R-08-03-27-8A2 - 3/27/2008 RESOLUTION NO. R-08-03-27-8A2
WHEREAS, the City of Round Rock has duly advertised for bids
for an Air Handling Unit for the Clay Madsen Recreation Center, and
WHEREAS, JH Mechanical has submitted the lowest responsible
bid, and
WHEREAS, the City Council wishes to accept the bid of JH
Mechanical, Now Therefore
BE IT RESOLVED BY THE COUNCIL OF THE CITY OF ROUND ROCK,
TEXAS,
That the bid of JH Mechanical is hereby accepted and the City
Manager is hereby authorized and directed to issue a purchase order
in the amount of $127, 315 . 00 to JH Mechanical for an Air Handling
Unit for the Clay Madsen Recreation Center.
The City Council hereby finds and declares that written notice
of the date, hour, place and subject of the meeting at which this
Resolution was adopted was posted and that such meeting was open to
the public as required by law at all times during which this
Resolution and the subject matter hereof were discussed, considered
and formally acted upon, all as required by the Open Meetings Act,
Chapter 551, Texas Government Code, as amended.
RESOLVED this 27th day of March, 2008 .
NY , Mayor
City of Round Rock, Texas
ATTEST:
/A /,{ JVU
SARA L. WHITE, City Secretary
0:\WDOX\RESOLUTI\R80327A2.DOC/me
BID TAB VENDOR VENDOR
BID NUMBER: 08-0021 JH Mechanical RM Mechanical
BID OPENING: 2/5/2008 3:00 PM
DELIVERY: 63 days DELIVERY: 75/100 days
TOTAL: TOTAL:
Item Bid item(s) QTY Unit $ Unit $
1 Air Handler Unit 1 ea 117,895.00 133,636.00
Carrier Unit
2 Air Handler Unit 1 ea 127,315.00 147,441.00
Trane Unit
CITY OF ROUND ROCK
SPECIFICATION NO.
08-031-18
DATE: January 2008
INVITATION FOR BID
AIR HANDLING UNIT AT
CLAY MADSEN RECREATION CENTER
PART 1
GENERAL
1. PURPOSE: The City seeks to contract with a qualified bidder to provide all goods and labor to deliver and
install an Air Handling Unit(AHU)to the City owned facility identified in the Invitation for Bid (IFB).
2. DEFINITIONS: The following definitions will be used for identified terms throughout the specification and
bid document:
2.1. Bidder identified throughout this specification shall describe persons and entities that consider
themselves qualified to provide the goods, equipment or services.
2.2. City—Identifies the City of Round Rock,Travis and Williamson County,Texas.
2.3. Contract—A mutually binding legal document obligating the Contractor to furnish the goods,
equipment or services, and obligating the City to pay for it.
2.4. Contractor—A person or business enterprise providing goods, equipment, labor and/or services to
the City as fulfillment of obligations arising from a contract or purchase order.
2.5. Goods represent materials, supplies, commodities and equipment.
2.6. Purchase Order-is an order placed by the Purchasing Office for the purchase of Goods or
Services written on the City's standard Purchase Order form and which,when accepted by the
Bidder, becomes a contract. The Purchase Order is the Bidder's authority to deliver and invoice
the City for Goods or Services specified, and the City's commitment to accept the Goods or
Services for an agreed upon price.
2.7. Subcontractor-Any person or business enterprise providing goods, equipment, labor, and/or
services to a Contractor if such goods, equipment, labor, and/or services are procured or used in
fulfillment of the Contractor's obligations arising from a contract with the City.
