Loading...
HomeMy WebLinkAboutPR 19649: CONTRACT WITH EP HVAC , AIR CONDITIONING AND HEATING MAINTENANCE AND REPAIR \\`Il r ' • ` \ ort rthur �P YCd S INTEROFFICE MEMORANDUM PUBLIC WORKS DEPARTMENT-ADMINISTRATION DIV. Date: January 9, 2017 To: Brian McDougal, City Manager From: Armando Gutierrez, Jr., P.E., Director of Public Works RE: Proposed Resolution No. 19649 RECOMMENDATION I recommend that the City Council approve P. R. No. 19649 authorizing the City Manager to execute a contract with EP HVAC of Beaumont, Texas for the Air Conditioning and Heating Maintenance and Repair Contract for one (1) year term with the option of renewal for two (2) more additional one (1) year terms. BACKGROUND The City of Port Arthur is interested in securing the most qualified firm/personnel to perform the required services on five (5) ton units and greater described in a request for proposals advertised on August 16, 2016. Two (2) proposals were received on October 19, 2016 with EP HVAC of Beaumont, Texas being the selected as being the most qualified to perform the services described in the request for proposals. This contract has the option to renew for two (2) additional one (1) year terms. The work to be performed will be on an"as-needed"basis. BUDGET/FISCAL EFFECT Funding shall be available in multiple building maintenance accounts. SUMMARY I recommend that the City Council approve P. R. No. 19649 authorizing the City Manager to execute a contract with EP HVAC of Beaumont, Texas for the Air Conditioning and Heating Maintenance and Repair Contract for one (1) year term with the option of renewal for two (2) more additional one (1) year terms. "Remember we are here to serve the Citizens of Port Arthur" P.R. 19649 01/09/17 rtb RESOLUTION NO. A RESOLUTION AWARDING A CONTRACT AND AUTHORIZING THE CITY MANAGER TO EXECUTE A CONTRACT WITH EP HVAC OF BEAUMONT, TEXAS FOR AIR CONDITIONING AND HEATING MAINTENANCE AND REPAIR CONTRACT FOR THE CITY OF PORT ARTHUR BUILDINGS. FUNDING AVAILABLE IN VARIOUS BUILDING MAINTENANCE ACCOUNTS. WHEREAS, the City advertised for a Request for Proposals (RFP) for an HVAC Repair Contractor to perform maintenance on five (5) ton units and greater for the various City Buildings on August 16, 2016 and received the RFP's on October 19, 2016; and, WHEREAS, the City is interested in securing the most qualified firm/personnel to perform the required services; and, WHEREAS, the HVAC services shall be provided on an "as needed" basis without a minimum quantity of work specified; and, WHEREAS, two (2) proposals were received and evaluated for the above referenced Contract by a review committee (see attached Exhibit "A"); and, WHEREAS, EP HVAC of Beaumont, Texas proposal was selected as being the most qualified to perform the services described in the request for proposals; now, therefore, BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF PORT ARTHUR: THAT, the facts and opinions in the preamble are true and correct; and, THAT, the City Council of the City of Port Arthur hereby awards the bid for the first year of a contract with the option of renewal for two (2) additional one (1) year P.R. 19649 Page 2 terms for the Air Conditioning and Heating Maintenance and Repair on five (5) units and greater for the City of Port Arthur to the selected firm to wit: EP HVAC of Beaumont, Texas as shown on Exhibit "B" attached hereto and made a part hereof; and, THAT, the City manager of the City of Port Arthur is hereby authorized and directed to execute on behalf of the City, a Contract between the City of Port Arthur and EP HVAC of Beaumont, Texas for a term of one (1) year with the option of renewal for two (2) additional one (1) year terms for the Air Conditioning and Heating Maintenance and Repair for various City buildings for the City of Port Arthur on an "as needed" basis; and, THAT, a copy of the caption of this Resolution be spread upon the Minutes of the City Council. READ, ADOPTED AND APPROVED this the day of , A.D. 2017 at a meeting of the City of Port Arthur, Texas by the following vote: Ayes: Mayor: Councilmembers: Noes: Mayor Derrick Freeman P.R. 19649 Page 3 Attest: City Secretary Sherri Bellard APPROVD AS TO FORM: APPROVED FOR ADMINISTRATION: Valecia Tizend Brian McDougal City Attorney City Manager APPROVED AS FOR AVAILABILITY OF FUNDS: iar Jerry Dale, CPA, GFOA Director of Finance Armando Gutierrez, Jr., P.E. Director of Public Works 1Ak Clifton Williams, CPPB Acting Purchasing Manager EXHIBIT A - � o/ 7: CT1 7 7 � Ii \\ , kN ^^ . . � � S y � y � q . . % . B . ƒ k k N ° 3 / cA c c o c C ° 2 2 Cf ± / / : < $ , W f m A ƒ C10 ; % CD A 5:: / y 0 . © y - % ® . / \ . (~ / . ` & . . ƒ °n ,- 0 . q 7 . . \ - . . . & n , k/E k txto o 1 @ . . 9 ) \ . . 0 I EXHIBIT B CONTRACT FOR AIR CONDITIONING AND HEATING MAINTENANCE AND REPAIR FOR THE CITY OF PORT ARTHUR BUILDINGS THIS AGREEMENT, made this day of , 2017, by and between the City of Port Arthur, a municipal corporation organized under the laws of the State of Texas, hereinafter called "OWNER" or "CITY", and EP HVAC of Beaumont, Texas a(n) corporation herein acting by and through hereinafter called "CONTRACTOR". WITNESSED: That, for and in consideration of, the payment terms, conditions, and agreements set forth herein, OWNER and CONTRACTOR agree as follows: 1. The term of this Contract shall be for one (1) year from the date issued on the Notice to Proceed, unless sooner terminated under the provision hereof. The City can terminate this contract at its convenience which includes, but is not limited to, funding not being available in any budget cycle within fifteen (15) days written notice. It shall be renewable by mutual agreement for two (2) additional one-year terms. Each subsequent yearly contract renewal shall require approval of the City Council. 2. During the term of this Contract, the Contractor will furnish at this own expense all of the materials, supplies, tools, equipment, labor and other services necessary to connection therewith, excepting those supplies specifically not required of Contractor in the Scope of Work. 3. The CONTRACTOR agrees to perform all the work described in the specifications and contract documents and to comply with the terms therein. The HVAC services shall be provided on an "as-needed" basis without a minimum quantity of work specified. 4. The term "Contract Documents" means and includes the following" a. Agreement b. Invitation to Bid c. Scope of Work d. Addenda e. Proposal f. Notice to Proceed 5. This Agreement shall be binding upon all parties hereto and their respective heirs, executors, administrators, successors and assigns. 6. IN WITNESS WHEREOF, the parties hereto have executed, or caused to be executed by their duly authorized officials, this Agreement in (2 copies) each of which shall be deemed an original on the date first above written. Signed on the day of January 2017 OWNER: BY: Brian McDougal City Manager Signed on the day of January 2017 CONTRACTOR: EP HVAC of Beaumont, Texas BY: Bobby Lohse, Service Manager City of ort rthu� T, ,, , CITY OF PORT ARTHUR TEXAS Bid Tabulation Request for Proposals Air Conditioning &Heating Maintenance & Repair Contract for the city of Port Arthur Bid Opening Date: October 19, 2016 Firm Name Location EP HVAC US, INC. Beaumont, TX Southeast Service Co. Port Arthur, TX 110 Ue October 19,2016 Cl'� n Williams, CPP I, ' rchasing M er Date DERRICK FREEMAN"PRA c,,MAYOR \\ / BRIAN MCDOUGAL RAYMOND SCOTT,JR,MAYOR PRO TEM ��\ CITY MANAGER COUNCIL MEMBERS: City of j s ;ce SHERRI BELLARD,TRMC j CITY SECRETARY TIFFANY HAMILTON �li' i'\� MORRIS ALBRIGHT,IIIc-� VAL TIZENO KEITH RICHARD ort r t h tt-_ _ CITY ATTORNEY WILLIE°BAE"LEWIS,JR. OSMAN SWATI CHARLOTTE MOSES KAPRINA RICHARDSON FRANK August 16, 2016 REQUEST FOR PROPOSAL AIR CONDITIONING& HEATING MAINTENANCE & REPAIR CONTRACT FOR THE CITY OF PORTARTHUR BUILDINGS DEADLINE: Sealed proposal submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, September 14, 2016. (The clock located in the City Secretary's office will be the official time.) All proposals received will be read aloud at 3:15 p.m. on Wednesday, September 14, 2016 in the City Council Chambers, City Hall, 5th Floor, Port Arthur, TX. Proposals will be opened in a manner to avoid public disclosure of contents; however, only the names of proposers will be read aloud. MARK ENVELOPE: P 16-058 DELIVERY ADDRESS: Please submit one (1) original and five (5) exact duplicate copies of your RFP to: CITY OF PORT ARTHUR CITY OF PORT ARTHUR CITY SECRETARY or CITY SECRETARY P.O. BOX 1089 444 4TH STREET, 4th Floor PORT ARTHUR, TEXAS 77641 PORT ARTHUR, TEXAS 77640 POINTS OF CONTACT: Questions concerning the Request for Proposal should be directed in writing to: City of Port Arthur, TX Clifton Williams, Acting Purchasing Manager P.O. Box 1089 Port Arthur, TX 77641 clifton.williams@portarthurtx.gov Purchasing Division/Finance Department 1 Purchasing Manager,Shawna Tubbs,CPPO,CPPB - P.O.Box 10891444 4th Street 1 Port Arthur,Texas 776411 409.983.8160 I Fax 409.983.8291 The enclosed REQUEST FOR PROPOSAL (RFP) and accompanying General Instructions are for your convenience in submitting proposals for the enclosed referenced services for the City of Port Arthur. Proposals must be signed by a person having authority to bind the firm in a contract. Proposals shall be placed in a sealed envelope, with the Vendor's name and address in the upper left-hand corner of the envelope. ALL PROPOSALS MUST BE RECEIVED IN THE CITY SECRETARY'S OFFICE BEFORE OPENING DATE AND TIME. It is the sole responsibility of the firm to ensure that the sealed RFP submittal arrives at the above location by specified deadline regardless of delivery method chosen by the firm. Faxed or electronically transmitted RFP submittals will not be accepted. ge.'‘A-11 Clifton Williams, CPPB Acting Purchasing Manager Page 2 of 21 REQUESTS FOR PROPOSALS AIR CONDITIONING& HEATING MAINTENANCE & REPAIR CONTRACT FOR THE CITY OF PORTARTHUR BUILDINGS (To be Completed ONLY IF YOU DO NOT BID.) FAILURE TO RESPOND TO BID SOLICITATIONS FOR TWO (2) BID PERIODS MAY RESULT IN REMOVAL FROM THE VENDOR'S LIST. However, if you are removed you will be reinstated upon request. In the event you desire not to submit a bid, we would appreciate your response regarding the reason(s). Your assistance in completing and returning this form in an envelope marked with the enclosed bid would be appreciated. NO BID is submitted: this time only not this commodity/service only Yes No Does your company provide this product or services? Were the specifications clear? Were the specifications too restrictive? Does the City pay its bills on time? Do you desire to remain on the bid list for this product or service? Does your present work load permit additional work? Comments/Other Suggestions: Company Name: Person Completing Form: Telephone: Mailing Address: Email: City, State, Zip Code: Date: Page 3 of 21 AUTOMATIC DISQUALIFICATIONS OF BID BIDDER WILL BE DISQUALIFIED IF ANY OF THE FOLLOWING ACTIONS ARE DONE. 1. BIDDER DOES NOT WRITE IN PEN. 2. BIDDER MAKES A CHANGE ON THE PROPOSAL AND DOES NOT INTIAL BY THE CHANGE 3. THE BIDDER DOES NOT RETURN THE FOLLOWING FORMS FILLED OUT COMPLETELY. A. BID SHEET -APPENDIX A. MAKE SURE TO FILL IN PRICES B. LETTER OF INTEREST -APPENDIX B. C. AFFIDAVIT -APPENDIX C(MUST BE NOTARIZED) D. CONFLICT OF INTEREST APPENDIX D (IF THERE IS NO CONFLICT BIDDER MUST WRITE N/A ON LINE 1 AND SIGN AND DATE ON LINE 4). E. NON-COLLUSION AFFIDAVIT-APPENDIX E (MUST BE NOTARIZED) Page 4 of 21 City of Port Arthur Request for Proposals Air Conditioning & Heating Maintenance & Repair for the City of Port Arthur OBJECTIVE The City is seeking a response to the Request for Proposals (RFP) for an HVAC Repair Contractor for the various City Buildings. Air Conditioning & Heating Repair services shall be provided on an "as needed" basis without a minimum quantity of work specified. The City is interested in securing the most qualified firm/personnel to perform the required services. Contractor is responsible for viewing the HVAC units at the various locations to gather any information they need. PROPOSED PROJECT A. Preventative Maintenance 1. Quarterly preventive maintenance (including belts and lubrication). 2. Annual cleaning of air handlers. 3. Monthly replacement of filters. a) City Hall filter sizes: 1) 16x25x2 Glasfloss Z-line pleat filters 2) 20x25x2 Glasfloss Z-line pleat filters 3) Other City buildings filter sizes as appropriate. 4. Installation of pressure gauges to monitor the differential air pressure across the filter to determine the extent of filter clogging/obstruction and need for replacement. 44,4,1 5. Calibration of thermostats/control systems. cu -ens 1 j B. Repairs & Maintenance Service otv e , 1. Minor&Major repairs of current Air Conditioning&Heating Equipment. 2. Labor charges to be billed at an hourly rate as bid. 3. Minimum charge for a service is the bid rate for one hour of labor. 4. Materials to be charged at material cost plus an amount markup as bid. Proof of materials cost must be provided with invoicing. 5. Response time to premises must be within two (2) hours of receipt of call during normal working hours. After hours and on weekends, response time will be dependent on urgency of need and City agreement to pay overtime rates. C. Services not Required 1. Replacement of entire air conditioning units does not fall under the terms of this contract. D. Contract Terms 1. All air conditioning and heating issues will be evaluated/resolved by City Electrical Division personnel prior to the contractor being notified. 