Page3of10

Motor
FLA Volts
20.5 460
20.3 460
36.0 460
20.3 460
6.4 115
6.4 115

Ph
3
3
3
3
1
1

Quan.
2
2
2
2
1
1

460
460
115
115

3
3
1
1

N/A
N/A
1
1

20
20
1/4
1/4

4 FiltersassociatedwithAHU22:
816x20x2
5 RF2servesAHU11.
6 RF2servesAHU12.

816x20x4

Belt
Size
BX43
BX50
BX84
A47
A43
A43
N/A
N/A
4L230
4L220

Filters
Quan
Size
[Note1]
[Note2]
[Note3]
[Note4]
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

Heating
Notes
Coils kW
23
30
14
200
N/A N/A
5
N/A N/A
6
N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

St.JohnsRiverStateCollege
BidNo:BIDSJR032016
BidName:HVACMaintenanceServicesforSt.JohnsRiverStateCollege

Tag

Appendix1EquipmentList:
ScheduleBOrangeParkCampusLRC

Location

Description

Maker

Model

Serial

AHU2 Men'sRm
AHU1 Men'sRm
AHULOA S.Mech

AirHandler
AirHandler
AirHandler

Carrier
Carrier
Carrier

39BA060B12
39ED11
39ED13

881737896
1888T08304
1888T08395

BCUL111
BCUL112
BCUL113
BCUL114
BCUL116
BCUL121

L111
L112
L113
L114
L116
L121

BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil

Carrier
Carrier
Carrier
Carrier
Carrier
Carrier

42BH12
42BH12
42BH12
42BH12
42BH12
42BH12

EFL1
EFL08

Men'sRm
L08

ExhaustFan
ExhaustFan

Cook
Cook

Gemini615
Gemini415

Notes:

3/9/2016
Page4of10

Motor
FLA Volts
460
3.0 460
6.2 460

Ph
3
3
3

Quan.
1
1
1

1/2
1/2
1/2
1/2
1/2
1/2

115
115
115
115
115
115

1
1
1
1
1
1

1
1
1
1
1
1

A29
A29
A29
A29
A29
A29

1
1
1
1
1
1

16x16x1
16x16x1
16x16x1
16x16x1
16x16x1
16x16x1

1/4
35W

115
115

1
1

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

HP
3/4

Belt
Size
A55
B35
A33

Filters
Heating
Notes
Quan
Size
Coils kW
2
20x25x2
10
3
24x24x2
30
3
24x24x2
8
6
8
8
8
8
N/A
N/A

N/A
N/A

St.JohnsRiverStateCollege
BidNo:BIDSJR032016
BidName:HVACMaintenanceServicesforSt.JohnsRiverStateCollege

Appendix1EquipmentList:
ScheduleBOrangeParkCampusTBuilding

HP

Motor
FLA Volts

Ph

Quan.

25

29.4

480

PKA24A
PKA24A

0.33
0.33

208
208

1
1

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

Mitsubishi
Mitsubishi

PUY24
PUY24

14
14

208
208

1
1

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

ExhaustFan

Greenheck

SQ95D

1/8

1.7

115

N/A

N/A

N/A

N/A

N/A

N/A

VAVw/Reheat
VAVw/Reheat
VAVw/Reheat
VAVw/Reheat
VAVw/Reheat
VAVw/Reheat
VAVw/Reheat
VAVw/Reheat
VAVw/Reheat
VAVw/Reheat
VAVw/Reheat
VAVw/Reheat
VAVw/Reheat

FirstC
Titus
Titus
Titus
Titus
Titus
Titus
Titus
Titus
Titus
Titus
Titus
Titus

DESV14
DESV14
DESV14
DESV05
DESV16
DESV12
DESV12
DESV12
DESV10
DESV06
DESV06
DESV06
DESV08

N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

3
3
3
1
3
2
2
2
2
1
1
1
N/A

11
11
11
1.5
12
9
9
8
6
2
1.5
2
N/A

Tag

Location

Description

Maker

Model

Serial

AHUT1

MechRm

AirHandler

York

XTI90X72KANA046A

CFYMXT0217

AC1
AC2

MechRm
T103

SplitSystem
SplitSystem

Mitsubishi
Mitsubishi

CU1
CU2

Outdoors
Outdoors

Condenser
Condenser

EFT1

RestRms

VAVT11
T116
VAVT12
T115
VAVT13
T114
VAVT14
T112
T120
VAVT15
VAVT16
T105
VAVT17
T104
VAVT18
T102
T106
VAVT19
VAVT110 T101E
VAVT111 T101D
VAVT112 T101A
VAVT113 MechRm

3/9/2016
Page5of10

Notes:
1 VAVheatingcoilsonlytobecoveredundermaintenancecontract.
2 CondenserunitratingisRLAratherthanFLA.
3 BiPolarionizationequipmentshallbeincludedincontract

127560291202

Belt
Size

Filters
Heating
Notes
Quan
Size
Coils kW
12 20x20x2
5VX470
3
12 20x20x4

2
2

1
1
1
1
1
1
1
1
1
1
1
1

St.JohnsRiverStateCollege
BidNo:BIDSJR032016
BidName:HVACMaintenanceServicesforSt.JohnsRiverStateCollege

Appendix1EquipmentList:
ScheduleBOrangeParkCampusThrasher

3/9/2016
Page6of10

HP

Motor
FLA Volts

Ph

Quan.