3. CONFLICT OF INTEREST:
3.1. Effective January 01,2006,Chapter 176 of the Texas Local Government Code(House Bill 914)
requires that any vendor or person considering doing business with a local government entity disclose
the vendor or person's affiliation or business relationship that might cause a conflict of interest with a
local government entity. The Conflict of Interest Questionnaire form is available from the Texas
Ethics Commission at www.ethics.state.tx.us. Completed Conflict of Interest Questionnaires may be
mailed or delivered by hand to the City Secretary. If mailing a completed form, please mail to:
City of Round Rock
Sara White,City Secretary
221 East Main Street
Round Rock,Texas 78664
3.2. Any attempt to intentionally or unintentionally conceal or obfuscate a conflict of interest may
automatically result in the disqualification of the vendor's proposal.
Page 1 of 9
SPECIFICATION NO.
08-031-18
DATE:January 2008
4. CLARIFICATION: For clarification of specifications, bidders may contact:
Randy Barker
Purchasing Supervisor
City of Round Rock
Telephone: 512-218-3295
4.1. The individual listed above may be contacted by telephone or visited for clarification of the
specifications only. No authority is intended or implied that specifications may be amended or
alterations accepted prior to bid opening without written approval of the City of Round Rock through
the Purchasing Division.
PART II
GENERAL CLAUSES AND CONDITIONS
1. GOODS: The equipment furnished under this specification shall be the latest improved model in current
production, as offered to commercial trade, and shall be of quality workmanship and material.The bidder
represents that all equipment offered under this specification shall be new.
1.1. Used,shopworn,demonstrator, prototype,or discontinued models are not acceptable.
2. LABOR: The Contractor shall provide all labor and goods necessary to perform the project. The
Contractor shall employ all personnel for work in accordance with the requirements set forth by the United
States Department of Labor.
3. EXCEPTIONS: Any variation from this specification must be indicated on the bid or on a separate
attachment to the bid. The sheet shall be labeled as such.
4. STANDARDIZATION:The City of Round Rock is committed to procuring quality goods and equipment.We
encourage manufacturers to adopt the International Organization for Standardization (ISO)9001-9003
standards, technically equivalent to the American National Standards Institute/American Society for Quality
Control(ANSI/ASQC Q91-93 1987), and obtain certification.Adopting and implementing these standards is
considered beneficial to the manufacturer,the City, and the environment. It is the City's position that the
total quality management concepts contained within these standards can result in reduced production costs,
higher quality products, and more efficient use of energy and natural resources. Manufacturers should note
that future revisions to this specification might require ISO certification.
5. ENVIRONMENT: The unit provided shall meet or exceed all federal and state of Texas safety, health,
lighting and noise regulations and standards in effect and applicable to equipment furnished at the time of
manufacture.
6. DAMAGE: The Contractor shall be responsible for damage to the City's equipment and/or property, the
workplace and its contents by its work, negligence in work, its personnel and equipment. The Contractor
shall be responsible and liable for the safety, injury, and health of its working personnel while its employees
are performing service work.
7. WORKPLACE: The City reserves the right to inspect the facilities and organization before recommending
any award; or to take any other action necessary to determine a prospective vendor's ability to perform.The
city may reject bids where evidence submitted or investigation and evaluation indicates an inability of the
bidder to perform.
Page 2 of 9
SPECIFICATION NO.
08-031-18
DATE: January 2008
8. BEST VALUE EVALUATION: All bids received shall be evaluated based on the best value for the City. Best
value will be determined by considering all or part of the criteria listed, as well as any relevant criteria
specifically listed in the solicitation.
8.1. Bid price;
8.2. Reputation of the bidder and of bidder's goods and services;
8.3. The quality of the bidder's goods or services;
8.4. The extent to which the goods or services meet the City's needs;
8.5. Bidder's past relationship with the City. All vendors will be evaluated on their past performance
and prior dealings with the City to include, but not limited to, failure to meet specifications, poor
quality, poor workmanship, late delivery;
8.6. The total long-term cost to the Municipality to acquire the bidder's goods or services.
9. EX PARTE COMMUNICATION: Please note that to insure the proper and fair evaluation of a bid,the City
of Round Rock prohibits ex parte communication (e.g., unsolicited) initiated by the Bidder to the City Official
or Employee evaluating or considering the bids prior to the time a bid decision has been made.
