the university of tennessee request for quotation **this is not an order
TRANSCRIPT
UTC WILL RECEIVE QUOTES:The University of Tennessee at Chattanooga will receive bids at the Purchasing Department until the timestated above. Immediately after the bid closing time, formal bids (i.e. bids scheduled for opening prior to4:30 p.m.) will be opened publicly, read, and recorded in the presence of directly interested parties.
HAND DELIVER/ COURIER DELIVER (Fedx, UPS, etc.) BIDS TO:The University of Tennessee at ChattanoogaBusiness Services (Purchasing) Department103 Administrative Services Building400 Palmetto St.Chattanooga, TN 37403
MAIL BIDS TO:The University of Tennessee at ChattanoogaPurchasing DepartmentDept 4104615 McCallie AvenueChattanooga, TN 37403
NOTE: Any potential bidder not otherwise notified by the University of this RFQ/RFP must submit anonline INTENT TO BID FORM then enter the company name and address in the Vendor Address spaceabove. The Intent to Bid Form link is found at http://www.utc.edu/Purchasing in the Active Requests forQuotation/ Recent Awards section.
NOTICE TO BIDDERS: As an agency of the State of Tennessee there are certain terms and conditionsthat The University of Tennessee cannot legally accept. BIDS INCLUDING OR REFERENCING TERMSAND CONDITIONS OTHER THAN THOSE REFERENCED BY THE UNIVERSITY IN THIS BIDDOCUMENT MAY BE REJECTED.Include with your bid any documents, contracts, agreements required by the bidder to complete thetransaction. Documents submitted after the award may not be accepted and may be cause fordisqualification. Faxed bids will not be accepted in response to sealed bid RFQ's
SUBMITTING RFP/RFQ:1. On the exterior of the envelope containing your bid or proposal include the following information:- Collective number- Date of opening- Time of opening(Note: all info above found in upper right corner of this document)
Vendor AddressPlace the peel-off label from your New Bid Notice Postcard or your company name and address here.
Information Date: 10/16/2013 RFQ No: Collective No: 10045319 Return Quote By: 11/14/2013 Promised Ship Date: (Furnish) ___________________ Payment Terms: (Furnish) _______________________ FOB UT Dest Unless Otherwise Specified Below _________________________________________________ Buyer: Charles Scott Phone: 423-425-4712 Fax: 423-425-5332
Return Quotes To:The University of TennesseePurchasing Department615 McCallie Ave.Chattanooga , TN 37403
Item Quantity UM Material/Description Price Per Unit Net Amount
Page 1 of 11
1:00 pm EST
THE UNIVERSITY OF TENNESSEE REQUEST FOR QUOTATION
**THIS IS NOT AN ORDER**
UTC WILL RECEIVE QUOTES:The University of Tennessee at Chattanooga will receive bids at the Purchasing Department until the timestated above. Immediately after the bid closing time, formal bids (i.e. bids scheduled for opening prior to4:30 p.m.) will be opened publicly, read, and recorded in the presence of directly interested parties.
HAND DELIVER/ COURIER DELIVER (Fedx, UPS, etc.) BIDS TO:The University of Tennessee at ChattanoogaBusiness Services (Purchasing) Department103 Administrative Services Building400 Palmetto St.Chattanooga, TN 37403
MAIL BIDS TO:The University of Tennessee at ChattanoogaPurchasing DepartmentDept 4104615 McCallie AvenueChattanooga, TN 37403
NOTE: Any potential bidder not otherwise notified by the University of this RFQ/RFP must submit anonline INTENT TO BID FORM then enter the company name and address in the Vendor Address spaceabove. The Intent to Bid Form link is found at http://www.utc.edu/Purchasing in the Active Requests forQuotation/ Recent Awards section.
NOTICE TO BIDDERS: As an agency of the State of Tennessee there are certain terms and conditionsthat The University of Tennessee cannot legally accept. BIDS INCLUDING OR REFERENCING TERMSAND CONDITIONS OTHER THAN THOSE REFERENCED BY THE UNIVERSITY IN THIS BIDDOCUMENT MAY BE REJECTED.Include with your bid any documents, contracts, agreements required by the bidder to complete thetransaction. Documents submitted after the award may not be accepted and may be cause fordisqualification. Faxed bids will not be accepted in response to sealed bid RFQ's
SUBMITTING RFP/RFQ:1. On the exterior of the envelope containing your bid or proposal include the following information:- Collective number- Date of opening- Time of opening(Note: all info above found in upper right corner of this document)
Vendor AddressPlace the peel-off label from your New Bid Notice Postcard or your company name and address here.
Information Date: 10/16/2013 RFQ No: Collective No: 10045319 Return Quote By: 11/14/2013 Promised Ship Date: (Furnish) ___________________ Payment Terms: (Furnish) _______________________ FOB UT Dest Unless Otherwise Specified Below _________________________________________________ Buyer: Charles Scott Phone: 423-425-4712 Fax: 423-425-5332
Return Quotes To:The University of TennesseePurchasing Department615 McCallie Ave.Chattanooga , TN 37403
Item Quantity UM Material/Description Price Per Unit Net Amount
Page 1 of 11
1:00 pm EST
THE UNIVERSITY OF TENNESSEE REQUEST FOR QUOTATION
**THIS IS NOT AN ORDER**
- Company name and address- Brief Description/Title of the bid or proposal.- If required by the RFQ/RFP, supply your TN ContractorLicense No. and Expiration Date and those of electrical, mechanical, plumbing, geothermal and masonrysubcontractors.
