Loading...
1989-0112616L/1589 NO. X -f AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR PUBLIC WORKS OR IMPROVEMENTS; PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR; AND PROVIDING FOR AN EFFECTIVE DATE. WHEREAS, the city has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of state law and City ordinances; and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therefore; NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS: SECTION I. That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications attached hereto are hereby accepted and approved as being the lowest responsible bids: BID NUMBER CONTRACTOR AMOUNT 9902 Burley and Coward Mechanical, Inc. $390,465.00 SECTION II. That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, after notification of the award of the bid. SECTION III. That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein. SECTION IV. That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto. SECTION V. That this ordinance shall become effective imme iately upon its passage and approval. PASSED AND APPROVED this the 17th day of January, 1989. RAY E ENS, AYOR ATTEST: A S , CI 4YSEA,-RE-TARY APPROVED AS TO LEGAL FORM: DEBRA ADAMI DRAYOVITCH, CITY ATTORNEY BY: PAGE TWO DATE: JANUARY 17, 1989 CITY COUNCIL REPORT TO: Mayor and Members of the City Council FROM, Lloyd V. Harrell, City Manager SUBJECT: RFP# 9902 - HVAC RENOVATION RECOMMENDATION: We recommend the award of this project be made to the evaluated lowest and most responsive contractor, Burley Coward Mechanical, Inc. (BCI), Denton, Texas in the amount of $390,465.00. SUMMARY: This project is for the renovation of the heating, ventilation and air conditioning (HVAC) for the Municipal Building, Civic Center, Senior Citizen Center, and the Library. The cost for gas utility line extension has been deleted since Lone Star Gas has agreed to pick up this cost of $12,188.00. The new proposed chilled water loop to the newest portion of the Library has also been deleted in the amount of $31,165.00. This loop was not cost effective since energy efficient heat pumps currently are in use. The dollars generated by these deletions will be utilized to upgrade the system as proposed and for contingencies as they arise. BACKGROUND: Memorandum dated 11/17/88 from Steve Brinkman to Betty McKean presented to Council at a previous work session November 22, 1988, as backup to a presentation. PROGRAMS, DEPARTMENTS OR GROUPS AFFECTED: Those affected by this project are the various departments and groups using the specified buildings and the Building Operations Department whose responsibility it will be to maintain the system. FISCAL IMPACT: The project is scheduled for a 10-year payback utilizing funds generated from energy savings. The affected departments will contribute funds from their line item budget based on the projected savings for each department. 4Respe ully s ubmitted: rrell City Manager Prepared by: 0\ . Name: Title: A prow am itle: 002.DOC Z~ lion CITY of DENTON, TEXAS Civic Center/ 321 E. McKinney/ Denton, TX 762 M E M O R A N D U M TO: ' Betty McKean, Executive Director for Municipal Services and Economic Development FROM: Steve Brinkman, Director of Parks and Recreation DATE: November 17, 1988 SUBJECT: HVAC Renovation We would like to present the three qualifying bidders for the HVAC renovation of the city Hall, Civic Center, Library, and Senior Citizen Center. This program will completely renovate the existing above-ground system and put it in a like-new condition. It will also provide an energy management system to help control the environment of all four buildings, thereby saving utility costs and providing our crews instant maintenance information which will help to lengthen the life of the equipment. Of the three bidder9, we would like to recommend Burley/Coward for consideration. They are a Denton firm that could respond quickly to our needs. They have guaranteed a $64,000 utility savings on our current system which will allow the City to go out and sell bonds that would be paid back annually with that $64,000 savings. It would take approximately 8-10 years to pay back the principal and interest. Steve Brinkman MEM02596 = 1?enlon Parks and Pecreallon / Demon, Texas ! (817)555-8270 r PRESENTATION HVAC MODIFICATIONS FOR THE MUNICIPAL DOWNTOWN COMPLEX o Explain Basic Modification/Locations o City Hall o Civic Center o Library o Senior Center o Top.three contractors (Burley/Coward, Honeywell, TD Services) Submitted Cost Estimate TDS BCI HONEYWELL 1. Hot water heating systems 36,154 $127,731 $491,646 2. Library Central System Tie-In 12,660 31,165 ' 11,340 3. Additional Air Handlers and Zoning 53,058 24,420 22,960 4. Test and Balance All Buildings 9,310 8,578 38,640 5. Central Plant Piping Pump Modifications 40,360 16,690 70,560 6. Cooling Tower Rebuild 31,647 21,895 64,400 7. DDC Control/EMS System 151,202 109,395 176,400 8. Gas Piping 7,808 13,973 0 9. Gas Utility Extensions 0 12,188 0 10. Engineering and Design 8,000 24,500 41,972 TOTAL $370,000 $390,465 $917,918 *Thermal Storage Option $249,000_ $278,495 Not Economically 287,672 Feasible 346,386 218,100 Submitted Cost-Savings Per Year 56,000 (64,000) $ 50,000 Thermo (Not given) ( 91000) (Not given) PROS - CONS TD Service Burley Coward Honeywell +Cost $370,000 +Cost $390,000 -Cost $917,918 -Dallas firms +Denton firms -Dallas firms +Guaranteed savings +Guaranteed savings +Guaranteed savings +Easy to work with +Easy to work with -Difficult to work with -Not familiar with our system +Familiar with our -Not familiar with our system system -2 pipe system +4 pipe system +4 pipe system The payback schedules for three years, five years, and 10 years at 78 APR and at 8% APR for the amounts of $400,000 and $1,000,000 are attached. Payback time and amount will depend u pon the option chosen. OPTIONS o Executive staff choose and approve one contractor. $370,000+ o Executive Staff stops program - (we repair pumps and install energy management system). $132,000 0 Executive Staff stops program - (we repair pumps ONLY). $20,000 COSTS AND PAYBACK ON HVAC FOR THE MUNICIPAL DOWNTOWN COMPLEX Cost $400,000/ Payback Based on $64,000 Annual Savings 3 Yrs./7% 5 Yrs./7X 10 Yrs./7X Annual Payment: 152,420 $ 97,556 $ 56,951 Total Cost: 457,262 487,781 569,510 Payback: 7.14 Yrs. 7.62 Yrs. 8.90 Yrs. Cost $400,000/Payback Based on $64,000 Annual Savings 3 Yrs./8X 5 Yrs./8X 10 Yrs./8% Annual Payment: $ 155,213 $ 100,182 $ 59,611 Total Cost: 465,640 500,910 596,117 Payback: 7.28 Yrs. 7.83 Yrs. 9.31 Yrs. Cost $1,000,000/Payback Based on $64,000 Annual Savings 3 Yrs./7X 5 Yrs./7% 10 Yrs./7% Annual Payment: $ 381,051 $ 243,890 $ 142,377 Total Cost: 1,143,155 1,219,453 1,423,775 Payback: 17.86 Yrs. 19.05 Yrs. 22.25 Yrs. Cost $1.000,000/Payback Based on $64,000 Annual Savings 3 Yrs./8% 5 Yrs./8X 10 Yrs./8X Annual Payment: $ 388,033 $ 250,456 $ 149,029 Total Cost: 1,164,100 1,252,282 -1,490,295 Payback: 18.19 Yrs. 19.57 Yrs. 23.29 Yrs. PAYBACK is defined as the number of years required for an investment's cumulative cash flows to equal its net investment. Thus, payback can be looked upon as the length of time required for a project to break even on its investment. 