2. The contract will be for 12 months and the city will have the option to renew the contract two (2) subsequent one year periods. Page 5 of 21 E. Locations Item# Building Under Warranty Address 1 City Hall &Annex No 444 4th St, Port Arthur Amos Evans Recreation Some of the equipment is new 2 Center and under warranty 1308 9th Ave, Port Arthur,TX 3 Health New equipment under warranty 449 Austin Ave, Port Arthur,TX 4 Operation Center No 201 H. O. Mills Road, Port Arthur,TX 5 Equipment Services No 103 H. O. Mills Road, Port Arthur,TX 6 Library New Equipment under warranty 4615 9th Avenue, Port Arthur Central Fire Station, 7 Police, & Municipal Court No 645 4th Street, Port Arthur, TX Some New Equipment under 3401 Cultural Center Drive, Port Arthur 8 Civic Center warranty Water Service Center& 9 Water Warehouse No 111 H. O. Mills Road, Port Arthur, TX 6300 Procter Street Extension, Port 10 Wastewater Plant No Arthur Some New Equipment under 1101 H. O. Mills Road, Port Arthur, TX 11 Water Purification warranty 12 Depatlnient Club New Equipment under warranty 1924 Lakeshore Drive, Port Arthur, TX Robert E. Gabby Eldridge 13 Sabine Pass Community Center New Equipment under warranty 5262 South Gulfway, Sabine Pass, TX 14 Rymann Building No 3248 39th Street, Port Arthur, TX El Vista Community 15 Center No 615 Ellias Street, Port Arthur, TX 16 Barker Bldg No 649 Stadium Road, Port Arthur, TX 17 Old Fire Station#6 No 3300 Memorial Blvd, Port Arthur, TX West Side Development 601 Reverend Doctor Ransom Howard 18 Center New Equipment under warranty St., Port Arthur, TX 19 Rose Hill Manor No 100 Woodworth Blvd, Port Arthur,TX 748 Reverend Doctor Ransom Howard 20 J. B. Matthews Building No St., Port Arthur, TX 1215 Woodworth Blvd., Port Arthur, 21 Fire Station#1 No TX 22 Fire Station#2 No 1201 Grannis, Port Arthur, TX 23 Fire Station#3 No 2232 Canal, Port Arthur, TX 24 Fire Station#4 New Equipment under warranty 5030 S. Gulfway Dr, Sabine Pass, TX 25 Fire Station#5 No 6099 L. Foster Dr, Port Arthur, TX 26 Fire Station#6 No 4448 9th Ave, Port Arthur, TX 27 Fire Station #8 No 7800 9th Ave, Port Arthur,TX 28 Transit Terminal No 3000 Procter St., Port Arthur, TX 29 Transit Service Center New Equipment under warranty 320 Dallas, Port Arthur, TX 30 Animal Control Shelter No 201 4th St., Port Arthur,TX 31 Electrical Building No 320 Austin, Port Arthur, TX pct), Page 6 of 21 The City of Port Arthur requires comprehensive responses to every section within this RFP. Conciseness and clarity of content are emphasized and encouraged. Vague and general proposals will be considered non-responsive and will result in disqualification. To facilitate the review of the responses, Firms shall follow the described proposal format. The intent of the proposal format requirements is to expedite review and evaluation. It is not the intent to constrain Vendors with regard to content, but to assure that the specific requirements set forth in this RFP are addressed in a uniform manner amenable to review and evaluation. Failure to arrange the proposal as requested may result in the disqualification of the proposal. It is requested that proposals be limited to no more than 50 pages, excluding resumes. All pages of the proposal must be numbered and the proposal must contain an organized, paginated table of contents corresponding to the sections and pages of the proposal. PRICE 1. Labor charges to be billed at an hourly rate as bid. 2. Minimum charge for a service is the bid rate for one hour of labor. 3. Materials to be charged at cost plus a percentage markup as bid. Proof of materials cost must be provided with invoicing. EXPERIENCE The offeror shall provide the following information. 1) Experience with similar buildings and HVAC units. 2) The number of years in business. 3) Recent examples of HVAC repair projects Consultant(s) assigned by the offeror shall provide HVAC Maintenance. This experience shall be documented in a resume for each staff member of the organization that will be selected to provide HVAC Maintnenance. The offeror shall briefly describe the firm's experience and qualifications to deliver the requested services. The offerors' description shall also describe the proposed staffing level required to perform the services and a list of all key members of the offeror's team (except administrative support staff) and any consultant who will be committed to the project. Indicate the level of effort and function of each member of the project, and the length of each staff member's direct experiences. Prepare organization structure to show how the key members will be involved. Include resumes of these individuals. The resumes should include the following minimum information: 1) Name 2) An explanation of the function they will perform and their title by classification. 3) Their relevant educational background. 4) Their relevant work experience. 5) Their work experience with local, state and federal government clients. 6) Any specialized skills, training, and/or credentials that is relevant to the required services; (e.g., degrees, certificates, etc). Page 7 of 21 REFERENCES Include Five (5) business references for which similar services have been provided. Include the following: 1. The time period work was performed 2. A brief description of the scope of work; and 3. Contact name, title, address, and telephone number. The offeror(s) hereby authorize(s) and request(s) any person, firm, corporation and/or government entity to furnish any information requested by the City in verification of the references provided and for determining the quality and timeliness of providing the services. QUALITY OF RESPONSE Completeness of the response to this RFQ including submission of all checklist documents. Page 8 of 21 SELECTION PROCESS All applications will be screened by an evaluation committee and those applicants selected for a short list may be invited to attend an interview, at the applicants own expense. The City shall not incur any costs for applicant preparation and/or submittal of qualifications. The City will evaluate all responses based on the qualifications, past performance and project approach. The City reserves the right to negotiate the final fee prior to recommending any Firm for a contract. The City's process is as follows: 1. The evaluation committee shall screen and rate all of the responses that are submitted. Evaluation ratings will be on a 100 point scale and shall be based on the following criteria: a. Price 45 pts b. Experience 35 pts c. References 20 pts 2. City staff shall recommend the most qualified HVAC firm to the City Council and request authority to enter into a contract. 3. When services and fees are agreed upon, the selected firm shall be offered a contract subject to City Council approval. 4. Should negotiations be unsuccessful, the City shall enter into negotiations with the next, highest ranked firm. The process shall continue until an agreement is reached with a qualified firm. 5. This RFP does not commit the City to pay for any direct and/or indirect costs incurred in the preparation and presentation of a response. All finalist(s) shall pay their own costs incurred in preparing for, traveling to and attending interviews. Page 9 of 21 GENERAL INFORMATION: Proposers are cautioned to read the information contained in this RFP carefully and to submit a complete response to all requirements and questions as directed. TERMINOLOGY: "Bid" vs. "Proposal"--For the purpose of this RFP, the terms "Bid" and `Proposal" shall be equivalent. AWARD: The City of Port Arthur will review all proposals for responsiveness and compliance with these specifications. The City reserves the right to award on the basis of the Lowest and Best Offer in accordance with the laws of Texas, to waive any formality or irregularity, and/or to reject any or all proposals. ALTERING BIDS: Bids cannot be altered or amended after submission deadline. Any interlineations, alteration, or erasure made before opening time must be initialed by the signer of the bid, guaranteeing authenticity. WITHDRAWAL OF PROPOSAL: The proposer may withdraw its proposal by submitting written request, over the signature of an authorized individual, to the Purchasing Division any time prior to the submission deadline. The proposer may thereafter submit a new proposal prior to the deadline. Modification or withdrawal of the proposal in any manner, oral or written, will not be considered if submitted after the deadline. CONFLICT OF INTEREST: No public official shall have interest in this contract, in accordance with Vernon's Texas Code Annotated, Local Government Code Title 5, Subtitle C, Chapter 171. ETHICS: The bidder shall not offer or accept gifts or anything of value nor enter into any business arrangement with any employee, official or agent of the City of Port Arthur. MINIMUM STANDARDS FOR RESPONSIBLE PROSPECTIVE BIDDERS: A prospective bidder must affirmatively demonstrate bidder's responsibility. A prospective bidder must meet the following requirements: 1. Be able to comply with the required or proposed delivery schedule. 2. Have a satisfactory record of performance. 3. Have a satisfactory record of integrity and ethics. 4. Be otherwise qualified and eligible to receive an award. 5. Be engaged in a full time business and can assume liabilities for any performance or warranty service required. 6. The City Council shall not award a contract to a company that is in arrears in its obligations to the City. 7. No payments shall be made to any person of public monies under any contract by the City with such person until such person has paid all obligations and debts owed to the City, or has made satisfactory arrangements to pay the same. ADDENDA: Any interpretations, corrections or changes to the RFP will be made by addenda no later than 48 hours prior to the date and time fixed for submission of proposals. Sole issuing authority of addenda shall be vested in the City of Port Arthur Purchasing Manager. The City assumes no responsibility for the proposer's failure to obtain and/or properly submit any addendum. Failure to acknowledge and submit any addendum may be cause for the proposal to be Page 10 of 21 rejected. It is the vendor's responsibility to check for any addendums that might have been issued before bid closing date and time. All addenda will be numbered consecutively,beginning with 1. PORT ARTHUR PRINCIPAL PLACE OF BUSINESS: Any bona fide business that claims the City of Port Arthur as its principal place of business must have an official business address (office location and office personnel) in Port Arthur, the principal storage place or facility for the equipment shall be in Port Arthur and/or the place of domicile for the principal business owner(s) shall be in Port Arthur or such other definition or interpretation as is provided by state law. Contractors outside the City of Port Arthur are allowed to bid. PRICES: The bidder should show in the proposal both the unit price and total amount, where required, of each item listed. In the event of error or discrepancy in the mathematics, the unit price shall prevail. PURCHASE ORDER: A purchase order(s) shall be generated by the City of Port Arthur to the successful bidder. The purchase order number must appear on all itemized invoices. INVOICES: All invoices shall be mailed directly to the City of Port Arthur, Attn.: Department, P.O. Box 1089, Port Arthur,Texas 77641. PAYMENT: Payment will be made upon receipt of the original invoice and the acceptance of the goods or services by the City of Port Arthur, in accordance with the State of Texas Prompt Payment Act, Article 601f V.T.C.S. The City's standard payment terms are net 30, i.e. payment is due 30 days from the date of the invoice. SALES TAX: The City of Port Arthur is exempt by law from payment of Texas Sales Tax and Federal Excise Tax; therefore the proposal shall not include Sales Tax. VENUE: This agreement will be governed and construed according to the laws of the State of Texas. This agreement is performable in Port Arthur, Texas, Jefferson County. The City of Port Arthur may request and rely on advice, decisions, and opinions of the Attorney General of Texas and the City Attorney concerning any portion of these requirements. COMPLIANCE WITH LAWS: The Contractor shall comply with all applicable laws, ordinances, rules, orders, regulations and codes of the federal, state and local governments relating to performance of work herein. INTEREST OF MEMBERS OF CITY: No member of the governing body of the City, and no other officer, employee or agent of the City who exercises any functions or responsibilities in connection with the planning and carrying out of the program, shall have any personal financial interest, direct or indirect, in this Contract; and, the Contractor shall take appropriate steps to assure compliance. DELINQUENT PAYMENTS DUE CITY: The City of Port Arthur Code of Ordinances prohibits the City from granting any license, privilege or paying money to any-one owing delinquent taxes, paving assessments or any money to the City until such debts are paid or until satisfactory arrangements for payment has been made. Bidders must complete and sign the AFFIDAVIT included as part of this RFP. Page 11 of 21 QUANTITIES: Quantities shown are estimated, based on projected use. It is specifically understood and agreed that these quantities are approximate and any additional quantities will be paid for at the quoted price. It is further understood that the contractor shall not have any claim against the City of Port Arthur for quantities less than the estimated amount. SHIPPING