HomeMy WebLinkAboutSeaside Heating and Air Conditioning Inc; 2016-05-31; GS1418GS1418
City Attorney Approved Version 1/30/13
1
AMENDMENT NO. 2 TO EXTEND AND AMEND AGREEMENT FOR
HVAC MAINTENANCE SERVICES
SEASIDE HEATING & AIR CONDITIONING, INC.
This Amendment No. 2 is entered into and effective as of the _______ day of
___________________________, 2018, extending and amending the agreement dated May 31,
2016, (the “Agreement”) by and between the City of Carlsbad, a municipal corporation, ("City"),
and Seaside Heating & Air Conditioning, Inc., a California corporation, (“Contractor") (collectively,
the “Parties”) for citywide HVAC maintenance services.
RECITALS,
A. On May 8, 2017, the Parties executed Amendment No. 1 extend and fund the
Agreement for a period of one (1) year, and
B. The Parties desire to extend and fund the Agreement for a period of one (1) year.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. That the Agreement, as may have been amended from time to time, is hereby
extended for a period of one (1) year ending on May 31, 2019, on a time and materials basis not-
to-exceed thirty-five thousand dollars ($35,000).
2. All other provisions of the Agreement, as may have been amended from time to
time, will remain in full force and effect.
3. All requisite insurance policies to be maintained by the Contractor pursuant to the
Agreement, as may have been amended from time to time, will include coverage for this
Amendment.
///
///
///
///
///
///
DocuSign Envelope ID: 0DDB9D9D-4F90-4B32-829E-320C00AF586B
May
21st
GS1418
City Attorney Approved Version 1/30/13
2
4. The individuals executing this Amendment and the instruments referenced in it on
behalf of Contractor each represent and warrant that they have the legal power, right and actual
authority to bind Contractor to the terms and conditions of this Amendment.
CONTRACTOR, SEASIDE HEATING &
AIR CONDITIONING, INC., a California
corporation
CITY OF CARLSBAD, a municipal
corporation of the State of California
By: By:
(sign here) Elaine Lukey / Public Works Director as
authorized by the City Manager
Jay Sebring / President
(print name/title)
By:
(sign here)
Charles Balcar / CFO
(print name/title)
If required by City, proper notarial acknowledgment of execution by Contractor must be attached.
If a corporation, Agreement must be signed by one corporate officer from each of the following
two groups:
Group A Group B
Chairman,
President, or
Vice-President
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
BY: _____________________________
Deputy City Attorney
DocuSign Envelope ID: 0DDB9D9D-4F90-4B32-829E-320C00AF586B
AMENDMENT NO. 1 TO EXTEND AND AMEND AGREEMENT FOR
HVAC MAINTENANCE SERVICES
SEASIDE HEATING & AIR CONDITIONING, INC.
GS1418
This Amendment No. 1 is entered into and effective as of the 8 ~ day of
--+~,.....,..=-..:~--· 2017, extending and amending the agreement dated May 31, 2016, (the
"Agreeme ') by .and between the City of Carlsbad, a municipal corporation, ("City"), and Seaside
Heating & ir Conditioning, Inc., a California corporation, ("Contractor") (collectively, the "Parties")
for citywide HVAC maintenance services.
RECITALS
A. The Parties desire to extend and fund the Agreement for a period of one (1) year.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. That the Agreement, as may have been amended from time to time, is hereby
extended for a period of one (1) year ending on May 31, 2018, on a time and materials basis not-
to-exceed thirty five thousand dollars ($35,000).
2. All other provisions of the Agreement, as may have been amended from time to
time, will remain in full force and effect.
3. All requisite insurance policies to be maintained by the Contractor pursuant to the
Agreement, as may have been amended from time to time, will include coverage for this
Amendment.
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
Ill
City Attorney Approved Version 1/30/13
GS1418
4. The individuals executing this Amendment and the instruments referenced in it on
behalf of Contractor each represent and warrant that they have the legal power, right and actual
authority to bind Contractor to the terms and conditions of this Amendment.
CONTRACTOR
SEASIDE HEATING & AIR
CONDITIONING, INC.,
a California corporation
By:~~ ~
By:
-:f1MM ;·e._ S ebr;~
(print name/titley
(sign here)
{! ~,(~_s -;?:0//(._C>-f
(print name/title)
CITY OF CARLSBAD, a municipal
corporation of the State of California
If required by City, proper notarial acknowledgment of execution by Contractor must be attached.
If a corporation, Agreement must be signed by one corporate officer from each of the following
two groups:
Group A
Chairman,
President, or
Vice-President
Group B
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
City Attorney Approved Version 1/30/13
2
GS1418
AGREEMENT FOR HVAC MAINTENANCE SERVICES
SEASIDE HEATING & AIR CONDITIONING
GREEMENT is made and entered into as of the ~ \ 'S~ day of
____ ....._,""""""'""~-------' 2016, by and between the CITY OF CARLSBAD, a municipal
corporation, ("Cit '), and SEASIDE HEATING & AIR CONDITIONING, INC. a California
corporation, ("Contractor").
