Loading...
1106-Linc Services LLC AgrmtAGREEMENT V' This Agreement made and entered into the 23rd day of March, 2005 by and between the: City of Sanford, Florida, 300 Park Avenue, Post Office Box 1788, Sanford, Florida 32772 a r municipal corporation of the State of Florida, hereinafter referred to as the "CITY" and: Line Services, LLC./ Sanford, 4150 Church St. Suite 1000, Sanford, FL 32771, State of L0 Florida License Number CMC1249410 hereinafter known as the "CONTRACTOR ". The CITY and the CONTRACTOR are collectively referred to herein as the "parties ". WITNESSETH WHEREAS, the CITY desires to retain the CONTRACTOR to furnish equipment, services and performance of tasks outlined in "Scope of Work" attached hereto as Exhibit "A" and made part hereof. WHEREAS, the CITY desires to employ the CONTRACTOR for the performance to support the activities, programs and projects of the CITY upon the terms and conditions hereinafter set forth, and the CONTRACTOR is desirous of performing such services upon said terms and conditions; and WHEREAS, the CONTRACTOR hereby warrants and represents to the CITY that it is competent and otherwise able to provide services to the CITY. NOW, THEREFORE, in consideration of the mutual covenants and agreements hereinafter contained and other good and valuable consideration, the receipt and sufficiency of which is hereby acknowledged, it is agreed by and between the parties hereto as follows: SECTION 1: GENERAL 1.0 The term "CONTRACTOR" as used in this Agreement shall be defined herein to include all principals of the CONTRACTOR including, but not limited to, full time employees, professional or otherwise, and all other, agents, employees and /or subcontractors retained by the CONTRACTOR to perform its obligations hereunder. 1.1 The CONTRACTOR acknowledges that the CITY may retain other service providers to provide the same services for CITY Projects. The CONTRACTOR acknowledges that the CITY, at the CITY's option, may request proposals from the CONTRACTOR and the other service providers for CITY Projects. The CITY reserves the right to select which service provider shall provide services for the CITY Projects. 1.2 The CONTRACTOR agrees to provide and ensure coordination between service providers. 1.3 The CONTRACTOR shall maintain an adequate and competent staff of professionally qualified persons throughout the performance of this Agreement to ensure acceptable and timely completion of each Work Order. If, at any time, the CITY becomes dissatisfied with the work or performance of any member of the CONTRACTOR's staff, or a subcontractor's staff, the CONTRACTOR shall cause the person to be removed from working on the CITY's project. 1.4 Requirements for signing and sealing all plans, reports and documents prepared by shall be governed by the laws and regulation of the CITY, Seminole County and the State of Florida. 1.5 Where applicable, CONTRACTOR will prepare all documentation and supporting information required to complete applications for permits from all required governmental bodies, utilities and private entities. 1.6 The recitals herein are true and correct and form and constitute a material part of this Agreement upon which the parties have relied. In the event that there is a discrepancy between this contract document and items incorporated by reference, this document shall prevail. 1.7 Each party hereto represents to the other that it has undertaken all necessary actions to execute this Agreement, and that it has the legal authority to enter into this Agreement and to undertake all obligations imposed on it. 1.8 Time is of the essence of the lawful performance of the duties and obligations contained in this Agreement. The parties covenant and agree that they shall diligently and expeditiously pursue their respective obligations set forth in this Agreement. SECTION II: SCOPE OF SERVICES The CONTRACTOR shall diligently and in a professional and timely manner perform the work described and specified in Line Services LLC. /Sanford Proposal Number 50066, Scope 2, pages 1 -6. 2.1 GENERAL 2.2 Execution of this Agreement by the CONTRACTOR is a representation that the CONTRACTOR is familiar with the work to be performed and with local conditions. The CONTRACTOR shall make no claim for additional time or money based upon its failure to comply with this Agreement. 2.3 Neither the CITY's review, approval or acceptance of, nor payment for, any of the services required shall be construed to operate as a waiver of any rights under this Agreement or of any cause of action arising out of the performance of this Agreement and the CONTRACTOR shall be and remain liable to the CITY in accordance with applicable 2 law for all damages to the CITY caused by CONTRACTOR's negligent performance or failure to perform any of the services furnished under this Agreement. 2.4 The rights and remedies of the CITY, provided for under this Agreement, are in addition to any other rights and remedies provided by law. 2.5 Time is of the essence in the performance of all services provided by the CONTRACTOR under the terms of this Agreement. 