INFORMATION: All bids are to be F.O.B., City of Port Arthur, Port Arthur, TX 77640 INCORPORATION OF PROVISIONS REQUIRED BY LAW: Each provision and clause required by law to be inserted into the Contract shall be deemed to be enacted herein and the Contract shall be read and enforced as though each were included herein. If, through mistake or otherwise, any such provision is not inserted or is not correctly inserted the Contract shall be amended to make such insertion on application by either party. CONTRACTOR'S OBLIGATIONS: The Contractor shall and will, in good workmanlike manner, perform all work and furnish all supplies and materials, machinery, equipment, facilities and means, except as herein otherwise expressly specified, necessary or proper to perform and complete all the work required by this Contract, in accordance with the provisions of this Contract and said specifications. The apparent silence of these specifications as to any detail or to the apparent omission from it of a detailed description concerning any point shall be regarded as meaning that only the best commercial practices are to prevail. While the purpose of the specifications is to indicate minimum requirements in the way of capability, performance, construction, and other details, its use is not intended to deprive the City of Port Arthur the option of selecting goods which may be considered more suitable for the purpose involved. Under the Title VI of the Civil Rights Act of 1964, no person shall, on the grounds of race, color, or national origin, be excluded from participation in, be denied the benefits of, or be subjected to discrimination under any program or activity receiving Federal financial assistance. TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fail to fulfill in a timely and proper manner his obligations under this contract, or if the Contractor shall violate any of the covenants, agreements or stipulations of this contract, the City shall thereupon have the right to terminate this contract by giving written notice to the Contractor of such termination and specifying the effective date thereof, at least fifteen (15) days before the effective date of such termination. Notwithstanding the above, the Contractor shall not be relieved of liability to the City for damages sustained by the City by virtue of any breach of the contract by the Contractor, and the City may withhold any payments to the Contractor for the purpose of set-off until such time as the exact amount of damages due the City from the Contractor is determined. TERMINATION FOR CONVENIENCE: The City may terminate this contract at any time giving at least thirty(30) days notice in writing to the Contractor. If the Contract is terminated by the City as provided herein, the Contractor will be paid for the service that it has performed up to the termination date. If this contract is terminated due to fault of the Contractor, the previous paragraph hereof relative to termination shall apply. Page 12 of 21 RELEASES AND RECEIPTS: The City of Port Arthur before making payments may require the Contractor to furnish releases or receipts for any or all persons performing work and supplying material or service to the Contractor, or any sub-contractors for work under this contract, if this is deemed necessary to protect its interests. CARE OF WORK: The Contractor shall be responsible for all damages to person or property that occurs as a result of his fault or negligence in connection with the work performed until completion and final acceptance by the City. SUB-CONTRACTS: The Contractor shall not execute an agreement with any sub-contractor or permit any sub-contractor to perform any work included in this Contract until he has received from the City of Port Arthur written approval of such agreement. INSURANCE: All insurance must be written by an insurer licensed to conduct business in the State of Texas, unless otherwise permitted by Owner. The Contract shall, at his own expense, purchase, maintain and keep in force insurance that will protect against injury and/or damages which may arise out of or result from operations under this contract, whether the operations be by himself or by any subcontractor or by anyone directly or indirectly employed by any of them, or by anyone for whose acts any of them maybe liable, of the following types and limits 1. Standard Worker's Compensation Insurance: 2. Commercial General Liability occurrence type insurance City of Port Arthur, its officers, agents, and employees must be named as an additional insured): a. Bodily injury$500,000 single limit per occurrence or$500,000 each person/$500,000 per occurrence for contracts of$100,000 or less; or Bodily injury$1,000,000 single limit per occurrence or$500,000 each person/$1,000,000 per occurrence for contracts in excess of$100,000; and, b. Property Damage $100,000 per occurrence regardless of contract amount; and, c. Minimum aggregate policy year limit of$1,000,000 for contracts of $100,000 or less; or, Minimum aggregate policy year limit of$2,000,000 for contracts in excess of$100,000. 3. Commercial Automobile Liability Insurance (Including owned, non-owned and hired vehicles coverage's). a. Minimum combined single limit of$500,000 per occurrence, for bodily injury and property damage. b. If individual limits are provided, minimum limits are $300,000 per person, $500,000 per occurrence for bodily injury and $100,000 per occurrence for property damage. Contractor shall cause Contractor's insurance company or insurance agent to fill in all information required (including names of insurance agency, contractor and insurance companies, and policy numbers, effective dates and expiration dates) and to date and sign and do all other things necessary to complete and make into valid certificates of insurance and pertaining to the above Page 13 of 21 listed items, and before commencing any of the work and within the time otherwise specified, Contractor shall file completed certificates of insurance with the Owner. None of the provisions in said certificate of insurance should be altered or modified in any respect except as herein expressly authorized. Said CERTIFICATE OF INSURANCE Form should contain a provision that coverage afforded under the policies will not be altered, modified or canceled unless at least fifteen (15) days prior written notice has been given to the City of Port Arthur. Contractor shall also file with the City of Port Arthur valid CERTIFICATE OF INSURANCE on like form from or for all Subcontractors and showing the Subcontractor (s) as the Insured. Said completed CERTIFICATE OF INSURANCE Form (s) shall in any event be filed with the City of Port Arthur not more than ten(10) days after execution of this Contract. NOTICE TO PROCEED: Notice to Proceed shall be issued within ten (10) days of the execution of the Contract by OWNER. Should there be any reasons why Notice to Proceed cannot be issued within such period, the time may be extended by mutual agreement between OWNER and CONTRACTOR. Page 14 of 21 APPENDICES Please include Appendix A- D when submitting proposal documents. Page 15 of 21 APPENDIX A BID FOR: AIR CONDITIONING&.HEATING MAINTENANCE FORTHE_CITY OF PORT ARTHUR BID OPENING DATE: SEPTEMBER 14,2016 PREVENTATIVE MAINTENANCE • ITEM# DESCRIPTION YEARLY COST 1 City Hall & Annex $ 2 Amos Evans Recreation Center $ 3 Health $ 4 Operation Center $ 5 Equipment Services $ 6 Library $ 7 Central Fire Station, Police, & Municipal Court $ 8 Civic Center $ 9 Water Service Center&Water Warehouse $ 10 Wastewater Plant $ 11 Water Purification $ 12 Department Club $ 13 Eldridge Sabine Pass Community Center $ 14 Rymann Building $ 15 El Vista Community Center $ 16 Barker Bldg $ 17 Old Fire Station#6 $ 18 West Side Development Center $ 19 Rose Hill Manor $ 20 J. B. Matthews Building $ 21 Fire Station#1 $ 22 Fire Station#2 $ September 15, 2016 ignature Date Page 16 of 21 APPENDIX A. PRICING Continued ITEM # DESCRIPTION YEARLY COST 23 Fire Station#3 $ 24 Fire Station#/1 $ 25 Fire Station#5 $ 26 Fire Station#6 $ 27 Fire Station#7 S 28 TOTAL $ REPAIR & MAINTENANCE SERVICE ITEM # DESCRIPTION COST 1. Labor $ /Hour 2. Materials $ Markup over Cost EP HVAC US, Inc . 2100 Wellspring Drive COMPANY NAME STREET ADDRESS SIGNATURE OF BIDDER P.O. BOX Bobby Lohse Beaumont Texas 77705 (PRINT OR TYPE NAME) CITY STATE ZIP Service Manager 409 722-8670 TITLE AREA CODE TELEPHONE NO. Bobby.Lohse@ephvac .us EMAIL Page 17 of 21 APPENDIX B LETTER OF INTEREST RFP—Air Conditioning& Heating Maintenance Contract for the City of Port Arthur Buildings Deadline: September 14, 2016 The undersigned firm submits the following information (this RFP submittal) in response to the Request for Proposal (as amended by any Addenda), issued by the City of Port Arthur, TX (City) to supply Air Conditioning & Heating Maintenance Services. Enclosed, and by this reference incorporated herein and made a part of this RFP, are the following: ❖ Completed RFP Letter of Interest Form ❖ Completed Affidavit ❖ Completed Conflict of Interest Form Firm understands that the City is not bound to select any firm for the final pre-qualified list and may reject any responses submitted. Firm also understands that all costs and expenses incurred by it in preparing this RFP and participating in this process will be borne solely by the firm, and that the required materials to be submitted will become the property of the City and will not be returned. Firm agrees that the City will not be responsible for any errors, omissions, inaccuracies, or incomplete statements in this RFP. Firm accepts all terms of the RFP submittal process by signing this letter of interest and making the RFP submittal. This RFP shall be governed by and construed in all respects according to the laws of the State of Texas. EP HVAC US, Inc. September 15, 2016 Firm Name Date Service Manager Authorized Signature Title Bobby Lohse (409) 722-8670 Name (please print) Telephone 2100 Wellspring Drive, Beaumont, Texas 77705 Address Bobby. Lohse@ephvac .us Email Page 18 of 21 APPENDIX C AFFIDAVIT . _._.::___._— All pages in Offeror's Responses containing statements, letters, etc., shall be signed by a duly authorized officer of the company whose signature is binding. The undersigned offers and agrees to one of the following: X I hereby certify that I do not have outstanding debts with the City of Port Arthur. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to pay said debts prior to execution of this agreement. I further agree to pay succeeding debts as they become due. I hereby certify that I do have outstanding debts with the City of Port Arthur and agree to enter into an agreement for the payment of said debts. I further agree to pay succeeding debts as they become due. EP HVAC US, Inc . September 15 , 2016 Firm Name Date Service Manager Authorized Signature Title Bobby Lohse (409) 722-8670 Name (please print) Telephone Bobby.Lohse@ephvac .us Email `�.`"�"""'• PATRICIA CARCARA �RY Pv�`• STATE: ) A 5 :y Notary Public,State of Texas • X : My Commission Expires July 13, 2019 COUNTY: ^S tf-FE 259 ' - SUBSCRIBED AND SWORN to before me by the above named I 061—N Lrh3 L- on this the I day of r)c r b l�, 20 16 Pcc•k CrAACW\ Notary Public RETURN THIS AFFIDAVIT AS PART OF THE BID PROPOSAL Page 19 of 21 APPENDIX D CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For Vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg.,Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001 (1-a)with a local governmental entity and the person meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the person becomes aware of facts that require the statement to be filed. See Section 176.006,Local Government Code. A person commits an offense if the person knowingly violates Section 176.006,Local Government Code.An offense under this section is a Class C misdemeanor. 1.Name of person who has a business relationship with local governmental entity. N/A 2. Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) 3.Name of a local government officer with whom filer has employment or business relationship. Name of Officer This section(item 3 including subparts A,B,C,&D)must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001 (1-a),Local Government Code.Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income,other than investment income,from the filer of the questionnaire? Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income,other than investment income,from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government Officer serves as an officer or director,or holds an ownership of 10 percent or more? Yes No D. Describe each employment or business relationship with the local government officer named in this section. 4. tel j Sig . re of person doing business with the governmental entity Date Page 20 of 21 APPENDIX E NON-COLLUSION AFFIDAVIT CITY OF PORT ARTHUR § STATE OF TEXAS § By the signature below, the signatory for the bidder certifies that neither he nor the firm, corporation, partnership or institution represented by the signatory or anyone acting for the firm bidding this project has violated the antitrust laws of this State, codified at Section 15.01, et seq., Texas Business and Commerce Code, or the Federal antitrust laws, nor communicated directly or indirectly the bid made to any competitor or any other person engaged in the same line of business, nor has the signatory or anyone acting for the firm, corporation or institution submitting a bid committed any other act of collusion related to the development and submission of this bid proposal. Signature: Printed Name: Bobby Lohse Title: Service Manager Company: EP HVAC US, Inc . Date: September 15, 2016 SUBSCRIBED and sworn to before me the undersigned authority by Oct the I hof, on behalf of said bidder. Ccr✓Ac Notary Public in and for the State of Texas My commission expires: 10 I B., PATRICIA CARCARA !