DEFINITIONS
Maintenance: Any routine, recurring, and usual services or preventative maintenance on existing
City systems necessary for the protection or preservation of any City owned or maintained HVAC
systems as specified in this Agreement.
Repair: Separately contracted services to fix or change equipment required to make new any City
owned or maintained HVAC system as specified in this Agreement.
Service Report: Contractor's detailed report in City-approved computer-generated format
covering all work performed under this Agreement. Service reports shall be separate documents,
listed by facility and shall note all inspections, recommended repairs or service work performed,
condition statements and any other pertinent information to aid the City in determining future
equipment repairs, maintenance or replacement. Web based report capability is highly desired.
RECITALS
A. City requires the professional services of a HVAC company that is experienced in
providing citywide comprehensive HVAC maintenance and services.
B. Contractor has the necessary experience in providing professional services and
advice related to HVAC maintenance and services.
C. Contractor has submitted a proposal to City and has affirmed its willingness and
ability to perform such work.
NOW, THEREFORE, in consideration of these recitals and the mutual covenants
contained herein, City and Contractor agree as follows:
1. SCOPE OF WORK
City retains Contractor to perform, and Contractor agrees to render, those services (the
"Services") that are defined in attached Exhibit "A", which is incorporated by this reference in
accordance with this Agreement's terms and conditions.
2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional care and skill
customarily exercised by reputable members of Contractor's profession practicing in the
Metropolitan Southern California Area, and will use reasonable diligence and best judgment while
exercising its professional skill and expertise.
3. TERM
The term of this Agreement will be effective for a period of one ( 1) year from the date first above
written. The City Manager may amend the Agreement to extend it for two (2) additional one ( 1)
year periods or parts thereof. Extensions will be based upon a satisfactory review of Contractor's
performance, City needs, and appropriation of funds by the City Council. The parties will prepare
a written amendment indicating the effective date and length of the extended Agreement.
City Attorney Approved Version 2/29/16
GS1418
4. TIME IS OF THE ESSENCE
Time is of the essence for each and every provision of this Agreement.
5. COMPENSATION
The total fee payable for the Services to be performed during the initial Agreement term is not to
exceed thirty five thousand dollars ($35,000.00). No other compensation for the Services will be
allowed except for items covered by subsequent amendments to this Agreement If the City elects
to extend the Agreement, the amount shall not exceed thirty five thousand dollars ($35,000.00)
per Agreement year. The City reserves the right to withhold a ten percent (1 0%) retention until
City has accepted the work and/or Services specified in Exhibit "A".
Incremental payments, if applicable, should be made as outlined in attached Exhibit "A".
The Contractor will perform work in accordance with all applicable Carlsbad Municipal Code
sections, California building codes, California HVAC codes, OSHA standards and any other
regulatory requirements.
There will be no additional charges such as travel or trip costs allowed. Payment for service starts
when the technician arrives at the City of Carlsbad owned or maintained properties, and ends at
the completion of required service work. Portal to portal payment is not included in this Agreement.
All parts will be newly manufactured replacement parts or an equal approved by the Inspector, or
his authorized representative. Pricing to City of Carlsbad will be in accordance with hourly labor
cost plus parts markup as indicated in the Vendor's Proposed Cost of Services Chart. Invoices
must be submitted with request for payment.
The Contractor shall submit invoices to the Inspector, or his authorized representative by the 5th
day of the month for work performed in the previous month under this contract The Contractor
shall provide detailed records of all work performed and include all required reports of systems
and/or equipment(s) serviced or maintenances performed. Failure to provide the required
documents, invoices, and reports will result in the City of Carlsbad withholding payment to the
Contractor until all the required documentation, including supplier invoices for parts, are provided
to the City.
If an increase in compensation for service in succeeding option periods is requested, the
Contractor must provide detailed supporting documentation to justify the requested rate increase.
The City will evaluate the requested increase, and the City reserves the right to negotiate, accept
or reject the Contractor's requested compensation increase. This Agreement's annual
compensation terms may be adjusted by a mutually agreeable amount based on and no greater
than the aggregate San Diego Consumer Price Index changes over the previous contract period.
Requests for price changes must be made by the Contractor in writing sixty (60) days before the
end of the then-current agreement year and is subject to negotiation or rejection by the City.
Compensation increases will not be authorized prior to the end of each contract period.
6. PREVAILING WAGE RATES
Any construction, alteration, demolition, repair, and maintenance work, including work performed
during design and preconstruction such as inspection and land surveying work, cumulatively
exceeding $1,000 and performed under this Agreement are subject to state prevailing wage laws.