4005F 617- C9// STATE OF TEXAS CONTRACT AGREEMENT COUNTY OF DENTON THIS AGREEMENT, made and entered into this 17 day of A.D., 1989, by and between THE CITY OF DENTON JANUARY of the County of DENTON LLOYD V HARRELL CITY MANAGER thereunto Party of the First Part, hereinafter termed the OWNER, duly authorized so to do, and BURLEY AND COWARD MECHANICAL INC. AND DAN COWARD a joint venture 113 WARREN STREET DENTON, TEXAS 76201 f DENTON County of DENTON of the City o , and state of TEXAS Party of the Second Part, hereinafter termed CONTRACTOR. WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by the Party of the First part (OWNER), and under the conditions expressed in the bonds bearing even date herewith, the said Party of the Second Part (CONTRACTOR) hereby agrees with the said Party of the First Part (OWNER) to commence and complete the construction of certain improvements described as follows: _RFP# 9902 HVAC DESIGN AND RENOVATION $390 318.00 - FxHTA T A EXHIBIT B ALTERNATES TOTALING S43 t36 00 AND DELETIONS TOTALING $43.283.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the said construction, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the 'Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, blueprints, and other drawings and printed or CA-1 and State of Texas, acting through 0044b written explanatory matter thereof, and the Specifications therefore, as prepared by THE CITY OF DENTON STAFF , all of which are made a part hereof and collectively evidence and constitute the entire contract. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. CITY OF DENTON, TEXAS LLOYD V. HARRELL, CITY MANAGER (SEAL) ATTEST: APPROVED AS TO FORM: l '~D . r - ~ 06 y Attorney CA-2 BURLEY AND COWARD MECHANICAL, INC. AND DAN COWARD a ioint venture Party of he Second P rt, CONTRACTOR gy r //lEl1 , Ti le (SEAL) 0044b PERFORMANCE BOND STATE OF TEXAS )C COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That Burley and Coward Mechanical, Inc. and Dan Coward a Joint venture , of the City of Denton County of Denton , and State of Texas as PRINCIPAL, and Security National Insurance Company as SURETY, authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto the CITY OF DENTON as OWNER, in the penal sum of THREE HUNDRED NINTY THOUSAND THREE HUNDRED EIGHTEEN AND NO/IO(hollars (g390,318.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by these presents: WHEREAS, the Principal has entered into a certain written contract with the OWNER, dated the 17 day of JANUARY , 1989 , for the construction of RFP# 9902 - HVAC DESIGN AND RENOVATION FOR $390,318.00 which contract is hereby referred to and made a dpart hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, the condition of this obligation is such, that if the said principal shall, faithfully perform said Contract and shall in all respects, conditions and agreements in and by said contract agreed and covenanted by the Principal to be observed and performed, and according to the true intent and meaning of said Contract and the Plans and Specifications hereto annexed, then this obligation shall be void: otherwise to remain in full force and effect; PB-1 PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the Revised Civil Statutes of Texas as amended by acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PROVIDED FURTHER, that if any legal action be filed upon this bond, venue shall lie in DENTON County, State of Texas. Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications, or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 23 day of January , 19 89. l3~£C~Ww-2n ►"~c~4n~caK~Nt Principal By ; G9~ Title Security National Insurance CcmDany Surety 114 V l~ Title Attorney-In-Fact Address 113 4Amex) Q0,47Z ;zj: 762-d (SEAL) Address 707 First State Bank Bldg. Denton, Texas 76201 The name and address of the Resident Agent of Surety is: (SEAL) Ramey King & Minnis, 707 First State Bank Bldg., Denton, Texas 76201 NOTE: Date of Bond must not be prior to date of Contract. PB-2 0091b PAYMENT BOND STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS: That Burley and Coward Mechanical, Inc. and Dan Coward a Joint Venture of the City of Denton , County of Denton , and State of Texas as principal, and Security National Insurance Company authorized under the laws of the State of Texas to act as surety on bonds for principals, are held and firmly bound unto THE CITY OF DENTON, TEXAS , OWNER, in the penal sum of THREE HUNDRED MINTY THOUSAND THREE HUNDRED EIGHTEEN AND NO/100---------------- Dollars ($390,318.00 ) for the payment whereof, the said Principal and Surety bind themselves and their heirs, administrators, executors, successors and assigns, jointly and severally, by thes presents: WHEREAS, the Principal has entered into a certain written contract with the Owner, dated the 17 day of JANUARY , 1989 RFP9 9902 - HVAC DESIGN AND RENOVATION to which contract is hereby referred to and made a part hereof as fully and to the same extent as if copied at length herein. NOW, THEREFORE, THE CONDITION OF THIS OBLIGATION IS SUCH, that if the said Principal shall pay all claimants supplying labor and material to him or a subcontractor in the.prosection of the work provided for in said contract, then this obligation shall be void, otherwise to remain in full force and effect; PROVIDED, HOWEVER, that this bond is executed pursuant to the provisions of Article 5160 of the revised Civil Statutes of Texas as amended by the acts of the 56th Legislature, Regular Session, 1959, and all liabilities on this bond shall be determined in accordance with the provisions of said Article to the same extent as if it were copied at length herein. PB-3 Surety, for value received, stipulates and agrees that no change, extension of time, alteration or addition to the terms of the contract, or to the work performed thereunder, or the plans, specifications or drawings accompanying the same, shall in anywise affect its obligation on this bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract, or to the work to be performed thereunder. IN WITHNESS WHEREOF, the said Principal and Surety have signed and sealed this instrument this 23 day of January , 19 89 . . 1~U crf4ll~ Wee4 (n+4T Principal By Title Security National Insurance Co. Surety G ~ Ti le Attorney-In-Fact Address 11,3 CJX~/Z/L~7J h" 4r, iX .71, w! Address 707 First State Bank Bldg. Denton, Tx. 76201 (SEAL) (SEAL) The_ name and address of the Resident Agent of Surety is: Ramey King & Minnis, 707 First State Bank Bldg., Denton, Tx. 76201 PB-4 0092b MAINTENANCE BOND STATE OF TEXAS COUNTY OF DENTON MECHANICAL, INC. AND KNOW ALL MEN BY THESE PRESENTS: THAT BURLEY AND COWARD DAN COWARD a joint ventures Principal, and Security National Insurance Company a Corporation authorized to do business in the State of Texas, as Surety, do hereby acknowledge themselves to be held and bound to pay unto the City of Denton, A Municipal Corporation of the State of Texas, its successors and assigns, at Denton, Denton County, Texas the sum of THIRTY NINE THOUSAND ~H TY nxx Axn gniinn------------------- Dollars l o,n3i_sn , 10% of the total amount of the contract for the payment of which sum said principal and surety do hereby bind themselves, their successors and asssigns, jointly and severally. This obligation is conditioned, however, that: BURLEY AND COWARD MECHANICAL, INC. and WHEREAS, said DAN COWARD a joint venture has this day entered into a written contract with the said City of Denton to build and construct RFP3 9902 - HVAC DESIGN AND RENOVATION which contract and the plans