Loading...
HomeMy WebLinkAbout23-087 - McKinstry - TCC HVAC Assessment, Replacement & Financing ServicesDocuSign Envelope ID: E872A4AF-1912-45BF-9F85-AA7A64DE1727 City of Tukwila 6200 Southcenter Boulevard, Tukwila WA 98188 Contract Number: 23-087 Council Approval N/A PROFESSIONAL SERVICES AGREEMENT (Includes consultants, architects, engineers, accountants, and other professional services) THIS AGREEMENT is entered into between the City of Tukwila, Washington, hereinafter referred to as "the City", and McKinstry, hereinafter referred to as "the Consultant", in consideration of the mutual benefits, terms, and conditions hereinafter specified. 1. Project Designation. The Consultant is retained by the City to perform HVAC Assessment, Replacement & Financing services in connection with the project titled TCC HVAC Replacement. 2. Scope of Services. The Consultant agrees to perform the services, identified on Exhibit "A" attached hereto, including the provision of all labor, materials, equipment and supplies. 3. Duration of Agreement; Time for Performance. This Agreement shall be in full force and effect for a period commencing upon execution and ending 12/31/23, unless sooner terminated under the provisions hereinafter specified. Work under this Agreement shall commence upon written notice by the City to the Consultant to proceed. The Consultant shall perform all services and provide all work product required pursuant to this Agreement no later than 12/31/23 unless an extension of such time is granted in writing by the City. 4. Payment. The Consultant shall be paid by the City for completed work and for services rendered under this Agreement as follows: A. Payment for the work provided by the Consultant shall be made as provided on Exhibit "B" attached hereto, provided that the total amount of payment to the Consultant shall not exceed $35,000 without express written modification of the Agreement signed by the City. B. The Consultant may submit vouchers to the City once per month during the progress of the work for partial payment for that portion of the project completed to date. Such vouchers will be checked by the City and, upon approval thereof, payment shall be made to the Consultant in the amount approved. C. Final payment of any balance due the Consultant of the total contract price earned will be made promptly upon its ascertainment and verification by the City after the completion of the work under this Agreement and its acceptance by the City. D. Payment as provided in this section shall be full compensation for work performed, services rendered, and for all materials, supplies, equipment and incidentals necessary to complete the work. E. The Consultant's records and accounts pertaining to this Agreement are to be kept available for inspection by representatives of the City and the state of Washington for a period of three (3) years after final payments. Copies shall be made available upon request. DocuSign Envelope ID: E872A4AF-1912-45BF-9F85-AA7A64DE1727 5. Ownership and Use of Documents. All documents, drawings, specifications and other materials produced by the Consultant in connection with the services rendered under this Agreement shall be the property of the City whether the project for which they are made is executed or not. The Consultant shall be permitted to retain copies, including reproducible copies, of drawings and specifications for information, reference and use in connection with the Consultant's endeavors. The Consultant shall not be responsible for any use of the said documents, drawings, specifications or other materials by the City on any project other than the project specified in this Agreement. 6. Compliance with Laws. The Consultant shall, in performing the services contemplated by this Agreement, faithfully observe and comply with all federal, state, and local laws, ordinances and regulations, applicable to the services rendered under this Agreement. 7 Indemnification. The Consultant shall defend, indemnify and hold the City, its officers, officials, employees and volunteers harmless from any and all claims, injuries, damages, losses or suits including attorney fees, arising out of or resulting from the acts, errors or omissions of the Consultant in performance of this Agreement, except for injuries and damages caused by the sole negligence of the City. Should a court of competent jurisdiction determine that this Agreement is subject to RCW 4.24.115, then, in the event of liability for damages arising out of bodily injury to persons or damages to property caused by or resulting from the concurrent negligence of the Consultant and the City, its officers, officials, employees, and volunteers, the Consultant's liability hereunder shall be only to the extent of the Consultant's negligence. It is further specifically and expressly understood that the indemnification provided herein constitutes the Consultant's waiver of immunity under Industrial Insurance, Title 51 RCW, solely for the purposes of this indemnification. This waiver has been mutually negotiated by the parties. The provisions of this section shall survive the expiration or termination of this Agreement. 