Loading...
Contract 2023-081ADocuSign Envelope ID: C82C8F77-05A5-4044-9559-55922FC5165D 40*?QI%50 AGREEMENT No. 2023-081 HVAC SERVICES THIS AGREEMENT, is made and entered into this Wednesday, August 9, 2023, by and between the CITY OF CLERMONT, FLORIDA, a municipal corporation under the laws of the State of Florida whose address is: 685 W. Montrose Street, Clermont, Florida, (hereinafter referred to as "CITY"), and WESTBROOK SERVICE CORPORATION, whose address is: 1411 South Orange Blossom Trail, Orlando, FL 32805, (hereinafter referred to as "CONTRACTOR"). WHEREAS, the City of Clermont issued RFP 23-075 titled HVAC Services; WHEREAS, CONTRACTOR submitted its response dated June 15, 2023, to RFP 23-075; WHEREAS, CITY desired to award a contract to CONTRACTOR in accordance with the terms and conditions of RFP 23-075 and CONTRACTOR's response thereto; WITNESSETH: That the parties hereto, for the consideration hereinafter set forth, mutually agree as follows: SCOPE OF WORK The CONTRACTOR shall furnish heating, ventilation, and air conditioning (HVAC) services as described in CITY's RFP 23-075 and CONTRACTOR's June 15, 2023 response thereto, which are expressly incorporated herein and made a part of the Agreement Documents hereto and shall do everything required by this Agreement and the Agreement Documents. Provided, however, that nothing herein shall require CITY to purchase or acquire any items or services from CONTRACTOR. 2. THE CONTRACT SUM CITY shall pay CONTRACTOR, for the faithful performance of the Agreement as set forth in the Agreement Documents and the Unit Price Schedule an amount in accordance with the compensation schedule set forth in Exhibit "A", attached hereto and incorporated herein. 3. PROVISION OF SERVICES AND COMPLETION OF WORK A. The CONTRACTOR shall only provide to the CITY with HVAC services upon receipt of an authorized order from CITY and shall provide the requested items in the timeframe and as set forth in RFP 23-075 or in the specific purchase order submitted by CITY. Nothing herein shall obligate CITY to purchase any specific amount of product from CONTRACTOR or create an exclusive purchase agreement between CITY and CONTRACTOR. CITY shall not be obligated or required to pay for any items received until such time as CITY has accepted the items in accordance with the order provided to CONTRACTOR. B. CONTRACTOR, upon receipt of a purchase order hereunder, shall immediately notify CITY if it has an issue or question related to the fulfillment of the order or whether there DocuSign Envelope ID: C82C8F77-05A5-4044-9559-55922FC5165D Term Agreement RFP 23-075 HVAC Services will be any delay in providing the items requested. Failure of CONTRACTOR to so notify CITY will preclude CONTRACTOR from seeking payment of any kind for any items that were delayed in delivery. Upon receipt of notification of the delay, CITY may at its sole option cancel the order and seek the items from any available source. C. It is expressly understood and agreed that the passing, approval, and/or acceptance of any services herein by CITY or by any agent or representative as in compliance with the terms of this Contract shall not operate as a waiver by the CITY of strict compliance with the terms of this Contract and the CITY may require the CONTRACTOR replace the accepted services so as to comply with the warranties and specifications hereof. D. COMPANY specifically acknowledges that this Contract does not bind or obligate CITY to purchase any minimum quantity of product during the term hereof. 4. TERM AND TERMINATION A. This Agreement is to become effective upon execution by both parties and shall remain in effect for a period of three (3) years thereafter, unless terminated or renewed as provided for herein. B. Notwithstanding any other provision of this Agreement, CITY may, upon written notice to CONTRACTOR, terminate this Agreement: a) without cause and for CITY's convenience upon thirty (30) days written notice to CONTRACTOR; b) if CONTRACTOR is adjudged to be bankrupt; c) if CONTRACTOR makes a general assignment for the benefit of its creditors; d) CONTRACTOR fails to comply with any of the conditions of provisions of this Agreement; or e) CONTRACTOR is experiencing a labor dispute, which threatens to have a substantial, adverse impact upon the performance of this Agreement, without prejudice to any other right or remedy CITY may have under this Agreement. In the event of such termination, CITY shall be liable only for the payment of all unpaid charges, determined in accordance with the provisions of this Agreement, for work, properly performed and accepted prior to the effective date of termination. C. Upon mutual Agreement of the parties, this Agreement may be renewed for three (3) additional one-year terms. Sixty (60) days prior to completion of each extended term of this Agreement, CONTRACTOR may request and the City may consider an adjustment to price based on changes in the Producer Price Index (PPI). 