Custom Air Handling Unit

expired opportunity(Expired)
From: University of kentucky(Higher Education)
UK-2274-23

Basic Details

started - 26 Jul, 2022 (21 months ago)

Start Date

26 Jul, 2022 (21 months ago)
due - 10 Aug, 2022 (21 months ago)

Due Date

10 Aug, 2022 (21 months ago)
Bid Notification

Type

Bid Notification
UK-2274-23

Identifier

UK-2274-23
University of Kentucky

Customer / Agency

University of Kentucky
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

A n E q u a l O p p o r t u n i t y U n i v e r s i t y Request for Proposal UK-2274-23 Proposal Due Date 08/10/2022 Custom Air Handling Unit bs UNIVERSITY OF KENTUCKY Purchasing Division Revised 9-11-2020 REQUEST FOR PROPOSAL (RFP) ATTENTION: This is not an order. Read all instructions, terms and conditions carefully. PROPOSAL NO.: UK-2274-23 RETURN ORIGINAL COPY OF PROPOSAL TO: UNIVERSITY OF KENTUCKY PURCHASING DIVISION 411 S LIMESTONE ROOM 322 PETERSON SERVICE BLDG. LEXINGTON, KY 40506-0005 Issue Date: 07/13/2022 Title: Custom Air Handling unit Purchasing Officer: Ken Scott Phone: 859-257-9102 IMPORTANT: PROPOSALS MUST BE RECEIVED BY: 08/10/2022 by 3 P.M. LEXINGTON, KY TIME. NOTICE OF REQUIREMENTS 1. The Universitys General Terms and Conditions and Instructions to Bidders, viewable at www.uky.edu/Purchasing/terms.htm, apply to this RFP. When the RFP includes construction services, the
Universitys General Conditions for Construction and Instructions to Bidders, viewable at www.uky.edu/Purchasing/ccphome.htm, apply to the RFP. 2. Contracts resulting from this RFP must be governed by and in accordance with the laws of the Commonwealth of Kentucky. 3. Any agreement or collusion among offerors or prospective offerors, which restrains, tends to restrain, or is reasonably calculated to restrain competition by agreement to bid at a fixed price or to refrain from offering, or otherwise, is prohibited. 4. Any person who violates any provisions of KRS 45A.325 shall be guilty of a felony and shall be punished by a fine of not less than five thousand dollars nor more than ten thousand dollars, or be imprisoned not less than one year nor more than five years, or both such fine and imprisonment. Any firm, corporation, or association who violates any of the provisions of KRS 45A.325 shall, upon conviction, be fined not less than ten thousand dollars or more than twenty thousand dollars. AUTHENTICATION OF BID AND STATEMENT OF NON-COLLUSION AND NON-CONFLICT OF INTEREST I hereby swear (or affirm) under the penalty for false swearing as provided by KRS 523.040: 1. That I am the offeror (if the offeror is an individual), a partner, (if the offeror is a partnership), or an officer or employee of the bidding corporation having authority to sign on its behalf (if the offeror is a corporation); 2. That the attached proposal has been arrived at by the offeror independently and has been submitted without collusion with, and without any agreement, understanding or planned common course of action with, any other Contractor of materials, supplies, equipment or services described in the RFP, designed to limit independent bidding or competition; 3. That the contents of the proposal have not been communicated by the offeror or its employees or agents to any person not an employee or agent of the offeror or its surety on any bond furnished with the proposal and will not be communicated to any such person prior to the official closing of the RFP: 4. That the offeror is legally entitled to enter into contracts with the University of Kentucky and is not in violation of any prohibited conflict of interest, including, but not limited to, those prohibited by the provisions of KRS 45A.330 to .340, and164.390; 5. That the offeror, and its affiliates, are duly registered with the Kentucky Department of Revenue to collect and remit the sale and use tax imposed by Chapter 139 to the extent required by Kentucky law and will remain registered for the duration of any contract award; 6. That I have fully informed myself regarding the accuracy of the statement made above. SWORN STATEMENT OF COMPLIANCE WITH CAMPAIGN FINANCE LAWS In accordance with KRS45A.110 (2), the undersigned hereby swears under penalty of perjury that he/she has not knowingly violated any provision of the campaign finance laws of the Commonwealth of Kentucky and that the award of a contract to a bidder will not violate any provision of the campaign finance laws of the Commonwealth of Kentucky. CONTRACTOR REPORT OF PRIOR VIOLATIONS OF KRS CHAPTERS 136, 139, 141, 337, 338, 341 & 342 The contractor by signing and submitting a proposal agrees as required by 45A.485 to submit final determinations of any violations of the provisions of KRS Chapters 136, 139, 141, 337, 338, 341 and 342 that have occurred in the previous five (5) years prior to the award of a contract and agrees to remain in continuous compliance with the provisions of the statutes during the duration of any contract that may be established. Final determinations of violations of these statutes must be provided to the University by the successful contractor prior to the award of a contract. CERTIFICATION OF NON-SEGREGATED FACILITIES The contractor, by submitting a proposal, certifies that he/she is in compliance with the Code of Federal Regulations, No. 41 CFR 60-1.8(b) that prohibits the maintaining of segregated facilities. SIGNATURE REQUIRED: This proposal cannot be considered valid unless signed and dated by an authorized agent of the offeror. Type or print the signatory's name, title, address, phone number and fax number in the spaces provided. Offers signed by an agent are to be accompanied by evidence of his/her authority unless such evidence has been previously furnished to the issuing office. DELIVERY TIME: NAME OF COMPANY: DUNS # PROPOSAL FIRM THROUGH: ADDRESS: Phone/Fax: PAYMENT TERMS: CITY, STATE & ZIP CODE: E-MAIL: SHIPPING TERMS: F. O. B. DESTINATION PREPAID AND ALLOWED TYPED OR PRINTED NAME: WEB ADDRESS: FEDERAL EMPLOYER ID NO.: SIGNATURE: DATE: UNIVERSITY OF KENTUCKY Purchasing Division http://www.uky.edu/Purchasing/terms.htm http://www.uky.edu/Purchasing/ccphome.htm PROPOSAL NO. UK-2274-23 3 Table of Contents 1.0 DEFINITIONS ........................................................................................................................... 6 2.0 GENERAL OVERVIEW ............................................................................................................. 7 2.1 Intent and Scope .................................................................................................................. 7 2.2 Background Information ....................................................................................................... 7 2.3 University Information ........................................................................................................... 7 2.4 Supplier Diversity and Procurement ................................................................................... 9 3.0 PROPOSAL REQUIREMENTS ............................................................................................... 10 3.1 Key Event Dates ................................................................................................................. 10 3.2 Offeror Communication ...................................................................................................... 10 3.3 Pre-Proposal Conference ................................................................................................... 11 3.4 Offeror Presentations ......................................................................................................... 11 3.5 Preparation of Offers .......................................................................................................... 11 3.6 Proposed Deviations from the RFP .................................................................................... 11 3.7 Proposal Submission and Deadline .................................................................................... 12 3.8 Modification or Withdrawal of Offer ..................................................................................... 12 3.9 Acceptance or Rejection and Award of Proposal ................................................................ 13 3.10 Rejection ............................................................................................................................ 13 3.11 Addenda ............................................................................................................................. 13 3.12 Disclosure of Offerors Response ....................................................................................... 13 3.13 Restrictions on Communications with University Staff ........................................................ 14 3.14 Cost of Preparing Proposal ................................................................................................. 14 3.15 Disposition of Proposals ..................................................................................................... 14 3.16 Alternate Proposals ............................................................................................................ 14 3.17 Questions ........................................................................................................................... 14 3.18 Section Titles in the RFP .................................................................................................... 14 3.19 No Contingent Fees ............................................................................................................ 14 3.20 Proposal Addenda and Rules for Withdrawal...................................................................... 15 3.21 Requirement To Perform Vendor Onboarding and Registration .......................................... 15 4.0 PROPOSAL FORMAT AND CONTENT .................................................................................. 15 4.1 Proposal Information and Criteria ....................................................................................... 15 PROPOSAL NO. UK-2274-23 4 4.2 Signed Authentication of Proposal and Statements of Non-Collusion and Non-Conflict of Interest Form .............................................................................................................................. 16 4.3 Transmittal Letter ............................................................................................................... 16 4.4 Executive Summary and Proposal Overview ...................................................................... 16 4.5 Criteria 1 - Offeror Qualifications ........................................................................................ 18 4.6 Criteria 2 Performance .................................................................................................... 18 4.7 Criteria 3 Financial Proposal ............................................................................................ 18 4.8 Criteria 4 Evidence of Successful Performance and Implementation Schedule ............... 18 4.9 Criteria 5 Other Additional Information ............................................................................. 19 5.0 EVALUATION CRITERIA PROCESS...................................................................................... 19 6.0 SPECIAL CONDITIONS.......................................................................................................... 20 6.1 Scope ................................................................................................................................. 20 6.2 Effective Date ..................................................................................................................... 20 6.3 Competitive Negotiation ..................................................................................................... 20 6.4 Appearance Before Committee .......................................................................................... 20 6.5 Additions, Deletions or Contract Changes .......................................................................... 21 6.6 Contractor Cooperation in Related Efforts .......................................................................... 