The general prevailing rate of wages, for each craft or type of worker needed to execute the
contract, shall be those as determined by the Director of Industrial Relations pursuant to the
Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the
City Attorney Approved Version 2/29/16
2
GS1418
California Labor code, a current copy of applicable wage rates is on file in the office of the City
Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all
such workers employed by him or her in the execution of the Agreement. Contractor and any
subcontractors shall comply with Section 1776 of the California Labor Code, which generally
requires keeping accurate payroll records, verifying and certifying payroll records, and making
them available for inspection. Contractor shall require any subcontractors to comply with Section
1776.
7. STATUS OF CONTRACTOR
Contractor will perform the Services in Contractor's own way as an independent contractor and
in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be
under control of City only as to the result to be accomplished, but will consult with City as
necessary. The persons used by Contractor to provide services under this Agreement will not be
considered employees of City for any purposes.
The payment made to Contractor pursuant to the Agreement will be the full and complete
compensation to which Contractor is entitled. City will not make any federal or state tax
withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be
required to pay any workers' compensation insurance or unemployment contributions on behalf
of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty
(30) days for any tax, retirement contribution, social security, overtime payment, unemployment
payment or workers' compensation payment which City may be required to make on behalf of
Contractor or any agent, employee, or subcontractor of Contractor for work done under this
Agreement. At the City's election, City may deduct the indemnification amount from any balance
owing to Contractor.
8. SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written approval of City.
If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the
acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly
employed by the subcontractor, as Contractor is for the acts and omissions of persons directly
employed by Contractor. Nothing contained in this Agreement will create any contractual
relationship between any subcontractor of Contractor and City. Contractor will be responsible for
payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of
a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically
noted to the contrary in the subcontract and approved in writing by City.
9. OTHER CONTRACTORS
The City reserves the right to employ other Contractors in connection with the Services.
10. INDEMNIFICATION
Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees
and volunteers from and against all claims, damages, losses and expenses including attorney's
fees arising out of the performance of the work described herein caused by any negligence,
recklessness, or willful misconduct 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 parties expressly agree that any payment, attorney's fee, costs or expense City incurs or
makes to or on behalf of an injured employee under the City's self-administered workers'
compensation is included as a loss, expense or cost for the purposes of this section, and that this
section will survive the expiration or early termination of this Agreement.
City Attorney Approved Version 2/29/16
3
GS1418
11. INSURANCE
Contractor will obtain and maintain for the duration of the Agreement and any and all
amendments, insurance against claims for injuries to persons or damage to property which may
arise out of or in connection with performance of the services by Contractor or Contractor's
agents, representatives, employees or subcontractors. The insurance will be obtained from an
insurance carrier admitted and authorized to do business in the State of California. The insurance
carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus
line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating
in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by
the National Association of Insurance Commissioners (NAIC) latest quarterly listings report.
11.1 Coverage and Limits.
Contractor will maintain the types of coverage and minimum limits indicated below, unless the
Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage
will not constitute any limitations or cap on Contractor's indemnification obligations under this
Agreement. City, its officers, agents and employees make no representation that the limits of the
insurance specified to be carried by Contractor pursuant to this Agreement are adequate to
protect Contractor. If Contractor believes that any required insurance coverage is inadequate,
Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at
Contractor's sole expense. The full limits available to the named insured shall also be available
and applicable to the City as an additional insured.
11.1.1 Commercial General Liability Insurance. $2,000,000 combined single-limit per
occurrence for bodily injury, personal injury and property damage. If the submitted policies contain
aggregate limits, general aggregate limits will apply separately to the work under this Agreement
or the general aggregate will be twice the required per occurrence limit.
11.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work
for City). $1 ,000,000 combined single-limit per accident for bodily injury and property damage.
1 0.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as
required by the California Labor Code. Workers' Compensation will not be required if Contractor
has no employees and provides, to City's satisfaction, a declaration stating this.
11.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's
profession with limits of not less than $1 ,000,000 per claim. Coverage must be maintained for a
period of five years following the date of completion of the work.
11.2 Additional Provisions. Contractor will ensure that the policies of insurance required under
this Agreement contain, or are endorsed to contain, the following provisions:
11.2.1 The City will be named as an additional insured on Commercial General Liability
which shall provide primary coverage to the City.
11.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which
will be written as claims-made coverage.
11.2.3 This insurance will be in force during the life of the Agreement and any extensions
of it and will not be canceled without thirty (30) days prior written notice to City sent by certified
mail pursuant to the Notice provisions of this Agreement.
City Attorney Approved Version 2/29/16
4
GS1418
11.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this
Agreement, Contractor will furnish certificates of insurance and endorsements to City.
11.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance
coverages, then City will have the option to declare Contractor in breach, or may purchase
replacement insurance or pay the premiums that are due on existing policies in order to maintain
the required coverages. Contractor is responsible for any payments made by City to obtain or
maintain insurance and City may collect these payments from Contractor or deduct the amount
paid from any sums due Contractor under this Agreement.
11.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete
and certified copies of any or all required insurance policies and endorsements.
12. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carlsbad Business License for the term of the
Agreement, as may be amended from time-to-time.