5. PAYMENTS In accordance with the provisions fully set forth in the Contract Documents, CONTRACTOR shall submit an invoice to CITY upon completion of the services and delivery of products to CITY as set forth in the applicable purchase order. CITY shall make payment to the CONTRACTOR for 1 DocuSign Envelope ID: C82C8F77-05A5-4044-9559-55922FC5165D Term Agreement RFP 23-075 HVAC Services all accepted deliveries and undisputed products delivered and services provided, within thirty (30) calendar days of receipt of the invoice. 6. DISPUTE RESOLUTION - MEDIATION A. Any claim, dispute or other matter in question arising out of or related to this Agreement shall be subject to mediation as a condition precedent to voluntary arbitration or the institution of legal or equitable proceedings by either party. B. The CITY and CONTRACTOR shall endeavor to resolve claims, disputes and other matters in question between them by mediation. C. The parties shall share the mediator's fee and any filing fees equally. The mediation shall be held in Clermont, Lake County, Florida, unless another location is mutually agreed upon. Agreements reached in mediation shall be enforceable as settlement Agreements in any court having jurisdiction thereof. 7. INSURANCE AND INDEMNIFICATION RIDER 7.1. Worker's Compensation Insurance The CONTRACTOR shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all its employees connected with the work of this Project and, in case any work is sublet, the CONTRACTOR shall require the subCONTRACTOR similarly to provide Worker's Compensation Insurance for all of the subCONTRACTOR employees unless such employees are covered by the protection afforded by the CONTRACTOR. Such insurance shall comply with the Florida Worker's Compensation Law. In case any class of employees engaged in hazardous work under this Agreement at the site of the Project is not protected under the Worker's Compensation statute, the CONTRACTOR shall provide adequate insurance, satisfactory to the CITY, for the protection of employees not otherwise protected. 7.2. CONTRACTOR's Commercial General Liabilitv Insurance The CONTRACTOR shall take out and maintain during the life of this Agreement, Commercial General Liability and Business Automobile Liability Insurance as shall protect it from claims for damage for personal injury, including accidental death, as well as claims for property damages which may arise from operating under this Agreement whether such operations are by itself or by anyone directly or indirectly employed by it, and the amount of such insurance shall be as follows: A. CONTRACTOR's Commercial General Liability, $1,000,000 Each, ($2,000,000 aggregate). Liability Coverages, Bodily Injury Occurrence, & Property Damage Combined Single Limit B. Automobile Liability Coverages, $500,000 Each, Bodily Injury & Property Damage Occurrence, Combined Single Limit DocuSign Envelope ID: C82C8F77-05A5-4044-9559-55922FC5165D Term Agreement RFP 23-075 HVAC Services The insurance clause for both BODILY INJURY AND PROPERTY DAMAGE shall be amended to provide coverage on an occurrence basis. 7.3. CITY's and CONTRACTOR's Protective Liabilitv Insurance The CITY shall procure and furnish a CITY's and CONTRACTOR's Protective Liability Insurance Policy with the following minimum limits: A. Bodily Injury Liability & $1,000,000 Each ($2,000,000 aggregate) Property Damage Liability Occurrence Combined Single Limit. 7.4. Indemnification Rider A. To the fullest extent permitted by law, the CONTRACTOR shall indemnify and hold harmless the CITY and its employees from and against all claims, damages, losses and expenses, including but not limited to reasonable attorney's fees, arising out of or resulting from its performance of the Work, provided that any such claim, damage, loss or expense (1) is attributable to bodily injury, sickness, disease or death, or to injury to or destruction of tangible property (other than the Work itself) , and (2) is caused in whole or in part by any negligent act or omission of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, regardless of whether or not such acts are caused in part by a party indemnified hereunder. Such obligation shall not be construed to negate, abridge, or otherwise reduce any other right to obligation of indemnity which would otherwise exist as to any party or person described in this Article; however, this indemnification does not include the sole acts of negligence, damage or losses caused by the CITY and its other contractors. B. In any and all claims against the CITY or any of its agents or employees by any employee of the CONTRACTOR, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, the indemnification obligations under this Paragraph shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the CONTRACTOR or any subcontractor under workers' or workmen's compensation acts, disability benefit acts or other employee benefit acts. C. The CONTRACTOR hereby acknowledges receipt of ten dollars and other good and valuable consideration from the CITY for the indemnification provided herein. 