21 6.7 Entire Agreement ............................................................................................................... 21 6.8 Governing Law ................................................................................................................... 21 6.9 Kentuckys Personal Information Security and Breach Investigation Procedures and Practices Act .............................................................................................................................. 22 6.10 Termination for Convenience .............................................................................................. 22 6.11 Termination for Non-Performance ...................................................................................... 22 6.12 Funding Out ....................................................................................................................... 23 6.13 Prime Contractor Responsibility.......................................................................................... 23 6.14 Assignment and Subcontracting ......................................................................................... 23 6.15 Permits, Licenses, Taxes.................................................................................................... 24 6.16 Attorneys Fees .................................................................................................................. 24 6.17 Royalties, Patents, Copyrights and Trademarks ................................................................. 24 6.18 Indemnification ................................................................................................................... 24 6.19 Method of Award ................................................................................................................ 25 6.20 Reciprocal Preference ........................................................................................................ 25 6.21 Confidentiality ..................................................................................................................... 25 6.22 Conflict of Interest .............................................................................................................. 26 PROPOSAL NO. UK-2274-23 5 6.23 Personal Service Contract Policies ..................................................................................... 26 6.24 Copyright Ownership and Title to Designs and Copy .......................................................... 27 6.25 University Brand Standards ................................................................................................ 27 6.26 Printing Statutes ................................................................................................................. 28 6.27 Payment Terms .................................................................................................................. 28 7.0 SCOPE OF SERVICES .......................................................................................................... 28 7.1 Detailed Services Defined .................................................................................................. 28 8.0 FINANCIAL OFFER SUMMARY ............................................................................................. 29 8.1 Mandatory Services (Section 7.1) ....................................................................................... 29 8.2 Optional Services (Section 7.2) .......................................................................................... 29 8.3 Alternate Pricing ................................................................................................................. 29 Attachments: Attachment A Specifications Attachment B Drawings PROPOSAL NO. UK-2274-23 6 1.0 DEFINITIONS The term "addenda" means written or graphic instructions issued by the University of Kentucky prior to the receipt of proposals that modify or interpret the RFP documents by additions, deletions, clarifications and/or corrections. The term "competitive negotiations" means the method authorized in the Kentucky Revised Statutes, Chapter 45A.085. The terms "offer" or proposal mean the offerors/offerors response to this RFP. The term "offeror" means the entity or contractor group submitting the proposal. The term "contractor" means the entity receiving a contract award. The term "purchasing agency" means the University of Kentucky, Purchasing Division, Room 322 Peterson Service Building, Lexington, KY 40506-0005. The term "purchasing official" means the University of Kentuckys appointed contracting representative. The term "responsible offeror" means a person, company or corporation that has the capability in all respects to perform fully the contract requirements and the integrity and reliability that will assure good faith performance. In determining whether an offeror is responsible, the University may evaluate various factors including (but not limited to): financial resources; experience; organization; technical qualifications; available resources; record of performance; integrity; judgment; ability to perform successfully under the terms and conditions of the contract; adversarial relationship between the offeror and the University that is so serious and compelling that it may negatively impact the work performed under this RFP; or any other cause determined to be so serious and compelling as to affect the responsibility of the offeror. The term "solicitation" means RFP. The term "University" means University of Kentucky. PROPOSAL NO. UK-2274-23 7 2.0 GENERAL OVERVIEW 2.1 Intent and Scope This Request for Proposal (RFP) is issued to solicit proposals from qualified, experienced, financially sound, and responsible firms to provide a custom air handler for the UK BSL-3 project. The Scope of Services includes the work outlined in Section 7.0, Scope of Services. Potential Suppliers are responsible for delivering the air handler to the site. The project contractor will unload and lift to the roof. Provide in your proposal the number of lifts and weights. It is the intent of the University to award a contract to the qualified Offeror whos Offer, conforming to the conditions and requirements of the RFP, is determined to be the most advantageous to the University, cost and other factors considered. The firm whose systems is selected would provide all design and installation assistance services necessary to construct the facilities in accordance with the guidelines, standards and limitations contained in the Request for Proposal and in the Offerors Proposal. In addition, please refer to the attached drawings. 2.2 Background Information The existing BSL-3 lab is fed from the central air handler. We will be installing a new air handler to serve only this lab. This air handler will be installed on the roof above. This contact is for the air handler, humidifier, VFDs and roof curb as specified and shown on the drawings. 2.3 University Information Since his arrival, President Eli Capilouto has set forth an ambitious agenda to extend and enhance our role as Kentuckys land-grant and flagship research university. By focusing on infrastructure growth and improvement; creating opportunities for innovative teaching, learning, and academic excellence; fostering a robust research and creative scholarship enterprise; providing life-saving subspecialty care; empowering communities through service and outreach; and encouraging a transparent and shared dialogue about institutional priorities; the University of Kentucky will ensure a new century of promise for the people we impact. Founded in 1865 as a land-grant institution adjacent to downtown Lexington, UK is nestled in the scenic heart of the beautiful Bluegrass Region of Kentucky. From its early beginnings, with only 190 students and 10 professors, UKs campus now covers more than 918 acres and is home to more than 30,000 students and approximately 14,500 employees, including more than 2,300 full-time faculty. UK is one of a small number of universities in the United States that has programs in agriculture, engineering, a full complement of health colleges including medicine and pharmacy, law and fine arts on a single campus, leading to groundbreaking discoveries and unique interdisciplinary collaboration. The states flagship university consists of 17 academic and professional colleges where students can choose from more than 200 majors and degree programs at the undergraduate and graduate levels. PROPOSAL NO. UK-2274-23 8 The colleges are Agriculture, Food and Environment; Arts and Sciences; Business and Economics; Communication and Information; Dentistry; Design; Education; Engineering; Fine Arts; Graduate School; Health Sciences; Law; Medicine; Nursing; Pharmacy; Public Health; and Social Work. These colleges are supported by a modern research library system. Research at the University of Kentucky is a dynamic enterprise encompassing both traditional scholarship and emerging technologies, and UKs research faculty, staff and students are establishing UK as one of the nations most prolific public research universities. UKs research enterprise attracted $285 million in research grants and contracts from out-of-state sources, which generated a $580 million impact on the Kentucky economy. Included in this portfolio is $153 million in federal awards from the National Institutes of Health, non-NIH grants from the Department Health and Human Services, the National Science Foundation, Department of Energy, Department of Agriculture and NASA, among others. The National Science Foundation ranks UKs research enterprise 44th among public institutions. With more than 50 research centers and institutes, UK researchers are discovering new knowledge, providing a rich training ground for current students and the next generation of researchers, and advancing the economic growth of the Commonwealth of Kentucky. Several centers excel in the services offered to the public. The Gluck Equine Research Center is one of only three facilities of its kind in the world, conducting research in equine diseases. The Center for Applied Energy Research is pursuing groundbreaking discovery across the energy disciplines. CAER staff are pioneering new ways to sustainably utilize Kentucky natural resources through carbon-capture algae technology, biomass/coal to liquid products and the opening of UKs first LEED-certified research lab to support the development of Kentuckys growing alternative energy industry. Among the brightest examples of UKs investment in transformative research is the Markey Cancer Center. As a center of excellence and distinction at UK, Markeys robust research and clinical enterprise is the cornerstone of our commitment to Kentucky fundamental to our success in uplifting lives through our endeavors and improving the general health and welfare of our state burdened by the nations highest rate of cancer deaths per 100,000 people. In 2013, Markey earned the prestigious National Cancer Institute-designation (NCI) one of 68 nationally and the only one in Kentucky. The University of Kentucky was awarded a $20 million Clinical Translational Sciences Award (CTSA) from the National Institutes of Health (NIH). As one of only 60 institutions with this research distinction, UK was awarded the CTSA for its potential in moving research and discovery in the lab into practical field and community applications. The CTSA and NCI are part of a trifecta of federal research grants that includes an Alzheimers Disease Center. UK is one of only 22 universities in the country to hold all three premier grants from NIH. Established in 1957, the medical center at UK is one of the nation's finest academic medical centers and includes the University's clinical enterprise, UK HealthCare. The 569-bed UK Albert B. Chandler Hospital and Kentucky Children's Hospital, along with 256 beds at UK Good Samaritan Hospital, are supported by a growing faculty and staff providing the most advanced subspecialty care for the most critically injured and ill patients throughout the Commonwealth and beyond. Over the last several years, the number of