8. Insurance. The Consultant shall procure and maintain for the duration of the Agreement, insurance against claims for injuries to persons or damage to property which may arise from or in connection with the performance of the work hereunder by the Consultant, its agents, representatives, or employees. Consultant's maintenance of insurance as required by the agreement shall not be construed to limit the liability of the Consultant to the coverage provided by such insurance, or otherwise limit the City's recourse to any remedy available at law or in equity. A. Minimum Amounts and Scope of Insurance. Consultant shall obtain insurance of the types and with the limits described below: 1. Automobile Liability insurance with a minimum combined single limit for bodily injury and property damage of $1,000,000 per accident. Automobile Liability insurance shall cover all owned, non -owned, hired and leased vehicles. Coverage shall be written on Insurance Services Office (ISO) form CA 00 01 or a substitute form providing equivalent liability coverage. If necessary, the policy shall be endorsed to provide contractual liability coverage. 2. Commercial General Liability insurance with limits no less than $2,000,000 each occurrence, $2,000,000 general aggregate. Commercial General Liability insurance shall be at least as broad as ISO occurrence form CG 00 01 and shall cover liability arising from premises, operations, stop -gap independent contractors and personal injury and advertising injury. The City shall be named as an additional insured under the Consultant's Commercial General Liability insurance policy with respect to the work performed for the City using an additional insured endorsement at least as broad as ISO endorsement form CG 20 26. 3. Workers' Compensation coverage as required by the Industrial Insurance laws of the State of Washington. CA revised May 2020 Page 2 DocuSign Envelope ID: E872A4AF-1912-45BF-9F85-AA7A64DE1727 4. Professional Liability with limits no less than $2,000,000 per claim and $2,000,000 policy aggregate limit. Professional Liability insurance shall be appropriate to the Consultant's profession. B. Public Entity Full Availability of Contractor Limits. If the Contractor maintains higher insurance limits than the minimums shown above, the Public Entity shall be insured for the full available limits of Commercial General and Excess or Umbrella liability maintained by the Contractor, irrespective of whether such limits maintained by the Contractor are greater than those required by this Contract or whether any certificate of insurance furnished to the Public Entity evidences limits of liability lower than those maintained by the Contractor. C. Other Insurance Provision. The Consultant's Automobile Liability and Commercial General Liability insurance policies are to contain, or be endorsed to contain that they shall be primary insurance with respect to the City. Any Insurance, self-insurance, or insurance pool coverage maintained by the City shall be excess of the Consultant's insurance and shall not be contributed or combined with it. D. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best rating of not less than A:VII. E. Verification of Coverage. Consultant shall furnish the City with original certificates and a copy of the amendatory endorsements, including but not necessarily limited to the additional insured endorsement, evidencing the insurance requirements of the Contractor before commencement of the work. Upon request by the City, the Consultant shall furnish certified copies of all required insurance policies, including endorsements, required in this Agreement and evidence of all subcontractors' coverage. F. Notice of Cancellation. The Consultant shall provide the City with written notice of any policy cancellation, within two business days of their receipt of such notice. G. Failure to Maintain Insurance. Failure on the part of the Consultant to maintain the insurance as required shall constitute a material breach of contract, upon which the City may, after giving five business days notice to the Consultant to correct the breach, immediately terminate the contract or, at its discretion, procure or renew such insurance and pay any and all premiums in connection therewith, with any sums so expended to be repaid to the City on demand, or at the sole discretion of the City, offset against funds due the Consultant from the City. 9. Independent Contractor. The Consultant and the City agree that the Consultant is an independent contractor with respect to the services provided pursuant to this Agreement. Nothing in this Agreement shall be considered to create the relationship of employer and employee between the parties hereto. Neither the Consultant nor any employee of the Consultant shall be entitled to any benefits accorded City employees by virtue of the services provided under this Agreement. The City shall not be responsible for withholding or otherwise deducting federal income tax or social security or for contributing to the state industrial insurance program, otherwise assuming the duties of an employer with respect to the Consultant, or any employee of the Consultant. 