8. NOTICES All notices shall be in writing and sent by United States mail, certified or registered, with return receipt requested and postage prepaid, or by nationally recognized overnight courier service to the address of the party set forth below. Any such notice shall be deemed given when received by the party to whom it is intended. DocuSign Envelope ID: C82C8F77-05A5-4044-9559-55922FC5165D Term Agreement RFP 23-075 HVAC Services A. CONTRACTOR: • Westbrook Service Corporation • Attn: Brian King, President • 1411 South Orange Blossom Trail, Orlando, FL 32805 A. OWNER: • City of Clermont • Attn: Brian Bulthuis, City Manager • 685 W. Montrose Street, Clermont, FL 34711 9. MISCELLANEOUS 9.1. Attornevs' Fees In the event a suit or action is instituted to enforce or interpret any provision of this Agreement, the prevailing party shall be entitled to recover such sum as the Court may adjudge reasonable as attorneys' fees at trial or on any appeal, in addition to all other sums provided by law. 9.2. Waiver The waiver by city of breach of any provision of this Agreement shall not be construed or operate as a waiver of any subsequent breach of such provision or of such provision itself and shall in no way affect the enforcement of any other provisions of this Agreement. 9.3. Severability If any provision of this Agreement or the application thereof to any person or circumstance is to any extent invalid or unenforceable, such provision, or part thereof, shall be deleted or modified in such a manner as to make the Agreement valid and enforceable under applicable law, the remainder of this Agreement and the application of such a provision to other persons or circumstances shall be unaffected, and this Agreement shall be valid and enforceable to the fullest extent permitted by applicable law. 9.4. Amendment Except for as otherwise provided herein, this Agreement may not be modified or amended except by an Agreement in writing signed by both parties. 9.5. Entire Agreement This Agreement including the documents incorporated by reference contains the entire understanding of the parties hereto and supersedes all prior and contemporaneous Agreements between the parties with respect to the performance of services by CONTRACTOR. 4 DocuSign Envelope ID: C82C8F77-05A5-4044-9559-55922FC5165D Term Agreement RFP 23-075 HVAC Services 9.6. Assignment Except in the event of a merger, consolidation, or other change of control pursuant to the sale of all or substantially all of either party's assets, this Agreement is personal to the parties hereto and may not be assigned by CONTRACTOR, in whole or in part, without the prior written consent of city. 9.7. Venue The parties agree that the sole and exclusive venue for any cause of action arising out of this Agreement shall be Lake County, Florida. 9.8. Applicable Law This Agreement and any amendments hereto are executed and delivered in the State of Florida and shall be governed, interpreted, construed and enforced in accordance with the laws of the State of Florida. 9.9. Public Records The CONTRACTOR expressly understands records associated with this project are public records and agrees to comply with Florida's Public Records law, to include, to: A. Keep and maintain public records that ordinarily and necessarily would be required by the CITY in order to perform the services contemplated herein. B. Provide the public with access to public records on the same terms and conditions that the CITY would provide the records and at a cost that does not exceed the cost provided in this Florida's Public Records law or as otherwise provided by law. C. Ensure that public records that are exempt or confidential and exempt from public records disclosure requirements are not disclosed except as authorized by law. D. Meet all requirements for retaining public records and transfer, at no cost, to the CITY all public records in possession of CONTRACTOR upon the termination of the contract and destroy any duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. CONTRACTOR shall use reasonable efforts to provide all records stored electronically to the CITY in a format that is compatible with the information technology systems of the CITY. E. IF THE CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS CONTRACT, THE CONTRACTOR SHALL CONTACT THE CITY'S CUSTODIAN OF PUBLIC RECORDS AT THE CITY CLERK'S OFFICE, (352) 241-7331. DocuSign Envelope ID: C82C8F77-05A5-4044-9559-55922FC5165D Term Agreement RFP 23-075 HVAC Services 10. CONTRACT DOCUMENTS The Contract Documents, as listed below are herein made fully a part of this Contract as if herein repeated. Document Precedence: A. This Agreement B. Purchase Order / Notice To Proceed C. An applicable Contractor Quote or Statement of Work D. All documents contained in RFP 23-075 titled HVAC Services and CONTRACTOR'S response thereto. IN WITNESS WHEREOF, the parties hereto have executed this Agreement on this 9th day of August 2023. CITY OF CLERMONT T Signedby: 692F758C492... Tim Murry, Mayor DS ATTEST: E Docu Signed by: A Howe 3AD7F3490513344A... Tracy Ackroyd Howe, City Clerk 0 DocuSign Envelope ID: C82C8F77-05A5-4044-9559-55922FC5165D WESTBROOK