Loading...
HomeMy WebLinkAbout20100903.tiff %.-TAIA Document A101TM - 2007 Standard Form of Agreement Between Owner and Contractor where the basis of payment is a Stipulated Sum AGREEMENT made as of the 19th day of May in the year 2010 (In words, indicate day, month and year.) BETWEEN the Owner: (Name, legal status, address and other information) This document has important legal Weld County,Colorado consequences.Consultation with PO Box 758 an attorney is encouraged with Greeley,CO 80632 respect to its completion or modification. AIA Document A201"-2007, General Conditions of the Contract for Construction,is adopted in this document by and the Contractor: reference. Do not use with other (Name, legal status, address and other information) general conditions unless this document is modified. CMS Mechanical Services,Inc. 609 Technology Circle, Suite A Windsor,CO 80550 for the following Project: (Name, location and detailed description) Weld Cty Centennial Center Boiler Replacement Bid#B 1000097 915 10th Street,Greeley,CO The Architect: (Name, legal status, address and other information) not applicable not applicable not applicable The Owner and Contractor agree as follows. olio -b( b3 AIA Document A101 TM—2007.Copyright®1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987,1991,1997 and 2007 by The American Instihrte of Init Architects.All rights reserved.WARNING:This AIA®Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or distribution of this AIA®Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was created on 05/19/2010 14:28:38 under the terms of AlA Documents-on-Dema nd TN order no. 2005177248 and is _7 not for resal .This document i 'cen by the American Institute of Architects for one-time use only,and may not be reproduced prior to its completion. �/9 i9/�js 5 cue/� /a 5/a�/aaio V (/t, TABLE OF ARTICLES 1 THE CONTRACT DOCUMENTS 2 THE WORK OF THIS CONTRACT 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION 4 CONTRACT SUM 5 PAYMENTS 6 DISPUTE RESOLUTION 7 TERMINATION OR SUSPENSION 8 MISCELLANEOUS PROVISIONS 9 ENUMERATION OF CONTRACT DOCUMENTS 10 INSURANCE AND BONDS ARTICLE 1 THE CONTRACT DOCUMENTS The Contract Documents consist of this Agreement,Conditions of the Contract(General, Supplementary and other Conditions),Drawings,Specifications,Addenda issued prior to execution of this Agreement,other documents listed in this Agreement and Modifications issued after execution of this Agreement,all of which form the Contract,and are as fully a part of the Contract as if attached to this Agreement or repeated herein.The Contract represents the entire and integrated agreement between the parties hereto and supersedes prior negotiations,representations or agreements,either written or oral.An enumeration of the Contract Documents,other than a Modification,appears in Article 9. ARTICLE 2 THE WORK OF THIS CONTRACT The Contractor shall fully execute the Work described in the Contract Documents,except as specifically indicated in the Contract Documents to be the responsibility of others. ARTICLE 3 DATE OF COMMENCEMENT AND SUBSTANTIAL COMPLETION §3.1 The date of commencement of the Work shall be the date of this Agreement unless a different date is stated below or provision is made for the date to be fixed in a notice to proceed issued by the Owner. (Insert the date of commencement if it differs from the date of this Agreement or, if applicable, state that the date will be fixed in a notice to proceed) June 1,2010 or as determined by notice to proceed If,prior to the commencement of the Work,the Owner requires time to file mortgages and other security interests,the Owner's time requirement shall be as follows: §3.2 The Contract Time shall be measured from the date of commencement. AIA Document A101T"—2007.Copyright Cr 1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987,1991,1997 and 2007 by The American Institute of Init. A is All rights reserved.WARNING:This Ale Document is protected by US.Copyright Law and International Treaties.Unauthorized reproduction or 2 distribution of this AIA°Oocument,or any portion of It,may result in severe civil and criminal penalties,and wig be prosecuted to the maximum extent possible under the law.The document was created on 05/19/2010 14:28:38 under the terms of AlA Documentscn-DemandTR order no. 2005177248 ,and is not �LJ�/= for resale.This document is licensed by the American Institute of Architects for one-time use only,and may not be reproduced prior to its completion. §3.3 The Contractor shall achieve Substantial Completion of the entire Work not later than ( 90 )days from the date of commencement,or as follows: (Insert number of calendar days.Alternatively, a calendar date may be used when coordinated with the date of commencement.If appropriate, insert requirements for earlier Substantial Completion of certain portions of the Work) Portion of the Work Substantial Completion Date Boilers in place 6 weeks after receipt of order 8/27/10 ,subject to adjustments of this Contract Time as provided in the Contract Documents. (Insert provisions, if any,for liquidated damages relating to failure to achieve Substantial Completion on time or for bonus payments for early completion of the Work) ARTICLE 4 CONTRACT SUM §4.1 The Owner shall pay the Contractor the Contract Sum in current funds for the Contractor's performance of the Contract.The Contract Sum shall be Two hundred thirty one thousand one hundred forty four dollars and 00/100 Dollars ($ 231,144.00 ),subject to additions and deductions as provided in the Contract Documents. §4.2 The Contract Sum is based upon the following alternates,if any,which are described in the Contract Documents and are hereby accepted by the Owner: (State the numbers or other identification of accepted alternates.If the bidding or proposal documents permit the Owner to accept other alternates subsequent to the execution of this Agreement, attach a schedule of such other alternates showing the amount for each and the date when that amount expires) NONE §4.3 Unit prices,if any: (Identify and state the unit price;state quantity limitations, if any, to which the unit price will be applicable.) Item Units and Limitations Price per Unit($0.00) N/A Init. AIA Document A101"r-2007.Copyright O1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987.1991.1997 and 2007 by The American Institute of Architects.All rights reserved.WARNING:This AIA®Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or 3 distribution of this Ale Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible c _ under the law.This document was created on 05/19/2010 14:28:38 under the terms of AlA Documentson-Demand"order no. 2005177248 ,and is not •�—GJ.L- for resale.This document is licensed by the American Institute of Architects for one-time use only,and may not be reproduced poor to its completion. §4.4 Allowances included in the Contract Sum,if any: (Identify allowance and state exclusions, if any,from the allowance price.) Item Price($0.00) NONE ARTICLE 5 PAYMENTS §5.1 PROGRESS PAYMENTS §5.1.1 Based upon Applications for Payment submitted to the Architect by the Contractor and Certificates for Payment issued by the Architect,the Owner shall make progress payments on account of the Contract Sum to the Contractor as provided below and elsewhere in the Contract Documents. §5.1.2 The period covered by each Application for Payment shall be one calendar month ending on the last day of the month,or as follows: §5.1.3 Provided that an Application for Payment is received by the Architect not later than the 5th day of a month,the Owner shall make payment of the certified amount to the Contractor not later than the 5th day of the(following) month.If an Application for Payment is received by the Architect after the application date fixed above,payment shall be made by the Owner not later than ( 30 )days after the Architect receives the Application for Payment. (Federal, state or local laws may require payment within a certain period of time.) §5.1.4 Each Application for Payment shall be