Communication between Bidder and the City will be initiated by the appropriate City Official or Employee in
order to obtain information or clarification needed to develop a proper and accurate evaluation of the bid.
Ex parte communication may be grounds for disqualifying the offending Bidder from consideration or award
of the bid then in evaluation, or any future bid.
10. NON-APPROPRIATION: The resulting Agreement is a commitment of the City's current revenues only. It is
understood and agreed the City shall have the right to terminate the Agreement at the end of any City fiscal
year if the governing body of the City does not appropriate funds sufficient to purchase the estimated yearly
services or quantities, as determined by the City's budget for the fiscal year in question. The City may
effect such termination by giving Contractor a written notice of termination at the end of its then current
fiscal year.
11. CANCELLATION: The City reserves the right to cancel the Agreement without penalty by providing 30
days prior notice to the other party. Contractor shall provide the City with 120 days written notice prior to
cancellation of the Agreement and shall continue services for a period of time not to exceed 120 days after
written notification. Termination under this paragraph shall not relieve the Contractor of any obligation or
liability that has occurred prior to cancellation. Note: This Agreement is subject to cancellation,without
penalty,at any time the City deems the vendor to be non-compliant with contractual obligations.
12. ABANDONMENT OR DEFAULT. A Contractor who abandons or defaults the work on the contract and
causes the City to purchase the goods/services elsewhere may be charged the difference in goods/services
if any and shall not be considered in the re-advertisement of the goods/services and may not be considered
in future bids for the same type of work unless the scope of work is significantly changed.
13. COMPLIANCE WITH LAWS: The successful bidder shall comply with all federal, state, and local laws,
statutes, ordinances, rules and regulations, and the orders and decrees of any court or administrative
bodies or tribunals in any matter affecting the performance of the resulting agreement, including without
limitation, workers' compensation laws, minimum and maximum salary and wage statutes and regulations,
and licensing laws and regulations. When requested, the Contractor shall furnish the City with satisfactory
proof of its compliance.
14. CODES, PERMITS AND LICENSES: The successful bidder shall comply with all National, State and Local
standards, codes and ordinances and the terms and conditions of the services of the City of Round Rock,
Texas, as well as other authorities that have jurisdiction pertaining to equipment and materials used and
their application. None of the terms or provisions of the specification shall be construed as waiving any
rules, regulations or requirements of these authorities. The successful bidder shall be responsible for
obtaining all necessary permits, certificates and/or licenses to fulfill contractual obligations. (City of Round
Rock fees and costs will be waived).
3 of 9
SPECIFICATION NO.
08-031-18
DATE:January 2008
15. INDEMNITY: Contractor shall indemnify, save harmless and defend the City, its officers, agents, servants,
and employees from and against any and all suits, actions, legal proceedings, claims, demands, damages,
costs, expenses, attorney's fees and any and all other costs or fees incident to the performance of the
resulting agreement and arising out of a willful or negligent act or omission of the Contractor, its officers,
agents, servants and employees.
16. INSURANCE: The successful Proposer shall meet or exceed ALL insurance requirements set forth by the
City of Round Rock as identified in Attachment A to the specifications. Any additional insurance
requirements of participating or cooperative parties will be included as subsequent Attachments and shall
require mandatory compliance.
17. LIENS: Contractor agrees to and shall indemnify and save harmless the City against any and all liens and
encumbrances for all labor, goods and services which may be provided under the resulting agreement. At
the City's request the Contractor or subcontractors shall provide a proper release of all liens or satisfactory
evidence of freedom from liens shall be delivered to the City.
18. VENUE: Both the City and the Contractor agree that venue for any litigation arising from a resulting
agreement shall lie in Williamson County.
19. INDEPENDENT CONTRACTOR: It is understood and agreed that the Contractor shall not be considered
an employee of the City. The Contractor shall not be within protection or coverage of the City's Worker'
Compensation insurance, Health Insurance, Liability Insurance or any other insurance that the City from
time to time may have in force and effect.