patients served by the medical enterprise has increased from roughly 19,000 discharges to more than 36,000 discharges in 2014. PROPOSAL NO. UK-2274-23 9 UK Chandler Hospital includes the only Level 1 Trauma Center for both adult and pediatric patients in Central and Eastern Kentucky. In addition, UK HealthCare recently opened one of the country's largest robotic hybrid operating rooms and the first of its kind in the region. While our new patient care pavilion is the leading healthcare facility for advanced medical procedures in the region, our talented physicians consult with and travel to our network of affiliate hospitals so Kentucky citizens can receive the best health care available close to their home and never need to leave the Bluegrass for complex subspecialty care. UKs agenda remains committed to accelerating the Universitys movement toward academic excellence in all areas and gain worldwide recognition for its outstanding academic programs, its commitment to students, its investment in pioneering research and discovery, its success in building a diverse community and its engagement with the larger society. It is all part of the Universitys fulfillment of our promise to Kentucky to position our state as a leader in American prosperity. SUSTAINABILITY Sustainability is an institution-wide priority for the University of Kentucky. We strive to ensure that all activities are ecologically sound, socially just, and economically viable, and that they will continue to be so for future generations. This commitment also prioritizes the integration of these principles in curricula, research, athletics, health care, creative works, and outreach. This principled approach to operational practices and intellectual pursuits is intended to prepare students and empower the campus community to support sustainable development in the Commonwealth and beyond. The UK Sustainability Strategic Plan guides these efforts (https://www.uky.edu/sustainability/sustainability- strategic-plan). 2.4 Supplier Diversity and Procurement The University of Kentucky is committed to serve as an advocate for diverse businesses in their efforts to conduct business. Diverse Business Enterprises (DBE) consist of minority, women, disabled, veteran and disabled veteran owned business firms that are at least fifty-one percent owned and operated by an individual(s) of the aforementioned categories. Also included in this category are disabled business enterprises and non-profit work centers for the blind and severely disabled. The University is committed to increasing the amount of goods and services acquired from businesses owned and controlled by diverse persons to 10% of all procurement expenditures. The University expects its suppliers to support and assist in this effort. Among the Universitys goals for DBE participation in procurement are: To ensure the absence of barriers that reduce the participation of diverse suppliers Educate vendors on "how to" do business with the University Support diverse vendors seeking to do business with the University in the areas of goods, services, construction, and other areas of procurement Encourage participation of qualified diverse vendors by directing them to agencies that can benefit from their product or service Provide resources for diverse vendors Sponsor events to assist diverse vendors in becoming active, responsible, and responsive participants in the University's purchasing opportunities https://www.uky.edu/sustainability/sustainability-strategic-plan https://www.uky.edu/sustainability/sustainability-strategic-plan PROPOSAL NO. UK-2274-23 10 For additional information regarding how diverse suppliers may participate in this Request for Proposal, submit any questions to the Purchasing Officer as indicated in Section 3.2 by the Deadline for Written Questions date. 3.0 PROPOSAL REQUIREMENTS 3.1 Key Event Dates 3.2 Offeror Communication To ensure that RFP documentation and subsequent information (modifications, clarifications, addenda, Written Questions and Answers, etc.) are directed to the appropriate persons within the offerors firm, each offeror who intends to participate in this RFP is to provide the following information to the purchasing officer. Prompt, thorough compliance is in the best interest of the offeror. Failure to comply may result in incomplete or delayed communication of addenda or other vital information. Contact information is the responsibility of the offeror. Without the prompt information, any communication shortfall shall reside with the offeror. Name of primary contact Mailing address of primary contact Telephone number of primary contact Fax number of primary contact E-mail address of primary contact Additional contact persons with same information provided as primary contact This information shall be transmitted via fax or e-mail to: Ken Scott Purchasing Division University of Kentucky 322 Peterson Service Building Lexington, KY 40506-0005 Phone: (859) 257-9102 Fax: (859) 257-1951 E-mail: kenneth.scott.uky.edu All communication with the University regarding this RFP shall only be directed to the purchasing officer listed above. Release of RFP 07/13/2022 Deadline for Written Questions 3 p.m. Lexington, KY Time on 07/26/2022 RFP Proposals Due 3 p.m. Lexington, KY Time on 08/10/2022 PROPOSAL NO. UK-2274-23 11 3.3 Pre-Proposal Conference A pre-proposal conference will not be held for this Request for Proposals. 3.4 Offeror Presentations All offerors whose proposals are judged acceptable for award may be required to make a presentation to the evaluation committee. 3.5 Preparation of Offers The offeror is expected to follow all specifications, terms, conditions and instructions in this RFP. The offeror will furnish all information required by this solicitation. Proposals should be prepared simply and economically, providing a description of the offerors capabilities to satisfy the requirements of the solicitation. Emphasis should be on completeness and clarity of content. All documentation submitted with the proposal should be bound in the single volume except as otherwise specified. An electronic version of the RFP, in .PDF format only, is available through the University of Kentucky Purchasing Division website at: https://purchasing.uky.edu/bid-and-proposal- opportunities. 3.6 Proposed Deviations from the RFP The stated requirements appearing elsewhere in this RFP shall become a part of the terms and conditions of any resulting contract. Any deviations therefrom must be specifically defined in accordance with the transmittal letter, Section 4.3 (d). If accepted by the University, the deviations shall become part of the contract, but such deviations must not be in conflict with the basic nature of this RFP. Note: Offerors shall not submit their standard terms and conditions as exceptions to the Universitys General Terms and Conditions. Each exception to the Universitys General Terms and Conditions shall be individually addressed. https://purchasing.uky.edu/bid-and-proposal-opportunities https://purchasing.uky.edu/bid-and-proposal-opportunities PROPOSAL NO. UK-2274-23 12 3.7 Proposal Submission and Deadline Offeror must provide the following materials prior to 3 p.m. (Lexington, KY time) on the date specified in Section 3.1 and addressed to the purchasing officer listed in Section 3.2: Technical Proposal: One (1) copy on an electronic storage device (USB) (1 copy per storage device) each clearly marked with the proposal number and name, firm name and what is included (Technical Proposal) and two (2) printed copies in a single package, separate from the Financial Proposal. Financial Proposal: One (1) copy on an electronic storage device (USB) (1 copy per storage device) each clearly marked with the proposal number and name, firm name and what is included (Financial Proposal) and two (2) printed copies in a single package, separate from the Technical Proposal. Note: Proposals received after the closing date and time will not be considered. In addition, proposals received via fax or e-mail are not acceptable. The University of Kentucky accepts deliveries of RFPs Monday through Friday from 8 a.m. to 5 p.m. Lexington, KY time. However, RFPs must be received by 3 p.m. Lexington, KY time on the date specified on the RFP in order to be considered. Proposals shall be enclosed in sealed envelopes to the above referenced address and shall show on the face of the envelope: the closing time and date specified, the solicitation number and the name and address of the offeror. The technical proposal shall be submitted in a sealed envelope and the financial proposal shall be submitted in a sealed envelope under separate cover. Both sealed envelopes shall have identical information on the cover, with the addition that one will state Technical Information, and the other, Financial Proposal. Note: In accordance with the Kentucky Revised Statute 45A.085, there will be no public opening. 3.8 Modification or Withdrawal of Offer An offer and/or modification of offer received at the office designated in the solicitation after the exact hour and date specified for receipt will not be considered. An offer may be modified or withdrawn by written notice before the exact hour and date specified for receipt of offers. An offer also may be withdrawn in person by an offeror or an authorized representative, provided the identity of the person is made known and the person signs a receipt for the offer, but only if the withdrawal is made prior to the exact hour and date set for receipt of offers. PROPOSAL NO. UK-2274-23 13 3.9 Acceptance or Rejection and Award of Proposal The University reserves the right to accept or reject any or all proposals (or parts of proposals), to waive any informalities or technicalities, to clarify any ambiguities in proposals and (unless otherwise specified) to accept any item in the proposal. In case of error in extension or prices or other errors in calculation, the unit price shall govern. Further, the University reserves the right to make a single award, split awards, multiple awards or no award, whichever is in the best interest of the University. 3.10 Rejection Grounds for the rejection of proposals include (but shall not be limited to): Failure of a proposal to conform to the essential requirements of the RFP. Imposition of conditions that would significantly modify the terms and conditions of the solicitation or limit the offerors liability to the University on the contract awarded on the basis of such solicitation. Failure of the offeror to sign the University RFP. This includes the Authentication of Proposal and Statement of Non-Collusion and Non-Conflict of Interest statements. Receipt of proposal after the closing date and time specified in the RFP. 3.11 Addenda Any addenda or instructions issued by the purchasing agency prior to the time for receiving proposals shall become a part of this RFP. Such addenda shall be acknowledged in the proposal. No instructions or changes shall be binding unless documented by a proper and duly issued addendum. 3.12 Disclosure of Offerors Response The RFP specifies the format, required information and general content of proposals submitted in response to this RFP. The purchasing agency will not disclose any portions of the proposals prior to contract award to anyone outside the Purchasing Division, the Universitys administrative staff, representatives of the state or federal government (if required) and the members of the committee evaluating the proposals. After a contract is awarded in whole or in part, the University shall have the right to duplicate, use or disclose all proposal data submitted by offerors in response to this RFP as a matter of public record. Any submitted proposal shall remain valid six (6) months after the proposal due date. The University shall have the right to use all system ideas, or adaptations of those ideas, contained in any proposal received in response to this RFP. Selection or rejection of the proposal will not affect this right. PROPOSAL NO. UK-2274-23 14 3.13 Restrictions on Communications with University Staff From the issue date of this RFP until a contractor is selected and a contract award is made, offerors are not allowed to communicate about the subject of the RFP with any University administrator, faculty, staff or members of the board of trustees except: the purchasing office representative, any University purchasing official representing the University administration, others authorized in writing by the purchasing office and University representatives during offeror presentations. If violation of this provision occurs, the University reserves the right to reject the offerors proposal. 