SERVICE CORPORATION =46 by- By: ... Y• Print Name: Brian King Title: president & CEO Date: 8/9/2023 DocuSign Envelope ID: C82C8F77-05A5-4044-9559-55922FC5165D Fire Station 1 Administration; 439 W Highway 50 1 Clermont, FL 34711 3 Quarterly PM $168.00 $504.00 Manufacturer: Trane, 15-Ton, 2008 Unit Fire Station 1 Administration; 439 W Highway 50 2 Clermont, FL 34711 1 Annual PM $337.00 $337.00 Manufacturer: Trane, 15-Ton, 2008 Unit Fire Station 3, 2155 Legends Way, Clermont, FL 3 34711 3 Quarterly PM $166.20 $498.60 Manufacturer: Carrier, 3-Ton, 2020 Unit Fire Station 3, 2155 Legends Way, Clermont, FL 4 34711 1 Annual PM $609.40 $609.40 Manufacturer: Carrier, 3-Ton, 2020 Unit Fire Station 3, 2155 Legends Way, Clermont, FL 5 34711 3 Quarterly PM $166.20 $498.60 Manufacturer: Carrier, 4-Ton, 2020 Unit Fire Station 3, 2155 Legends Way, Clermont, FL 6 34711 1 Annual PM $609.40 $609.40 Manufacturer: Carrier, 4-Ton, 2020 Unit Fire Station 3, 2155 Legends Way, Clermont, FL 7 34711 3 Quarterly PM $166.20 $498.60 Manufacturer: Carrier, 5-Ton, 2020 Unit Fire Station 3, 2155 Legends Way, Clermont, FL 8 34711 1 Annual PM $609.41 $609.41 Manufacturer: Carrier, 5-Ton, 2020 Unit City Hall Council Chambers (Rear); 685 W. Montrose 9 Street, Clermont, FL 34711 3 Quarterly PM $48.00 $144.00 Manufacturer: Trane, 5-Ton, 2022 Unit City Hall Council Chambers (Rear); 685 W. Montrose 10 Street, Clermont, FL 34711 1 Annual PM $216.00 $216.00 Manufacturer: Trane, 5-Ton, 2022 Unit City Hall Council Chambers (Front); 685 W. Montrose 11 Street, Clermont, FL 34711 3 Quarterly PM $168.00 $504.00 Manufacturer: Trane, 15-Ton, 2022 Unit City Hall Council Chambers (Front); 685 W. Montrose 12 Street, Clermont, FL 34711 1 Annual PM $337.00 $337.00 Manufacturer: Trane, 15-Ton, 2022 Unit City Hall 1st Floor; 685 W. Montrose Street, 13 Clermont, FL 34711 3 Quarterly PM $175.70 $527.10 Manufacturer: Trane, 30-Ton, 2015 Unit City Hall 1st Floor; 685 W. Montrose Street, 14 Clermont, FL 34711 1 Annual PM $790.65 $790.65 Manufacturer: Trane, 30-Ton, 2015 Unit City Hall 2nd Floor; 685 W. Montrose Street, 15 Clermont, FL 34711 3 Quarterly PM $175.70 $527.10 Manufacturer: Trane, 40-Ton, 2015 Unit City Hall 2nd Floor; 685 W. Montrose Street, 16 Clermont, FL 34711 1 Quarterly PM $790.65 $790.65 Manufacturer: Trane, 40-Ton, 2015 Unit City Hall 3rd Floor; 685 W. Montrose Street, 17 Clermont, FL 34711 3 Quarterly PM $175.70 $527.10 Manufacturer: Trane, 40-Ton, 2015 Unit DocuSign Envelope ID: C82C8F77-05A5-4044-9559-55922FC5165D City Hall 3rd Floor; 685 W. Montrose Street, 18 Clermont, FL 34711 Clermont City Center, 620 W. Montrose Street, 19 Clermont, FL 34711 Clermont City Center, 620 W. Montrose Street, 20 Clermont, FL 34711 Clermont City Center, 620 W. Montrose Street, 21 Clermont, FL 34711 Clermont City Center, 620 W. Montrose Street, 22 Clermont, FL 34711 Total 1 Quarterly PM $790.65 3 Quarterly PM $198.13 1 Quarterly PM $594.39 3 Quarterly PM $289.97 1 Quarterly PM $869.09 $790.65 Manufacturer: Trane, 40-Ton, 2015 Unit $594.39 Manufacturer: Trane 10-Ton, 2019 Unit $594.39 Manufacturer: Trane 10-Ton, 2019 Unit $869.91 Manufacturer: Trane 90-Ton, 2019 Unit $869.09 Manufacturer: Trane 90-Ton, 2019 Unit $12,247.04 DocuSign Envelope ID: C82C8F77-05A5-4044-9559-55922FC5165D 23 HVAC Apprentise/Helper Hour $0.00 24 HVAC Repair Tech Hour $0.00 25 HVAC New System Installer Tech Hour $0.00 26 Honeywell Controls Programming Hour $0.00 27 Honeywell Controls Custom Graphics Hour $0.00 28 Remote HVAC support ( Alarm Tech) Hour $0.00 29 Project Manager Hour $0.00 30 Water Heater Installation Tech Hour $0.00 31 Gas Fitter Hour $0.00 DocuSign Envelope ID: C82C8F77-05A5-4044-9559-55922FC5165D 32 Goodman HVAC Percent 30.% 33 Carrier HVAC Percent 30.% 34 Mitsubishi Mini Split HVAC Percent 30.% 35 Honeywell Controllers (Jace) HVAC Percent 30.% 36 Trane HVAC Percent 30.% 37 Daiken HVAC Percent 30.% 38 Rheem HVAC Percent 30.% 39 AO Smith Water Heaters Percent 30.% 40 Lochinvar Water Heaters Percent 30.% 41 Rheem Water Heaters Percent 30.% 42 GPSair Ionization Units Percent 30.% DocuSign Envelope ID: C82C8F77-05A5-4044-9559-55922FC5165D Request For Proposal #RFP 23-075 Title: HVAC Services 3. STATEMENT OF WORK 3.1. Background The City of Clermont is seeking a qualified company to provide comprehensive heating, ventilation, and air conditioning (HVAC) systems and services for all city -owned facilities. The work includes, but it is not limited to, the following services: new system sales and installation, on -call with on -site repairs, Honeywell controls programming and engineering, HVAC system control upgrades, and remote support with alarm notification via Honeywell Supervisor VPN connectivity. The services must include abilities in test and balance, custom Honeywell graphics creation, and out -of -hours response related to the services outlined above. System facilities outlined in this solicitation as well as a provision of a total maintenance/management program including, but not limited to the inspection, preventative maintenance, repair, programming, and other tasks and services are necessary to ensure safe, well -maintained HVAC systems providing quality air for City employees and the public. 