2.6 Ms. Lisa Jones, Recreation Superintendent, shall represent the CITY and shall transmit instructions, relevant information, and provide interpretation and definition of CITY policies and decisions with respect to any and all materials and other matters pertinent to the work covered by this Agreement. 2.7 The rights and remedies of the CITY provided for under this Agreement are in addition to any other rights and remedies provided by law; the CITY may assert its right of recovery by any appropriate means including, but not limited to, set -off, suit, withholding, recoupment, or counterclaim, either during or after performance of this Agreement. 2.8 The CITY shall be entitled to recover any and all legal costs including, but not limited to, attorney fees and other legal costs that it may incur in any legal actions it may pursue in the enforcement of the terms and conditions of this Agreement or the responsibilities of the CONTRACTOR in carrying out the duties and responsibilities deriving from this Agreement. 2.9 The failure of the CITY to insist in any instance upon the strict performance of any provision of this Agreement, or to exercise any right or privilege granted to the CITY hereunder shall not constitute or be construed as a waiver of any such provision or right and the same shall continue in force. SECTION III: COMPENSATION 3.1 GENERAL Compensation to the CONTRACTOR for services performed by the Contractor and Accepted by the City's Representative shall be and shall not exceed: ninety eight thousand, seventy seven dollars ($98,077.00). a. Partial payments for completed work will be at the discretion of Ms. Lisa Jones. b. The compensation indicated above does not include taxes. Being a tax exempt entity, the City will, if necessary to provide recovery of sales tax, purchase materials and equipment directly from the contractor's supplier. 3.3 LENGTH OF AGREEMENT 3 This Agreement shall completed within one hundred thirty calendar days (130) of the date of this contract. 3.4 Unless and until further notice from the City Manager, the designated Contract Administrator for this Contract is: F. William Smith Purchasing Manager City Of Sanford, Florida Post Office Box 1788 Sanford, Florida 32772 Telephone Number: (407) 330 -5613 Facsimile Number: (407) 330 -5666 E -mail address: smithb @ci.sanford.fl.us SECTION IV: CHANGES IN SCOPE Changes in the Scope of this contract shall be incorporated by written Change Order. SECTION VI: TERMINATION /SUSPENSION OF AGREEMENT 4.1 TERMINATION BY THE CITY FOR CONVENIENCE OR FOR CAUSE: The CITY may terminate this Agreement for convenience at any time or this Agreement or any Work Order for any one (1) or more of the reasons as follows: 4.1.1 If, in the CITY's opinion, adequate progress on any phase of the work is not being made. 4.1.2 If, in the CITY's opinion, the quality of the services, materials or equipment provided by the CONTRACTOR is not in conformance with commonly accepted design codes and professional standards, standards of the CITY, and the requirements of Federal and /or State regulatory agencies. 4.1.3 The CONTRACTOR or any employee or agent of the CONTRACTOR is indicted or has a direct charge issued against him for any crime arising out of or in conjunction with any work that has been performed by the CONTRACTOR 4.1.4 The CONTRACTOR becomes involved in either voluntary or involuntary bankruptcy proceedings, or makes an assignment for the benefit of creditors; or 4.1.5 The CONTRACTOR violates the Standards of Conduct provisions herein. 4.2 TERMINATION BY CONTRACTOR FOR CAUSE: The CONTRACTOR may cancel this agreement if 4.2.1 The CITY materially fails to meet its obligations and responsibilities. 4.2.2 The CITY fails to pay the CONTRACTOR in accordance with this Agreement 4.3 In the event of either of the causes described in 4.2.1 or 4.2.2, the CONTRACTOR shall send a certified letter requesting that the CITY show cause why the Agreement should not be terminated. If adequate assurances are not given to the CONTRACTOR within fifteen (15) days of the receipt by the CITY of said show cause notice, then the CONTRACTOR may consider the CITY to be in default, and may immediately terminate this Agreement. 5.1 TERMINATION BY THE CITY WITHOUT CAUSE Notwithstanding any other provision of this Agreement, the CITY shall have the right at any time to terminate this Agreement in its entirely without cause, if such termination is deemed by the CITY to be in the public interest, provided that thirty (30) days prior, written notice is given to the CONTRACTOR of the CITY's intent to terminate. In the event that this Agreement is terminated, the CITY shall identify any specific Work being terminated and the specific Work to be continued to completion pursuant to the provisions of this Agreement. This Agreement will remain in full force and effect as to all authorized Work to be continued to completion. In the event that after the CITY's termination for cause for failure of the CONTRACTOR to fulfill its obligations under this Agreement it is found that the CONTRACTOR has not so failed, the termination shall be deemed to have been for convenience and without cause. 