11.07.2015 Views

HARNETT COUNTY

HARNETT COUNTY

HARNETT COUNTY

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

<strong>HARNETT</strong> <strong>COUNTY</strong>FINANCE/PURCHASINGREQUEST FOR PROPOSALSFOR<strong>HARNETT</strong> <strong>COUNTY</strong> PUBLIC BUILDINGSPROPOSALS FOR HVAC MAINTENANCE CONTRACTFOR THE PERIOD OF JULY 1, 2013 THROUGH JUNE 30, 2016DUE DATE: NO LATER THAN 2:00 PM, May 20, 2013OPENING DATE: May 20, 2013TIME: 2:00 PMLOCATION: <strong>HARNETT</strong> <strong>COUNTY</strong> HUMAN RESOURCES102 EAST FRONT STREETLILLINGTON, NC 27546QUESTIONS: CHRIS JOHNSON, FACILITY MAINTENANCE MANAGERCJOHNSON@<strong>HARNETT</strong>.ORG, TELEPHONE: 910-893-7538FAXES OR E-MAILS ARE NOT ACCEPTED FOR THIS QUOTETHE <strong>COUNTY</strong> OF <strong>HARNETT</strong> RESERVES THE RIGHT TO REJECT ANY OR ALLBIDS RECEIVED, OR TO SELECT THE BID WHICH, IN OUR OPINION, IS THEBEST OVERALL INTEREST OF THE <strong>COUNTY</strong>.MAIL OR DELIVER BIDS IN A SEALED ENVELOPE IDENTIFIED “PROPOSALENCLOSED PB-05202013”, YOUR FIRM NAME AND THE OPENING DATE ONTHE OUTSIDE OF THE ENVELOPETO:Renea Warren-FordPurchasing Specialist102 E. Front StreetP.O. Box 760Lillington, N.C. 275461


REQUEST FOR PROPOSALSTitle: HVAC Systems Maintenance Contract RFP#: PB-05202013Issue Date: May 9, 2013Due Date/Time:Issuing Agency:May 20, 2013 by 2:00 p.m.Harnett CountyPublic Buildings Department801 S. First StreetLillington, NC 27546The Harnett County Public Buildings Department hereby solicits proposals to provide athree-year contract for maintenance of the HVAC systems at various County governmentbuildings, as more particularly described in the attached specifications. All proposals shallbe sealed indicating “Proposals Enclosed, PB-05202013, your firm name, and opening dateprominently on the front of the each sealed proposal envelope or package. Electronicallysubmitted (e-mail/fax) proposals will not be accepted. Sealed proposals will be accepted until2:00 p.m., May 20, 2013.The County will hold a pre-proposal viewing of the facilities on Monday, May 13, 2013from 9:00 a.m. until 3:00 p.m. If you wish to attend the escorted viewing, you will need tobe at the front entrance of the Public Buildings Meeting Room, located at 801 S. First Streetin Lillington, North Carolina, at 9:00 a.m. During the escorted viewing, you will be able totake measurements, make notes, and view the HVAC systems maintained, as identified in theattached specifications. This will be the only walk through provided or allowed. All personsattending a pre-proposal viewing will be required to sign-in at the beginning of the sessionand sign-out at the end of the site visits.The Proposal Price Sheet to be used by the bidders, and specifications of the services andmaintenance to be performed are attached. The County of Harnett hereby reserves the rightto reject any and all Request for Proposals.2


GENERAL CONDITIONS1. How to Submit Proposals: Proposals must be mailed or delivered allowingsufficient time to ensure receipt by the Public Buildings Department on May 20,2013. Proposals not received by the date specified will not be opened or considered,unless the delay is a result of the negligence of the County, its agents, or assigns.A. Mailing Address:Harnett County FinanceRenea Warren-Ford, Purchasing SpecialistPO Box 760Lillington, N.C. 27546B. Hand Delivery:Harnett County FinanceRenea Warren-Ford, Purchasing Specialist102 East Front StreetLillington, N.C. 27546C. Contact Information:Harnett County Public BuildingsChris Johnson910-893-75382. Standards for Acceptance of Proposal for Award Contract: The County reservesthe right to reject any or all proposals. The award for Harnett County’s HVACmaintenance contract will involve both technical quality and price. Annual contractcosts will be a primary consideration; however, cost alone will not be the soledecision criteria. Harnett County reserves the right to bid any other services forHVAC system maintenance not listed herein and/or award same to successful vendor.3. Compliance with Laws: The Contractor shall obtain and maintain all licenses,permits, liability insurance, worker’s compensation insurance and comply with anyand all other standards or regulations required by Federal, State, or County statute,ordinances and rules during the performance of any contract between thebidder/contractor and the County. Any such requirement specifically set forth in anycontract document between the bidder and the County shall be supplementary to thissection and not in substitution thereof.4. Bids for All or Part: Unless otherwise specified by the County or by the proposer,Harnett County reserves the right to make award on all items or on any of the itemsaccording to the best interest of the County. Proposer may restrict his bid toconsideration in the aggregate by so stating, but must name a unit price on eachfacility bid upon as shown on Attachment 1.5. Contract Term/Conditions: This is an annual contract for three years starting July1, 2013 and ending on June 30, 2016. Contractor warrants that proposal prices,3


terms, and conditions quoted in his/her proposal will be firm for acceptance of athree year (3) term.6. Contract Extension: Harnett County reserves the right to renew this contract eachyear with the same terms and conditions upon agreement of both parties, providedthat funds have been appropriated by the governing board and performance under thiscontract has been satisfactory.7. Completeness: All information required by Request for Proposal must be completeand submitted to constitute a responsible bid.8. Acceptance of Service: In the event that the service supplied to the County does notconform to specifications, the County reserves the right to cancel the service upon 30-day written notice to the Contractor at the Contractor’s expense.9. Guarantee: Unless otherwise specified by the County, the Contractor willunconditionally guarantee the service and workmanship on all services. If within theguarantee period, any defects occur which are due to faulty services, the Contractor,at his/her expense, shall repair, adjust the condition, or replace the services to thecomplete satisfaction of the County. These repairs, replacements, or adjustmentsshall be made only at such time designated by the County to be the least detrimentalto the operation of County business.10. Transfer, Assignment or Subcontract: The covenants and agreement containedwithin the awarded proposal are specifically binding and the County will not allowthe awarded proposal to be transferred, assigned or subcontracted to any other partyor parties without the express written consent from the County.11. Indemnity & Insurance: The Contractor will indemnify and hold harmless theCounty, its officers, agents, and employees from and against all loss, cost, damages,expense and liability caused by accident or other occurrence resulting in bodilyinjury, including death and disease to any person, or damage or destruction toproperty, real or personal, arising directly or indirectly from operations, products, orservices rendered or purchased under the contract.Where Contractors are required to enter or to go onto County property to delivermaterials or perform work, the contractor, at his/her sole expense, will purchase andmaintain the insurance listed below as A, B, & C.Where Contractors will not be required to enter or go onto County property and willonly provide supplies, materials, or equipment, the Contractor, at his sole expense,will purchase and maintain insurance coverage designated below as B.A. Automobile – Automobile bodily injury and property damage liability insurancewhen the services to be performed require the use of motor vehicles.B. Commercial General Liability-Bodily injury and property damage liability as willprotect the contractor from claims of bodily injury or property damages whicharise from operations of this contract. The amounts of such insurance shall not beless than $1,000,000.00 bodily injury and property damage – combined single4