NOTE: TN CONTRACTOR LICENSE REQUIRED IF COST WILL EXCEED $25,000.
It is the University's intent to make an award for the installation of a geothermal HVAC system. Pleasebid on this requirement.
SCOPE:Bidder proposes to furnish all material, labor, equipment, and supervision, and to pay all taxes, penalties,etc., to accomplish the requirement cited herein in compliance with General Bid Conditions, Special BidConditions, and specifications, included and/or referenced, all of which are made a part hereof.
NOTE: A MANDATORY site visit is required for this requirement.
00001 1 EA Geothermal HVAC ____________ ___________
Replace the existing air source Heating, Ventilating and Air Conditioning(HVAC) system with a highly efficient ground source heat pump per the attachedspecifications.
MANUFACTURER___________________#______________________
WARRANTY_____________________________________________
A SITE VISIT IS MANDATORY PRIOR TO BIDDING ON THIS REQUIREMENT. Arrange a site visit,prior to Wednesday November 6, 2013, by contacting UTC's Technical Contact listed below.
Vendor Address
Information Date: 10/16/2013 RFQ No: Collective No: 10045319 Return Quote By: 11/14/2013 Promised Ship Date: (Furnish) ___________________ Payment Terms: (Furnish) _______________________ FOB UT Dest Unless Otherwise Specified Below _________________________________________________ Buyer: Charles Scott Phone: 423-425-4712 Fax: 423-425-5332
Return Quotes To:The University of TennesseePurchasing Department615 McCallie Ave.Chattanooga , TN 37403
Item Quantity UM Material/Description Price Per Unit Net Amount
Page 2 of 11
1:00 pm EST
THE UNIVERSITY OF TENNESSEE REQUEST FOR QUOTATION
**THIS IS NOT AN ORDER**
UTC'S TECHNICAL CONTACT:J. Ronald Bailey, PhD, P.E.Telephone: (423) 425-5536 Mobile: (423) 645-4477Email: [email protected]
UTC PURCHASING CONTACT:CHARLES SCOTTPhone: 423-425-4461Fax: 423 425-4465Email: [email protected]
QUESTIONS/ADDENDUM:All questions concerning the technical aspect of the project must be submitted in writing [email protected]. Verbal questions and answers are non-binding. The deadline for submittal of technicalquestions is:
4:30 PM EST Thursday, November 7, 2013. (no deadline for Purchasing questions).
If an ADDENDUM is necessary it will be posted on or before:
Monday November 11, 2013.
NOTE: It is the bidder's responsibility to check the website for any addendum.
AVAILABILITY/DELIVERY:Delivery offered by bidder: _________days required for completion from notice by UTC to proceed.
TENNESSEE CONTRACTORS LICENSE:In accordance with the Tennessee Contractors Licensing Act, TCA Sections 62-6-101, et seq., IF THETOTAL COST OF THIS PROJECT WILL EXCEED $25,000, the bidder, as prime contractor, and anyelectrical, mechanical, plumbing, geothermal, or masonry subcontractor, whose portion exceeds $25,000must have a current Tennessee Contractors License appropriate for the work to be performed.
It is essential that the following information appear on the outside lower left corner of your bid envelope:
1. Date & Closing Time of Bid
2. For the Prime Contractor and any electrical, mechanical, masonry, plumbing, or geothermal heating and
Vendor Address
Information Date: 10/16/2013 RFQ No: Collective No: 10045319 Return Quote By: 11/14/2013 Promised Ship Date: (Furnish) ___________________ Payment Terms: (Furnish) _______________________ FOB UT Dest Unless Otherwise Specified Below _________________________________________________ Buyer: Charles Scott Phone: 423-425-4712 Fax: 423-425-5332
Return Quotes To:The University of TennesseePurchasing Department615 McCallie Ave.Chattanooga , TN 37403
Item Quantity UM Material/Description Price Per Unit Net Amount
Page 3 of 11
1:00 pm EST
THE UNIVERSITY OF TENNESSEE REQUEST FOR QUOTATION
**THIS IS NOT AN ORDER**
cooling, subcontractor(s) whose portion(s) exceeds $25,000A. Name
B. License Number
C. Expiration Date of License
D. License Classification
It is unlawful to bid on projects over $25,000 without a current Tennessee Contractors License. Any bidexceeding this amount from an unlicensed contractor will not be considered.
Licenses can be obtained by making application to the State Board for Licensing Contractors, 500 JamesRobertson Pkwy, Suite 110, Nashville, Tennessee 37243-1150 (Telephone: 615-741-8307) as provided bythe Act.
Bidder shall, in addition to the above, cite the contractor#s license number and expiration date, whenapplicable, in space(s) below and the license number(s) and expiration date(s) of any sub-contractors.
Contractor Tennessee Expiration Type License No. Date
General______________________________________________________________
Electrical____________________________________________________________
Mechanical____________________________________________________________
Plumbing____________________________________________________________
Masonry_________________________________________________________
Geothermal_________________________________________________________
Other___________________________________________________________
Failure to supply the above information will invalidate your bid.
