CITY HALL AIR CONDITIONING REPLACEMENT CONTRACT
]
I
.cotmIACI
This CONTRACT made and entered into this d-s~-day of r\fJJ1Uy-._I~
, 19 -&.' by
and between the City of Clearwater, Florida, a municipal corporation, hereinafter designated as
"City" and Superior Mechanical Systems, of Clearwater, County of Pinellas, and, and State of
Florida, hereinafter designated as "Contractor."
WITNESSETH:
That the parties to this contract each in consideration of the undertakings, promises and
agreements on the part of the other herein contained, do hereby undertake, promise and agree
as follows:
The Contractor, and his or its successors, assigns, executors or administrators, in
consideration of the sums of money as herein after set forth to be paid by the City to the
Contractor, shall and will at its own cost and expense perform all labor, furnish all materials,
tools and equipment as detailed in:
Bid No. 08-97-City Hall Air Conditioning Replacement
In accordance with the City's attached technical specifications and the Contractor's
bid response, together with any instructions to bidders, general conditions, and
proposal, which may be hereto attached, are hereby made a part of this contract, and
all of said work to be performed and completed by the Contractor and its successors
1
co --;:7j--r' OC
(;
)
I
and assigns shall be fully completed in a good and workmanlike manner to the
satisfaction of the City.
H the Contractor shall fail to comply with any of the terms, conditions, provisions or
stipulations as contained herein within the time specified for completion of the work to be
performed by the Contractor, then the City may, at its option, avail itself of any or all remedies
provided on its behalf and shall have the right to proceed to complete such work as Contractor is
obligated to perform in accordance with the provisions as contained herein.
THE CONTRACTOR AND HIS OR ITS SUCCESSORS AND ASSIGNS DOES
HEREBY AGREE TO ASSUME THE DEFENSE OF ANY LEGALACflONWHICH
MAY BE BROUGHT AGAINST THE CI1Y AS A RESULT OF THE
CONTRACTOR'S ACTMTIES ARISING OUT OF THIS CONTRACT, AND
FURTHERMORE, IN CONSIDERATION OF THE TERMS, STIPULATIONS AND
CONDITIONS AS CONTAINED HEREIN, THE CONTRACTOR AGREES TO
HOLD THE CI1Y FREE AND HARMLESS FROM ANY AND ALL CLAIMS FOR
DAMAGES, COSTS OR SUITS, JUDGMENTS OR DECREES RESULTING FROM
ANY CLAIMS MADE UNDER THIS CONTRACT AGAINST THE CI1Y OR THE
CONTRACTOR OR THE CONTRACTOR'S SUB-CONTRACTORS, AGENTS,
SERVANTS OR EMPWYEES RESULTING FROM ACTMTIES BY THE
AFOREMENTIONED CONTRACfOR, SUB-CONTRACTOR, AGENTS, SERVANTS
OR EMPWYEES.
2
I
I
In addition to the foregoing provisions, the Contractor agrees to conform to the following
requirements:
In connection with the performance of work under this contract, the Contractor
agrees not to discriminate against any employee or applicant for employment because
of race, sex, religion, color, or natural original. The aforesaid provision shall include,
but not be limited to, the following: employment, upgrading, demotion, or transfer;
recruitment or recruitment advertising; lay-off or termination; rates of payor other
forms of compensation; and selection for training, including apprenticeship. The
Contractor agrees to post hereafter in conspicuous places, available for employees
or applicants for employment, notices to be provided by the contracting officer
setting forth the provisions of the non-discrimination clause.
The Contractor further agrees to insert the foregoing provisions in all contracts
hereunder, including contractors or agreements with labor unions and/or workers'
representatives, except sub-contractors for standard commercial supplies or raw
materials.
3
I
I
IN WITNESS WBEREOP, the parties to the agreement have hereunto
set their hands and seals and have executed this Agreement, in dupli-
cate, the day and year first above written.
CITY OP CLEARWATER
IN PINELLAS COUNTY, PLORIDA
By:
Eliz
Countersigned:
issioner
(contractor must indicate whether
Corporation, Partnership, Company
or Individual.)
(The person signing shall, in
his own handwriting, sign the
Principal's name, his own name,
and his title; where the person
is signing for a Corporation,
he must, by Affidavit, show his
authority to bind the Corporation).
(SEAL)
Attest:
City Clerk
Approved as to form and legal
sufficiency:
CZP'~
~ohn C. Carassas
Assistant City Attorney
~
superior Mechanical systems, a
Florida Corcoration
B~)~
(SEAL)
4
, \
, .: It ~ . tti : t \ 1)/ d fl<}- q 7
I
~ ,. ,
~.' . .