and specifications therein mentioned, adopted by the + City of Denton, are 'filed with the City Secretary of said City and are hereby expressly incorporatd herein by reference and made a part hereof as though the same were written and set out in full herein, and: WHEREAS, under the said plans, specifications, and contract, it is provided that the Contractor will maintain and keep in good repair the work therein contracted to be done and performed for a period of one (1) year from the date of acceptance thereof and do all necessary backfilling that may become necessary in connection therewith and do all necessary work toward the repair of any defective condition growing out of or arising from the improper construction of the improvements contemplated by said contractor on constructing the same or on account of improper excavation or backfilling, it being understood that the purpose of this section is to cover all defective conditions arising by reason of defective materials, work, or labor performed by said Contractor, and in case the said Contractor shall fail to repair, reconstruct or maintain said improvements it is agreed that the City may do said work in accordance with said contract and supply such materials and charge the same against the said Contractor and its surety on this obligation, and said Contractor and surety shall be subject to the damages in said contract for each day's failure on the part of said Contractor to comply with the terms and provisions of said contract and this bond. MB-1 0093b Now, THEREFORE, if the said Contractor shall perform its agreement to maintain said construction and keep same in repair for the maintenance period of one (1) year, as herein and said contract provided, then these presents shall be null and void and have no further effect; otherwise, to remain in full force and effect. It is further agreed that this obligation shall be a continuing one against the Principal and Surety and that successive recoveries may be had hereon for successive breaches of the conditions herein provided until the full amount of this bond shall have been exhausted, and it is further understood that the obligation to maintain said work shall continue throughout said maintenance period, and the same shall not be changed, diminished, or in any manner affected from any cause during said time. IN WITNESS WHEREOF the said Burley and Coward D4echanical, Inc. and Dan Coward a Joint Venture as Contractor and Principal, has caused these presents to be executed by Dan Canard and the said Security National Insurance Company as surety, has caused these presents to be executed by its Attorney-in-Fact Jeff P. King and the said Attorney-in-Fact has hereunto set his hand this 23 day of January , 19 89 . SURETY: Securi N ti n surance Co. BY: Attorney-in-Fact -43 G MB-2 0093b PRINCIPAL: TheTrinity VCom • • panes Dallas. Texas 75201 LIMITED POWER OF ATTORNEY KNOW ALL MEN BY THESE PRESENTS: That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation do hereby appoint M. G. RAMEY, TERRELL W. KING, III, RANDALL L. MINNIS, JEFF P. KING OR JAMES KING - DENTON, TEXAS its true and lawful Attorney(s)-in-Fact, with full authority to execute on its behalf fidelity and surety bonds or undertakings and other documents of a similar character issued in the course of its business, and to bind the respective company thereby. EXCEPT NO AUTHORITY IS GRANTED FOR- 1. Open Penalty bonds. 2. Bonds where Attorney(s)-in-Fact cancer as a party at interest. IN WITNESS WHEREOF, TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL IN- SURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., have each executed and attested these presents this 2gTHday of APRIL 199 888 E ARYE ARY-VI JAMES G. DR WERT, PRESIDENT AUTHORITY A That TRINITY UNIVERSAL INSURANCE COMPANY and SECURITY NATIONAL INSURANCE COMPANY, each a Texas Corporation and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC., a Kansas Corporation, in pursuance of authority granted by that certain resolution adopted by their respective Board of Directors an the lst day of March, 1976 and of which the following is a true, full, and complete copy. RESOLVED, That the President, any Vice-President, or any Secretary of each of these Companies be and they are hereby authorized and empowered to make, execute, and deliver in behalf of these Companies unto such person or persons residing within she United States of America, as they may select, its Power of Attorney constituting and appointing each such person its Attorney- in- Fact, with full power and author- ity to make, execute and deliver, for it, in its name and in its behalf, as surety, any particular bond or undertaking that may be required in the specified territory, under such limitations and restrictions, both as to nature of such bonds or undertaking and as to limits of liability to be undertaken by these Companies, as said Officers may deem proper, the nature of such bonds or undertakings and the limits of liability to which such Powers of Attorney may be restricted, to be in each instance specified in such Power of Attorney. RESOLVED, That any and all Attorneys-in-Foct and Officers of the Companies, including Assistant Secre- taries, whether or not the Secretary is absent, be and ore hereby authorized and empowered to certify or verify copies of the By-Laws of these Companies as well as any resolution of the Directors, having to do with the execution of bonds, recognizances, contracts of indemnity, and all other writings obligatory in the nature thereof, or with regard to the powers of any of the officers of these Companies or of Attorneys-in- Fac t. RESOLVED, That the signature of any of the persons described in the foregoing resolution may be toc- simile signatures as fixed or reproduced by any form of ryping, printing, stamping or other reproduction of the names of the persons hereinabove authorized." CERTIFICATION OF POWER ATTORNEY I, Judith E. Fagan, Corp. Secretary of TRINITY UNIVERSAL INSURANCE COMPANY, SECURITY NATIONAL INSURANCE COMPANY and TRINITY UNIVERSAL INSURANCE COMPANY OF KANSAS, INC. do hereby certify than the foregoing Resolution of the Boards of Directors of these Corporations, and the Power Attorney Issued pursuant thereto, are true and correct and are Still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of each Corporation his 23 day of January 19 89 m a> UOITH E. FAGAN, CORP. SECRETARY ~rNUUnnumtt~~ ~4xlxne 9-389< REV. 3-02 CITY OF DENTON MINIMUM INSURANCE REQUIREMENTS INSURANCE: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work and/or material has been completed/delivered and accepted by the City of Denton, Owner, the minimum insurance coverage as indicated hereinafter. Satisfactory certificate(s) of insurance shall be filed with the Purchasing Department prior to starting any construction work or activities to deliver material on this Contract. The certificate(s) shall state that thirty (30) days advance written notice will be given to the Owner before any policy covered thereby is changed or cancelled. The bid number and title of the project should be indicated, and the City of Denton should also be listed on all policies as an additional named insured. To avoid any undue delays, it is worth reiterating that: o Thirty (30) days advance written notice of material change or cancellation shall be given; o The City of Denton shall be an additional named insured on all policies. I. Workmen's Compensation and Employer's Liability. This insurance shall r protect the Contractor against all claims under applicable state workmen's compensation laws. The Contractor shall also be protected against claims for injury, disease, or death of employees which, for any reason, may not fall within the provisions of a workmen's compensation law. The liability limits.shall not be less than: o Workmen's Compensation - Statutory o Employer's Liability - Statutory II. Comprehensive Automobile Liability. