Loading...
HomeMy Public PortalAboutORD15353 BILL NO. 2014-98 SPONSORED BY COUNCILMAN MihalevichMi �' ORDINANCE NO. I c5-3-- AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT WITH MECO ENGINEERING COMPANY, INC., IN THE AMOUNT OF $78,500.00 FOR THE JEFFERSON CITY POLICE STATION HVAC DESIGN PROJECT. WHEREAS, MECO Engineering Company, Inc. has been selected as the firm best qualified to provide professional services related to the design the Jefferson City Police Station HVAC Design project. NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. The bid of MECO Engineering Company, Inc., is hereby approved as the best qualified firm to provide professional services and its proposal is hereby accepted. Section 2. The Mayor and City Clerk are hereby authorized to execute an agreement with MECO Engineering Company, Inc., for the Jefferson City Police Station HVAC Design project. Section 3. The agreement shall be substantially the same in form and content as that agreement attached hereto as Exhibit A. Section 4. This Ordinance shall be in full force and effect from and after the date of its passage and approoval. ' Passed: I/j ,/T4d 1( Approved: yri,2„ , , , 90- Alr Presiding Officer \ Mayor ' ATTEST:' APPROVED AS TO FORM: C Ci 'Clerk —---\ -- I ' Counselor t CITY OF JEFFERSON CONTRACT FOR PROFESSIONAL SERVICES THIS CONTRACT, made and entered into this /�-/ day of January, 2015, by and between MECO Engineering Company, Inc., a corporation authorized to do business in the state of Missouri, hereinafter referred to as the "Consultant," and the City of Jefferson, Missouri, a municipal corporation of the State of Missouri, hereinafter referred to as the "City." WITNESSETH: THAT WHEREAS, the City desires to engage the Consultant to provide mechanical engineering services for the HVAC improvements at the Jefferson City Police Department, 401 Monroe Street, Jefferson City, Missouri. THAT WHEREAS, Consultant has made certain representations and statements to the City with respect to the provision of such services, and the City has accepted said proposal to enter into a contract with the Consultant for the performance of services by the Consultant. NOW, THEREFORE, for the considerations herein expressed, it is agreed by and between the City and the Consultant as follows: 1. Scope of Services. The City agrees to engage the services of the Consultant to provide mechanical engineering services of the HVAC improvements at the Jefferson City Police Department, 401 Monroe Street, Jefferson City, Missouri, as more specifically set out in Exhibit A. 2. Additions or Deletions to Services. The City may add to consultant services or delete therefrom activities of a similar nature to those set forth in Attachment A, provided that the total cost of such work does not exceed the total cost allowance as specified in paragraph 7 hereof. The Consultant shall undertake such changed activities only upon the direction of the City. All such directives and changes shall be in written form and approved by the Director of Public Works and shall be accepted and countersigned by the Consultant or its agreed representatives. JUD HVAC S1W.Mee .x.l E.&.re ,Se,.i .."d i The Consultant will perform any additional work requested by the City which is not specifically covered in the scope of work as defined herein at a reasonable fee or compensation to be agreed to between the City and the Consultant at the time any such service may be required. 3. Term of Contract. Consultant agrees with the City to furnish all supervision, labor, tools, equipment, materials and supplies necessary to perform, and to perform, said work at Consultant's own expense in accordance with the contract documents and any applicable City ordinances and state and federal laws, within one hundred twenty-five (125)calendar days from the date Contractor is ordered to proceed,which order shall be issued by the Public Works Department within ten (10) days after the date of this contract. 4. Existing Data. All information,data and reports as are existing,available and necessary for the carrying out of the work, shall be furnished to the Consultant without charge by the City, and the City shall cooperate with the Consultant in every reasonable way in carrying out the scope of services. 5. Personnel to be Provided. The Consultant represents that the Consultant has or will secure at its expense all personnel required to perform the services called for under this Contract by the Consultant. Such personnel shall not be employees of the City or have any contractual relationship with the City except as employees of the Consultant. All of the services required hereunder will be performed by the Consultant or under the Consultant's direct supervision and all personnel engaged in the work shall be fully qualified and shall be authorized under state and local law to perform such services. None of the work or services covered by this Contract shall be subcontracted without the written approval of the City. 6. Notice to Proceed. The services of the Consultant shall commence as directed in the Notice to Proceed and shall be undertaken and completed as noted in the Notice to Proceed. 