13. ACCOUNTING RECORDS
Contractor will maintain complete and accurate records with respect to costs incurred under this
Agreement. All records will be clearly identifiable. Contractor will allow a representative of City
during normal business hours to examine, audit, and make transcripts or copies of records and
any other documents created pursuant to this Agreement. Contractor will allow inspection of all
work, data, documents, proceedings, and activities related to the Agreement for a period of three
(3) years from the date of final payment under this Agreement.
14. OWNERSHIP OF DOCUMENTS
All work product produced by Contractor or its agents, employees, and subcontractors pursuant
to this Agreement is the property of City. In the event this Agreement is terminated, all work
product produced by Contractor or its agents, employees and subcontractors pursuant to this
Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy
of the work product for Contractor's records.
15. COPYRIGHTS
Contractor agrees that all copyrights that arise from the services will be vested in City and
Contractor relinquishes all claims to the copyrights in favor of City.
16. NOTICES
The name of the persons who are authorized to give written notice or to receive written notice on
behalf of City and on behalf of Contractor under this Agreement.
For City
Name Bob Richardson
Title Public Works Superintendent
Department Public Works
City of Carlsbad
Address 405 Oak Ave
Carlsbad, CA 92008
Phone No. 760-434-2944
5
For Contractor
Name Charles Balcar
Title _C=E-=0 ___________ _
Address 1359 Rocky Point Drive
Oceanside, CA92056
Phone No. 760-643-1100
Email cb@seasidehvac.com
City Attorney Approved Version 2/29/16
GS1418
Each party will notify the other immediately of any changes of address that would require any
notice or delivery to be directed to another address.
17. CONFLICT OF INTEREST
Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the
requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report
investments or interests in all four categories.
18. GENERAL COMPLIANCE WITH LAWS
Contractor will keep fully informed of federal, state and local laws and ordinances and regulations
which in any manner affect those employed by Contractor, or in any way affect the performance
of the Services by Contractor. Contractor will at all times observe and comply with these laws,
ordinances, and regulations and will be responsible for the compliance of Contractor's services
with all applicable laws, ordinances and regulations.
Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986
and will comply with those requirements, including, but not limited to, verifying the eligibility for
employment of all agents, employees, subcontractors and consultants whose services are
required by this Agreement.
19. DISCRIMINATION AND HARASSMENT PROHIBITED
Contractor will comply with all applicable local, state and federal laws and regulations prohibiting
discrimination and harassment.
20. DISPUTE RESOLUTION
If a dispute should arise regarding the performance of the Services the following procedure will
be used to resolve any questions of fact or interpretation not otherwise settled by agreement
between the parties. Representatives of Contractor or City will reduce such questions, and their
respective views, to writing. A copy of such documented dispute will be forwarded to both parties
involved along with recommended methods of resolution, which would be of benefit to both
parties. The representative receiving the letter will reply to the letter along with a recommended
method of resolution within ten (1 0) business days. If the resolution thus obtained is unsatisfactory
to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The
City Manager will consider the facts and solutions recommended by each party and may then opt
to direct a solution to the problem. In such cases, the action of the City Manager will be binding
upon the parties involved, although nothing in this procedure will prohibit the parties from seeking
remedies available to them at law.
21. TERMINATION
In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may
terminate this Agreement for nonperformance by notifying Contractor by certified mail of the
termination. If City decides to abandon or indefinitely postpone the work or services contemplated
by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon
notification of termination, Contractor has five (5) business days to deliver any documents owned
by City and all work in progress to City address contained in this Agreement. City will make a
determination of fact based upon the work product delivered to City and of the percentage of work
that Contractor has performed which is usable and of worth to City in having the Agreement
completed. Based upon that finding City will determine the final payment of the Agreement.
Either party upon tendering thirty (30) days written notice to the other party may terminate this
Agreement. In this event and upon request of City, Contractor will assemble the work product and
City Attorney Approved Version 2/29/16
6
GS1418
put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work
performed to the termination date; however, the total will not exceed the lump sum fee payable
under this Agreement. City will make the final determination as to the portions of tasks completed
and the compensation to be made.
22. COVENANTS AGAINST CONTINGENT FEES
Contractor warrants that Contractor has not employed or retained any company or person, other
than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that
Contractor has not paid or agreed to pay any company or person, other than a bona fide
employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration
contingent upon, or resulting from, the award or making of this Agreement. For breach or violation
of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion,
to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the
fee, commission, percentage, brokerage fees, gift, or contingent fee.
23. CLAIMS AND LAWSUITS
By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must
be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation
of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is
submitted to City, it may be considered fraud and Contractor may be subject to criminal
prosecution. Contractor acknowledges that California Government Code sections 12650 et seq.,
the False Claims Act applies to this Agreement and, provides for civil penalties where a person
knowingly submits a false claim to a public entity. These provisions include false claims made
with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of
information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to
recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a
false claim may subject Contractor to an administrative debarment proceeding as the result of
which Contractor may be prevented to act as a Contractor on any public work or improvement for
a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is
grounds for City to terminate this Agreement.