5.2 PAYMENT IN THE EVENT OF TERMINATION In the event this Agreement is terminated or canceled prior to final completion without cause, payment for the unpaid portion of the services, materials, equipment and reasonable costs of closures of the Agreement and any Work provided by the CONTRACTOR to the date of termination and any additional services thereafter will be determined by negotiation between the CITY and the CONTRACTOR. No amount shall be allowed for anticipated profit on unperformed services, materials, equipment or other work. In the event of termination for cause, the CITY may adjust any payment to take into account additional costs to be incurred by the CITY due to such default, including additional costs to complete the project above and beyond the costs contemplated by this Agreement, such as attorneys's fees. 5.3 ACTION FOLLOWING TERMINATION 5.3.1 Upon receipt of notice of termination, given by either party, the terminated party shall promptly discontinue all services and other work, unless the notice provides otherwise. 5 5.3.2 In the case of the CITY terminating the CONTRACT, the CONTRACTOR shall within ten (10) calendar days, or any extensions as approved by the CITY's Designated Representative, deliver to the CITY all work product and other data and documents that have been obtained or prepared by the CONTRACTOR or at its direction in performing the services under this Agreement, regardless of whether the work on such documents has been completed or is in progress. 5.6 SUSPENSION 5.6.1 The performance of the CONTRACTOR's service under this Agreement may be suspended by the CITY at any time. In the event the CITY suspends the performance of the CONTRACTOR's services hereunder, the CITY shall so notify the CONTRACTOR in writing, such suspension becoming effective within ten (10) days from the date of mailing, and the CITY shall pay to the CONTRACTOR within thirty (30) days all compensation which has become due to and payable to the CONTRACTOR to the effective date of such suspension. The CITY shall thereafter have no further obligation for payment to the CONTRACTOR for the suspended services unless and until the CITY's designated representative notifies the CONTRACTOR in writing that the services of the CONTRACTOR called for hereunder are to be resumed. 5.6.2 If the aggregate time of the CITY's suspension or suspensions of the CONTRACTOR's services under this Agreement exceeds thirty (30) days, then the CONTRACTOR and the CITY shall, upon request of the CONTRACTOR, meet to assess the services, materials and equipment provided hereunder up to the time of such meeting, the services remaining to be performed, and the total compensation paid to the CONTRACTOR hereunder. During such meeting, the parties shall have the option of negotiating a change in compensation to be paid to the CONTRACTOR for the balance of the services to be performed hereunder. SECTION VII: EQUAL OPPORTUNITY EMPLOYMENT/NON DISCRIMINATION The CONTRACTOR agrees that it will not discriminate against any employee or applicant for employment for Work under this Agreement because of race, color, religion, sex, age, national origin or disability and will take affirmative steps to insure that applicants are employed and employees are treated during employment without regard to race, color, religion, sex, age, national origin or disability. This provision shall include, but not be limited to, the following: employment, upgrading, demotion or transfer; recruitment advertising; layoff or termination; rates of pay or their forms or compensation; and selection for training, including apprenticeship. The CONTRACTOR, moreover, shall comply with all the requirements as imposed by the Americans with Disability Act, the regulations of the Federal government issued there under, and any and all requirements of State law related thereto. SECTION VIII: INDEMNITY AND INSURANCE 6 6.1 GENERAL 6.1.1 To the fullest extent permitted by law, the CONTRACTOR shall indemnify, hold harmless and defend the CITY, its agents, servants, and employees, or any of them, from and against all claims, damages, losses, and expenses including, but not limited to, attorneys' fees and other legal costs such as those for paralegal, investigative, and legal support services, and the actual cost incurred for expert witness testimony, arising out of or resulting from the performance of services required under this Agreement, provided that same is caused in whole or part by the error, omission, negligent act, conduct, or misconduct of CONTRACTOR, its agents, servants, employees, or subcontractors. In accordance with Section 725.06, Florida Statutes, adequate consideration has been provided to the CONTRACTOR for this obligation, the receipt and sufficiency of which is hereby specifically acknowledged. Nothing herein shall be deemed to affect the rights, privileges, and immunities of the CITY as set forth in Section 768.28, Florida Statutes. In claims against any person or entity indemnified under this section by an employee of CONTRACTOR or its agents or subcontractors, anyone directly or indirectly employed by them or anyone for whose acts they may be liable, the indemnification obligation under this Subsection shall not be limited by a limitation on amount or type of damages, compensation or benefits payable by or for CONTRACTOR or its agents or subcontractors, under Workers' Compensation acts, disability benefits acts, or other employee benefit acts. 6.1.2 The execution of this Agreement by the CONTRACTOR shall obligate the CONTRACTOR to comply with the indemnification provision in this Agreement; however, the CONTRACTOR must also comply with the provisions of this Agreement relating to insurance coverages. 