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims for injuries to members of the public and damage to property of others arising from the use of motor vehicles licensed for highway use, whether they are owned, nonowned, or hired. The liability limits shall not be less than: o A combined single limit of $500,000 III. Comprehensive General Liability. This insurance shall be written in comprehensive form and shall protect the Contractor against all claims arising from injuries to members of the public or damage to property of others arising out of any act or omission of the Contractor or his agents, employees or subcontractors. CI-1 Insurance Requirements page two To the extent that the Contractor's work, or work under his direction, may require blasting, explosive conditions, or underground operations, the comprehensive general liability coverage shall contain no exclusion relative to blasting, explosion, collapse of buildings, or damage to underground property. The liability limits shall not be less than: o A combined single limit of $500,000 IV. Owner's Protective Liability Insurance Policy. This insurance shall provide coverage for the Owner and its employees, in the name of the City of. Denton, for liability that may be imposed arising out of the work being performed by the Contractor. This also includes liability arising out of the omissions or supervisory acts of the Owner. Although this insurance is strictly for the benefit of the Owner, the Contractor is responsible for obtaining it at his expense. The liability limits shall not be less than: o A combined single limit of $500,000 INSURANCE SUMMARY: The Contract shall provide insurance to cover operating hazards during the period of placing the facility in operation and during testing, and until such time as the facilities are completed and accepted for operation by the Owner and written notice of that fact has been issued by the Owner. Approval of the insurance by the Owner shall not in any way relieve or decrease the liability of the Contractor hereunder. It is expressly understood that the Owner does not in any way represent that the specified limits of liability or coverage or policy forms are sufficient or adequate to protect the interest or liabilities of the Contactor. Again, the Owner shall be given a certificate of insurance indicating that all of the above policies and the appropriate limits are indeed enforced. The certificate shall also indicate that the Owner will be given at least thirty (30) days written notice of cancellation, non-renewal, or material change of the required insurance coverage. All responsibility for payment of any sums resulting from any deductible provisions, corridor or self-insured retention conditions of the policy or policies shall remain with the Contractor. The Contractor shall not begin any work until the Owner has reviewed and approved the insurance certificates and so notified the contractor directly in writing. Any notice to proceed that is issued shall be subject to such approval by the Owner. CI-2 01/13/87 AI:II~:D. CERTIFICATE OF INSURANCE- '$BDE°ATE(MM/°D,Y"' 1/23/89 IODUCER THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, Freeman Insurance EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW 620 Dallas Drive - - Denton, Texas 76205 COMPANIES AFFORDING COVERAGE COMPANY A SUB-CODE LETTER .Northbrook. -National Ins. Co. . COMPANY LETTER B Northbrook, Property , Casuals Ins Co Burley & Coward Mechanical, Inc! COMPANYC 113 Warren I COMPANY Denton, Texas 76201 LETTER D COMPANY LETTER E COVERAGES m-"+' THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. CO TYPE OF INSURANCE POLICY NUMBER i POLICY EFFECTIVE ;POLICY EXPIRATIONi ALL LIMITS IN THOUSANDS TR; DATE (MM/DD/YY) DATE (MM/DD/YY) GENERAL LIABILITY ; GENERAL AGGREGATE 2,000, x A' COMMERCIAL GENERAL LIABILITY 'CLAIMSMADEX 'occuR. TCPP0740459 OWNER'S A CONTRACTOR'S PROT, { AUTOMOBILE LIABILITY X 'ANY AUTO ALL OWNED AUTOS A SCHEDULED AUTOS X HIRED AUTOS X NON-OWNED AUTOS GARAGE LIABILITY zCA0740457 1/1/89 1/1/89 1 EXCESS LIABILITY X B; OTHER THAN UMBRELLA FORM ;UEL0740458 1/1/89 WORKER'S COMPENSATION A' AND EMPLOYERS' LIABILITY OTHER WC0740456 i 1/1/89 DESCRIPTION OF OPERATIONS/LOCATIONSMENICLES/RESTRICTIONS/SPECIAL ITEMS I EACH OCCURRENCE I S I,_0AO , j FIRE DAMAGE (Any one fire) 1$ 50 , MEDICAL EXPENSE (Any one person) j S 1 PRODUCTS-COMP/OPS AGGREGATES $ -2,,,000, 1/1/90 PERSONAL 8ADVERTISING INJURY 1$ 1,000, COMBINED I . SINGLE i S 5500, LIMIT BODILY ' f 1/1/90 NJURY 'I (Per person) ' = " BODILY INJURY $ 1 1 ' 1 q 1 ?(Per sccleenl) _ > j PROPERTY $ ' : DAMAGE EACH AGGREGATE OCCURRENCEi S 90 i 2,0001 2,000, STATUTORY " 0 ~ S (EACH ACCIDENT) 1 / 1 / 9 O - L 10 S 1 0 (DISEASE-POLICY LIMIT) Sy 10 O(DISEASE-EACH EMPLOYEE CERTIFICATE HOLDER °'-%CANCELLATION'"- - . - - s, CITY OF DENTON iN SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE 901-B Texas Street EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO Denton, Texas 76201 MAIL DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE Attention: Mr. John Marshall LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR Purchasing Agent i'I LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REPRESENTATIVES. t« AUTHORIZED REPRESENTATIVE F/R~(E/;/i'./ry'{'~/j'~T~y//77J(oyT~SU/7RAAN/C)E ac11~.~~. ` CERTIFICATE OF INSURANCE ISSUE DATE (MMIDD"Y) -u 1/27/89 ] PwoOUCiiw THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS 1 NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, Freeman Insurance I EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW 620 Dallas Drive Denton, Texas 76205-7298 COMPANIES AFFORDING COVERAGE SUB-CODE INSURED CITY OF DENTON 901-B Texas St. Denton, Texas 76201 Attn: John Marshall COMPANY A LETTER Northbrook Indemnity Company- COMPANY B LETTER COMPANY C LETTER COMPANY D LETTER COMPANY E LETTER COVERAGES THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTEDaELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE-FOR THE POLICY PERIOD-,:- NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS INDICATED , CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ~ CO TYPE OF INSURANCE POLICY NUMBER i POLICY EFFECTIVE POUCY EXPIRATIONi ALL LIMITS IN THOUSANDS DATE (MM/DDNY) DATE (MMIDDNY) LTR GENERAL LIABILITY i GENERAL AGGREGATE is _ 500L COMMERCIAL GENERAL LIABILITY ' I I PRODUCTS-COMPIOPS AGGREGATE' $ ' CLAIMS MADE' X' OCCUR 0749849 11/27/89 1/27/90 ' PERSONAL S ADVERTISING INJURY S _ ' ' 500, i EACH OCCURRENCE S S 6 CONTRACTOR OWNER S PROT A X! _ ! FIRE DAMAGE (Any one tire) I $ 1 MEDICAL EXPENSE (Any we portion) i S ;AUTOMOBILE LIABILITY ! COMBINEDI i } I SINGLE S 1 ANY AUTO I 1 LIMIT ALL OWNED AUTOS BODILY I INJURY is I SCHEDULED AUTOS i (Par person) ; ~--J HIRED AUTOS : E BODILY I , INJURY $ r NON-OWNED AUTOS 1 1 (Per accident) GARAGE