17. Equipment and Supplies: Vendor must provide all equipment and supplies. Countywill pay for the cost of freon per pound actually used.18. List Five References For Whom You Are Providing Services:The County requires a minimum of ten (10) years experience. Prospective Contractormust supply at least five (5) references from government agencies and/or privatefirms for which it has done similar or related work during the past three years.1. Agency or Firm Name:Business Address:Contact Person:Telephone Number:2. Agency or Firm Name:Business Address:Contact Person:Telephone Number:3. Agency or Firm Name:Business Address:Contact Person:Telephone Number:4. Agency or Firm Name:Business Address:Contact Person:Telephone Number:5. Agency or Firm Name:6


Business Address:Contact Person:Telephone Number:19. N.C.G.S. Sect. 143, Articles 3 and 3C. :Pursuant to Article 3 and 3C, Chapter 143 of the North Carolina General Statutes, theState invites and encourages participation in this procurement by businesses ownedby small contractors, minorities, women, and the disabled. Place an X by theappropriate response below if you choose to be identified as a qualified business asreferenced above._____ I American Indian_____A Asian American_____B Black, African American_____D Disabled_____F Female_____H Hispanic_____S Small Contractors20. Contractor’s Representative for Business Purposes: The name, mailingaddress, electronic mail address, facsimile number, and telephone number of theContractor's authorized agent with authority to bind the firm and answer officialquestions concerning the Contractor's proposal must be clearly stated.21. Equal Opportunity Employer. Harnett County is an equal employment opportunityemployer. The County is a federal contractor, and therefore the provisions andaffirmative action obligations of 41 CRF § 601.4(a), 41 CFR 60-741.5(a), and 41CFR 60-250.4 are incorporated herein by reference, where applicable.22. Criteria for Review of Proposals. Criteria to be used in screening and ranking of theproposals and selection of the successful firm are as follows: Developer teams may beinterviewed as part of the selection process. All materials submitted shall become theproperty of Harnett County at the time of proposal submittal.1. Qualifications of the Firm, Including Firm Personnel: Preference shall begiven to those firms and personnel with experience and training in generalaviation and construction administration, particularly for similar projects/airports.2. Overall Qualifications of the Project Manager and Project Team: Identifythe Project Manager and those personnel that will be assigned to theproject(s). Preference shall be given to project teams with specificexperience in similar projects, and familiarity with permitting andconstruction in North Carolina.7


3. Experience in Working HVAC Full Service Maintenance Contracts:Preference shall be giving to project team personnel (especially the projectmanager) with a demonstrated ability to effectively manage contracts ofsimilar scope.4. Response Capability/Project Understanding: Preference shall be affordedto those firms, which in the opinion of Harnett County, will be able toadequately respond to emergencies and firms that have a detailedunderstanding of the County’s systems.5. Best Value Determination: The selection of the firm will involve bothtechnical quality and price. Price should be provided on the scheduleshown in Attachment 1. Annual contract costs will be a primaryconsideration; however; cost alone will not be the sole decisioncriteria.6. Ability to provide appropriate insurance and financial qualifications.Provide documentation that confirms the firm’s financial ability to managethis contract.8


<strong>COUNTY</strong> OF <strong>HARNETT</strong>LILLINGTON, NORTH CAROLINASPECIFIEDTERMS AND CONDTIONSFORHVAC MAINTENANCE CONTRACTThis describes the terms and conditions for a three (3) year HVAC maintenance and servicecontract with Harnett County for various government building locations in Harnett County,as identified in Attachments 2-32 and as more particularly described herein.This agreement shall be for three (3) years starting July 1, 2013 and ending June 30, 2016,subject to appropriation by the Harnett County Board of Commissioners.1. Required Services by Contractor:The contract awarded shall be a full maintenance and repair contract for allHVAC equipment identified in Attachment 2-32, attached hereto and herebyIncorporated herein (“the Equipment”). All costs for labor, travel, materialsand parts necessary to inspect, repair and /or replace the Equipment shall beincluded in the price set forth in Attachment 1, attached hereto and herebyincorporated herein. There shall be no charge to County for the maintenance,repair and inspection of its HVAC units, except for the annual contract priceIdentified in Attachment 1.Contractor shall maintain and service all HVAC Equipment and Systemsidentified in Attachment 2-32, as set forth below:HVAC System Maintenance Requirements to be Performed by Contractor: Contractor shall provide maintenance and inspection of all Equipment asneeded, but not less than quarterly. Condenser coils shall be cleaned by Contractor annually. Evaporator coils shall be cleaned by Contractor as needed to maintainefficiency. Condensate drain pans shall be treated for algae with drain tablets byContractor quarterly. All condensate piping and traps shall be cleaned out by Contractor quarterly toensure proper drainage. Operating refrigerant pressures shall be checked quarterly by Contractor. Inspect for obvious refrigerant leaks on all units at inspection. Proper superheat or sub-cooling on Equipment shall be checked quarterly byContractor. Fan drive belts, pulleys, and alignment shall be checked quarterly byContractor.9


Motors shall be oiled or greased as needed and as recommended bymanufacturer.Bearings shall be greased as needed and as recommended by manufacturer.Electrical connections shall be checked and tightened quarterly by Contractor.Supply voltage shall be checked quarterly by Contractor.Compressor oil levels, where applicable, shall be checked quarterly byContractor.Contractor shall measure supply and return temperatures quarterly.(Temperature Rise and Drop)Electric heating elements shall be checked annually by Contractor.Amp draw shall be checked and cycled annually by Contractor.Heat pumps shall be checked annually by Contractor for proper defrostoperation.Steam coils and hot water coils shall be inspected quarterly by Contractor.Exhaust and supply fans shall be inspected quarterly by Contracor.Heat exchangers shall be cleaned as needed to maintain efficiency.Contractor shall remove the boiler rod and clean annually by the first ofSeptember.Chiller shall be cleaned by Contractor annually.Cooling tower shall be cleaned by Contractor as needed to maintainefficiency.HVAC Air Filter Requirements: Air filters will be pleated and of high quality Air filters will be replaced as needed, but no less than quarterly. Used filters will be properly disposed of by Contractor when changed. Contractor shall keep a record of the filter changing schedule and shallprovide a copy to County quarterly or upon request by County.HVAC Preventative Maintenance Schedule: Contractor shall create a schedule for preventative maintenance on all coveredHVAC and/or Chiller equipment per County building identified in Attacments2-32, said schedule shall be approved by County. All equipment shall be inspected quarterly by Contractor. Preventative maintenance visits should be scheduled so all Equipment isinspected pursuant to the schedule. Contractor shall complete all preventative maintenance inspections andcleanings as required by County and as recommended by the manufacturer. Contractor shall provide County with copies of all inspection and repairreports upon completion. All condenser and evaporator coils shall be cleaned annually, with saidcleaning being completed by the end of April each year in order to preventunnecessary Equipment downtime at the beginning of the cooling season. Each month, Contractor shall provide County with a report summarizing theEquipment condition and indicating status of scheduled maintenance for eachbuilding.10


Replacement of Maintainable Parts: Contractor shall supply the necessary parts and labor for any maintainableHVAC and Chiller Parts that fail during the term of the contract, at noadditional cost to the County. Maintainable parts include any repairable item such as compressors, motors,bearings, control valves, etc. Contractor shall stock critical maintainable parts in order to prevent downtimeand any loss of production by County.Replacement of Non-Maintainable Parts: Contractor shall provide all non-maintainable parts for HVAC and Chillerequipment, at no additional cost to the County. Contractor shall provide the necessary labor to install the non-maintainableparts at no additional cost to the County. Non-maintainable parts include refrigerant, circuit boards, coils, fuses,electrical components, etc. Control valves and actuators shall be covered as well. All refrigeration and condensate piping from the cut-off valve at HVAC unitto the Equipment will be covered by Contractor. Contractor shall supply and maintain all boiler and chiller chemicals.Chiller at DSS-water treatmentChiller at Courthouse-water treatmentChiller at DSS-glycoseChiller at Courthouse-glycoseBoiler at Shawtown-water treatmentDentention Center-Lime stone to be changed and maintenance for boilerdrainsChiller and Boiler at Public Utility Business Center-sodium nitrateRefrigerant Management Program: Contractor shall provide County with a certified refrigerant managementprogram that meets the requirements of the EPA and County. This programshould be enclosed when bid is submitted. The refrigerant management report shall show cause of leak, location of leak,how leak was repaired, amount of refrigerant lost, amount added to bringsystem back to correct charge. A follow-up inspection of leak repair must beperformed within thirty (30) days of original repair. Contractor will create all necessary reports and provide County withelectronic and hard copies of all reports created. All refrigerant management reports will indicate the leakage rate calculation,the percentage of leakage, urgency of repair and action required. All reports will be provided to County as completed and will be reviewed byContractor on a quarterly basis.11