. .
.
I
CITY O. CLEARWATER
GBNBRAL SDVICBS DBPARTJIBN'l'
BUILDING AND MAIHTBHAHCB DrvISIOH
SPBCIPICATIONS POR AIR CONDITIONING BgUIPKBNT
LOCATBD AT CLEARWAT..'S CITY BALL
OCTOBER 21, 1'"
ALL CONTRACTORS PLBASB BB ADVISEDI
Bids are due by November 4, 1"'.
I
,+:.
:"\ ~:'
I
',':IWlca"10II8 1'0& .,.. IlDLIC.....,
0' 'I'D Ala COIIDI'l'IOJrI.CI agU!....., r.ocaTBD
aT CLDJln'l." OlD DLL
1.01 DBscalnloM 0' WORK
A. The specifications herein are intended to be used a. a
qeneral quide for the air conditionill9 contractor. It i.
the responsibility of the contractor by conducting a job-
si te inspection to determine the extent of the work to be
done and the working conditions. It i. tbe intent of
this contract to ~rovi4e a co_plete and operatiDq BVAQ
system whicb co_pli.. witb all .zistinq 004.. and
requlatioDs. Recommendations or changes to the scope of
work must be discussed with the Building and Maintenance
superintendent before bids are submitted.
B. In general, the work consists of but is not limited to
the replacement of the following:
1. Remove existinq chillers and air handlinq unit and
two mixing boxes located in the penthouse.
2. Install a new 100 ton dual circuit, air cooled
chiller.
3. Install two new constant volume air handlinq units
and two mixinq boxes (penthouse).
4. Install two hot water coils in the duct work
between the new air handlinq units and the existinq
hot air distribution ducts.
5. Install new chilled water pump and back up pump.
6. Install controls for the operation of the new
equipment.
7. Install duct work to connect the new air handlers
to the existing duct systela starting at the chases.
8. Install all necessary pipinq and valves to connect
the chiller and air handlers.
9. Install all necessary insulation on pipinq and duct
work.
10. Install new electrical load center, circuits and
disconnects for the new equipment.
1
" .
..
, I
"f- ~
I
I
11. Provide all necessary drawing., docuaent. and
engineering tor peraitting procedure..
c. Bid responses are to be divided into the followil19
categorie.,
1. Equipment cost for the chiller and two air
handlers.
The city reserves the right to purchase the
equipment separate trom the installation. This may
be done for possible sales tax savings and/or for
the city to pertorm all or part of the installation
with its own staff.
2. Installation and other associated costs.
3. Alternate and upgrade suggestions.
Each ot these items are to be presented as a
separate line ite..
D. A mandatory pre-bid conference will be held at city Hall,
112 S Osceola Avenue, at 10:00 .. on october 28, 1996.
Bidders are to meet in the Lobby of City Hall.
E. Work is to commence on January 13, 1997 and must be
completed and the hvac system operational by March 17,
1997. A penalty of $250.00 per day will be charged to
the contractor for each and every day the system is not
operational after March 17, 1997. Requests for
additional time to complete the specified work due to
delays beyond the contractors control must be submitted
to the Building and Maintenance Superintendent, in
writing, for approval within 48 hours of the delay.
1.02 RBLATBD WORK
A. All cutting, drilling, and removal of existing equipment
shall be done by the air conditioning contractor.
Patching and repair of the penthouse required after
installation will be the responsibility of the city.
B. Obtaining all applicable permits and inspections shall be
the responsibility of the air conditioning contractor.
The fees for City of Clearwater building permits will be
waived.
2
I
I
1.03 8UBXIftaL DAD
Submit copies of equip.ent brochure., technical data, and/or
shop drawing_ to the City of Clearwater for approval of the
following prior to bidding:
A. 100 ton Chiller
B. Air Handling Unit.
Submit copies ot equipment brochures, technical data, and/or
shop drawings to the City ot Clearwater for approval of the
following prior to installation:
A. Piping and accessories
B. Pumps
C. Electrical components
D. Controls
E. Insulation
F. Duct work
G. Mixing Boxes
1.04 COORDIDTIOH--The air conditioning contractor shall coordinate
his work with the Building and Maintenance Superintendent as
to cause .inimal disturbance and conflict with other work
being done in the building.
1.05 MAINTBNAHCB AND IN8TRUCTIOH JlANUAL8--The air conditioning
contractor shall furnish to the Building and Maintenance
superintendent two (2) complete sets of operating and
maintenance data covering all new equipment; also include a
copy of the -as built- control diaqraa.
1. 0' WARRAlI'IIB8
A. Furnish to the city a one (1) year warranty on all new
equip.ent, .aterial, and workmanship.