° `�= Notary Public,State of Texas My Commission Expires July 13, 2019 Page 21 of 21 ' CITY OF PORT ARTHUR, TEXAS 1,4 �;�-- ADDENDUM NO. ONE (1) nrt rtirur September 12, 2016 Bid Proposal For: AIR CONDITIONING & HEATING MAINTENANCE & REPAIR CONTRACT FOR THE CITY OF PORTARTHUR BUILDINGS The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows: I. DEADLINE: Sealed proposal submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, October 5, 2016. (The clock located in the City Secretary's office will be the official time.) All proposals received will be read aloud at 3:15 p.m. on Wednesday, October 5, 2016 in the City Council Chambers, City Hall, 5`h Floor, Port Arthur, TX. Proposals will be opened in a manner to avoid public disclosure of contents; however, only the names of proposers will be read aloud. 2. Non-Mandatory Pre-Bid is Friday, September 23, 2015 at 10:00 a.m. in the 5th Floor Council Chamber at City Hall. Representatives will be present for each Building. If you have any questions, please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. Clifto 1 Williams, CPPB Acting Purchasing Manager //7 Signature of Proposer Date CITY OF PORT ARTHUR,TEXAS Cin.of .,T ADDENDUM NO.TWO (2) { ) ort rtL- r`."'.S October 3,2016 Bid Proposal For: AIR CONDITIONING & HEATING MAINTENANCEBUILDINGS REPAIR CONTRACT FOR THE CITY OF PORTARTHUR The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows: 1. DEADLINE: Sealed proposal submittals must be received and time stamped by 3:00 p.m., Central Standard Time, Wednesday, October 19, 2016. (The clock located in the City Secretary's office will be the official time.) All proposals received will be read aloud at 3:15 p.m. on Wednesday, October 19, 2016 in the City Council Chambers. City Hall, 5th Floor, Port Arthur, TX. Proposals will be opened in a manner to avoid public disclosure of contents;however,only the names of proposers will be read aloud. If you have any questions, please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITF YOUR BID DOCUMENTS. e/ () it/ab Clifton Williams, CPPB Acting Purchasing Manager // / Signature of Proposer Date City of CITY OF PORT ARTHUR,TEXAS ADDENDUM NO.THREE(3) rthui V?-1 '� r"aS October 7,2016 Bid Proposal For:AIR CONDITIONING & HEATING MAINTENANCE& REPAIR CONTRACT FOR THE CITY OF PORTARTHUR BUILDINGS The following clarifications,amendments,deletions, additions,revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows: 1. MUST HAVE AN"A"LICENSE. SUBMIT WITH PROPOSAL. 2. REVISED LOCATION LIST AND BID SHEET ARE ATTACHED. 3. PICS OF THE AC UNITS FOR THE WATER SERVICE CENTER AND WAREHOUSE ARE ATTACHED. If you have any questions,please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. %17'!' ,,;4 Ctifto Williams, CPPB Acting Purchasing Manager AO' /4 Signature of Proposer Date REVISED LOCATION LIST Item # Building Address 1 City Hall&Annex 444 4'" St,Port Arthur 2 Amos Evans Recreation Center 1308 9"'Ave,Port Arthur,TX 3 Health 449 Austin Ave,Port Arthur, TX 4 Operation Center 201 H.O. Mills Road,Port Arthur,TX 5 Equipment Services 103 H. O. Mills Road, Port Arthur,TX 6 Library 4615 9"'Avenue,Port Arthur 7 Police,&Municipal Court 645 4'h Street,Port Arthur,TX 8 Civic Center 3401 Cultural Center Drive,Port Arthur 9 Water Service Center&Water Warehouse 111 H. O. Mills Road,Port Arthur,TX 10 Wastewater Plant 6300 Procter Street Extension, Port Arthur 11 Water Purification 1101 H. O. Mills Road,Port Arthur,TX Robert E. Gabby Eldridge Sabine Pass 12 Community Center 5262 South Gulfway, Sabine Pass,TX 13 Rose Hill Manor 100 Woodworth Blvd,Port Arthur,TX 14 Transit Terminal 3000 Procter St.,Port Arthur,TX 15 Transit Service Center 320 Dallas,Port Arthur,TX 16 Transit Admin Building 344 Procter,Port Arthur,TX 17 Electrical Building 320 Austin, Port Arthur,TX APPENDIX A BID FOR: Air Conditioning&Heating Maintenance for the City of Port Arthur BID OPENING DATE: September 14,2016 PREVENTATIVE MAINTENANCE ITEM# DESCRIPTION YEARLY COST 1 City Hall&Annex $ 2 Amos Evans Recreation Center $ 3 Health $ 4 Operation Center $ 5 Equipment Services $ 6 Library $ 7 Police,&Municipal Court S 8 Civic Center $ 9 Water Service Center&Water Warehouse $ 10 Wastewater Plant $ 11 Water Purification $ Robert E. Gabby Eldridge Sabine Pass 12 Community Center $ 13 Rose Hill Manor $ 14 Transit Terminal $ 15 Transit Service Center $ 16 Transit Admin Building $ 17 Electrical Building S TOTAL $ //' "/ ;' Signature Date APPENDIX A. PRICING Continued REPAIR& MAINTENANCE SERVICE ITEM# DESCRIPTION COST 1. Labor $ /Hour 2. Materials $ Markup over Cost COMPANY NAME STREET ADDRESS SIGNATURE OF BIDDER P.O. BOX (PRINT OR TYPE NAME) CITY STATE ZIP TITLE AREA CODE TELEPHONE NO. EMAIL r: c. Rz . ,� a" a 5 : , � a a . er..,. 4,f ,�,_ ifY 'W . ,, ,..,,, : . , 4 F t �: Yak lr,,p_ f -y zy « » . m \ �-4-;'.1:'''.-- ..,, ,,,,;',.Z..„,,,,,,-,71::' :y\''� . 2>�'_ '''.:<��.. y' y- = �?�� . ��T? .. 4D84F91 E-5056-A86F-BAEB4AEB5CB7B288 jpg(JPEG Image, 12... http:,'/www.portarthur.net/images,bid rfps/adders-dums/4D84F9I E-50. k A W -t arc . n r u l a of 1 10/10/2016 3:28 PN z2 ..,, i _----- ,. i i aA::::LLQlk � , ... ... •, ... • . _ „ . .._. --- . ,--- ____.. _„:.....,...._ i..it.„ ..;-„,-_-_,..>,_,-- ,,,, ',.•:,::.-, ,,,,.'_.s. `,. '-,..z.0- ' / • 4 . • , , , _._,.. .,.., . :„:4i.',.4. ...;,,-,•,:111110!:/ ' 1-- :at,. 4' ,..00 , ,_- • . : :,-,-;.:'.t.- ..---- .... , . .,:- ... ,,•. ,.. . . -.-- 1 . : ..., . -''• ,Y,:-.4,. -..:-'...-\ `.:• Ah_..- \ .. ... , ;., ._ :$; ,.tea; ,, r.. 1 y .*'a 5 C.. aGr+n '-j". Y r f' �y i:4j s y �' rF 4 -N' r w ' l Iilr ,,, £rr,ESA.. , i-.i&-.<. TY - I • ''.--1:..t1-----j::. ,-- - �t \1d\..--�/ __ Y �.�r�� \\\\` im/ ._ ..-. IJ fir Y. ,,�mi � rrrr0 ^t �� 1 • _ \ 'f` •••••••••-•••-•-••••••-•••-0;1V., reff � .1. •mt, !1 ./ :I- iii.'i;' ' --- -.-''::-:- - . - ::"I ':-- '..7,',;:i:t";._:',.„'.' . ' ,,i1 --.1.''. .,:i.--,,,, ,,4,4,--,•-..,..,t,-,. .''-!., ' "11xrm111 # ` x = P 5= 4 ' y'31 3 Y \ i,:.'-1'.. yf#e , j w } f \�\ ,..,f,„ ,.3, \ � ' i 'ate "r H- t' - i e • ,, ,.F t: y' � � f N I ' ' * r Ati— )))) ) , i.,:-- .,, ,, .•, ,,,1 A\\ ,H,,,_„_::_______\,, ___. ,0 :ifi -- 1 ,. el u CITY OF PORT ARTHUR,TEXAS -�:.-- ADDENDUM NO. FOUR (4) tifinrt rthur October 12, 2016 Bid Proposal For: AIR CONDITIONING & HEATING MAINTENANCE & REPAIR CONTRACT FOR THE CITY OF PORTARTHUR BUILDINGS The following clarifications, amendments, deletions, additions, revision and/or modifications are made a part of the contract documents and change the original documents only in the manner and to the extent hereinafter stated and shall be incorporated in the contract documents. Provisions of this addendum shall take precedence over requirements of the original contract documents and all BIDDERS ARE REQUESTED TO ACKNOWLEDGE SAID PROVISIONS IN THE SUBMISSION OF THEIR BID. Addendum as follows: 1. REVISED LOCATION LIST AND BID SHEET ARE ATTACHED. 2. CONTRACTOR WILL DO PREVENTATIVE MAINTENANCEON UNITS OVER 5 TONS. 3. POLICE AND CITY HALL WILL CHANGE THEIR OWN FILTERS. CONTRACTOR RESPONSIBLE FOR THE REST. 4. IF REPAIRS ARE REQUIRED FOR BUILDINGS NOT LISTED OR UNITS UNDER 5 TONS. THE CONTRACTOR WILL REPAIR AT THE HOURLY COST AND % OVER MATERIALS COST AWARDED. If you have any questions, please contact the Purchasing Division at 409-983-8160. NOTE: ALL PAGES OF ADDENDA MUST BE SIGNED AND SUBMITTED WITH YOUR BID DOCUMENTS. d'ittiV/"Idc: Clifton w 1Ilams, PPB Acting Purchasing Manager Signature of Proposer Date HH �ey [X-' `� H• HHS '41 i '''' g X H � � a 0. a H X H ai o ¢ = XXXE -� CA totg W az: >;-: o -o a s o ow o � � d w (:4 y r4 y ga, d t U oa. 't P-4 ,i.,- a.) - ci cn o O ~ CD O s~ a. aa ,6 O d . d B U iflilfi � °; Q3oA E"r 3 NaQ 71' 0CA r) r-• o .--, 00 %JOoo0d- ocr) d- M moi' O O \D d- .--. M •--' N O O N NI' N d' d" d- N -- d• r .-+ \O •-• V) .-r Cr) M M M o y aEA O N Acz W C) Cip I: go 3 y °° o X Cl) c -o0 ?W +. a 0 cn _2-3U ami 's 5:1s, oto g U ? 'E ; 4' C7 y am Ti � > o y 0 y t 4j C H V) d ca Ti el W U V] 3 0... = x , , = c) C) D x o ... ,o ezt C) v y C`)) o y v, cn v.. - 0 ,... 0 p, p. c 3 0 0 0 sem. $�. tib, . O U xoW ..aU GUcz' HHHwa, 4t 5 NM ,t' kr) a oo010NM dn • - ' C� .--4 .--- N •••• .-. .r r, r. APPENDIX A BID FOR: Air Conditioning&Heating.Maintenance for the City of Port Arthur BID OPENING DATE: October 19,2016 PREVENTATIVE MAINTENANCE ITEM# DESCRIPTION YEARLY COST 1 City Hall &Annex $ j j/ 'I 3 = (0 0 2 Amos Evans Recreation Center $ `) u y , ( 3 Health $ 11, 0'19 . 0 3 4 Operation Center $ �/,'� 13 .7 a 5 Equipment Services $ 1,-33;, . 1 6 6 Library $ 4, 9 3 . (,0 7 Civic Center $ I3, a 9 a .1 8 Water Service Center&Water Warehouse $ 3:3;J , ' Lc 9 Wastewater Plant $ 10 Water Purification $ , 3 ) Robert E. Gabby Eldridge Sabine Pass 11 Community Center $ `I a y Lo , t� 12 Rose Hill Manor $ Q,,I l`) .L11 13 Transit Terminal $ a,A 13 . a 0 14 Transit Service Center $ ap b . Ito 15 Transit Admin Building $ 3,0 X ?) •1-1(0 16 Electrical Building $ LP • Sy 17 Police, &Municipal Court $ a 9 TOTAL $ i 3, '1114 . 3 I°� I b'/ aDitp Signature Date APPENDIX A. PRICING Continued REPAIR&MAINTENANCE SERVICE ITEM# DESCRIPTION COST 1. Labor $ 65 . 00 /Hour 2. Materials $ 25% Markup over Cost EP HVAC US, Inc. 2100 Wellspring Drive COMPANY NAME STREET ADDRESS SIGNATURE OF BIDDER P.O. BOX Bobby Lohse Beaumont Texas 77705 (PRINT OR TYPE NAME) CITY STATE ZIP Service Manager (409) 722-8670 TITLE AREA CODE TELEPHONE NO. Bobby.Lohse@ephvac .us EMAIL Result - 01 Page 1 of 1 P.O.Box 12157 Austin,Texas 78711 Texas Department of 800-803-9202 TSD_800-735-2989 air Licensing and Regulation Texas Department of Licensing and Regulation Result Listing Name and Location Other Information LOHSE, STEFAN R EP HVAC US INC Air Conditioning/Refrigeration Contractor 2100 WELLSPRING DR License#:TACLA00040068E BEAUMONT TX 77705 Expiration Date: 10/14/2017 County: JEFFERSON Type: AE Phone: (409)722-8670 No DBA found Search Again Back Privacy and Security Policy] Accessibility I Open Records Policy I Link Policy.I Compact with Texans Texas.gov TRAIL Search:I Texas Homeland Security Links..f Where the Money Goes https://w v.tdlr.texas.gov/Licen Sear h/SearchResultDetail.asp?1=AIRREF00040068 10/19/2016 DATE(MMIDD/YYYY) A.0 E f$ CERTIFICATE OF LIABILITY INSURANCE 9815/'2016 THIS CERTIFICATE IS-ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER,AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. -If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such-endorsement(s). PRODUCER NAME: Stacie Clark Higginbotham Insurance Agency, Inc. PHONE.- 2.81-990-6051 281=990-6052 306 W.Parkwood Ave. W C,N4'F t FA/c Ito E-MAIL Solar� F-Ii inbotham.net Friendswood TX 77546 ADDRESS: �g INSURER(S)AFFORDING COVERAGE NAIC# INSURER A:Continental Insurance Company 35289 _ INSURED EPHVA INSURER B:AIG Property Casualty Company 19402 EP HVAC US Inc INSURER C:Colonial County Mutual Ins Co 29262 2100 Wellspring Dr Beaumont TX 77705 INSURERD: INSURER E: INSURER F: COVERAGES CERTIFICATE NUMBER: 1679655935 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBRI POLICY EFF POLICY EXP LTR TYPE OF INSURANCE INSDJ.WVD I POLICY NUMBER (MM/DD/YYYY) (MM/DD/YYYY) LIMITS A JK COMMERCIAL GENERAL LIABILITY I NIL:9780462 1/15/201,6 1/1'512017 .EACH OCCURRENCE $1,000,000 RENTED �OtAIMS-MADE X OCCUR POEM SESEO(Ea occurrence) $30,000 X Ded.`$10';000 I t MED EXP(Any one person) :$5,000 - I PERSONAL&ADV JN.IURY $1,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $2,000,000 X POLICY PRO LOC PRODUCTS-COMP/OPAGG $2,000,000 PRO- JECT OTHER: $ C AUTOMOBILE LIABILITY i ACP3007725796 5/30/2016 5/30/2017 COMBINED SINGLE LIMIT $ (Ea accident) 1,000,000 X ANY AUTO , BOBIEY MIRY(Per person) $ AI h OWNED SC13..utED BODILY INJURY(Per accident)1 $ A OS AUTOS:• HIRED AUTOS NON-OWNED I PROPERTY DAMAGE I S AUTOS I I taPer acerdent) ,S A UMBRELLA LIAB X OCCUR EX122045 11/15/2016 1/15/2017 EACH OCCURRENCE $5,000,000 X EXCESS LIAB CLAIMS-MADE AGGREGATE $5,000,000 DED RETENTION$ $ B I WORKERS COMPENSATION i WC005226992 1/15/2016 1/15/2017 )( AND EMPLOYERS'LBILITY STATUTE OTH- ER TAN IANYPROPRIETOR/PARTNER/EXECUTIVE ,yNrA , E.LEACH ACCIDENT $1,000,000 OFFICERIMEMBER,EXOLUDED? .(MandatoryinNH) 'EL:DDISEA'SE-E&•EMPUOYEE 31/000,000 ,ff yes,describe under I !DESCRIPTION OF OPERATIONS'below EL DISEASE-POLICYL1MIT :31.000,000 I I DESCRIPTION OF OPERATIONS I LOCATIONS!VEHICLES (ACORD 101,Additional Remarks Schedule,may be attached if more space Is required) The General Liability and Automobile Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status and General Liability, Automobile Liability and Workers' Compensation policy includes a blanket waiver of subrogation endorsement to the certificate holder only when there is a written contract between the named insured and the certificate holder that requires such status. - CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City of Port Arthur THE EXPIRATION DATE THEREOF, NOTICE 'WILL BE DELIVERED IN '444 4th St ACCORDANCE WITH THE PObICY:PROVISIONS. Port ArthI.r,TX 77641 AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated. (The information below is required only when this endorsement is issued subsequent to preparation of the policy.) This endorsement, effective 12:01 AM 01 /15/2016 forms a part of Policy No. WC 005-22-6992 Issued to EP HVAC US INC By AIG PROPERTY CASUALTY COMPANY This endorsement applies only to the insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the Schedule. Schedule 1. ( ) Specific Waiver Name of person or organization ( ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium: The premium charge for this endorsement shall be percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: WC 42 03 04 B Countersigned by (Ed. 6-14) Authorized Representative ()Copyright 2014 National Council on Compensation Insurance, Inc.All Rights Reserved. COMMERCIAL AUTO AC 01 02TX 0310 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BUSINESS AUTO EXTENSION ENDORSEMENT TEXAS This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIER COVERAGE FORM A. CHANGES FOR TRAILERS AND FARM C. BLANKET ADDITIONAL INSURED EQUIPMENT Any person or organization which you have 1. Under the COVERED AUTOS SECTION, agreed to name as an additional insured in a the following are added to Paragraph C. written contract, executed prior to an acci- Certain Trailers, Mobile Equipment and dent, other than a contract for the lease or Temporary Substitute Autos: rental of a vehicle is an"insured'for Liability 4. 