24. JURISDICTION AND VENUE
Any action at law or in equity brought by either of the parties for the purpose of enforcing a right
or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the
County of San Diego, State of California, and the parties waive all provisions of law providing for
a change of venue in these proceedings to any other county.
25. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and Contractor
and their respective successors. Neither this Agreement nor any part of it nor any monies due or
to become due under it may be assigned by Contractor without the prior consent of City, which
shall not be unreasonably withheld.
26. ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated by it, along
with the purchase order for this Agreement and its provisions, embody the entire Agreement and
understanding between the parties relating to the subject matter of it. In case of conflict, the terms
of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions
may be amended, modified, waived or discharged except in a writing signed by both parties.
City Attorney Approved Version 2/29/16
7
GS1418
27. AUTHORITY
The individuals executing this Agreement and the instruments referenced in it on behalf of
Contractor each represent and warrant that they have the legal power, right and actual authority
to bind Contractor to the terms and conditions of this Agreement.
CONTRACTOR
SEASIDE HEATING & AIR
CONDITIONING, INC., a California
corporation
By:~,,,,,,,,'
' ,~~· ~--,-~
si here)
::[, '""'; .__ Sekr'k / ?res.
By:{! Z?~
(sign here)
(Jt:,,..t/~:5. L"?cvlt-""-T c~ ()
(print name/title)
CITY OF CARLSBAD, a municipal
corporation of the State of California
By:
Patrick A. Thorn I Public Works Director
as authorized by the City Manager
If required by City, proper notarial acknowledgment of execution by contractor must be attached.
If a corporation, Agreement must be signed by one corporate officer from each of the following
two groups.
Group A
Chairman,
President, or
Vice-President
Group B
Secretary,
Assistant Secretary,
CFO or Assistant Treasurer
Otherwise, the corporation must attach a resolution certified by the secretary or assistant
secretary under corporate seal empowering the officer(s) signing to bind the corporation.
APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
BY: r;_£Li:L;;{h)
Deputy City Attorney
City Attorney Approved Version 2/29/16
8
GS1418
EXHIBIT "A"
SCOPE OF SERVICES
Vendors Propose d t fS cos 0 ervtce Ch rt a
Item Description Estimated Unit Price Annual Total
No. Quantity and
Units*
Routine Preventative
Maintenance:
1. Calavera Community 4 $140.00 $560.00 Center Per Occurrence Extended Amount 2997 Glasaow Drive
Routine Preventative
Maintenance:
2. City Hall Complex 6 $365.00 $2.190.00 1200 Carlsbad Village Per Occurrence Extended Amount Drive
Annual Chiller
Preventative
3. Maintenance:
$1.000.00 City Hall Complex 1 $1.000.00
1200 Carlsbad Village Per Occurrence Extended Amount
Drive
Routine Preventative
Maintenance:
Parks Division
4. Administration and 4 $65.00 $260.00 Modular. Per Occurrence Extended Amount 1166 Carlsbad Village
Drive
Routine Preventative
Maintenance:
5. Facilities/Streets Div. 4 $105.00 $420.00 Administration Complex. Per Occurrence Extended Amount 405 Oak Avenue
Routine Preventative
Maintenance:
6. Community Swim 4 $65.00 $260.00 Complex Per Occurrence Extended Amount 3401 Monroe Street
Routine Preventative
Maintenance:
7. City Council Chmbrs. 6 $85.00 $510.00 1200 Carlsbad Village Per Occurrence Extended Amount Drive
City Attorney Approved Version 2/29/16
9
GS1418
Item Description Estimated Unit Price Annual Total
No. Quantity and
Units*
Routine Preventative
8. Maintenance:
Dove Library 4 $600.00 $2.400.00
1775 Dove Lane Per Occurrence Extended Amount
Annual Chiller & Cooling
Tower Preventative
9. Maintenance:
Dove Library 1 $1,500.00 $1.500.00
1775 Dove Lane Per Occurrence Extended Amount
Monthly Cooling Tower
10. Water Treatment:
Dove Library 12 $150.00 $1.800.00
1775 Dove Lane Per Occurrence Extended Amount
Routine Preventative
11. Maintenance:
Elmwood House 4 $45.00 $180.00
1255 Elmwood Avenue Per Occurrence Extended Amount
Routine Preventative
12. Maintenance: City $600.00 Administration 4 $2.400.00
1635 Faraday Avenue Per Occurrence Extended Amount
Routine Preventative
13. Maintenance:
Fire Station #1 4 $50.00 $200.00
1275 Carlsbad Villaae Per Occurrence Extended Amount
Routine Preventative
14. Maintenance:
Fire Station #2 4 $50.00 $200.00
1906 Arena/ Road Per Occurrence Extended Amount
Routine Preventative
15. Maintenance:
Fire Station #3 4 $140.00 $560.00
3465 Trailblazer Wav, Per Occurrence Extended Amount
Routine Preventative
16. Maintenance:
Fire Station #4 4 $50.00 $200.00
6885 Batiquitos Lane Per Occurrence Extended Amount
Routine Preventative
Maintenance:
17. Fire Station #5 $120.00 $480.00
2540 Orion Way 4 Per Occurrence Extended Amount
City Attorney Approved Version 2/29/16
10
GS1418
· .. ltenf' .... n . r Estimated · · 4nitPrice Annual T9tal ... ;1, •• ,scrtp ton 1···. 1 N6. · ... }"", ,_.; ~) qt.fa~(ity e1•ut · .. ·. i ->':: ---- ' --
/<;,-, .;!~ I .·:~r~~
'·-;}"•'
-J-<M;'"•'' .
