HomeMy WebLinkAbout000983 Original Contract City of Port Angeles
Record # 000983
City of Port Angeles
Public Works&Utilities Dept.
Engineering
321 E.5`h Street LIMITED PUBLIC WORKS PROCESS
Port Angeles,WA 98362
KKS Tel:360-417-4541
Fax:360-417-4709 ❑ Request for Quotation
® Contract
Contract Title: Wastewater Treatment Plant Lab Heat Pump Installation Project Number: CON15-06
THIS CONTRACT is entered into the date last below written between the CITY OF PORT ANGELES, WASHINGTON
AND Dave's Heating &Cooling Service, Inc ("CONTRACTOR").
1. WORK BY CONTRACTOR
The Contractor shall perform the work as described in Attachment"A"(Attachment"A"may include Contractor's
Proposal, Scope of Work, Statement of Work, Plans, Specifications, and any other related Contract Documents)
which is attached hereto and by this reference is incorporated herein.
2.TERM OF CONTRACT
All work under this Contract is to be completed as indicated (check one):
❑ All work under this Contract is to be completed by this date:
❑ All work under this Contract is to be completed 10 days from the Notice to Proceed. No work is
to be performed prior to written Notice to Proceed by the City.
® The performance period under this Contract is 90 calendar days after issuance of the Notice to
Proceed.
3. PAYMENT
A. The City shall pay the Contractor for the work performed under this contract(check one):
❑ Force Account-Time and material, not to exceed: $
❑ Force Account-Time and actual expenses incurred, not to exceed: $
❑ Force Account- Unit prices set forth in the Contractor's bid or quote, not to exceed: $
® Firm Fixed Price set forth in Contractor bid or quote in the amount of: $18,600.00 + $1,562.40
in sales tax, for a total fixed price of$20,162.40
The Contractor shall do all work and furnish all tools, materials, and equipment, in accordance
with and as described in the Attachment"A".
The Contractor shall provide and bear the expense of all equipment, work and labor of any sort
whatsoever that may be required for the transfer of materials and for constructing and completing
the work provided for in this contract and every part thereof; except as are mentioned in the
specifications to be furnished by the City of Port Angeles.
B. The Contractor shall maintain time and expense records, which may be requested by the City. The contractor
shall submit invoices to the City for payment for work performed. All invoices must reference the City's contract
number. Invoices shall be in a format acceptable to the City.
C. The City shall pay all invoices from the Contractor by mailing a City warrant within 30 days of receipt of a
properly completed invoice.
D. All records and accounts pertaining to this Contract are to be kept available for inspections by representatives
of the City for a period of three(3) years after final payment. Copies shall be made available to the City upon
request.
CON15-06 Page 1 Rev.8/12/2015
E. If during the course of the Contract, the work rendered does not meet the requirements set forth in the
Contract, the Contractor shall correct or modify the required work to comply with the requirements of this
Contract. The City shall have the right to withhold payment for such work until it meets the requirements of the
Contract Documents.
4. RESPONSIBILITY OF CONTRACTOR
A. Safety. Contractor shall take all necessary precautions for the safety of employees on the work site and shall
comply with all applicable provisions of federal, state and local regulations, ordinances and codes. Contractor
shall erect and properly maintain, at all times, as required by the conditions and progress of the work, all
necessary safeguards for the protection of workers and the public and shall post danger signs warning against
known or unusual hazards.
B. Correction of Defects. Contractor shall be responsible for correcting all defects in workmanship and/or
materials discovered within one year after acceptance of this work. When corrections of defects are made,
Contractor shall be responsible for correcting all defects in workmanship and/or materials in the corrected work
for one year after acceptance of the corrections by the City. The Contractor shall start work to remedy such
defects within seven (7) days of mailing notice of discovery thereof by City and shall complete such work within a
reasonable time. In emergencies where damage may result from delay or where loss of service may result, such
corrections may be made by the City, in which case the cost shall be borne by the Contractor. In the event the
Contractor does not accomplish corrections at the time specified,the work will be otherwise accomplished and
the cost of same shall be paid by the Contractor.
C. Warranty. Contractor shall be liable for any costs, losses, expenses or damages including consequential
damages suffered by the City resulting from defects in the Contractors work including, but not limited to, cost of
materials and labor expended by the City in making emergency repairs and cost of engineering, inspection and
supervision by the City.The Contractor shall hold the City harmless from any and all claims which may be made
against the City as a result of any defective work and the Contractor shall defend any such claims at its own
expense. Where materials or procedures are not specified in the Contract Document, the City will rely on the
professional judgment of the Contractor to make appropriate selections.