3.2. Standards and Specifications Services must meet the following technical requirements: A. System support, new system installation, configuration, service, and preventative maintenance of a multi -manufacturer environment for HVAC systems (Split and Mini Split) as identified in the pricing section as well as any future system needs. B. System support, new system installation, configuration, service and custom programming inclusive of graphics and all available manufacturer points to interface with the current city-wide centralized Niagara 4 controls. C. Program system for readiness to interface to Niagara 4 controls. D. Must support the city's turnkey standard ionization system integration and format. E. Leverage all existing sensors, pressure switches, and relays into new systems so existing controls can communicate with the new equipment and the city-wide Honeywell Supervisor software deployment. F. Repair services in a multivendor city-wide environment. G. Alarm response from Honeywell Supervisor software. H. Remote troubleshooting and support via VPN-based Honeywell Supervisor software interface. Remote Honeywell custom controls and graphics programming The successful respondent must retain professional personnel who have successfully and competently provided municipal facilities with HVAC systems and services on projects of similar scope and complexity. It will be the successful respondent's responsibility to develop and implement a routine maintenance program to effectively maintain, to the satisfaction of the City representative, all aspects of HVAC systems in City defined facilities. For the purpose of this solicitation, routine preventative HVAC maintenance is defined as a scheduled routine 11 DocuSign Envelope ID: C82C8F77-05A5-4044-9559-55922FC5165D Request For Proposal #RFP 23-075 Title: HVAC Services inspection and proactive servicing of HVAC systems to facilitate heating/cooling with minimal downtime. The routine maintenance and repairs must be provided in accordance with the highest standards of the industry, skill, workmanship, applicable trade practices, warranties, and in conformance to all applicable laws, codes, and regulations. The successful respondent maintenance program and repairs must include at a minimum the specifications outlined in this herein. The successful respondent must possess the ability to repair or replace failed or worn moving parts such as bearings, motor rotors, motor starters, seals, gears, burners, actuators, controls, and switches. Prior to starting a repair or replacement service, the successful respondent must troubleshoot the system to diagnose the problem. In the event, the City is to incur any extra charges related to serviceable items, all materials and labor must follow the contracted prices as a result of this solicitation. The successful respondent must itemize the equipment list covered under repair or replaceable non-moving parts such as boiler tubes, shells, refrigerant/water tubes, and non -manufactured or produced products. Environmentally hazardous materials and refractory replacement are excluded. 3.3. Provided Services The successful respondent must provide an appropriate level of on -site staffing as needed and the appropriate tools and vehicles necessary to support all of the City's facilities' HVAC maintenance functions during regular working hours of 7:00 a.m. to 5:00 p.m., Monday to Friday, and after regular work hours. For all service requests, the successful respondent must have working personnel on -site within two (2) hours of the call -out, or respond by telephone to the City's Project Manager within thirty (30) minutes if the problem is capable of being corrected remotely. The successful respondent must be compliant with all Federal, State, OSHA, and all other applicable regulatory requirements. 3.4. HVAC Maintenance Staffinq Levels The successful respondent must provide a staffing level that will provide the desired level of customer service, program support, HVAC maintenance, and repair for all equipment proposed related to this proposal at the designated City owned facilities. Staffing levels must include staff that is certified and proficient in the complete maintenance and repair of HVAC systems, air handlers, pneumatic systems, and a variety of package HVAC units. Additionally, service levels must provide the ability to respond immediately to situations involving the health and safety of employees and the public comfort and operational capability of any public meeting space. Routine repairs, service requests, and other non -urgent tasks must be completed by journey -level staff within one (8) hours of a regular work day (Monday to Friday, 7 am to 5 pm) from the date of the automated request or assignment by the City's representative. A. The journey -level worker(s) must be proficient in the following trades: 1. Package HVAC units. 2. All mechanical and electronic aspects of HVAC systems. 