7. Compensation. The City agrees to pay the Consultant in accordance with the rates set forth in Exhibit A which shall constitute full and complete compensation for the Consultant services hereunder. Such compensation will be paid in progress payments, as established by the City. In addition to lump sum expenses, progress billing requests shall be supported by itemized daily detail of hours and rates for each classification of employee participating in each phase of the scope JCPD HVAC System Mechanical Engineering Services.wpd - n - 5 of work. The final payment will be subject to receipt of a requisition for payment and a statement of services rendered from the Consultant certifying that the Consultant fully performed all work to be paid for in such progress payments in conformance with the Contract. It is expressly understood that in no event will the total compensation and reimbursement to be paid to the Consultant under the terms of this Contract exceed the sum of Seventy-Eight Thousand Five Hundred Dollars ($78,500.00) for all services required unless specifically and mutually agreed to in writing by both the City and Consultant. No change in compensation shall be made unless there is a substantial and significant difference between the work originally contemplated by this Contract and the work actually required. 8. Failure to Perform, Cancellation. If, through any cause, the Consultant shall fail to fulfill in timely and proper manner its obligations under this Contract, or if the Consultant shall violate any of the covenants, agreements,or stipulations of this Contract,the City shall thereupon have the right to terminate this Contract by giving written notice to the Consultant of such termination and specifying the effective date thereof, at least five (5) days before the effective day of such termination. The Consultant or the City may terminate this Contract upon thirty (30) days prior written notice. In the event of termination, all finished or unfinished documents, data, studies, surveys, drawings, maps, models, photographs, and reports or other materials prepared by the Consultant under this Contract shall, at the option of the City, become its property, and the Consultant shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents and other materials. 9. Assignment. The Consultant shall not assign any interest in this Contract, and shall not transfer any interest in the same (whether by assignment or novation),without prior written consent of the City thereto. Any such assignment is expressly subject to all rights and remedies of the City under this Contract, including the right to change or delete activities from the Contract or to terminate the same as provided herein, and no such assignment shall require the City to give any notice to any such assignee of any actions which the City may take under this Contract, though the City will attempt to so notify any such assignee. 10. Confidentiality. Any reports, data or similar information given to or prepared or assembled by the Consultant under this Contract which the City requests to be kept as confidential shall not be made available to any individual or organization by the Consultant without prior written approval of the City. JCPD HVAC System Mech=iad Engineering Soeviees.wpd - 3 - 1 11. Nondiscrimination. The Consultant agrees in the performance of the Contract not to discriminate on the grounds or because of race, creed, color, national origin or ancestry, sex, religion, handicap, age or political affiliation, against any employee of the Consultant or applicant for employment and shall include as similar provision in all subcontracts let or awarded hereunder. 12. Independent Contractor. The Consultant is an independent contractor and nothing contained herein shall constitute or designate the Consultant or any of its agents or employees as agents or employees of the City. 13. Benefits Not Available. The Consultant shall not be entitled to any of the benefits established for the employees of the City or the City nor be covered by the Workman's Compensation Program of the City or the City. 14. Liability. The parties mutually agree to the following: (a) In no event shall the City or the City be liable to the Consultant for special,indirect or consequential damages, except those caused by the City's negligence arising out of or in any way connected with a breach of this Contract. The maximum liability of the City shall be limited to the amount of money to be paid or received by the City under this Contract. (b) The Consultant shall indemnify and hold the City and the City harmless from and against all claims,losses and liabilities arising out of personal injuries, including death, and damage to property which are caused by the acts, errors and omissions of Consultant for which they would be otherwise legally liable, arising out of or in any way connected with this Contract. 