3.14 Cost of Preparing Proposal Costs for developing the proposals and any subsequent activities prior to contract award are solely the responsibility of the offerors. The University will provide no reimbursement for such costs. 3.15 Disposition of Proposals All proposals become the property of the University. The successful proposal will be incorporated into the resulting contract by reference. 3.16 Alternate Proposals Offerors may submit alternate proposals. If more than one proposal is submitted, all must be complete (separate) and comply with the instructions set forth within this document. Each proposal will be evaluated on its own merits. 3.17 Questions All questions should be submitted by either fax or e-mail to the purchasing officer listed in Section 3.2 no later than the date listed in Section 3.1. 3.18 Section Titles in the RFP Section titles used herein are for the purpose of facilitating ease of reference only and shall not be construed to infer the construction of contractual language. 3.19 No Contingent Fees No person or selling agency shall be employed or retained or given anything of monetary value to solicit or secure this contract, except bona fide employees of the offeror or bona fide established commercial or selling agencies maintained by the offeror for the purpose of securing business. For breach or violation of this provision, the University shall have the right to reject the proposal, annul the contract without liability, or, at its discretion, deduct from the contract price or otherwise recover the full amount of such commission, percentage, brokerage or contingent fee or other benefit. PROPOSAL NO. UK-2274-23 15 3.20 Proposal Addenda and Rules for Withdrawal Prior to the date specified for receipt of offers, a submitted proposal may be withdrawn by submitting a written request for its withdrawal to the University purchasing office, signed by the offeror. Unless requested by the University, the University will not accept revisions or alterations to proposals after the proposal due date. 3.21 Requirement To Perform Vendor Onboarding and Registration As a condition of award, and for any renewals performed during the life of the contract, successful Contractor agrees to register their company with PaymentWorks, Inc., the Universitys vendor onboarding application. Registration information will be provided by the Purchasing Division as part of the award process. During the vendor registration process, successful Contractor agrees to provide any applicable information pertaining to diversity demographics for their company. Further, should any company or diversity information change during the life of the contract, successful Contractor agrees to update this information in PaymentWorks as applicable. 4.0 PROPOSAL FORMAT AND CONTENT 4.1 Proposal Information and Criteria The following list specifies the items to be addressed in the proposal. Offerors should read it carefully and address it completely and in the order listed to facilitate the Universitys review of the proposal. Proposals shall be organized into the sections identified below. The content of each section is detailed in the following pages. It is strongly suggested that offerors use the same numbers for the following content that are used in the RFP. Signed Authentication of Proposal and Statement of Non-Collusion and Non-Conflict of Interest Form Transmittal Letter Executive Summary and Proposal Overview Criteria 1 - Offeror Qualifications Criteria 2 - Services Defined Criteria 3 - Financial Proposal Criteria 4 - Evidence of Successful Performance and Implementation Schedule Criteria 5 - Other Additional Information PROPOSAL NO. UK-2274-23 16 4.2 Signed Authentication of Proposal and Statements of Non-Collusion and Non-Conflict of Interest Form The Offeror will sign and return the proposal cover sheet and print or type their name, firm, address, telephone number and date. The person signing the offer must initial erasures or other changes. An offer signed by an agent is to be accompanied by evidence of their authority unless such evidence has been previously furnished to the purchasing agency. The signer shall further certify that the proposal is made without collusion with any other person, persons, company or parties submitting a proposal; that it is in all respects fair and in good faith without collusion or fraud; and that the signer is authorized to bind the principal offeror. 4.3 Transmittal Letter The Transmittal Letter accompanying the RFP shall be in the form of a standard business letter and shall be signed by an individual authorized to legally bind the offeror. It shall include: A statement referencing all addenda and written questions, the answers and any clarifications to this RFP issued by the University and received by the offeror (If no addenda have been received, a statement to that effect should be included.). A statement that the offerors proposal shall remain valid for six (6) months after the closing date of the receipt of the proposals. A statement that the offeror will accept financial responsibility for all travel expenses incurred for oral presentations (if required) and candidate interviews. A statement that summarizes any deviations or exceptions to the RFP requirements and includes a detailed justification for the deviation or exception. A statement that identifies the confidential information as described in Section 6.23. 4.4 Executive Summary and Proposal Overview The Executive Summary and Proposal Overview shall condense and highlight the contents of the technical proposal in such a way as to provide the evaluation committee with a broad understanding of the entire proposal. As part of the Executive Summary and Proposal Overview, Offeror shall submit with their response a summarized profile describing the demographic nature of their company or organization: 1. When was your organization established and/or incorporated? 2. Indicate whether your organization is classified as local, regional, national, or international. 3. Describe the size of your company in terms of number of employees, gross sales, etc. PROPOSAL NO. UK-2274-23 17 4. Is your company certified as small business, minority-owned, women-owned, veteran-owned, disabled-owned, or similar classification? 5. Include other demographic information that you feel may be applicable to the Request for Proposal submission. 6. Offeror shall describe in detail their companys commitment to diversity, equity, and inclusion. Information shall be provided as to the number of diverse individuals that the vendor employees as well as a description of vendors efforts to do business with Diverse Business Enterprises as they conduct their own business. In additional, please indicate the diversity nature of your company as well as ownership race/ethnicity. Check One Only Diverse Business Description (If Diverse Business, determine the classification that is the best description) Internal Code Minority Owned (only) 10 Veteran Owned and Small Business 100 Minority and Woman and Small Business 110 Minority and Woman and Veteran-Owned Business 120 Minority and Veteran and Small Business 130 Woman and Veteran and Small Business 140 Minority and Woman and Veteran-Owned Small Business 150 Woman Owned (only) 20 Small Business (only) 30 Veteran Owned (only) 40 Minority and Woman Owned 50 Minority and Small Business 60 Minority and Veteran-Owned 70 Woman Owned and Small Business 80 Woman and Veteran-Owned 90 Diversity not indicated 999 Race/Ethnicity Check One Asian Black/African American Hispanic or Latino Native American Native Hawaiian/Pacific Islander White Other PROPOSAL NO. UK-2274-23 18 4.5 Criteria 1 - Offeror Qualifications The purpose of the Offeror Qualifications section is to determine the ability of the offeror to respond to this RFP. Offerors must describe and offer evidence of their ability to meet each of the qualifications listed below. Our supply chains and business partnerships are an important aspect of this work. In your proposal, please (A) provide your companys mission and vision relative to sustainability, and (B) how your company, through services, products, and partnerships, will help the University of Kentucky advance specific elements of the Sustainability Strategic Plan. a) Please provide the contact information and a brief narrative describing the history of your company. Identify the ownership of your company, the primary contact person for the University account, and provide a statement to indicate if your company has ever filed for bankruptcy, been in default on a loan, or if there are pending liens, claims, or lawsuits against the company. If so, please provide a complete description of the circumstances and status. b) Please provide the Offerors qualifications for performing the work described in this RFP. c) Do you have the manufacturing personnel to support the work required for the services described in this RFP? d) Provide information on how your air handler is assembled and details on the components that will be used to manufacture this air handler. 4.6 Criteria 2 Performance Provide cut sheets (Specifications) for all the coils, fans and equipment and show the performance and the design conditions. 4.7 Criteria 3 Financial Proposal The Financial Summary Form shall contain the complete financial offer made to the University using the format contained in Section 8.0. All financial information must be submitted in a sealed envelope under separate cover. 4.8 Criteria 4 Evidence of Successful Performance and Implementation Schedule List two (2) similar projects that were completed successfully and on time. PROPOSAL NO. UK-2274-23 19 4.9 Criteria 5 Other Additional Information Provide a schedule production and delivery detailing when the air handler should be available for delivery to the University. The offeror may present any creative approaches that might be appropriate. The offeror may also provide supporting documentation that would be pertinent to this RFP. Offeror shall describe in detail their companys commitment to diversity, equity and inclusion. Information shall be provided as to the number of diverse individuals that the vendor employees as well as a description of vendors efforts to do business with Diverse Business Enterprises as they conduct their own business. 5.0 EVALUATION CRITERIA PROCESS A committee of University officials appointed by the Chief Procurement Officer will evaluate proposals and make a recommendation to the Chief Procurement Officer. The evaluation will be based upon the information provided in the proposal, additional information requested by the University for clarification, information obtained from references and independent sources and oral presentations (if requested). The evaluation of responsive proposals shall then be completed by an evaluation team, which will determine the ranking of proposals. Proposals will be evaluated strictly in accordance with the requirements set forth in this solicitation, including any addenda that are issued. The University will award the contract to the responsible offeror whose proposal is determined to be the most advantageous to the University, taking into consideration the evaluation factors set forth in this RFP. The evaluation of proposals will include consideration of responses to the list of criteria in Section 4.0. Offerors must specifically address all criteria in their response. Any deviations or exceptions to the specifications or requirements must be described and justified in a transmittal letter. Failure to list such exceptions or deviations in the transmittal letter may be considered sufficient reason to reject the proposal. The relative importance of the criteria is defined below: Primary Criteria Offeror Qualifications Services Defined Financial Proposal Evidence of Successful Performance and Implementation Secondary Criteria Other Additional Services PROPOSAL NO. UK-2274-23 20 The University will evaluate proposals as submitted and may not notify offerors of deficiencies in their responses. Proposals must contain responses to each of the criteria, listed in Section 4 even if the offerors response cannot satisfy those criteria. A proposal may be rejected if it is conditional or incomplete in the judgment of the University. 