Contractor Staffing Requirements: Contractor shall provide a dedicated technician, as well as a back-uptechnician to maintain all County HVAC systems identified herein. Contractor shall employ an adequately sized staff of commercial HVACand/or Chiller technicians to provide timely and effective service to theCounty for both scheduled and unscheduled maintenance and repair calls. Contractor shall have on-staff technicians that can provide upgrades, repairsand software revisions for all Johnson Controls FMS control systems andTrane Tracer FMS building automation system. Service technicians need to be familiar with all critical areas of the Countyfacilities relative to the HVAC systems. Contractor shall always check in with the onsite personnel upon arrival andupon departure and/or completion of work. Contractor shall be responsible for keeping the County Equipment rooms in aneat, orderly fashion.Additional Requirements: Contractor shall provide employees with all required safety equipment andwill require employees to use necessary safety equipment at all time while onCounty property. Upon request of the County, Contractor shall provide vibration analysis,alignment, oil analysis, eddy current testing, water treatment services, indoorair quality and energy audits. Contractor shall be able to provide and have onsite, in working order withintwenty-four (24) hours, HVAC rental equipment, including chillers, boilers,and cooling towers, in the event of HVAC malfunction. Contractor shall be able to supply County factory-new or factory-refurbishedcontrol equipment and material in a timely manner to prevent downtime to theCounty facilities. If Contractor installs or furnishes a piece of equipment under the contract, andthe equipment is covered by a warranty from the manufacturer, Contractorwill transfer the benefits of that warranty to the County if the contractterminates before the warranty expires.Excluded Items:The following items are specifically excluded from this full maintenance contract: Electrical wiring, conduit and disconnects. Duct work replacement Insulation replacement and repairs. Water leaks, piping, and plumbing fixtures leading up to the cut-off at theHVAC equipment. Water piping and sewer piping leading up to the cut-off at the HVACequipment.2. Emergency Repair and Response. Contractor shall be available twenty-four(24) hours a day, seven (7) days a week, three hundred sixty-five (365) days ayear to provide emergency repair and response for the County’s HVAC12


systems, if required. There shall be no additional charge to the County foremergency calls or repairs. Contractor shall be available to County bytelephone within thirty (30) minutes and on-site at the County facility withintwo (2) hours of notifications to respond to an emergency call.3. Scheduling. All inspections and maintenance shall occur during Countybusiness hours, Monday through Friday from 8:00 a.m. to 5:00 p.m., unlessotherwise directed by County. Inspections and maintenance are to bescheduled so as not to impact customer activities in the buildings.4. Employee Rules: Contractor shall ascertain that all employees abide by thefollowing rules:A. Supervisors/employees shall not disturb any papers, boxes, or othermaterials.B. Employees shall report any personal injury or property loss or damage totheir supervisor immediately. The supervisor shall report the location andextent of damage to the County as soon as possible.C. Supervisors/employees shall not open drawers, file cabinets, or use anytelephone, except public pay phones, unless given specific prior approvalby the County.D. Supervisors/employees shall not leave keys in doors or admit anyone toany building or office who is not a designated employee or the County.all doors, which were locked upon entry, will be immediately re-lockedafter entry.E. Supervisors/employees shall not engage in idle or unnecessaryconversation with County employees or visitors to the buildings.F. Supervisors/employees shall not remove any article or materials from thepremises, regardless of its value or regardless of any employee ortenant’s permission. This includes the contents of or any item found intrash containers in or around the premises.G. Supervisors/employees shall abide by rules and regulations set forth bythe State of North Carolina which affect the performance of the work.H. Upon written request of the County to the Contractor, any Contractor’semployee who fails to abide by these or other rules established by theCounty will be immediately removed from the job and replaced.I. Supervisors/employees shall ensure that upon leaving building or office,during non-business hours, all lights shall be switched to off position anddoors locked upon departure.13


5. Personnel Qualifications:A. At the Contractor’s sole expense, all personnel working on Countypremises should, at a minimum, completely satisfy the followingconditions or trainings before working on County premises:i. Verified, clear background checkii. Verified reference checksiii. OSHA trainingiv. Safety trainingB. At the time of submitting this proposal, and at all times during the contractwith the County, Contractor shall hold the following licenses:i. EPA Certification, (Universal Type I and Type II, as required by 40CFR Part 82, Subpart F);ii. North Carolina HVAC License (H1, H2, and H3);iii. North Carolina Refrigeration License;iv. North Carolina Electrical License (Class U);v. North Carolina Plumbing License (Class I); andvi. North Carolina Plumbing Fuel Piping License.C. The Contractor warrants and agrees that all of its personnel performingmaintenance and repairs on the County’s HVAC system pursuant to thisproposal shall be trained for the services they are to perform.6. Payments:Invoices for services shall be submitted by Contractor to County each monthfor services rendered. Invoices should be submitted on or before thetwenty-eighth (28 th ) day of each month in twelve (12) equal installments.Payment for services will be Net 30.7. Inspection Period:Upon the award of the contract for maintenance of repairs of HVAC systems,Contractor will have May 10, 2013 to inspect all HVAC equipment and informthe County if it finds any equipment is not in working order and is in need ofrepair. County will make best effort to repair the equipment identified byContractor as not in working order before the contract begins on July 1, 2013.Respectfully submitted this _________day of _____________2013.By:___________________________Title:____________________Telephone Number:______________________________________Vendor:_______________________________________________________________________________________________14


HVAC SpecsContractor Qualifications: (EPA Certification, HVAC, Refrigeration, Electrical, Plumbing)EPA Certification: Universal Type I and Type II. (Required by 40 CFR Part 82, Subpart F).HVAC License: H1, H2, H3NC Refrigeration LicenseElectricalPlumbing Class IPlumbing Fuel Piping LicenseTwo hour response time for mechanical and Johnson Controls FMS control and mechanicalrepairs. All mechanical contractors must have a mechanical service team capable ofservicing and repairing Trane and York centrifugal and screw machines.Requirements1. Service provider must comply with the standard operating procedures of HarnettCounty at all Governmental facilities maintained under this service agreement.2. Harnett County Government safety rules must be followed at all times.3. Service provider must complete criminal back ground checks on all employeesworking in Harnett County facilities.4. Service will also follow their own company safety procedures.5. Service provider will provide employees with all required safety equipment that willbe used at all times and maintained in proper condition at all times. Equipmentincludes but not limited to safety glasses, face shields, hard hats, gloves, fallprotection, steel toed boots/shoes, etc.6. Service provider shall employee an adequately sized staff of Commercial HVACand/or Chiller technicians to provide timely and effective service to the site duringboth scheduled and unscheduled times especially on critical areas.7. Service provider to have the capability to provide vibration analysis, alignment, oilanalysis, eddy current testing, water treatment services, indoor air quality, and energyaudits.8. Service provider to provide HVAC rental equipment to include chillers, boilers, andcooling towers. Service provider must be able to provide equipment and have inworking order within a 24 hour period.9. All bidding contractors will have on staff technicians that can provide upgrades,repairs and software revisions for all Johnson Controls FMS control systems as wellas Trane Tracer FMS building automation system.10. Service provider should be able to offer Harnett County factory new or factoryrefurbished control equipment and material in a timely manner to prevent longdowntime to facilities.11. Two hour response time for mechanical, Johnson Controls Metasys, and Trane Tracercontrol repairs.12. Factory trained service technicians for all HVAC and chiller service work and/orrepairs is required by service provider.13. Service provider will maintain in stock critical part for HVAC equipment to preventextended downtime and loss of production.15