LIABILITY . PROPERTY i $ ` ' DAMAGE I EXCESS LIABILITY EACH AGGREGATE OCCURRENCEI , ' OTHER THAN UMBRELLA FORM _ i. STATUTORY WORKER'S COMPENSATION ACCIDENT)- AND S (DISEASE-POLICY LIMIT) 1 EMPLOYERS'LIABILITY S (DISEASE-EACH EMPLOYEE OTHER DESCRIPTION OF OPERATIONSILOCATIONSNEHICLES/RESTRICTIONS/SPECIAL ITEMS - " JOB: RFP #9902 Description: HVAC Renovations, City of Denton Municipal Complex CERTIFICATE HOLDER DESIGNATED CONTRACTOR: Burley & Coward Mechanical, Inc. 113 Warren Denton, Texas 76201 Attn; Frank Cunningham CANCELLATION .s SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUING COMPANY WILL ENDEAVOR TO MAIL -4G- DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE y.' LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE COMPANY, ITS AGENTS OR REP SENTATIVES. Sc, AUTHORIZED REPRESENTATIVE w Arvid G. Leick,. , &W . CONDITIONS AMMOML INSIM: The City or Denton, its elected aid appointed officals, offices and employees. (ibis does not apply to idod"'s CaVe satim. ) NOIIM OF C1 : Prim to any material S or carrilatirn_ the City of Denton wiA be given 30 days advance taitten notice ®led to the stated add<ess or the Certificate Holder, City cC Denton. t . C01MACIUpAL CajMALE: (Liability mmmed by anttact or agrement, and warld not othm-Aim east). The oontzacbmi liability re4dresmt show an the reverse side of this Certificate of Itaranoe onda' C3UPrehnmve General Liability, mat incirrde a definitim cf Coverage broad eoa,93 to provide coverage for oblimstims am+mad by the omlz acbm in the referenced anizact. This Catifirate of Ia9aace is provided as repaired by the t t5 contract. 2. CiAiM MICE FaM EORh Required period ce aruera®e will be dstm mnsd by tine follaurg formula: Cmtimas coverer for the life aC the Canhact, plrs one yew (to provide coverdge for the warranty period), and a extended discove9 period for a minim" of 5 years uhich shall begin at the esld CC the warranty period. 3. FIE E TRW r nmrr M: (gequired in all antrdcts that involve the ocarpaacy, aonshvctim or alteration of City-owned or leased facilttlw). Inmrmcs is to Cover NAIL irr~s, contents (wheee apoirahlP) and pemmtly umbel ed equipmnt ldtis respect to prvpaty dam to strucUres or portions of stnr bzms if such d is rased by the per a of fire and due to the operations of the contractor. Lildt aP liability is to be a ®nimm cf $500,000. CI-4 71] Page No of Pages - ~prn~nsttt---- - - --=r BC I y BURLEY & COWARD MECHANICAL, INC. 113 WARREN ST. / AND DAN COWARD, INDIVIDUAL, A JOINT VENTURE DENTON, TEXAS 76201 (817) 565 1010 ATTN: PURCHASING DEPARTMENT PROPOSAL SUBMITTED TO PHONE DATE CITY OF DENTON, TEXAS 817/566-8311 OCTOBER 11, 1988 STREET JOBNAME 901-B TEXAS STREET PROPOSAL NO. 9902 CITY STATE AND ZIP CODE JOB LOCATION D NTON, TX 76201 HVAC DESIGN AND RENOVATION ARCHITECT DATE OF PLANS JOB PHONE WE HEREBY SUBMIT SPECIFICATIONS AND ESTIMATES FOR DESIGN AND RENOVATION OF THE HVAC SYSTEMS IN ACCORDANCE WITH YOUR RFP NO. 9902, AND THE ATTACHED "EXHIBIT A." PRICE DOES NOT INCLUDE ANY WARRANTY OF EXISTING EQUIPMENT AND DEVICES. It is agreed that in arriving at the above prices for labor and materials it is contemplated by the parties that the same will be paid to the order of BURLEY & COWARD MECHANICAL at its' place of business in Denton, Texas, promptly as provided herein, and in the event same is not so paid we agree to pay interest at the highest lawful rate on same amount from its due date and in the event the same is collected through suit or through an Attorney, the Probate Court or Bankruptcy Court, we agree to pay a reasonable attorney's fee thereon. Vr VtOPOlt hereby to furnish material and labor - complete in accordance withabove specifications, for the sum of BASE BID: BASE BID: THREE HUNDRED NINETY THOUSAND FOUR HUNDRED SIXTY-FIVE AND NO/94rs($ $ 390,465.00 PAYMENT TO BE MADE AS FOLLOWS: PER EXHIBIT A. All material is guaranteed to be as specified. All work to be completed in a workmanlike manner according to standard practices. Any alteration or deviation from above specifications involving extra costs will be executed Authorized only upon written orders, and will become an extra charge over and above Signature- DAM OW the estimate. All agreements contingent upon strikes, accidents or delays beyond our control. Owner to carry fire, tornado and other necemry Note: This proposal maybe 30 days. insurance. Our workers are fully covered by Workman's Compenstion withdrawn by us if not accepted within Insurance. 9.Crr;t2aritr lot ~rnpaeal The above prices specifications ' ou are author. and conditions are satisfactory and are hereby accepted. Y !zed to do the work as specifed. Payment will be made as outlined above Signature Date of Acceptance Signature Page 1 "Exhibit A" October 11, 1988 Project: Desion and Renovation of the City of Denton downtown HVAC system From: Burley and Coward Mechanical, Inc. and Dan Coward, a joint venture. 113 Warren Street Denton, Texas 76201 (817) 565-1010 In accordance with your REQUEST FOR PROPOSALS #9902, we offer the work as outlined below, and as described in your "preliminary program" - items No.l thru no.8. Following is a listing of clarifications and deviations to the work outlined in your "preliminary program". Unless otherwise mentioned below, this base bid proposal includes all work described in items 1 thru 8 of the "preliminary program". 1. Central Plant: a. The existing fill is wood, and will be re-used. This proposal provides for removal of the cement-asbestos walls and intake louvers, in addition to the asbestos drift eliminators. New tower walls to be FRP panels. b. (work to be as described) c. New frame-mounted, horizonal split case pumps to be install- ed, and re-connectged to existing electrical service. d. New frame-mounted, horizonal split case pumps to be install- ed. Piping between pumps and chillers to be re-worked, to allow independant operation of either chiller/pump. 2. Hot water Heating System: a. This segment of work does not apply to the Senior Center. Replacement of the existing remote electric reheat duct heaters is included. Page 2 October 11, 1988 "Exhibit A" (continued) b. Six boilers to be provided, with individual pumps, and bladder-type expansion tanks, to provide heating zones as follows: 1. Council chambers, data processing 2. City manager, utilities, engineering 3. Finance, customer service, legal 4. Civic center 5. Original library 6. Library expansion Boilers at the municipal building and the original portion of the library to be installed on non-combustible bases, set on equipment support rails, flashed into the roof. Each boiler to be installed either above a mechanical room, or outside a mechanical room. The boiler for the library east wing addition to be installed on a steel support frame, within the equipment courtyard. Boiler at the Civic Center to be mounted outside the east side of the building on a concrete pad, and be enclosed within a 6 ft tall chainlink fence. east Boilers to be factory built for outdoor duty, and be equipped with electronic spark pilot ignition, and modulat- ing fire. (Modulating fire is an extra cost. However, we feel it is needed for proper and efficient operation. We have included it in our proposal.) c. New boiler rooms are not required, with boilers mounted on the roof. d. Three gas meters to be provided, one for each building, located at the west side of the library. e. Underground