MCCA100

40

51.0

460

5VX1030

Trane

MCCB021

10

13.3

460

5VX710

AirHandler

Trane

MCCB006

2.8

460

BX44

MechRm

AirHandler

Trane

MCCB017

7.5

9.6

460

5VX560

AHU5
AHU6
AHU7
AHU8
AHU9
AHU10
AHU11
AHU12
AHU13
AHU14
AHU15
AHU16
AHU17
AHU18

MechRm
MechRm
MechRm
MechRm
MechRm
MechRm
MechRm
MechRm
MechRm
MechRm
MechRm
MechRm
MechRm
MechRm

AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler
AirHandler

MagicAire
Trane
MagicAire
MagicAire
MagicAire
MagicAire
MagicAire
MagicAire
MagicAire
MagicAire
MagicAire
MagicAire
MagicAire
MagicAire

60BVWB
MCCB010
24HBAW4
90BVW
90BVW
90BVW
90BVW
120BVW
60BVWB
60BVWB
48BVWB
48BVWB
60BVWB
90BVWBXVA

1.5
5
0.25
1
1
1.5
1.5
2
0.75
0.75
0.75
0.75
1
1

2.8
7.0
2.6
1.9
1.9
2.8
2.8
3.0
1.5
1.5
1.5
1.5
1.9
1.9

460
460
230
460
460
460
460
460
460
460
460
460
460
460

3
3
1
3
3
3
3
3
3
3
3
3
3
3

1
1
1
1
1
1
1
1
1
1
1
1
1
1

EF1
EF2
EF3
EF4
EF5
EF6
EF7
EF8
EF9
EF10
EF11
EF12
EF13
EF14
EF15
EF16
EF17
EF18
EF19
EF20
EF21
EF22

G149
G148
G145
G
G135
G
G142
G141
G
G
G123
G127
G124
G
G125
G181
G178
G179
G196
G195
G104
G105

ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan

Cook
Cook
Cook
Cook
Cook
Cook
Cook
Cook
Cook
Cook
Cook
Cook
Cook
Cook
Cook
Cook
Cook
Cook
Cook
Cook
Cook
Cook

GC160
GC160
GC160
GC160
GC160
GC160
GC160
GC160
GC420
GC420
GC140
GC140
GC160
GC160
GC140
GC140
GC620
GC620
GC140
GC140
GC180
GC740

1.7
1.7
1.7
1.7
1.7
1.7
1.7
1.7
1.5
1.5
0.6
0.6
1.7
1.7
0.6
0.6
4.3
4.3
0.6
0.6
2.7
3.6

120
120
120
120
120
120
120
120
120
120
120
120
120
120
120
120
120
120
120
120
120
1220

1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1

Tag

Location

Description

Maker

Model

AHU1

MechRm

AirHandler

Trane

AHU2

MechRm

AirHandler

AHU3

MechRm

AHU4

Serial

1/23
1/23

1/12
1/12

1/4

Belt
Size

Filters

Heating

Size
20x20x2
20x25x2
16x20x2
16x25x2
16x20x2
16x20x2
16x25x2
16x25x2
20x25x2
16X25X2
16X25X2
16X25X2
16X25X2
16X25X2
16X25X2
16X25X2
16X25X2
22X22X2
22X22X2
16X25X2
16X24X2

Coils

A44
BX38
A37
B57
B57
B58
B60
B61
A44
A43
A44
A44
A44
B57

Quan
8
40
4
8
4
8
4
2
4
1
3
3
3
3
3
2
2
1
1
2
3

DirectDrive
DirectDrive
DirectDrive
DirectDrive
DirectDrive
DirectDrive
DirectDrive
DirectDrive
DirectDrive
DirectDrive
DirectDrive
DirectDrive
DirectDrive
DirectDrive
DirectDrive
DirectDrive
DirectDrive
DirectDrive
DirectDrive
DirectDrive
DirectDrive
DirectDrive

N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

kW
119
30
17
40
5
9
1.5
9
7.5
9
7
12
7
5
4
4
7
5
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

Notes
1

St.JohnsRiverStateCollege
BidNo:BIDSJR032016
BidName:HVACMaintenanceServicesforSt.JohnsRiverStateCollege

Tag

Location

Description

Maker

Model

EF23
EF24
EF25
EF26
EF27
EF28
EF29
EF30
EF31
EF32
EF33

G110
G110
LM213
LM204
LM204
LM212
LM212
LM309
G208
G220
G221

ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan

Cook
Cook
Cook
Cook
Cook
Cook
Cook
Cook
Cook
Cook
Cook

GC740
GC740
GC140
GC420
GC420
GC420
GC420
GC140
GC140
GC420
GC420

Notes:
1 AHU#1isequippedwithastandby40H.P.motor.

Appendix1EquipmentList:
ScheduleBOrangeParkCampusThrasher
Serial

HP
1/4
1/4
1/23
1/23
1/23
1/23

1/23
1/23

Motor
FLA Volts
3.6 1220
3.6 1220
0.6 120
1.5 120
1.5 120
1.5 120
1.5 120
0.6 120
0.6 120
1.5 120
1.5 120

Ph
1
1
1
1
1
1
1
1
1
1
1

Belt
Quan.
Size
DirectDrive
DirectDrive
DirectDrive
DirectDrive
DirectDrive
DirectDrive
DirectDrive
DirectDrive
DirectDrive
DirectDrive
DirectDrive

3/9/2016
Page7of10
Filters
Quan
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

Heating
Size
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

Coils
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

kW
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

Notes

St.JohnsRiverStateCollege
BidNo:BIDSJR032016
BidName:HVACMaintenanceServicesforSt.JohnsRiverStateCollege

Tag

Location

Description

Maker

Appendix1EquipmentList:
ScheduleBOrangeParkCampusViking
Model

Serial

3/9/2016
Page8of10

Motor
HP
FLA

Volts

Ph

Belt
Quan.