D. Nondiscrimination/Affirmative Action. Contractor agrees not to discriminate against any employee or applicant
for employment or any other persons in the performance of this Contract because of race, creed, color, national
origin, marital status, sex, age or handicap, or other circumstances as may be defined by federal, state or local
law or ordinance, except for a bona fide occupational qualification. Contractor agrees to post in conspicuous
places, available to employees and applicants for employment, notices to be provided by Contractor setting forth
the provisions of the nondiscrimination clause.
E. Employment. Any and all employees of the Contractor, while engaged in the performance of any work or
services required by the Contractor under this Contract, shall be considered employees of the Contractor only and
not of the City. Any and all claims that may arise under the Workers Compensation Act on behalf of said
employees, while so engaged, and all claims made by a third party as consequence of any negligent act or
omission on the part of the Contractor's employees, while so engaged on any of the work or services provided or
rendered herein, shall not be the obligation of the City.
S.COMPLIANCE WITH LAWS
The Contractor shall comply with all federal, state and local laws and regulations applicable to the work done
under this Contract. Any violation of the provisions of this paragraph shall be considered a violation of a material
provision of this Contract and shall be grounds for cancellation, termination or suspension of the Contract by the
City, in whole or in part, and may result in ineligibility for further work for the City.
6.TERMINATION OF CONTRACT
A. This Contract shall terminate upon satisfactory completion of the work described in Attachment "A" and final
payment by the City.
B.The City may terminate the Contract and take possession of the premises and all materials thereon and finish
the work by whatever methods it may deem expedient, by giving 10 days written notice to the
t
i CON15-06 Page 2 Rev.8/12/2015
Contractor, upon the occurrence of any one or more of the events hereafter specified.
1. The Contractor makes a general assignment for the benefit of its creditors.
2. A receiver is appointed as a result of the insolvency of the Contractor.
3. The Contractor persistently or repeatedly refuses or fails to complete the work required herein.
4. Contractor fails to make prompt payment to subcontractors for material or labor.
5. Contractor persistently disregards federal, state or local regulations and ordinances.
6. Contractor persistently disregards instructions of the Contract Administrator, or otherwise
substantially violates the terms of this Contract.
7. The City determines that sufficient operating funds are not available to fund completion of the work
contracted for.
C. In the event this Contract is terminated by the City, Contractor shall not be entitled to receive any further
amounts due under this Contract until the work specified in Attachment "A" is satisfactorily completed, as
scheduled, up to the date of termination. At such time, if the unpaid balance of the amount to be paid under this
Contract exceeds the expense incurred by the City in finishing the work, and all damages sustained by the City or
which may be sustained by reason of such refusal, neglect, failure or discontinuance of employment, such excess
shall be paid by the City to the Contractor. If the City's expense and damages exceed the unpaid balance,
Contractor and his surety shall be jointly and severally liable therefore to the City and shall pay such difference to
the City. Such expense and damages shall include all legal costs incurred by the City to protect the rights and
interests of the City under the Contract, provided such legal costs shall be reasonable.
7. OWNERSHIP OF DOCUMENTS
A. On payment to the Contractor by the City of all compensation due under this Contract, all finished or
unfinished documents and material prepared by the Contractor with funds paid by the City under this
Contract shall become the property of the City and shall be forwarded to the City upon its request.
B. Any records, reports, information, data or other documents or materials given to or prepared or assembled by
the Contractor under this Contract will be kept confidential and shall not be made available to any individual or
organization by the Contractor without prior written approval of the City or by court order.
S. CLAIMS
Any claim against the City for damages, expenses, costs or extras arising out of the performance of this
Contract must be made in writing to the City within thirty days after the discovery of such damage, expense or
loss, and in no event later than the time of approval by the City for final payment. Contractor, upon making
application for final payment, shall be deemed to have waived its right to claim for any other damages for which
application has not been made, unless such claim for final payment includes notice of additional claim and fully
describes such claim.
9. GENERAL ADMINISTRATION AND MANAGEMENT
The Director of the Public Works and Utilities Department or his/her designee shall have primary responsibility for
the City under this Contract and shall oversee and approve all work to be performed, coordinate communications,
and review and approve all invoices, under this Contract.
