Documenti di Didattica
Documenti di Professioni
Documenti di Cultura
15-93667-700
Department of Administration DATE: January 1, 2007
PAGE: 1 of 16
1.0 SCOPE:
2.0 VENDOR:
Insurance will be required from the contractor (see Standard Terms and Conditions of
Bid, paragraph #23.0.)
Per attached STANDARD TERMS AND CONDITIONS, products & services are to be
delivered FOB to our dock(s) at Madison, Milwaukee, Green Bay, Eau Claire, La
Crosse and Wisconsin Rapids addresses indicated on the agency purchase order.
The contract is divided into six geographical areas. These areas are as follows:
Area 1
Make & Model No. Serial No. Location Address (in Madison, WI)
Carrier 19DM78C5CP 85-16-37060 Hill Farms State Office Bldg. 4802 Sheboygan Ave.
Carrier 19DM78C5CP 85-16-37061 Hill Farms State Office Bldg. 4802 Sheboygan Ave.
Carrier 19DM5346AE 85-20-37078 DEL - State Revenue Bldg. 4638 University Ave.
Carrier 19DM6582CL 85-17-37079 DEL - State Revenue Bldg. 4638 University Ave.
York YT SHMM014780 DEL - State Crime Laboratory 4702 University Avenue
York YT SHMM015650 DEL - State Crime Laboratory 4702 University Avenue
Trane CVHE-450 L99KO3951 New Revenue Bldg 2135 Rimrock road
Trane CVHE-450 L99KO3950 New Revenue Bldg 2135 Rimrock road
State of Wisconsin CONTRACT NO. 15-93667-700
Department of Administration DATE: January 1, 2007
PAGE: 2 of 16
Area 2
Make & Model No. Serial No. Location Address (in Madison, WI)
Carrier 19XL5151274CL 1194J48340 Wis. State Agriculture Bldg. 2811 Agriculture Drive
Trane CVHE-320 L98A00266 Wis. State Lab of Hygiene 2601 Agriculture Drive
Trane CVHE-320 L98A00267 Wis. State Lab of Hygiene 2601 Agriculture Drive
Carrier 30HS-160-E-620 2596F14746SZ Employee Trust Funds - ETF 801 West Badger Road
Carrier 30HX Central Service 202 South Dickinson St
Carrier 19X 5005Q72118 Wisconsin Data Center 5830 Fermite Drive
Carrier 19X 5005Q72119 Wisconsin Data Center 5830 Fermite Drive
Carrier 19X 5005Q72120 Wisconsin Data Center 5830 Fermite Drive
Carrier50ZNW070DZ3600NT 0306U01449 Wisconsin Data Center 5830 Fermite Drive
Area 3
Make & Model No. Serial No. Location Address (in Milwaukee, WI)
th
McQuay PEHO87-ABBB 58C81025-00 Milwaukee State Office Bldg 819 N. 6 Street
Trane RTHC1BFOHOC U01Mo7507 Waukesha 141 N.W. Barstow Street
th
McQuay WHR090D-A 5YA017710 Crime Lab Milwaukee 1578 South 11 Street
th
Carrier 05HY040DH400 2333-208 Crime Lab Milwaukee 1578 South 11 Street
th
Carrier 05HY040DH400 2333-209 Crime Lab Milwaukee 1578 South 11 Street
Area 4
Make & Model No. Serial No. Location Address (Green Bay, WI)
Trane 101728 VES103585 Green Bay State Office Bldg 200 N. Jefferson Street
Trane 101728 A2K20D132 Green Bay State Office Bldg 200 N. Jefferson Street
Area 5
Make & Model No. Serial No. Location Address (EC/LC, WI)
Trane CenteravacY-ED3-EQ2 4564 Eau Claire State Office Bldg 718 West Claremont Ave
Trane RTHB-130ALF U98E00267 La Crosse State Office Bldg 3550 Mormon Coulee Rd
Area 6
Make & Model No. Serial No. Location Address (W. Rapids, WI)
nd
Trane RTHB-150 U999L02450 Wisconsin Rapids St Office Bldg 1681 ,2 Ave South
Pricing must remain firm for the initial contract term. Any proposed price increases
after the initial contract term must be submitted to DOA/DSF in writing. All increases
in pricing for future contract periods must be fully documented by contractor, shall
be based upon industry-wide effects, and must be approved/rejected by DOA/DSF
90 days prior to the renewal of the next contract term.