based on the most recent schedule of values submitted by the Contractor in accordance with the Contract Documents.The schedule of values shall allocate the entire Contract Sum among the various portions of the Work.The schedule of values shall be prepared in such form and supported by such data to substantiate its accuracy as the Architect may require.This schedule,unless objected to by the Architect,shall be used as a basis for reviewing the Contractor's Applications for Payment. §5.1.5 Applications for Payment shall show the percentage of completion of each portion of the Work as of the end of the period covered by the Application for Payment. §5.1.6 Subject to other provisions of the Contract Documents,the amount of each progress payment shall be computed as follows: .1 Take that portion of the Contract Sum properly allocable to completed Work as determined by multiplying the percentage completion of each portion of the Work by the share of the Contract Sum allocated to that portion of the Work in the schedule of values,less retainage of percent( 0%).Pending final determination of cost to the Owner of changes in the Work,amounts not in dispute shall be included as provided in Section 7.3.9 of AIA Document A201Tm-2007,General Conditions of the Contract for Construction; .2 Add that portion of the Contract Sum properly allocable to materials and equipment delivered and suitably stored at the site for subsequent incorporation in the completed construction(or,if approved in advance by the Owner,suitably stored off the site at a location agreed upon in writing),less retainage of percent( 0%); .3 Subtract the aggregate of previous payments made by the Owner;and .4 Subtract amounts,if any,for which the Architect has withheld or nullified a Certificate for Payment as provided in Section 9.5 of ALA Document A201-2007. AIA Document A101 TM—2007.Copyright®1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,197'7,1987,1991,1997 and 2007 by The American Institute of Init. Architects.All rights reserved.WARNING:This Ale Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or 4 distribution of this Ale Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible t under the law.The document was created on 05/19/2010 14:28:38 under the terms of AlA Documents-on-Demand"order no. 2005177248 ,and is not .-rT for resale.This document is licensed by the American Institute of Architects for one-time use only,and may not be reproduced prior to its completion. §5.1.7 The progress payment amount determined in accordance with Section 5.1.6 shall be further modified under the following circumstances: .1 Add,upon Substantial Completion of the Work,a sum sufficient to increase the total payments to the full amount of the Contract Sum,less such amounts as the Architect shall determine for incomplete Work, retainage applicable to such work and unsettled claims;and (Section 9.8.5 ofAlA Document A201-2007 requires release of applicable retainage upon Substantial Completion of Work with consent of surety, if any.) .2 Add,if final completion of the Work is thereafter materially delayed through no fault of the Contractor, any additional amounts payable in accordance with Section 9.10.3 of AIA Document A201-2007. §5.1.8 Reduction or limitation of retainage,if any,shall be as follows: (If it is intended,prior to Substantial Completion of the entire Work, to reduce or limit the retainage resulting from the percentages inserted in Sections 5.1.61 and 5.1.6.2 above, and this is not explained elsewhere in the Contract Documents, insert here provisions for such reduction or limitation.) N/A §5.1.9 Except with the Owner's prior approval,the Contractor shall not make advance payments to suppliers for materials or equipment which have not been delivered and stored at the site. §5.2 FINAL PAYMENT §5.2.1 Final payment,constituting the entire unpaid balance of the Contract Sum,shall be made by the Owner to the Contractor when .1 the Contractor has fully performed the Contract except for the Contractor's responsibility to correct Work as provided in Section 12.2.2 of AIA Document A201-2007,and to satisfy other requirements,if any,which extend beyond final payment;and .2 a final Certificate for Payment has been issued by the Architect. §5.2.2 The Owner's final payment to the Contractor shall be made no later than 30 days after the issuance of the Architect's final Certificate for Payment,or as follows: ARTICLE 6 DISPUTE RESOLUTION §6.1 INITIAL DECISION MAKER The Architect will serve as Initial Decision Maker pursuant to Section 15.2 of AIA Document A201-2007,unless the parties appoint below another individual,not a party to this Agreement,to serve as Initial Decision Maker. (If the parties mutually agree, insert the name, address and other contact information of the Initial Decision Maker, if other than the Architect.) Toby Taylor Init. AIA Document A10111'-2007.Copyright 1915,1918,1925,1937,1951,1958,1961,1963,1987,1974,1977,1987,1991,1997 and 2007 by The American Institute of Architects.AN rights reserved.WARNING:This AIA®Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or 5 distribution of this AIA°Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible .--)S.:4:1/ under the law.This document was created on 05/19/2010 14:28:38 under the terms of AIA Documentso d n-Deman "order no. 2005177248 ,and is not for resale.This document is licensed by the American Institute of Architects for one-time use only,and may not be reproduced prior to its completion. §6.2 BINDING DISPUTE RESOLUTION For any Claim subject to,but not resolved by,mediation pursuant to Section 15.3 of AIA Document A201-2007,the method of binding dispute resolution shall be as follows: (Check the appropriate box. If the Owner and Contractor do not select a method of binding dispute resolution below, or do not subsequently agree in writing to a binding dispute resolution method other than litigation, Claims will be resolved by litigation in a court of competent jurisdiction.) ® Arbitration pursuant to Section 15.4 of AIA Document A201-2007 ❑ Litigation in a court of competent jurisdiction ❑ Other: (Specify) ARTICLE 7 TERMINATION OR SUSPENSION §7.1 The Contract may be terminated by the Owner or the Contractor as provided in Article 14 of AIA Document A201-2007. §7.2 The Work may be suspended by the Owner as provided in Article 14 of AIA Document A201-2007. ARTICLE B MISCELLANEOUS PROVISIONS §8.1 Where reference is made in this Agreement to a provision of AIA Document A201-2007 or another Contract Document,the reference refers to that provision as amended or supplemented by other provisions of the Contract Documents. §8.2 Payments due and unpaid under the Contract shall bear interest from the date payment is due at the rate stated below,or in the absence thereof,at the legal rate prevailing from time to time at the place where the Project is located. (Insert rate of interest agreed upon, if any.) 1.5%per month §8.3 The Owner's representative: (Name, address and other information) Toby Taylor 1105 "H" Street Greeley,CO 80632 §8.4 The Contractor's representative: (Name, address and other information) Nicholas D.Luca-President CMS Mechanical Services,Inc. 609 Technology Circle,Suite A Windsor,CO 80550 §8.5 Neither the Owner's nor the Contractor's representative shall be changed without ten days written notice to the other party. AIA Document A1011"—2007.Copyright 1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987,1991,1997 and 2007 by The American Institute of Init. Architects.All rights reserved.WARNING:This AleDocument is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or 6 distribution of this AIA®Document,or any portion of It,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible at under the law.This document was created on 05/19/2010 14:28:38 under the terms of AIA Documents-on-Demand"order no. 2005177248 ,and is not for resale.This document is licensed by the American Institute of Architects far one-time use only,and may not be reproduced prior to its completbn. §8.6 Other provisions: ARTICLE 9 ENUMERATION OF CONTRACT DOCUMENTS §9.1 The Contract Documents,except for Modifications issued after execution of this Agreement,are enumerated in the sections below. §9.1.1 The Agreement is this executed AIA Document A101-2007,Standard Form of Agreement Between Owner and Contractor. §9.1.2 The General Conditions are AIA Document A201-2007,General Conditions of the Contract for Construction. §9.1.3 The Supplementary and other Conditions of the Contract: Document Title Date Pages §9.1.4 The Specifications: (Either list the Specifications here or refer to an exhibit attached to this Agreement.) Drawings and specifications by CMS Mechanical Services,Inc.and Sole Engineering Section Title Date Pages Init. AIA Document A101 Ts—2007.Copyright®1915,1918,1925,1937,1951,1958.1961,1963,1967,1974.1977,1987,1991,1997 and 2007 by The American Institute of Architects.All rights reserved.WARNING:This AIA®Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or 7 disbibution of this AIA°Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible t under die law.This document was created on 05/19/2010 14:28:38 under the terms of AIA Documents-on-DemandnA order no. 2005177248 ,and is not for resale.This document is licensed by the American Institute of Architects for one-time use only,and may not be reproduced prior to its completion. §9.1.5 The Drawings: (Either list the Drawings here or refer to an exhibit attached to this Agreement) SEE 9.1.4 Number Title Date §9.1.6 The Addenda,if any: Number Date Pages NONE Portions of Addenda relating to bidding requirements are not part of the Contract Documents unless the bidding requirements are also enumerated in this Article 9. §9.1.7 Additional documents,if any,forming part of the Contract Documents: .1 AIA Document E201T"'-2007,Digital Data Protocol Exhibit,if completed by the parties,or the following: .2 Other documents, if any,listed below: (List here any additional documents that are intended to form part of the Contract Documents.AIA Document A201-2007 provides that bidding requirements such as advertisement or invitation to bid, Instructions to Bidders, sample forms and the Contractor's bid are not part of the Contract Documents unless enumerated in this Agreement. They should be listed here only if intended to be part of the Contract Documents.) Weld County Bid Documents dated 4/2/10 Init. AIA Document Albin'-2007.Copyright®1915,1918,1925,1937,1951,1958.1961,1963,1967,1974,1977,1987,1991,1997 and 2007 by The American Institute of Architects.All rights reserved.WARNING:This AIA°Document is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or 8 distribution of this AIA®Docurnent,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was created on 05/19/2010 14:28:38 under the terms of AIA Documentson-Demand'"order no. 2005177248 ,and is not for resale.This document is licensed by the American Institute of Architects for one-time use only,and may not be reproduced prior to its completion. G ARTICLE 10 INSURANCE AND BONDS The Contractor shall purchase and maintain insurance and provide bonds as set forth in Article 11 of AIA Document A201-2007. (State bonding requirements, if any, and limits of liability for insurance required in Article 11 of AM Document A201-2007.) Type of Insurance or Bond Limit of Liability or Bond Amount($0.00) General Liability 1,000,000.00 Umbrella 2,000,000.00 Workers Compensation 500,000.00 Performance Bond 231,144.00 This Agreement entered into as of the day and year first written above. ^. Lere 17WNER ignature) / CONTRACTOR Signal e) Douglas Rademacher, Chair, Board of Weld Nicholas D.Luca-President (Printed name and title) County Commissioners (Printed name and title) 05/26/2010 Init. AIADocument A101""-2007.Copyright CI 1915,1918,1925,1937,1951,1958,1961,1963,1967,1974,1977,1987,1991,1997 and 2007 by The American Institute of Architects.All rights reserved.WARNING:This AleDocument is protected by U.S.Copyright Law and International Treaties.Unauthorized reproduction or 9 distribution of this AIA5Document,or any portion of it,may result in severe civil and criminal penalties,and will be prosecuted to the maximum extent possible under the law.This document was created on 05/19/2010 14:28:38 under the terms of AIA Documents-on-Demand^"order no. 2005177248 ,and is not for resale.This document is licensed by the American Institute of Architects for one-time use only,and may not be reproduced prior to its completion. c?0/0 -090, 609 Technology Circle, Suite A PROPOSAL AND hn e: 80550 ACCEPTANCE SOACeSi‘(‘‘. Phone: 97a686.6800 MechanicaFax: 970.686.6808 No. 3207 SUBMITTED TO PHONE FAX DATE Weld County Purchasing 970-336-7225 970-336-7226 4/22/2010 STREET JOB NAME 915 10th Street, Room#334 Boiler Replacement (Request No B1000097) CITY,STATE AND ZIP CODE JOB LOCATION Greeley, CO 80631 Weld County Centennial Center CMS Mechanical Services, Inc. appreciates the opportunity to propose the following. 1. Remove and dispose of existing 200 hp Kewanee boiler 2. Install four(4) Lochinvar Sync 1,500,000 btu high efficiency condensing boilers with pumps- 98%thermal efficiency. 3. Build 4"tall steel rail for new boilers to set on 4. New boilers will communicate with each other for cascade sequencing 5. Reconnect boilers to existing control system for single point start/stop command 6. Pipe new boilers as a secondary circuit with triple duty valves for isolation 7. Replace two (2) existing 8"gate valves with two (2) 8" butterfly valves for main pipe isolation to be done on Saturday 8. Run new PVC vent system out roof adjacent to existing boiler flue termination 9. Install acid neutralizer kit for condensation drain and pipe to floor drain 10. Provide roof penetrations and re-roof 11. Install gas pipe to each boiler with seperate gas regulators for redundancy 12. Install new main breaker for panel "HH" 13. Install new feed to panel "HH" 14. Replace panel "HH"with new panel for added boilers and pumps 15. Install electronic starters for new boiler pumps 16. Primary/secondary piping of four(4) new boilers into existing primary building loop 17. Core drill concrete for flue pipe 18. Insulation of all new piping 19. Performance Bond 20. Davis Bacon prevailing wage Excludes: 1. Permit and applicable fees We Propose hereby to furnish material and labor-complete in accordance with above specifications,for the sum of: Two hundred thirty one thousand one hundred forty four dollars and 00/100 $231,144.00 Payment to be made as follows: Net 30 days 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 Signature /"` -"��_ above specifications involving extra costs will become an extra charge over and above the estimate. All agreements contingent upon strikes,accidents or delays beyond our Note:Th sal may be withdrawn by us if control. Owner to carry fire,tornado and other necessary insurance. Our workers are not accepted within 30 days. fully covered by Workmen's Compensation Insurance. Acceptance of Proposal-The above prices,specifications and conditions are satisfactory and are hereby accepted. You are authorized to do the work as specified. Payment will be made as outlined above. Date of Acceptance Signature White-CMS Mechanical Services, Inc. Yellow-Customer ************M**** REQUEST NO B1000097 ****************** BOARD OF COUNTY COMMISSIONERS OF THE COUNTY OF WELD, STATE OF COLORADO, BY AND THROUGH ITS DIRECTOR OF FINANCE&ADMINISTRATION DATE: APRIL 2ND, 2010 THIS DOCUMENT CONTAINS GENERAL INFORMATION FOR THE PURCHASING PROCESS OF WELD COUNTY GOVERNMENT. ALL ITEMS MAY NOT BE APPLICABLE. ACTUAL BID SPECIFICATIONS WILL BE FOUND FOLLOWING PAGE 5. I. NOTICE TO BIDDERS A. The Board of County Commissioners of the County of Weld, State of Colorado, by and through its Director of Finance&Administration, wishes to purchase the following: BOILER REPLACEMENT—WELD COUNTY CENTENNIAL CENTER BUILDINGS AND GROUNDS DEPT B. Bids for the above stated merchandise, equipment, and/or services will be received at the office of the Weld County Purchasing Department, 3`' Floor, 915 10'" Street, Greeley, Colorado, 