10. INDEMINIFICATION / HOLD HARMLESS
A. The Contractor shall defend, indemnify and hold the City, its officers, officials, employees and volunteers
harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or in
connection with the performance of this Agreement, except for injuries and damages caused by the sole
negligence of the City.
B. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in
the event of liability for damages arising out of bodily injury to persons or damages to property caused by or
resulting from the concurrent negligence of the Contractor and the City, its officers, officials, employees, and
volunteers, the Contractor's liability hereunder shall be only to the extent of the Contractor's negligence. It is
further specifically and expressly understood that the indemnification provided herein constitutes the Contractor's
waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This
CON15-06 Page 3 Rev.8/12/2015
waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or
termination of this Agreement.
11. INSURANCE
The Contractor shall maintain insurance as set forth in Attachment B.
12. PREVAILING WAGE
This Contract is subject to Chapters 39.12 and 49.28 RCW, amendments thereto and regulations issued
thereunder, relating to prevailing wages, benefits and other requirements. Workers shall receive no less than the
prevailing rate of wage. Bidders shall examine and be familiar with such requirements. No claim for additional
compensation will be allowed which is based upon a lack of knowledge or a misunderstanding of any such
requirements by the Bidder or a failure to include in Bidder's price adequate increases in such wages during the
performance of this Contract. The Contractor is advised to consult the Washington State Department of Labor
and Industries to determine the prevailing wages that must be paid.
This public works project is being done in Clallam County. Washington State wage determinations for Clallam
County Journeymen and Apprentices can be found at:
https://fortress.wa.gov/1ni/wagelookUD/DrvWaaelookUD.aSDX
https://fortress.wa.gov/lni/wagelookuD/ADDrenticeWaQeLookup.aSDX
The applicable wage determinations to use have an effective date on the bid due date.
A copy of the applicable wage rates is available for viewing at the Port Angeles Public Works and Utilities
Contracts Office. In addition, this agency will mail a hard copy of the applicable wage rates upon request.
For a contract award under$2,500, and in accordance with RCW 39.12.040(2), the contractor or subcontractor is
authorized to submit a combined Statement Of Intent To Pay Prevailing Wages&Affidavit Of Wages directly to
the City of Port Angeles at final invoicing. Submission shall be made on the form developed by the Washington
State Department of Labor and Industries and available from the City of Port Angeles Public Works and Utilities
Department.
In case any dispute arises as to what are the prevailing rates of wages for a specific trade, craft or occupation
and such dispute cannot be adjusted by the parties in interest, including labor and management representatives,
the matter shall be referred for arbitration to the Director of the Department of Labor and Industries, and his
decision shall be final, conclusive, and binding on all parties involved in the dispute.
13. INTERPRETATION AND VENUE
This Contract shall be interpreted and construed in accordance with the laws of the State of Washington. The
venue of any litigation between the parties regarding this Contract shall be Clallam County, Washington.
14. BRANDS OR EQUAL
When a special "brand or equal"is named it shall be construed solely for the purpose of indicating the standards
of quality, performance, or use desired. Brands of equal quality, performance, and use shall be considered,
provided Contractor specifies the brand and model and submits descriptive literature when available. Any bid
containing a brand which is not of equal quality, performance, or use specified must be represented as an
alternate and not as an equal, and failure to do so shall be sufficient reason to disregard the bid.
15. INSPECTION AND REJECTION
All goods, services, work, or materials purchased herein are subject to inspection and to approval by the City. Any
rejection of goods, services, work, or materials resulting because of nonconformity to the terms and specifications
of this order, whether held by the City or returned, will be at Contractor's risk and expense.
CON15-06 Page 4 Rev.8/12/2015
16. SUBLETTING OR ASSIGNING OF CONTRACTS
Neither the City nor the Contractor shall assign, transfer, or encumber any rights, duties or interest accruing from
this Contract without the express prior written consent of the other.
17. INDEPENDENT CONTRACTOR
The Contractor is and shall be at all times during the term of this Contract an independent contractor and not
an employee of the City.
18. EXTENT OF CONTRACT/MODIFICATION
This Contract, together with the attachments and/or addenda, represents the entire and integrated Contract
between the parties hereto and supersedes all prior negotiations, representations, or agreements, either written
or oral. This contract may be amended, modified or added to only by written instrument properly signed by both
parties hereto.