6.2 INSURANCE The CONTRACTOR will obtain or possess and continuously maintain the insurance coverage indicated by Exhibit B, from a company or companies, with a Best Rating of A:VII or better, authorized to do business in the State of Florida. It is noted that this contract is contingent upon the continuance of specified coverage 6.3 Nothing in this Agreement or any action relating to this Agreement shall be construed as the CITY's waiver of sovereign immunity beyond the limits set forth in Section 768.28, Florida Statutes. 6.4 The CONTRACTOR shall not publish any documents or release information regarding this Agreement to the media without prior approval of the CITY. 6.5 The CONTRACTOR shall certify, upon request by the CITY, that the CONTRACTOR maintains a drug free workplace policy in accordance with Section 287.0878, Florida Statutes. Failure to submit this certification may result in termination. 7 6.6 If the CONTRACTOR or an affiliate is placed on the convicted vendor list following a conviction for a public entity crime, such action may result in termination by the CITY. The CONTRACTOR shall provide a certification of compliance regarding the public crime requirements set forth in State law upon request by the CITY. 6.7 The CITY reserves the right to unilaterally terminate this Agreement if the CONTRACTOR refuses to allow public access to all documents, papers, letters, or other materials subject to provisions of Chapter 119, Florida Statutes, and other applicable law and made or received by the in conjunction with this Agreement. 6.8 CONTRACTOR shall comply with the requirements of the Americans with Disabilities Act (ADA), Public Law (P.L.) 101 -336, which prohibits discrimination by public and private entities on the basis of disability. 6.9 The CITY will not intentionally award publicly - funded contracts to any contractor who knowingly employs unauthorized alien workers, constituting a violation of the employment provisions contained in 8 U.S.C. Section 1324a(e) [Section 274A(e) of the Immigration and Nationally Act (INA)]. The CITY shall consider the employment by the CONTRACTOR of unauthorized aliens, a violation of Section274A(e) of the INA. Such violation by the CONTRACTOR of the employment provisions contained in Section 274A(e) of the INA shall be grounds for unilateral cancellation of this Agreement by the CITY. 6.10 The CONTRACTOR agrees to comply with Federal, State, and local environmental, health, and safety laws and regulations applicable to the work The CONTRACTOR agrees that any program or initiative involving the work that could adversely affect personnel involved, any residents, users and neighbors and the surrounding environment will ensure compliance with any and all employment safety, environmental and health laws, rules and regulations. 6.11 The CONTRACTOR shall assist the CITY in its compliance with Section 106 of the National Historic Preservation Act of 1966 as amended (16 USC 470), Executive Order 11593, and the Archeological and Historical Preservation Act of 1966 (16 USC 569a -1 et seq.) By (a) consulting with the State Historic Preservation Officer as necessary, to identify properties listed in or eligible for inclusion in the National Register of Historic Places that are subject to adverse effects (see 36 CFR Part 800.8) by the activity, and notifying the CITY of the existence of any such properties and by (b) complying with all requirements established by the Federal grantor agency to avoid or mitigate adverse effects upon such properties. 6.12 The CONTRACTOR agrees to fully comply with all State laws relating to public records. SECTION IX: CODES AND DESIGN STANDARDS 8 7.1 All the services, materials and equipment to be provided by the CONTRACTOR shall in the minimum be in conformance with commonly accepted design codes and standards, standards of the CITY, and the regulations of any Federal and /or State and/or regulatory agencies. 