14. All service provider vehicles used on County property must maintain full motorvehicle insurance, liability, and comprehensive. Coverage must be provided toCounty upon contract acceptance.Refrigerant Management Program:1. Service provider will provide county with a certified refrigerant management programthat meets the requirements of the EPA and County. (This should be enclosed whenbid is turned in.)2. Refrigerant management report will show cause of leak, location of leak, how leakwas repaired, amount of refrigerant loss, amount added to bring system back tocorrect charge and a follow up inspection of leak repair must be performed with in 30days of original repair.3. Service provider will manage reports and provide County with hard copies as well aselectronic copies.4. All refrigerant management reports will indicate the leakage rate calculation andshow the percentage of leakage and urgency of repair or action needed.5. All reports will be provided to County as completed and will be reviewed on aquarterly basis.HVAC Equipment Service Procedures:1. All HVAC equipment will receive at minimum quarterly maintenance andinspections.2. Condenser coils will be cleaned annually.3. Evaporator coils will be cleaned as needed.4. Condensate drain pans will be cleaned semi annually.5. Condensate drain pans will be treated for algae with drain tablets quarterly.6. All condensate piping and traps will be cleaned out quarterly to ensure properdrainage.7. Operating refrigerant pressures checked quarterly.8. Inspect for obvious refrigerant leaks on all units at inspection.9. Check for proper superheat or sub cooling on HVAC equipment checked quarterly.10. Fan drive belts, pulleys, and alignment will be checked quarterly.11. Motors will be oiled or greased as needed and recommended by manufacturer.12. Bearings will be greased as needed and recommended by manufacturer.13. Electrical connections checked and tightened quarterly.14. Supply voltage checked quarterly.15. Compressor oil levels where applicable checked quarterly.16. Measure supply and return temperatures quarterly. (Temperature Rise and Drop)17. Electric heating elements will be checked annually and amp draw checked andcycled.18. Heat pumps will be checked annually for proper defrost operation.19. Steam coils and hot water coils will be inspected quarterly.20. Exhaust and supply fans will be inspected quarterly.21. Heat exchangers will be cleaned as needed.22. Boiler rod out and clean annually by the first of September.23. Chiller will be cleaned annually.24. Cooling tower will be cleaned as needed.16


HVAC Air Filter Requirements:1. Air filters will be pleated and of high quality.2. Air filters will be replaced quarterly.3. Old filters will be properly disposed of when changed.4. Should air filters need to be changed more often than quarterly, the County should benotified to the frequency change required.5. Service provider maintains the responsibility to the filter changing schedule on timeand will provide a copy to the County.HVAC Preventative Maintenance Schedule:1. The County, along with service provider, will create a schedule for preventativemaintenance on all covered HVAC and/or Chiller equipment per building.2. All equipment will receive quarterly inspections.3. Maintenance should be scheduled so all equipment is checked on time and by theschedule.4. Service provider will be required to complete all preventative maintenanceinspections and cleanings as required by the County and manufacturer.5. Service provider will provide the County with copies of all inspection reports andrepair reports upon completion.6. All condenser and evaporator coils will be cleaned annually and should have receiveda cleaning by the end of April in order to prevent unnecessary equipment downtime atthe beginning of the cooling season.7. Service provider will provide the County with monthly summary of condition ofequipment and completion of scheduled maintenance for each building.Service Provider Staffing Requirements:1. Service provider will provide a dedicated technician as well as a back up technician tomaintain all facilities.2. Service technicians need to be familiar with all critical areas of the County facilities.3. Service provider will provide adequate coverage to complete all filter changes andscheduled preventative maintenance.4. Technician will always check in with the on site personnel upon arrival and uponleaving or completion of work.5. Technicians will be responsible for keeping the County equipment rooms in a neat,orderly fashion.Replacement of Maintainable Parts:1. Service provider will provide parts and labor for any maintainable HVAC and Chillerparts that fail during the agreement coverage period.2. Maintainable parts include any repairable item such as compressors, motors, bearings,control valves, etc. and will be included in preventative maintenance agreement.3. Service provider will stock site critical replacement parts in order to prevent downtime and any loss of production.4. Upon award of the preventative maintenance agreement, the service provider and theCounty will discuss these parts and a list will be completed, ordered as required, andhoused at an adequate location.Non-Maintainable Parts:17


1. Service provider will provide all non-maintainable parts for HVAC and Chillerequipment.2. Service provider will provide labor to install these parts.3. Non-maintainable parts include refrigerant, circuit boards, coils, fuses, electricalcomponents.4. Control valves and actuators will be covered as well as replacement.5. All refrigeration and condensate piping from cut off valve at unit to equipment will becovered by service provider.6. Service provider must supply and keep all boiler and chiller chemicals.Chiller at DSS – water treatmentChiller at Courthouse – water treatmentChiller at DSS – glycoseChiller at Courthouse – glycoseBoiler at Shawtown – water treatmentDetention Center – Lime stone to be changed & maintenance for boiler drainsEquipment Replacement:1. Equipment that has reached its life expectancy of 15 years will be replaced by theCounty, if needed. If cost to repair is greater than 40% of new unit cost, the Countywill replace the unit. This is for units that are less than 25 tons.2. County will be responsible for coordinating the bid process as well as specificationson equipment.3. Boilers and chillers do not fall under the 15 year replacement because the expectedlife span is much higher.Not Included:1. Electrical wiring, conduit, and disconnects.2. Duct work replacement.3. Insulation replacement and repairs.4. Water leaks, piping, plumbing fixtures leading up to cut off at equipment.5. Water piping and sewer piping leading up to cut off at equipment.Definitions1. Covered equipment: means the equipment for which services are to be provided underthis Agreement.2. Equipment failure: means the sudden and accidental failure of moving parts orelectric components that are part of the Covered Equipment and that are necessary forits operation.3. Scheduled service visits: include labor required to perform inspections andpreventative maintenance on covered equipment.4. Scheduled service materials: include materials required to perform scheduled servicevisits on covered equipment.5. Repair Labor: includes labor necessary to restore covered equipment to workingcondition following and equipment failure and excludes total equipment replacementdue to obsolescence or unavailability of parts.18


6. Repair materials: includes materials necessary to restore covered equipment toworking condition following an equipment failure and excludes total equipmentreplacement due to obsolescence or unavailability of parts.7. basic coverage: includes scheduled service visits, plus scheduled service materials.County understands that service provider is a provider of services under this agreement.Service provider shall not be considered a merchant or a vendor of goods. If Serviceprovider installs or furnishes a piece of equipment under this agreement, and thatequipment is covered by a warranty form the manufacturer, service provider will transferthe benefits of that manufacturer’s warranty to the County if this agreement terminatesbefore the equipment manufacturer’s warranty expires.The County warrants that, to the best of the County’s knowledge, that all coveredequipment is in good working condition and that the county has given the serviceprovider all information of which county is aware concerning the condition of thecovered equipment.Awarded Service provider will have April 25 th , 2013 before the contract begins, toinspect all equipment and inform the county if it finds any covered equipment not inworking order in need of repair. Equipment not in working order or in need of repairswill be repaired and in working condition before contract begins on July 1, 2013.County will provide adequate environment for covered equipment as recommended bythe manufacturer or as recommended by service provider, including adequate space,electrical power, air conditioning, and humidity control.County will notify service provider immediately of any equipment malfunction,breakdown, or other condition affecting the operation of the covered equipment.County will allow service provider to start and stop, periodically turn off, or otherwisechange or temporarily suspend equipment operations so that service provider can performthe services required under this agreement.The County retains the right to make changes or alterations to its equipment.The County will give service provider full access to all equipment that is either coveredequipment or associated with it when service provider requests such access.Service provider may provide tools, documentation, panels, or other control equipment inthe County buildings for service providers convenience in performing services. Thatequipment shall remain the service providers property and the service provider retains therights to remove such items at any time during the term of this agreement.19