6.0 SPECIAL CONDITIONS 6.1 Scope This Request for Proposals is to establish a Purchase Order for custom Air Handling Equipment that will serve new construction/renovations at the University. 6.2 Effective Date The effective date of the contract shall be the date upon which the parties execute it and all appropriate approvals, including that of the Commonwealth of Kentucky Government Contracts Review Committee, have been received. 6.3 Competitive Negotiation It is the intent of the RFP to enter into competitive negotiation as authorized by KRS 45A.085. The University will review all proposals properly submitted. However, the University reserves the right to request necessary modifications, reject all proposals, reject any proposal that does not meet mandatory requirement(s) or cancel this RFP, according to the best interests of the University. Offeror(s) selected to participate in negotiations may be given an opportunity to submit a Best and Final Offer to the purchasing agency. All information-received prior to the cut-off time will be considered part of the offerors Best and Final Offer. The University also reserves the right to waive minor technicalities or irregularities in proposals providing such action is in the best interest of the University. Such waiver shall in no way modify the RFP requirements or excuse the offeror from full compliance with the RFP specifications and other contract requirements if the offeror is awarded the contract. 6.4 Appearance Before Committee Any, all or no offerors may be requested to appear before the evaluation committee to explain their proposal and/or to respond to questions from the committee concerning the proposal. Offerors are prohibited from electronically recording these meetings. The committee reserves the right to request additional information. PROPOSAL NO. UK-2274-23 21 6.5 Additions, Deletions or Contract Changes The University reserves the right to add, delete, or change related items or services to the contract established from this RFP. No modification or change of any provision in the resulting contract shall be made unless such modification is mutually agreed to in writing by the contractor and the Chief Procurement Officer and incorporated as a written modification to the contract. Memoranda of understanding and correspondence shall not be interpreted as a modification to the contract. 6.6 Contractor Cooperation in Related Efforts The University reserves the right to undertake or award other contracts for additional or related work to other entities. The contractor shall fully cooperate with such other contractors and University employees and carefully fit its work to such additional work. The contractor shall not commit or permit any act which will interfere with the performance of work by any other contractor or by University employees. This clause shall be included in the contracts of all contractors with whom this contractor will be required to cooperate. The University shall equitably enforce this clause to all contractors to prevent the imposition of unreasonable burdens on any contractor. 6.7 Entire Agreement The RFP shall be incorporated into a purchase order. The RFP and those portions of the offerors response accepted by the University, shall be the entire agreement between the parties. 6.8 Governing Law The contractor shall conform to and observe all laws, ordinances, rules and regulations of the United States of America, Commonwealth of Kentucky and all other local governments, public authorities, boards or offices relating to the property or the improvements upon same (or the use thereof) and will not permit the same to be used for any illegal or immoral purposes, business or occupation. The resulting contract shall be governed by Kentucky law and any claim relating to this contract shall only be brought in the Franklin Circuit Court in accordance with KRS 45A.245. PROPOSAL NO. UK-2274-23 22 6.9 Kentuckys Personal Information Security and Breach Investigation Procedures and Practices Act To the extent Company receives Personal Information as defined by and in accordance with Kentuckys Personal Information Security and Breach Investigation Procedures and Practices Act, KRS 61.931, 61.932 and 61.933 (the Act), Company shall secure and protect the Personal Information by, without limitation: (i) complying with all requirements applicable to non-affiliated third parties set forth in the Act; (ii) utilizing security and breach investigation procedures that are appropriate to the nature of the Personal Information disclosed, at least as stringent as Universitys and reasonably designed to protect the Personal Information from unauthorized access, use, modification, disclosure, manipulation, or destruction; (iii) notifying University of a security breach relating to Personal Information in the possession of Company or its agents or subcontractors within seventy-two (72) hours of discovery of an actual or suspected breach unless the exception set forth in KRS 61.932(2)(b)2 applies and Company abides by the requirements set forth in that exception; (iv) cooperating with University in complying with the response, mitigation, correction, investigation, and notification requirements of the Act , (v) paying all costs of notification, investigation and mitigation in the event of a security breach of Personal Information suffered by Company; and (vi) at Universitys discretion and direction, handling all administrative functions associated with notification, investigation and mitigation. 6.10 Termination for Convenience The University of Kentucky, Purchasing Division, reserves the right to terminate the resulting contract without cause with a thirty (30) day written notice. Upon receipt by the contractor of a notice of termination, the contractor shall discontinue all services with respect to the applicable contract. The cost of any agreed upon services provided by the contractor will be calculated at the agreed upon rate prior to a notice of termination and a fixed fee contract will be pro-rated (as appropriate). 6.11 Termination for Non-Performance Default The University may terminate the resulting contract for non-performance, as determined by the University, for such causes as: Failing to provide satisfactory quality of service, including, failure to maintain adequate personnel, whether arising from labor disputes, or otherwise any substantial change in ownership or proprietorship of the Contractor, which in the opinion of the University is not in its best interest, or failure to comply with the terms of this contract; Failing to keep or perform, within the time period set forth herein, or violation of, any of the covenants, conditions, provisions or agreements herein contained; PROPOSAL NO. UK-2274-23 23 Adjudicating as a voluntarily bankrupt, making a transfer in fraud of its creditors, filing a petition under any section from time to time, or under any similar law or statute of the United States or any state thereof, or if an order for relief shall be entered against the Contractor in any proceeding filed by or against contractor thereunder. In the event of any such involuntary bankruptcy proceeding being instituted against the Contractor, the fact of such an involuntary petition being filed shall not be considered an event of default until sixty (60) days after filing of said petition in order that Contractor might during that sixty (60) day period have the opportunity to seek dismissal of the involuntary petition or otherwise cure said potential default; or Making a general assignment for the benefit of its creditors, or taking the benefit of any insolvency act, or if a permanent receiver or trustee in bankruptcy shall be appointed for the Contractor. Demand for Assurances In the event the University has reason to believe Contractor will be unable to perform under the Contract, it may make a demand for reasonable assurances that Contractor will be able to timely perform all obligations under the Contract. If Contractor is unable to provide such adequate assurances, then such failure shall be an event of default and grounds for termination of the Contract. Notification The University will provide ten (10) calendar days written notice of default. Unless arrangements are made to correct the non-performance issues to the Universitys satisfaction within ten (10) calendar days, the University may terminate the contract by giving forty-five (45) days notice, by registered or certified mail, of its intent to cancel this contract. 6.12 Funding Out The University may terminate this contract if funds are not appropriated or are not otherwise available for the purpose of making payments without incurring any obligation for payment after the date of termination, regardless of the terms of the contract. The University shall provide the contractor thirty (30) calendar days written notice of termination under this provision. 6.13 Prime Contractor Responsibility Any contracts that may result from the RFP shall specify that the contractor(s) is/are solely responsible for fulfillment of the contract with the University. 6.14 Assignment and Subcontracting The Contractor(s) may not assign or delegate its rights and obligations under any contract in whole or in part without the prior written consent of the University. Any attempted assignment or subcontracting shall be void. PROPOSAL NO. UK-2274-23 24 6.15 Permits, Licenses, Taxes The contractor shall procure all necessary permits and licenses and abide by all applicable laws, regulations and ordinances of all federal, state and local governments in which work under this contract is performed. The contractor must furnish certification of authority to conduct business in the Commonwealth of Kentucky as a condition of contract award. Such registration is obtained from the Secretary of State, who will also provide the certification thereof. However, the contractor need not be registered as a prerequisite for responding to the RFP. The contractor shall pay any sales, use, personal property and other tax arising out of this contract and the transaction contemplated hereby. Any other taxes levied upon this contract, the transaction or the equipment or services delivered pursuant hereto shall be the responsibility of the contractor. The contractor will be required to accept liability for payment of all payroll taxes or deductions required by local and federal law including (but not limited to) old age pension, social security or annuities. 6.16 Attorneys Fees In the event that either party deems it necessary to take legal action to enforce any provision of the contract and in the event that the University prevails, the contractor agrees to pay all expenses of such action including attorneys' fees and costs at all stages of litigation. 6.17 Royalties, Patents, Copyrights and Trademarks The Contractor shall pay all applicable royalties and license fees. If a particular process, products or device is specified in the contract documents and it is known to be subject to patent rights or copyrights, the existence of such rights shall be disclosed in the contract documents and the Contractor is responsible for payment of all associated royalties. To the fullest extent permitted by law the Contractor shall indemnify, hold the University harmless, and defend all suits, claims, losses, damages or liability resulting from any infringement of patent, copyright, and trademark rights resulting from the incorporation in the Work or device specified in the Contract Documents. Unless provided otherwise in the contract, the Contractor shall not use the Universitys name nor any of its trademarks or copyrights, although it may state that it has a Contract with the University. 