7.2 The CONTRACTOR shall be responsible for keeping apprised of any changing codes or regulations, which regulations must be applied to the Work to be performed under this Agreement. SECTION X: CONTROLLING LAWS /VENUE /INTERPRETATION This Agreement is to be governed by the laws of the State of Florida. Venue for any legal proceeding related to this Agreement shall be in the Eighteenth Judicial Circuit Court in and for Seminole County, Florida. This Agreement is the result of bona fide arms length negotiations between the CITY and the CONTRACTOR and all parties have contributed substantially and materially to the preparation of the Contract. Accordingly, this Agreement shall not be construed or interpreted more strictly against any one party than against any other party. SECTION XI: FORCE MAJEURE Neither party shall be considered in default in performance of its obligations hereunder to the extent that performance of such obligations, or any of them, is delayed or prevented by Force Majeure. Force Majeure shall include, but not be limited to, hostility, revolution, civil commotion, strike, epidemic, fire, flood, wind, earthquake, explosion, any law, proclamation, regulation, or ordinance or other act of government, or any act of God or any cause whether of the same or different nature, existing or future; provided that the cause whether or not enumerated in this Section is beyond the control and without the fault or negligence of the party seeking relief under this Section. SECTION XII: EXTENT OF AGREEMENT This Agreement, together with the Exhibits and applicable purchase order(s) constitute the entire Agreement between the CITY and the CONTRACTOR and supersede all prior written or oral understandings in connection therewith. This Agreement may only be amended, supplemented or modified by a formal written amendment. Any alterations, amendments, deletions, or waivers of the provisions of this Agreement shall be valid only when expressed in writing and duly signed by the parties. Written notice requirements of this Agreement shall be strictly construed and such requirements are a condition precedent to pursuing any rights or remedies hereunder. The CONTRACTOR agrees not to claim any waiver by CITY of such notice requirements based upon CITY having actual knowledge, implied, verbal or constructive notice, lack of prejudice or any other grounds as a substitute for the failure of the CONTRACTOR to comply with the express written notice 9 IN WUNESS WHEREOF, the parties hereto have made and executed this Agreement on the respective dates under each signature by and through its duly authorized officer having the full and complete authority to execute same. Title: \"/? r"Va.2.� .- wL-u[rriva. Date: saes a ZV Lows Printed Name and CITY OF SANFORD: By: Title: C �°'4� me, Q-'g Sor&ure Printed Name and 10 in; e Exhibit A Pro sal Date Proposal Number Agreement Number Page 2/2612005 50066 1 CACO 13688 BY AND BETWEEN: Linc Services LLC. / Sanford 4150 Church St. Suite: 1000 Sanford, Fla. 32771 The City of Sanford Civic Center Sanford Ave. Sanford Fl. hereinafter CONTRACTOR hereinafter CUSTOMER LOCATION: The Sanford Civic Center Sanford Ave. Sanford, Fl. PROJECT : Emergency replacement of central station heating and cooling systems — Scope 2 We are very pleased to have this opportunity to propose the following scope of 'Professional Engineered Mechanical Construction' for the replacement of the existing failed heating and cooling system located at the Sanford Civic Center. We therefore propose the following: DEMOLITION • Recover and dispose of air conditioning system operating refrigerant and dispose of according to Federal EPA regulations. • Remove and dispose of existing refrigerant piping to facilitate construction. • Rig, remove and dispose of existing remote air -cooled condenser assembly. • Drain all water from hot water heating system, disconnect and secure domestic water supply to same. • Remove all electrical power connections to existing failed hot water heating boiler. • Remove and secure all electrical connections to existing air cooled condenser and existing . Trane direct drive condensing section. • Remove and dispose of all unused auxiliary electrical controls and switches. • Disconnect and remove natural gas piping from existing boiler gas burner and gas piping within mechanical room. CONSTRUCTION • Provide all necessary engineered drawings for mechanical and electrical construction. • Provide and install concrete pad for outdoor boiler, concrete pad to be 6 in. steel re- enforced and of 5500 psi. test. • Provide, rig, and set one (1) Carrier - 70 ton outdoor condensing unit which will have the following features: 1. Two semi - hermetic heavy duty cast iron compressor assemblies. 2. Independent refrigeration circuits which will facilitate two stage cooling. 3. Compressor unloaders to match cooling load, reducing power consumption during starting and operating cycles. Exhibit A The Sanford Civic Center — HVAC system replacement — Scope 2 Proposal Date Proposal Number Agreement Number Page 212612005 50066 2 CONTRACTOR WILL PROVIDE THE FOLLOWING TO CUSTOMER (continued) : CONSTRUCTION tort. 4. Compressor and unit controls contained within single isolated compartment. 5. Phase and brownout protection controller to help protect from electrical system damage. 6. Refrigeration system high and low pressure safety controllers. 7. 400 amp. Electrical disconnect — factory mounted and wired. 8. Galvanized cabinet with painted with corrosion resistant baked enamel finish, which passes 2000 hour salt -spray testing. 9. Time Guard anti compressor short cycling controllers. 10. Calibrated circuit breakers for each compressor and condenser fan circuit. 