hot water piping is not required at the library, with the boilers mounted on the roof. f. thru h. (no change in these items) 3 Library Central Plant Cooling: a. The piping will be run underground, and not thru the crawl space, due to a lack of room within the crawl space. (continued pg 3) Page 3 October 11, 1988 "Exhibit A" (continued) b. Individual cooling and heating coils will be provided. c. A new circulating booster pump (7-1/2 hp) to be installed on a concrete pad adjacent to the library building. Isolati- on valves will be provided, to isolate the west and east wings. Pump to be enclosed within a 6 ft chainlink fence. d. (no change in this item) 4. Additional Airhandlers and Zoning: a. New zones to be run direct from existing AHU-2, and be provided with individual zone dampers and hot water coils at AHU-2. A total of six zones to be provided in the Finance Dept., with four serving the rooms along the north wall. b. A total of five airhandlers (three existing, two new) to provide five zones of control in the engineerin/utilities area. Each airhandler to be mounted above the ceiling. c. All new ductwork to be galvanized steel, either insulated externally with 2" thick foil-backed fiberglass, or inter- nally insulated with 1" thick ductliner. d. Outside air intakes to have modulating dampers, to allow increases or decreases of the O.A. volume, thru the DDC control system. e. Units to be installed on 12" tall equipment supports, flashed into the roof. Weathertight enclosures, with access panels to be provided at each unit. f. (no change in this work) g. (New item) Existing ceiling in the City Managers conference room to be removed, and a new 2x2 "tegular tile" lay-in ceiling, similar to the adjacent room, to be installed. Removal of existing ceiling, and installation of new ceiling to be done after normal working hours. (continued pg 4) Page 4 October 11, 1988 "Exhibit A" (continued) h. (New item) The existing lay-in ceiling tile, and 4 ft "tees" to be removed where ductwork modifications or additions occur. Removal of the ceiling, and re-installatio- n, to be done after normal working hours. Price includes re-building the furdown north of the mechanical room in engineering, i. (New item) Ductwork modifications in the municipal building to be performed during normal working hours. Any extended interuptions (more than two hours) of heating/cooling service to be performed after hours. 5. DDC Control System: a. (no change) b. A Control Systems International 6000 series DDC control, energy management system to be provided. (refer to "exhibit B".) c. Approximately 373 points to be provided. Refer to I/O schedule on "Exhibit B". Each building to be direct wired together through a system of underground conduit. All conductor wiring to be "shielded" type, suitable for installation within a return air plenum space. d. thru j. (no change in this work) 6. Gas Piping: a. (no change) b. The Civic Center gas piping to be run to a meter location adjacent to the library. Gas service is not available from East McRinny Street. (continued pg 5) Page 5 "Exhibit A' 7. Gas Main Extension: October 11, 1988 (continued) a. The Civic Center will be served from this meter location also. b. This work cannot be done. Gas service is un-available from East McKinny Street. 8. Engineering: a. thru c. (no change in scope) The above items are changes or clarifications of the work outlined in the "preliminary program". A breakdown of the project costs ("Exhibit D") is attached. These costs are not valid for add/deduct purposes, and are provided for informational usage only. A one (1) year warranty for materials and labor provided under this proposal is included. Warranty will start upon either completion of the work, or upon Owners benificial use of the equipment/work, whichever occurs first. The DDC energy management system also includes the standard manufacturers two-year parts warranty offered by Control Systems International, on their components. The following items are excluded from this proposal: a. Any test and balance work at the Senior Center. b. Any "rock" excavation. c. Any repair of the existing chilled water piping distribution system, or existing chilled water pipe insulation. d. Any repairs to existing ductwork, other than the modifications outlined in the proposal. e. Any civil engineering, or other work, to obtain any easements within the municipal complex. f. Any maintenance work during the warranty period, such as filter changes, chemical treatment, etc.. Terms of payment would be: a. Applications for progress payments will follow AIA G-703 format, and will be submitted monthly, for stored materials and work in place, at the end of each month. (continued pg 6) Page 6 October 11, 1988 "Exhibit A" (continued) b. Applications for payment will be delivered to the Owners Representative by the 25th of each month. c. Progress payments will be made by the City, no later than the 10th of each month, for work invoiced and completed the previous month. d. A 10% retention will be deducted from each application for payment, up to 50% completion of the work. No retentions to be witheld from the last 50% of the work. Retention monies will be released within 30 days of completion of the project. Refer to "Exhibit C", for pricing of the thermal storage alter- nates. Total Cost for the Base Bid Proposal: $ 390 465 00 PRICING ENERGY CONSERVATION AND MAINTENANCE MODIFICATIONS FOR THE DENTON MUNICIPAL COMPLEX 1. HOT WATER HEATING SYSTEMS $ 127,731.00 2. LIBRARY CENTRAL SYSTEM TIE-IN $ 31,165.00 3. ADDITIONAL AIR HANDLERS AND ZONING $ 24,420.00 4. TEST AND BALANCE ALL BUILDINGS $ 8,578.00 5. CENTRAL PLANT PIPING PUMP MODIFICATIONS $ 16,690.00 6. COOLING TOWER REBUILD $ 21,895.00 7. DDC CONTROL/EMS SYSTEM $ 109,395.00 8. GAS PIPING $ 13,973.00 > 9. GAS UTILITY EXTENSIONS $ 12,118.00 10. ENGINEERING AND DESIGN $ 24,500.00 11. THERMAL STORAGE SYSTEM $ * (SEE BELOW) LESS INCENTIVE PAYMENT FROM CITY OF DENTON MUNICIPAL UTILITY 87,000.00 ) "EXHIBIT D" * A) ICE BUILDER ICE BANK $ 278 ,495.00 B) CALMAC GYLCOL ICE BANK $ 287 ,672.00 C) TURBO ICE HARVESTER $ 346 ,386.00 D) CHILLED WATER STORAGE $ 218 ,100.00 "Exhibit B" Energy Management I/O Point Summary I/O SUMMARY: Municipal Building Point Description Multi-zone zone temps. Single zone space temps. VAV box space temps. CHW valves (existing) Zone dampers (existing) O.A. damper actuators (existing) AHU supply fans on-off (new & existing) CHW valves (new) HW valves (new) Cold deck temps. Bypass deck temps. Return air temps. Discharge air temps. Zone dampers (new) O.A. damper actuators (new) DX compressors on-off Mixed air temps. VAV box volume VAV box damper Boiler pumps on-off Boiler temp. reset HWS temp. HWR temp. CHS temp. CHR temp. Dirty filter indication TOTALS PW AI DO DO DI 21 11 3 11 19 9 16 2 32 5 5 16 32 2 4 2 8 3 3 3 3 1 1 1 1 16 108 24 82 16 I/O SUMMARY: Central Plant PW Point Description AI DO DO DI CHILLER NO. 1: CHS temp. 1 CHR temp. i CWS temp. 1 CWR temp. 1 Compressors 4 CHW pump on-off 1 CW pump on-off 1 CHILLER NO. 2: CHS temp. 1 CHR temp. 1 CWS temp. 1 CWR temp. 1 Compressors 4 CHW pump on-off 1 CW pump on-off 1 O.A. temp. 2 Tower fans on-off 2 SUB-TOTALS 10 14 0 0 ALTERNATE CENTRAL PLANT: Ice tank temps. 