EXECUTION OF PROPOSAL PAGEHVAC Maintenance Service ContractDate:By submitting this proposal, the Contractor certifies the following:An authorized representative of the firm has signed this proposal.It can obtain insurance certificates and a performance bond as required within 10calendar days after notice of award.The Contractor has determined the cost and availability of all equipment, materialsand supplies associated with performing the services outlined herein.All labor costs, direct and indirect, have been determined and included in theproposed cost.If required, the Contractor has attended the pre-proposal conference and is aware ofthe prevailing conditions associated with performing this contract.The Contractor agrees to complete the scope of work for this project with noexceptions.Therefore, in compliance with the foregoing Request for Proposal, and subject to all termsand conditions thereof, the undersigned offers and agrees, if this proposal is accepted within(60) days from the date of the opening, to furnish the services for the prices quoted.Contractor:Mailing Address:City, State, Zip Code:Telephone Number:Principal Place of Businessif different from aboveBy(Type or Print Name)Title:(Signature)20


Harnett CountyHVAC MaintenanceVendor BidLocation 2013-2014 2014-2015 2015-2016Admin, Finance, Hum. Resources,Veterans $ $ $Agricultural Center $ $ $Airport $ $ $Anderson Creek Senior Center $ $ $Anderson Creek Landfield $ $ $Animal Control $ $ $BBQ Creek Park $ $ $Board of Elections $ $ $Boone Trail $ $ $CJPP $ $ $Courthouse/R.O.D./Tax $ $ $Daymark/ Mental Health Center $ $ $DSS/Health/Aging $ $ $Detention Center $ $ $Dunn/Erwin Landfill $ $ $Emergency Services Center $ $ $EMS - Buies Creek $ $ $Garage $ $ $I.T. $ $ $I.T.II $ $ $H.A.R.T.S. $ $ $Library $ $ $Harnett Production Enterprise $ $ $North Harnett Maintenance Warehouse $ $ $North Harnett Regional WWTP $ $ $Planning & Inspections $ $ $Public Buildings $ $ $Public Utilities Business Center $ $ $Re-Entry $ $ $Shawtown $ $ $South Harnett Regional WWTP $ $ $911 Towers $ $ $$ $ $Grand Total for 3 Years $ATTACHMENT 1


ADMINISTRATION, FINANCE, HUMAN RESOURCES, VETERANS102 E. Front Street Lillington, NC 27546EQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL ADDITIONALOF EQUIPMENT NUMBER INFORMATION1 Trane 4WCC3048A3000AA 11091122971 Trane 4WCC3060A3000AA 9435HP59H1 Trane 4WCC3060A3000AA 100012HPU8H1 Trane 4WCC3060A3000AA 9074HX39H1 Trane 4WCC3036A3000AB 1123P759H1 Trane 4WCC3060A3000AA 111610474L1 Trane WSC09DE3R0A09000000000000D 110610056L1 Trane Unit TTK512E5UA0 4135L4STB Comp room @ Vet1 Trane Evap Unit MCW512AMUA0 F04D01023D Comp room @ Vet1 York #4 5 Ton BLHX060A25A NOE8897594 Finance1 York #5 5 Ton BLHX060A25A NOE8886399 Finance1 York 3 Ton B1HA036A25B N0F6508786 VeteransATTACHMENT 2


AGRICULTURAL CENTER126 Alexander Drive Lillington, NC 27546EQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL INSTALL ADDITIONALOF EQUIPMENT NUMBER DATE INFORMATION1 EMI ACCU-1 SHC09AA0000AA0B 1-05-H-7184-341 EMI AC-1 WHP12A330AA000C 1-05-G-5345-281 EMI ACCU-2 SHC09AA0000AA0B 1-05-H-7183-341 EMI AC-2 WHP12A330AA000C 1-05-G-5346-281 TRANE ACCU-3 2TWB2024A1000AA 52928TD4F1 TRANE AC-3 TWE024P130B0 52722K82U1 TRANE PTHD0901DCA FO5G04930A1 TRANE ACCU-5 TTA150B300EA 4084Y3YAD1 SEMCO FV20005-4NN4AB 37916/M026427-011 TRANE CHILLER CGAFC60EAKA1A000E0000000000000 C05G063191 TRANE AHU-1 MCCB017UA0B0UB K05G871181 TR1 SERIES VFD TR16011GT2CN15TR0DLF00A00C0 008829H3251 TRANE AHU-2 MCCB012UA0B0UB K05G871341 TRANE TRI SERIES VFD TR16006GT2CN1STRODLF00A00C0 OO4829H3751 TRANE AHU-3 MCCBO12UA0BOUB KO5G871341 TRANE TRI SERIES VFD TR16008GT2CN1STRODLF00A00C0 000628H1951 BELL AND GOSSET PUMP 2BC 7.675 23345361 BELL AND GOSSET PUMP 1.25 BC 7.8 23345371 BELL AND GOSSET PUMP BVL48T17D173BP1 RHEEM/RUUD H2O HTR G75-75N-1 RRLNO405D05228 NATURAL GAS1 BELL AND GOSSET WATER HEATER CIRCULATING PUMP1 ICE-O-MATIC ICEU150FA3 O51112800101021 WEIL-MCLAIN BOILER MODEL 80 BG68037 VAV BOXESATTACHMENT 3


AIRPORT615 Airport Road Erwin, NC 28339EQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL INSTALL ADDITIONALOF EQUIPMENT NUMBER DATE INFORMATION1 Trane Condensor 2TWR2036A100AB 51152EC4F1 Trane Condensor 2TWR2048A1000BA 5171LD31F1 Trane Air Handler TUD080C936KA 50644281G1 Trane Air Handler TUD100C948KA 51043PIGATTACHMENT 4


ANDERSON CREEK SENIOR CENTER6808 Overhills Road Spring Lake, NCEQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL INSTALL ADDITIONALOF EQUIPMENT NUMBER DATE INFORMATION1 Arco-Aire PHD360000K000C1 C112627077ATTACHMENT 5


ANIMAL CONTROL1100 McKay Place Lillington, NC 27546EQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL INSTALL ADDITIONALOF EQUIPMENT NUMBER DATE INFORMATION1 Friedrich Unit Heater PDH09K35D-C LHFM01233 8/14/081 Janitrol Unit Heater WH150 9913061R1 EMI Duratech Refrig Pack ACCU-8 SHC09AA0000AA0B 1-05-H-7185-34 Condensing Unit1 EMI FAN COIL UNIT AC-7 WHP12A330AA000C 1-05-5348-281 EMI Duratech Refrig Pack ACCU-7 SHC09AA0000AA0B 1-05-H-7187-34 Condensing Unit1 EMI FAN COIL UNIT AC-8 WHP12A330AA000C 1-05-5347-281 TRANE XB12 ACCU-4 2TWB2024A1000AA 52928ML4F1 TRANE ELECTRIC HEATER ACCU-4 TWE024P130B0 52733CK2V1 TRANE XB12 ACCU-6 2TWB2024A1000AA 52928LK4F1 TRANE ELECTRIC HEATER ACCU-6 TWE024P130B0 52722K62V1 DETROIT RADIANT PRODUCTS CO DX2-30-125P O506G0RR67234-005 RE-VERBER-RAY1 RE-VERBER-RAY DX2-20-50T O506F0RR67234-00021 RE-VERBER-RAY DX2-20-50T O506F0RR67234-00011 RE-VERBER-RAY DX2-20-50T O506F0RR67234-00041 MARLEY RP236SA 4104-2232-00031 MARLEY RP236SA 4104-2232-00021 Modine Hanging Heater PDP15OAE0130 39011015006-2221ATTACHMENT 6