15. Documents. Reproducibles of tracings and maps prepared or obtained under the terms of this Contract shall be delivered upon request to and become the property of the City upon termination or completion of the work. Copies of basic survey notes and sketches, charts, computations, and other data prepared or obtained under this Contract shall be made available, upon request,to the City without restrictions or limitations on their use. When such copies are requested, the City agrees to pay the Consultant its costs of copying and delivering same. JCPD HVAC System Mechanical Engineering Servkw.wpd - 4 16. Nonsolicitation. The Consultant warrants that he has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this Contract, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working solely for the Consultant, any fee, City, percentage, brokerage fee, gifts, or any other consideration, contingent upon or resulting from the award or making of this Contract. For breach or violation of this warranty, the City shall have the right to annul this Contract without liability, or, in its discretion, to deduct from the Contract price or consideration,or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gifts, or contingent fee. 17. Books and Records. The Consultant and all his subcontractors shall maintain all books, documents, papers, accounting records, and other evidence pertaining to costs incurred in connection with this Contract, and shall make such materials available at their respective offices at all reasonable times during the Contract and for a period of three (3) years following completion of the Contract. 18. Delays. The Consultant shall not be liable for delays resulting from causes beyond the reasonable control of the Consultant; the Consultant has made no warranties, expressed or implied, which are not expressly set forth in this Contract; and under no circumstances will the Consultant be liable for indirect or consequential damages. 19. Illegal Immigration. Prior to commencement of the work: a. Consultant shall, by sworn affidavit and provision of documentation, affirm its enrollment and participation in a federal work authorization program with respect to the employees working in connection with the contracted services. b. Consultant shall sign an affidavit affirming that it does not knowingly employ any person who is an unauthorized alien in connection with the contracted services. C. If consultant is a sole proprietorship,partnership,or limited partnership, contractor shall provide proof of citizenship or lawful presence of the owner prior to issuance of the Notice to Proceed. JCPD HVAC System Mechanical Engineering Serviccs.wpd - 5 - , 19. Notices. All notices required or permitted hereunder and required to be in writing may be given by first class mail addressed to the City of Jefferson, 320 East McCarty Street Jefferson City, Missouri, 65101, and MECO Engineering Company, Inc., 1121 Main Street, Boonville, Missouri„ 65233. The date and delivery of any notice shall be the date falling on the second full day after the day of mailing. 20. Law to Govern. This Contract shall be governed by the laws of the State of Missouri as to both interpretation and performance. IN WITNESS WHEREOF, the parties hereto have set their hands and seals this _L day of January, 2015 CITY OF JEFFERSON MECO ENGINEERING COMPANY, INC. Pf A//J & �I Mayor Title: V,,-r t4akOd r ATTES ATTEST: City Olerk Title: APPROVED AS TO FORM: ��Oz�z� City Counselor dCPDE AC Sy wm Mnhe icnl Engineering Smvime.w d - 6 . F � f Exhibit A Scope of Services For Mechanical Engineering Services HVAC Improvements—Jefferson City Police Station General Description of Project: Implementation of the design for improvements to the HVAC system outlined in MECO Engineering report dated November 7,2014 for the Jefferson City Police Department Building.The system improvements shall include phased demolition of the existing system, phased installation of a new Variable Refrigerant Flow(VRF)HVAC system,dedicated outdoor air unit, new sheetmetal ductwork and all related power and.temperature control wiring.The base bid work shall include all areas on the.main floor and classroom,with an add alternate to include the basement areas on the new system. Scope of Work: • Provide complete mechanical and electrical design services including all required field work.. • Provide full sized:sealed mechanical/electrical drawings and specifications. • Provide plans in electronic format to the City. • Provide an Itemized bid schedule for the work. • Provide the necessary special provisions to be added to the City's bid document template. • Assist the City in the bid process to include a pre-bid meeting and clarification of contractor initiated inquires during biding. • Provide review of Contractor equipment shop drawings. • Provide construction administration services to include contractor clarifications, review of Contractor's Pay Requests and project close out.4n-site construction related services shall be addressed as indicated below. Proposed Fee(Lump Sum): Design,bidding and Construction Administration Services: $78,500.00 Construction Services On site construction related services will be negotiated on an hourly, not to exceed basis at a later date under separate contract.Rates shall be negotiated at our standard hourly rates. Time for Completion The Design scope of services shall be completed within (4)months of notice-to-proceed by the City. $- MECO ENGINEERING COMPANY LETTER OF TRANSMITTAL ENGINEERS - SURVEYORSJOB NO. 2701 INDUSTRIAL DRIVE DATE 11/7/14 404-048 JEFFERSON CITY MO 65109 ATTENTION Bfltf Smith(573)893-5558 FAX (573)893-5404 mecojc@mecoengineering.com RE: www.mecoengineering.com HVAC System Evaluation TO City of Jefferson Dept of Public Works John Christy Municipal Bldg 320 E McCarty Jefferson City MO 65101 WE ARE SENDING YOU ® Attached ❑ Under