Vendor Address
Information Date: 10/16/2013 RFQ No: Collective No: 10045319 Return Quote By: 11/14/2013 Promised Ship Date: (Furnish) ___________________ Payment Terms: (Furnish) _______________________ FOB UT Dest Unless Otherwise Specified Below _________________________________________________ Buyer: Charles Scott Phone: 423-425-4712 Fax: 423-425-5332
Return Quotes To:The University of TennesseePurchasing Department615 McCallie Ave.Chattanooga , TN 37403
Item Quantity UM Material/Description Price Per Unit Net Amount
Page 4 of 11
1:00 pm EST
THE UNIVERSITY OF TENNESSEE REQUEST FOR QUOTATION
**THIS IS NOT AN ORDER**
REFERENCES:Bidder must cite at least three (3) jobs (in space below) which are comparable in nature to that specifiedherein and performed in the last three (3) years.
1. Project ______________________
Location ______________________
Amount ______________________
Contact Name ______________________
Phone No. ______________________
Fax No. ______________________
2. Project ______________________
Location ______________________
Amount ______________________
Contact Name ______________________
Phone No. ______________________
Fax No. ______________________
3. Project ______________________
Location ______________________
Amount ______________________
Contact Name ______________________
Phone No. ______________________
Vendor Address
Information Date: 10/16/2013 RFQ No: Collective No: 10045319 Return Quote By: 11/14/2013 Promised Ship Date: (Furnish) ___________________ Payment Terms: (Furnish) _______________________ FOB UT Dest Unless Otherwise Specified Below _________________________________________________ Buyer: Charles Scott Phone: 423-425-4712 Fax: 423-425-5332
Return Quotes To:The University of TennesseePurchasing Department615 McCallie Ave.Chattanooga , TN 37403
Item Quantity UM Material/Description Price Per Unit Net Amount
Page 5 of 11
1:00 pm EST
THE UNIVERSITY OF TENNESSEE REQUEST FOR QUOTATION
**THIS IS NOT AN ORDER**
Fax No. ______________________
CATALOGS/SPECS/LITERATURE:Each bidder will be required to submit specification sheets, descriptive literature and/or catalog on eachmajor component quoted. Failure to do so may render your bid being considered non-responsive andsubject to rejection. Have you submitted specification sheets/descriptive literature?
Yes______No______.
WAIVER & RELEASE OF LIEN:The waiver & release of lien form (copy attached) shall be a part of these requirements. This form mustbe executed and submitted to UTC by the successful contractor at project completion.
PERFORMANCE BOND:A 100% performance bond shall be required for this project.
STATE OF TENNESSEE PREVAILING WAGE RATES:The State of Tennessee prevailing wage rates apply if the contract is expected to exceed $50,000.00.These rates, if not enclosed, will be submitted under separate cover when applicable. The prevailing wagerates cited by the State of Tennessee Department of Labor DO NOT include fringe benefits.
COMPETENCY OF THE BIDDER:To enable the University to evaluate the competency and financial responsibility of a contractor, the lowbidder shall, when requested by the University, furnish the following information which shall be sworn tounder oath by him or by a properly authorized representative of the bidder.
1. The address and description of the bidders plant and place of business.2. The name and/or articles of partnership or incorporation.3. Itemized list of equipment available for use of the project.4. A certified or authenticated current financial statement. The owner may require that any items of suchstatements be further verified.5. A list of present contracts, including dollar values, percentage of completion and the names of allowners involved.6. A list of projects completed during the previous three(3) Years including the contract values and thenames of all owners involved.7. A statement regarding any past, present or pending litigation with an owner.8. Such additional information as may be required that will satisfy the University that the bidder is
Vendor Address
Information Date: 10/16/2013 RFQ No: Collective No: 10045319 Return Quote By: 11/14/2013 Promised Ship Date: (Furnish) ___________________ Payment Terms: (Furnish) _______________________ FOB UT Dest Unless Otherwise Specified Below _________________________________________________ Buyer: Charles Scott Phone: 423-425-4712 Fax: 423-425-5332
Return Quotes To:The University of TennesseePurchasing Department615 McCallie Ave.Chattanooga , TN 37403
Item Quantity UM Material/Description Price Per Unit Net Amount
Page 6 of 11
1:00 pm EST
THE UNIVERSITY OF TENNESSEE REQUEST FOR QUOTATION
**THIS IS NOT AN ORDER**
adequately prepared in technical experience, or otherwise to fulfill the contract.9. Sufficient documents to ensure that the contractor is in compliance with the current fair employmentpractice requirements of the University.
DISQUALIFICATION OF BIDDERS:Any one or more of the following causes may be considered sufficient for the disqualification of a bidderand the rejection of his bid or bids:
1. Failure to attend a pre-bid site visit if mandatory.2. Evidence of collusion among bidders.3. Lack of responsibility as revealed by either financial, experience or equipment statements, as submitted.4. Lack of expertise as shown by past work and judged from the standpoint of workmanship andperformance history.5. Uncompleted work under other contracts which, in the judgment of the University, might hinder orprevent the prompt completion of additional work if awarded.6. Being in arrears on existing contracts, in litigation with an owner, or having defaulted on a previouscontract.
AWARD CONSIDERATION:The University reserves the right to issue any resulting order with the the University's specifications andwill best serve the needs of the in the award decision, price, warranty, service, financial capability,compliance with specifications/intent, availability to perform, and other parameters relevant to theUniversity's needs. UTC reserves the right to waive all technicalities in selecting or rejecting any or allbids which satisfy or fail to satisfy respectively, the University's best interests.On occasion, the University may require clarification and explanationfrom responsive offers during bid evaluations and analyses. In such events, the University reserves theright to conduct such deliberations and negotiations with any or all bidders to ensure a completeunderstanding of the University's intent and expectations for the project sought.