6.18 Indemnification The contractor shall indemnify, hold and save harmless the University, its affiliates and subsidiaries and their officers, agents and employees from losses, claims, suits, actions, expenses, damages, costs (including court costs and attorneys fees of the Universitys attorneys), all liability of any nature or kind arising out of or relating to the Contractors response to this RFP or its performance or failure to perform under the contract awarded from this RFP. This clause shall survive termination for as long as necessary to protect the University. PROPOSAL NO. UK-2274-23 25 6.19 Method of Award It is the intent of the University to award a contract to the qualified offeror whose offer, conforming to the conditions and requirements of the RFP, is determined to be the most advantageous to the University, cost and other factors considered. Notwithstanding the above, this RFP does not commit the University to award a contract from this solicitation. The University reserves the right to reject any or all offers and to waive formalities and minor irregularities in the proposal received. 6.20 Reciprocal Preference In accordance with KRS 45A.494, a resident offeror of the Commonwealth of Kentucky shall be given a preference against a nonresident offeror. In evaluating proposals, the University will apply a reciprocal preference against an offeror submitting a proposal from a state that grants residency preference equal to the preference given by the state of the nonresident offeror. Residency and non-residency shall be defined in accordance with KRS 45A.494(2) and 45A.494(3), respectively. Any offeror claiming Kentucky residency status shall submit with its proposal a notarized affidavit affirming that it meets the criteria as set forth in the above reference statute. 6.21 Confidentiality The University recognizes an offerors possible interest in preserving selected information and data included in the proposal; however, the University must treat such information and data as required by the Kentucky Open Records Act, KRS 61.870, et seq. Information areas which normally might be considered proprietary, and therefore confidential, shall be limited to individual personnel data, customer references, formulae and company financial audits which, if disclosed, would permit an unfair advantage to competitors. If a proposal contains information in these areas and the offeror declares them to be proprietary in nature and not available for public disclosure, the offeror shall declare in the Transmittal Letter the inclusion of proprietary information and shall noticeably label as confidential or proprietary each sheet containing such information. Proposals containing information declared by the offeror to be proprietary or confidential, either wholly or in part, outside the areas listed above may be deemed non-responsive and may be rejected. The Universitys General Counsel shall review each offerors information claimed to be confidential and, in consultation with the offeror (if needed), make a final determination as to whether or not the confidential or proprietary nature of the information or data complies with the Kentucky Open Records Act. PROPOSAL NO. UK-2274-23 26 6.22 Conflict of Interest This Request for Proposal and resulting Contract are subject to provisions of the Kentucky Revised Statutes regarding conflict of interest and the University of Kentuckys Ethical Principles and Code of Conduct (www.uky.edu/Legal/ethicscode.htm). When submitting and signing a proposal, an offeror is certifying that no actual, apparent or potential conflict of interest exists between the interests of the University and the interests of the offeror. A conflict of interest (whether contractual, financial, organizational or otherwise) exists when any individual, contractor or subcontractor has a direct or indirect interest because of a financial or pecuniary interest, gift or other activities or relationships with other persons (including business, familial or household relationships) and is thus unable to render or is impeded from rendering impartial assistance or advice, has impaired objectivity in performing the proposed work or has an unfair competitive advantage. Questions concerning this section or interpretation of this section should be directed to the University purchasing officer identified in this RFP. 6.23 Personal Service Contract Policies Pursuant to the Kentucky Model Procurement Code (Code), the Government Contract Review Committee (GCRC) of the Kentucky General Assembly may establish policies that govern personal service contracts. Under the Code, a personal service contract is an agreement whereby an individual, firm, partnership or corporation is to perform certain services requiring professional skill or professional judgment for a specified period of time at an agreed upon price. A. Professional Service Rate Schedules: The GCRC has established rate schedules for certain professional services and may impact any contract established under the Code. These rate schedules are located on the GCRC website at the following link: https://apps.legislature.ky.gov/moreinfo/contracts/homepage.html. Access/click the dropdown menu within the web page for the rates information. B. Invoicing of Personal Service Contracts: The Kentucky Model Procurement Code was recently amended to establish conditions for invoicing for fees for personal service contracts. It states, No payment shall be made on any personal service contract unless the individual, firm, partnership, or corporation awarded the personal service contract submits its invoice on a form established by the committee. The Government Contract Review Committee has adopted a personal service contract invoice form that must be submitted as a condition of payment. A copy of the form is located on the GCRC website at: https://apps.legislature.ky.gov/moreinfo/contracts/PSC%20INVOICE%20FORM.pdf. http://www.uky.edu/Legal/ethicscode.htm https://apps.legislature.ky.gov/moreinfo/contracts/homepage.html https://apps.legislature.ky.gov/moreinfo/contracts/PSC%20INVOICE%20FORM.pdf PROPOSAL NO. UK-2274-23 27 6.24 Copyright Ownership and Title to Designs and Copy The contractor and University intend this RFP to result in a contract for services, and both consider the products and results of the services to be rendered by the contractor hereunder to be a work made for hire. The contractor acknowledges and agrees that the work and all rights therein, including (without limitation) copyright, belongs to and shall be the sole and exclusive property of the University. For any work that is not considered a work made for hire under applicable law, title and copyright ownership shall be assigned to the University. Title to all dies, type, cuts, artwork, negatives, positives, color separations, progressive proofs, plates, copy and any other requirement not stated herein required for completion of the finished product for use in connection with any University job shall be the property of and owned by the University. Such items shall be returned to the appropriate department upon completion and/or delivery of work unless otherwise authorized by the University. In the event that time of return is not specified, the contractor shall return all such items to the appropriate University department within one week of delivery. 6.25 University Brand Standards The contractor must adhere to all University of Kentucky Brand Standards. University Brand Standards are maintained by the University Public Relations Office (UKPR) and can be viewed at http://www.uky.edu/prmarketing/brand-standards. Non-adherence to the standards can have a penalty up to and including contract cancellation. Only the UKPR Director or designee can approve exceptions to the University standards. Graphics standards for the UK HealthCare areas are governed by UK HealthCare Clinical Enterprise Graphic Standards, found at: https://ukhealthcare.uky.edu/staff/brand-strategy. Contractor warrants that its products or services provided hereunder will be in compliance with all applicable Federal disabilities laws and regulations, including without limitation the accessibility requirements of Section 255 of the Federal Telecommunications Act of 1996 (47 U.S.C. 255) and Section 508 of the Rehabilitation Act of 1973, as amended (29 U.S.C. 794d), and its implementing regulations set forth at Title 36, Code of Federal Regulations, Part 1194. For purposes of clarity, updated regulations under Section 508 standards now incorporate WCAG 2.0, and for purposes of this agreement WCAG 2.0 Level AA compliance is expressly included. Contractor agrees to promptly respond to, resolve and remediate any complaint regarding accessibility of products or services in a timely manner and provide an updated version to University at no cost. If deficiencies are identified, University reserves the right to request from Contractor, a timeline by which accessibility standards will be incorporated into the products or services provided by Contractor and shall provide such a timeline within a commercially reasonable duration of time. Failure to comply with these requirements shall constitute a material breach of this Agreement and shall be grounds for termination of this Agreement. Where any customized web services are provided, Contractor represents that it has reviewed the Universitys Web Policy and all products or services will comply with its published standards. Contractor will provide University with a current Voluntary Product Accessibility Template (VPAT) for any deliverable(s). If none is available, Vendor will provide sufficient information to reasonably assure the University that the products or services are fully compliant with current requirements. http://www.uky.edu/prmarketing/brand-standards https://ukhealthcare.uky.edu/staff/brand-strategy PROPOSAL NO. UK-2274-23 28 6.26 Printing Statutes The purchase of printing services for all state agencies is governed by Chapter 57 of the Kentucky Revised Statutes. Specifically, all printing must be awarded to the lowest responsive bidder and approved by the Governor of Kentucky. In compliance with these statutes, all printing must be provided by a contract established by the Purchasing Division. 6.27 Payment Terms The University adheres to a strategic approach regarding payables management based on risk minimization, processing costs, and industry best practices. As such, suppliers and individuals doing business with the University will be paid based on the following protocol: 1. The University utilizes Payment Plus (e-payables) as its primary default form of payment. By enrolling in Payment Plus, suppliers can receive payments immediately (all invoices will be paid immediately upon confirmation of goods receipt and invoice). The process is electronic and the supplier receives real-time payment notices. Additional information regarding Payment Plus (and enrollment form) can be found at: https://www.uky.edu/ufs/payment-plus- supplier-enrollment-form. 2. Payments by check. Payment terms for check payments are Net-30. 3. Individuals receiving payments from the University that require ACH direct payments will only be processed under special circumstances as approved by the Controllers office. Payment terms for ACH are Net-40. 7.0 SCOPE OF SERVICES 7.1 Detailed Services Defined Please refer to the drawings and specifications for the features and details of the air handler to be provided. *When a conflict arises between scoped and specifications is identified, the more restrictive shall apply. Air Handling Unit must be delivered to the University of Kentucky no later than May 1, 2023. Are you able to meet that deadline? Yes / No Estimated Delivery Date: ______________________ If No, what date can the University expect delivery? ______________________ https://nam04.safelinks.protection.outlook.com/?url=https%3A%2F%2Fwww.uky.edu%2Fufs%2Fpayment-plus-supplier-enrollment-form&data=02%7C01%7Cclocke%40email.uky.edu%7C6fe77024ec814ca5d71f08d6da2434a0%7C2b30530b69b64457b818481cb53d42ae%7C0%7C0%7C636936246462129314&sdata=jG%2BGMdK4LOm5Q15izcxLADYgVHDSPGu%2FSRUYFDmyTLo%3D&reserved=0 https://nam04.safelinks.protection.outlook.com/?url=https%3A%2F%2Fwww.uky.edu%2Fufs%2Fpayment-plus-supplier-enrollment-form&data=02%7C01%7Cclocke%40email.uky.edu%7C6fe77024ec814ca5d71f08d6da2434a0%7C2b30530b69b64457b818481cb53d42ae%7C0%7C0%7C636936246462129314&sdata=jG%2BGMdK4LOm5Q15izcxLADYgVHDSPGu%2FSRUYFDmyTLo%3D&reserved=0 PROPOSAL NO. UK-2274-23 29 8.0 FINANCIAL OFFER SUMMARY Offerors are to provide a fixed price for the services offered. 