Size

Filters
Quan
6
4
2
2

Heating
Size
Coils kW
16x20x2
3
34
20x25x2
16x25x2
3
18
20x25x2

Notes
3

AHUV1

Mezz

AirHandler

Carrier

39MNID0215EQ33XFS

2412U26036

71/2 9.7

460

B45

AHUVOA

Mezz

AirHandler

Carrier

39MN03D0215ER23XES

2412U26038

3.9

460

A28

BCUV002
BCUV006
BCUV011
BCUV12
BCUV20
BCUV22

V102
V106
V111
V112
Mezzanine
Mezzanine

BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil

FirstCompany
FirstCompany
FirstCompany
FirstCompany
FirstCompany
FirstCompany

48SHW6
24SWH6
36SHW6
24SHW6B
60SHW6D
24SWH6

V05B266982
V05B263884
V05B263817
V05B263884
V05B266982
V05B263882

3/4 11.4
1/3 6.6
1/2 8.7
1/3 6.7
3/4 11.4
1/3 6.6

115
115
115
115
115
115

1
1
1
1
1
1

1
1
1
1
1
1

5L430
5L350
5l360
5L350
5L430
5L350

2
1
2
1
2
1

16x20x1
16x25x1
16x16x1
16x25x1
20x20x1
16X25X1

2
2
2
2
3
2

13
6
10
7
15
6

3
3
3
3
3
3

AC1
AC2

Mezzanine
Mezzanine

DX
DX

Carrier
Carrier

40GXQ024
40GXQ024

1111V01788
1111V01815

0.41
0.41

208
208

1
1

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

1,2
1,2,

EFV1
EFV12
EFV13
EFV26
EFV27

Mezzanine
V112
V113
Toilet
Toilet

ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan

Cook
Cook
Cook
Cook
Cook

Gemini820
Gemini415
Gemini610
Gemini415
Gemini415

115
115
115
115
115

1
1
1
1
1

1
N/A
1
N/A
N/A

N/A
N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A
N/A

Notes:
1 Beltsizestobedeterminedinthefield.
2 Filtersizesandquantitiestobedeterminedinthefield.
3 BiPolarionizationequipmentshallbeincludedinthecontract.

1/3
35W
1/12
35W
35W

0.4
0.4

N/A
N/A
N/A

St.JohnsRiverStateCollege
BidNo:BIDSJR032016
BidName:HVACMaintenanceServicesforSt.JohnsRiverStateCollege

Tag

Appendix1EquipmentList:
ScheduleBOrangeParkCampusXBuilding

Location

Description

Maker

Model

Serial

SCHWP1 PumpRm
SCHWP2 PumpRm
CHLR1CWP1 PumpRm
CHLR1CWP2 PumpRm
CHLR2CWP1 PumpRm
CHLR2CWP2 PumpRm
CHLR1CHWP1 PumpRm
CHLR2CHWP2 PumpRm
CHLR2CHWP2A PumpRm

CHWPump
CHWPump
CWPump
CWPump
CWPump
CWPump
CHWPump
CHWPump
CHWPump

B&G
B&G
B&G
B&G
TACO
TACO
B&G
B&G
B&G

VSC6x8x13.5_RHR
VSC6x8x13.5_RHR
1510BFE12.258GS
1510BFE12.258GS
FI5009E2HAJ1L0A
FI5009E2HAJ1L0A
1510BF8.375G3C
1510BF7.755BC
1510BF

C04119601F70
C04119602F70
C04119301F70
C04119302F70
2724227/34
2724227/34
C04119501E70
C04119401E70
C15289303G21

Notes:
1 SCHWP1PumpData:
MotorData:
Type:
HP: 125
FLA: 140
Size: VSXVSC13.1256x8x13.5_RHR
GPM: 2400
Volts: 460
Head: 140
Hz: 60
Ph: 3
Rpm: 1780
Frame: 405TS
2 SCHWP2PumpData:
MotorData:
Type:
HP: 125
Size: VSXVSC13.1256x8x13.5_RHR
FLA: 140
GPM: 2400
Volts: 460
Head: 140
Hz: 60
Ph: 3
Rpm: 1780
Frame: 405TS
5 CHLR2CWP1PumpData: MotorData:
Type:
HP: 15
Size:
FLA: 20.3
GPM: 800
Volts: 460
Head: 45
Hz: 60
Ph: 3
rpm: 1760
Frame: 254T
7 CHLR1CHWP1PumpData MotorData:
Type:
HP: 40
Size: 1510BF8.375G3C
FLA: 50
GPM: 1680
Volts: 460
Head: 30
Hz: 60
Ph: 3
rrm: 1185
Frame: 364T

Motor
HP
FLA Volts
125 140.0 460
125 140.0 460
40 50.0 460
40 50.0 460
15 20.3 460
15 20.3 460
30 35.4 460
30 35.4 460
15 18.5 460

3/9/2016
Page9of10

Ph
3
3
3
3
3
3
3
3
3

Quan.
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

Belt
Size
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

Filters
Quan
Size
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

3 CHLR1CWP1PumpData: MotorData:
Type:
HP: 40
Size: 1510BFE12.258GS
FLA: 50
GPM: 2100
Volts: 460
Head: 50
Hz: 60
Ph: 3
Rpm: 1185
Frame: 364T
4 CHLR1CWP1PumpData: MotorData:
Type:
HP: 40
Size: 1510BFE12.258GS
FLA: 50
GPM: 2100
Volts: 460
Head: 50
Hz: 60
Ph: 3
Rpm: 1185
Frame: 364T
6 CHLR2CWP2PumpData:
MotorData:
Type:
HP: 15
Size:
FLA: 20.3
GPM: 800
Volts: 460
Head: 45
Hz: 60
Ph: 3
Rpm: 1760
Frame: 254T
8 CHLR2CHWP2PumpData:
MotorData:
Type:
HP: 15
Size: BF7.755BC
FLA: 50
GPM: 720
Volts: 460
Head: 45
Hz: 60
Ph: 3
rrm: 1185
Frame: 364T

Heating
Notes
Coils kW
N/A N/A
1
N/A N/A
2
N/A N/A
3
N/A N/A
4
5
N/A N/A
6
N/A N/A
7
N/A N/A
8
N/A N/A
9
N/A N/A

St.JohnsRiverStateCollege
BidNo:BIDSJR032016
BidName:HVACMaintenanceServicesforSt.JohnsRiverStateCollege

Tag

Location

Description

Appendix1EquipmentList:
ScheduleBOrangeParkCampusXBuilding

Maker

9 CHLR2CHWP2APumpDatMotorData:
Type:
HP:
1510BF
Size:
FLA:
GPM:
Volts:
Head:
Hz:
Ph:
rrm:
Frame:

Model

15
18.5
460
60
3
1760
254T

Serial

HP

Motor
FLA Volts

3/9/2016
Page10of10

Ph

Quan.