SUB-CONTRACTING:No part of this contract shall be sub-contracted without the approval of the University.
CONTRACT SERVICES INSURANCE:CERTIFICATE OF INSURANCE- The successful bidder shall file with the Purchasing Department of TheUniversity of Tennessee at Chattanooga, prior to commencing work, an appropriate certificate of insurance,in duplicate, evidencing compliance with the insurance requirements cited below and/or as contained in thebid specifications. Each policy shall contain a requirement that, in the event of change or cancellation,twenty (20) days prior written notice must be sent by mail to the Purchasing Department of The Universityof Tennessee at Chattanooga, Chattanooga, Tennessee 37403. Each shall contain a provision waiving any
Vendor Address
Information Date: 10/16/2013 RFQ No: Collective No: 10045319 Return Quote By: 11/14/2013 Promised Ship Date: (Furnish) ___________________ Payment Terms: (Furnish) _______________________ FOB UT Dest Unless Otherwise Specified Below _________________________________________________ Buyer: Charles Scott Phone: 423-425-4712 Fax: 423-425-5332
Return Quotes To:The University of TennesseePurchasing Department615 McCallie Ave.Chattanooga , TN 37403
Item Quantity UM Material/Description Price Per Unit Net Amount
Page 7 of 11
1:00 pm EST
THE UNIVERSITY OF TENNESSEE REQUEST FOR QUOTATION
**THIS IS NOT AN ORDER**
right of subrogation against The University of Tennessee at Chattanooga which might arise by reason ofany payment under the policies.
Insurance must be equal to or greater than the state of Tennessee minimums.
ADDITIONAL INSURED- The certificate of insurance shall name the University of Tennessee as anadditional insured under the required policies of liability insurance set forth in the insurance requirements ofthe specifications.
INSURANCE REQUIREMENT- The successful bidder who provides products and services must have thefollowing insurance coverage:
A. Workers compensation and industrial diseases insurance in the statutory amounts, and employersliability in the amount of $500,000.
B. General liability insurance or comprehensive general liability insurance, including contractual liability,products/completed operation, and contractors broad form liability in an amount equal to $1,000,000combined single limits of liability.
C. Automobile liability insurance, including non-owned and hired automobiles, in an amount equal to$500,000 combined single limits of liability.
D. In the event the university is soliciting bids for chartered ground transportation services for vehicleswith the capacity of 16 or more passengers, the university will require automobile liability insurance,including non-owned and hired automobiles, in an amount equal to $5,000,000 combined single limits ofliability.
Such insurance shall be written by insurers acceptable to the University Of Tennessee. The certificate ofinsurance shall indicate whether the policies of insurance are written on a claims-made or on an occurrencebasis.
COMPLIANCE WITH REGULATIONS:Any activities performed within the University of Tennessee facilities in support of the resulting agreementshall be executed in accordance with all applicable safety and environmental standards. Covered activitiesincluded but are not limited to the installation, servicing and maintenance of devices or equipment.Requisite safety standards include those promulgated by the Tennessee Occupational Safety and HealthAdministration (TOSHA), the Tennessee Department of Environment and Conservation (TDEC), TennesseeDivision of Radiological Health, and any other regulation or related consensus standards which may applyto the device, equipment, or services covered under this contract. All hazardous substances and materials,
Vendor Address
Information Date: 10/16/2013 RFQ No: Collective No: 10045319 Return Quote By: 11/14/2013 Promised Ship Date: (Furnish) ___________________ Payment Terms: (Furnish) _______________________ FOB UT Dest Unless Otherwise Specified Below _________________________________________________ Buyer: Charles Scott Phone: 423-425-4712 Fax: 423-425-5332
Return Quotes To:The University of TennesseePurchasing Department615 McCallie Ave.Chattanooga , TN 37403
Item Quantity UM Material/Description Price Per Unit Net Amount
Page 8 of 11
1:00 pm EST
THE UNIVERSITY OF TENNESSEE REQUEST FOR QUOTATION
**THIS IS NOT AN ORDER**
including waste, under the control of the contractor shall be managed in accordance with applicable EPAand TDEC regulations.
Failure to abide by regulatory requirements may result in termination of the agreement by the university.Any fines imposed against the university as the result of a contractor's failure to abide by regulations shallbe the contractor's responsibility.
ACKNOWLEDGEMENT OF ADDENDUMIn the event that an addendum or bulletin or a supplemental drawing(s) is issued, the bidder mustacknowledge receipt of same in his/her bid.
DECLARATION STATEMENT:The respondent hereby states that he, his employees, agents, independent contractors and proposedcontractors have______, or have not_______ (please indicate appropriate answer and be specific) beenconvicted, or either pled guilty or "nolo contendre" to any contract crime. If your response is affirmative,please explain circumstances and the occasion.
Failure to complete this statement shall be cause for your bid being considered non-responsive to thisRequest for Quotations and subject to rejection.
TENNESSEE LAW:All vendors must comply with the laws of Tennessee which require such state. Applicable statutes mayexempt or exclude the successful vendor from requirements that it may be authorized and/or licensed to dobusiness in this state. Notwithstanding this fact, all matters and disputes arising or to arise under thecontract and performance thereof shall be subject to the jurisdiction and process of the courts of the stateof Tennessee, including any questions as to liability for taxes, licenses or fees levied by the state or itspolitical subdivisions.