'Trailers" designed to be towed by a private Coverage, but only to the extent that person passenger type "auto" or a pickup, panel or organization qualifies as an"insured' un- truck or van if not used for business purpos- der the Who Is An Insured Provision con- es, other than farming or ranching. tained in the LIABILITY COVERAGE 5. Farm wagons or farm implements while be SECTION of the Coverage Form ing towed by a covered"auto". D. REPLACED EXCLUSIONS B. CHANGES FOR ADDITIONAL NEWLY The Expected or Intended Injury Exclusion ACQUIRED VEHICLES in the LIABILITY COVERAGE SECTION is 2. Paragraph B.2 of the COVERED AUTOS replaced by the following: SECTION is replaced by the following: Expected or Intended Injury 2. If Symbol(s) 7 or 67 is entered next to a "Bodily injury"or"property damage"which is coverage in Item Two of the Declara- expected or intended by the "insured". This tions, an "auto" you acquire will be a exclusion applies even if the resulting "bodi- covered"auto"for that coverage only if: ly injury"or"property damage": a. We already cover at least one"auto" a. is of a different kind, quality or degree you own for that coverage or it rep- an initially expected or intended;or laces an "auto" you previously b. is sustained by a different person, entity, owned that had that coverage;and real property, or personal property than b. You tell us within 30 days after you that initially expected or intended. acquire it that you want us to cover E. ADDITIONAL EXCLUSIONS it for that coverage. The following exclusions are added to the The most we will pay for Physical Damage LIABILITY COVERAGE SECTION: Coverage for "loss" under this Coverage Ex- Damage to Named Insured's Property tension is $100,000 per "auto", subject to the largest deductible applicable to any "au- to"for that Coverage. AC 01 02TX 0310 Includes copyrighted material of Insurance Services Office, Inc., Page 1 of 4 with its permission. ACP BATX30-0-7725796 LXDT 16148 INSURED COPY AC0102031000 0001 46 0018464 • AC0101A0310 6. If"loss" results from the total theft of a coy- 5. The provisions of paragraphs 1.and 3. do ered "auto" of the private passenger type, not apply to a covered "auto' of the private we will pay under this coverage only that passenger type or a vehicle with a gross ve- a mount of your rental reimbursement ex- hide weight of 20,000 pounds or less which penses which is not already provided for is a new vehicle. under the PHYSICAL DAMAGE In the event of a total "loss" to your new ve- COVERAGE Coverage Extension. hide to which this coverage applies, we will 7. Coverage does not apply to any covered pay at your option: "auto" for which coverage is provided by en- a. The verifiable new vehicle purchase dorsement form CA9923 on this policy, price you paid for your damaged ve- hicle, not including any insurance or L. EXPANDED TRANSPORTATION EXPENSE warranties purchased; Paragraph A.4.a. of the PHYSICAL DAMAGE b. If it is available, the purchase price, as COVERAGE SECTION is replaced by the fol- negotiated by us, of a new vehicle of the lowing: same make, model, and equipment or in- We will pay up to $50 per day to a maximum of cludithe most similar model available, not$1000 for temporary transportation expense in- meat notg any furnishings, parts, or cture- curred by you because of the total theft of a ment installed by the manufacturer or manufacturers'dealership;or covered "auto" of the private passenger type. . We will only pay for those covered "autos" for c. The market value of your damaged ve which you carry Comprehensive or Specified hide, not including any furnishings, Causes of Loss Coverage. We will pay for tern- parts, or equipment not installed by the porary transportation expenses incurred during manufacturer or manufacturer's dealer- the period beginning 48 hours after the theft and ship. ending, regardless of the policy's expiration, We will not pay for initiation or set up costs when the covered "auto"is returned to us or we associated with loans or leases pay for its"loss". In this endorsement, a new vehicle means M. EXTRA EXPENSE—STOLEN AUTOS an"auto"of which you are the original owner The following paragraph is added to Section that has not been previously titled and which A.4. of the— PHYSICAL DAMAGE COVERAGE you purchased less than 365 days before SECTION: the date of the"loss". c. We will pay for up to$5,000 for the expense O. BLANKET WAIVER OF SUBROGATION of returning a stolen covered "auto" to you. The following is added to paragraph 5. Transfer We will pay only for those covered "autos" Of Rights Of Recovery Against Others To Us of for which you carry Comprehensive or Spe- — BUSINESS AUTO and MOTOR CARRIER cified Causes of Loss Coverage CONDITIONS SECTIONS: N. NEW VEHICLE REPLACEMENT COST We waive any right of recovery we may have The following is added to paragraph C.Limit of against any person or organization to the extent Insurance of the PHYSICAL DAMAGE required of you by a written contract executed COVERAGE SECTION: prior to any "accident" because of payments we make for damages under this coverage form. All terms and conditions of this policy apply unless modified by this endorsement. AC 01 01A 0310 Includes copyrighted material of Insurance Services Office, Inc., Page 3 of 3 with its permission ACP BATX30-0-7725796 LXDT 16148 INSURED COPY AC0101031000 0001 46 0018463 COMBINED SINGLE LIMIT OF LIABILITY The Limit of Liability of this policy, including all sections, endorsements and other liability coverages attached thereto, is subject to a combined single limit of$1,000,000. Regardless of the number of vessels or coverages involved in any one accident or occurrence including all costs and/or expenses subject to the deductible. Any applicable deductible amount including the Annual Aggregate Deductible, if any, is to be included within the Combined Single Limit amount. For the purposes of this clause, each accident or occurrence shall be treated separately, but in a series of claims hereunder arising from the same accident or occurrence these shall be treated as due to that accident or occurrence. ADDITIONAL ASSURED/WAIVER OF SUBROGATION (BLANKET) It is further agreed that to the extent that the named assured is obligated by written contract and such written contract is executed/signed(by all parties to the contract)and dated prior to any loss; or to whom which a Certificate of Insurance has been issued prior to any loss which names any one person or organization as additional Assureds hereunder, and/or waives rights of subrogation in favor thereof, the underwriters agree that such persons or company shall be considered as additional Assured and rights of subrogation are hereby waived but only with respect to the vessel(s)while working for the additional assured(s)and/or operations performed by or on behalf of the named assured(s). It is further warranted that a copy of the Certificate of Insurance be submitted to the Company within thirty(30) days of issuance of the Certificate. OTHER WORK ENDORSEMENT 1. Subject to prior notification to Underwriters,this insurance shall be extended to cover(HVAC system works on platforms)operations of the Assured which do not fall within the scope of the ship repairing operations. The gross charges in respect of such operations shall be declared to Underwriters and adjusted at a rate included in the adjustable rate. 2. So far only as concerns such other repair operations: The expression"ship repairers"and"ship repairing"wherever used in this insurance, shall be deemed to include other repair operations of the Assured. In Rem Endorsement It is agreed that an action "in rem"against a `Vessel' owned by, leased to or chartered by the Named Assured shall be treated as if it were an action "in personam" against the Named Assured. Traveling Workmen Endorsement It is hereby understood and agreed that the cover provided by this insurance shall be extended whenever any persons employed by or on behalf of the Assured are on board a vessel or in any port for the purpose of effecting repairs andlor work entrusted to the Assured, notwithstanding that such persons may be signed on as members of the vessel's crew. Attached to and forming part of Policy ML9780462 of The Continental Insurance Company ENDORSEMENT This endorsement, effective 12:01 a.m.01/15/2016 forms a part of Policy No EX122045 issued to EP HVAC Inc. and Vautour Holding US Inc. by XL Specialty Insurance Company. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED/WAIVER OF SUBROGATION/NOTICE OF CANCELLATION This endorsement modifies insurance provided under the following: Bumbershoot Coverage Form It is hereby understood and agreed that these Underwriters name as Additional Insured and waive their rights of subrogation against principals on behalf of whom the Insured is providing services, but: A.) Only as respects operations performed by the Insured on behalf of such principals, and B.) Only to the extent that such principals have also been named and waived by the Primary Policies, and C.) Only to the extent the Insured is required to do the same by written contract or to the extent the Insured • has actually named and/or waive these Underwriters rights of subrogation through confirmation of insurance. Neither naming nor waiving shall be valid unless issued or agreed to in writing by the Insured prior to any loss, accident or occurrence. It is further agreed that these Underwriters shall follow Underlying Policies as respects Notice of Cancellation to persons or organizations other than the Insured, however in no event will more than Thirty (30) days notice by required. Notwithstanding the above, cancellation by the Insured shall require no notice to others. Cancellation by a premium • financing company with whom the Insured has provided such authority shall be deemed to be cancellation by the Insured. All other terms, conditions, limitations and exclusions remain unchanged. XL-1D 0602 ©2012 X.L.America. Inc. All Rights Reserved. Page 1 of 1 May not be copied without permission. TEP H VAC us Inc. RFP # : P16-058 RFQ # : EP-DOC-5805-PRO-001 DATE : 21 September 2016 CUSTOMER : City of Port Arthur, Texas PROJECT : Air Conditioning & Heating Maintenance and Repair for City of Port Arthur Buildings SERVICE : HVAC REVISION : A uvoiF44, 0©C] ISO 9001:2008 .PS 1til* SEP HVAC us Inc. 2100 Wellspring Drive Beaumont, Texas 77705 Phone: +1.409.722.8670 Fax: +1.409 722 8893 www.ephvac.us cc1,18. EP HVAC us Inc. 21 September 2016 EP HVAC US Inc. Response to RFP-P16-058 Primary Contact Person: Mr. Bobby Lohse Service Manager EP HVAC US Inc. 2100 Wellspring Drive Beaumont, Texas 77705 Office Phone: +1 (409) 722-8670 Office Fax: +1 (409) 722-8893 Mobile Phone: +1 (409) 550-7440 Email Address: bobby.lohse@ephvac.us Accounting Contact Person: Mrs. Trish Carcara Accounting Manager EP HVAC US Inc. 2100 Wellspring Drive Beaumont, Texas 77705 Office Phone: +1 (409) 722-8670 Office Fax: +1 (409) 722-8893 Mobile Phone: +1 (409) 454-6435 Email Address: trish.carcara@iephvac.us iiIPage 9EP HVAC us Inc. Table of Contents 1.1. Executive Summary 1.2. Qualifications and Experience 3 1.2.1. EP HVAC Capability Statement 4 1.2.1.1. Introduction 4 1.2.1.2. Design Experience 4 1.2.1.3. Quality Assurance 5 1.2.2. EP HVAC Facilities and Staff 6 1.2.2.1. USA Facilities and Staff 6 1.2.2.2 International Facilities and Staff 6 1.2.3. Corporate Organizational Chart 7 1.2.4. Project Experience 8 1.2.5. Business References 10 1.3 Resources 12 1.3.1. Key Project& Service Personnel 13 1.3.1.1.USA team 13 1.3.1.2.Canada team 24 1.3.1.3. EU team 26 1.4 Technical Resources 29 1.4.1. Project Management 30 1.4.2. Quality Plan 30 1.4.2.1 EP HVAC Quality Policy 31 1.4.2.2 EP HVAC Quality Process Plan 32 1.4.2.3. EP HVAC Inc.and EP HVAC BV ISO Certificates 34 1.4.2.4. Enterprise Capacity Requirements 36 iiiiPage EP HVAC us Inc. 1.1. Executive Summary 1 Page IEP HVAC us Inc. Executive Summary EP HVAC US Inc. is a Texas corporation that specializes in project management, service, and engineering in the industrial, marine, offshore, and refinery market. The company is comprised of senior professional engineers and managers with a collective history of successful project administration and execution. EP HVAC has a broad clientele of designers, builders, and owners for whom we provide service and sales of HVAC systems engineering and equipment. Our expertise in mechanical ventilation, refrigeration design, and comfort cooling in a complex environment provides the client with sound, fundamental engineering. This strength in design guides us to custom, purpose built solutions to address today's changing and challenging requirements. Our design methods and processes are ISO 9001 certified and offer an informed decision making strategy in support of our service group and field personnel. Working with some of the largest multi-national clients has taught us that success requires constant communication with other disciplines. We would welcome the opportunity to service the ongoing needs of the City of Port Arthur with our trusted team of HVAC professionals. 