3. Multi -zone air handling systems. 12 DocuSign Envelope ID: C82C8F77-05A5-4044-9559-55922FC5165D Request For Proposal #RFP 23-075 Title: HVAC Services 4. A comprehensive understanding of HVAC Niagara 4 control systems. 5. Ionization bars installation and maintenance services. B. The HVAC technician must be proficient in the following tasks: 1. Installing, maintaining, and repairing ventilation and air conditioning systems and equipment. 2. Identifying maintenance risks on equipment. 3. Diagnosing electrical and mechanical faults for HVAC systems. 4. Cleaning, adjusting, repairing systems, and performing warranty services. 5. Performing emergency repairs promptly and efficiently. 6. Providing technical direction and on-the-job training. 7. Keeping daily logs and records of all maintenance functions. 8. Ensure compliance with appliance standards and with Occupational Health and Safety Act (OSHA). 9. Comply with service standards, work instructions, system requirements, and customer requirements. 10. Assisting with customers' queries. 11. Remote access/VPN to the City's Honeywell Supervisor software for remote diagnosis and remediation. The Honeywell Controls Technician must be proficient in the following tasks: A. Minimum of three years of experience with HVAC controls or building automation systems including commissioning and start-up. B. Experience working with Niagara Tridium including BACnet, Modbus, and/or LonWorks knowledge. C. Experience working with system sequence of operations, system graphics, and configuring & mapping system points. D. Experience working with front-end and station configuration, computer networks, and switches. E. Experience working with project plans, schematics, and design concepts. F. Effective interpersonal skills representing the company in an ethical and professional manner. G. Possesses the ability to explain technical information to technical and non -technical staff. 13 DocuSign Envelope ID: C82C8F77-05A5-4044-9559-55922FC5165D Request For Proposal #RFP 23-075 Title: HVAC Services H. Must have experience in writing as well as demonstrated understanding of computer programs and software applications as it relates to the HVAC industry. Demonstrated knowledge of the construction or HVAC industry. J. Demonstrated knowledge of control theory, automatic temperature controls, building automation systems, and other building subsystems. Tools and Equipment: A. The successful respondent must furnish and maintain all equipment necessary to properly maintain the City's HVAC systems. The City's Project Manager reserves the right to inspect equipment used to perform services in City facilities. Any equipment determined to be in poor condition must be replaced immediately, at the successful respondent's expense. Failure to provide suitable equipment may be grounds for termination of the agreement. Inspections and Remedies: A. To ensure consistent quality of the work being performed, the City's Project Manager may perform periodic inspections of HVAC systems to ensure compliance with specifications. Any inconsistencies or concerns will be reported to the successful respondent for review and corrective action for any found deficiencies. A meeting may be requested by the City's Project Manager prior to invoices being submitted for payment, to confirm the work performed meets specifications; and/or to discuss any other pertinent issues. Any deficiencies not corrected will have a dollar value assigned, represented as a percentage of the billed amount, and that dollar amount will be deducted from the monthly payments until the reported deficiency has been corrected to the satisfaction of the City's Project Manager. 3.5. Additional Requirements A. The successful respondent must show evidence of having served municipal customers. B. The successful respondent must hold current applicable State of Florida licenses at the time of submitting a response to this solicitation. C. The successful respondent must have personnel that have attended and completed a state -accredited multi -year apprenticeship program. The apprenticeship program must require 2000 hours of on-the-job training and 144 classroom hours per year to be accredited. The staffed personnel must have taken and passed a state -accepted competency exam administered by the apprenticeship program. D. The successful respondent must have service and installation personnel from full-time journeymen up to Manufacturer Certified specialists inclusive of Honeywell Controls programming and custom graphics engineers. E. The successful respondent must provide a comprehensive tracking report to the City's Project Manager for any HVAC services and repairs. The report must be generated on 14 DocuSign Envelope ID: C82C8F77-05A5-4044-9559-55922FC5165D Request For Proposal #RFP 23-075 Title: HVAC Services non-proprietary software and provided to the City's Project Manager electronically with each invoice related to the services rendered. F. The successful respondent must be willing to implement measures to remotely access Niagara 4 HVAC control