TENNESSEE DEPT. OF REVENUE REQUIREMENT:In compliance with the requirements of Tenn. Code Ann. § 12-4-120, the bidder hereby attests that thebidder has registered with the State of Tennessee's Department of Revenue for the collection of Tennesseesales and use tax. This registration requirement is a material requirement of this Contract.
Is your company registered? ____Yes ____No
If NO and should not be required to register to collect sales tax, the winning vendor should contact theTennessee Department of Revenue and obtain an email from the Department stating that it is not necessaryto register. The winning vendor can send an email to [email protected]. The winning vendor should
Vendor Address
Information Date: 10/16/2013 RFQ No: Collective No: 10045319 Return Quote By: 11/14/2013 Promised Ship Date: (Furnish) ___________________ Payment Terms: (Furnish) _______________________ FOB UT Dest Unless Otherwise Specified Below _________________________________________________ Buyer: Charles Scott Phone: 423-425-4712 Fax: 423-425-5332
Return Quotes To:The University of TennesseePurchasing Department615 McCallie Ave.Chattanooga , TN 37403
Item Quantity UM Material/Description Price Per Unit Net Amount
Page 9 of 11
1:00 pm EST
THE UNIVERSITY OF TENNESSEE REQUEST FOR QUOTATION
**THIS IS NOT AN ORDER**
forward the response email to the University, and the University can then agree to make the award.
ATTACHMENTS:Bidder shall be responsible to comply with the referenced or attached documents that are made a parthereof.
1. General Bid Conditions*2. Special Bid Conditions (Alteration & Construction SBC's Apply)*3. University's Standard Terms and Conditions*4. Specifications & Drawings (14 pages)5. Performance Bond6. Waver and Release of Lein
*These documents are found online at http://www.utc.edu/purchasing/. If you are unable to access thesedocuments, contact UTC Purchasing Department at (423) 425-4461 and hard copies will be provided.
Vendor Address
Information Date: 10/16/2013 RFQ No: Collective No: 10045319 Return Quote By: 11/14/2013 Promised Ship Date: (Furnish) ___________________ Payment Terms: (Furnish) _______________________ FOB UT Dest Unless Otherwise Specified Below _________________________________________________ Buyer: Charles Scott Phone: 423-425-4712 Fax: 423-425-5332
Return Quotes To:The University of TennesseePurchasing Department615 McCallie Ave.Chattanooga , TN 37403
Item Quantity UM Material/Description Price Per Unit Net Amount
Page 10 of 11
1:00 pm EST
THE UNIVERSITY OF TENNESSEE REQUEST FOR QUOTATION
**THIS IS NOT AN ORDER**
IF THE BIDDER TAKES EXCEPTION TO ANYTHING IN THE SPECIFICATIONS OR TERMS AND CONDITIONS, THE EXCEPTION MUST BE LISTED BELOW. IF NECESSARY, YOU MAY
SUPPLEMENT WITH AN ATTACHEMENT. IF NO EXCEPTIONS ARE TAKEN, WRITE "NONE" IN THE AREA FURNISHED BELOW. IF NO COMMENTS ARE FURNISHED, IT WILL BE ASSUMED
THAT NO EXCEPTIONS ARE BEING TAKEN.
_______________________________________________________________________________________________________________________
CERTIFICATION: MY COMPANY IS CLASSIFIED AS A:
NOTE: It will be assumed that business category is large if no response is furnished.
LARGE BUSINESS ____ SMALL BUSINESS ____ WOMAN OWNED ____ DISABLED VETERAN ____
PLEASE INDICATE BELOW ONLY IF YOUR FIRM IS AT LEAST 51 PERCENT OWNED BY A MEMBER(S) OF THE FOLLOWING GROUPS
AFRICAN AMERICAN ____ HISPANIC AMERICAN ____ ASIAN AMERICAN ____ NATIVE AMERICAN____
IT IS UNDERSTOOD AND AGREED THAT THIS BID, WHEN CERTIFIED BY AN AUTHORIZED SIGNATURE, SHALL CONSTITUTE AN OFFER WHICH WHEN ACCEPTED IN WRITING BY THE
UNIVERSITY'S PURCHASING DEPARTMENT AND SUBJECT TO THE TERMS AND CONDITIONS OF SUCH ACCEPTANCE, WILL CONSTITUTE A VALID AND BINDING CONTRACTBETWEEN
THE UNIVERSITY OF TENNESSEE AND THE BIDDER/CONTRACTOR SUBMITTING SUCH OFFERING.
WE OFFER TO SELL TO YOU THE ABOVE MATERIAL(S) OR SERVICES AT THE PRICE AND TERMS SPECIFIED HERON AND IN ACCORDANCE WITH THE UNIVERSITY'S GENERAL AND
ANY SPECIAL BID CONDITIONS FURNISHED AND INCORPORATED INTO THIS DOCUMENT. ALL EXCEPTIONS, ALTERNATIVE MATERIALS, OR SPECIFICATIONS IF ANY HAVE BEEN
CLEARLY INDICATED. IF YOU HAVE ANY QUESTIONS ABOUT THIS REQUEST FOR QUOTATION, CONTACT THE BUYER AT THE ADDRESS OR TELEPHONE NUMBER SHOWN ABOVE.
WHEN OFFERING A "NO BID", PLEASE INDICATE YOUR REASON(S) BELOW AND RETURN THIS INFORMATION WITH YOUR RESPONSE.