19. SUBCONTRACTOR RESPONSIBILITY
A. The Contractor shall include the language of this section in each of its first tier subcontracts, and shall require
each of its subcontractors to include substantially the same language of this section in each of their subcontracts,
adjusting only as necessary the terms used for the contracting parties. The requirements of this section apply to
all subcontractors regardless of tier.
B. At the time of subcontract execution, the Contractor shall verify that each of its first tier subcontractors meets
the following bidder responsibility criteria:
- At the time of subcontract bid submittal, have a certificate of registration in compliance with chapter
18.27 RCW;
- Have a current state unified business identifier number;
- If applicable, have:
• Industrial insurance coverage for the subcontractor's employees working in Washington as required
in Title 51 RCW;
• An employment security department number as required in Tile 50 RCW; and
• A state excise tax registration number as required in Tile 82 RCW;
• An electrical contractor license, if required by Chapter 19.28 RCW;
• An elevator contract license, if required by Chapter 70.87 RCW.
- Not be disqualified from bidding on any public works contract under RCW 39.06.010 or 39.12.065(3).
CON15-06 Page 5 Rev.8/12/2015
IN WITNESS WHEREOF, the parties have executed this Contract as of L^ -,-f .` 2015.
Dave's Heating &Cooling Service, Inc. CITY OF PORT ANGELES
B B
Y� Y:
r
Printed Name: . r 01 S Printed Name:
Title: Title: � "
Address:
City:
Tax ID #: (-pry q -
Phone Number: `( f
CON15-06 Page 6 Rev.8/12/2015
City of Port Angeles ATTACHMENT "A"
Engineering Office
Public Works and Utilities Department WORK BY CONTRACTOR
360-417-4541
The contractor shall do all work and furnish all tools, materials, and equipment in order to accomplish the project
described below. Unless otherwise provided for in the Statement of Work, the Contractor will be responsible for
obtaining and paying for any and all permits required for this work.
General Scope: The project will install a new heat pump in the mechanical/storage room at the Southeast
corner of the Wastewater laboratory building.
Location: City of Port Angeles Wastewater Treatment Plant, 1509 East Columbia Street, Port Angeles, WA
Site Point of Contact: Lucio Baack, Assistant Civil Engineer II, at 360-417-4720.
Work Hours and Schedule: The Contractor will be allowed to work from 7:00 AM to 3:30 PM, Monday through
Friday, non-holidays. Work outside of these days and/or hours may be requested from and is at the discretion of
the City Engineer.
Permits: City mechanical, plumbing &electrical permits
Work Requirements: Contractor to be authorized installer by the equipment manufacturer.
1.0 Project Description: The project will install a new 2 ton water source heat pump system in the
mechanical/storage room adjacent to the lab. The heat pump will be a split system consisting of a Bosh 2
ton water to refrigerant heat pump module and a Trane GAM 5 series air handler with double wall
composite cabinet and epoxy coated coil. The air handler will be provided with an internal 7.20/9.6 kw
208/240 volt three phase resistance back up heat package. This heater package also serves as the single
point electrical connection for the air handler.
The air handler, base and filter section will be located along the north wall of the mechanical room in front
of the existing blocked outside air access. The heat pump module will be located on a steel support base
along the west wall of the mechanical room, south of the entrance into the lab.
The filter section will consist of a 16 gauge commercial side loading housing. The housing will
accommodate the particulate filter and one 72 pound V-Bank media cell to remove hydrogen
sulfide and odors.
Supply air will be connected to the existing 12"x12"supply duct. New high volume supply air diffusers will
be installed in the lab.
The source water for the heat pump module is to be connected to an existing waterline in the mechanical
room intended for this use. The water will flow to an existing capped floor drain.
Work shall include but not be limited to the following:
Major Equipment and Materials:
• (1) Bosh SV024-3CSN-FAG)M-EH4 water source heat pump module 208/230 volt three phase.
• (1)Trane air handler model #GAM5BOA24M21EA, with Trane heater package model BAYEAAC10LG3AB
208/230 volt three phase.
(1) Air Filter, Inc. side access filter housing model SASH-221H1W with, (1) Cameron Great Lakes
VT242412H-ZK6 vapor trap media filter.
(1) Motorized aluminum damper Dayton 4C500 or equivalent.
• (1) Honeywell 8000 series temperature control.