80631 until: WEDNESDAY. APRIL 28TH, 2010 10:00 AM (WELD COUNTY PURCHASING TIME CLOCK'. BE ADVISED THAT THE WELD COUNTY CENTENNIAL CENTER, 915 10'" STREET, GREELEY COLORADO IS A SECURE FACILITY. ALL PERSONS ENTERING THE BUILDING MUST PASS THROUGH SECURIY. IF YOU DECIDE TO DELIVER YOUR BID IN PERSON YOU SHOULD ALLOW ENOUGH TIME TO ARRIVE AT THE PURCHASING DEPARTMENT AT OR BEFORE THE ESTABLISHED BID TIME. II. INVITATION TO BID A. The Board of County Commissioners of the County of Weld, State of Colorado, by and through its Director of Finance &Administration, requests bids for the purchase of the above- listed merchandise, equipment, and/or services. B. Said merchandise and/or equipment shall be delivered to: to be specified. C. Bids shall include any and all charges for freight, delivery, containers, packaging, less all taxes and discounts, and shall, in every way, be the total net price which the bidder will expect the Board of County Commissioners of Weld County to pay if awarded the bid. D. Emailed bids are preferred but they may be mailed or faxed. Bids may be emailed to: mwalters@co.weld.co.us or reverett@co.weld.co.us. An email confirmation will be sent when we receive your bid/proposal; also, if more than one copy of the bid is requested you must submit/mail hard copies of your bid proposal. If mailed, bids should be sent in a sealed envelope with the bid title and bid number on it to Weld County Purchasing, 915 10th Street, Room#334, Greeley CO 80631. Bids may be faxed to fax number 970-336-7226 attention Purchasing. The vendor must include the following statement on the facsimile, "I hereby waive my right to a sealed bid". Please call Purchasing at 970-336-7225 if you have any questions. Bid information and bid tabulations/award can be found at www.co.weld.co.us listed under the Purchasing Department. Please check website for any new information or addenda before submitting your bid. ENERGY CONSERVATION SAVINGS 18 % per year OR$ per AMOUNT OF TIME TO COMPLETE ENGINEERING 2 weeks AMOUNT OF TIME TO COMPLETE WORK 6 weeks TOTAL TIME TO COMPLETE WORK 8 weeks MANUFACTURER Lochinvar AMERICAN MANUFACTURED? X YES_NO DESIGN COST$ 3,000.00 BOILER COST (EACH) $ 30,536.00 TOTAL REPLACEMENT COST$ 231,144.00 This bid is to replace one of the two boilers in Centennial Center Complex located at 915 10th Street Greeley, CO 80632. The replacement boiler(s) shall have the same capacity(minimum) as the current boiler. Currently, this complex utilizes the original Kewanee L3W-200-G natural gas boilers which were installed in the mid-1970s. Boiler technology has improved since the original installation thus, creating greater efficiencies. The replacement boiler should include an increase in efficiency(99% preferred but others considered). This replacement should be a turn-key installation. All engineering/design is the responsibility of the winning bidder. The winning bidder is required to submit engineered stamped drawings for the permit process. Permit fees will be paid by the County. Performance Bond is required. A pre-bld meeting will be held on 0 at 0 00AM, at 915 10th Street—(meet one floor by security office). Toby Taylor will meet you there. Bidders must record their presence at the pre-bid conference to be allowed to submit bids. Bids will be received up to, but not later than April 28 2010"at10 OO AM(WELD COUNTY PURCHASING TIME CLOCK). *See page 1 for more details* Familiarization with the Site: The prospective Bidder shall by careful examination, field verify conditions. Energy Conservation, 1. Bidders must provide an energy savings as a result of upgrading the boiler. 2. This savings can be expressed in terms of percentages/costs per year, month, unit, etc. American Recovery and Reinvestment Act(ARRA) Weld County is a recipient of a grant under the American Recovery and Reinvestment Act for 2009, Pub. L. 11-5 (ARRA)to fund this contract. Bidders are advised that as a sub-recipient, the contractor who receives award of this contract must comply with the requirements of the ARRA, including but not limited to special reporting, Buy American Requirements, and project site ARRA signage. Bidders shall include such costs in their bids. In the event of conflict between the other terms and conditions of this bid and subsequent contract award, the ARRA Provisions,the terms and conditions of the ARRA Provisions shall govern. The contractor will provide signage at the job site which states: "Project funded by the American Recovery and Reinvestment Act". Buy American requirements The awarded contractor is required to comply with the Buy American provisions. The bidder/contractor is required to provide written verification of this condition to Weld County. As a condition of contract award, the contractor is required to submit signed copies of the Contractor Acknowledgment of Buy American Requirements and of the Certification the Buy American provisions are met to the Weld County's representative for verification. More specifics on Buy American can be obtained from httos://www.acauisition.00v/Far/current/html/Subpart%2025 6.html#wD1077024 Davis-Bacon Act The American Recovery and Reinvestment Act of 2009 (ARRA) provided approximately$3.1 billion in funding for DOE's SEP and $3.2 billion in funding for DOE's EECBG program. Section 1606 of ARRA specifies that laborers and mechanics employed by contractors and subcontractors on construction projects funded directly by or assisted in whole or in part under ARRA, which includes the DOE-funded SEP, must be paid at least the wages rates prevailing in the locality in accordance with the Davis-Bacon Act(DBA). The Davis-Bacon Act, 40 U.S.C. §§ 276a-276a-7, provides that locally prevailing wages and fringe benefits must be paid to laborers and mechanics employed on federally funded contracts exceeding $2,000 that may involve construction, alteration, maintenance or repair. The new interim rule clarifies that all programs or activities funded by ARRA and meeting the Davis-Bacon criteria will be subject to the requirements of Davis-Bacon. Section 1606 of the Recovery Act requires that all laborers and mechanics employed by contractors and subcontractors on projects funded directly by or assisted in whole or in part by and through the federal government pursuant to the Recovery Act shall be paid wages at rates not less than those prevailing on projects of a character similar in the locality as determined by the Secretary of Labor in accordance with subchapter IV of chapter 31 of title 40, United States Code. Specific guidance can be obtained through the Department of Labor. The following is general guidance: The DBA applies to laborers and mechanics employed at the work site. Auditors, inspectors, and other personnel not performing physical or manual work at the site of the work are not covered by DBA. Working foremen are covered for the time they spend working as a laborer or mechanic. Time spent filling out forms or ordering supplies is not DBA-covered work. Material suppliers are not DBA-covered if they spend only an incidental amount of time performing work at the site. Contractors may pay more than is required under the DBA, but they must never pay less. If the employee is paid the DBA wages for all activities, there would be no need to separate those activities for reporting requirements. Certified Payroll The awarded contractor will be required to pay employees on a weekly basis and submit completed certified payroll to Weld County weekly. As a minimum, the certified payroll must include: certified payrolls, accurately completed Department of Labor form WH 347, accurate classification of workers, contract wages and fringe benefits, all work in excess of 40 hours during the standard work week must be paid at 1.5 times the basic rate of pay; fringe benefits are hour for hour. Form WH347 is available at: httq://www.dol.00v/whd/forms/wh347.Pdf Fringe benefits may be paid as cash or to funds, plans or programs or could be a combination. If paid to funds, plans or programs,they must be