systems as needed for emergency service, as well as be able to manage and provide services for alarm notification and response. G. The successful respondent Honeywell Controls specialists and Engineers must demonstrate familiarity with a variety of Honeywell HVAC control systems and thermostats. H. The successful respondent must advise the City Representative of the availability of required HVAC control system interface upgrades, as they become available. I. The successful respondent must provide their staff with company identification tags; (printed or laminated tags acceptable) that will be worn at all times while working on city property. Uniforms must display the company logo and the employee's first or last name must be clearly visible. J. The successful respondent must provide MSDS sheets to the City's Project Manager in a complete "Right to Know" binder for all products used on city property. The City's Project Manager will determine the location of the "Right to Know" books. 3.6. Annual Maintenance The successful respondent will perform scheduled annual preventive maintenance in accordance with a maintenance program of standard routines as determined the respondent's experience, equipment application, and equipment operating hours that are recommended by each equipment manufacturer and specific location requirements. This service is designed to optimize the reliability and efficiency of the equipment, extend the useful life of the City's equipment, and provide proactive indications of excessive wear and damage to HVAC systems before a catastrophic failure occurs during the next operating season. The respondent will also provide recommendations for additional service(s) that will better enhance equipment performance. 3.7. Quarterly HVAC PM Service This service is to maintain indoor air quality by changing filters quarterly and minimizing dust and particles from collecting on ductwork. This service will ensure proper flow through cooling and heating coils, and prevent restrictions in airflow which could lead to an inefficient system. The equipment included under this service is itemized in the List of Maintained Equipment. In the event the air filter material or cleaning requires different frequencies than indicated (due to experience or changes in operating conditions), recommendations will be made for approval by the City Representative to adjust the frequencies and any associated price. 3.8. Air Cooled Condenser Coil Cleaninq This service will improve airflow across condenser coils, improve heat transfer, and extend the life of the compressors. The work consists of cleaning the outside surface of the condensing unit to remove any airborne particles or dirt build-up by using a brush, high-pressure air, chemical 15 DocuSign Envelope ID: C82C8F77-05A5-4044-9559-55922FC5165D Request For Proposal #RFP 23-075 Title: HVAC Services with a low-pressure wash, or chemical with high-pressure wash based on the condition of the outside environment, and coil accessibility. 3.9. Evaporator Coil and Ionizer Cleaninq The successful respondent will clean air handling unit evaporator coils as well as ionizers that will help improve air circulation in the air distribution system to reduce dust and dirt trapped in the system. Coils and ionizers must be cleaned at a time that is mutually agreeable between the successful respondent and the City's Project Manager. The work consists of cleaning the surface of the evaporator coil to remove dust and dirt particles that have collected on the evaporator coil. Coils must be cleaned using a vacuum cleaner or other devices that allow the proper cleaning of the coil. 3.10. Operatinq Inspection The successful respondent must provide this service to assure that mechanical equipment continues to operate efficiently with little operating disruptions during the operating season. Proposer will provide routine operating inspection(s) to check system performance in accordance with a program of standard routines as determined by our experience, the equipment manufacturer's published recommendations, equipment application, and location. This service will focus on equipment operation, fluid levels, operating and safety controls, and safe equipment operation. 3.11. Operatinq Inspection — Heatinq This service will help to assure mechanical equipment continues to operate efficiently, safely and with little operating disruptions during the operating season. The successful respondent must provide routine operating inspection(s) to check system performance in accordance with a program of standard routines as determined by the respondent's experience, the equipment manufacturer's published recommendations, equipment application, and location. This service will focus on equipment operation, fluid levels, belts, pulleys, operating and safety controls, and safe equipment operation. 3.12. Annual and Quarterly Task Details The following tasks listed below for each equipment type must be performed at the intervals planned. These tasks are designed to place the equipment into prime operating condition so that the equipment will operate effectively, reliably, and efficiently. A. Package, Heat Electric Cool 1. Preventive maintenance. 