separate cover via the following items: ❑ Shop Drawings ❑Prints ❑ Plans ❑ Samples ❑ Specifications ❑ Copy of Letter 0 Change Order ❑ Other COPIES I DATE I NO. DESCRIPTION 1 11/7/14 I HVAC System Evaluation • THESE ARE TRANSMITTED as checked below: ❑ For approval ❑ No exception taken ❑ Submit _ copies for distribution Z For your use ❑ Make correction noted ❑ Return _ corrected prints 0 As requested 0 Resubmit copies for review ❑ For review and comment 0 ❑ For Bids Due 20 0 Prints returned after loan to us REMARKS: COPY TO Boonville Office SIGNED Roger Linnemann Christie Luadzers, Administrative Asst. LIFORMS.MASTERS 8 TEMPLATES1Daity Use Forms%LOTSILOTJefCityMSTR doc Revised 05109103 HVAC SYSTEM EVALUATION FOR JEFFERSON CITY POLICE DEPARTMENT 401 MONROE STREET JEFFERSON CITY, MISSOURI PREPARED BY MECO ENGINEERING 1121 REAR MAIN STREET BOONVILLE, MISSOURI ',��P��pF MI O�, u, . r, . ,. : e _ALI MECO INTRODUCTION This report has been prepared following a review of the original building design drawings, and an evaluation of the existing HVAC system serving the Jefferson City Police Department Facility located at 401 Monroe Street, Jefferson City, Missouri. The HVAC system has been previously evaluated by an engineering firm, and a performance contracting firm with widely differing opinions for upgrading the facility. MECO Engineering has been asked to evaluate the building HVAC system and provide additional commentary and recommendations as to the best solution for future system upgrades. HISTORY The Jefferson City Police Department was constructed in 1979. This 37,600 square foot facility includes (2) levels which includes administrative office space, training and evidence rooms and utility/mechanical space located in the lower basement level. Cooling is provided from a nominal 60 Ton McQuay chiller located in the basement with a remote air cooled condensing unit located outside the building. The chiller is original to this building and is increasingly becoming unreliable. Presently, it has a refrigerant leak at the chiller barrel that has been repaired in a temporary fashion that has added a sense of urgency to implementing improvements to the entire system. Heating is provided through a gas-fired boiler which replaced the original electric boilers in the early to mid-1980's. Since the original design included electric boilers, combustion air provisions were added to serve the gas-fired equipment, however the combustion air is very marginal and wouldn't meet today's code requirements. Four large air-handling units (AHU's) located in the basement distribute heating and cooling to serve various zones as follows: AHU-1 is a heating only unit that originally served the basement, but is presently not in use. A series of residential split systems have been installed to condition this area. AHU-2 is a multi-zone heating/cooling unit serving (2) zones on the main level. AHU-3 is a single zone heating/cooling unit that serves classroom space on the main floor. AHU-4 is a multi-zone heating/cooling unit serving (4) zones on the main level. Two large exhaust fans located in the basement were included in the original design to purportedly meet ventilation requirements for a laboratory and evidence storage. These fans are interlocked with two of the large AHU's (AHU-1 and AHU-4) to start, and run, simultaneously with each respective unit. A laboratory is not presently utilized in the facility, but the exhaust fans (and associated make up air) remain operational which needlessly exhausts large quantities of tempered air from the building through a discharge louver in the basement level. It was noted that these fans must run to prevent pressurization problems within the building with doors being held open. This creates a large waste of energy due to continually tempering outside air and then exhausting it from the building. This situation needs to be corrected with any upgrade to the building. The existing temperature control system is pneumatic, and no longer functions properly. This type of temperature control system was widely used at the time that this building was originally designed, and constructed. Any improvements should include upgraded building controls. Page 1 of 6 The existing sheetmetal duct system serving the building has become a source of air quality concern for the building occupants due to dirt and debris in the ducts finding its way into office spaces. The original duct design included fiberglass duct liner which is now coming loose within the duct. The Owner contacted a company in an attempt to clean the duct system, but they were unsuccessful in this effort. It was noted through review of existing drawings, and meetings with the building occupants, that the original duct system design mixes interior and exterior spaces on the same zones, and results in inadequate comfort for the spaces served. It was note that the return air system design utilizes large transfer grilles and ducts to return air to the basement mechanical room. The air-handling units do not include direct duct connections to the equipment, but rather the room is actually used a common plenum to serve each unit in the space. This type of design would not meet current codes due to the return air being drawn through corridors (means of egress) in some instances. Finally, we