State of Wisconsin CONTRACT NO. 15-93667-700
Department of Administration DATE: January 1, 2007
PAGE: 3 of 16
The total price guarantee: The vendor shall guarantee the total cost stated for each
location in each area for the services performed.
8.0 PRICE:
Cost shown below is for each machine’s annual cost. The vendor shall submit monthly
invoices only for the work performed to the individual machines. Total Annual cost for shall
be each specific individual location with in the bid area.
A B C
Chiller Start-up Midseason Inspection Winter shut -down
AREA 1
Make & Model No.
Carrier 19DM78C5CP $402.00 $414.00 $1,255.00
Carrier 19DM78C5CP $402.00 $414.00 $1,255.00
Carrier 19DM5346AE $402.00 $414.00 $1,255.00
Carrier 19DM6582CL $402.00 $414.00 $1,255.00
York VT $402.00 $414.00 $1,255.00
York VT $402.00 $414.00 $1,255.00
Trane CVHE-450 $402.00 $414.00 $1,255.00
Trane CVHE-450 $402.00 $414.00 $1,255.00
Sub Total $3216.00 $3,312.00 $10,040.00
Total area 1 (A+B+C) $16,568.00
AREA 2
Make & Model No.
Carrier 19XL5151274CL $464.00 $476.00 $1,273.00
Trane CVHE-320 $464.00 $476.00 $1,021.00
Trane CVHE-320 $464.00 $476.00 $1,021.00
Carrier 30HS-160-E-620 $282.00 $294.00 $483.00
Carrier 30HX $282.00 $294.00 $483.00
Carrier 19X
$464.00 $476.00 $1,273.00
Carrier 19X
$464.00 $476.00 $1,273.00
Carrier 19X
$464.00 $476.00 $1,273.00
Carrier50ZNW070DZ3600NT $564.00 $567.00 $1,409.00
Sub Total $3,912.00 $4,011.00 $9,509.00
Total area 2 (A+B+C) $17,432.00
AREA 3
Make & Model No.
$476.00 $1,317.00
McQuay PEHO87-ABBB $464.00
$415.00 $1,249.00
Trane RTHC1BFOHOC $404.00
$264.00 $291.00
McQuay WHR090D-A $253.00
$264.00 $291.00
Carrier 05HY040DH400 $253.00
$264.00 $291.00
Carrier 05HY040DH400 $253.00
Sub Total $1,627.00 $1,683.00 $3,439.00
Total area 3 (A+B+C) $6,749.00
State of Wisconsin CONTRACT NO. 15-93667-700
Department of Administration DATE: January 1, 2007
PAGE: 4 of 16
AREA 4
A B C
Chiller Start-up Midseason Inspection Winter shut -down
Make & Model No.
Trane CenteravacY-ED3-EQ2 $464.00 $476.00 $1,021.00
Trane RTHB-130ALF $404.00 $415.00 $1,249.00
Sub Total $868.00 $891.00 $2,270.00
Total area 5 (A+B+C) $4,029.00
AREA 6
Make & Model No.