2Rage EP HVAC us Inc. 1.2. Qualification and Experience 3IPa : e EP HVAC us Inc. 1.2.1. EP HVAC Capability Statement 1.2.1.1.Introduction EP HVAC has established operations in the US, Canada, and the Netherlands, and specializes in project management, service, and engineering in the marine, offshore and industrial market. The company is comprised of senior professional engineers and managers with a collective history of successful project administration in landside, offshore and marine industry. EP HVAC has a broad clientele of designers,builders, and owners for whom we provide HVAC systems engineering and equipment, and 24/7 emergency service. Our expertise in mechanical ventilation, refrigeration design, and comfort cooling in a complex environment provides the client with sound, fundamental engineering. This strength in design guides us to custom,purpose built solutions in our Texas facility to address today's changing and challenging requirements. Complete design/build rig projects have been executed with in house engineering. EP HVAC also provides direct field technical services to Chevron Pipeline, Goodyear, ENSCO, ExxonMobil, Transocean,Noble, and others from our Beaumont location. EP HVAC is staffed to provide client support from conception to commissioning of projects. EP HVAC US Inc. is established in Texas with a full service and installation capability for landside, offshore and marine clients. EP HVAC Marine BV operates from Rotterdam to service the EU marketplace. Our experienced technicians mobilize to operational platforms or provide new construction commissioning support globally. 1.2.1.2.Design Experience EP HVAC Inc. personnel have provided the project management and engineering on many challenging refinery, offshore, naval, and marine projects operating in worldwide service. EP has executed engineering work for industrial plants, refinery operations, drill ships, semisubmersibles,jack up drillers, wind farm installation vessels, and marine service vessels. Our company factories in Beaumont, Texas and Rotterdam provide custom HVAC equipment in galvanized or stainless steel construction. Custom equipment capacity ranges from 6 KW to 700 KW of cooling, fresh or seawater cooled, or air cooled as the project demands. EP also offers standard HVAC equipment within the industry manufacture's range of capacities. Units can be constructed to meet stringent requirement of operation in hazardous and explosive environment(Class 1 Div 1 or Div 2, ATEX, IECEx, CE, CSA and NEC) and in compliance with national and local code requirements. 41Page ®®EP HVAC us Inc. In conjunction with full staff of"In House"professional engineers, EP HVAC. utilizes the state of art design software including Auto-CAD, MEP 2010, ASHRAE Psychrometric analysis, along with custom developed Heat Load calculations. EP HVAC Inc. also offers complete solutions for specialized refrigeration and low temperature application requirements. We provide complete system solutions including system design, equipment supply, installation, project management and final testing and commission of the refrigeration systems. Our Beaumont facility constructs and repairs equipment to meet client needs. Typical projects include provision plant/cold stores system design for ships, low temperature and dual stage cascade systems, and low temperature systems using environmentally friendly refrigerants. Design and installation of hydronic systems, steam & condensate systems, high temperature thermal oil systems, and custom filtration solutions is part of our team's capability. HVAC and Refrigeration Repair(Mobile Team) As a global HVAC company committed to providing complete HVAC solutions to our industrial,marine and offshore clientele, we provide quality 24/7 "On Demand" service and repair support worldwide for the HVAC and refrigeration systems. Our service technicians are experienced in all aspects of HVAC and refrigeration systems. 1.2.1.3.Oualitv Assurance EP HVAC Inc. is comprised of professional engineers providing services to an international clientele. Our engineering processes and management systems have attained full ISO 9001:2008 certification. We are designing and manufacturing state of the art components and systems to the highest standards of business and engineering professionalism. Our quality policy is based on the principle that products and services must be developed, delivered and implemented according to our customer's specific requirements and standards. All quality control personnel work hand in hand with production staff to ensure that every product supplied meets the exacting standards of the Quality Assurance Program. All of our equipment manufacturers are also required to maintain ISO level quality programs. EP HVAC Marine BV in Rotterdam is also certified to IS09001 for equipment production in the OEM market. 5IPage 'IEP HVAC us Inc. 1.2.2. EP HVAC Facilities and Staff 1.2.2.1.USA Facilities and Staff EP HVAC US Inc. has an office and a 10,000 sq.ft. Assembly& Service shop in Beaumont, Texas. The staff includes a full range of HVAC/R construction, manufacturing and support service personnel, in addition to the core project management. 1.2.2.2.International Facilities and Staff Canadian Location: EP HVAC Inc. has its corporate and engineering office in Halifax,Nova Scotia, Canada This office provides project management and engineering services. The office staff includes project engineers and office support personal. The satellite office in Montreal, QC includes additional project management and engineering services. EU Location: EP HVAC Marine BV has an office and assembly& service shop in Rotterdam, Netherlands. The staff includes a full range of HVAC/R construction, manufacturing and support service personnel, in addition to the core project management. The offices have experience coordinating with clients and suppliers all over the world. Wage ®®EP HVAC us Inc. 1.2.3.Corporate Organizational Chart USA Kevin Downs President ( Carl Callison Operations Manager/Texas Bobby Lohse , Branch Trish Carcara Service Manager Accounting Manager m Ronny Curtice Bernard Duman David Carcara Felix Word Service Service Service Technician/Master Technician/Land, Technician/Marine Technician/Marine Electrician Project Manager Project Manager Project Manager Kirk Thane i Shop Manager I S v Ludren Vice Mike Barton 1----1—_-_ John Wright Shop Uwong NguyenFabrication Service Ted�nician Welder/Shop Fabrication/ Service l Shop Fabrication = Assistant/Shop Fabrication ' Support s; Helper 7IP £1LI, C ®®EP HVAC us Inc. 1.2.4.Project Experience Refrigeration Service/Contracts PROJECT YEAR CLIENT WORKSCOPE Rules Applied Provide complete service on all Refrigeration and MV Air Conditioning systems.The Provisions plant Monsieur systems are dual walk in coolers and freezers with the approximately 8'x8'both tied to a single semi- hermetic compressor skid with a redundant compressor skid.All shell and tube condensers are MV marine grade with CU/NI condenser tubes Downings acceptable for sea water as the cooling medium. USCG, 2003- American Service consisted on preventive maintenance,and ABS, current Heavy Lift general trouble shooting.Typical repair work SOLAS, MV New consisted of:cleaning sea water condensers, IMO River replacing direct coupled motors,replacing open drive compressors,on site re-building of open drive compressors,replacing txv's,cleaning evaporator coils,replacing solenoid valves/coils,trouble MV shooting controls and Freon leak search/repair. Anastazi Fabricated of 316L stainless steel and Installed new split systems for the control rooms to meet class 1 division 1 atmosphere. Provide complete service on all Refrigeration and MV Sea Air Conditioning systems.The Provisions plant systems are dual walk in coolers and freezers with River the approximately 8'x8'both tied to a single semi- Everetthermetic compressor skid with a redundant compressor skid.All shell and tube condensers are marine grade with CU/NI condenser tubes acceptable for sea water as the cooling medium. USCG, MV Sea Service consisted on preventive maintenance,and River 2003Exxon Mobil general trouble shooting.Typical repair work ABS, Charleston CurrentSOLAS, consisted of: cleaning sea water condensers, IMO replacing direct coupled motors,replacing open drive compressors,on site re-building of open drive compressors,replacing txv's,cleaning evaporator MV Sea coils,replacing solenoid valves/coils,trouble River shooting controls and Freon leak search/repair. Bristol Bay Fabricated of 316L stainless steel and Installed new split systems for the control rooms to meet class 1 division 1 atmosphere. S/S Provide complete service on all Refrigeration and Equality Air Conditioning systems.The Provisions plant State systems are multiple walk in coolers and freezers USCG, 2001- US Government ranging in sizes from 20'x20'to 6'x6' all tied to a ABS, current single 5-H60 compressor with a redundant SOLAS, S/S compressor skid.All shell and tube condensers are IMO Diamond marine grade with CU/NI condenser tubes State acceptable for sea water as the cooling medium. Wage EEP H VAC US Inc. Refrig.eration Service'Contracts PROJECT YEAR CLIENT WORKSCOPE Rules Service consisted on preventive maintenance,Freon S/S Cape conversion from R-12 to R-134A,and general Trinity trouble shooting.Typical repair work consisted of: cleaning sea water condensers,replacing direct coupled motors,replacing open drive compressors, on site re-building of open drive compressors, S/S Cape replacing txv's,cleaning evaporator coils,replacing Farewell solenoid valves/coils,trouble shooting controls and Freon leak search/repair. Sea Bulk Massachus etts Sea Bulk Magana Provide complete service on all Refrigeration and Chemical Air Conditioning systems.The Provisions plant Sea Bulk systems are dual walk in coolers and freezers with Wisconsin the approximately 10'x10'both tied to a single Sea Bulk semi-hermetic compressor skid with a redundant Challenger compressor skid.All shell and tube condensers are Sea Bulk marine grade with CU/NI condenser tubes USCG, America 2001- Sea bulk acceptable for sea water as the cooling medium. ABS, Sea Bulk current international Service consisted on preventive maintenance,and SOLAS, general trouble shooting.Typical repair work IMO Kansas consisted of: cleaning sea water condensers, Sea Bulk replacing direct coupled motors,replacing open New drive compressors,on site re-building of open drive Hampshire compressors,replacing txv's,cleaning evaporator Sea Bulk coils,replacing solenoid valves/coils,trouble Marilyn shooting controls and Freon leak search/repair. Sea Bulk Arizona Sea Bulk Colorado Provide complete service on all Refrigeration and Air Conditioning systems.The Provisions plant systems are dual walk in coolers and freezers with the approximately 10'x10'both tied to a single semi-hermetic compressor skid with a redundant compressor skid.All shell and tube condensers are marine grade with CU/NI condenser tubes USCG, Marine 2001- acceptable for sea water as the cooling medium. ABS, Service current Exxon Marine Service consisted on preventive maintenance,and SOLAS, general trouble shooting.Typical repair work IMO consisted of:cleaning sea water condensers, replacing direct coupled motors,replacing open drive compressors,on site re-building of open drive compressors,replacing txv's,cleaning evaporator coils,replacing solenoid valves/coils,trouble shooting controls and Freon leak search/repair. 9IPage ®EP HVAC us Inc. 1.2.5. Business References Blackall Mechanical, Inc. 3210 Beltline Road, Suite 140 Farmer's Branch, Texas 75234 Phone: 972-380-0880 Fax: 972-284-7117 Chevron Pipeline Company 4800 Fournace Place Bellaire, Texas 77401-2324 Phone: 432-687-7567 Ohmstede Ltd 895 North Main Street Beaumont, Texas 77701 Phone: 409-833-6375 Fax: 409-833-6754 Vista College 300 North Coit Road, Suite 1400 Richardson, Texas 75080 West Hardin CCISD 39227 Highway 105 Saratoga, Texas 77585 Phone: 936-274-5061 Ext 402 10IPage ®®EP HVAC us Inc. We will happily provide the City of Port Arthur with any specific project information and references required from our project list. As the project scope of work varies, and personnel change positions from time to time,we can address your specific needs on this matter. Project value range depends on the work scope,but we have completed full system design and supply for new build semi-submersible drilling rigs valued over$7M USD per rig. These were export projects, with rigs constructed in Asia, and equipment sourced globally. Individual retrofit projects, including the provision of labour for executing the work inside yards in the US,have ranged from$1.5-$3.0M USD. Recent delivery of custom package units to government clients were in the order of$100K- $300K USD. Project outcomes have been positive as our overall corporate growth has demonstrated. We pride ourselves on retaining clients, and delivering above expectations. The challenges we have successfully tackled generally require a high level of engineering design, complex equipment suitable for the environment, and delivery/installation logistics to suit the project needs. Having worked with some of the largest constructors in the industry, we have learned how to focus on customer needs. Coordination of equipment schedules to meet the demands of a high volume constructor was a learning curve we climbed. Lessons learned were at times painful,but we established ourselves as a reliable partner with some of the biggest players in the refinery and offshore business. EP HVAC is a member of the IS Network for safety management of our staff and work. All personnel are trained to execute work according to best practices for safety and environmental protection. Financial success is not always given, and managing projects in a volatile currency market is always a challenge. Our businesses have demonstrated sound financial practices, and have been a member of UK based First Point Assessment Limited(FPAL). This organization is part of the Achilles procurement network used by major players in the offshore industry. We are able to provide financial security for performance and payment bonding as typically required for larger projects. We have established a solid, reliable,purpose based network of suppliers who are able to supply or produce goods to meet our needs. Our international experience has given us the opportunity to reach direct manufacturers for immediate parts and service needs. 