All necessary ductwork, equipment support and installation materials.
CON 15-06 Page 7 Rev.8/12/2015
Additional-Contractor Requirements.-
• Sequence of Operation and Controls: One Honeywell Vision Pro 8000 series digital thermostat will
provide temperature control. In addition the air handler fan and motorized outside air damper will
be interlocked with the lab exhaust fan to insure filtered make up air into lab when exhaust fans are
in operation. A duct mounted smoke detector will provide air handler shut down. All low voltage
controls and wiring by the Contractor.
• Power Wiring: Treatment plant electrician, Al Oman, to provide power wiring, service
disconnects and over current protection to HVAC equipment and assist with high voltage side of
control wiring at exhaust fans and outside air damper.
• The Contractor shall provide all necessary construction documents as required by the authorities
having jurisdiction (City of Port Angeles) for permitting purposes. The Contractor shall provide an
as-built schematic for all new ductwork and piping, as well as a sequence of operation.
• The Contractor is to provide a complete and satisfactorily working installation. if there appears to
be insufficient space to install the mechanical work,the engineer and owner shall be notified prior
to proceeding with the work. Failure to comply with this requirement will be considered sufficient
cause to require altering the work, at no additional cost to the contract, as directed by the
engineer.
• All materials furnished and all work installed shall comply with the current versions of the
Washington state administrative code, international fire code, national electrical code, international
building code, international mechanical code, uniform plumbing code, federal, state, and local
standards, and applicable energy codes. The Contractor shall satisfy the requirements of all local
utility, governmental agencies, and departments having jurisdiction as they relate to this project.
• Start-up of equipment shall be performed by(and under the direct supervision of) a technician
trained in this equipment.
City of Port Angeles
Engineering Office
CON15-06 Page 8 Rev.8/12/2015
ATTACHMENT „B„
Public Works and Utilities Department INSURANCE
360-417-4541
INSURANCE REQUIREMENTS FOR
CONSTRUCTION AND SERVICE CONTRACTS
Includes construction and remodeling,janitorial service, tree maintenance, road maintenance,painting,
electrical work,plumbing, movers, and on site maintenance agreements.
Insurance
The Contractor shall procure and maintain for the duration of the Agreement, insurance against claims
for injuries to persons or damage to property which may arise from or in connection with the
performance of the work hereunder by the Contractor, their agents, representatives, employees or
subcontractors.
No Limitation
Contractor's maintenance of insurance, its scope of coverage and limits as required herein shall not be
construed to limit the liability of the Contractor to the coverage provided by such insurance, or
otherwise limit the City's recourse to any remedy available at law or in equity.
Minimum Scope of Insurance
Contractor shall obtain insurance of the types described below:
1. Automobile Liability insurance covering all owned, non-owned, hired and leased vehicles.
Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form
providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide
contractual liability coverage.
2. Commercial General Liability insurance shall be written on ISO occurrence form CG 00 01 and
shall cover liability arising from premises, operations, independent contractors, products-
completed operations, stop gap liability, personal injury and advertising injury, and liability
assumed under an insured contract. The Commercial General Liability insurance shall be
endorsed to provide the Aggregate Per Project Endorsement ISO form CG 25 03 11 85 or an
equivalent endorsement. There shall be no endorsement or modification of the Commercial
General Liability Insurance for liability arising from explosion, collapse or underground property
damage. The City shall be named as an insured under the Contractor's Commercial General
Liability insurance policy with respect to the work performed for the City using ISO Additional
Insured endorsement CG 20 10 10 01 and Additional Insured-Completed Operations
endorsement CG 20 37 10 01 or substitute endorsements providing equivalent coverage.
3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of
Washington.
Minimum Amounts of Insurance
Contractor shall maintain the following insurance limits:
1. Automobile Liability insurance with a minimum combined single limit for bodily injury and
property damage of$1,000,000 per accident.
CON15-06 Page 9 Rev.8/12/2015
2. Commercial General Liability insurance shall be written with limits no less than $1,000,000 each
occurrence, $2,000,000 general aggregate and $2,000,000 products-completed operations
aggregate limit.
Other Insurance Provision
The Contractor's Automobile Liability and Commercial General Liability insurance policies are to
contain, or be endorsed to contain that they shall be primary insurance as respect the City. Any
insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the
Contractor's insurance and shall not contribute with it.