PART III
SPECIFICATIONS
1. SCOPE:This specification describes an Air Handling Unit(AHU)to be delivered and installed at the Clay
Madsen Recreation Center. The system shall include all the accessories as stated in the IFB.
2. STATEMENT OF INTENT:These specifications cover only the general requirements as to the performance
and design criteria of the Air Handler Unit, as well as certain details to which the successful bidder shall
conform. Bidders shall be responsible for furnishing and installing equipment that meets or exceeds all of
the requirements as set forth herein, as well as provide equipment that is designed for the intended
application.
3. BIDDER QUALIFICATIONS:The opening of a bid will not be construed as the City's acceptance of such
bidder as qualified and responsible. All bidders shall:
3.1 Be firms, corporations, individuals or partnerships normally engaged in the sale and distribution of
commodity or provision of the services as specified herein.
3.2 Have adequate organization,facilities, equipment and personnel to ensure prompt and efficient
service to the City.
3.3 Provide references to include the name, address,telephone number and point of contract of at least
three entities for which the bidder has preformed similar service and or utilized the exact technology
within the past three years. Any negative responses received may result in disqualification of bid.
3.4 Identify any subcontractors to be used for this project. Experience, qualifications and references of
the subcontractors shall be submitted. The City reserves the right to approve or disapprove all
subcontractors prior to any work being performed.
4 of 9
SPECIFICATION NO.
08-031-18
DATE: January 2008
4. CONFIDENTIALITY OF CONTENT: Bids received are subject to release as public information unless the
bid or specific parts of the bid can be shown to be exempt from the Texas Public Information Act. Bidders
are advised to consult with their legal counsel regarding disclosure issues and take the appropriate
precautions to safeguard trade secrets or any other proprietary information. The City assumes no obligation
or responsibility for asserting legal arguments on behalf of potential Bidders.
4.1. If a Bidder believes that a bid or parts of a bid are confidential, then the Bidder shall so specify.
The Bidder shall stamp in bold red letters the term"CONFIDENTIAL"on that part of the
solicitation,which the Bidder believes to be confidential. Vague and general claims as to
confidentiality shall not be accepted.All bids and parts of bids that are not marked as confidential
will be automatically considered public information after the contract is awarded.
5. MANUALS: One set of manuals and documentation shall be supplied for the Air Handler Unit purchased
upon delivery and shall provide complete and comprehensive information on all equipment, equipment
components and accessories.
6. WARRANTY:The unit shall be warranted against defects in material and workmanship for a period of not
less than 12 months for parts, material and labor beginning with the date of acceptance. If the
manufacturer's standard warranty exceeds 12 months,then the manufacturer's standard warranty shall be
in effect. The successful bidder shall furnish a copy of the manufacturer's warranty at time of delivery.
Compressor shall carry a minimum of five(5)years warranty on parts, materials and labor.
7. PRE-BID. A pre-bid meeting shall be held on site in order to clarify any questions that arise. It is strongly
recommended that each bidder make the pre-bid and site inspection of the location identified on the IFB to
fully acquaint themselves with the site conditions,as they exist for full comprehension of the facilities,
difficulties and/or restrictions attending the proposed work.
7.1. A Pre-bid conference will be conducted Wednesday,January 30,2008 at 10:00 a.m., Clay
Madsen Recreation Center, 1600 Gattis School Road in Round Rock, TX.
7.1.1. A Facilities Maintenance Coordinator will conduct a site inspection tour immediately
following the pre-bid conference on January 30,2008.
7.1.2. Bidders shall sign in at the site inspection to become aware of all conditions affecting
performance and bid prices.
8. SITE RESTRICTIONS
8.1. Parking: Contractor shall have its employee's vehicles and company vehicles park in a designated
area. This area will be determined at the beginning of any work.