11 Page EP HVAC US Inc. 1.3. Resources 12IPage ®EP HVAC us Inc. 1.3.1.Key Project& Service Personnel 1.3.1.1.USA team Name: Bobby Lohse Beaumont Service Manager Bobby coordinates the team of field technicians,both land based and offshore. With over 25 years of experience in HVAC systems, Bobby is a veteran trouble-shooter. Our team of technicians in Beaumont Texas is comprised of certified refrigeration mechanics licensed in the US. TWIC holders and BST/HUET trained for global deployment. Position in the Company: Service Manager/USA office Licensee Qualifications: ✓ Texas Licensed Contractor for HVAC/Boilers/Chillers: No restrictions ✓ EPA Universal Certification for all Classes of Refrigerant ✓ Training Courses in HVAC/R, sales, Mitsubishi Mini Splits, Ice Machines and Air Distribution ✓ Offshore Survival/HUET Training for Gulf of Mexico ✓ Nate Certified Years of Experience in HVAC&R: 30 Skill set: 4 Business Development 4 Office Management 4 Project Management ilk Sales, Service and Installation -l- HVAC Design -4- Air Duct sizing/Distribution Customer Relations 13IPage ®®EP HVAC us Inc. Name: Carl Callison Operations Manager, Beaumont, Texas Projects and Service(43 years marine/offshore experience) Carl coordinates the Texas production facility, and any field installation projects for marine or offshore. A licensed technician, Carl is a key manager and trouble-shooter for our organization. Position in the Company: Manager Operations/USA office Qualifications: ✓ Texas Licensed Service Technician-All HVAC/Boilers/Chillers ✓ Trane Company Commercial Design HVAC Systems Graduate ✓ EPA Certified for all Classes of Refrigerant ✓ Trane Advanced School for Water Cooled Chillers ✓ Trane Graduate Commercial Duct Design and Load Calculation School, Lacrosse, Wisconsin Years of Experience in HVAC&R: 43 Skill set: HVAC Duct Design and Layout -4 HVAC Equipment Design/Build 4- Branch Manager HVAC Marine Business 4- Office manager HVAC Marine/Commercial =i- HVAC Project Management l- Business Development and Company Management 14IPage EP HVAC us Inc. Name: Felix Word Field Supervisor, Beaumont, Texas Projects and Service Felix coordinates the installation and commissioning of projects both offshore and marine related. He directly interfaces with client representatives in the shipyard, industrial, commercial, petrochemical or offshore with the responsible personnel to oversee the execution of the start-up and hand over of systems and equipment. Position in the Company: Supervisor/USA office Qualifications: ✓ Master Electrician Holder(Texas) ✓ Universal EPA Certification ✓ NATE Certification(Air Conditioning, installation and service) ✓ Certificate Manitowoc Service School ✓ Certificate Copeland Compressor Service ✓ Certificate Fire Caulk ✓ Offshore Survival/HUET Training for Gulf of Mexico ✓ TWIC Holder Years of Experience in HVAC&R: 32-HVAC&R/41-Commercial Electrical Skill set: 4. New Construction Installations for : HVAC, Refrigeration, Electrical, All Controls ii. Service work on: Refrigeration units, Rack Multi-Circuit Systems,Novar Controls, Copeland Super Plus Systems, Carel Controls 4- Service Hi Air Korea Equipment, Daikin Equipment 4- Design, Fabricate and installation of same equipment onsite Retrofit to new refrigerants from old equipment Troubleshoot pump systems including: Chilled Water Condenser and Cooling Pumps, and Sewage Lift stations Ammonia Refrigeration Systems (Coolers and Freezers) CO2 Refrigeration Systems 4- Troubleshoot VGD's and installation of same. 4 Service of all types of offshore HVAC units, Refrigeration units onboard: Drill ships, Drilling Rigs, Tug Boats, Barges and Platforms 15IPage ®EP HVAC US Inc. Name: Bernard (Tony) Durman Service Technician, Beaumont, Texas Projects and Service Tony coordinates the installation and commissioning of projects both offshore and marine related. He directly interfaces with client representatives in the shipyard, industrial, commercial,petrochemical, or offshore with the responsible personnel to oversee the execution of the start-up and hand over of systems and equipment. Position in the Company: Service Technician/USA office Qualifications: ✓ Certificate Air Conditioning and Refrigeration ✓ TDLR Registered Air Conditioning&Refrigeration Technician ✓ CFESA Certified Technician(Florida) ✓ Universal EPA Certification ✓ Offshore Survival/HUET Training for Gulf of Mexico ✓ TWIC Holder Years of Experience in HVAC&R: 30 Skill set: rl. New Construction Installations for : HVAC, Refrigeration, Electrical, All Controls ▪ Service work on: Refrigeration units, Rack Multi-Circuit Systems, Novar Controls, Copeland Super Plus Systems, Carel Controls ✓ Service Hi Air Korea Equipment, Daikin Equipment A6 Design, Fabricate and installation of same equipment onsite 4- Retrofit to new refrigerants from old equipment 4- Troubleshoot pump systems including: Chilled Water Condenser and Cooling Pumps, and Sewage Lift stations Q. Refrigeration Systems (Coolers and Freezers) vily Troubleshoot VGD's and installation of same. lit Service of all types of offshore HVAC units, Refrigeration units onboard: Drill ships, Drilling Rigs, Tug Boats, Barges and Platforms I. Commercial kitchen equipment repair/installation 16jPage ®EP HVAC US Inc. Name: David Carcara Service Technician, Beaumont, Texas Projects and Service David coordinates the installation and commissioning of projects both offshore and marine related. He directly interfaces with client representatives in the shipyard, industrial, commercial, petrochemical, or offshore with the responsible personnel to oversee the execution of the start-up and hand over of systems and equipment. Position in the Company: Service Technician/USA office Qualifications: ✓ Certificate Air Conditioning and Refrigeration ✓ TDLR Registered Air Conditioning&Refrigeration Technician ✓ Certificate Manitowoc Service School ✓ Universal EPA Certification ✓ Offshore Survival/HUET Training for Gulf of Mexico ✓ TWIC Holder Years of Experience in HVAC&R: 30 Skill set: 4. New Construction Installations for : HVAC, Refrigeration, Electrical, All Controls Service work on: Refrigeration units, Rack Multi-Circuit Systems,Novar Controls, Copeland Super Plus Systems, Carel Controls Service Hi Air Korea Equipment, Daikin Equipment • .I. Design, Fabricate and installation of same equipment onsite 4. Retrofit to new refrigerants from old equipment • Troubleshoot pump systems including: Chilled Water Condenser and Cooling Pumps, and Sewage Lift stations NJB Refrigeration Systems (Coolers and Freezers) Troubleshoot VGD's and installation of same. • Service of all types of offshore HVAC units, Refrigeration units onboard: Drill ships,Drilling Rigs, Tug Boats, Barges and Platforms 17 ' Page EP HVAC us Inc. Name: Ronny E. Curtice Service Technician, Beaumont, Texas Projects and Service Ronny coordinates the installation and commissioning of projects both offshore and marine related. He directly interfaces with client representatives in the shipyard, industrial, commercial,petrochemical, or offshore with the responsible personnel to oversee the execution of the start-up and hand over of systems and equipment. Position in the Company: Service Technician/USA office Qualifications: ✓ Texas Licensed Contractor for HVAC ✓ Universal EPA Certification ✓ Certificate Manitowoc Service School ✓ NATE Certification (Air Conditioning, installation and service) ✓ TWIC Holder Years of Experience in HVAC&R: 30 Skill set: New Construction Installations for : HVAC, Refrigeration, Electrical, All Controls 4. Service work on: Refrigeration units, Rack Multi-Circuit Systems, Novar Controls, Copeland Super Plus Systems, Carel Controls + Service Hi Air Korea Equipment, Daikin Equipment •4 Design, Fabricate and installation of same equipment onsite %4 Retrofit to new refrigerants from old equipment ▪ Troubleshoot pump systems including: Chilled Water Condenser and Cooling Pumps, and Sewage Lift stations *� Refrigeration Systems (Coolers and Freezers) 1.I• Troubleshoot VGD's and installation of same. •1. Service of all types of offshore HVAC units, Refrigeration units onboard: Drill ships, Drilling Rigs, Tug Boats, Barges and Platforms 18 ( Page EP HVAC us Inc. Name: Kirk Thane Shop Foreman, Beaumont, Texas Projects and Fabrication Kirk coordinates the design, fabrication, and commissioning of projects offshore, marine and land related. He directly interfaces with our engineering and project manager representatives in the shipyard, industrial, commercial, petrochemical, or offshore with the responsible personnel to oversee the execution of the fabrication of equipment and duct from start to finish. Position in the Company: Shop Foreman/USA office Qualifications: ✓ Universal EPA Certification ✓ TDLR Registered Air Conditioning& Refrigeration Technician Years of Experience in HVAC&R: 30+ Skill set: a4 New Construction Installations for: HVAC, Refrigeration. Ili Design, Fabricate and installation of sheet metal, stainless steel, aluminum,brass, copper and heavy gauge black iron. NI. Retrofit and manufacture equipment to meet hazardous locations Fabrication and assembly of stainless steel refrigeration and air conditioning systems for Industrial, Commercial and Offshore. /i. Marine and Industrial Epoxy coating. 19IPage d EP HVAC us Inc. Name: John Wright Service Technician/Fabricator, Beaumont, Texas Projects and Service John assists with the installation and commissioning of projects offshore, marine, industrial commercial and petrochemical related. He directly interfaces with client representatives in the shipyard, industrial, commercial, petrochemical, or offshore with the responsible personnel Position in the Company: Service Technician/Fabricator/USA office Qualifications: ✓ Certificate Air Conditioning and Refrigeration ✓ TDLR Registered Air Conditioning& Refrigeration Technician ✓ Certificate 410A Handling and Recovery ✓ TWIC Holder Years of Experience in HVAC&R: 15 Skill set: Fabrication and assembly Stainless Steel refrigeration and air conditioning systems for Industrial, Commercial and Offshore 4. Marine and Industrial Epoxy coating • Fabrication and installation of sheet metal duct • Retrofit to new refrigerants from old equipment 44 Troubleshoot VGD's and installation of same. Qs Service of all types of offshore HVAC units, Refrigeration units onboard: Drill ships, Drilling Rigs, Tug Boats, Barges and Platforms 20 IPage 0 ®EP HVAC us Inc. Name: Michael (Mike) Barton Welder/Fabricator/Technician Assistant, Beaumont, Texas Projects and Service Mike assists with the installation and commissioning of projects both offshore and marine related. He is also responsible for all welding projects. Position in the Company: Welder/Fabricator/Technician Assistant/USA office Qualifications: ✓ TWIC Holder ✓ Offshore Survival/HUET Training for Gulf of Mexico ✓ Multiple Welding Certificates Years of Experience in Welding: 30- Skill set: .JE Assist with New Construction Installations for : HVAC, Refrigeration, Electrical, All Controls Q. Assist with Service work on: Refrigeration units, Rack Multi-Circuit Systems,Novar Controls, Copeland Super Plus Systems, Carel Controls • Fabricate and installation of same equipment onsite Retrofit to new refrigerants from old equipment • Assist with Troubleshoot pump systems including: Chilled Water Condenser and Cooling Pumps. • Assist with Service of all types of offshore HVAC units, Refrigeration units onboard: Drill ships, Drilling Rigs, Tug Boats, Barges and Platforms 21 ( Page IEP HVAC us Inc. Name: Chuong(Chuck)Nguyen Fabricator, Beaumont, Texas Projects and Service Chuck assists with the installation and commissioning of projects offshore, marine, industrial commercial and petrochemical related. Position in the Company: Fabricator/Service Apprentice/USA office Qualifications: ✓ TDLR Registered Air Conditioning&Refrigeration Technician ✓ Offshore Survival/HUET Training for Gulf of Mexico ✓ TWIC Holder Years of Experience in HVAC&R: 15 Skill set: • Assist with New Construction Installations for : HVAC, Refrigeration, Electrical, All Controls uk Assist with Service work on: Refrigeration units, Rack