Belt
Size

Filters
Quan
Size

Heating
Notes
Coils kW

St.JohnsRiverStateCollege
BidNo:BIDSJR032016
BidName:HVACMaintenanceServicesforSt.JohnsRiverStateCollege

3/9/2016
Page1of8

Appendix1EquipmentList:
ScheduleCSt.AugustineCampusAdmin

Tag

Location

Description

Maker

Model

Serial

AHUA0

A128

AirHandler

DunhamBush

HCL03MF4434401

4434401A95D

AHUA1

A121

AirHandler

DunhamBush

HCS08LF4436502

4436502A95D

EFA1
EF
EF

A121
A100
A102

ExhaustFan
ExhaustFan
ExhaustFan

LorenCook

90SQI

BCUA08
BCUA09
BCUA12
BCUA16
BCUA17
BCUA27

A107
Corridor
Corridor
A116
Corridor
Corridor

BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil

MagicAir
MagicAir
MagicAir
MagicAir
MagicAir
MagicAir

24BHW6A
24BHW6A
24BHW6A
24BHW6A
36BHW6A
24BHW6A

VAV01
VAV014
VAV020
VAV021

A101
Mezz
Mezz
Mezz

VAV
VAV
VAV
VAV

Carnes
Carnes
Carnes
Carnes

ASEDL42NS1NT6YM
ASEDL12NS1NT6YM
ASEDL12NS1NT6YM
ASEDL12NS1NT6YM

Motor
FLA Volts

Ph

Quan.

4.4

460

B37

4.4

460

A54

115
115
115

1
1
1

1
Direct
Direct

AP32
N/A
N/A

N/A
N/A
N/A

N/A
N/A
N/A

HP

1/6
1/20
1/20

950216800
950321927
950321893
950321892
950321914
950112636

Belt
Size

Filters
Quan
Size
1
12X24X2
1
24X24X2
2
16X25X2
2
16X20X2

Heating
Coils Volts kW

N/A
N/A
N/A

480

12

N/A

N/A

N/A
N/A
N/A

N/A
N/A
N/A

1/4
1/3
1/4
1/4
1/3
1/4

4.9
6.0
4.9
4.9
6.0
4.9

115
115
115
115
115
115

1
1
1
1
1
1

1
1
1
1
1
1

4L390
4L410
4L390
4L390
4L420
4L390

1
1
1
1
1
1

21X21X1
21X21X1
21X21X1
21X21X1
21X21X1
21X21X1

480
480
480
480
480
480

2
7
4
5
7
3

1/4
1/6
1/6
1/6

1.7
1.0
1.0
1.0

277
277
277
277

1
1
1
1

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

1
1
1
1

1034X277/8X1

480
480
480
480

12
4
3
3

Notes:
1 AHUiscontrolledbyanABBvariablefrequencydrive(Model:ACH401600432,Serial:2032500854).

1034X277/8X1
1034X277/8X1
1034X277/8X1

Notes

St.JohnsRiverStateCollege
BidNo:BIDSJR032016
BidName:HVACMaintenanceServicesforSt.JohnsRiverStateCollege

Tag

Location

Description

Maker

Model

AHUC0

Mezz

AirHandler

DunhamBush

HCL14MF4434407

AHUC1
AHUC2

Mezz
Mezz

AirHandler
AirHandler

DuhamBush
DuhamBush

HC503LF4436504
HC503LF4436504

Mezz

ExhaustFan

Corridor
Corridor
Corridor
Corridor
Corridor
Corridor
Corridor
Corridor
Corridor
Corridor
Corridor
Corridor
Corridor
Corridor

BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil

BCUC01
BCUC02
BCUC05
BCUC09
BCUC12
BCUC15
BCUC28
BCUC31
BCUC32
BCUC33
BCUC34
BCUC36
BCUC41
BCUC44

Notes:

Motor
FLA Volts

Ph

Quan.

4434407A95D 7 1/2

9.3

460

BX61

4436504A95D
4436504B95D

2.9
2.9

460
460

3
3

1
1

B29
B30

Filters
Heating
Quan
Size
Coils Volts kW
3
12X24X2
480
60
3
24X24X2
1
21X21X1
480
8
1
21X21X1
480
8

115

1A39

N/A

N/A

115
115
115
115
115
115
115
115
115
115
115
115
115
115

1
1
1
1
1
1
1
1
1
1
1
1
1
1

1
1
1
1
1
1
1
1
1
1
1
1
1
1

4L390
4L390
4L420
4L430
4L390
4L390
4L380
4L380
4L390
4L390
4L390
4L390
4L390
4L410

1
1
1
1
1
1
1
1
1
1
1
1
1
1

21X21X1
21X21X1
21X21X1
21X21X1
21X21X1
21X21X1
21X21X1
21X21X1
21X21X1
21X21X1
21X21X1
21X21X1
21X21X1
21X21X1

Serial

135SQ5
MagicAir
MagicAir
MagicAir
MagicAir
MagicAir
MagicAir
MagicAir
MagicAir
MagicAir
MagicAir
MagicAir
MagicAir
MagicAir
MagicAir