for bona fide benefits (i.e. health insurance, pension, etc.) For reporting/tracking purposes fringe benefits must be expressed in a dollar amount per hour. Prevailing Waae The prevailing wage of workers is determined by the Department of Labor through wage decisions. The laborers and mechanics employed at the work site must meet the minimum wage as identified in the current wage decision. The current rate is available at: httq://www.gpo.ciov/davisbacon/davbacsearch.html. Below is the wage decision for 3/12/2010. Please note the experience level is not a factor in decision. For example: an Apprentice, Journeyman, and Master must make at least the minimum identified. GENERAL DECISION: CO20100010 03/12/2010 CO10 Date: March 12, 2010 General Decision Number: CO20100010 03/12/2010 Superseded General Decision Number: CO20080010 State: Colorado Construction Type: Building County:Weld County in Colorado. BUILDING CONSTRUCTION PROJECTS (does not include residential construction consisting of single family homes and apartments up to and including 4 stories) Modification Number Publication Date 0 03/12/2010 ASBE0028-001 07/01/2009 Rates Fringes Asbestos Workers/Insulator(Includes application of all insulating materials, protective coverings, coatings and finishings to all types of mechanical systems) $ 23.54 11.13 CARP2834-001 05/01/2009 Rates Fringes MILLWRIGHT $27.60 10.65 ELEC0068-010 06/01/2009 Rates Fringes ELECTRICIAN (Including Low Voltage Wiring and Installation of Fire Alarms) $ 31.00 11.40 * ELEV0025-002 01/01/2010 Rates Fringes Elevator Constructor $36.94 20.24 FOOTNOTE: a. Employer contributes 8% of basic hourly rate for over 5 years' service and 6% basic hourly rate for 6 months' to 5 years' service as Vacation Pay Credit. PAID HOLIDAYS: New Years Day; Memorial Day; Independence Day; Labor Day; Veterans Day; Thanksgiving Day; the Friday after Thanksgiving Day; and Christmas Day. I RON0024-001 11/01/2009 Rates Fringes IRONWORKER, STRUCTURAL $ 24.80 9.91 PAI N0930-001 07/01/2009 Rates Fringes GLAZIER $ 27.95 7.10 PLUM 0003-001 08/01/2009 Rates Fringes PLUMBER (Excluding HVAC work) $ 33.37 10.45 P L U M0208-001 07/08/2009 Rates Fringes PIPEFITTER (Including HVAC pipe) $ 33.30 10.52 SHEE0009-001 E E 0009-001 07/01/2009 Rates Fringes Sheet metal worker(Includes HVAC duct and installation of HVAC systems) $30.55 11.67 SUCO2001-010 12/20/2001 Rates Fringes CARPENTER $ 13.99 3.78 Laborer, common $ 8.00 WELDERS- Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). ---------------------------------- — In the listing above, the "SU" designation means that rates listed under the identifier do not reflect collectively bargained wage and fringe benefit rates. Other designations indicate unions whose rates have been determined to be prevailing. WAGE DETERMINATION APPEALS PROCESS 1) Has there been an initial decision in the matter?This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on * a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis-Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2) and 3) should be followed.With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2) If the answer to the question in 1) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the Interested party's position and by any information (wage payment data, project description, area practice material, etc)that the requestor considers relevant to the issue. 3) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4)All decisions by the Administrative Review Board are final. END OF GENERAL DECISION FIRM CMS Mechanical Services, Inc(Incorporated in Colorado) BY Nicholas D. Luca-President (please print) 4/22/10 BUSINESS ADDRESS 609 Technology Circle,Suite A DATE CITY, STATE, ZIP CODE Windsor, CO 80550 EMAIL nluca@crosmechserv.com TELEPHONE NO (970)686-6800 FAX (970)686-6808 TAX ID# 84-1524138 SIGNATURE WELD COUNTY IS EXEMPT FROM COLORADO SALES TAXES. CERTIFICATE OF EXEMPTION NUMBER IS#98-03551-0000. (County boiler plate to all bids) III. INSTRUCTIONS TO BIDDERS A. Bids shall be typewritten or written in ink on forms prepared by the Weld County Purchasing Department. Each bid must give the full business address of bidder and be signed by him with his usual signature. Bids by partnerships must furnish the full names of all partners and must be signed with the partnership name by one of the members of the partnership or by an authorized representative, followed by the signature and title of the person signing. Bids by corporations must be signed with the legal name of the corporation, followed by the name of the state of the incorporation and by the signature and title of the president, secretary, or other person authorized to bind it in the matter. The name of each person signing shall also be typed or printed below the signature. A bid by a person who affixes to his signature the word "president," "secretary," "agent," or other title without disclosing his principal, may be held to be the bid of the individual signing. When requested by the Weld County Director of Finance &Administration, satisfactory evidence of the authority of the officer signing in behalf of a corporation shall be furnished. All corrections or erasures shall be initialed by the person signing the bid. All bidders shall agree to comply with all of the conditions, requirements, specifications, and/or instructions of this bid as stated or implied herein. All designations and prices shall be fully and clearly set forth. All blank spaces in the bid forms shall be suitably filled in. B. Bids may be withdrawn upon written request to the Weld County Director of Finance & Administration received from bidders prior to the time fixed for opening. Negligence on the part of bidder in preparing the bid confers no right for the withdrawal of the bid after it has been opened. • C. Bidders are expected to examine the conditions, specifications, and all instructions contained herein. Failure to do so will be at the bidder's risk. D. Bidders shall not stipulate in their proposals any conditions not contained in the instructions and specifications herein unless specifically requested by the special instructions attached hereto. Any proposal which fails to comply with the letter of the instructions and specifications herein may be rejected. E. Late or unsigned bids shall not be accepted or considered. It is the responsibility of the bidder to ensure that the bid arrives in the Weld County Purchasing Department on or prior to the time indicated in Section I., entitled "Notice to Bidders." F. When approximate quantities are stated, Weld County reserves the right to increase or decrease quantity as best fits its needs. G. Whenever requested, samples or descriptive matter shall be filed prior to the opening of bids. H. Any item supplied to Weld County shall be new and of the manufacturer's current model unless otherwise specified. In accordance with Section 14-9(3) of the Weld County Home Rule Charter, the Board of County Commissioners of Weld County will give preference to resident Weld County bidders in all cases where said bids are competitive in price and quality. It is also understood that the Board of County Commissioners of Weld County will give preference to suppliers from the State of Colorado, in accordance with Section 30-11-110, CRS, when it is accepting bids for the purchase of any books, stationery, records, printing, lithographing or other supplies for any officer of Weld County. J. All discounts shall be figured from the date of delivery and acceptance of the articles, or in the case of an incorrect invoice, from the date of receipt of corrected invoice, if this be subsequent to delivery and acceptance. K. Substitutions or modifications to any of the terms, conditions, or specifications of this bid package which are made by Weld County, Colorado, after the bids have been distributed to prospective bidders, and prior to the date and time of bid opening, will be made in writing and signed by Weld County's Director of Finance & Administration. No employee of Weld County, Colorado, is