____ DO NOT HANDLE THIS TYPE EQUIPMENT ____ CANNOT MEET SPECIFICATIONS
____ CANNOT MEET REQUIRED DELIVERY ____ MATERIALS NOT AVAILABLE
____ OTHER (SPECIFY)___________________________________________________________
IN COMPLIANCE WITH THE REQUIREMENTS OF CHAPTER 878, PUBLIC ACTS OF 2006, THE CONTRACTOR HEREBY ATTESTS THAT THE CONTRACTOR SHALL NOT KNOWINGLY
UTILIZE THE SERVICES OF AN ILLEGAL IMMIGRANT IN THE PERFORMANCE OF THIS CONTRACT AND SHALL NOT KNOWINGLY UTILIZE THE SERVICES OF ANY SUBCONTRACTOR
WHO WILL UTILIZE THE SERVICES OF AN ILLEGAL IMMIGRANT IN THE PERFORMANCE OF THIS CONTRACT.
ALL FIRMS WISHING TO DO BUSINESS WITH THE UNIVERSITY MUST LIST THEIR FEDERAL TAX ID NO. OR SOCIAL SECURITY NO. (IF INDIVIDUAL) IN THE SPACE PROVIDED:
TAX ID OR SSN:____________________________________________________
_________________________________________________ _________________________________________________(Signature) (Date)
_________________________________________________ _________________________________________________(Printed Name and Company Name) (Title)
_________________________________________________ _________________________________________________(Telephone #, Toll free if available) (FAX #)
_________________________________________________ _________________________________________________(E-Mail Address) (WEB Site Address)
Vendor Address
Information Date: 10/16/2013 RFQ No: Collective No: 10045319 Return Quote By: 11/14/2013 Promised Ship Date: (Furnish) ___________________ Payment Terms: (Furnish) _______________________ FOB UT Dest Unless Otherwise Specified Below _________________________________________________ Buyer: Charles Scott Phone: 423-425-4712 Fax: 423-425-5332
Return Quotes To:The University of TennesseePurchasing Department615 McCallie Ave.Chattanooga , TN 37403
Item Quantity UM Material/Description Price Per Unit Net Amount
Page 11 of 11
1:00 pm EST
THE UNIVERSITY OF TENNESSEE REQUEST FOR QUOTATION
**THIS IS NOT AN ORDER**
1
Invitation to Bid
PROJECT: Geothermal Conversion
Advanced Vehicle Test Facility
4605 Amnicola Drive
Chattanooga, Tennessee
DESIGNER: J. Ronald Bailey, PhD, P.E.
214 EMCS Building
University of Tennessee at Chattanooga
615 McCallie Avenue
Chattanooga, Tennessee
Telephone: (423) 425-5536 Mobile: (423 645-4477
Email: [email protected]
Brief Project Description:
1. Replace the existing air source Heating, Ventilating and Air Conditioning (HVAC) system with a
highly efficient ground source heat pump.
2. Disconnect and remove only the existing ductwork and air handling equipment that will
interfere with installation of the new heat pump and air handling system.
3. Install new insulated air handling ducts with a rating of R10 or better.
4. Install Wi Fi enabled thermostat controls for the two zones so that control points for the air
conditioning system can be changed remotely. The thermostats are to include a feature to
allow circulation of the air during periods when the building is not occupied.
5. Remove existing insulation from above the ceiling in the air conditioned space and replace with
new insulation rated at R30 or better.
Bids are invited for a General Contract for the Work of the above project.
Prior approval for equipment substitutions and arrangements for a MANDATORY Site Visit can be
arranged by contacting the Designer.
Bids sent by mail or courier service should be directed to the attention of:
Charles Scott, Manager Business Services
Per delivery instructions on the first page of this RFQ
Until: 1:00 PM (EST), Thursday, November 14, 2013.
2
Seal Page
3
Detailed Project Description:
1. The AVTF is a metal frame building consisting of office areas, a conference room and high bay
work areas. A photograph of the building and a layout of the floor plan are shown in Figures 1
and 2.
Figure 1 AVTF Building
4
Figure 2 Layout of the Floor Plan for the AVTF
2. The three shop areas and the corridor of the building are not air conditioned. The common
areas, conference room and offices are air conditioned. This air conditioned space is to be
divided into two zones as follows:
Zone 1 – Conference room and adjoining storage and office (130, 132 and 134) with a total area
of approximately 630 square feet (28’ x 22’6”)
Zone 2 – Lobby, kitchen, rest rooms and remaining offices (102, A03, A01, A22, 120, 122, 112,
118, 110, and 116) with a total area of approximately 1555 square feet (36’6” x 28’ +
26’6” x 20’)
3. Building heating and cooling loads have been calculated and are provided in the design
guidelines section solely for design purposes. The maximum heating load is expected to be
15,000 Btu/hr and the maximum cooling load is expected to be 19,000 Btu/hr. However, in
order to ensure that the system can handle exceptional weather conditions, the system to be
installed shall have a minimum rated capacity of 36,000 Btu/h (3 tons) with an ARI/ISO 13256-1
Energy Efficiency Rating (EER) of 14.0 or better and a minimum cooling capacity of 24,000 Btu/h
(2 tons) with an overall system Coefficient of Performance (COP) of 4.0 or better. The air
handling system must be capable of delivering 1300 cubic feet per minute for cooling and 1500
cubic feet per minute for heating. An “all-in-one” type system is desired for long term
maintenance purposes and to in order to minimize the task of integrating the various
components. Acceptable heat pumps include Water Furnace (7 Series with variable speed
compressor) and Florida Heat Pump (AP Series with two stage scroll compressor), or prior
approved equal.