3/9/2016
Page2of8

Appendix1EquipmentList:
ScheduleCSt.AugustineCampusCBuilding

36BHW6A
36BHW6A
36BHW6A
36BHW6A
36BHW6A
36BHW6A
36BHW6A
36BHW6A
36BHW6A
36BHW6A
36BHW6A
24BHW6A
36BHW6A
36BHW6A

HP

2
2
1/4

950631987
950632036
950632039
950632037
950631986
950631984
950631988
950632047
950632035
950631988
950632034
950321928
950632049
950632045

1/3
1/3
1/3
1/3
1/3
1/3
1/3
1/3
1/3
1/3
1/3
0.21/35

1/3
1/3

5.9
5.9
5.9
5.9
6.7
5.9
5.9
5.9
5.9
5.9
5.9
6.0
5.9
5.9

Belt
Size

N/A

N/A

N/A

480
480
480
480
480
480
480
480
480
480
480
480
480
480

6
7
6
6
7
7
7
7
15
7
7
6
7
7

Notes

St.JohnsRiverStateCollege
BidNo:BIDSJR032016
BidName:HVACMaintenanceServicesforSt.JohnsRiverStateCollege

Tag

Location

Description

Maker

Model

AHU1
AHU2
AHU3
AHU4
AHU5
AHU6
AHU7
AHU8
AHU9
AHU10
AHU11
AHU12
AHU13
AHU14
AHU15
AHU16
AHU17
AHU18

Lobby
J101
J106
J109
J109
J110
J149B
J114
J115
J121
J125
J131
J132
J145
J149A
J114
J131
J132

AirHander
AirHander
AirHander
AirHander
AirHander
AirHander
AirHander
AirHander
AirHander
AirHander
AirHander
AirHander
AirHander
AirHander
SplitSysAHU
SplitSysAHU
SplitSysAHU
SplitSysAHU

York
York
York
York
York
York
York
York
York
York
York
York
York
York
York
York
York
York

CS_H_FAN1_R
CS_H_FAN1_R
CS_H_FAN1_R
CS_H_FAN1_R
CS_H_FAN1_R
CS_H_FAN1_R
CS_H_FAN1_R
CS_H_FAN1_R
CS_H_FAN2_R
CS_H_FAN1_R
CS_H_FAN1_R
CS_H_FAN1_R
CS_H_FAN1_R
CS_H_FAN1_R
KE34180A33A
K4EU090A33A
N1AHB1246A
N1AHD2046A

OAU1

Outdoors

Energy
RecoveryUnit

Greenheck

ERCH4S30LCW1601

1395673614L

CU1
CU2
CU3
CU4
CU5

Outdoors
Outdoors
Outdoors
Outdoors
Outdoors

Condenser
Condenser
Condenser
Condenser
Condenser

Carrier
York
York
York
York

38QR018C331
H1CE150A46C
EA090C00A4AAA1A
H4DB036S46A
H4DB06046A

1403X64977
(S)NBMM915243
NOC9626891
WMLM015463
WMLM015322

Notes:
1 Filtersizeandquantitytobedetermineinfield.

3/9/2016
Page3of8

Appendix1EquipmentList:
ScheduleCSt.AugustineCampusCriminalJustice
Serial

HP
1
3/4
1
3/4
3/4
3/4
2
1 1/2

1/2
3/4
3/4
3/4
1
3/4

NBM500085 3
(S)NMBS000873 1 1/2
1/2
XBMS039129
3/4
XBMS039255
5
5

Motor
FLA Volts
1.6
460
1.5
460
1.6
460
1.5
460
1.5
460
1.5
460
2.8
460
2.1
460
1.1
460
1.5
460
1.5
460
1.5
460
1.6
460
1.5
460
4.8 460Q
2.6
460
1.6
460
2.4
460

Ph
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3
3

Quan.
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1
1

6.6
6.6

480
480

3
3

10.50 460
13.6 460
16.0 460
6.6
460
8.8
460

1
3
3
3
3

N/A
N/A
N/A
N/A
N/A

Belt
Size
A40
A41
A42
A38
A37
A37
A42
A42
A37
A37
A37
A37
A41
A37
A57
A36

Filters
Heating
Quan
Size
Coils Volts kW
1
480 11.5
16X25X2
1
480
6.5
16X25X2
1
480
5
16X25X2
1
480
5
16X25X2
1
480
4.5
16X25X2
1
480
5
16X25X2
1
480 17.5
16X25X2
1
21X21X1
480
7
480
3
1
21X21X1
1
480
4.5
21X21X1
1
480
6
21X21X1
1
480
4.5
21X21X1
1
480
7
16X25X2
1
480 11.5
16X25X2
1
20x20x1 N/A N/A N/A
4
16x25x1 N/A N/A N/A
1
20x20x1 N/A N/A N/A
1
20x20x1 N/A N/A N/A
Natur
460
alGas

1
N/A
N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A
N/A

10
N/A
N/A
N/A
N/A
N/A

Notes

1,SupplySide
1,ExhaustSide

St.JohnsRiverStateCollege
BidNo:BIDSJR032016
BidName:HVACMaintenanceServicesforSt.JohnsRiverStateCollege

HP

Motor
FLA Volts

Ph

Quan.