11. Suction accumulators for compressor protection during abnormal system refrigerant floodback conditions. 12. Compressor crankcase heaters for reliable lubricating oil viscosity control. • Provide and install four (4) new expansion valve assemblies and related piping installed on existing cooling coil. • Provide and install two (2) new liquid line solenoid valve assemblies complete with operating control magnetic coils. • Provide and install two (2) liquid line driers with replaceable cores for future maintenance. • Provide and install two (2) liquid line sight glasses for refrigerant level charging and monitoring. • Provide and install two (2) new refrigerant liquid line piping sets from new Carrier outdoor condensing section to existing indoor cooling coil. • Provide and install two (2) new insulated refrigerant suction line piping sets from Carrier outdoor condensing section to existing indoor cooling coil. • Provide and install all necessary pipe hangers and related hardware as per 'State of Florida' mechanical code requirements. • All refrigerant piping shall conform to the following specifications. 1. All refrigeration system copper tubing shall be type 'ACR' complying with ASTM B 280, and ASTM B 88 for type 'L' - specially cleaned for use in air conditioning and, refrigeration systems. 2. All refrigerant piping shall conform to State of Florida mechanical code Section 1101 - articles 1107.1 thru 1108.4 inclusive, and shall be supported in accordance with Section 305 — article 305.1 thru 305.5 inclusive. 3. All copper tubing shall meet the maximum allowable residue limit of 0.0035 g /sq. ft. of interior tube surface area established in both ASTM B280 and ASTM 8819. 4. All copper tubing in sizes up to and including 3 -1/8" shall be factory purged with dry nitrogen and the ends sealed with rubber plugs to maintain a positive pressure of nitrogen inside the tube. Plastic caps are fitted to the ends of tubing larger than 3 -1/8" O.D. to maintain clean interior surface. 5. All refrigeration system copper tubing shall be seamless copper tube produced to the specified internal cleanliness requirements, and be hard drawn temper straight lengths only. - Inc s Exhibit A The Sanford Civic Center — HVAC system replacement — Scope 2 Proposal Date Proposal Number Agreement Number Page 212612005 50066 3 CONTRACTOR WILL PROVIDE THE FOLLOWING TO CUSTOMER (continued) : CONSTRUCTION cunt. Refrigerant piping cam. 6. All refrigeration system copper fittings shall conform to ASME 816.18, ASME 816.22, ASME 816.26 guidelines. 7. All copper piping elbows utilized for refrigerant piping systems shall be of `long' radius design, no substitutes will be accepted. 8. All copper piping tees utilized for refrigerant piping systems shall be full size of the largest connection pipe diameter, reduction of run and / or branch connection shall be accomplished by the use of reducing bushings and / or couplings, the use of 'Bull Head' type tees will not be permitted. 9. All tubing ends shall be de- burred, also all tubing ends, and copper fitting sockets / shoulders shall be burnished. 10. All refrigeration piping systems shall be pressurized utilizing Dry pumped nitrogen only, during all brazing and assembly procedures. 11. All copper to copper joints shall be joined utilizing Bcup -5 filler conforming to ANSI / AWS A5.8 specifications ( Ag 14.5 -15.5 % - P 4.8 -5.2 % - Cu- remainder). 12. All copper to steel and / or brass - joints shall be joined utilizing Bcup -1 filler conforming to ANSI / AWS A5.8 specifications ( Ag 44-46 % - Zn 14 -18 % - Cd 23 -25 % - Cu -16 -16 %), also incorporate the use of fluxes suited for brazing copper and copper alloy tube conforming to AWS Standard A5.31, Type FB3 -A or FB3-C. 13. Under no circumstances will soft -type solder fillers be allowed for assembly of refrigeration piping systems. 14. Assembly of all joints shall be accomplished by inserting the tube into the socket hard against the stop and turn if possible. The assembly should be firmly supported so that it will remain in alignment during the brazing operation. The brazing of horizontal joints, will be accomplished first applying the filler metal slightly off - center at the bottom of the joint, proceeding across the bottom of the joint and continuing up the side to the top of the joint. Then, return to the beginning point, over - lapping slightly, and proceed up the uncompleted side to the top, again, overlapping slightly. On vertical joints it is immaterial where the start is made. If the opening of the socket is pointing down, care should be taken to avoid overheating the tube, as this may cause the brazing filler metal to run down the outside of the tube. Pressure testing of all completed refrigeration piping system shall be accomplished utilizing the following procedures: 1. Introduction of Refrigerant R -22 into the piping system to a static pressure of 30 psig, followed by pressurization utilizing dry pumped nitrogen to a resultant static pressure of 150 psig. 2. Note any rapid loss of static pressure, if loss occurs, relieve pressure, repair leaks within piping system and repeat pressurization procedure. 