.<.,. Units* ..··.· .
Routine Preventative
Maintenance:
18. Fire Station #6 $60.00 $240.00
7201 Rancho Santa Fe 4 Per Occurrence Extended Amount
Road
Routine Preventative
Maintenance:
19. Fleet Maintenance $60.00 $240.00
2480 Impala Way 4 Per Occurrence Extended Amount
Routine Preventative
20. Maintenance:
Granary 1 $30.00 $30.00
2659 Garfield Per Occurrence Extended Amount
Routine Preventative
Maintenance:
21. Harding Community $60.00 Center 4 $240.00
3096 Harding Street Per Occurrence Extended Amount
Routine Preventative
22. Maintenance:
Heritage Hall 1 $40.00 $40.00
2659 Garfield Per Occurrence Extended Amount
Routine Preventative
23. Maintenance:
Hiring Center 2 $40.00 $80.00
5958 El Camino Real Per Occurrence Extended Amount
Routine Preventative
24. Maintenance:
Holiday House 4 $40.00 $160.00
3235 Eureka Place Per Occurrence Extended Amount
Routine Preventative
25. Maintenance:
Kruger House 4 $40.00 $160.00
3215 Eureka Place Per Occurrence Extended Amount
Routine Preventative
26. Maintenance:
Learning Center 4 $120.00 $480.00
3368 Eureka Place Per Occurrence Extended Amount
City Attorney Approved Version 2/29/16
11
GS1418
Item Descriptic>n Estimated Unit Price Annual Total
No. Quantity and
Units*
Routine Preventative
Maintenance:
27. Cole Library 4 $525.00 $2,100.00
1250 Carlsbad Village Per Occurrence Extended Amount
Drive
Annual Chiller
Preventative
28. Maintenance: $1.000.00 $1.000.00 Cole Library
1250 Carlsbad Village 1 Per Occurrence Extended Amount
Drive
Routine Preventative
29. Maintenance: $40.00 $160.00 Magee House 4
258 Beech Per Occurrence Extended Amount
Routine Preventative
Maintenance:
30. Railroad Depot 1 $45.00 $45.00
400 Carlsbad Village Per Occurrence Extended Amount
Drive
Routine Preventative
31. Maintenance: $40.00 $160.00 Scout House 4
3225 Eureka Place Per Occurrence Extended Amount
Routine Preventative
Maintenance:
32. Stagecoach $140.00 $560.00 Community Ctr. 4 Per Occurrence Extended Amount 3420 Camino de los
Coches
Routine Preventative
Maintenance:
33. Safety Center 4 $440.00 $1.760.00
2560 Orion Way Per Occurrence Extended Amount
Annual Chiller
Preventative
34. Maintenance: 1 $1,000.00 $1.000.00 Safety Center
2560 Orion Way Per Occurrence Extended Amount
City Attorney Approved Version 2/29/16
12
GS1418
Qescription Estimated/ Unit Pric~ ./ Annual Total Item
No. I iJ'~':'; Qu~g~~~'c'pfJ .. · ..... ·.
Units* \,,,,)< ·. < :
Routine Preventative
35. Maintenance: $325.00 $1.300.00 Senior Center 4 Per Occurrence Extended Amount 799 Pine Avenue
Routine Preventative
Maintenance:
36. Water District 4 $120.00 $480.00 5950 El Camino Real Per Occurrence Extended Amount
Routine Preventative
37. Maintenance:
$1.340.00 Las Palmas Dr. 4 $335.00
2075 Las Palmas Per Occurrence Extended Amount
Routine Preventative
Maintenance: $40.00 $160.00 38. Carrillo Ranch Park 4 Per Occurrence Extended Amount 6200 Flying Leo
Carrillo Way
Routine Preventative
39. Maintenance: $40.00 $160.00 Recreation Modular 4 Per Occurrence Extended Amount 3330 Harding St.
Routine Preventative
Maintenance: $560.00 $4,480.00 40. Alga Norte Community 8 Per Occurrence Extended Amount Park
6565 Alicante Rd
Total Amount of Maintenance Per Agreement Year $31,495.00
City Attorney Approved Version 2/29/16
13
GS1418
EXHIBIT "A"
CITY OF CARLSBAD
BID 16-12 HVAC MAINTENANCE SERVICES
MANNER OF PERFORMING SERVICES
PART I
GENERAL SPECIFICATIONS
DEFINITIONS
Whenever the following terms are used in this agreement, they shall have the following
meaning:
A. "BID ITEM"-Individual items of work in the CONTRACTOR'S bid at an agreed
price for the work.