10. Covenant Against Contingent Fees. The Consultant warrants that he has not employed or retained any company or person, other than a bonafide employee working solely for the Consultant, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bonafide employee working solely for the Consultant, any fee, commission, percentage, brokerage fee, gifts, or any other consideration contingent upon or resulting from the award or making of this contract. For breach or violation of this warrant, the City shall have the right to annul this contract without liability, or in its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fee, gift, or contingent fee. CA revised May 2020 Page 3 DocuSign Envelope ID: E872A4AF-1912-45BF-9F85-AA7A64DE1727 11. Discrimination Prohibited. Contractor, with regard to the work performed by it under this Agreement, will not discriminate on the grounds of race, religion, creed, color, national origin, age, veteran status, sex, sexual orientation, gender identity, marital status, political affiliation, the presence of any disability, or any other protected class status under state or federal law, in the selection and retention of employees or procurement of materials or supplies. 12. Assignment. The Consultant shall not sublet or assign any of the services covered by this Agreement without the express written consent of the City. 13. Non -Waiver. Waiver by the City of any provision of this Agreement or any time limitation provided for in this Agreement shall not constitute a waiver of any other provision. 14. Termination. A. The City reserves the right to terminate this Agreement at any time by giving ten (10) days written notice to the Consultant. B. In the event of the death of a member, partner or officer of the Consultant, or any of its supervisory personnel assigned to the project, the surviving members of the Consultant hereby agree to complete the work under the terms of this Agreement, if requested to do so by the City. This section shall not be a bar to renegotiations of this Agreement between surviving members of the Consultant and the City, if the City so chooses. 15. Applicable Law; Venue; Attorney's Fees. This Agreement shall be subject to, and the Consultant shall at all times comply with, all applicable federal, state and local laws, regulations, and rules, including the provisions of the City of Tukwila Municipal Code and ordinances of the City of Tukwila. In the event any suit, arbitration, or other proceeding is instituted to enforce any term of this Agreement, the parties specifically understand and agree that venue shall be properly laid in King County, Washington. The prevailing party in any such action shall be entitled to its attorney's fees and costs of suit. Venue for any action arising from or related to this Agreement shall be exclusively in King County Superior Court. 16. Severability and Survival. If any term, condition or provision of this Agreement is declared void or unenforceable or limited in its application or effect, such event shall not affect any other provisions hereof and all other provisions shall remain fully enforceable. The provisions of this Agreement, which by their sense and context are reasonably intended to survive the completion, expiration or cancellation of this Agreement, shall survive termination of this Agreement. 17. Notices. Notices to the City of Tukwila shall be sent to the following address: City Clerk City of Tukwila 6200 Southcenter Boulevard Tukwila, WA 98188 Notices to Consultant shall be sent to the following address: Shelby Sawyers, McKinstry 5005 3rd Ave S Seattle WA 98134 18. Entire Agreement; Modification. This Agreement, together with attachments or addenda, represents the entire and integrated Agreement between the City and the Consultant and supersedes all prior negotiations, representations, or agreements written or oral. No amendment or modification of this Agreement shall be of any force or effect unless it is in writing and signed by the parties. CA revised May 2020 Page 4 DocuSign Envelope ID: E872A4AF-1912-45BF-9F85-AA7A64DE1727 DATED this 12th day of May CITY OF TUKWILA DS FA -19 ,—DocuSigned by: /WAR, f t_burO `— 18898E091328402... , 20 23 Allan Ekberg, Mayor 5/9/2023 1 9:59 AM PDT ATTEST/AUTHENTICATED: .