BBQ CREEK PARK10891 NC Hwy 27 Lillington, NC 27546EQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL INSTALL ADDITIONALOF EQUIPMENT NUMBER DATE INFORMATION1 Trane Air Handler 4TEC3F30B1000-0 20101 Trane Cond Unit 4TWB3030A1000 20101 Frigidare FAM18752A 2010 Thru the wallATTACHMENT 7


CJPP817 S. 8th Street Lillington, NC 27546EQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL INSTALL ADDITIONALOF EQUIPMENT NUMBER DATE INFORMATION1 Trane 2TEC3F60B1000AA 7453J721V Airhandler1 Trane 2TWB3060A1000AA 74035112F Condensing UnitATTACHMENT 8


<strong>HARNETT</strong> <strong>COUNTY</strong> COURTHOUSE/REGISTER OF DEEDS/TAX301 W. Cornelius Harnett Blvd. Lillington, NC 27546EQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL INSTALL ADDITIONALOF EQUIPMENT NUMBER DATE INFORMATION2 Trane Chillers RTWA1104X U01C08840U01C088392 BAC Cooling Towers VTL-1161-1 U002417901U0024179021 Weil McLain Boiler 988R Natural Gas1 Weil McLain Boiler 1188 Natural Gas10 Ice Storage Tanks1 Alfa Laval Heat Ex 150 PSI AT 2301 Trane AHU1 BCVB024 T01622428A1 Trane AHU2 BCVB024 T01B22429A1 Trane AHU3 MCCA003 K01B17740B1 Trane AHU4 MCCA025 K01B17890B1 Trane AHU5 MCCA025 K01B17898B1 Trane AHU6 MCCA080 K01B17879B1 Trane AHU7 MCCA080 K01B17884B1 Trane AHU8 MCCA025 K01A09704B1 Trane AHU9 MCCA021 K01A09698B1 Trane AHU10 In Ceiling-1st Floor tax12 Qmark Unit Heaters MUH05-412 Roof Vent Exhaust Fans25 American Coolair In-Ceiling Exhaust Fans2 Airflow Computer Room Units2 State Select HW Heaters Including 2 recirculating pumps1 Dayton Pump 1 hp2 Baldor Pumps 5 hp4 Baldor Pumps 10 hp2 Baldor Pumps 15 hp2 Baldor Pumps 25 hp2 Scotsman SCE170A-1C195 VAV Boxes1 Samsung Air Handler AS24A2RC P2FW200042A1 Samsung Condensor US24A2RC P1ATC002761 Trane AH 2TGB3F36A1000AB 7371MGY6V Air Handler1 Trane 2TTB3036A1000AA 7402T1B3F Condensing UnitATTACHMENT 9


DSS/HEALTH/AGING307/309/311 Cornelius Harnett Blvd. Lillington, NC 27546EQUIPMENT LISTMODEL/TYPE SERIAL INSTALL ADDITIONALQTY MANUFACTURER OF EQUIPMENT NUMBER DATE INFORMATION1 Delta Cooling Tower T-1501 62893 200828 Air Handling Units1 Boiler WCR3-0630 O595706301 Trane Chiller RTHB150FL0C001 U95F082011 ICP 1.5 ton Air Handler HMC018KD 801KA00243 HEALTH1 ICP Condensor HMC018KD 3850AR2937H HEALTHALL Pumps1 MainTowoc Ice Maker JD0202A 9610634684 Heat Exchangers2 Liebert 2 ton Units1 Gas Unit Heater3 Hot Water Heater & Pumps1 Sanyo 1.5 ton Air Handler KS0951 OO30601 COMMONS1 Sanyo Condensor LO951 OO31401 COMMONS1 NCP Duct less mini-split S240A-19K10-0 6322300755 Jun-06 Health1 NCP Duct less mini-split S240A-19K10-1 Jun-06 Health1 Manitowoc Ice Machine QY0214A 110505509 DSS Room 015ATTACHMENT 10


DETENTION CENTER175 Bain Street Lillington, NC 27546EQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL INSTALL ADDITIONALOF EQUIPMENT NUMBER DATE INFORMATION1 Millennium Split-System Condensing Unit HB180C00A4AAA1 20092 York Mini Splits YCIV0307SA46 20092 Patterson HVAC Pump E4J11A-2 CW 20097 Patterson HVAC Pump V2C7A-CC 20092 Patterson HVAC Pump E4P9A-1 20092 Patterson HVAC Pump E6T111A-2 20092 Superior Radiant Infrared Heaters SD03NM 20091 Superior Radiant Infrared Heaters SD06NM 20093 Indeeco Electric Unit Heaters WAI 20091 Beacon/Morris Hot Water Unit Heaters HB-136A 20094 Beacon/Morris Hot Water Unit Heaters HB-118A 20091 EMI Ductless Split System CACA12 2009 (AC-1B) 1 ton1 EMI Ductless Split System S1CA2 2009 (CU-1B) 1 ton5 EMI Ductless Split System CHP-12 2009 (AC-1F,1L,2L,3L,4L) 1 Ton5 EMI Ductless Split System S1CA2 2009 (CU-1F,1L,2L,3L,4L) 1 Ton4 EMI Ductless Split System CHP-24 2009 (AC-2F,1K,5L,1M) 2 ton4 EMI Ductless Split System S1CA4 2009 (CU-2F,1K,5L,1M) 2 ton7 Patterson-Kelley Condensing Boilers C-1050 20091 York Air Handler XT0075X120JANA146A 20091 York Air Handler XT0069X096JAMA146A 20092 York Air Handler XTO051X81DAKA146A 20095 York Air Handler XTO051X81DALA146A 20091 York Air Handler XTO048X075DAJA146A 20091 York Air Handler XTO048X075DAKA146A 20091 York Air Handler XTO042X066JAHA146A 20091 York Air Handler XTO039X057EAHA146A 20091 York Air Handler XTO036X045DAGA146A 20091 York Air Handler XTO033X039DALA146A 20094 United Enertech Louvers CFL-D-4 20098 United Enertech Louvers FL-D-4 2009Leader Industries Fire Dampers U-115A 2009Leader Industries Fire Dampers U-215AX 2009Leader Industries Fire Dampers U-215BX 2009Leader Industries Fire/Smoke Dampers 501 2009Leader Industries Smoke Dampers ASMD 20092 Mitsubishi VFD system F1C460V40HM30 20092 Mitsubishi VFD system F1C460V25HM30 200977 VAV Boxes 20091 Norlake AR162SSS/O MILK COOLER1 Scotsman CME656AS32 ICE MACHINE1 C.Hoffman NC72R COLD FOOD TABLE1 Victory RS-2D-S7-HD REACH IN REFRIGERATOR1 Victory RFSA-2D-S7 REACH IN REF./FREEZER1 WA Brown Cooler/Freezer WALK IN COOLER/FEEZERATTACHMENT 11


GARAGE1100 E. McNeill Street Lillington, NC 27546EQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL INSTALL ADDITIONALOF EQUIPMENT NUMBER DATE INFORMATION2 Janitrol (Small) Unit Heaters1 Lanair Oil Burner HI140 88128665MH25247ATTACHMENT 12