Trane RTHB-150 $316.00 $477.00 $1,211.00
Sub Total $316.00 $477.00 $1,211.00
$2,004.00
Total area 6 (A+B+C)
Additional services
Hourly rate for service work, normal working hours:
Normal working hours: __7:00_AM to __3:30___PM. $96.00 per hour
Hourly rate for service work, overtime: $ 144.00 per hour
Hourly rate for service work, weekends & holidays $ 192.00 per hour
Material cost mark-up above invoice cost: 10%
(Note: Include all costs in this hourly rate DOA will not pay additional charges for travel time, meals, truck charges,
tool use charges, environmental fees etc.) Cost of parts and replacement materials used at the unit will be covered
by DOA)
9. PURCHASE ORDERS/INVOICES:
The using agency shall issue a purchase order to the successful contractor. Contractor is
advised not to make any service until such purchase order has been received. Contractor shall
submit a copy of the original invoice to DOA/DSF.
The contractor agrees to retain all records and other documents relevant to this contract for (5)
five years after final payment or until after the resolution of any audit questions which could be
more than five years, whichever is longer. State of Wisconsin auditors and any other persons
duly authorized by Department of Administration shall have full access to the said materials.
The contractor shall not be held liable for failure to provide the service due to any strike,
accident, fire, governmental action or other causes over which he has no control, provided
up to the time such strike or casualty occurred. Contractor shall notify Operations &
Management of their inability to provide services and the reason thereof. Otherwise,
contractor shall be held in default and responsible under the contract.
In the event of the failure or inability of the contractor to deliver this service in accordance
with the contract for any cause whatsoever, the state may at its election declare the
contract canceled, and award the remainder of the unfilled contract requirements to another
contractor.
12. SUBCONTRACTING:
The contractor shall not assign this contract or subcontract to another party for
performance of the terms and conditions hereof without the written consent of Department
of Administration.
The Subcontractors’ rate for the job shall not exceed that of the Prime contractor’s rate as
in the original bid. Subcontractor’s invoice shall be invoiced directly to the Prime
contractor, who in turn shall pass through the costs to the State of Wisconsin without mark-
up. A copy of the subcontractor’s invoice must accompany the Prime contractor’s invoice.
13.1 If contractor fails to meet the performance standards for any location in one bid
area, the State of Wisconsin may terminate this Agreement at any time for
convenience, with or without cause, by delivering 30 days written notice to the
Contractor.
14. WARRANTY:
GENERAL SPECIFICATIONS
Chiller maintenance service is only represented in three seasonal periods, however it will
require several visits to complete the work outlined in each period. The three seasonal
periods are SPRING STATRTUP, MID-SEASON INSPECTION and WINTER SHUT-
DOWN. Water treatment at chiller sites shall be performed by a qualified water treatment
firm and shall be the responsibility of the State.
All services must be scheduled in advance with the respective area managers. It is the
responsibility of the Contractor to schedule this work prior to the start date of each service
period. Unless agreed upon otherwise work should begin in the first week of each period
and continue until it is completed.
Service work will be performed during normal week day hours excluding Holidays. No one
except authorized employees of the Contractor is allowed in the on the premises of State of
Wisconsin buildings.
The Contractor will repair or replace any worn parts found during the annual service, or
when making non routine service calls to maintain the chillers in good working conditions.
Replacement parts shall be billed at the Contractor’s cost as bid in the bid form.
Labor to perform Regular or After Hours repair service is not included in the preventive
maintenance program. Therefore, regular/after hours repairs will be made on a time
material basis as submitted in the bid form.
Preventative maintenance (PM) sheets are provided with this specification for each period
of service required. They are to be filled out by the service technician as work is
completed. Contractor must return the completed PM sheets to the Maintenance
Supervisor before the end of the allotted time given for each service period in order to
receive payment for that period.
In the event the work performance of the Contractor is unsatisfactory, the contractor will be
notified by the respective building representative and be given 4 hors to correct the work at
no cost to the State. Any additional parts replaced shall be billed at contract pricing.
Contractor service technicians are required to have a copy of this specification along with
the corresponding PM sheets with them any time they are performing contractual work at
each location.
It is the responsibility of the vendor to remove any used refrigerant from the site. All
materials supplied by the vendor shall be billed at invoice cost, plus mark-up and shipping
cost.