—DocuSigned by: (Lu'is bi `— 88678483C859487... Christy O'Flaherty, City Clerk APPROVED AS TO FORM: —DocuSigned by: '`--- 5 E499CA4165 E452... Office of the City Attorney CA revised May 2020 CONSULTANT: Digitally signed by Robert Hail DN: C=US, E=robertha@mckinstry.com, Robert 1-lai I I Energy Services, ltor - CN=Robert Hail By: Date: 2023.05.04 12:53:27-07'00' Printed Name: Robert Hail Title: Regional Director Page 5 Exhibit A - HVAC Study Scope of Work OVERVIEW Provide all supervision, labor, materials, supplies and equipment to perform a study of the heating, ventilation, air and cooling (HVAC) at the City of Tukwila Community Center, as well as supporting in identifying and securing funding sources, as detailed below and in the following contract documents. Contract documents include, but are not limited to: - City of Tukwila Request for Qualification, dated 03/13/23 - McKinstry Request for Qualification response, dated 03/31/23 DETAILED STUDY SCOPE OF WORK: Note: As detailed in the response to Request for Qualifications by McKinstry, the scope of work is to be scaled to accommodate the current allocated budget. Scope of work to be performed: 1. Assessment of existing facility operations and equipment 2. Compilation of recommendations for facility improvements 3. Review of recommended measures with City of Tukwila staff to prioritize most impactful measures 4. Provide budgetary estimates for the selected measures 5. Identify and support with industry funding resources, including: a. Grant applications, tax incentives, and utility rebates CLARIFICATIONS: 1. Records - City of Tukwila to provide all record, architectural, mechanical and electrical drawings, utility data, operational records as applicable to ensure full existing condition is understood. 2. Access - Access to individuals that have relevant information about the day-to-day operation of energy using systems on site. 3. Limitation of Liability - The Parties agree that the aggregate liability of Subcontractor for any damages, including contract, indemnity or otherwise, arising in any way out of the performance of this contract shall be limited to the proceeds payable by the primary insurance coverage as negotiated and required by this Agreement. PRICING: • Cost for this scope of work is a Lump Sum value of: $35,000.00 SCHEDULE: • McKinstry will coordinate the study schedule with City of Tukwila. instry fe Of Your Building CITY OF TUKWILA EXHIBIT A - HVAC STUDY SCOPE OF WORK DocuSign Envelope ID: E872A4AF-1912-45BF-9F85-AA7A64DE1727 EXHIBIT A City of Tukwila Parks & Recreation Department HVAC ASSESSMENT, REPLACEMENT & FINANCING Request for Quote MARCH 31, 2023 For the Life of Your Building For Th instry le Of Your Building DocuSign Envelope ID: E872A4AF-1912-45BF-9F85-AA7A64DE1727 For Th instry ife Of Your Building March 31, 2023 City of Tukwila Parks & Recreation Department 12414 42nd Ave S Tukwila, WA 98168 Re: Request for Quote — HVAC Assessment,Replacement & Financing McKinstry is excited to submit our qualifications in response to The City of Tukwila's request for quote to support HVAC assessment, replacement, and financing. We have years of industry experience providing professional services to assist our clients with planning and executing their projects, as well as securing funding to support their project needs. Our team brings a depth of knowledge across diverse building types and customers, with extensive understanding working with public entities. McKinstry provides services include, but are not limited to: assessment, development & design, capital planning outlay, support securing project funding, construction administration, and project close out. Some of our differentiators are as follows: INDUSTRY EXPERTISE & EXPERIENCE: McKinstry has a proven track record with the successful development and delivery of turn -key projects across Washington State. These projects are developed in partnership with the customer, and through an assessment of their facilities, a collaborative approach is taken to align project recommendations to match the customer's goals. We have recently completed HVAC assessment and replacement of systems with the City of Renton and the City of Burien, both benefiting from this project approach. Our methodology is focused on decarbonizing the built environment, improving affordability, and enabling equal access to opportunities for all members of the communities we serve. SUCESSFUL SECURING FUNDING: Our team is actively engaged tracking funding opportunities that are available within the industry and continue to bring them to the table for opportunities on projects. Just this year, our team submitted over 40 applications on behalf of our customers to the Department of Commerce for their Solar + Storage and Electrification grants. As updates