would like to reiterate that the existing equipment has reached its useful life and is in need of replacement. The existing chiller has a temporary repair of the heat exchanger that will require a costly repair, or equipment replacement in the near future. PAST SYSTEM EVALUATIONS Henderson Engineers Report In 2008, Henderson Engineers prepared a report for The City of Jefferson that outlined options for upgrading the HVAC system in the facility. The report included replacement of the existing HVAC system with one of the (3) options listed below: Option 1: Variable Refrigerant Volume (VRV), including a dedicated outside air rooftop unit to provide building ventilation. Probable cost was noted as $445,000.00. Option 2: Multiple Rooftop Units (RTU's). Probable cost was noted as $244,000.00. Option 3: Rooftop Units with By-pass Variable Air Volume (VAV) Terminal Units. Probable cost was noted as $282,000. Construction documents were subsequently prepared by Henderson Engineers that included the work outlined under Option 3 for RTU's and VAV terminal units. Subsequent cost estimates for this option had the total project cost at between $300,000 and $500,000. This work was limited to the main level, but did include the replacement of the ductwork serving this floor. Ultimately, this approach was not deemed to be a viable solution and was not implemented. M360 Feasibility Study More recently, a Performance Contracting Firm, "M360", prepared a feasibility study dated December 2013 outlining energy upgrades and improvements for the HVAC system. The recommended improvements included, but were not limited to replacement of the existing system equipment with a new higher efficiency chiller, condensing style boilers, (2) new variable air volume (VAV) air-handling units and VAV boxes, new DDC temperature controls and revised building exhaust fans sized for current building ventilation requirements. Page 2 of 6 The estimated initial costs for this work were as follows: • VAV System for Both Floors: $1,069,500.00 • VAV System 1s' Floor Only: 730,050.00 An additional option included a less complex system, variable volume & temperature system (VVT) to serve the first floor only with a reduced cost of$518,100.00. Typically, performance contracts offer a guaranteed savings where there are no upfront costs to the Owner. The energy savings that are realized from the improvements are used to pay for the upgrades. Again, these upgrades were not implemented. DISCUSSION Following review of the existing HVAC system, and meeting with the building user, it is recommended that any HVAC system improvements include the following goals: • Revised zoning for better individual comfort. • Lower operating costs. • Complete ductwork replacement to address ongoing air quality concerns. • Address the unnecessary building exhaust air quantities to conserve energy. • Upgraded temperature control system. • Provide the ability to phase construction to minimize disruption to the operation of the facility and accommodate the available project budget. The preferred recommendations from Henderson Engineers and M360 each address these goals (with the exception of a complete ductwork replacement), but differ in methodology. Both firms also offered lesser cost system options, but they each compromise the goals listed above. The preferred Henderson Engineers recommendation included demolition of the existing HVAC system equipment, and the installation of a VRV system with a dedicated outdoor air unit mounted on the roof. It is assumed that this work only included the main level. Their recommendation would utilized the existing ductwork system for the distribution of fresh air from a rooftop mounted fresh air unit, so it does not address the dirt and debris that has been noted as an air quality problem. If properly implemented, it does seem to address the other concerns with the system performance. As previously noted, the probable cost noted in their 2008 report was $445,000.00 for the proposed VRV system and fresh air unit installation. The preferred M360 recommendation included the replacement of the existing chiller, boiler, new VAV air-handling units, VAV boxes with hot water reheat, revised exhaust air quantities and replacement of the pneumatic temperature control system with a new direct digital control (DDC) system. This approach would utilize the existing heating and chilled water piping in the basement, but would require a heating water loop to be installed in the building to serve the re- heat coils. Again, if properly implemented this recommendation addresses concerns with the existing system with the exception of the ductwork replacement and related air quality issues. Their probable cost listed in their 2013 study for equipment replacement, controls upgrades and the installation of a VAV system for the entire building was $1,069,500.00, while their estimated cost for the main floor only was$730,050.00. In comparing the costs of these two options, it should be noted that the probable VRV system costs noted in the Henderson Engineers report are somewhat dated, while the proposed VAV system costs from M360 are more current. Past MECO Engineering projects utilizing VRV equipment and dedicated outside air units in school renovation projects have been running in Page 3 of 6 the $26.00 