Chillers must be fully operational by the first week of April or within one (1) week
of DOA notification to contractor that chillers must be put in service.
Once leaks have been located using the electronic leak detector they will
then be confirmed using a liquid leak detector solution. Size and location
of leaks is to be recorded on a service report, along with any
recommendations to repair significant leaks.
4. Check all safety and operating controls and make sure unit is running
properly. Record all pertinent parameters of unit including the following:
6. Check chilled water pump, condenser water pump and cooling tower
operation, including tri-axial vibration measurements.
1. Collect an oil sample for analysis from each machine during last operating
inspection and forward it to pre-approved testing laboratory at the request
of DOA staff.
2. Collect a refrigerant sample for analysis from each machine during last
operating inspection and forward it to pre-approved testing laboratory at
the request of DOA staff.
(Work to be started second week in July and completed by the second week of August)
1. Electronically leak-test chiller units (three), pump out units (two), refrigerant
receivers (two), associated refrigerant piping and equipment, and relief vent
pipe outlet. Test to be performed using an electronic leak detector capable
of detecting a leak rate of one ounce per year. Once leaks have been
located using the electronic leak detector they will then be confirmed using a
liquid leak detector solution. Size and location of leaks is to be recorded on
a service report, along with any recommendations to repair significant leaks.
2. Check with maintenance supervisor to verify that chiller safety devices have
been operating properly - Evaporator Low Suction Pressure Cut Out, Low
Chilled Water Temperature Cut Out, Low Chilled Water Temperature Alarm,
High Condenser Pressure Cut Out, Compressor Auxiliary Oil Pump
Pressure Switch, Compressor Low Oil Pressure Cut Out, Low Chilled Water
Flow, test any that are questionable, calibrate if instructed to, and log their
operation.
3. Take an oil sample from each chiller compressor, Take refrigerant samples
from each chiller evaporator while in operation. Provide a spectrochemical
analysis for each sample taken including a detailed report of analysis results
and recommendations. Test results including recommendations must be
received by DOA within 4 weeks of sample collection.
Reports should include the tests results for each item listed below. Next to each
test result list the acceptable limits for each type of oil or refrigerant sample. For all
tests that do not meet acceptable limits provide a probable cause or causes of
abnormality along with a course of action to be taken to rectify problem.
4. Check and record hot component shaft alignment for compressor and driver on
York units; and for compressor, speed increaser, and driver on Carrier unit.
Check and record axial forward and reverse thrust and bearing clearance on all
three compressors and Lufkin speed increaser. Compare current readings with
factory specifications and readings from previous years.
Follow the specific instructions given on the chiller alignment log sheets
explaining where to mount dial indicators. (Note: No variances from these
procedures will be allowed) Completely fill out information requested on
each alignment log sheet. A copy of our plant chiller Hot and Cold Alignment
Log sheets has been included with this specification.
(Work to be started in the first week of December and completed by end of December)
MAINTENANCE PROCEDURES
(a) Lock out and tag all chiller electrical power sources.
(b) Pressurize the machine to a minimum 12 psig and electronically leak test all fabricated
compressor vessel and piping joints. Advise owner of findings. Follow all applicable State
and Federal guidelines.
(d) Drain oil and store in containers provided by owner. Disposal of oil is owner’s
responsibility. Oil should be changed in the first year of the contract and then every 3rd
run year after or as oil analysis dictates.
(e) Install new filter elements and associated o-rings on all machines per manufacturer’s
recommendations. All four machines are equipped with Carrier CSP single canister filter
units.
(g) Replace the volute filter, refrigerant filter and purge pump refrigerant strainer/filter.
(i) Refill the lube system. Service contractor to supply manufacturer’s recommended oil.