3. Establish system static pressure to 150 psig, and secure, beginning pressure to be witnessed by agent for owner, allow pressure testing of system for no less than 24 hours. Resultant ending pressure is not to deviate more than 5% and be witnessed by agent for owner. Exhibit A The Sanford Civic Center— HVAC system replacement— Scope 2 Proposal Date Proposal Number Agreement Number Page 212612005 50066 4 CONTRACTOR WILL PROVIDE THE FOLLOWING TO CUSTOMER (continued) : CONSTRUCTION cons Refrigerant piping Cont. 4. Upon completion of pressure test, all gasses will be purged from system, evacuation to 30 "Hg vac. Will be accomplished thru use of proper evacuation pumping equipment, and the witnessed for a one hour period with no more than 5% resultant deviation. 5. Upon satisfactory completion of all pressure testing procedures, all system stop valves shall be secured in the 'open' position and the complete refrigeration system `Triple' dehydrated to a resultant vacuum level of 500 microns. 6. All system are to be charged with 'Virgin' Refrigerant R -22, no recycled refrigerants will be allowed, documentation of purity from refrigerant manufacturer will be submitted to owner before charging refrigeration systems. • Provide and install one new'Raypak' Series 'H' 759MBH output natural gas outdoor heating boiler, which will have the following features: 1. Heat exchanger to be ASME inspected and stamped to 160 psig rating. 2. National Board approved. 3. Headers to be cast iron glass lined. 4. Heat exchanger to be heavy finned tube copper. 5. All sealing 'O' rings to be of silicone material. 6. 115 volt power control transformer 7. 100% pilot Shutoff lockout 8. Manual reset high limit controller. 9. Water flow switch. 10. Economaster Two pump delay off timer. 11. Self contained manifiold mounted circulating pump. 12. Manual Main gas shut -off cock. 13. Main gas regulator. 14. Redundant safety shut -off valve 15. Control valve. 16. Stainless steel burners. 17. Polytuf power coat finish 18. Stackless top 19. Low water cut-off controller. 20. ASME relief valve. 21. Low temperature / freeze circulation controller. • Provide and install new heating system insulated hot water piping from new 'Raypak' outdoor boiler to existing heating coil connections located within existing mechanical room. • Provide and install new bladder type compression tank for hot water heating system. • Provide and install new water make -up valve and backflow preventer, and make -up water line to new hot water boiler. • Seal -off existing heating hot water lines from existing failed boiler. Exhibit A The Sanford Civic Center — HVAC system replacement — Scope 2 Proposal Date Proposal Number Agreement Number Page 2126/2005 50066 5 CONTRACTOR WILL PROVIDE THE FOLLOWING TO CUSTOMER (continued) : CONSTRUCTION Cont. • Remove and replace main blower drive motor, motor starter, motor sheave, drive belts, and clean and adjust drive speed and system static pressure. • Provide and install two (2) new valve actuator motors and linkages for existing hot water heating coil modulating valves, operating transformers and related wiring. • Provide pressure testing of all new piping and flushing before final filling of hydronic system. • Provide and install new electrical feeders to new Carrier Condensing unit and new 'Raypak' packaged boiler from existing electrical distribution panel located within existing mechanical room, wiring to be sized according to manufacturers, NEC, and 'State of Florida' electrical code guidelines and regulations. • Provide and install new system control wiring to existing electrical panel within mechanical room, and to new system operating and temperature controller within auditorium, with an additional space temperature sensor — so as to generate averaging temperature signals and control of same for proper temperature control. • Provide and install new system operating and temperature controller within auditorium, with an additional space temperature sensor — so as to generate averaging temperature signals and control of same. • Provide and install new natural gas piping from natural gas provision located outside existing mechanical room to new AAON package unit, gas piping to be located underground from existing location to new AAON package unit natural gas piping connections. • Gas piping to be installed according to 'State of Florida' Fuel Gas Code, and to be pressure tested in accordance with same. • All underground gas piping to be of Sch. 40 galvanized steel construction, fittings to be malleable galvanized steel construction, all unions to be ground face type and only allowable at package unit natural gas train connection point. • All underground as piping to be coated with asphaltum protective coating before being earthen backfilled. SITE RE- CONSTRUCTION cons • Remove all debris from site generated during construction. • Provide customer with clean 1 debris free mechanical room and outdoor equipment areas. CUSTOMER PROVIDED REQUIREMENTS Remove exterior chain link fence as required to facilitate installation, and re- installation of same chain link fence. Remove existing tree located