Multi-Circuit Systems,Novar Controls, Copeland Super Plus Systems, Carel Controls lip Fabricate and installation of same equipment onsite 41 Retrofit to new refrigerants from old equipment • Assist with Troubleshoot pump systems including: Chilled Water Condenser and Cooling Pumps. • Assist with Service of all types of offshore HVAC units, Refrigeration units onboard: Drill ships, Drilling Rigs, Tug Boats, Barges and Platforms 221Page SEP HVAC us Inc. Name: Ludren (Bud) Vice Service/Fabricator/Apprentice, Beaumont, Texas Projects and Service Bud assists with the installation and commissioning of projects offshore, marine, industrial commercial and petrochemical related. Position in the Company: Service/Fabricator/Apprentice/USA office Qualifications: ✓ TDLR Registered Air Conditioning & Refrigeration Technician ✓ TWIC Holder ✓ Universal EPA Years of Experience in HVAC&R: 1 Skill set: Assist with New Construction Installations for : HVAC, Refrigeration, Electrical, All Controls lig Assist with Service work on: Refrigeration units, Rack Multi-Circuit Systems,Novar Controls, Copeland Super Plus Systems, Carel Controls I. Assist with Fabrication and installation of same equipment onsite • Assist with Retrofit to new refrigerants from old equipment 4. Assist with Troubleshoot pump systems including: Chilled Water Condenser and Cooling Pumps. • Assist with Service of all types of offshore HVAC units, Refrigeration units onboard: Drill ships, Drilling Rigs, Tug Boats, Barges and Platforms 23 Page c ®EP HVAC US Inc. 1.3.1.2. Canada team Name: Kevin Downs P. Eng. Bachelor of Science (Math, Physics) 1983, Bachelor of Engineering(Mechanical), Dalhousie University, Canada 1985, Member APENS. Kevin leads the organization, working exclusively in the marine HVAC field for 30 years. A member of the lead yard engineering group of the CPF Project, Kevin has an extensive knowledge of the current DND fleet HVAC and NBCD systems. Position in the Company: President Qualifications: ✓ Bachelor Degree Mechanical Engineering ✓ Bachelor Degree Mathematics, Physics Years of Experience in HVAC&R: 30 Skill set: • Business Development and Company Management 1.6 Project Management—Naval, Offshore, Marine HVAC/R • Engineering Design—Systems and Equipment NIB Responsible for all areas of execution of professional engineering organization 24IPage lEP HVAC us Inc. Name: Veronique Tremblay P.Eng. Bachelor of Eng. (Metallurgy)Ecole Polytechnique Montreal, Canada 1985: Master of Eng. (Materials Engineering) Ecole Polytechnique , Montreal , Canada 1987, Member OIQ Veronique brings her knowledge of materials and developed expertise in refrigeration system design to the projects. Additionally she leads our Quality Assurance program. Position in the Company: Project Engineer/Quality Manager Qualifications: ✓ Master degree in Material Engineering. ✓ Experience in material properties and materials corrosion. ✓ Experience in 2D and 3D CAO/DAO. ✓ Training courses in HVAC. ✓ Training courses in Refrigeration. ✓ Qualified internal auditor for Quality System Management. Years of Experience in HVAC&R: 15 Skill set: tiL HVAC Design Basis HVAC drafting layout Q. Heat Load calculations +w4 Psychrometric Analysis and equipment selection +I. Air Flow diagrams, D&IDs, P&IDs, and Duct Layouts Equipment Data Sheets and Material Take Off • Pressure Drop calculations .11. Noise Calculations • Air Duct sizing ✓ Refrigeration calculations 11 Refrigeration Pipe sizing 111 Inspections process 25 IPage °11- EP HVAC us inc. 1.3.1.3. EU team Name: Frits d' Achard Frits d'Achard, Bachelor of Electrical and Mechanical Engineering MTS Rotterdam 1975 Frits is the managing director of the Dutch company, having worked in the marine HVAC industry for over 30 years. A qualified technician in addition to possessing his engineering credentials, Frits has exceptional knowledge in custom equipment design and assembly. Name: Frits d' Achard Position in the Company: Manager Operations/Europe office Qualifications: ✓ Electrical &Mechanical Engineering 1st MTS Rotterdam ✓ Post HBO Refrigeration and Air-conditioning systems ✓ Certified to practice European F-gasses ✓ Offshore Survival/HUET training North Sea Years of Experience in HVAC&R: 35 Skill set: Business Development for EMEA region 14 Office Management (Rotterdam) NIE Projects Management mIB Procurement (support) ▪ Sales & after sales support (spare parts/ service) HVAC & R Design and Engineering • Code Compliance NMD, CE/PED, F-Gas,NORSOK, BS, ISO15138, SOLAS, EUROVENT, ASHRAE, ARI, DNV, ABS, Lloyds, IEC, ATEX and industry regulations for HVAC systems 261Page EP HVAC us Inc. Name: Edmee d' Achard Position in the Company: Support Engineer Qualifications: ✓ Bachelor Degree Architecture Engineer, Rotterdam University ✓ Experience in 2D and 3D CAD ✓ Post Bachelor Air-conditioning systems (graduation May 2016) Years of Experience in HVAC&R: 2 Skill set: +44 Office Management(Rotterdam) a4 Sales &after sales support(spare parts) m4 NEN-EN-ISO 9001:2008 & SCC* 2008/5.1 %4 Equipment Data Sheets and Material Take Off �I. Project planning& engineering AutoCAD 2D design 27IPage °F9 EP HVAC us Inc. Name: Thomas Slegtenhorst Position in the Company: Support Engineer Qualifications: ✓ Bachelor Degree Architecture Engineer, Rotterdam University ✓ Experience in 2D and 3D CAD ✓ Post Bachelor Air-conditioning systems (graduation May 2016) Years of Experience in HVAC&R: 2 Skill set: N4 Project planning & engineering • Service Engineer ✓ Quality and Assurance • AutoCAD/Inventor 2D & 3D design 28IPage SEP HVAC us Inc. 1.4. Technical Execution 29IPage IEP HVAC US Inc. 1.4.1.Project Management With any project we execute, a Project Manager(PM) is designated to coordinate all activities and serves as the primary contact person for all client communications. The PM is supported by other internal engineering staff, the Procurement & Logistics Manager, Finance Manager, and Quality Manager. External subcontractors are coordinated by the PM or other internal staff at the direction of the PM. The PM is responsible for the overall management of the work, adherence to schedules, and coordinates deliverables to the client. Budget management is coordinated by the PM with the assistance of the Finance Manager. All communications are routed through the PM, including emails, document transmittals, and any other relevant correspondence. All transmittals are noted in the register stored in the electronic project file, accessible to all project staff. Progress reporting is provided in narrative form, and Microsoft Project is used to provide a visual representation of the overall project and progress against schedule. This schedule is normally updated monthly with client updates sent at an agreed interval. 1.4.2.Quality Plan Quality Management is the responsibility of every staff member and subcontractor. The Quality Manager(QM) is the key interface person to laisse with the client's QM staff. EP HVAC Inc. is an ISO 9001 registered business, following strict processes and protocols for engineering work and project execution. An agreed QA level will be assigned to each deliverable, and an Inspection and Test Plan decided in concert with the client to satisfy the obligations of the contract. Change management is documented in our QA system with specific forms tracing any deviations or changes to the work scope. All changes must be approved by the designated client representative prior to any alteration of the work. The EP HVAC Quality System Management is described by the following documents in the next pages: the Quality Policy, the Quality Process Plan including the Design Process, the Quality Manual and the ISO Certificates. 30IPage 1EP HVAC us Inc. 1.4.2.1. EP HVAC Quality Policy p H VAC Marine Systems + Solutions Quality Policy Statement EP HVAC Inc. Management is personally committed to, and will actually promote and support the effective implementation of the company's Quality Management System policies and activities. The nature of our business activities demands a high level of experience, competency, reliability and quality. This is achieved by setting goals through clearly defined objectives and performance standards within our Management Systems. It is EP HVAC Inc. policy to develop, effectively implement and maintain Management Systems fully accredited to the ISO 9001;2008 standard to appropriately control our business activities, thereby ensuring that all goods or services supplied by us conform to the highest standards. EP HVAC Inc. have adopted a process approach which is in accordance with ISO 9001:2008 and will review its effectiveness at regular intervals as continued improvement is a primary management objective. M Kevin Downs President EP HVAC Inc. March 4,2009 1 31 [ Page : EP HVAC US Inc. 1.4.2.2. EP HVAC Quality Process Plan QUALITY PROCESS PLAN Specifications/ 'equirements Review Drawings Resources Review Project Objectives Y Project Deliverables Project Management Plan < A Project Schedule v Y Project Review < )4- Design Process Project Risk Management Plan A See Design Process Flow Diagram Sub-vendors Review V A i Management Review/Approval > Purchase Material < >4- Inspections! Tests A r Y Y Material Site Supervision Customer Review/Approval > Storage! Installation Package/ inspection Delivery System Balancing 32 ; ,. °SEP HVAC US Inc. DESIGN PROCESS Specificatf4nsf Requirements Review I Drawings Resources Review Changes --- Design Basis Load Calculations Air Flow Diagram V Psychrometric Submit to Client s--' Anal sis Review - for pp Review/A roval D&ID! --> other Layouts < ,as per Contract, r `Pressure Drop' �� Calculations , Y Materail Take-Off Final Management Review/Approval Final Design Package Submit to Client) 33 1t' --; EP HVAC US Inc. 1.4.2.3. EP HVAC Inc.and EP HVAC BV ISO Certificates EP HVAC Inc ISO Certificate BNE CERTIFICATE Bureau de normalisation du Quebec Certificate No.:393461-06 First delivery date:June 16,2009 MO is a Sandal offneNallon 1 mn 'stated. Expiry date:August 27,2016 Standatbfem INSSI. The Bureau de normalisation du Québec(BNQ)certifies that the quality management system implemented by: EP HVAC INC. covering the following activities: Engineering services in the area of air-conditioning/ventilation,heating and refrigeration systems for ships and drilling rigs Pemnuibie e,d ,,s:amrpl at n,w+imd r and n eae,s4,g equgn,am carried out al the addresses: 1. Head office:30 Damascus Road,Suite 214A,Bedford(Nouvelle-ccosse)B4A 0C1 1309,Louis-Bariteau,Carignan(Québec)J3L 3P9 5 l LAE lhas been assessed and found to comply with the requirements of: IS0 9001:2008 Tho ani:se4 a 05070 n a¢wdana..5t 300 praedurcs. e - Ih vaidity maybe vonred at me add,m e e..bng_gc.uWr eels-C ttireU.m1' ,y`e' ,:; In testimony whereat,have signed in Quebec,on July 30,2015, t_ is ce-ea4c,Mha.cyA-ev H /3...(CGUiyL2..,rl.,t.,t 0 Jean Rousseau Senior Director Jocelyn 8rousseau,Program Leader Bureau de normalisation du Quebec Bureau de normalisation du Quebec The : r= rm :hew •'n ��rofreliamaSanaa.cgCanada Mrs ceete tmer• 51v° could ner o ncormmaaB0procedures. 34 I P < ? c PEP HVAC US Inc. EP HVAC BV ISO Certificate heaeMMa Cen+,Ca,a:nst,wi Pascua+OS 3133 L'Castwm-. PO 0,61e819s9 res 0181-A800SO tillie4 Views5.1@Vgn,1,A,,uulm NCI e er an s e l katie Insti uu . This is to certify that EP HVAC Marine B.V. Schiedam (The Netherlands) Has been found to conform to the standard: NEN-EN-ISO 9001:2008 This certificate is valid for the following product or service ranges Engineering.Services in the area of Air-Conditioning/ Ventilation&Refrigeration systems. Certificate No 04182332 NACE code. C.33.1 and F.43.2 Date of issue: 19th April 2013 Valid until: 19`"April 2016 This certificate was granted on,19'"June 2013 Signature of director lJ� r1, ___-_---7–.7.7:—: M. J.de Vries-DOTS------------. i\ 1GR1 i1S Rd C 4G 7. 351Page riTEP HVAC us Inc. 1.4.2.4. Enterprise Capacity Requirements Our execution of projects is based on working in our designated,offices. We have capability to coordinate meetings by sending appropriate personnel for attendance to clients for progress meeting at major steps of any project. The meetings can also be hosted'through telephone or video conferences. We are well versed with executing projects with clients/teams remotely located, but also appreciate the necessity of face to face communications. Photographs of Beaumont, Texas Facilities and equipnient deliveries 2100 Wellspring Drive, Beaumont, Texas USA Facilities ir.,,,,'A_ s:_,,,,,,r_,11:43,,--1.4„;;',,,,,..L,,,,,,,z„,,,,, ,...,1,,,,,,F;T:4;b. ,..., - ,_ -,-7> .„,.. ..., —., _.„ __-,-- ,,,...., ,,,,, .,, 4,_04 ,-. ,' fa 301 if _,- ustia � .{ � , ice, _.... f �._ T h kL'F''fE x 7 h . ....k4 * *44 i , , .., � ' 36IPagc E'REP HVAC us Inc. 'NEP H VAC inc. FACILITIES - TEXAS - —_.,.- 7 - ' .,,., ;;",-awe ' ,. -- t cgs - g,i n . a .� f'� ?' �. tan - Ga..z JR f ! ' " - -41 r' .~ 91Ik ..„, l'i ti 9 4 4 c. . `g. °FIEF' HYAC US Inc. °NEP H VAC Inc. Project — SHELL MARS A/B (Stainless Steel Chillers- ZONE 2) *i sys . i ra• 2 f - z ,t' t i °1EP H VAC Inc. Project — SHELL MARS A/B (Stainless Steel Equipment) I '4I". , 11— 'I AIR HANDLER 39MW014 3161 55 r , T''''. nk� d , ro a 11 t ' i Wig t 38 I .. HEP HVAC us inc. °iEP H VAC Inc. Project — SHELL MARS A/B (Stainless Steel Equipment) CONDENSER _ f #38AUZ008-3161 SS , 1m ; • ® t 1 j - - & - '"' t3BAf UG25-316L SS ' 1 ,, Yi, _, OOP Seadrill Project West Eminence NORSOK Design with 3 x 50°/OCold Room Plants xy ---4-, " iF - . _ bass 7 _ t - t • g F X tea. F s- #'�` 'AK c-a-s^a.s� 1"t S 6101...' a-. F - 'mss X `. ,,,_:1:3.,;.:;`:,- - .__. 39IPau, e