State of Wisconsin CONTRACT NO. 15-93667-700
Department of Administration DATE: January 1, 2007
PAGE: 10 of 16
(i) Check and record the set points, recalibrate as required the following safety and operating
controls and record values:
(j) Retest the above performed work for leaks and repair as needed. Minimum pressure for
this test to be 8 psig
(l) Using a megger, test the compressor and oil pump motor. Record values.
1. Phase to phase
2. Phase to ground
(m) Inspect starter contacts for pitting and corrosion. Correct spring tension and proper
operation of mechanical linkage. Clean starter cabinet and tighten all electrical
connections.
1. Inspect the Control Center. Perform general cleaning and tightening of connections.
Vacuum the cabinet to eliminate dust build-up.
2. Check safety and operating controls. Run control test. (Refer to table 3 for limits and
settings.)
4. Change compressor oil and have and oil analysis performed. Oil is to be changed the first
year and every three years thereafter as a minimum along with an oil analysis. Use
manufacturers’ recommended procedures. Use only a pre-approved testing laboratory and
provide results to owner.
7. Inspect and clean refrigerant float system. Use manufacturers’ recommended procedures.
Report any problems to Owner. Remove the float access cover and clean the chamber and
valve assembly. This is to be performed in the first and third run years.
8. Inspect the relief valves and piping. Use manufacturers’ recommended procedures. Report
any problems to Owner.
9. Inspect and clean the starting equipment. Use manufacturers’ procedures. Report any
problems to Owner.
10. Check oil pressure, condenser pressure, and cooler pressure transducers against a
pressure gauge. Calibrate as required using manufacturers’ recommended procedures.
State of Wisconsin CONTRACT NO. 15-93667-700
Department of Administration DATE: January 1, 2007
PAGE: 11 of 16
13. Electronically leak test all fabricated compressor and piping joints. Advise owner of results.
15. Reset service-on-time value on the status 01 screen when service work is completed.
16. Check and calibrate the refrigerant leak detection system as needed.
9. Inspect starter and starter components for signs of discoloration, burns, moisture, etc.
16. Inspect the control panel for cleanliness, control air leaks, etc.
18. Verify operation of the vane control system. Check for free and smooth operation. Check
31. Test the operation of all pump auxiliary contacts (chw, cw, oil, etc.).*
36. Inspect pulley grooves and belts for alignments, wear, and tension.
42. Test the secureness of mounting points; tighten all major points.
56. Inspect condenser fan bearings, shafts, and drive assemblies for wear and alignment.
66. Test the secureness of mounting points; tighten all major points.
*where applicable
YORK YT MACHINES
12. Inspect starter and starter components for signs of discoloration, burns, moisture, etc.
19. Inspect the control panel for cleanliness, control air leaks, etc.
21. Verify operation of the vane control system. Check for free and smooth operation. Check
32. Test compressor high discharge temperature cutout - calibrate and record.
33. Test low water temperature leaving cooler cutout - calibrate and record.
34. Test the operation of all pump auxiliary contacts (chw, cw, oil, etc.).*
39. Inspect pulley grooves and belts for alignment, wear, and tension.
45. Test the secureness of mounting points; tighten all major points.
46. Measure and record the purge compressor motor voltage and amperage.
59. Test the secureness of mounting points; tighten all major points.
*where applicable
Provide a detailed inspection report and advice of any maintenance that may need to be
completed before the next chilling season.
RECIPROCATING CHILLERS
3. Remove two oil samples from crankcase for field testing and lab analysis. Replace
any external oil filter element and lubricant if it is acidic based on the analysis.
Recharge the compressor lube system new oil with the proper grade.
4. Check the following safety and operating controls set points, record settings and
recalibrate as required.
a. Condenser high-pressure cutout.
b. oil low pressure cutout.
c. oil thermostat.
d. Refrigerant low temperature cutout.
e. Check and verify proper operation of water flow switches.
5. Re-leak test the work performed above and repair any leaks noted. Minimum
pressure 100 psig unless otherwise directed by the manufacturer.