within the southeast corner of the outdoor fenced equipment area to facilitate crane and rigging of both old and new equipment. ( We have had several crane service companies survey the site for equipment removal and installation, all refuse to provide services without tree removed, due to existing power line locations, deterred accessibility generated by tree, and also OSHA safety regulations. ins s e r v 1 c e Exhibit A The Sanford Civic Center - HVAC system replacement - Scope 2 Proposal Date Proposal Number Agreement Number Page 2/26/2005 50066 6 CONTRACTOR WILL PROVIDE THE FOLLOWING TO CUSTOMER (continued) : FINAL • Provide Carrier Factory stat -up, test, and balance of new condensing unit. • Provide customer with certified start-up report submitted by Carrier factory start-up service. • Provide complete final set of installation mechanical and electrical wiring drawings to customer. • Provide on site - laminated drawings of both mechanical and electrical wiring drawings. • Provide customer training on proper operation of system and general maintenance requirements such as air filter replacement, coil cleanings, and general lubrication. WARRANTY AND SERVICE • Provide a one (1) year warranty on all materials and workmanship provided by LINC Service LLC, / Sanford Fl. • Provide an extended manufacturers four (4) year warranty on the Carrier condensing units two (2) motor / compressor assemblies only. • Provide an extended manufacturers warranty of 9 additional years on the copper heat exchanger and an additional 19 year warranty against `Thermal Shock' of heat exchanger. • Provide availability of Twenty four hour / seven day per week preferred customer service, during warranty period at no charge and after warranty period at preferred customer rates. COSTING The total cost of the above outlined scopes of 'Professional Mechanical Construction' provided by LINC Services LLC. / Sanford, will be a GRAND TOTAL OF: $98,077.00 which does not include any taxes. We again thank you for this opportunity to propose our services to your organization, and look forward to becoming partners in the execution of this proposed scope of 'Professional Mechanical Construction' and other future projects. S' c re rv Richard P. Grelle P.E. Mechanical Engineer Exhibit B insurance And Bonding Requirements Which Must Be Met 1. The CONTRACTOR bidder shall be required to provide, to the Purchasing Agent, prior to signing a contract for or commencing any work, a Certificate of Insurance which verifies coverage in compliance with the requirements outlined below. Compliance of said certificate must be acknowledged by the Purchasing Agent prior to start of work. Any work initiated without completion of this requirement shall be unauthorized and the City of Sanford will not be responsible. 2. The City of Sanford reserves the right to require coverage and limits as considered to be in its best interests. Insurance requirements shall be on a case by case basis determined by the project, conditions and exposure. 3. Except for Professional Liability and Worker's Compensation Policies, when required, all policies are to be endorsed to include the City of Sanford as Additional Insured. In the cancellation clause the number "30" shall be inserted into the blank space provided prior to the words "days prior notice ". All contractor policies are to be considered primary to City coverage and shall not contain co- insurance provisions. 4. In the event that the insurance coverage expires prior to the completion of the project, a renewal certificate shall be issued 30 days prior to said expiration date. 5. Subcontractors retained by the Prime Contractor are the responsibility of said Prime Contractor in all respects 6. Insurance re uirements COVERAGE REQUIRED MINIMUM POLICY LIMITS Workers' Compensation Statutory Commercial General Liability including Contractual Liability, Products and Completed Operation , XCU and Owners and Contractors Protective $1,000,000. — Comprehensive Auto Liability, CSL, shall include "any auto" $1,000,000.— (NOTE: All limits are per occurrence and must include Bodily Injury and Property Damage. All policies must be written on occurrence form and not on claims made form.) (All deductibles and self insured retentions must be approved by the City of Sanford.) (All insurers must have an A.M. Best rating of at least A: VII.) 7. Bonding Required: None Required for this project. 8. It is noted that failure to provide of an certificate of insurance in compliance with the above within FOUR 4) days of notification of award and to continue the coverage without a break. At the discretion of the City of Sanford a bidder /contractor may be placed in default status if required insurance coverage or bonding is not maintained without a break in coverage. 9. 1 hereby certify that if the contractor on whose behalf this information is submitted is awarded a contract for any portion of the work contemplated, the insurance and bonding requirements outlined above shall be met as required. Project: Replacement of central station heating and cooling systems at the Sanford Civic Center. FORM NO. INS 17.204