per square foot range. An office setting will likely require more individual zones than a classroom building, so we would estimate the probable cost to be more in the $30.00 per square foot range. We do not have historical costs for a chilled water VAV air-handling system with hot water re- heat available. However, the costs noted in the M360 estimates do not seem out of line considering the scope of work that is included in their project description considering the amount of large equipment that would be replaced. CONCLUSION After careful consideration, it is our opinion that a Variable Refrigerant Volume (VRV) system with a roof mounted outside air unit is the best solution for this facility. If the budget is not available to renovate the entire building, the work could be limited to the main level and classroom space at this time. This system upgrade on the main floor would not impact the split systems that presently serve the basement level. The basement area could be retrofitted with the same system if the budget allows along with the main floor, or in the future. Retrofitting this system to the basement at a later date would have no adverse effects on the main floor. In this instance, it may be possible to utilize the existing ductwork to distribute supply air from the existing split system zones by replacing the (5) existing furnaces with a ducted fan coil unit connected to the refrigerant system serving the main floor of the building. This concept would be explored during design after determining if the existing zoning in the basement is satisfactory. It has been noted that there was once plans to expand the existing facility. One method that has been considered to accomplish this expansion is through the addition of a second level to the existing facility. If this were the case, the existing equipment could be relocated to the new roof surface at minimal expense. Alternatively, the condensing unit could be ground mounted in a suitable location and would not require relocation. This would leave only the ventilation unit to be relocated. This scope of work would include the following: • Appropriately configured Fan Coil Units (FCU) zoned to accommodate the present day building zoning requirements. • Refrigerant piping located above the corridor ceilings to serve branch selector boxes and FCU's. • Roof mounted condensing units. • Roof mounted dedicated outside air unit. • New insulated sheetmetal supply and exhaust ductwork to provide proper ventilation throughout the main level. • Redesign of building exhaust system. • Integrated temperature controls. • Demolition of all obsolete HVAC system elements. We have based this recommendation on the following benefits: • Less first cost over a comparable Variable Air Volume (VAV) system with hot water re- heat. • Less equipment intensive. • No boiler and related periodic boiler inspections. • No pumps. Page 4 of 6 • Excellent energy efficiency. • Ability to provide good zoning and space temperature control. • Integrated temperature control system included with the system. • Ability to phase the work so as to maintain an acceptable level of space comfort during construction. (The existing system may be able to remain operational during construction.) • Reduction in the size of replacement ductwork since it only delivers ventilation air. • Increased floor space in the basement. The existing air-handling unit room can be repurposed once the existing equipment is demolished. ENERGY EFFICIENCY The proposed VRV system will result in better efficiencies and less operational costs over the existing chilled/hot water multi-zone HVAC system. A VRV system was installed in Belair Elementary School in Jefferson City, Missouri as part of a 2011 renovation of this building. The VRV system (with dedicated outside air units) replaced large multi-zone air-handling units serving the building. The original system was very close to the system presently serving the Police facility. Bob Weber, Facilities Director at Jefferson City Public Schools, reported that the utility bills for this building were reduced by approximately 33 percent following the installation of the new VRV system and related upgrades. As an additional benefit, the old mechanical spaces were repurposed into usable space following demolition of the obsolete equipment. Statistical data for various other projects compiled by one of our manufacturer's representatives support these savings. It is their assertion that a VRV system will result in utility billings in the $1.00 per square foot range, or in some cases less. The reason that VRV systems can realize this degree of efficiency is that they are most efficient at "part load" conditions, rather than at maximum load conditions. Typically, a HVAC system is operating at somewhat less than its maximum capacity. (i.e. a "design" day) A graph included at the end of this report shows various HVAC system types, and how they compare at various load conditions. Only water source heat pumps exceed VRV system efficiencies, but only as they each approach full load conditions. But again, VRV excels at the part load conditions where all HVAC systems normally operate. We have included two examples at the end of this report that show VRV systems retrofitted in the High School at Fredricktown, Mo and Bayless High