DUNN HEALTH DEPARTMENT904 W. Edgerton Street Dunn, NC 28334EQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL INSTALL ADDITIONALOF EQUIPMENT NUMBER DATE INFORMATION1 Goodman 5 ton CK60-1B 95050385661 Trane Air Handler TUD100C960H3 L433P6MIGATTACHMENT 13


EMERGENCY SERVICES CENTER1005 Edwards Brothers Drive Lillington, NC 27546EQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL INSTALL ADDITIONALOF EQUIPMENT NUMBER DATE INFORMATION1 Liebert 2 ton Condensor PFC020APL0 D046056 I.T. Room1 Liebert 2 ton Air Handler DME020EPH2 D046045 I.T. Room1 Quietside Condensor QSCC241 I.T. Room1 Quietside Air Handler QSCE241 I.T. Room1 Trane YSC060E3RLAOWD0C 1A1 B00000B 100510910L Jun-10 Roof Top Unit #11 Trane YHC102E3RLA00D0C 1A1 B00000E 100312013L Jun-10 Roof Top Unit #21 Trane YSC060E3RLAOWD0C 1A1 B00000E 100510916L Jun-10 Roof Top Unit #31 Trane YHC092E3RLA00D0C 1A1 B00000B 100312025L Jun-10 Roof Top Unit #41 Trane YSC060E3RLAOWD0C 1A1 B00000B 100510922L Jun-10 Roof Top Unit #51 Trane YSC060E3RLAOWD0C 1A1 B00000B 100510753L Jun-10 Roof Top Unit #61 Trane YSC060E3RLAOWD0C 1A1 B00000B 100510898L Jun-10 Roof Top Unit #71 Trane YSC060E3RLAOWD0C 1A1 B00000B 1005109041 Jun-10 Roof Top Unit #8ATTACHMENT 14


EMS BUIES CREEK5843 Hwy 421 Lillington, NC 27546EQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL INSTALL ADDITIONALOF EQUIPMENT NUMBER DATE INFORMATION1 Trane Self Contain Unit YCP048F1HOAC 3491JG52H**Critical Unit 24 hr. repair1 Sterling Unit Heater Q1F200 Q9414996ATTACHMENT 15


I.T. II900 S. 9th Street Lillington, NC 27546EQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL INSTALL ADDITIONALOF EQUIPMENT NUMBER DATE INFORMATION1 Trane XB10 2TWB0036A1000AB 1644GW4F Condensing Unit1 Trane 2TGB3F36A1000AB 8472PP66V 2009 AIRHANDLER1 Trane Heat Pump 2TWA0036A3000AB 4463Y3G4F Condensing Unit1 Trane 2TGB3F42A1000AB 7021SCR6B 2008 AIRHANDLERATTACHMENT 16


H.A.R.T.S.520 Alexander Drive Lillington, NC 27546EQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL INSTALL ADDITIONALOF EQUIPMENT NUMBER DATE INFORMATION1 York Air handler TG9S080C16MP11 Jun-10 4 ton1 York Cond Unit TCGD48S41S1 Jun-109 Thermostat Control Dampers Jun-10ATTACHMENT 17


<strong>HARNETT</strong> PRODUCTION ENTERPRISE200 Alexander Drive Lillington, NC 27546EQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL INSTALL ADDITIONALOF EQUIPMENT NUMBER DATE INFORMATION1 York 7.5 ton H4CE090A25C NKGM1241251 York 7.5 ton H4CE090A25C NKGM1241261 York 7.5 ton D2CG072N079 NEGM0C13381 York 7.5 ton D2CG072N079 NEGM0C13371 York 7.5 ton H4CE090A25C NHGM1085571 York 7.5 ton H4CE090A25C NHGM1085651 York 7.5 ton H4CE090A25C NHGM1085561 York 7.5 ton H4CE090A25C NHGM1085241 York 5 ton H2DE060625A EGGM2850731 Thermal Zone 5 Ton TZAA336CA757 8372W2311081811 Bell & Gossett Pump NBF-22 1032521 Rudd Hot Water P407P 1098A25175ATTACHMENT 18


I.T. DEPARTMENT201 W. Front at 9th Street Lillington, NC 27546EQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL INSTALL ADDITIONALOF EQUIPMENT NUMBER DATE INFORMATION1 Trane Condensor 2TTR2036A1000AA 51647T34F1 Trane Condensor 2TTR2048A1000AA 51637UB3F1 Trane Air Handler TUD100C948K4 50545BHIG1 Trane Air Handler TUD100CP48K4 5021Y5G1GATTACHMENT 19


ANDERSON CREEK LANDFILL1086 Poplar Drive Spring Lake, NCEQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL INSTALL ADDITIONALOF EQUIPMENT NUMBER DATE INFORMATIONHeat- EHWH02AA041 Bard MFG Cool- WH242-804 140H072354554-02ATTACHMENT 20


DUNN/ERWIN LANDFILL1724 Daniels Road Dunn, NC 28334EQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL INSTALL ADDITIONALOF EQUIPMENT NUMBER DATE INFORMATION1 Rheem (Gas Heater) RGAA050A BN3D10702 Hanging Gas Heater Units1 TRANE 4TWR3018A1000AA 10215LX44F CONDENSING UNIT1 TRANE 4TEC3F18B1000AA 10246MNH1V AIR HANDLERATTACHMENT 21


LIBRARY601 N. Main Street Lillington, NC 27546EQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL ADDITIONAL INSTALLOF EQUIPMENT NUMBER INFORMATION DATEA-1 Trane 3 ton 2TGB3F36A1000AB 7105S4864 AirhandlerA-1 Trane 2TTA3036A3000AA 7042PS43F Condensing UnitB-1 Trane 5 ton TUD1D140A9601AA 8065PJ81G AirhandlerB-1 Trane 2TTA3060A3000AA 8071PE54F Condensing UnitC-1 Amana Air Handler AWMH24-1 O106000026 AirhandlerC-1 Goodman Condensor HDP24-1A O108418497 Condensing UnitD-1 Trane TTA090A300FA 5451P8EAD Condensing UnitTrane 7.5 ton TUD1C100A9481AA 61655SY1GD-1 TUD1C100A9481AA 61945TF1G AirhandlerE-1 Trane 5 ton TUD1D140A9601AA 8035RSW1G AirhandlerE-1 Trane 2TTA3060A3000AA 8071PFF4F Condensing UnitF-1 Trane TTA090A300FA 802571HAD Condensing Unit 3/31/2008Trane 7.5 ton TUD18100A9451AA 7412T7J1G Airhandler 3/31/2008F-1 TUD18100A9451AA 8022JW71GATTACHMENT 22


MENTAL HEALTH CENTER5841 US 421 S Lillington, NC 27546EQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL INSTALL ADDITIONALOF EQUIPMENT NUMBER DATE INFORMATION1 Lennox 5 ton Cond 12HPB602P 5896E15550 Rear Wood Bldg1 Lennox Air Handler 1965-1P 5895F18639 Rear Wood Bldg1 Trane WCC606F300BF R045XU62H Top unit 2nd level1 Lennox Cond Unit 12HPB602P 5897G14786 Front Wood Bldg1 Lennox Air Handler CB30M651P 5897F26306 Front Wood Bldg1 Trane YSC120E3ELBOU 951101069L Jan-10 Front Unit1 Trane YSC120E3ELBOU 953400261L Jan-10 Middle Unit1 Trane YSC090E3ELA 951100203L Jan-10 Rear UnitATTACHMENT 23