8.2. City Equipment: The contractor shall not use any City owned equipment for use in its operation.
9. SERVICE RESPONSIBILITIES: The successful bidder shall provide all personnel, material and equipment
required to complete the project by the completion date as well as be responsible for:
9.1. Coordinating with the City's project administrator to establish best work schedule, location of
utilities, irrigation and other obstacles and discuss any changes and/or delays with the project
completion;
9.2. Clearing the work site of all debris and trash accumulated or created as a result of the project;
9.3. All electrical work for removal of old AHU and the reconnection of new AHU;
9.4. Providing Heresite coating of all air stream components;
9.5. Removal and disposal of existing air unit in its entirety to include pipe, pumps and controls.
5 of 9
SPECIFICATION NO.
08-031-18
DATE:January 2008
10. DETAILED SPECIFICATIONS:
10.1 Penetrating Roof Vent(PRV)on Roof:
10.1.1 Greenheck Model CUBE-180-7;
10.1.2 '/,HP(horsepower);
10.1.3 480V-3PH-60 HZ;
10.1.4 3600 Cubic Feet per Minute(CFM)@ .25" ESP(external static pressure);
10.1.5 Interlock with new AHU;
10.1.6 Provide curb per roof manufacturers directions;
10.1.7 Fan to set level on roof;
10.1.8 Furnish with motorized back draft damper;
10.1.9 Connect to side of existing plenum;
10.1.10 Transition to fan in vertical.
10.2 Duct Work:
10.2.1 Remove existing duct system in its entirety;
10.2.1.1 Provide debris protection for pool finish.
10.2.2 Duct to be removed and replaced with galvanized sheet metal of same size;
10.2.2.1 New duct work to be internally coated with a Herisite coating typical of
internal surface of air handling unit.
10.2.3 Connect fabric duct to sheet metal per fabric duct manufacturers directions;
10.2.3.1 Fabric duct manufacturer's plenum.
10.2.4 Fabric duct system to be factory designed with"No Pop"air balance features;
10.2.5 Replace outside air duct with new 22/20 duct;
10.2.6 Opposed blade damper(manual);
10.2.7 Connect to new return duct;
10.2.8 Fabric duct system to be"Duct-Sox'Verona Comfort Flow Sonic Vent;
10.2.8.1 Support from bottom of structure with H-track with 316 stainless steel
fittings;
10.2.8.2 Color to be selected by City.
10.3 Water Piping:
10.3.1 Extend hot water piping to pre-heat coil;
10.3.1.1 Provide pipe and insulation to match existing.
10.3.2 Reconnect hot water and chilled water piping to new unit connections.
10.4 Replacement of Existing Unit:
10.4.1 Replace existing unit with new AHU:
10.4.1.1 Carrier Model `39MN', Size 21, 11,000 CFM supply, 3600 CFM (cubic feet
per minute)outside air;
10.4.1.2 Insulation: R-13 double wall sealed panel;
10.4.1.3 Panels: Painted exterior panels, galvanized interior panels;
10.4.1.4 Level 1 thermal break;
10.4.1.5 Two inch (2")flat filter;
10.4.1.6 Hinges/handles right and left side;
6 of 9
SPECIFICATION NO.
08-031-18
DATE: January 2008
10.4.1.7 Skid mounted,
10.5 First Hot Water coil:
10.5.1 1 Row;
10.5.2 8 FPI (fin per inch);