5
4. The ground loops are to be with the buried in the field shown in the background of Figure 3. The
mechanical equipment room is located at the back of the building in Room A04 which also
houses the electrical distribution panels for the building. The current HVAC system includes a
compressor and condenser installed on a pad at the back of the building. The associated
evaporator and air handling system are installed in the equipment room. A photo of the existing
installation is shown in Figure 3. The double doors on the right provide access to the equipment
room. This system is to be replaced with a ground source geothermal system to be installed
according to the manufacturer’s specifications.
Figure 3 Existing Heat Pump
5. A horizontal configuration has been selected for the ground loop. The ground loop design is
outlined in background section of this document. While the design calculations call for a total
pipe length of approximately 800 feet, the actual installation will be 1000 feet to allow for
variation in thermal conductivity of the soil to be expected with changes in moisture content.
The ¾” diameter pipe will be buried in four trenches, each 125 feet long and 12 feet apart, six
feet deep and at least 12 inches wide, with one supply and one return pipe in each trench,
stacked vertically from the bottom with a separation distance of 24 inches. The contractor shall
install geothermal locating strip (warning tape) 18 inches above all horizontal/header piping.
1¼” diameter pipe shall be used for the supply and return headers.
6. The ground loop configuration is shown in Figure 4. Details for the placement of the pipes are
provided in Figure 5.
6
7
7. A map of the site is shown in Figure 6. The area available for the geothermal ground loops is
located east of the building and is bounded by the Power Pole (205E-6) and the edge of
pavement (205E-7). Flags will be placed in the area to show the approximate locations for
trenches and headers.
Figure 6 Map showing the area available for the Geothermal Ground Loops
8
8. The ground loop contractor must have an IGSHPA certified installer assigned to this project. All
materials to be used in the ground loop must comply with standards and accepted practices of
the IGSHPA. The contractor will comply with these standards along with all State and local
regulations pertaining to the installation. The contractor will be responsible for all aspects
involved with the geothermal ground loop installation. All materials, excavation, hauling of
backfill, dewatering, building penetration, leak testing, soil compaction, final flushing/purging,
adding glycol and labor required shall be included in the bid price.
9. Materials to be used will be supplied by manufacturers that have in place a functional quality
assurance program and shall be ISO (International Organization for Standardization) certified.
10. Approved geothermal piping suppliers are Geothermal Supply Company, Blue Diamond
Industries, or prior approved equal.
11. Each pipe shall be durably marked with the manufacturer’s name, nominal size, pressure rating,
ASTM standard material designation or cell classification number and date, and location of
manufacturing. All underground pipe joints will be heat fused in accordance with ASTM D2610.
ASTM D2683 and the manufacturer’s heat fusion specifications. The operator shall be heat
fusion certified and experienced in executing quality fusion joints.
12. The ground loop contractor will be responsible for determining the location of any existing
utilities in the area. The contractor will be responsible for damage to water, electrical
communication or any service line that may be damaged during construction. The contractor
shall observe all appropriate safety requirements in accordance with local, state, and federal
codes and regulations.
13. Excavation, backfilling, and trench work shall be done in accordance with O.S.H.A. and existing
safety standards. The Contractor will provide shoring and cleaning as necessary to keep the
trenches in working conditions, including pumping out of water.
14. In mostly rock material, trenches shall be excavated to at least 6” below the elevation of the
bottom of the pipes. After excavation, the trench shall be filled to the proper elevation with
crushed limestone. Gravel shall be scooped out under the pipe so the pipe rests firmly on the
trench bottom.
15. In mostly earth or sand material, the last 6” of the excavation shall be done by hand so the pipe
rests firmly on the bottom of the trench.
16. Backfilling and tamping shall be done carefully simultaneously along both sides of the pipe
using rock free earth, crushed stone and sand until the pipe is covered at least 12”. The rest of
the fill up to the topsoil layer may be gravel or rock free earth. Acceptable soil materials for
backfill and fill shall be free of rock or gravel larger than 2” in any dimension, debris, waste, or
other deleterious matter having a plasticity index less than 30. Backfill shall be done in layers of
not more than 8” and each layer shall be compacted 93%. The last 12” of backfill shall be rock
free topsoil.
17. Surface shall be restored to original grade and condition by. After excavation, trench shall then
be filled to the proper elevation with crushed limestone the means of seed and straw.
18. New insulation rated at R30 is to be installed over the ceiling for both Zones.
9
Design Guidelines:
The heat loss and cooling load for Zones 1 and 2 have been analyzed using commercially available
software (GLD by Gaia Geothermal LLC). This software uses recognized methods (ASHRAE) for the load
analysis and specifications provided by manufacturers to size the required capacity of the heat pump
and estimate the length and configuration of the geothermal ground loops. Output from this program
is provided in Figures 7 through 10.