PLANNING & INSPECTIONS108 E. Front Street Lillington, NC 27546EQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL INSTALL ADDITIONALOF EQUIPMENT NUMBER DATE INFORMATION1 Trane 7 ton TWE090D3000AA 12074NGWBA Airhandler1 Trane 7 ton TWA090D30RAA 121636JAYA Condensing Unit1 Trane 5 ton TAM4A0C605515AA 121442UN5V Airhandler1 Trane 5 ton 4TWA3060A3000CA 12175AAM4F Condensing Unit1 Trane 5 ton TAM4A0C605515AA 121442UX5V Airhandler1 Trane 5 ton 4TWA3060A3000CA 1217487R4F Condensing UnitATTACHMENT 24


PUBLIC BUILDINGS801 S. First Street Lillington, NC 27546EQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL INSTALL ADDITIONALOF EQUIPMENT NUMBER DATE INFORMATION1 ICE-O-MATIC ICEU150FA1 1038-01166-Z1 CleanBurn Furnace CB 1500 AR6692291 Trane Air Handler1 Trane Condesing Coil Jan-071 Pkg Terminal PD H 07 K 3 S A 1AC & Heat PumpJan-071 TRANE 4TWB30300A1000BA 10212PF14F CONDENSING UNIT1 TRANE 4TEC3F30B1000AA 10192JN71V AIR HANDLERATTACHMENT 25


RE ENTRY PROGRAM "NOBLE'S HOUSE"E. Ivey Street Lillington, NC 27546EQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL INSTALL ADDITIONALOF EQUIPMENT NUMBER DATE INFORMATION1 Trane Self Contain Unit YCP048F1H0AC 50830NT2HATTACHMENT 26


SHAWTOWN695 Shawtown Road Lillington, NC 27546EQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL INSTALL ADDITIONALOF EQUIPMENT NUMBER DATE INFORMATION1 Trane 5 ton2 Trane 4 ton1 WEIL-MCLAIN MODEL 88/12886 Automatic Steam Valves1 Condensating Pump* All Thermostats, Transformers, and Relays associated with boilerATTACHMENT 27


911 TOWERSVarious LocationsEQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL INSTALL ADDITIONALOF EQUIPMENT NUMBER DATE INFORMATION1 Liebert AH ET024HRPOAT 522279-81 Liebert Condensor ET024HRPOAT 522279-9COKESBERRY TOWER130 Oakridge River Road Fuquay-Varina, NC 275261 Marvair Pkg Unit HVP24ACA-41 Marvair Pkg Unit HVP24ACA-4WESTERN TOWER1132 Docks Road Lillington, NC 27546ATTACHMENT 28


BOARD OF ELECTIONS308 WEST DUNCAN Street Lillington, NC 27546EQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL INSTALL ADDITIONALOF EQUIPMENT NUMBER DATE INFORMATION1 GOODMAN CKL42-1B 404609383 CONDENSOR1 CARRIER 38TUA042-300 2295E02921 CONDENSOR1 FURNACE 58PAV090-16 1395A158221 FURNACE 58PAV090-16 1295A18270ATTACHMENT 29


BOONE TRAIL GYM & MEDIA CENTER8500 OLD US 421 LILLINGTON NCEQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL INSTALL ADDITIONALOF EQUIPMENT NUMBER DATE INFORMATION1 CARRIER 38EYG060300 4704E31097 HEAT PUMP #11 CARRIER 38EYG048300 4704E29667 HEAT PUMP#21 CARRIER 38EYG048300 4704E31076 HEAT PUMP # 31 CARRIER FTX4BNB060 4904A73057 AIR HANDLER # 11 CARRIER FTX4BNFT048 4604A72773 AIR HANDLER # 21 CARRIER FTX4BNB060 FTX4BNB060 AIR HANDLER # 31 BARD WALL MOUNT WH602-A10MXXXXR 153M052097674-021 BARD WALL MOUNT WH602-A10MXXXXR 153M052097676-021 BARD WALL MOUNT WH602-A10MXXXXR 153M052097678-021 BARD WALL MOUNT WH602-A10MXXXXR 153M052097677-02ATTACHMENT 30


NORTH <strong>HARNETT</strong> REGONAL MAINTENANCE AND WAREHOUSEEQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL INSTALL ADDITIONALOF EQUIPMENT NUMBER DATE INFORMATION1 RHEEM RPNE-060JAZ 7358M200812425 CONDENSOR1 RHEEM RPNE-060JAZ 7356M200812425 CONDENSOR1 RHEEM RHLA-HM6024JA M300807260 AIR HANDLER1 RHEEM RHLA-HM6024JA M340805064 AIR HANDLER1 SCOTSMAN B530P 8.02132E+12ATTACHMENT 31


SOUTH <strong>HARNETT</strong> REGIONAL WWTPEQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL INSTALL ADDITIONALOF EQUIPMENT NUMBER DATE INFORMATION1 RHEEM RPNE036DAZ 7429 M908-9361 460 VOLT1 RUDD UPNL-037 DAZ 7861 W281202668 Condensor1 RUDD RHSL-HM3617DA W141212825 Air HandlerATTACHMENT 32


NORTH <strong>HARNETT</strong> REGIONAL WWTPEQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL INSTALL ADDITIONALOF EQUIPMENT NUMBER DATE INFORMATION1 GE ZONELINE 5100 AZ51H15DACV1 LG8913791 FREDRICH PH15K55B LG8913121 TRANE 2TWA3036A4000AA E110AT4F CONDENSOR1 TRANE 2TWA3048A4000AA 61345EL2F CONDENSOR1 TRANE 2TEC3F48A1000AA 6122JFY2V AIR HANDLER1 TRANE 2TEC3F36A1000AA 61328RM2V AIR HANDLERATTACHMENT 33


PUBLIC UTILITIES BUSINESS CENTER700 MCKINNEY PARKWAY, LILLINGTON NCEQUIPMENT LISTQTY MANUFACTURER MODEL/TYPE SERIAL FILTER/BELTOF EQUIPMENT NUMBER INFORMATION1 WEIL MCLAIN BOILER 6801 WEBSTER BURNER JB1C-03-RM7897C-LL.10-UL/IRI U92203A-012 TACO PUMP (P1-P2) 1919C1E1 6.9 1.5 HP2 TACO PUMP (P3-P4) 1919C1E1 7.8 2.0 HP2 TACO PUMP (P5-P6) KV3007AE2JCB683M 3.0 HP1 TACO PUMP (P-7) E0100J1D1H1T1BM 10.0HP1 TRANE CHILLER CGAM 120F 2A02 AXD2 A1A1 A1AX XA1A 1A2X XXXX XA1A U09K122681 TRANE AHU 1 MCCB003UAOCOUB K09H27154 2-16X25X2 / 1-4L4501 TRANE AHU 2 BCVC036G2DOD T09H17903 2-16X25X2 / 1-A391 TRANE AHU 3 MCCB006UAOCOUB K09H27553 4-16X20X2 / 1-AX441 TRANE AHU 4 MCCB012UA0COUA K09H27161 6-20X20X2 / 1-BX391 TRANE AHU 5 MCCB021UAOCOUA K09H27168 12-16X20X2 / 1-BX571 TRANE AHU 6 MCCB012UAOCOUB K09H27175 6-20X20X2 / 1-5L4401 TRANE AHU 7 MCCB014UAOCOUA K09H27182 116X20X2 / 1-BX501 MITSUBISHI DUCTLESS MUZ-AO9NA 8005547T1 MITSUBISHI DUCTLESS PUZ-A36NHAZ 82U00641B6 TRANE UNIT HEATERS(UH1-6) UHEC-053DACA3 TRANE WAIL HEATERS (EWH1-3) UHWA031A5AT3 TRANE WAIL HEATERS (EWH4-6) UHAA031A5AT12 EXHAUST FANS (F1-F12) AMERICAN AIR COOL CORP DIRECT DRIVE46 VAV BOXES WITH REHEAT COIL TRANEATTACHMENT 34

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!