10.5.3 Half circuit right side coil connection;
10.5.4 Aluminum fins;
10.5.5 Stainless steel casing;
10.5.6 Steel header;
10.5.7 Heating capacity=299.13
10.5.8 Flow rate= 10 Gallons per Minute (GPM), Fluid Measurement= 0.4 FT. Static Pressure;
10.5.9 EWT(entering water temperature) °F/LWT°F(leaving water temperature)=180.0/120.2;
10.5.10 EAT(entering air temperature) °F/LAT°F(leaving air temperature) =40.00/64.87.
10.6 Chilled Water Coil:
10.6.1 Stainless steel right side drain pan;
10.6.2 8 Row;
10.6.3 8 FPI (fin per inch);
10.6.4 Half circuit right side coil connection;
10.6.5 %"tube diameter;
10.6.6 Aluminum fins;
10.6.7 Stainless steel casing;
10.6.8 Steel header,
10.6.9 Total capacity—549.52 MBH;
10.6.10 Sensible capacity=320.43 MBH;
10.6.11 Flow rate= 100 Gallons per Minute(GPM);
10.6.12 EWT(entering water temperature)°F/LWT(leaving water temperature)°F=44.00/54.99;
10.6.13 EADB(entry air dry bulb temperature)°F/Wet bulb°F=78.7/67.9;
10.6.14 LADB (leaving air dry temperatureff/wet bulb°F=51.46/51.31.
10.7 Second Hot Water Coil:
10.7.1 1 Row;
10.7.2 8 FPI (Fin per inch);
10.7.3 Half circuit right side coil connection;
10.7.4 ''/z"tube diameter;
10.7.5 Aluminum fins;
10.7.6 Stainless steel casing;
10.7.7 Steel header;
10.7.8 Heating capacity=276.08 MBH;
10.7.9 Flow rate= 10 GPM;
10.7.10 EWT(entering water temperature)°F/LWT(leaving water temperature)°F=180/128;
10.7.11 EAT(entering air temperature) °F/LAT(leaving air temperature) °F=51.00/73.95.
7 of 9
SPECIFICATION NO.
08-031-18
DATE: January 2008
10.8 Spring fan isolation,
10.8.1 15 Horsepower(HP);
10.8.2 460V-3PH-60HZ;
10.8.3 1800 Revolutions per Minute(RPM);
10.9 Combination starter and non-fused disconnect
10.9.1 460V-3PH-60 Hertz;
10.9.2 Fixed pitch drive;
10.9.3 Operation weight 3679 lbs.;
10.9.4 Field installed filter kit;
10.9.5 2" FLT(filter)pleated 30%.
10.10 Connections:
10.10.1 Connect to new controls system with the following sequence:
10.10.1.1 Fan start/stop on schedule
10.10.1.2 First hot water coil to control leaving air temperature to adjustable preset
temperature (65°);
10.10.1.3 Cooling coil to control leaving air temperature to adjustable preset
temperature(65')l-
10.10.1.4
65°);10.10.1.4 Second hot water coil to control leaving air temperature to adjustable preset
temperature (82°).
10.10.2 Valves and control valves typical to re-heat coil;
10.10.3 Re-tap existing 6"mains, provide new 3"supply and return;
10.10.4 316 stainless steel escutcheon plate;
10.10.5 Thermostat with remote bulb in return air plenum for new AHU;
10.10.6 Existing floor drain, route new condensate drains from new AHU to floor drain.
10.10.7 Include control sequence with humidity and temperature controls.
10.10.8 Remove circuit to existing DHU-1. Install new 30/3/30AF/2/N1 combination starter
disconnect for new fan. Relocate existing duct detectors to new equipment.
10.10.9 Existing panel"HD" install new 30A/3P breaker in spaces 13/15/17.
11. PROJECT ADMINISTRATOR: All work performed under the contract will be supervised and verified by the
City of Round Rock designee noted below.
Pete Dominguez
(512)801-4547
PART IV
SERVICE,ACCEPTANCE,AND PAYMENT
1. SERVICE: The successful bidder shall have service and maintenance available to the City within a 130
mile radius of the City, and shall be able to respond to a request for service:
1.1. Within 12 hours of notification for telephone service and/or maintenance;
1.2. Within 24 hours of notification for on-site service and/or maintenance.
8 of 9
SPECIFICATION NO.
08-031-18
DATE: January 2008
2. DELIVERY: Delivery and installation of the equipment shall be completed eight weeks after receipt of
purchase order.