CFYMXT0216

15

17.7

480

AX40

XTI030X042BAGA046A

CFYMXT0215

4.3

480

5VX460

24SHW6A
24SHW6B
24SHW6A
24SHW6B
24SHW6B
24SHW6B
36SHW6C
36SHW6C
36SHW6C
36SHW6C

V05B263880
V05B263876
V05B263881
V05B263879
V05B263877
V05B263878
V05B263871
V05B263874
V05B263872
V05B263873

1/4
1/3
1/4
3/4
1/3
1/3
3/4
1/2
1/2
1/2

5.3
6.7
5.1
6.7
6.7
6.7
13.2
8.7
8.7
8.7

115
115
115
115
115
115
115
115
115
115

1
1
1
1
1
1
1
1
1
1

1
1
1
1
1
1
1
1
1
1

4L420
B32
4L420
B32
B32
B32
B32
B32
B32
B32

1
1
1
1
1
1
1
1
1
1

21x21x1
21x21x1
21x21x1
21x21x1
21x21x1
21x21x1
21x21x1
21x21x1
21x21x1
21x21x1

9
5
8
8
5
9
15
14
12
12

180R7BPF532
5ADE12BA
180R7BPF528
VKH16A20X
180CPV180CPVCLI
180R7BPF
180R7BPF
5

049S500005006950015

1 3.4/1.5 230/460
1/4
2.3
115
1 3.4/1.5 230/460

3
1
3

3
115
1 3.4/1.5 230/460
1 3.4/1.5 230/460
1/3 4.0
115

1
3
3
1

1
1
1
1
1
1
1

A23
[Note4]
A23
[Note4]
[Note4]
A23
A23
[Note4]

N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

Tag

Location

Description

Maker

Model

Serial

AHUS0

Mezz

AirHandler

York

XTI045063FALA046A

AHUS1

Mezz

AirHandler

York

BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil

FirstCompany
FirstCompany
FirstCompany
FirstCompany
FirstCompany
FirstCompany
FirstCompany
FirstCompany
FirstCompany
FirstCompany

BCUS105
S105
BCUS106 Corridor
BCUS109
S109
BCUS114
S114
BCUS116 Corridor
BCUS118
S118
BCUS124
S124
BCUS128
S128
BCUS129
S129
BCUS132
S130
Fan1
Fan2
Fan3
Fan4
Fan5
Fan6
Fan7
Fan8
Fan9

Notes:
1
2
3
4

Roof
Roof
Roof
Roof
Roof
Roof
Roof
Roof
Roof

PurgeFan
PurgeFan
PurgeFan
PurgeFan
PurgeFan
PurgeFan
PurgeFan
PurgeFan
RestRooms?

3/9/2016
Page4of8

Appendix1EquipmentList:
ScheduleCSt.AugustineCampusSBuilding

Fantech
Greenheck
Cook

Fantech

AHUiscontrolledbyvariablefrequencydrive.
UVfilterinstalled.
Filterbackedgrille.
Beltsizetobedeterminedinthefield.

049S500005006950014

128644071206
049S989947000000701

049S500005006950013
049S500005006950012

5DDU12CA

Belt
Size

Filters
Heating
Notes
Quan
Size
kW Amps Volts
2
12x24x2
2
2x24x2
5.4
6.5
480
1,2
2
12x24x4
2
24x24x4
2
16X20X2
19.5 23.18 480
1,2
2
16X20X4
10.08
6.7
9.6
9.6
6.2
10.84
18.86
16.86
14.45
14.45

480
480
480
480
480
480
480
480
480
480
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

3
3
3
3
3
3
3
3
3
3

St.JohnsRiverStateCollege
BidNo:BIDSJR032016
BidName:HVACMaintenanceServicesforSt.JohnsRiverStateCollege

Tag

Location

Description

Maker

Model

Serial

AHUL0

Mezz

AirHandler

DunhamBush

HCS08MF4434405

4434405A95D

AHUL1

Mezz

AirHandler

DunhamBush

HCL10LF4436501

4436501A95D

EFL0

Mezz

ExhaustFan

LorenCook

90SQI

BCUL12
BCUL19
BCUL23
BCUL24
BCUL25
BCUL26
BCUL28
BCUL31
BCUL32

L112
L119
L123
L124
L125
L127
L131
L131
L132

BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil

MagicAir
MagicAir
MagicAir
MagicAir
MagicAir
MagicAir
MagicAir
MagicAir
MagicAir

36BHW6A
24BHW6A
48BHW6A
48BHW6A
60BHW6A
24BHW6A
24BHW6A
48BHW6A
48BHW6A

VAV
VAV
VAV
VAV
VAV
VAV

Carnes
Carnes
Carnes
Carnes
Carnes
Carnes

ASEDL42NS1NT6YM
ASEDL42NS1NT6YM
ASEDL12NS1NT6YM
ASEDL12NS1NT6YM
ASEDL12NS1NT6YM
ASEDL12NS1NT6YM

VAVL02
VAVL05
VAVL06
VAVL14
VAVL21
VAVL23

3/9/2016
Page5of8

Appendix1EquipmentList:
ScheduleCSt.AugustineCampusLRC
Motor
FLA Volts

Ph

Quan.

6.7

460

B36

6.7

460

B58

115

N/A

N/A

N/A

N/A

HP

1/6

950632044
950321894
940898906
940898920
950217568
950112631
950112635
940898016
941106920

Filters
Heating
Notes
Quan
Size
Coils Volts kW
2
12X12X2
480
36
1
2
24X24X2
4
16X20X2
N/A N/A
2
2
16X16X2
N/A