B. Furnish an additional five (5) year warranty on the
chiller compressors.
2.01 AIR COOLBD CBILLD
A. The unit shall be Trane, Carrier or an approved equal.
Chillers other than Trane or Carrier must be approved in
writing by the Building and Maintenance Superintendent
Before Bids are submitted.
3
. "."
'..
I
h(
I
The chiller 'l1a11 have a aini.ua capacity of 100 tOM at
950r aabien1: taperature, 4501' leavine) water taperature
and 55.' enterin; water te.perature.
The chiller shall bave a ainimua of two (2) completely
independent refrigerant circuits.
Each refrigerant circuit shall have the following
components:
1. suction and discharge service valve.
2. Liquid line shut oft valve.
3. Removable core filter drier.
4. Liquid line sight glass with moisture indicator.
5. Electronic expansion valve.
D. Chiller is to bave the following safeties:
8.
c.
1. Low refrigerant charge protection.
2. Low water flow protection.
3. Low chill water temperature protection.
4. Low oil protection.
5. Low voltage protection.
6. Thermal overload.
7. Pressure overload.
8. Electrical overload (3 leg).
9. Chiller freeze-up protection.
10. Low ambient control
2.02 AIR HANDLING OBITS
A. The units shall be manufactured by the same make as the
new chiller.
B. The air handlers are to be of the modular type with
double wall construction. Any air handler not installed
in the penthouse must be weather proofed and gasketed for
exterior applications and contain stainless steel drain
pans.
C. Each air handler sball be sized usil1CJ the capacities
listed bellow:
1. 16,920 cf. (2,000 cf. outside air).
2. 579,222 btu/hr total (458,860 btu/hr sensible).
3. Entering air 81.S.P dry bulb I 65.7.P wet bulb
Desired leaving air SS.p dry bulb
Entering water 450'
Leaving water temperature Ssop
4
I
I
a . 03 COftJlOU
A. The chiller and air handlers are ~o have stand alone
.icroprocessor based controllers to provide a caapl.t.
operating systea. Spac. t8JIperatur. controls and .ixing
boxes are to remain as they are with the exception ot the
mixing boxes in the penthouse that are to be replaced.
3.01 DUCT WOU
A. Duct work is to be limited to connection of the new air
handlers to the existing distribution systea, required
fire dampers and supplying outside air.
B. New duct work is to be exterior wrapped metal duct,
complying with SMACNA standards and applicable codes.
3.02 INSULATIOB
A. All water lines, pump bodies, valve bodies, etc. in the
chill water circuit shall be insulated with a minimum ot
2" wall foam glass insulation.
B. All outside insulation shall be weather-proot and have
aluminua jackets.
C. All condensate lines to be insulated with 1/2" wall toa.
plastic.
3.03 PIPING
A. All new chilled water piping shall be Schedule 40,
seamless black steel.
B. Piping shall have isolation valves and flex connection on
each syste. component.
c. Inlet and outlet thermometers are to be supplied for each
air handler and the chiller.
D. Pressure gauges are to be supplied at the inlet and
outlet ot each chilled water pump and air handler.
E. Provide a chemical feed pot for water treatment.
F. All drain lines to be copper and include clean-outs.
5
~
I
I
3.04 Bleotrloal
A. New electrical components (panel., breaker., di.connect.,
etc.) other than G.B. or Square D aust be .ubaittecS tor
approval betore installation.
B. Only copper conductors are to be used.
3.05 NOlSB AND VlBRATIOH--Equipment shall operate quietly and the
supports shall be such that the operation ot the equipment
shall cause no perceptive vibration in the flooring, walls, or
ceiling adjacent to the equipment nor cause, either directly
or indirectly, vibration or objectionable noise in any other
portion of the building or the structure. vibration isolators
are required on the chiller and air handling units.
4.01 CITY CONTACTS
A. Technical questions-- Building and Maintenance Division
462-6610.
B. Bid lnformation--Purchasinq 462-6860.
6
. ,
",
I
I
CI'l'Y DLL AIa COIIDI'l'IOBDICI anucBJUaftl
lID COB'I 8Uft
COMPONENT
Chiller and Air
Handlers
Installation
TOTAL
COST
ALTERNATIVES AND COST
UPGRADES
1)
2)
3)
4)
5)
6)
7)
8)
9)
10)
TOTAL
DEe 03 '96
09:49AM DAVIS BALDWIN SRS
1
,
~...I!IL
P.1/1
Dav is 8al dwi n, I nc.