to legislation are rolled out regarding renewable project funding sources, we assist our customers with understanding the Inflation Reduction Act (IRA) and how to be eligible for these tax credits. We also support our customers in finding rebates with local utilities whenever possible and assist with utility coordination as needed. PLANNING FOR THE LIFE OF YOUR BUILDING: The backbone of McKinstry's approach is the full life cycle of buildings: We design, develop, build, operate, and maintain buildings, and bring lifecycle thinking to every phase of our work. We are careful stewards of public -sector resources and focus on optimizing asset value and mission delivery. McKinstry has a proven record and long history of delivering energy efficient, cost-effective designs for our customers across Washington State. We look forward to the opportunity to provide these services to your team. Thank you for this opportunity. Please contact me for additional information. Sincerely, Shelby Sawyers 1 Energy Account Executive 509.551.3053 1 ShelbyS@mckinstry.com LICENSES & REGISTRATIONS WA • MCKINE*982KG • EC MCKINEL881NZ • MCKINCL942DN • MCKINCL942DW • MCKINEL874CL • INDUSCG903KM DocuSign Envelope ID: E872A4AF-1912-45BF-9F85-AA7A64DE1727 City of Tukwila Parks and Recreation Department 12424 42nd Avenue South Tukwila, WA 98168 Request for Quote This is not an order. Vendor shall complete the area below: Quote Description: Seeking expertise in assessing, repairing and replacing/transitioning public facility HVAC systems in the Tukwila Community Center from natural gas to electric and identifying and securing financial assistance to support such work Quote # 2023 -PR -001 Release Date: March 13, 2023 Due Date: 5pm, March 31, 2023 Contact Name: RE: Request for Quote: Peter M. Mayer, Director, City of Tukwila Parks and Recreation RE: Tukwila Community Center & HVAC System: Henry Ancira, Facilities Superintendent Contact Phone: Pete Mayer: 206.767.2305 Henry Ancira: 206.571.6294 Contact Fax: Contact Email: Pete Mayer: parksrfpinfo@tukwilawa.gov Henry Ancira: henry.ancira@tukwilawa.gov Vendor shall complete the area below: The undersigned offers and agrees, if this offer is accepted within 90 calendar days from the due date, to furnish all items upon which prices are quoted, at the prices set forth in this quotation, delivered at the designated point(s) by the method of delivery and within the time specified herein and subject to the Terms and Conditions of this request for price quote. In the event of a contract award pursuant to this request, performance by the vendor of any or all of the services, or delivery of any or all of the products defined herein, shall constitute acceptance of all terms, conditions and requirements of the resulting agreement. Company Name McKinstry Essention, LLC Address City/State/Zip 5005 3rd Avenue South Seattle, WA, 98134 Email Phone Fax ShelbyS@mckinstry.com 509.551.3053/206.658.4389 206.762.2624 Print Name and Title Shelby Sawyers, Account Executive No Bid Reason: RFQ: TCC HVAC Page 1 of 6 3/9/2023 DocuSign Envelope ID: E872A4AF-1912-45BF-9F85-AA7A64DE1727 Pricing Strategy Pricing Strategy PROCESS McKinstry has assembled a best -in -class team that is fully resourced, trained, and ready to execute a detailed and accurate assessment of existing assets. Our approach will be informed by decades of team member and company experience. We will spend the time needed to analyze your facilities and work together to inform your target project(s). The assessment will be in the form of an audit with identified Facility Improvement Measures (FIMs) recommended. PARAMETERS This collaborative approach includes both quantitative and qualitative assessments. The qualitative assessment incorporates professional experience and first-hand knowledge derived from site assessments of building elements. Quantitative assessment includes capture of field data for all MEP equipment, and integration with industry data regarding equipment and facilities lifecycle and cost. IDENTIFYING FUNDING SOURCES To ensure the most effective solutions are identified, it is important to not limit the scope of the study. Given the established budget, it is our recommendation that the scope of study be scaled to match the budget. By uncovering as many details as possible related to future project recommendations, it will allow for maximized efforts in uncovering funding opportunities that may be available. If awarded, we would work within your budget to find the highest value activities with the most potential for securing funding. COMMUNICATION Findings will be summarized and prepared for review with key stakeholders and necessary personnel for discussion of assessment findings. This collaboration will provide an opportunity to answer questions regarding findings, methodology and opportunities for project