2. Change the filter quarterly on a minimum basis. Increase as necessary. 3. Check unit voltage and record. 4. Lubricate motors as required. 5. Check and adjust dampers for localized heating. 6. Check for proper heating at the source. 16 DocuSign Envelope ID: C82C8F77-05A5-4044-9559-55922FC5165D Request For Proposal #RFP 23-075 Title: HVAC Services 7. Record discharge temperature, heating, and cooling modes. 8. Record return air temperature. 9. Check and adjust operating and safety controls. B. Air Handler 1. Perform quarterly maintenance. 2. Lockout tag -out equipment. 3. Check starter contacts for excessive wear. 4. Tighten all starter wire connections. 5. Check belts, adjust belts, and replace them as needed. 6. Check belt tension and sheave alignment. Adjust as required. 7. Meg -Ohm motor and record annually. 8. Check fan motor amps. 9. Clean and lubricate unit motor bearings and fan bearings. 10. Check the operation of economy dampers. 11. Lubricate all dampers and linkages as necessary. 12. Check the operation of the static vane (if applicable). 13. Visually check all coils for leaks (annually). 14. Check and record all coil delta T (annually). 15. Inspect all mounting hardware and tighten it as needed. C. Multi -zone Air Handler Quarterly Maintenance (if applicable) 1. Lockout tag -out equipment. 2. Check fan motor amps. 3. Clean and lubricate components. 4. Check the operation of economy dampers. 5. Check the operation of static vane or dampers. 6. Check the operation of zone dampers. 7. Check and adjust operating and safety controls. D. Exhaust Fans Preventative Maintenance (if applicable) 1. Lock out and tag out equipment as required. 17 DocuSign Envelope ID: C82C8F77-05A5-4044-9559-55922FC5165D Request For Proposal #RFP 23-075 Title: HVAC Services 2. Check all electrical wiring and connections and tighten them as needed. 3. Check all motor starter contactor surfaces for wear. 4. Clean starter and electrical control enclosures. 5. Lubricate motor bearings and fan bearings. 6. Check exhaust fan belts for wear and replace them as needed. 7. Check belt tension and sheave alignment and adjust as needed. 8. Inspect the exhaust fan unit assembly. 9. Check all mounting hardware and tighten it as needed. E. For any Variable Frequency Drives (if applicable) 1. Check unit operation on a quarterly basis. 2. Check the fault history report. 3. Check the operation of the manual bypass. 4. Verify the drive signal, increase, and decrease as needed. 5. Check and tighten all electrical connections. 6. Check starter contacts for wear. 3.13. Emerqencv Call -Out Service The successful respondent must provide twenty-four (24) hour emergency service as needed in all aspects of HVAC emergency repair for the City facilities listed in this solicitation. Emergency call -out hours are defined as 5:00 p.m. to 7:00 a.m. Monday through Friday, and twenty-four (24) hours each day on weekends and observed Holidays. For all service requests, the successful respondent must have working personnel on -site within two (2) hours of the call -out, or respond by telephone to the City's Project Manager within thirty (30) minutes if the problem is capable of being corrected remotely. 3.14. HVAC Optional Services - Infrared Electric Panel Inspection The successful respondent will identify if they can perform an infrared inspection that can be provided as it is an important form of non-destructive testing that has become an indispensable predictive maintenance tool for electrical service panels. The inspection must be performed with a portable infrared imaging system, this equipment detects infrared energy (heat) emitted from an object and displays it as a dynamic thermal image. Using the IEEE/ANSI Standard, this inspection aids in the evaluation of component temperatures. The successful respondent will perform a biennial infrared scan of main electrical panels at the facilities identified. A detailed report must be provided to the City's Project Manager upon completion of onsite scan. 3.15. Quotations Prior to any work being performed, the City's Project Manager may request a written quotation. The successful respondent may provide a written estimate of job costs including separate line DocuSign Envelope ID: C82C8F77-05A5-4044-9559-55922FC5165D Request For Proposal #RFP 23-075 Title: HVAC Services items for labor, equipment, parts, and materials. The successful respondent may proceed with the repair work only after receiving written authorization for the quoted work from the City's Project Manager. Additional maintenance or repair work that is required to maintain the efficient operation and useful life of the equipment must be identified and advised to the City's Project Manager. The cost of the repair or new installation must not exceed $100,000. The City has the right to not accept the estimated job cost if the price is not deemed fair and reasonable and issue a solicitation for the work. 19