Acceptability of Insurers
Insurance is to be placed with insurers with a current A.M. Best rating of not less than A: VII.
E. Verification of Coverage
Contractor shall furnish the City with original certificates and a copy of the amendatory endorsements,
including but not necessarily limited to the additional insured endorsement, evidencing the insurance
requirements of the Contractor before commencement of the work.
F. Subcontractors
The Contractor shall have sole responsibility for determining the insurance coverage and limits required,
if any, to be obtained by subcontractors, which determination shall be made in accordance with
reasonable and prudent business practices.
G. Notice of Cancellation
The Contractor shall provide the City and all Additional Insureds for this work with written notice of
any policy cancellation, within two business days of their receipt of such notice.
H. Failure to Maintain Insurance
Failure on the part of the Contractor to maintain the insurance as required shall constitute a material
breach of contract, upon which the City may, after giving five business days notice to the Contractor to
correct the breach, immediately terminate the contract or, at its discretion, procure or renew such
insurance and pay any and all premiums in connection therewith, with any sums so expended to be
repaid to the City on demand, or at the sole discretion of the City, offset against funds due the
Contractor from the City.
CON15-06 Page 10 Rev.8/12/2015
DAVE'S
HEATING & COOLING SERVICE, INC,
July 29,2015
City of Port Angeles
Public Works&Utilities Department
Engineering
321 East 5h Street
Port Angeles WA 98363
Attention:Lucio Baack
Subject: The installation of a new water source heat pump system,with gas phase filtration and
make up air for the waste water treatment plant lab.
Background: The lab is at present,cooled by a 12,000 BTU per hour thru the wall A.C. unit and
heated by space heaters. The original equipment has been removed and the make up air source
for the lab exhaust systems have been covered.
Purposed: We propose that a 2 ton water source heat pump system be installed in the mechanical
room adjacent to the lab. The heat pump will be a split system consisting of a Bosh 2 ton water
to refrigerant heat pump module and a Trane GAM 5 series air handler with double wall
composite cabinet and epoxy coated coil.The air handler will be provided with an internal
7.20/9.6 kw 208/240 volt three phase resistance back up heat package. This heater package also
serves as the single point electrical connection for the air handler.
The air handler,base and filter section will be located along the north wall of the mechanical
room in front of the existing blocked outside air access.The heat pump module will be located
on a steel support base along the west wall of the mechanical room south of the entrance into the
lab.
The filter section will consist of a 16 gauge commercial side loading housing. The housing will
accommodate the particulate filter and one 72 pound V-Bank media cell to remove hydrogen
sulfide and odors.
Supply air will be connected to the existing 12"xl2"supply duct.New high volume supply air
diffusers will be installed in the lab.
The source water for the heat pump module is to be connected to an existing water line in the
mechanical room intended for this use. The water will flow to an existing capped floor drain.
Sequence of Operation and Controls:. One Honeywell Vision Pro 8000 series digital thermostat
will provide temperature control. In addition the air handler fan and motorized outside air
damper will be interlocked with the lab exhaust fan to insure filtered make up air into lab when
exhaust fans are in operation. A duct mounted smoke detector will provide air handler shut
down.All low voltage controls and wiring by Dave's Heating&Cooling.
Power Wiring: Treatment plant electrician,Al Oman,to provide power wiring,service
disconnects and over current protection to HVAC equipment and assist with high voltage side of
control wiring at exhaust fans and outside air damper.
Major Equipment and Materials:
• One(1)Bosh SV024-3CSN-FAGXXX-EH4 water source heat pump module 208/230
volt three phase.
• One(1)Trane air handler model#GAM5BO24M2 I EA,with Trane heater package model
BAYEAACIOLG3AB 208/230 volt three phase.
• One(1)Air Filter, Inc. side access filter housing model SASH-221H1 W with one(1)
Cameron Great Lakes VT242412H-ZK6 vapor trap media filter.
• One(1)motorized aluminum damper Dayton 4C500 or equivalent.
• One(1)Honeywell 8000 series temperature control.
• All necessary ductwork, equipment support and installation materials.
Job cost, including all necessary labor,equipment and required installation materials.
$18,600 plus tax
This proposal and the content therein is valid for sixty(60)days.
If there are any questions please do not hesitate to call our office.
Kirk Vance >
Commercials Sales&Service Representative
Dave's Heating&Cooling Service,Inc.
Tel: 452-0939 Fax: 452-4396