16 Ice tank levels 2 Ice tank pumps on-off 2 Ice water supply temp. 1 Ice water return temp. 1 Ice water c/o valves (new) 2 Ice water compressors 2 Ice water condensers 2 TOTALS 28 22 0 2 I/O SUMMARY: Library Point Description AI DO PW DO DI R.A. temps. Cold deck temps. Bypass deck temps. Discharge air temps. Mixed air temps. Zone temps. Space temps. CHS temp. CHR temp. HWS temp. HWR temp. Fans on-off HW pump on-off Boiler temp. reset O.A. damper (existing) Zone dampers (existing) Zone dampers (new) CHW valves (new) CHW valve (existing) HW valves (new) Dirty filter indication TOTALS 3 1 1 11 3 9 2 1 1 1 1 3 2 2 1 6 3 2 1 11 - - - - - - - 3 - - 34 - - - 7 - - 24 3 I/O SUMMARY: Senior Citizens Building PW Point Description AI DO DO DI HP fans on-off 2 HP compressors 2 HP reversing valves 2 HP elec. heat 2 HP space temps. 2 HP discharge air temps. 2 HP R.A. temp. 2 Dirty filter indication 2 TOTALS 6 8 0 2 I/O SUMMARY: Civic Center Point Description AI Bypass deck temps. 1 Cold deck temps. 1 Multi-zone R.A. temps. 1 Multi-zone mixed air temps. 1 Discharge temps. 3 Multi-zone supply fans on-off Multi-zone O.A. damper CHS temp. 1 CHR temp. 1 HWS temp. 1 HWR temp. 1 HW pump on-off Zone temps. 2 Zone dampers Zone HW valves Reheat HW valves CHW valve Reheat space temps. 2 HP fan on-off HP compressor on-off HP reversing valve HP elec. heat HP space temp. 1 HP discharge temp. 1 HP R.A. temp. 1 Dirty filter indication Boiler temp. reset PW DO DO DI 1 1 1 2 2 2 1 1 1 1 1 2 1 TOTALS 18 7 8 2 B C`! / BURLEY & COWARD MECHANICAL. INC. 113 WARREN ST. DENTON, TEXAS 76201 (817) 588-1010 January 5, 1988 Attn: Mr. Bruce City of Denton 215 E. McKinney Denton, Texas (817) 566-8270 Re: Proposal # Municipal Dear Bruce, Henington Building Operations St. 76201 9902 - HVAC Design and Renovation ,omplex - City of Denton Attached are copies of our 10-11-88 proposal for the work outlined in your RFP #9902, and copies of our following alter- nates to the work: 1. Perform Duct Modifications After Hours Add: $ 2,894.00 3. Gas Service Line to Senior Center Add: $ 3,645.00 5. DDC Sys Operator Training (two people)... Add: $ 11300,00 6. CSI Series 7000 Control System Add: $ 2,980.00 8. Automatic Two-speed fan @ Civic Center Add: $ 385.00 10. Keypad Over-ride @ Munic. Bldg: Add: $ 2,790.00 11. Key Operated Over-rides @-Lib./Civic: Add: $ 1,300.00 12. Relocate Stainers at AHU : Add: $ 4,605.00 13. New By-Pass Lines @ AHU's : Add: $ 5,375.00 15a. Remove Mechanical Room @ Finance: Add: $ 8,687.00 16. Insulation and Heat Trace @ Cond. Piping: Add: $ 3,400.00 17. Install Civic Center Boiler on Roof: (no change in contract) 19. New Access Doors in Ceilings: Add: $ 670.00 20. Double Light Switches/Dimmers @ Conf. Rm: Add: $ 825.00 21. Relocate AHU-7 : (no change in contract) 22~ Minimum Flow Chilled Water Pump: Add 4,280.00 Total Cost of the Above Listed Alternates: $ 43,136.00 Please call if you need any this project. Thank you. Very truly yours, Franklin W. Cunn gham additional information regarding PLUMBING HEATING AIR CONDITIONING PROPOSAL # 9902 October 11, 1988 Design and Renovation of the City of Denton downtown HVAC system Contractor: Burley and Coward Mechanical, Inc. 113 Warren Street Denton, Texas 76201 (817) 565-1010 Voluntary Alternate No.i: After-Hours Work Perform the additional ductwork and zone modifications in the engineering, utilities, and finance departments after normal working hours. The base bid proposal allows this work to be done during normal working hours. Under the base bid proposal, ceiling removal and re-installation is done after normal working hours. Add to Base Bid Proposal: 2.894.00 PROPOSAL # 9902 October 11, 1988 Design and Renovation of the City of Denton downtown HVAC system Contractor: Burley and Coward Mechanical, Inc. 113 Warren Street Denton, Texas 76201 (817) 565-1010 Furnish and install a 2" polygas line for future medium pressure (5#) gas service to the Senior Center. New line to be run from the new gas meter location at the Library, to the Senior Center. The new line to be routed in the same ditch as the gas line serving the Civic Center, and the EMS control cable conduit from the Civic Center to the Senior Center. New line to be terminated with pre-bent risers at each end, and capped for future connection by others. PROPOSAL # 9902 October 11, 1988 Design and Renovation of the City of Denton downtown HVAC system Contractor: Burley and Coward Mechanical, Inc. 113 Warren Street Denton, Texas 76201 (817) 565-1010 Voluntary Alternate No 5• DDC System Operator Trainine Provide tuition for a one (1) week factory training course for the Owners personnel. Classes to be held in Carrollton, Texas. Price does not include transportation, lodging, or meals. Add to Base Bid Proposal: $ 650.00/per person PROPOSAL # 9902 November 7, 1988 Design and Renovation of the City of Denton downtown HVAC system Contractor: Burley and Coward Mechanical, Inc. 113 Warren Street Denton, Texas 76201 (817) 565-1010 No. 6: CSI Series 7000 Control System Furnish and install a Control Systems International Series 7000 DDC control energy management system, in lieu of the Series 6000 system provided by our Base Bid Proposal. PROPOSAL # 9902 December 7, 1988 Design and Renovation of the City of Denton downtown HVAC system Contractor: Burley and Coward Mechanical, Inc. 113 Warren Street Denton, Texas 76201 (817) 565-1010 V Provide the necessary controls and interlocks, to automatically operate the existing airhandler on either low or high speed operation, depending upon the building cooling/heating load. Operation at low speed, with a minimum cooling load, enhances latent cooling capacity, and lessens energy consumption due to lower fan horsepower usage. Existing operation requires a manual change-over from low speed to high speed, by a switch, located in the mechanical room. PROPOSAL # 9902 December 7, 1988 Design and Renovation of the City of Denton downtown HVAC system Contractor: Burley and Coward Mechanical, Inc. 113 Warren Street Denton, Texas 76201 (817) 565-1010 V Operation of AHU at Municipal Building. Provide a keypad station with LCD display and microprocessor within the Municipal Building, to read identification codes, for a manual operation of airhandler zones. The keypad/microprocessor will send an identifying signal to the DDC control system which will cause an individual airhandler to operate for a preprogrammed amount of time. The keypad/microprocessor will allow after-hours operation of the HVAC systems within the municipal building. The DDC system will log and record the frequency of after-hours operation, and who activates the system. PROPOSAL # 9902 December 7, 1988 Design and Renovation of the City of Denton downtown HVAC system Contractor: Burley and Coward Mechanical, Inc. 113 Warren Street Denton, Texas 76201 (817) 565-1010 Voluntary Alternate No 11: Bey-Operated Over-rides at the Library and Civic Center Provide four (4) key operated manual over-ride stations in the Library Building and Civic Center, to manually provide after- hours operation of the HVAC systems. Each airhandler to be provided with an over-ride station. Upon activation, the airhandler will operate for a programmed time period. PROPOSAL # 9902 December 7, 1988 Design and Renovation of the City of Denton downtown HVAC system Contractor: Burley and Coward Mechanical, Inc. 113 Warren Street Denton, Texas 76201 (817) 565-1010 Voluntary Alternate No 12• New Strainers at Each Airhandler Remove the existing stainers at