School in St. Louis, Mo. Each of these examples show a drastic improvement in operating costs over the system that was replaced. In the Bayless High School example, it should be noted that they are now heating and cooling the building for slightly less than they were paying for heating only prior to the upgrade. The operation of a police facility is on a 24/7 schedule, whereas the school examples noted above are largely unoccupied during the night, weekends and holidays. In this case, one could expect a somewhat higher operational costs since the building cannot be placed into an "unoccupied" mode of operation during those periods. However, we anticipate that due to the increased equipment efficiencies and correction of the excessive exhaust air condition that the City will see an appreciable reduction in energy usage. Page 5 of 6 PROBABLE CONSTRUCTION COSTS The following are probable total project costs for this work: Main Floor and Classroom Space: • Demolition of existing equipment and ductwork • New VRV system to replace existing air-handling units • Fresh Air Rooftop Unit • Ductwork replacement to serve ventilation air requirements • Electrical and Controls work $ 650,000.00 • 10% Contingency 65,000.00 Main Floor Construction Cost $ 715,000.00 • Basement Level: • Demolition of existing split system equipment • New VRV system to replace (5) existing split systems • 100% Outdoor Air Processing Units • New fresh air ductwork only • New heating units for storage area • Electrical and Controls work $ 265,000.00 • 10% Contingency 26.500.00 Basement Construction Cost $ 291,500.00 Building Total Construction Cost $1,006,500.00 The following is a proposed Engineering Scope of Work and related fee: Scope of Work: • Field Work to Establish Existing Conditions • Preparation of Construction Documents Suitable for Bidding • Construction cost estimate • Bidding Services • Equipment Shop Drawing Review • Construction Administration Services Estimated Engineering Fee Main Floor 57,200.00 Additional Fee to Include Basement Floor 25,000.00 Total Projected Project Cost $1,088,700.00 MECO Engineering appreciates the opportunity to present this report for consideration. Please do not hesitate to contact our office with any questions, or concerns. Page 6 of 6 PrDAINCIIVAIC F.� absolute contort" • Total System EER 16.0 14.0 12.0 - • �1p►REA- Y �p►ViC' -r..�- 10.0 SeR - M 8.0 -_ 6.0 4.0 2.0 0.0 T 10% 20% 30% 40% 50% 60% 70% 80% 90% 100% CV RTU — WSHP VAV Daikin VRV I I IZ IIII 112 D C Transportation - ENERGY CONSUMPTION VAV V W V VRV AIR WATER REFRIGERANT 6 .4 kW 4. 1 kW 2. 2 kW TRANSFERRING 100 kW / 28-Ton 1111.111. ,owl/Mworoomonii.01110.111.11 4"'°?141 PrOmiarAcr absolute comfort^ HEAT TRANSFER MEDIA Air 0.3 watts/kg Water 5.8 watts/kg Refrigerant 57 watts/kg VAV VWV VRV Fredericktown High School 805 E. Highway 72 T Fredericktown, MO 63645 Built in 1976 66,000 Square Feet Old System Airconditioned Space: Size Area Equipment 32,000 sqft. classrooms,offices, library Multizone Rooftop 4,000 sqft. cafeteria Rooftop 4,000 sqft. band room, art room Rooftop Heat only space: Size Area Equipment 12,000 sqft. gym, locker rooms Heat only 3,000 sqft. commons Heat only 11,000 sqft. hallways Heat only 'Total Electric Cost $1.54/sqft./year New System Airconditioned Space: Size Area Equipment 32,000 sqft. classrooms, offices, library Daikin VRV 11,000 sqft. hallways Daikin VRV 4,000 sqft. cafeteria, kitchen 15 ton RTU and S ton RTU 4,000 sqft. band room, art room 15 ton RTU 12,000 sqft. gym, locker rooms (2) 20 ton RTU, 3 &4 ton RTU's 3,000 sqft. commons 12.5 ton RTU •based on an electricity rate o1$0.10 per kWh Total Electric Cost $0.84/sqft./year Total cost per year of old system was $101,640 to condition 40,000 sqft. Total cost per year of new system is $55,440 to heat and cool all 66,000 sqft. That means a savings of$46,200 per year or 55%of the operational cost while increasing the amount of space conditioned by 65%! That's an average of over 3 times more efficient cooling! All while providing better comfort, quiter operation, and less maintenance hassle Bayless High School 4532 Weber Road IIIP St. Louis, MO 63123 s • ■ - --- Built in 1957 44.41_ =Ale_ t' 110,452 square feet _ _ EPA Ener. Star Certi ied pwarsrur Total Energy Usage Old System -Heat Only New System -Heating and Cooling Month Gas Electric TOTAL Gas Electric TOTAL January $ 2,236.25 $ 4,849.93 $ 7,086.18 $ 2,114.94 $ 3,433.37 $ 5,548.31 February S 2,412.32 $ 5,093.73 $ 7,506.05 $ 1,812.07 $ 3,410.22 $ 5,222.29 March $ 1,421.17 $ 4,626.55 $ 6,047,72 $ 956.19 $ 3,178.53 $ 4,134.72 April 5 1,102.09 $ 3,302.30 $ 4,404.39 $ 693.64 $ 2,855.93 $ 3,549.57 May $ 306.14 $ 3,337.94 $ 3,644.08 $ 562.08 $ 4,011.85 $ 4,573.93 June 5 211.99 $ 6,454.74 $ 6,666.73 $ 133.63 S 7,700.03 $ 7,833.66 July $ 215.98 $ 5,765.40 $ 5,981.38 $ 45.21 $ 7,629.81 $ 7,675.02 August 5 223.66 $ 5,851.22 $ 6,074.88 $ 133.33 $ 6,319.68 $ 6,453.01 September $ 284.32 $ 6,838.21 $ 7,122.53 $ 274.53 $ 8,359.61 $ 8,634.14 October 5 421.49 $ 3,970.85 $ 4,392.34 $ 303.39 $ 4,192.56 $ 4,495.95 November $ 1,407.01 $ 3,334.08 $ 4,741.09 $ 686.71 $ 3,693.44 $ 4,380.15 December $ 2,080.03 $ 4,244.84 $ 6,324.87 $ 1,622.66 5 4,637.74 $ 6,260.40 TOTALS $ 12,322.45 $ 57,669.79 $ 69,992.24 $ 9,338.38 $ 59,422.77 $ 68,761.15 COST/SQFT $ 0.63 $ 0.62 •All utility