N/A

N/A

1/2
1/3
1/2
1/2
1/2
1/4
1/4
1/2
1/2

8.8
6.0
8.8
8.8
8.8
4.9
4.9
8.8
8.8

115
115
115
115
115
115
115
115
115

1
1
1
1
1
1
1
1
1

1
1
1
1
1
1
1
1
1

A41
A44
A43
A43
A46
4L390
4L390
A43
A43

2
1
2
2
2
1
1
1
2

21X21X1
21X21X1
21X21X1
21X21X1
21X21X1
21X21X1
21X21X1
21X21X1
21X21X1

480
480
480
480
480
480
480
480
480

9
6
12
12
15
3
2
12
12

1/4
1/4
1/6
1/6
1/6
1/6

1.7
1.7
1.0
1.0
1.0
1.0

277
277
277
277
277
277

1
1
1
1
1
1

N/A
N/A
N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A
N/A
N/A

1
1
1
1
1
1

21X21X1
21X21X1
21X21X1
21X21X1
21X21X1
21X21X1

480
480
480
480
480
480

9
9
5
2
2
2

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

Corridor SplitSysAHU
ATTRoom SplitSysAHU

Rheem
Sanyo

RHSLHM3017JA

M290904075

1/4

2.5

208

1
1

Outdoors
Outdoors

Rheem
Sanyo

RANL030JAZ
CO911

7386M230810209

1/6

14.1
8.0

208
208

1
1

N/A
N/A

Condenser
Condenser

Belt
Size

Notes:
1 AHUiscontrolledbyanABBvariablefrequencydrive(Model:ACH501005400P2,Serial:115928).
2 AHUiscontrolledbyanABBvariablefrequencydrive(Model:ACH401600532,Serial:2994400003).

1
1
N/A
N/A

N/A
N/A

N/A
N/A

St.JohnsRiverStateCollege
BidNo:BIDSJR032016
BidName:HVACMaintenanceServicesforSt.JohnsRiverStateCollege

3/9/2016
Page6of8

Appendix1EquipmentList:
ScheduleCSt.AugustineCampusViking

Tag

Location

Description

Maker

Model

Serial

AHUV0
AHUV1

MechRm
Mezz

OAHandler
AirHandler

DunhamBush
DunhamBush

HCL06MF4434402
HCS08LF4436503

4434402A95D
4436503A95D

EFV0
EFV1

Mezz
Mezz

ExhaustFan
ExhaustFan

LorenCook
LorenCook

90SQI
135SQI

BCUV02
BCUV12
BCUV19
BCUV20

OpenArea
V112
Mezz
Mezz

BlowerCoil
BlowerCoil
BlowerCoil
BlowerCoil

MagicAir
MagicAir
MagicAir
MagicAir

24BHW6A
36BHW6A
24BHW6A
24BHW6A

VAV01
VAV03
VAV05
VAV18

OpenArea
OpenArea
OpenArea
V112

VAV
VAV
VAV
VAV

Carnes
Carnes
Carnes
Carnes

ASEDL42ND1NT6YM
ASEDL22NS1NT6YM
ASEDL22NS1NT6YM
ASEDL22NS1NT6YM

SplitSysAHU

Mitsubishi

MSYA15NA

6000740

Condenser

Mitsubishi

MUYA15NA

6003480T

950216778
950632033
950321891
950112629

HP
3
3

Motor
FLA Volts
4.4
460
4.4
460

Ph
3
3

Quan.
1
1

1/6
1/4

115
115

1
1

1
1

AP32
A38

N/A
N/A

N/A
N/A

115
115
115
115

1
1
1
1

1
1
1
1

4L390
38
A37
A37

1
1
1
1

277
277
277
277

1
1
1
1

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

1
1
1
1

0.8

208

N/A

N/A

10.6

208

N/A

N/A

5.0
8.8
6.0
5.0

1/4
1/2
1/3
1/4
1/4
1/4
1/4
1/4

Notes:
1 AHUiscontrolledbyanABBvariablefrequencydrive(Model:ACH501003400P2,Serial:146459).
2 AHUiscontrolledbyaMitsubishivariablefrequencydrive(Model:FRE740060NA,Serial:146459).
3 Filtersizetobedeterminedinthefield.

Belt
Size
B46
AP52

Filters
Heating
Quan
Size
Coils Volts kW
2
24X24X2
480
20
2
[Note3]
N/A N/A

N/A

N/A
N/A

N/A
N/A

21X21X1
21X21X1
21X21X1
21X21X1

480
480
480
480

5
12
7
5

21X21X1
21X21X1
21X21X1
21X21X1

480
480
480
480

15
3
5
5

N/A

N/A

N/A

N/A

N/A

N/A

N/A

N/A
N/A

Notes
1
2

St.JohnsRiverStateCollege
BidNo:BIDSJR032016
BidName:HVACMaintenanceServicesforSt.JohnsRiverStateCollege