authorized in any way to modify any of the terms, conditions, or specifications of this bid without written approval of said Director of Administrative Services. This is not to imply that bids will not be accepted or considered with specifications which are different from those herein. Any item which does not meet all the terms, conditions, or specifications of this bid, must be clearly indicated on a separate sheet of paper, attached to the bid specification and proposal sheets and returned with the bid. L. The successful bidder shall indemnify and hold harmless Weld County, Colorado, against all claims for royalties, for patents or suit for infringement thereon, which may be involved in the manufacture or use of the material to be furnished. M. Contractor certifies that it shall comply with the provisions of Colorado Revised Statutes (C.R.S.) 8-17.5-101, et seq. Contractor shall not knowingly employ or contract with an illegal alien to perform work under this Contract or enter into a contract with a subcontractor that fails to certify to Contractor that the subcontractor shall not knowingly employ or contract with an illegal alien to perform work under this Contract. Contractor represents, warrants, and agrees that it (a) has verified that it does not employ any illegal aliens, through participation in the Basic Pilot Employment Verification Program administered by the Social Security Administration and Department of Homeland Security, and (b) otherwise will comply with the requirements of C.R.S. 8-17.5-102(2)(b). Contractor shall comply with all reasonable requests made in the course of an investigation under C.R.S. 8-17.5-102 by the Colorado Department of Labor and Employment. If Contractor fails to comply with any requirement of this provision or C.R.S. 8-17.5-101, et seq.,Weld County may terminate this Contract for breach and Contractor shall be liable for actual and consequential damages to Contractor. Except where exempted by federal law and except as provided in C.R.S. 24-76.5-103(3), if Contractor receives federal or state funds under this Contract, Contractor must confirm that any individual natural person eighteen (18)years of age or older is lawfully present in the United States pursuant to C.R.S. 24-76.5-103(4) if such individual applies for public benefits provided under this Contract. If Contractor operates as a sole proprietor, it hereby swears or affirms under penalty of perjury that it(a) is a citizen of the United States or is otherwise lawfully present in the United States pursuant to federal law, (b) shall produce one of the forms of identification required by C.R.S. 24-76.5-101, et seq., and (c) shall produce one of the forms of identification required by C.R.S. 24-76.5-103 prior to the effective date of this Contract. N. All goods shall remain the property of the seller until delivered to and accepted by Weld County, Colorado. O. Bids received prior to the time of opening will be kept unopened in a secure place. No responsibility will attach to the Weld County Director of Finance & Administration for the premature opening of a bid not properly addressed and identified. P. In submitting the bid, the bidder agrees that the acceptance of any and all bids by the Board of County Commissioners of Weld County within a reasonable time or period constitutes a contract. The Board of County Commissioners of Weld County, Colorado, reserves the right to reject any and all bids, to waive any informality in the bids, and to accept the bid that, in the opinion of the Board, is to the best interests of the Board and of the County of Weld, State of Colorado. Q. No delivery shall become due or be accepted unless a purchase order shall first have been issued by the Weld County Director of Finance & Administration. It is understood that it is necessary for all invoices to be made out to Weld County, Colorado, not to the Department securing the merchandise. All invoices should be sent to: eld County, Accounting Dept, P O Box 758, Greeley, Colorado 80632. R. These instructions, the proposal forms, and specifications have been developed with the hope of raising the standard of purchasing negotiations to a level wherein all transactions will be mutually satisfactory. Your cooperation is invited. IV. DEFINITIONS A. "Standard": When the word "standard" is used in the specification to describe an item of equipment or in assembly, it shall be construed to mean that item or assembly so described shall be the latest regular product of the manufacturer thereof, identified by a model or other designation, without the modification or omission of any of its usual parts or the substitution of others therefore, except as hereafter specified, details, capacities and ratings, conforming in every respect to the said manufacturer's catalog or other printed matter describing the item or assembly. Standard subassemblies, accessories, fittings, and finishes shall be construed to be those which are regularly furnished as part of the principle unit or assembly and included in the selling price thereof. B. "Reputable Manufacturer": A manufacturer who has been engaged in the business of fabricating the equipment specified for a reasonable period of time prior to the date set for opening of bids and who can demonstrate to the satisfaction of Weld County that said manufacturer has successfully installed equipment of the type proposed to be furnished in at least three (3) instances and the performance of such equipment has been satisfactory. Manufacturers having been engaged in the business of manufacturing said equipment for a period of one (1) year prior to the date affixed for opening bids shall, prima facie, be deemed to have been engaged in such business a reasonable length of time. C. "Or Equal": The specific equipment mentioned shall be understood as indicating the type, function, minimum standard of design, efficiency, and quality desired and shall not be construed in such a manner as to exclude manufacturer's equipment of comparable quality, design, and efficiency. V. GENERAL SPECIFICATIONS, CONDITIONS AND INFORMATION A. Design: Any equipment to be purchased shall be the manufacturer's latest model of production. Said equipment shall be of superior quality and suitable to the use for which it is intended. The technical design shall be in line with the best practice in the industry and the materials and workmanship entering into the construction shall be of the kinds and qualities which will ensure long life, dependability, and low cost of maintaining and repairing. B. Pre-delivery Service: Office equipment is to be delivered, as directed, unpacked, assembled, cleaned and adjusted for immediate use at a location designated by the Weld County Director of Finance & Administration. Motor vehicles and other items of equipment shall be ready for immediate use at the time of delivery to a designated location. The equipment shall be clean and all instruments properly adjusted. The inflation of tires must be checked, lubrication completed, the crank case checked for proper oil level, and any other servicing normally provided by dealers shall be performed. Operating and maintenance manuals shall be provided at the time of delivery. Parts and price lists shall be included when special equipment is purchased or when requested by Weld County. C. Acknowledgment and Delivery Schedule of Initial Order: Time is of the essence. A delivery schedule of not more than 45 calendar days after receipt of the order shall be deemed reasonable and serve the best interests of Weld County, Colorado. Proposals exceeding this schedule may be rejected. Delivery will be made on or before June 15 , 2010 . The successful bidder shall acknowledge the receipt of the order and certify delivery as scheduled. D. Warranty: The successful bidder shall warrant that: 1. The goods to be supplied pursuant to this bid are fit and sufficient for the purpose intended; 2. The goods are merchantable, of good quality, and free from defects, whether patent or latent, in material or workmanship; and 3. The goods sold to Weld County, Colorado pursuant to this bid conform to the minimum Weld County specifications as established herein. The successful bidder shall further warrant that he has title to the goods supplied and that the goods are free and clear of all liens, encumbrances, and security interests. All warranties made by the successful bidder, together with service warranties' and guarantees shall run to Weld County and its successors and assigns. E. Service Calls in the First One Year Period: The successful bidder shall bear all costs for mileage, travel time, and service trucks used in the servicing (including repairs) of any of the goods to be purchased by Weld County, Colorado, pursuant to this bid for as many service calls as are necessary for the first one (1) year period after said goods are first supplied to Weld County. F. General Information: Bidder shall submit with their bids the following information pertaining to the equipment upon which the bids are submitted: 1. Detailed equipment specifications to include the warranty. 