3. ACCEPTANCE: Acceptance shall be contingent upon the unit being in full compliance with specifications
and performing intended function for not less than 30 continuous days.
3.1. The vendor will be notified if the unit delivered is not in full compliance with the specifications.
3.1.1. Vendor shall bring unit to full compliance within five(5) business days.
3.2. In the event the unit fails to perform intended function for thirty (30)continuous days, vendor shall have five
(5) business days to make corrections and acceptance period will restart.
3.2.1. The acceptance process will be repeated until such time that acceptance is achieved or
purchase order is cancelled.
3.3. If any purchase order is canceled for non-acceptance, the needed equipment may be purchased elsewhere
and the vendor may be charged full increase, if any, in cost and handling.
4. INVOICING: Contractor shall submit one original and one copy of invoice to the following address:
City of Round Rock
Finance Department
221 East Main Street
Round Rock,TX78664-5299
Note: No partial payments will be made. Payment will be processed upon completion of installation,
inspection and testing, and acceptance.
5. PROMPT PAYMENT POLICY: Payments will be made within thirty days after the city receives the supplies,
materials, equipment, or the day on which the performance of services was completed or the day on which
the City receives a correct invoice for the supplies, materials, equipment or services,whichever is later.
The Contractor may charge a late fee(fee shall not be greater than that which is permitted by Texas law)for
payments not made in accordance with this prompt payment policy; however,this policy does not apply to
payments made by the City in the event:
5.1. There is a bona fide dispute between the City and Contractor concerning the supplies, materials, services
or equipment delivered or the services performed that causes the payment to be late; or
5.2. The terms of a federal agreement, grant, regulation, or statute prevent the City from making a timely
payment with Federal Funds; or
5.3. There is a bona fide dispute between the Contractor and a subcontractor or between a subcontractor and
its suppliers concerning supplies, material, or equipment delivered or the services performed which caused
the payment to be late;or
5.4. The invoice is not mailed to the City in strict accordance with instructions, if any, on the purchase order or
agreement or other such contractual agreement.
6. OVERCHARGES: Contractor hereby assigns to purchaser any and all claims for overcharges associated
with this agreement which arise under the antitrust laws of the United States, 15 USGA Section 1 et seg.,
and which arise under the antitrust laws of the State of Texas, Bus. and Com. Code, Section 15.01, et seg.
9 of 9
DATE: March 20, 2008
SUBJECT: City Council Meeting - March 27, 2008
ITEM: *8A2. Consider a resolution authorizing the City Manager to issue a purchase
order to JH Mechanical for the Clay Madsen Recreation Center Pool Air
Handler.
Department: Parks and Recreation
Staff Person: Rick Atkins, Parks and Recreation Director
Justification:
Clay Madsen Recreation Center was opened to the public in July 2000. The facilities air
conditioning system included an AC unit with 4 air handlers with shared duct work through
out the building. A dehumidifier was also installed in an effort to control the humidity
produced by the pool.
Despite the engineering for proper air circulation for a facility with an indoor pool, the indoor
pool's humidity and chloramines has caused sever corrosion and rust that has rotted out the
duct work, caused Freon and water leaks, and caused significant rust and corrosion to the
air handler and dehumidifier which has now failed.
This proposal includes installation of a new unit dedicated to the pool to eliminate the
shared duct work in the facility; this will in turn reduce humidity and chloramines exposure
in the rest of the building. The new system will also have a protective coating, and a
exhaust ventilation system that will dispose of the humidity and chloramines out of the pool
area and will bring more fresh air in for better air quality in the pool area. In addition, the
old rusted medal ducts will be removed from the pool over head area and the wall will be
repaired where the old duct work came from the shared system
Funding•
Cost: $127,315.00
Source of funds: General Fund
Outside Resources:
JH Mechanical
Background Information•
N/A
Public Comment:
N/A