8.1 Mandatory Services (Section 7.1) Please complete and attach Section 7.1 to provide support for your firm fixed price bid. Price will include: All materials, labor, manufacturing, design and shipping to perform the work described above. 8.2 Optional Services (Section 7.2) None 8.3 Alternate Pricing In addition to the above financial offer, the offeror may submit alternative financial proposals, however the information requested above must be supplied and will be used for proposal evaluation purposes. . Health Sciences Research Building BSL3 Renovation UK Project No. 2573.0 University of Kentucky Lexington, Kentucky May 2022 CUSTOM AIR-HANDLING SYSTEMS 23 7323 - 1 SECTION 23 7323 - CUSTOM AIR-HANDLING SYSTEMS PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 1 Specification Sections, apply to this Section. 1.2 SUMMARY A. This Section includes custom roof mounted air-handling system with coils, fans, dampers, humidifiers and air filters. 1.3 REFERENCES A. AFBMA 9 Load Ratings and Fatigue Life for Ball Bearings B. AMCA Publication 99 Standards Handbook C. AMCA Standard 203 Field Performance Measurement of Fan Systems D. AMCA Standard 210 Laboratory Methods of Testing Fans for Performance Rating E. AMCA Standard 300 Reverberant Room Method for Sound Testing of Fans F. AMCA Standard 500 Laboratory Methods for Testing of Dampers and Louvers G. ARI Standard 410 Forced Circulation Air-Cooling and Air-Heating Coils H. ANSI/ASHRAE Standard 111 Practices for Measurement, Testing, Adjusting and Balancing of Building HVAC Systems I. ASHRAE Standard 52.1 Dust-Spot Procedures for Testing Air-Cleaning Devices J. ANSI/ASHRAE Standard 52.2 Method of Testing Air-Cleaning Devices for Removal Efficiency by Particle Size K. ANSI/ASHRAE 15 Safety Standard for Refrigeration Systems L. ANSI/ASHRAE 62.1 Ventilation for Acceptable Indoor Air Quality M. ANSI/ASHRAE 90.1 Energy Standard for Buildings Except Low-Rise Residential N. ASTM A-653 Specification for General Requirements for Steel Sheet, Zinc-Coated (Galvanized) by the Hot-Dipped Process O. ASTM B117 Standard Practice for Operating Salt Spray Apparatus P. NEMA MG1 Motors and Generators Q. NFPA 70 National Electric Code R. NFPA 90A Standard for the Installation of Air Conditioning and Ventilating Systems S. UL 900 Test Performance of Air Filters T. UL 1995 Standard for Heating and Cooling Equipment 1.4 SCOPE A. Work includes, but not limited to the following: 1. One 100% outside air supply air system comprising of dampers, coils, humidifier, fans and filters. 2. A 4-0 service vestibule is to be included on one side of the unit. Health Sciences Research Building BSL3 Renovation UK Project No. 2573.0 University of Kentucky Lexington, Kentucky May 2022 CUSTOM AIR-HANDLING SYSTEMS 23 7323 - 2 1.5 SUBMITTALS A. General: Submit each item in this Article according to the Conditions of the Contract and Division 1 Specification Sections. B. Product Data for the custom air-handling unit specified, which includes the following: 1. Brief description of each unit section layout including type of floor, walls, insulation, base frame, access doors, windows in access door, door latches, lights, electrical devices, pressure gauges, thermometers and drain pans. 2. For all fans: a. Fan manufacturer, arrangement, rotation, class and optional accessories (inlet screen, protection cages and etc.) b. Certified fan-performance curves with system operating conditions indicated. c. Certified fan-sound power ratings. 3. Certified Humidifier Dispersion Panel-performance 4. Certified Sound Trap insertion loss and static pressure drop data. Include the manufacturers sound trap specification sheet with the type of construction and listing of material used. 5. Sound absorption criteria and sound transmission loss data for Octave Bands 1 through 7 for wall and roof panels with perforated interior skins. 6. Electrical wiring schematics both circuits, lighting and electrical receptacles. 7. Lights/GFI/Switches with construction and electrical characteristics. 8. Certified coil-performance ratings with system operating conditions indicated. 9. Moisture Eliminators with construction, performance and method of attachment to coil. 10. Motor ratings and electrical characteristics plus motor and fan accessories. 11. Material gages and finishes for walls, floors, ceiling and etc. 12. Filter Frame construction including size and shape of holding clips or clamps. 13. Dampers, including housings, linkages. Indicate on the shop 14. drawings the future location of the actuators (actuators are to be provided by others.) 15. Access Doors to be used 16. Flexible Connections for the fans: type and manufacturers specification sheet 17. Vibration isolators and Inertia base: construction, load 18. ranges, layout with dimensions. 19. Magnehelic Gages: Type and manufacturer specification sheet 20. Thermometers: Type and manufacturers specification sheet 21. Floor Drains: construction details (integration into the unit enclosure). type, and accessories C. Shop Drawings from manufacturer detailing equipment assemblies and indicating dimensions, weights, loadings, required clearances, method of field assembly, components, and location and size of each field connection. The shop drawings shall clearly show the location of each wall face and type of face, being perforated or solid. If the unit can not be shipped in a single package, indicate on a drawing how the unit will be broken down for shipping and how the unit will be reassembled on the jobsite. Show the location of each floor drain and routing of the drain piping. D. ALL UNIT SHOP DRAWINGS ARE TO BE DRAWN TO A MINIMUM SCALE OF 1/8 = 1-0. E. Shop drawing details: Include in the submittal, the following details: 1. Wall construction, both perforated and solid wall faces. 2. Floor and roof construction 3. Piping arrangement for each component 4. Trolley beam and coil pull ring assemblies Health Sciences Research Building BSL3 Renovation UK Project No. 2573.0 University of Kentucky Lexington, Kentucky May 2022 CUSTOM AIR-HANDLING SYSTEMS 23 7323 - 3 5. For each fan type - fan, inertia base, and support structure for each coil type coil support assembly, method of attachment of the moisture eliminator to the coil, drain pan (indicating direction of slope), size of condensate drainage piping 6. Shipping split assembly F. Wiring diagrams detailing wiring for power and control systems and differentiating between manufacturer- installed and field-installed wiring. G. Welding Certificates: Provide certification of individuals who will be welding the piping in accordance to ASME Code, Section IX as required by the Commonwealth of Kentucky, Department of Housing, Building and Construction, Office of State Fire marshal Boiler Inspection Section (Boiler and Pressure Vessel and Pressure Piping Law). H. Include an operation and maintenance manual including all of the operation/maintenance manuals of the individual components. 1.6 QUALITY ASSURANCE A. NFPA Compliance: Custom air-handling unit and components shall be designed, fabricated, and installed in compliance with NFPA 90A, Installation of Air Conditioning and Ventilating Systems. B. Comply with current issue of the Kentucky Building Code. C. Comply with the latest version of OSHA regulations (29 CFR, www.osha.gov) D. All materials and devices used in the construction and operation of the custom air handling unit shall not exceed a flame spread index of 25 and a smoke developed index of 50. E. Listing and Labeling: Provide electrically operated components specified in this Section that are listed and labeled. F. The Terms Listed and Labeled: As defined in the National Electrical Code, Article 100. G. UL and NEMA Compliance: Provide motors required as part of air-handling unit that are listed and labeled by UL and comply with applicable NEMA standards. H. Compliance with Kentucky Boiler and Pressure Vessel and Pressure Piping Law: All welds on the hot water and steam systems are to be done by a certified welder fulfilling the requirement of ASME Code, Section IX (KY Boiler Code: New Installations 815 KAR 15:025, Section 1. Minimum Standards) and is to be inspected by the Commonwealth of Kentucky Department of Housing, Buildings and Construction for compliance. I. Listing and Labeling Agency Qualifications: 1. A Nationally Recognized Testing Laboratory (NRTL) as defined in OSHA. Regulation 1910.7. J. Warranty 1. The air handling unit manufacturer shall provide the parts warranty for equipment manufactured by him and all vendor supplied components. Said warranty shall cover replacement of all defective parts for a 12-month period after the engineer issues a substantial completion declaration of the portion of the project the air handling unit serves. Provide a separate price for a 24-month warranty period in lieu of a 12-month period. Health Sciences Research Building BSL3 Renovation UK Project No. 2573.0 University of Kentucky Lexington, Kentucky May 2022 CUSTOM AIR-HANDLING SYSTEMS 23 7323 - 4 2. Prior to the warranty period, the manufacturers representative is to be responsible for monthly inspection and maintenance while the unit is in this transition time period. The monthly inspection is to include but not limited to the following a. Check to ensure protective coil connection caps are in place, b. Verify the unit is stored in a manner that is acceptable to the custom air handling unit manufacturer, c. Perform a long-term fan storage procedure as recommended by the fan manufacturer (similar to Twin City Engineering Supplement ES-201). Some of the procedures include but not limited to - rotation of the fan wheel and the greasing of the bearings with the fan impeller being left at approximately 180 degrees from that of the previous month to prevent the shaft and impeller from taking a set in one position. d. Verify unit is clean. Cleaning is the responsible of the construction manager. 3. Provide written monthly reports to the owner (or parties representing the owner) reflecting what maintenance was done and any unsatisfactory conditions observed in the storage of the unit that may limit the future warranty. 1.7 DELIVERY, STORAGE, AND HANDLING A. Prior to shipment, all coils shall be degreased to remove oil and all coil fins shall be combed straight. Connections to coils shall have threaded protectors (caps or plugs) furnished on the coil connections. All items shipped loose such as filters, steam humidifier assemblies, caulking, etc. shall be itemized on the shipping ticket and be suitably secured in the unit or on a separate pallet. All duct connections shall be covered with plywood or sheet metal caps. All equipment shall be delivered to the job site or the successful installing Contractors receiving site, suitably packaged and protected for overland trucking and for storing the equipment outside exposed to the weather. B. If multiple units are required, work out a schedule of priority with the Contractor, which shall determine the manufacturing and delivery sequence. C. Building constraints, unit size and trucking limitations will require that units be shipped in more than one piece. Limit the maximum weight of any piece to 20,000# unless directed otherwise by the Contractor. Coordinate maximum size restraints with the Contractor. Indicate all split points on the shop drawings. D. All vibration isolated components shall be suitably restrained before shipment. E. The manufacturer is responsible for providing lift and support points on each units for rigging and positioning of the unit to its final destination. Clearly indicate the maximum load that can be imposed on any lift or support point. F. Lift and support units with manufacturers designated lifting or supporting points. 