2. Descriptive literature. HIGH EFFIcjipjJiY i • BOILERS SYNC CONDENSING BOILER ` ry : T®UCH TOUCHSCREEN OPERATING CONTROL min hkadr FEATURING A BUILT-IN CASCADING SEQUENCER 1.0, 1.3 AND 1.5 MILLION BTU/HR LOW NOx FIRING RATE MODULATION TO 10:1 LESS THAN 20 ppm NOx DIRECT-VENT FLEXIBILITY TO 100 FEET UP TO 98% THERMAL EFFICIENC -� LoChinvar High Efficiency Water Heaters,Boilers and Pool Heaters Loch'O VBf [0111 -; ; TM BUILDING ON A NEW TRADITION OF INNOVATION Lochinvar's commitment to research and development once again brings new innovation to the industry! The SYNC" Commercial Boiler combines stainless steel heat exchanger technology with Modulating Condensing combustion to deliver thermal efficiencies as high $t7* as 98%in low-temperature applications. With models at 1.0, 1.3 and 1.5 million BTU/hr inputs, SYNC will serve a large range of commercial applications and add the "green" touch that building owners and facility managers desire. SYNC also reaches new levels of innovation with SMART TOUCH"...touchscreen technology s that puts total operational control at your fingertips! With SMART TOUCH, it's easier than,yr. ever to set up a perfectly synchronized "green"system, and access a complete onboard .a`- , 's database of real-time operational data and performance history. ' - Other features in SYNC with your needs include space-saving footprints,direct-vent design .'� with intake and exhaust runs up to 100 feet,and a built-in cascading sequencer for up to 8 boilers,delivering up to 12 million BTU/hr heating capacity. s. Link up with SYNC...the mod/con boiler that's touched by innovation in every way. THE SYNC COMBUSTION SYSTEM ADVANCED NEGATIVE REGULATION TECHNOLOGY SYNC safely and reliably operates with supply gas pressure as low as 4 inches water column, because Negative Regulation (Neg/Reg)technology automatically adjusts fan speed to ensure the correct volume of fuel and air entering the burner. "FAIL-SAFE" DIRECT-SPARK IGNITION With each call for heat,two electrodes ignite the fuel/gas mixture.A third electrode then senses for flame. 'ct SMART TOUCH will lock out and display the fault if ignition does not occur >" TWO-IN-ONE STAINLESS STEEL H EAT EXCHANGER [\'N's\v„ \y , f1 A primary heat exchanger combined with a secondary heat exchanger • / w captures flue gas heat and eliminates low temperature requirements. The stainless steel,pH-tolerant design features a weld-sealed assembly _• JJ wnh no O-rings or gaskets, and does not require special glycol �s �, •'rat/r; ,r t1 { � AsME Suction IV approved and stamped. - FULLY MODULATING BURNER • SiJiART TOUCH allows fully modulating combustion with 10:1 turndown.The combustion system can fire as to' as 10%of maximum input,and modulates the firing rate up to 1007o as demand increases.The burner design incorporates a woven steel mesh sleeve over a stainless steel burner tune and fires in a 360c pattern along the entire length of the primary heat exchanger-These 7 x together allow 5YN C's compact size to excel compared to units with larger multiple burners. ` � 4 • SMART To UCH , , - UNEQUALED CONTROL AND MONITOR hi, ,1/4.-,e > el FUNCTIONS THAT ARE EASY TO USE # -x= „''', tx TOTAL CONTROL,AT YOUR FINGERTIPS BUILT:I °I i.1/4-_;,.:' 0uxtAEici 6NCER The full-color SMART TOUCH Main Menu screen is your gateway Sequences up to an�s.boiler system using simple 2-wire daisy-chair to complete control of all SYNC functions, and total access to connection,eliminating cost and uncertainty of separate"third system performance data and history. Do it all and see it all party"sequencer.On demand,one boiler functions as the leader, right here,with or without connecting to a separate PC.using and modulates to capacity.Increasing load then"cascades"to our SMART TOUCH software- additional"lag"boilers in sequence as needed.Lead-lag rotation shifts"first on"boiler role every 24 hours,distributing • MODBUS COMMUNICATION - equal lead-lag runtimes to each uni • PASSWORD SECURITY ;Q . - • PRODUCT SERVICE INDICATOR • FREEZE PROTECTION'.: — • LOW WATER FLOW INDICATOR lira - ,rte 6! m,z • NIGHT TEMPERATURE SETBACK I a ro �. • BUILDING MANAGEMENT SYSTEM CONTROL I 3�2 A • HOTWATER GENERATOR COMPATIBILITY I' { z • SYSTEM AND BOILER PUMP CONTROLS -i yf ' 't k - t 4 -[ 7 °t" -i • OUTDOOR RESET i �9j ' ,i • PC CONNECTION ; 3 4., I "-iJ -- DIRECT-VENTING RECT-VENTING UP TO 100 FEET - SYNC offers 6 venting options and tremendous flexibility for placement cr. units within the building, because it permits direct-vent air intake and exhaust runs up to 100 equivalent feet using either PVC, CPVC or AL29-4C stainless steel vent pipe. Intake and exhaust runs can terminate horizontally through a sidewall or vertically through the roof. Room Air Vertical Room Air Sidewall Direct Vent Sidewall Vent Termination%F/ il H F j -----'T s i ,,, 'et eF y S /y " ;„ ll I y � :% FACTORY SUPPLIED AND �- ���GGG SHIPPED STANDARD WITH EVERY MODEL Direct Vent Vertical Vertical w/sidewall Air Direct Vent Sidewall "rte es 5w- 5c--- '--, =1 `\11 a ez-Tt •.� II F. I; II f�F s 7 4�.- +x•. gg� ' ll t A r II \ II \ 'II r-�- fir,- yJ yJ -i I * _ ..--"" SIDEWALL VENT �� % TERMINATION SYNC'" BOILER DIMENSIONS AND SPECIFICATIONS AIR INTAKE t]-114 6.1/4- " Model Number Guide :..FLUE F SE N 1500 M13 �� s° INLET YI $ d Bid_ te GAS $\Qa6"5qK -FP OUTLET If ii I .- ca • S; q 0 SYNCOoiler, iI INLET 4B° ■44.314' Natural Gas. r• ■I 0 32.3/4' 1,500,000 Btu/hr Input, i.i 20.1/2i, ,N M13 firing controls 111 �I E—Ti 2J/4 C I FT— El BACK LEFT TOP . . SYNC HEATING BOILER 1: DIMENSIONS AND SPECIFICATIONS Input Net Inlet Outlet Model Min. Max. Thermal Output I=B=R Gas Water Water Air Vent Slapping Number MBH MBH Efficiency MBH MBH A B C 0 E F Conn. Conn. Conn. Inlet Size Wt.(lbs.) 58N1000 100 999 94.1% 941 818 58-3/4" 31° 48' 3S 4-1/2' 15' 1-1/2" T xT. 2-112' 6' 6"' 786 5891300 130 1300 95.4% 1,240 1,078 58-3/4' 31° 52-1/4' 34-3/4" 3-1/2" 6-3/4' 1-1/2' 2'x2' 21/2° 6" B' 856 5891500 150 " 1,500 96.2% 1,443 1,255 58-3/4' 31' 56-1/2"x. 34-3/4' 3-1/2'.`6-3/44 1.1/2' Fri' 2-1/2' 6" 6" 926 Notes:Change'N'to'L'for LP.Gas Model. No duration on L.P.models. Performance data based on manufacturertest results. 