Figure 7 Heat Loss and Cooling Load for Zone 1
10
Figure 8 Heat Loss and Cooling Load for Zone 2
11
Figure 9 Heat Loss and Cooling Load Summary
It can be seen from the above design analysis that the system should have a peak capacity of
approximately 19,000 BTU/hr for cooling and approximately 15,000 BTU/hr for heating. Allowing for
12
occasional extreme weather the design points for the system have been uplifted to 36,000 BTU/h (3
tons) for cooling and 24,000 Btu/h (2 tons) for heating. Obviously, there are many possible
configurations that can meet these design loads. For reasons of simplicity, ease of system integration
and long term maintainability, preference will be given to “all-in-one” type systems. The GLD software
was used to explore several different heat pumps with a variety of configurations for the ground loop.
Typical input parameters and calculation results are shown in Figures 10 and 11.
13
Figure 10 Input Parameters for Four Trench Ground LoopConfiguration
14
Figure 11 Typical Result and Operating Parameters for Ground Loop Design
We, , (herein called the "Contractor")of County,________________ , a , organized and existing under
(Partnership or Corporation)and by virtue of the laws of as principal, and -as surety, do hereby acknowledge ourselves indebted and finnly bound and held unto _____________________ (herein called the "Owner"), a corporation existing under and by virtue of thelaws of Tennessee, for the use and benefit of those entitled thereto, in the sum of____________________________ ($ ), for the payment of which welland truly to be made, in lawful money of the United States, we do hereby bind ourselves, successors, assigns, heirs and personalrepresentatives.
-------------------------($ ),_________________ as more fully appears in a written agreement or contract bearing date of_______________ , a copy of which said agreement or contract is by reference hereby made a part hereof, and itis the desire of the said Owner that the said Contractor shall assure all undertakings under said agreement or contract, and shall assureand protect all laborers and furnishers of material on said work both as provided by Chapter 182 of the Acts of the General Assemblyof Tennessee of 1899, and any and all amendments thereto, including, without being limited to, Chapter 121 of the Public Acts of1923 and Chapter 121 of the Public Acts of 1925, all of which were codified and re-enacted in Sections 7955 to 7959, inclusive, of theCode of Tennessee of 1932, and in Sections 12-417 to 12-422, inclusive, of the Tennessee Code Annotated, and also independently ofsaid statutes; and shall assure payment of taxes, etc_, as provided in Sections 12-423 and 12-424 of the Tennessee Code Annotated:and shall assure compliance with Chapter 168 of the Public Acts of 1953, as amended, codified in Sections 12-406 to 12-416, asamended, of the Tennessee Code Annotated, requiring payment of prevailing wages to workmen.
NOW, THEREFORE, if the said Contractor shall fully and faithfully perform all undertakings and obligations under the saidagreement of contract hereinbefore referred to and shall fully indemnify and save hannless the said Owner from all costs and damagewhatsoever which it may suffer by reason of any failure on the part of said Contractor so to do, and shall fully reimburse and repay thesaid Owner any and all outlay and expense which it may incur in making good any such default, and shall fully pay for all of the labor,material and work used by said Contractor or any immediate or remote contractor or furnisher of material under him in theperfonnance of said contract, in lawful money of the United States, as the same shall become due, and shall promptly make paymentof all taxes, etc., in accordance with Sections 12-423 and 12-424 of the Tennessee Code Annotated, and shall faithfully perform eachand every requirement imposed upon the contractor and sub-contractor under the common law and under the terms and provisions ofChapter 168 of the Public Act of Tennessee for 1953, as amended, codified in Sections 12-406 to 12-416, inclusive, as amended, ofthe Tennessee Code Annotated, relating to the payment of prevailing wages to workmen, then this obligation or bond shall be null andvoid, otherwise to remain in full force and effect. Notice of claims must be given within the statutory period provided by Section 12-421 of Tennessee Code Annotated. This bond is for 100% of the contract price. The graduated percentage amounts of contract pricesset out in Tennessee Code Annotated. Section 12-417, shall not apply to this bond.
AND, for value received, it is hereby stipulated and agreed that no change, extension of time, alteration or addition to the tenns of saidagreement or contract or to the work to be performed there-under or the specifications accompanying the same shall in any wise affectthe obligations under this obligation or bond, and notice is hereby waived of any such change, extension of time, alteration or additionto the tenns of the agreement or contract or to the work or to the specifications.
IN WITNESS WHEREOF, the said Contractor has hereunto affixed its signature and said surety has hereunto caused to be affixed itscorporate signature and seal, by its duly authorized officers, on this day of 20 _
for The University of Tennessee hereinafter called the : "Owner", in accordance with terms of a contract,dated , between the Contractor and Owner for performance of said work.
for and in consideration of the sum of (E) _dollars, the receipt whereof is hereby acknowledged by the undersigned does hereby waive and release any lien rights to or claimwith respect to and on said above described premises, and the improvements thereon, and on the monies or other considerationsdue or to become due from the owner on account of labor, services, material, fixtures, apparatus or machinery heretofore or whichmay hereafter be furnished by the undersigned to or for the above premises by virtue of said contract.
(A) Person or firm with whom you agreed to furnish either labor, or services, or materials or both.(B) Fill in nature and extent of work; strike the word labor or the word materials ifnot in you contract.(C) If you have more than one contract on the same premises, describe the contract by number if available, and extent of work.(D) Furnish an accurate enough description of the improvement and location of the premises so that it can be distinguished from
any other property.(E) Amount shown should be the amount actually received and equal to total amount of contract as adjusted.(F) If waiver is for a corporation, corporate names should be used, corporate seal affixed and title of officer signing waiver should
be set forth: If waiver is for a partnership, the partnership name should be used, partner should sign and designate himself aspartner.