Tag

Location

Description

Maker

Model

Serial

AHU1
AHU2
AHU3
AHU4

1stFlrS
1stFlrN
2ndFlrS
2ndFlrN

AirHandler
AirHandler
AirHandler
AirHandler

York
York
York
York

XTI057X063FALA046A
XTI057X060FALA046A
XTI057X060FALA046A
XTI057X060FALA046A

CBWMXT0283
CBWMXT0281
CBWMXT0283
CBWMXT0283

ERV1

Roof

EnergyRecovery

Sempco

FV5000H

ERV2

Roof

EnergyRecovery

Sempco

FV5000H

EF1
EF2
EF3
EF4
EF5
EF6
EF7
EF8
EF9

H109D
Roof
Roof
Roof
Roof
Roof
Roof
H116
H116

ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan
ExhaustFan

Breidert
Breidert
Breidert
Breidert
Breidert
Breidert
Breidert
Breidert
Breidert

FF200S
RED1250S
RED1250S
RED6CS
RED6CS
RED1550S
RED6CS
FF500S
FF200S

Boiler1
Boiler2

1stFlrN
1stFlrN

P1
P2

H120
H120

HWCircPump
HWCircPump

P3

1stFlrN

HHWPump

UH

H120

UnitHeater

Mr.Slim

H113

Evaporator

Mitsubishi

PKAA30KA4

15M00710

AC1

Roof

Condenser

Mitsubishi

PUYA30NHA4

12U02379B

Notes:
1
2
3
4
5
6

HeatingBoiler LochinvarKnightXL
HeatingBoiler LochinvarKnightXL

KBN400
KBN400

1549102302717
3815102009175

ZXM101010A
ZXM101010A
TACO

3/9/2016
Page7of8

Appendix1EquipmentList:
ScheduleCSt.AugustineCampusHealthSciences

CI1506E2HABB8610

HP
15
15
10
10

Motor
FLA Volts
20.3 460
20.3 460
14.0 460
14.0 460

Ph
3
3
3
3

Quan.
2
2
2
2

1/2
3/4
1/2
3/4

460
460
460
460

3
3
3
3

1
1
1
1

1/8
1/3
1/3
1/25
1/25
3/8
1/25
3/16
1/8

115
115
115
115
115
115
115
115
115

1
1
1
1
1
1
1
1
1

Belt
Size
BX50
BX50
BX50
BX50

Filters
Quan
Size
12 24x12x2
12 24x12x2
12 24x12x2
12 20x16x2

Heating
Coils Volts
N/A N/A
N/A N/A
N/A N/A
N/A N/A

kW
N/A
N/A
N/A
N/A

[Note2]
[Note2]
[Note2]
[Note2]

4
N/A
4
N/A

20x16x2
N/A
20x16x2
N/A

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

Direct
Direct
Direct
Direct
Direct
Direct
Direct
Direct
Direct

N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A
N/A

Notes
1
1
1
1
2
2
2
2

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

3
3

1/10
1/10

1.4
1.4

115
115

1
1

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

4
4

1.4

460

N/A

N/A

N/A

N/A

N/A

N/A

N/A

N/A

N/A

N/A

N/A

HF3315TRP

208
0.4

10.2

208

N/A

N/A

N/A

N/A

N/A

N/A

N/A

0.4/12 208

N/A

N/A

N/A

N/A

N/A

N/A

N/A

AHUisequippedwithaUVsectionforwhichthecontractorisresponsible.Followallrequiredsafetyprocedureswhenservicing
Beltsizetobedeterminedinthefield.
400,000BTU/Hrheatinghotwaterboiler.
Heatinghotwatercirculatingpump.
Heatinghotwaterpump80gpm@25fthead.
ITsplitsystemsusesR410Arefrigerant.

St.JohnsRiverStateCollege
BidNo:BIDSJR032016
BidName:HVACMaintenanceServicesforSt.JohnsRiverStateCollege

Tag

Location

Chiller1 OldPlant
Chiller2 OldPlant
CH3
ChillerRm

3/9/2016
Page8of8

Appendix1EquipmentList:
ScheduleCSt.AugustineCampusMaintenance

Description

Maker

Model

Chiller
Chiller
Chiller

DunhamBush
DunhamBush
Smardt

WCHX12AR
WCHX12AR
SWA1253HG522N

Motor
HP
FLA Volts
4435901A95E
N/A 125.0 480
4435901B95E
N/A 125.0 480
FF0010F078Q0570 N/A 311.0 460
Serial

Ph
3
3
3

Quan.
N/A
N/A
N/A

Belt
Size
N/A
N/A
N/A

Filters
Quan
Size
N/A
N/A
N/A
N/A
N/A
N/A

Heating
Coils Volts
N/A N/A
N/A N/A
N/A N/A

kW
N/A
N/A
N/A

Notes
1,2
1,2
3,4

Pump1
Pump2
PP3
PP4

OldPlant
CHWPump
OldPlant
CHWPump
ChillerRm PrimaryCHW
ChillerRm PrimaryCHW

Armstrong
Armstrong
TACO
TACO

KGEXNA
5RS184AC205B
CI4011E2LAA30060
CI4011E2LAA30060

R337X12M
300252027
EC73871
N/A

5
5
10
10

6.3
6.7
15.5
15.5

480
480
460
460

3
3
3
3

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

PP1
PP2

ChillerRm SecondaryCHW
ChillerRm SecondaryCHW

TACO
TACO

CI5011
CI5011

Z1002030036
Z1002030031

25
25

30.5
30.5

460
460

3
3

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

PC1
PC2
PC3
PC4

OldPlant
OldPlant
ChillerRm
ChillerRm

Armstrong
Armstrong
TACO
TACO

4x3x84030
4x3x84030
CI5095E2LAAB7239
CI5095E2LAAB7230

39588
493519
20903031956
20903031971

7 1/2

10.0
9.5
17.7
17.7

480
480
460
460

3
3
3
3

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

N/A
N/A
N/A
N/A

TowerTech
Evapco

TTMT108219
USS19914

10559050101 3@5 3.0


9371818
30
36.0

480
460

3
3

N/A
1

N/A
B173

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

N/A
N/A

MagicAir
Trane
Williams

24BHW6A
BCHC072E1
AH030W2B507R000

115
480
460

1
3
3

1
1
1

A37
A43
A51

1
3
1

24X24X1 N/A
16x20x2 N/A
271/2x23 N/A

N/A
N/A
N/A

N/A
N/A
N/A

CWPump
CWPump
CWPump
CWPump

Tower
Tower

Outdoors CoolingTower
Outdoors CoolingTower

FCU1
FCU1
FCU3

Office
OldPlant
ChillerRm

Notes:
1
2
3
4

BlowerCoil
BlowerCoil
FanCoilUnit

950112628
T04A49322
3443501

7 1/2

15
15

1/4
1 1/2
1 1/2

2.5
2.2

R22Refrigerant
ChillercompressorHP1212NHF6W4K
R134ARefrigerant
Chillercontains3TT400'Turbocor'magneticbearingcompressorsat110ampseach.Compressorareidentifiedas:
093415060
093415080
100485090
5 17x4400multisheavebelt
6 Madeupfilter.

Vous aimerez peut-être aussi