implementation. PROPOSED PRICE: Our lump sum fee to complete the HVAC assessment and assisting with funding support: HVAC Assessment & Funding Support $35,000 CITY OF TUKWILA PARKS & RECREATION DEPARTMENT 1 MCKINSTRY RESPONSE 1 3 DocuSign Envelope ID: E872A4AF-1912-45BF-9F85-AA7A64DE1727 Quote Price Item Description of Supply/Service Unit Measure Unit Price Qty Extended Price 1 HVAC Assessment & Financing Support Lump Sum $35,000 1 $35,000 Sub Total $35,000 Tax Rate ( N/A %) $0 TOTAL I $35,000 I Reason Order was placed with successful vendor: n Lowest Price n Quality n8est Delivery n Service nOnly Source n8est Design REQ: TCC HVAC Page 6 of 6 3/9/2023 DocuSign Envelope ID: E872A4AF-1912-45BF-9F85-AA7A64DE1727 Project Profiles Tukwila Metropolitan Park District Pool DELIVERY METHOD Energy Savings Performance Contract PROJECT SIZE 15K SF PROJECT COST $1,183,453 FUNDING SOURCES Grants: $416,666 Rebate: $20,077 ANNUAL SAVINGS © $30,651 Operational Savings/yr O 374,336 lbs CO2/yr 0 113,391 kWh/yr ® 21,065 Therms/yr O 154 CCF/yr TUKWILA, WA PROJECT OVERVIEW The Tukwila Metropolitan Park District team, together with the City of Tukwila, was interested in opportunities to address aging, failing, unsafe and inefficient pool infrastructure. The facility was assessed, and a project scoped through collaboration with all stakeholders. With the development underway, funding sources were identified and applied for. McKinstry also commissioned the systems and provided documentation of system operation and performance to realize the necessary savings. Assessment Initial review of existing assets allowed for efficient identification and prioritization of recommended project scopes. McKinstry's design and energy engineers reviewed findings and made recommendations in conjunction with input from the pool's stakeholders. With feedback from the City and Metro Park teams, development and design of the most impactful project was ensured. Financial Assistance To assist with securing financial support for this project, McKinstry was able to apply for grant funding with the Department of Commerce on behalf of the customer. This project was awarded $416,666 in grant funding as a result. We were also able to coordinate with utilities to receive a rebate of $20,077 for this project as well. Scope of Work McKinstry removed the fiberglass liner, water edge tiles, main drains, and recessed steps. These were replaced with VGB compliant sumps with covers, new racing lane, water level, and breakpoint tile markings, and Pentair Cycolac step inserts. We provided a new recirculation pump and pool -specific VFD to maintain code flow rates; replaced steel fittings, piping, and valves with PVC; provided a digital flowmeter configured for proper measurement; and replaced the chemical treatment system. McKinstry chipped out deck slab to install an Aqua Creek Revolution Lift to ensure ADA compliance for the facility. CITY OF TUKWILA PARKS & RECREATION DEPARTMENT 1 MCKINSTRY RESPONSE 1 4 DocuSign Envelope ID: E872A4AF-1912-45BF-9F85-AA7A64DE1727 Project Profiles City of Burien Community Center DELIVERY METHOD Energy Savings Performance Contract PROJECT SIZE 20,450 SF PROJECT COST $1,183,453 FUNDING SOURCES Community Development Block Grant secured PSE Utility Rebate Secured SCL Utility Rebate Secured ANNUAL SAVINGS ©$4,750 Operational Savings/yr 0 8,426 kWh/yr ® 3,407 Therms/yr BURIEN, WA PROJECT OVERVIEW The City of Burien Community Center's administration area was served by a legacy fan coil heating, ventilation, and air conditioning (HVAC) system original to the building. This legacy system was at the end of its service life and had a failed control system that was no longer supported. The old system was also served by gas-fired atmospheric boilers and an air-cooled chiller at the end of its service life. Assessment McKinstry completed an extensive study and investigation of energy upgrades for the City of Burien Community Center. Two measures were identified that were urgently needed, based on feedback from the City's team, including: Upgrading the HVAC to a VRF system and supporting abatement in the areas of work. Financial Assistance This project was successful in receiving funding support from the Community Development Block Grant (CDBG) from King County. Coordination with local utilities also resulted in a successful securement of rebates from Puget Sound Energy (PSE) and Seattle City Light (SCL). This funding was critical for a smaller community and assisted with maintaining the operations of this critical space. Scope of Work McKinstry upgraded the HVAC system through replacement of existing equipment with a new Variable Refrigerant Flow (VRF) and Dedicated Outdoor Air (DOAS) HVAC system. This allowed for improvement of the performance and facilitated control access for the entirety of the Burien Community Center. These