P.O. Box 25277
Tamp.. FL 33622
12/03/98
ONL Y AND CONFERS NO RIGHTS UPON THE CEftTlFICA
HOLDER. THIS CERTIFICATE DOES NOT AMEND. EXTEND OR
AlTER THE COVERAGE AFFORDED BY THE POLICIES BELOW.
COMPANIES AFFORDING COVER GE
COW'ANV
[:il A Michi~.n Mutual Insurance Co.
COllPANV
B PCA P o,]).r t
, ~ANV
I c
eow.tN
D
"Ii " ' ." .' ,
"nils IS TOCERTFV THA T THE POl.IClES OF rNSURAr"ceLISTED BELOWHAVE Bl!ENISSUEO TO TfoE 0 NAMEOl\SOVEFORTHEPOliCYPEAIOO
INDICA TED,NOTWITHST ANDINGANVRI;OUIREMENT, T!:~ORCONOrTIONOFANVCONTRACT OROTHERCOCl.M!:NT WITIoIRE'SPECT TOWH/~TI-IIS
CERrlFICA TE MAV BE ISSUEO ORMAV PERT AI/II, 'rHI; INSURANCE AFFOROEOBY THE POI,.It.'lES OESCRlBEO HEREIN IS SUBJECT TO ALL HE TEAMs,
EXCLUSIONS AND CONDiTIONS OF SUCH POLICIES. LMTS SIiOWNMI.V HAVE BEEN RE:DIJCED Bv PAIJ OLAMS.
00 JIGi."" IIP'ruJIVE paUlY DPlRlltlllN
L 111 TYPI!:CII' W1uftANCE IIGLIIV NuNIIIR DArB (......11" Dllm ("MIDDI""
813-287-1936
Suporiar Mechanic.I Systoms.
Inc.
2841 Execu1iv8 Drive, Sto.110
Cle.rw.ter, FL 34622
OEtERAL ~QAre .
3/01/1115 3/01/17 PAclDl.clS.COMP/ep AOg t
PeRSONAl. .. AlJV II'U.RV .
E.CIi 0CCl.MEra; .
FIRE D.\MACII (~ _ fire) .
AED E)(p (Arrt ~ plI'&OIl) .
CtlaeItlED SII'O..E LIIlIt .
ElCtIIL ... ItuJRV .
(Per -1<<1)
BIX!/LV I t.I.AIlV .
,.., aooider1l)
PAOPSUV DAIilAOE .
AUTO Otl. V . EA ACCIOENT .
CltER THAN A1JlO ON. \'. iiiif;Hm~im~i~HiiiiWU!hi!i
EACH ACCIDENT .
olCDlEOATE t
EACH oc:a.mera t
oIOGREDATE t
.
X STAMM\' Lllllrs; mm!iHIHHiiiii~:;:W!i!mm
3/01/11& 3/01/81 EAOi ~NT . 100000
llISEA$I! . POLlC\IlI..r . 500000
Ol~ -I;A01 EIFLOVEI!: , 100000
l.IENIiRAL I.IARlllt"
A )( COMMERCIAl. OEhliIUlllAB/LlTV G L 1255018000
CLAIMS AIADE [R] CIC':IJ:l
OWNER'S L CON~CTOIlI'S PACl
I.IMITS
IIl1TGhIOllLI! LIAElLIfV
AN\' AUTO
ALl. Oil/lED AU10s
SCHEc..u:D AUlOS
HIRED AUTOS
NON.OllltED AUTOS
8
EXCESS L1AR""y
U~LA FORW
OTI-ER THAN UIeREUA FORM
WORKERS oa~ATIClN AND
.......I.O'Ir.RS' LlMLIfIl
JJ-E PRCMlIEJ~I
PARJl'EA$Jc)lECUJ11/E
CFFICE!:\S ARE,
OTHIR
09042687096
Ir<<:t.
E)(Cl,.
Project Clearwater City Hall
Certifica1e Holder is an addi1ional insured in respeet, to gener.1 li.~fllty
City of Clearwater
Attn: Jim Jerkins
1900 Grand AYen~e
Cle.rwater, FL 34625
~-- /lNY CII' tHe: IlIIOVI:' DI!SClII", ....10_ _ ..11I"-.-...... tHe:
I!XPIRAflOlll DATI!: 1II1!III!OP. lJII! ..,_ .....ANY "1.1. I!NDIrAlIeR to u...
3 D Dlln _ITJDI NO""'o TNE -FINn! lfcII.DIIA ~A" TO 'rN1l1J!PT,
MnLlR! ro MAL SUCIII NOT ......__ we OIL ATICIH CIA UA8LrTY
W "II IeIND W'ON TN!: 00 INY, lIS III!PIla8NTATW-.
· 791078000