B. "CITY"-The CITY of Carlsbad.
C. "CITY MANAGER" -The fully appointed CITY MANAGER of the CITY or his
authorized representative.
D. "CONTRACT ADMINISTRATOR" -The PROPERTY AND ENVIRONMENTAL
MANAGEMENT DIRECTOR'S designee for bidding, awarding and administering
the CONTRACTOR'S work under this agreement.
E. "CONTRACTOR" -The managing individual of the contracting entity or his
authorized employees or representatives.
F. "FULLY OPERATIONAL"-In a condition to undertake the function to adequately
as passenger or freight HVAC.
G. "INSPECTOR" -The CITY'S field representative for work performed by the
CONTRACTOR.
H. "PERIODIC INSPECTION"-Routinely scheduled or randomly noticed inspection
or audit conducted by CITY.
I. "PREVENTATIVE MAINTENANCE" -Work specified in the preventative
maintenance schedule of this agreement that consist of work performed by the
Contractor at a fixed price cost.
City Attorney Approved Version 2/29/16
14
GS1418
J. "PUBLIC WORKS MANAGER" -The official designated as the Public Works
General Services Division Manager, or any of his authorized representatives.
K. "NON-ROUTINE MAINTENANCE" -Work required to maintain the serviceability
of HVAC equipment specified under this agreement that are outside the scope of
the scheduled PREVENTATIVE MAINTENANCE. NON-MAINTENANCE work
must be authorized by the CONTRACT ADMINSITRATOR prior to the
CONTRACTOR performance. After hours services are work outside of normal
business hours shall be compensated per a separate proposal and agreed upon
Bid Item Rate for each event.
1.00 STANDARDS OF WORK AND CONTRACTOR RESPONISBILITY
1.01 The CONTRACTOR shall perform the work described herein in a thorough and
professional manner so that the City of Carlsbad is provided with reliable and high
quality HVAC Maintenance services at all times.
1.02 The CONTRACTOR shall furnish, at CONTRACTOR'S own expense, all labor,
tools, equipment, and materials necessary, unless specifically excluded herein, to
perform preventative maintenance at the Bid Item price. The CONTRACTOR
shall furnish, at CONTRACTOR'S own expense, tools and equipment necessary,
unless specifically excluded herein, to perform authorized non-routine services at
the Bid Item price for Labor. Cost of parts shall be paid at the CONTRACTOR'S
invoice cost for parts plus the percentage of markup indicated in this bid.
1.03 The CONTRACTOR'S forces shall leave work areas free of all dirt, litter, lubricants,
or other materials utilized to perform maintenance services. The CONTRACTOR
shall erect barricades, warning signs and any other devices to prevent
unauthorized access by the public or unauthorized City staff to work areas.
1.04 HVAC maintenance and non-routine maintenance shall be performed in
accordance with accepted standards for HVAC maintenance and non-routine
maintenance to the satisfaction of the CONTRACT ADMINISTRATOR or his
designee. CONTRACTOR shall immediately respond when notified by CITY to
correct unsatisfactory work at no additional charge.
1.05 The CONTRACTOR shall maintain individual maintenance logs listing all work
performed under this agreement. These maintenance logs shall be kept in a
designated area on each site. Logs shall indicate the date of service, time of
service, service performed, the technician performing service and any other
information that may affect current or future operation of the HVACs. The
CONTRACTOR shall report these locations, by address, to CITY'S CONTRACT
ADMINISTRATOR, or designee, within 48 hours. (Deductions may be made from
the CONTRACTOR'S payments if maintenance and non-routine maintenance
tasks are not reported to CITY within the time allowed.)
City Attorney Approved Version 2/29/16
15
GS1418
1.6 The CONTRACTOR shall, during the term of this CONTRACT, respond to all
callbacks to the satisfaction of the CONTRACT ADMINISTRATOR, within twenty-
four (24) hours of notification. Failure to comply with this requirement will result in
a reduction in payment to the CONTRACTOR as determined appropriate by the
CONTRACT ADMINISTRATOR.
1.7 The CONTRACTOR shall prepare and submit an annual schedule for
PREVENTATIVE MAINTENANCE to the CONTRACT ADMINISTRATOR for
approval. The PREVENTATIVE MAINTENANCE schedule shall be adhered to by
CONTRACTOR unless deviation from the approve schedule is authorized by the
CONTRACT ADMINISTRATOR.
1.8 CONTRACTOR shall, during the term of this CONTRACT, respond to requests for
services, or EMERGENCY services as required, twenty-four (24) hours per day,
seven (7) days per week, by dispatching required technicians to the site, within
one (1) hour of contact by the CONTRACT ADMINISTRATOR.