information based on a 12.rrmonth cycle.Old system:Electric and Gas information available from July 2007-tune 2008 Mil- kier system: Mark information available from August 2009 July 2010 bills Gus information available from September 2009-Aaigust 2010 bills. Ekctrx Rates averaged$0.06 per kWh and Gas Rates averaged$0.q6 per Therm OLD SYSTEM: 24,000 sqft.heated and cooled by boiler/chiller/air handler, 7,000 sqft.heated and cooled by packaged rooftop. Remaining 79,000 sqft.was heat only. Utilities for one year time span totalled $69,992.24. NEW SYSTEM: Installed in 2008. System brought up to current ventilation code utilizing neutral air units at total of 19,090 cfm. Other components include: MPS packaged rooftop units (one 40 ton and one 50 ton)serving gym and auditorium,and Daikin Variable Refrigerant Volume system for heating as well as comfort cooling operation. Utility cost for the entire building after a year of operation with new config- uration came to $68,761.15 SAVINGS: Through more efficient equipment and intelligent controls system, Bayless High School was actually able to save $1,231 over a one year span. CAPABILITY: Even more incredible than the raw savings,the new system yielded these savings while providing comfort cooling to 100% of the space over a system that only had minimal cooling capabilities previously. Bayless High School has earned the EPA's Energy Star for 2010! DEPARTMENT OF PUBLIC WORKS ENGINEERING DIVISION 320 EAST McCARTY STREET JEFFERSON CITY, MISSOURI 65101 ACCOUNT NO. 10-990-575015 Change Order No. One (1) Purchase Order No. 52496 Ord. No. 15353 Date: 8/19/2015 Job & Location:.. JCPD HVAC Project Consultant MECO Engineering It is hereby mutually agreed that when this change order has been signed by the contracting parties, the following described changes in the work required by the contract shall be executed by the contractor without changing the terms of the contract except as herein stipulated and agreed. DESCRIPTION OF CHANGES: Provide on-site, on-call construction related services. Quantity Quantity Revised Amount of in in Change -Contract Overrun or Item No. Description - :. Unit Contract Order Quantity Unit Price Underrun EW 1.1 Provide construction related Hourly/.. 0 n/a n/a . n/a $15,000.00 services on an hourly basis per Reintbursibles the attached reimbursement. Not to Exceed schedule.. CONSULTANT.PROPOSAL FOR THE'ABOVE DESCRIBED CHANGES: I/We hereby agree to the modifications of the contract as described above and agree to furnish all materials and labor and. perform all work in connection therewith in accordance with the requirements for similar work in existing contract except as otherwise stipulated herein, for the following considerations: Add not.to exceed cost of $15,000 (fifteen thousand dollars and no cents) to the existing contract. STATEMENT OF CONTRACT AMOUNT: M engineering Company, INC. Recommended by: Verification of Encumbrance: Accepted by: Approved as to Form: City Engineer Date Date Amount. % Change Time ORIGINAL CONTRACT $78,500.00 n/a PREVIOUS APPROVED CHANGE ORDERS $0.00 0.0% TOTAL THIS CHANGE ORDER $15,000.00 .19.1% TOTAL OF ALL CHANGE ORDERS $15,000:00 19.1% CONTRACT AMOUNT TO DATE .$93,500.00 s engineering Company, INC. Recommended by: Verification of Encumbrance: Accepted by: Approved as to Form: City Engineer Date Date -Q- MECO ENGINEERING COMPANY, INC. ENGINEERS f SURVEYORS 2701 Industrial Drive - Jefferson City, Missouri 65109 4 Ph. (573) 893-5558 - Fax (573) 893-5404 CHARGE OUT RATES (Effective thru 07-31-2016) Rates shown below are provided as a courtesy to our clients who may, from time to time, require our services on an hourly rate or time -and -materials basis. PROFESSIONAL SERVICES CHARGE OUT RATES Senior Principal Engineer $162.00 per hour Principal Engineer $140.00 per hour Engineer Manager $132.00 per hour Senior Engineer III $132.00 per hour Senior Engineer II $126.00 per hour Senior Engineer 1 $125.00 per hour Engineer $112.00 per hour Staff Engineer $ 92.00 per hour TECHNICAL SERVICES HOURLY RATES Technical Manager $110.00 per hour Administrative Manager $ 72.00 per hour Administrative Assistant $ 67.00 per hour Marketing Coordinator $ 62.00 per hour Senior Designer $ 96.00 per hour Designer II $ 92.00 per hour Designer 1 $ 86.00 per hour Technician III $ 85.00 per hour Technician II $ 82.00 per hour Technician 1 $ 70.00 per hour Inspector II $ 85.00 per hour. Inspector 1 $ 76.00 per hour Field Man $ 55.00 per hour Clerical $ 50.00 per hour Land Surveyor II $ 120.00 per hour Land Surveyor 1 $ 100.00 per hour Land Surveyor $ 80.00 per hour 2 Man Survey Team $ 148.00 per hour 3 Man Survey Team $ 198.00 per hour REIMBURSABLE EXPENSES Mileage (Subject to Change) $ .65 per mile GPS Survey Equipment $ 23.00 per hour Per Diem $115.00 per day Ultrasonic Testing (2 hour minimum) $ 86.00 per hour Flow Meter $ 50.00 per day Laths & Hubs $ .95 each Rebar $ 1.75 each Post $ 6.00 each Blackline 2'x3' Paper $ 9.50 each Blackline 2'x3' Vellum $ 14.50 each Blackline 2'x3' Mylar $ 21.00 each Copies, Telephone, Postage, Miscellaneous At Cost Charges are payable within 10 days of Invoice for services performed. Charges not paid within 30 days of invoice shall be subject to a service charge of 1-1/2% per month on the unpaid balance, which is an annual interest rate of 19.58%.