each airhandler in the Municipal Building, Library, and Civic Center, and reinstall with a new blowdown valve. Strainers to be installed upstream of the coil and control valve, and downsteam of the chilled/hot water supply line. PROPOSAL # 9902 December 7, 1988 Design and Renovation of the City of Denton downtown HVAC system Contractor: Burley and Coward Mechanical, Inc. 113 Warren Street Denton, Texas 76201 (817) 565-1010 Install a new chilled water by-pass line at each of the sixteen (16) new and existing airhandlers, to provide a minimum water flow through the chilled water lines, to prevent water from "sitting" in the lines for extended periods of time. Each by-pass line will be equipped with a Taco "Flo-setter", with a visible flow indicator. Repair insulation at each airhandler. Add to Our 10-11-88 Base Bid proposal: $ 5.375.00 PROPOSAL # 9902 December 15, 1988 Design and Renovation of the City of Denton downtown HVAC system Contractor: Burley and Coward Mechanical, Inc. 113 Warren Street Denton, Texas 76201 (817) 565-1010 Voluntary Alternate No.15(a): Removal of the Mechanical Room at the Finance Dept. Relocate the chilled water risers, and the existing electrical panelboards, to the existing telephone switchgear room at the southeast corner of Finance. Remove the existing walls, door, and concrete housekeeping pad. Remove the existing steel grate, and fill the hole at the floor with concrete. Install a new 2x4 lay-in ceiling tied into the existing grid, with four (4) new light fixtures. Price includes a $ 450.00 allowance for new carpet and carpet installation. All demolition work within the office area, and all install- ation of new equipment and surfaces, to be performed after normal working hours. Relocation of the existing AHU-2 to the roof is included in the base bid proposal. Price includes elevating the existing AHU-2a to above the new ceiling. PROPOSAL # 9902 December 7, 1988 Design and Renovation of the City of Denton downtown HVAC system Contractor: Burley and Coward Mechanical, Inc. 113 Warren Street Denton, Texas 76201 (817) 565-1010 Voluntary Alternate No 16• Install Pine Insulation and Heat Tape at Condenser Water Pipina Provide new 1-1/2" thick fiberglass ASJ pipe insulation, with aluminum jacketing, at all exterior condenser water piping between the cooling towers and the central chiller plant. Pipe fittings to be insulated with pre-formed PVC fitting covers, and painted with aluminum pipe. Pump housings to be insulated with 1/2" armaflex sheet insul- ation, painted with white Armaflex paint. Install electrical "heat trace" pipe heating cable on the piping, to protect pipe from freezing. Heating cables to be controlled by a remote bulb thermostat. Add to Our 10-11-88 Base Bid Proposal: $ 3.400.00 PROPOSAL # 9902 December 7, 1988 Design and Renovation of the City of Denton downtown HVAC system Contractor: Burley and Coward Mechanical, Inc. 113 Warren Street Denton, Texas 76201 (817) 565-1010 Voluntary Alternate No.17: Install Civic Center Boiler on Roof Install the hot water heating boiler serving the Civic Center on the roof, instead of at ground level. PROPOSAL # 9902 December 7, 1988 Design and Renovation of the City of Denton downtown HVAC system Contractor: Burley and Coward Mechanical, Inc. 113 Warren Street Denton, Texas 76201 (817) 565-1010 Voluntary Alternate No 19• New Ceilina Access Doors at Municipal Buildine Airhandlers Provide a painted steel swing-down access door at nine locations in the Municipal Building, to allow access to the airhandlers located above the lay-in ceilings. Access doors are to be secured to the grid, and allow access to frequented service locations, without disrupting the ceiling tiles. Add to Our 10-11-88 Base Bid Proposal: $ 670.00 PROPOSAL # 9902 December 7, 1988 Design and Renovation of the City of Denton downtown HVAC system Contractor: Burley and Coward Mechanical, Inc. 113 Warren Street Denton, Texas 76201 (817) 565-1010 Our base bid proposal of 10-11-88 provides for removal of the existing ceiling in the City Managers Conf. Room, to allow removal of AHU-7 for relocation. The new ceiling is to be similar to the grid and tile in the adjacent office on the west side. Provide eight recessed downlights at the perimeter of the Conf. Room. Provide a new 1000w dimmer control. Provide dual lamp switching of the four new 2x4 fluorescent light fixtures, for lighting level control. Each light will have four bulbs. Two bulbs in each light fixture will be switched by one light switch, with the other two bulbs in each fixture switched by a second switch. PROPOSAL # 9902 December 7, 1988 Design and Renovation of the City of Denton downtown HVAC system Contractor: Burley and Coward Mechanical, Inc. 113 Warren Street Denton, Texas 76201 (817) 565-1010 Voluntary Alternate No 21• Relocate AHU-7 In lieu of relocating AHU-7 to the roof, relocate to a new location above the ceiling of the office adjacent to, and west of the conference room. Extend the chilled water piping and ductwork to the new location. PROPOSAL # 9902 December 7, 1988 Design and Renovation of the City of Denton downtown HVAC system Contractor: Burley and Coward Mechanical, Inc. 113 Warren Street Denton, Texas 76201 (817) 565-1010 Voluntary Alternate No.22: New Minimum Flow Chilled Water Pump Furnish and install a new chilled water pump at the central chiller plant, to maintain a minimum flow of chilled water through the piping distribution system, during periods that the primary chilled water pumps are not operating. New pump to be base-mounted end suction type, with condensate drip pan, and 1750 rpm ODP motor. Pump to be capable of 100 gpm at 100 ft head. Pump to be connected to the existing chilled water main risers, and be controlled through the DDC control system. (Note: Alternate #13, for bypass lines at the AHU's must be accepted, to prevent "dead-heading" in the piping system.) l~ CITY of DENTON, TEXAS Civic Center/ 321 E. McKinney/ Denton, TX 76201 M E M O R A N D U M TO: John McGrane, Director of Finance John Marshall, Purchasing Agent sistant Purchasing Agent FROM: Bruce Henington, Building Operations Superintendent DATE: January 5, 1989 SUBJECT: HVAC Proposal 119902 I would like to recommend awarding the HVAC contract to the local vendor Burley Coward Inc. with the following deletions and additions: DELETIONS A. Delete item 112 from RFP 119902 (Library central plant cooling - $31,165). B. Delete item 119 from RFP 119902 (Gas Line Utility - $13,118). C. Delete item 1111 from RFP 119902, which was an add alternate to the RFP. ADDITIONS A. Voluntary Alternate 1115A (Finance AHV Removal) $8,687 B. " It 115 (DDC Training) $1,300 C. It it 116 (DDC Series 7000) $2,980 D. " if 111 (duct MOD after hours) $2,894 E. 118 (Civic Center fan) $ 385 F. 1110 (over rides) $2,790 G. 1111 (over rides) $1,300 H. 1121 (AHU - 117) $ -0- - ~ ~ ~v~ld ~u ~uaa/u,~ ~tisvnPh Denton Parks and Recreation / Denton, Texas / (817)566.8270 2. I. Voluntary Alternate 1119 (access doors) $ 670 J. " 113 (Gas Line - Senior C) $3,645 K. 1116 (Heat Truce) $3.400 L. " 1117 (Boiler on Roof) $ -0- M. 1120 (Dimmer Conf. Room) $ 825 N. 1112 (strainers) $4,605 0. 1113 (By Pass Lines) $5,375 P. " 1122 (Flow Pump) $4,280 PROPOSAL PRICE $390,465 'Deletions - 43,283 Sub Total $347,182 'Additions + 43,136 Final Proposed Price $390,318 Thanks, 1 Bruce cc - Betty McKean Steve Brinkman