120 VAC/15 AMP circuit required. All dimensions shown In Inches. STANDARD FEATURES , SMARTTOUCHT" FEATURES Up to 96.2%Thermal Efficiency ) SMARTTOUCHTN Touchscreen Operating Control ) High Voltage Terminal Strip > Modulating Burner with 1O:1 Turndown > Full-Color TauchscreenLCD Display > 12O VAC/6O Hertz/1-Phase Power Supply > Direct-Spark Ignition > Built-in Cascading Sequencer for up to 8 Boilers > Three Sets of Pump Contacts >.Low NOx Operation > Building Management System Integration with > Low Voltage Terminal Strip > Sealed Combustion O-1O VDC Input : > 24 VAC Auxiliary Device Relay >.Low Gas Pressure Operation > Outdoor Reset Control with Outdoor Air Sensor > Auxiliary Proving Switch Contacts Vertical&Horizontal Venting > Dual Level Password Security > Flow Switch Contacts Category IV Venting up to 1OO Feet > Domestic Hot Water Prioritization > Alarm on Any Failure Contacts > PVC,CPVC or AL29-4C Vent Material > Low Water Flow Safety Control&Indication > Runtime Contacts > Sidewall Vent Terminations Provided > Inlet&Outlet Temperature Readout > O11W Thermostat Contacts > ASME Stainless Steel Heat Exchanger > Freeze Protection > Unit Enable/Disable Contacts >.:ASME Certified,"H"Stamped > Service Reminder > System Sensor Contacts > Gaskettess Design > Time Clock > DHW Tank Sensor Contacts > 16O psi Working Pressure > Data Logging > Outdoor Air Sensor Contacts > On/Off Switch > Hours Running,Space Heating > Cascade Contacts >. Adjustable High Limit with Manual Reset > Hours Running,Domestic Hot Water' OPTIONAL EQUIPMENT > Low Water Cutoff with Manual Reset&Test > Ignition Attempts > Last 1O L > Alarm Bell Lockouts r > Low Air Pressure Switch > Condensate Neutralization Kit > High&Low Gas Pressure Switches > Programmable System Efficiency Optimizers. g > SMART SYSTEM PC Software with Manual Reset - > Night Setback > Modbus Communications > Inlet&Outlet Temperature Sensors > An Cycling _ ti > Stainless Steel Vent Kits > Two Easy Access Terminal Strips > Outdoor Air Reset Curve > Downstream Test Cocks > Boost Temperature&Time CODES & REGISTRATIONS >. 50 psi ASME Relief Valve ) Three Pump Control > -ANSI Z21.13b-2OO7 certified > Temperature&Pressure Gauge > System Pump > ASME certified,"H"stamp • Zero Clearance to Combustible Material > Boller Pump > .California Code compliant > Approved for Combustible Floor Installation >- Domestic Hot Water Pump > CSD1/Factory Mutual/GE Gap compliant r-1 Year Warranty onParts >' Massachusetts Code compliant > 10 Year Limited Warranty x. South Coast Air Quality Management District (see warrantee for details) registered I 41 Ai� ;) H /'�o MM.: t•ww a �„• • V�R I' "'i Patent 47,506,617 -' mth E•icI•^•>'1>'e•+newsa,>w� Soo Maddox Simpson Parkway, Lebanon,TN 37090 I 615-889-8900 I fax: 615-547-1000 I www.Lochinvar.com svme-oz [reeised 'IN Ili 11 001 FL 511 3/10-Prinlcd in Il,S,A. ;PI- • • SYNC ® COMMERCIAL BOILER High Efficiency Water Beaten,aon.nandPodnu>.n Submittal Sheet SYNC-Sub-07 SYNC® COMMERCIAL CONDENSING BOILER JOB NAME LOCATION ARCH./ENGR WHOLESALER MECH. CONTRACTOR MODEL NO. TYPE GAS Btu/hr INPUT Btu/hr OUTPUT NOTES STANDARD FEATURES OPTIONAL EQUIPMENT > Up to 96.2%Thermal Efficiency > Domestic Hot Water Prioritization ['Alarm Bell > Modulating Burner with 10:1 Turndown > Low Water Flow Safety Control&Indication Condensate Neutralization Kit > Direct-Spark Ignition > Inlet&Outlet Temperature Readout ❑SMART SYSTEM PC Software > Low NOx Operation > Freeze Protection ❑Modbus Communications > Sealed Combustion > Service Reminder ❑Stainless Steel Vent Kits > Low Gas Pressure Operation > Time Clock > Vertical&Horizontal Venting ) Data Logging > Category IV Venting up to 100 Feet > Hours Running,Space Heating > PVC,CPVC or AL29-4C Vent Material > Hours Running,Domestic Hot Water CODES & REGISTRATIONS > Sidewall Vent Terminations Provided > Ignition Attempts > ANSI Z21.13b-2007 certified ASME Stainless Steel Heat Exchanger > Last 10 Lockouts > ASME certified,"H"stamp ASME Certified,"H"Stamped > Programmable System Efficiency Optimizers > California Code compliant Gasketless Design > Night Setback > CSD1/Factory Mutual/GE Gap compliant > 160 psi Working Pressure > Anti-Cycling > Massachusetts Code compliant > On/Off Switch > Outdoor Air Reset Curve > South Coast Air Quality Management District > Adjustable High Limit with Manual Reset > Boost Temperature&Time registered > Low Water Cutoff with Manual Reset&Test > Three Pump Control > Low Air Pressure Switch > System Pump > High&Low Gas Pressure Switches > Boiler Pump with Manual Reset > Domestic Hot Water Pump > Inlet&Outlet Temperature Sensors > High Voltage Terminal Strip > Two Easy Access Terminal Strips > 120 VAC/60 Hertz/1-Phase Power Supply > Downstream Test Cocks > Three Sets of Pump Contacts > 50 psi ASME Relief Valve > Low Voltage Terminal Strip > Temperature&Pressure Gauge > 24 VAC Auxiliary Device Relay > Zero Clearance to Combustible Material > Auxiliary Proving Switch Contacts > Approved for Combustible Floor Installation > Flow Switch Contacts > 1 Year Warranty on Parts > Alarm on Any Failure Contacts > 10 Year Limited Warranty > Runtime Contacts (see warranties for details) > DHW Thermostat Contacts SMART T0UCHTM FEATURES > Unit Enable/Disable Contacts > SMARTTOUCHTM Touchscreen Operating Control > System Sensor Contacts > Full-Color Touchscreen LCD Display > DHW Tank Sensor Contacts > Built-in Cascading Sequencer for up to 8 Boilers > Outdoor Air Sensor Contacts > Building Management System Integration with > Cascade Contacts 0.10 VDC Input > Outdoor Reset Control with Outdoor Air Sensor > Dual Level Password Security SYNC Commercial Boiler Dimensions & Specifications 17-1/4' AIR INTAKE 6-1H' -I FLUE 5 INLET GAS A �i OUTLET A O • f INLET 40.L4' 40' 1 ■I G 32-aIC �AI 11 2avr E L—2-3/4" C I I-� B BACK LEFT TOP § SYNC HEATING BOILER ® DIMENSIONS AND SPECIFICATIONS Input Net Inlet Outlet Model Min, Max. Thermal Output 1=B=R Gas Water Water Air Vent Shipping Number MBH MN Efficiency MBH MEIN A B C D E F Conn. Conn. Conn. Inlet Size Wt.(lbs.) 58911000 100 999 94.1% 941 818 58-3/4' 31" 48" 35' 4-1/2' 15' 1-1/2" 2'x2' 2-1/1" 6' 6' 786 58N1300 130 1,300 95.4% 1,240 1,078 58-3/4' 31" 52-1/4" 34-3/4' 3-1/2" 6-3/4' 1-1/2' Px2' 2-1/2" 6' 6' 856 SBN1500 150 1,500 96.2% 1,443 1,255 58-1/4` 31' 56-1/2' 34-3/4' 3-1/2' 6-3/4' 1-1/2' 2'x2" 2-1/2" 6' 6" 926 Notes:Change"N'to'L'for L.P.Gas Model. No demtion on LP models. Performance data based on manufacturer test results. 210 YAC/15AMP circuit required. All dimensions shown In Inches. VENTING OPTIONS ❑Direct Vent Vertical ❑Direct Vent Horizontal ❑Vertical Vent with Sidewall Air Intake ❑Sidewalk Vent with Rooftop Air Intake 0 Vertical Vent with Optional Room Air ❑Sldewall Vent with Optional Room Air S ARAM 11) e sr sillit—"ti�� Lochunvar® MEMBER aw Encincre+wam.n.Booen..d Pool Fnn Lochinvar Corporation•300 Maddox Simpson Pkwy•Lebanon,TN 37090•615.889-8900/Fax:615-547-1000 www.l.ochinvar.com 3/10—Printed in U.S.A. MEMORANDUM To: Board of County Commissioners W I From: Toby Taylor Re: Centennial Boiler Replacement Bid B1000097 COLORADO Date: May 14, 2010 As advertised, this bid is to replace the boiler at the Centennial Center. The low bid from Gorman Mechanical Contractors Inc. (Proposal B) is for an 85% efficient unit which has been identified as a 5-8% per year energy conservation savings. The second low bid is from CMS Mechanical Services Inc. is for a 98% efficient unit which has been identified as an 18% per year energy conservation savings. Due to the energy savings and long term payback, Buildings and Grounds is recommending the bid from CMS Mechanical Services Inc. be awarded. If you have any questions, please contact me at extension 2023. 5//7/2o/o 201 0 - ref %O9L3 WELD COUNTY PURCHASING 915 10TH St Room #334, Greeley CO 80631 i‘a :41 E-mail: mverettAco.weId.co.uss E-mail: reverett(a�co.weld.co.us Phone: (970) 356-4000, Ext. 4223 or 4222 WI l D c Fax: (970) 336-7226 COLORADO DATE OF BID: April 28`h, 2010 REQUEST FOR: BOILER REPLACEMENT IN THE CENTENNIAL CENTER DEPARTMENT: Buildings & Grounds Dept BID NO: #61000097 PRESENT DATE: May 3rd, 2010 APPROVAL DATE: MAY 17`h, 2010 ENERGY VENDOR TOTAL SAVINGS CORMAN MECHANICAL CONTRACTORS INC Proposal #A $394,600.00 10-15% -YEAR 1040 36TH STREET Proposal #B $208,800.00 5-8 % - YEAR EVANS CO 80620 CMS MECHANICAL SERVICES INC (Inc in Colo) $231,144.00 18% - YEAR 609 TECHNOLOGY CIRCLE, SUITE #A WINDSOR CO 80550 JCOR MECHANICAL INC $234,970.00 99% cubic ft of 15800 W 5TH AVENUE natural gas GOLDEN CO 80401 HO-AD INDUSTRIAL SERVICES $241.000.00 Study would be 4057 CAMELOT CIRCLE done at time of LONGMONT CO 80504 award FISHER MECHANICAL CONTRACTORS INC $289,877.00 5% - MONTH 3900 CARSON AVENUE EVANS CO 80620 LEGACY MECHANICAL INC $332,850.00 15% - YEAR 5161 WARD ROAD#2 WHEAT RIDGE CO 80033 *BIDS ARE BEING REVEIWED AT THIS TIME 2010-0903 AG/6 y6160/3 Hello