work activities were highly coordinated with Community Center staff to ensure minimal impacts to community activities and normal business use of the space . CITY OF TUKWILA PARKS & RECREATION DEPARTMENT 1 MCKINSTRY RESPONSE 1 5 DocuSign Envelope ID: E872A4AF-1912-45BF-9F85-AA7A64DE1727 Project Profiles Renton City Hall Energy Upgrades Phases 1 & 2 DELIVERY METHOD Energy Savings Performance Contract PROJECT SIZE 122,838 SF PROJECT COST Phase 1: $3,732,087 Phase 2: $4,510,910 ANNUAL SAVINGS 0 0 0 0 $28,716 Operational Savings/yr 771,921 kWh/yr 1,594 Therms/yr $76,098 Utility Cost Avoidance/yr RENTON, WA PROJECT OVERVIEW The Renton City Hall was built in 1987. The City purchased the building and occupied it in 1997. Much of the HVAC equipment is original to the building and is at the end of their service life and in need of replacement. McKinstry performed an extensive energy study and investigation of system upgrades which improve overall facility efficiency and operation. Phase 1 Prioritization of a first phase of critical items to upgrade included replacing the main building air handler, PH -1, the smaller AHU-1 that serves the locker rooms and refurbishing the closed-circuit cooling tower (fluid cooler), CT -1. These solutions result in lower utility usage and cost along with improved building system performance and occupant productivity. Phase 2 McKinstry self -performed the MEP work associated with boiler and domestic water loop upgrades upgrades to the Renton City Hall Boiler Room; IT Computer Room cooling upgrades; and generator exhaust work for new emergency generator. McKinstry also provided and installed new light fixtures. Boiler & Domestic Water Loop Upgrades Phase 2 scope included demo of existing boilers, boiler flues, hydronic piping, pumps, domestic water heat exchanger HX -1, air separator, hot water tanks, expansion tank, thermostatic mixing valve, gas line, gas regulators, and all associated piping. We also installed a new waste line from the new floor drain serving the boiler room to existing waste line. CITY OF TUKWILA PARKS & RECREATION DEPARTMENT 1 MCKINSTRY RESPONSE 1 6 DocuSign Envelope ID: E872A4AF-1912-45BF-9F85-AA7A64DE1727 Project Profiles Renton City Hall Energy Upgrades Phases 1 & 2 (cont.) I RENTON, WA McKinstry installed owner -provided condensing boilers, boiler and system circulation pumps, magnetic filter, chemical pot feeder, air eliminator and dirt separator, constant air flow regulator, and domestic water heaters and pump, and all associated piping and insulation. A new mini -power center panel and circulation pumps were installed using the existing breaker, conduit, and wire. The existing 175A fuse was replaced. A new, Emergency Power -Off (EPO) switch was installed and tested to service the new boilers. McKinstry then installed and connected power for new mechanical equipment using existing conduit where possible. IT Room Cooling Upgrades McKinstry installed a new louver and associated ductwork, new smoke detector in relief air plenum, damper with motorized actuator, supply fan with seismic bracing, ductless split systems for outdoor and indoor units and associated condensate pumps, and associated ductwork, grilles, registers, and diffusers. We also installed all refrigerant and condensate piping and connections for the ductless split systems. Emergency Generator Replacement Phase 2 scope included upgrading the building generator to allow the ability to "step" loads onto the generator which makes the generator smaller and more fuel-efficient. The UPS and HVAC loads are taken and put onto the generator as a second step. In addition to existing building backup loads, this scope includes the addition of the King County Broadcast load on the generator. A 2,000 -gallon diesel fuel tank with fuel polishing system was provided. McKinstry provided and installed a new generator and mounted and wired the new generator panel. The team reused the existing battery charger circuit for the new battery charger and extended all conduit and wire to make new connections. McKinstry routed conduit and cable from the new generator control panel to the fire control room, and also installed a new generator annunciator panel in the fire control room. New breakers were provided as needed. A new ATS was installed with associated conduit and wiring to the generator. We also provided and installed a 400A, 600V, 3 aught, 4 -wire manual transfer switch. McKinstry provided conduit and wiring to the new fuel oil tank monitoring and pump controller, fuel oil polisher controller, day tank level and return pump controller, fuel system pumps, leak detection system, and level controller. Grounding for the new day tank was provided using the existing ground connection. McKinstry also installed new light fixtures. CITY OF TUKWILA PARKS & RECREATION DEPARTMENT 1 MCKINSTRY RESPONSE 1 7