1.8 SEQUENCING AND SCHEDULING A. Coordinate size and location of unit with installed structural-steel support members. 1.9 EXTRA MATERIALS A. Furnish extra materials described below that match products installed. These extra materials are to be packaged with protective covering for storage and are identified with labels describing contents. Health Sciences Research Building BSL3 Renovation UK Project No. 2573.0 University of Kentucky Lexington, Kentucky May 2022 CUSTOM AIR-HANDLING SYSTEMS 23 7323 - 5 1. Two maintenance fan blank-off panels. PART 2 - PRODUCTS 2.1 MANUFACTURERS A. Available Manufacturers: Subject to compliance with requirements, manufacturers offering products that may be incorporated into the Work include, but are not limited to, the following: B. Manufacturers: Subject to compliance with requirements, provide units from one of the following: 1. Air Enterprises 2. Governaire 3. Haakon 4. Climate Craft 5. Webco, Inc. 6. TMI 2.2 GENERAL A. Units shall be completely factory assembled and tested with the exception of unit splits as required for shipping or installation requirements as indicated on the schedule and drawings. The equipment's cooling, heating, humidifying, capacity and performance shall meet or exceed that shown on the schedule. Tags and decals to aid in service or to indicate caution areas shall be provided. Electrical wiring diagrams shall be attached to the control panel access doors. Operation and Maintenance manuals shall be furnished with each unit. 2.3 CABINET CONSTRUCTION A. Cabinets shall be constructed in a watertight and airtight manner. The manufacturer's cabinet construction shall result in an ASHRAE/ANSI Standard 111 Leakage Class 5 rating, or better, as measured in accordance with AMCA Standard 210. A leakage rate as a percent of airflow shall only be submitted following calculation at specific project conditions. Maximum casing leakage (cfm/100 ft2 of casing surface area) = CL X P0.65. Published leakage rates at generic conditions shall not be submitted. B. Casing deflection shall not exceed L/200 (.0005 per inch) at 1.5 times the casing internal operating pressure at design airflow conditions, not to exceed 12 w. g., whichever is less. L is defined as the panel span taken at the panel seam joint. C. The unit shall be constructed on an 8 welded structural tubular steel base. Base tubing shall be cold-formed carbon steel, electric resistance welded. Equipment using a die-formed sheet metal base is not acceptable. Formed intermediate cross members shall be constructed of hot rolled 12-gauge galvanized steel. After fabrication, the base frame shall be thoroughly cleaned and coated with high solids, polyamide epoxy paint system for superior corrosion resistance. D. Units shipped in multiple sections shall be engineered for ease of field assembly. Gasket supplied with the unit shall be a high-quality weather resistant closed-cell EPDM sponge rubber. Each section shall include a permanent label to aid in proper field assembly. All gasket and necessary assembly hardware shall ship loose with unit. Floors shall be designed to deflect no more than 1/200 of span under operating conditions. E. Floors (Vestibule) Health Sciences Research Building BSL3 Renovation UK Project No. 2573.0 University of Kentucky Lexington, Kentucky May 2022 CUSTOM AIR-HANDLING SYSTEMS 23 7323 - 6 1. Shall be fabricated of 3/16 aluminum tread plate. All floor sheets seams shall be continuously welded and welded to the unit base structure with a 2 turned up lip at the perimeter. 2. Floor seams at shipping splits shall be welded in the field by the installing contractor. The manufacture shall provide 3/16 aluminum tread plate strips to cover the floor seams. The strip shall be continuously welded on both sides. 3. All accessible sections without a drain pan shall have a 1.25 diameter floor drain piped through the unit base for drainage. 4. Floors shall be insulated with a two-part polyurethane water impervious foam insulation. A 20- gauge G90 galvanized steel under liner shall be provided. F. Floors (Air Tunnel) 1. The floors shall be aluminum tread plate. The thickness is 3/16" OD over treads and 1/8" at the base. All floor sheets seams shall be continuously welded and welded to the unit base structure. All floor sheets shall be isolated from the base assembly with a thermal break gasket. 2. Shall consist of a 2 recessed floor capable of retaining approximately 2-inches of water with fully welded seams. Screw or bolt penetrations through the recessed floor/base shall not exist. 3. All accessible sections without a drain pan shall have a 1.25 diameter floor drain piped through the unit base for drainage. 4. All internal equipment shall be provided with a minimum 2-inch base to elevate components off the floor for housekeeping. 5. All aluminum floor sheet seams shall be gasketed to provide a thermal break. 6. All aluminum floor sheet seams shall be welded to provide a waterproof barrier. 7. Floors shall be insulated with a two-part polyurethane water impervious foam insulation. A 20- gauge G90 galvanized steel under liner shall be provided. G. Wall and roof panels 1. Panels shall be 3 thick double wall construction. Panel joints shall be sealed with an industrial EPDM gasket to form a water and airtight seal. 2. Panels shall be individually removable for service without removing the roof or compromising the integrity of the cabinet wall. Panels shall be joined with 5/16 bolts that can be removed and refastened. Panel attachment with screws is not acceptable. All panels shall utilize thermal break construction between the exterior panel and the interior liner and between the panels and the base and roof frames. 3. For long term durability, exterior panels shall be powder coated, minimum 16-gauge G90 galvanized steel that passes a 1,000-hour ASTM B-117 salt spray resistance test and 3000-hour ASTM G-23 accelerated weathering test. The power coat paint color shall be selected by the engineer and architect from the manufacturer's RAL color chart. The exterior panels shall be powder coated. Spray painted exterior finishes are not acceptable. 4. Interior liners shall be a minimum 20-gauge 304 stainless steel. Panel liners shall be of a single piece construction and attached to the exterior panels with a full thermal break. To allow for cleaning, no fasteners shall be used on the exposed liner surface. Single wall units are not acceptable. H. Insulation 1. All wall and roof panels shall be insulated with an injected foam insulation with an R value of 6.6/inch. Panels shall be designed to deflect no more than 1/200 of span under operating design conditions when measured at the panel seam. Insulation shall fill the panel without voids. Panels shall have a minimum 20-gauge 304 stainless steel solid interior liner. The composite R-value of the 3 unit casing shall be no less than R-19.8. I. Access doors shall be provided into all sections of the air-handling unit as indicated in the plan documents. Doors shall be sized as shown on plan drawings, shall be a minimum 3 thick with R19.8 polyurethane foam insulation and shall be double wall construction using the same material type as the corresponding section. Doors shall comply with the requirements of UL 1995 and NFPA 90. The door frame shall be 0.125 extruded 6063-T5 aluminum. Each door shall be mounted with adjustable die cast aluminum hinges. All doors and mounting frames shall incorporate a thermal break design and the doors shall seal to Health Sciences Research Building BSL3 Renovation UK Project No. 2573.0 University of Kentucky Lexington, Kentucky May 2022 CUSTOM AIR-HANDLING SYSTEMS 23 7323 - 7 a replaceable extruded EPDM sponge rubber gasket. Doors shall open against static pressure or shall include a pressure relief feature on the door latch. 1. The door latch assembly shall consist of a roller cam compression arm with a chrome plated steel inner handle and glass fiber/nylon composite outer handle. One tool operated lock shall be provided on each fan section access door. All doors shall have a minimum of two latches. 2. A 10x12 thermal pane viewing window with one wire mesh safety glass pane and one clear pane shall be provided. The frame shall have a no-through-metal thermal break design. Viewing windows shall be on all doors serving a lighted section. J. The entire unit, including walls, roof, doors, joints, and seams shall include thermal break construction. This construction shall be supported by tested performance producing no condensation on the exterior surface when the air tunnel temperature is 50F DB under the following exterior conditions: 1. (Th 50) / (Th Tdp) 3.4 a. Th = Ambient dry bulb temperature (F) external to housing b. Tdp = Ambient dew point temperature (F) external to housing 2.4 FAN ASSEMBLIES General A. The fan shall be of the size and type specified in the unit schedule. To assure maximum performance, fans shall be supplied by a manufacturer specializing in fan design and production. All fan assemblies shall be designed for heavy-duty industrial applications. Fan framing assemblies shall be fabricated from structural steel electrically welded to form a rigid, integral base. Individual fan assemblies shall be independently isolated. All motors shall be NEMA design B with Class F insulation. Electrical characteristics and horsepower shall be as specified on the project schedule. All motors shall have a minimum service factor of 1.15. Motors shall have ball bearings. Motors shall be premium efficiency ODP type and shall be factory wired to a fan array motor overload panel. The motor shall be located within the unit and mounted on an adjustable heavy steel base. The motor base shall be fastened securely to the structural steel framing of the fan assembly. All fans shall meet the minimum efficiency and maximum brake horsepower values as scheduled. All fans shall be selected to operate at a point no higher than 90% of the peak static pressure rating as defined by the fan performance curve at the selected operating speed. Manufacturer must ensure maximum fan RPM is below the first critical speed. B. Each fan shall be provided with a factory installed airflow measuring device. Airflow device to be mounted out of the direct air stream so as not to affect system static pressure or sound performance. Sensor accuracy shall be +/- 3%. Factory installed assembly shall include flow sensors for field connection to a transducer provided by others. 2.5 FAN ASSEMBLIES DIRECT DRIVE FAN ARRAY A. Approved manufacturers: ClimateCraft, Greenheck, and Twin City Fan & Blower 1. Fan Arrays shall be direct-drive, non-overloading SWSI plenum fans designed for industrial duty and suitable for continuous operation. a. Fans shall be arranged in an array using one or more welded structural steel assemblies and shall be of the size and quantity specified in the unit schedule. Screwed or riveted frames are unacceptable. Fan assemblies shall be attached directly to base structural members. b. Fan wheels shall be constructed of aluminum to reduce rotational weight and vibration. Fan blades shall be extruded aluminum for uniformity and improved vibration characteristics. Health Sciences Research Building BSL3 Renovation UK Project No. 2573.0 University of Kentucky Lexington, Kentucky May 2022 CUSTOM AIR-HANDLING SYSTEMS 23 7323 - 8 c. Each fan and motor assembly shall be independently isolated within the structural assembly using 1-inch deflection spring isolators. Isolators shall be mounted in a three-point arrangement that provides both vertical and horizontal (thrust) isolation and shall not require field adjustment. If hard mounted or rubber in shear is used in

411 S Limestone Lexington, Kentucky 40506Location

Address: 411 S Limestone Lexington, Kentucky 40506

Country : United StatesState : Kentucky

You may also like

FISHER HOUSE HVAC AND BOILER MAINTENANCE

Due: 30 Nov, 2028 (in about 4 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

AIR HANDLING UNIT PM

Due: 31 Dec, 2026 (in about 2 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

PRESSURIZATION/AIR HANDLING UNIT

Due: 01 Sep, 2024 (in 3 months)Agency: STATE, DEPARTMENT OF