2.00 HVAC EQUIPMENT TO BE MAINTAINED
2.01 The service areas and frequencies of service under the prov1s1ons of this
CONTRACT are detailed in the Vendors Proposed Cost of Services Chart.
2.02 The detailed preventative maintenance requirements and equipment list requiring
service under the provisions of this CONTRACT are detailed in Appendix "C".
2.03 CONTRACTOR acknowledges personal inspection of the sites and the
surrounding areas and has evaluated the extent to which the physical condition
thereof will affect the services to be provided. CONTRACTOR accepts the
premises in their present physical condition, and agrees to make no demands upon
CITY for any improvements or alterations thereof.
3.00 PAYMENT AND INVOICES
3.01 The CONTRACTOR shall present monthly invoices, for all work performed during
the preceding month. Said invoice shall include all required certifications and
reports as specified hereinafter. The invoice shall be submitted on or before the
fifth (5th) day of each month in the amount of the compensation to be paid by the
CITY for all services rendered by the CONTRACTOR under the terms and
conditions of this CONTRACT. Said payment shall be made within thirty (30) days
upon receiving the invoices, providing that all work performed during the preceding
month has been inspected and accepted by the CONTRACT ADMINISTRATOR
and that applicable certifications have been submitted in accordance with the
provisions of this CONTRACT.
3.02 The CONTRACTOR'S monthly invoices for PREVENTATIVE MAINTENANCE
shall be prepared and submitted in an electronic format, clearly indicating the
Purchase Order number, unit price, total work performed and correctly extended
totals for each individual BID ITEM or separate item of work. An invoice format
City Attorney Approved Version 2/29/16
16
GS1418
shall be submitted to the CONTRACT ADMINISTRATOR for approval.
CONTRACTOR shall submit a fully itemized monthly bill to the CONTRACT
ADMINISTRATOR, or his authorized representative.
3.03 Separate invoices for approved REPAIRS AND EMERGENCY REPAIRS shall be
prepared and submitted in an electronic format acceptable to the CONTRACT
ADMINISTRATOR, including attachments, such as copies of suppliers' invoices,
which the CONTRACT ADMINISTRATOR may require to verify CONTRACTOR'S
billing. Unless otherwise requested by the CONTRACT ADMINISTRATOR, one
invoice shall be submitted for each discrete and complete REPAIR or
EMERGENCY REPAIR.
3.04 In the event the CITY transfers title, maintenance responsibility, or changes service
frequency of a portion thereof, this CONTRACT shall continue in full force and
effect, except said portion, at the discretion of the CONTRACT ADMINISTRATOR,
may be deleted from the agreement and the CONTRACT sum shall be reduced
accordingly.
The CONTRACT ADMINISTRATOR may, at his discretion, add new HVACs to be
maintained and/or require additional services. The CONTRACTOR shall be
compensated for the additional facilities or services that are designated after the
date of the commencement of this CONTRACT based on a negotiated proposal.
Proposal costs shall not exceed customary costs of similar equipment as submitted
in the REQUEST FOR BIDS or as adjusted in accordance with subsequent
amendments to the agreement.
The CONTRACT ADMINISTRATOR shall notify the CONTRACTOR of additions,
reductions or deletions of areas to be serviced in writing.
4.00 ENFORCEMENT, DEDUCTIONS AND LIQUIDATED DAMAGES
4.01 The CONTRACT ADMINISTRATOR shall be responsible for the enforcement of
this CONTRACT on behalf of CITY. In addition to deductions stipulated in other
sections of this agreement, the CONTRACT ADMINISTRATOR may enforce
deductions in accordance with Section 4.00.
4.02 The CONTRACT ADMINISTRATOR shall prepare and implement an
INSPECTION RATING SYSTEM to be used to verify monthly payments and
deductions from payments (see sample rating system as Appendix "B"). This form
and system may be modified at the discretion of the CONTRACT
ADMINISTRATOR. The CONTRACTOR agrees to be so evaluated by said
system and bound by the ratings and/or deductions from payments indicated in the
monthly INSPECTION RATING SYSTEM report. To avoid deductions from
payment, CONTRACTOR must receive a rating of 95 or higher per service area
as described in Appendix "B".
4.03 If, in the judgment of the CONTRACT ADMINISTRATOR, the CONTRACTOR is
deemed to be non-compliant with the terms and obligations of the CONTRACT,
City Attorney Approved Version 2/29/16
17
GS1418
the CONTRACT ADMINISTRATOR, may, in addition to other remedies provided
herein, withhold the entire monthly payment, deduct pro-rata from the
CONTRACTOR'S invoice for work not performed, and/or deduct liquidated
damages. Notification of the amount to be withheld or deducted from payments to
CONTRACTOR will be forwarded to the CONTRACTOR by the CONTRACT
ADMINISTRATOR in a written notice describing the reasons for said action. The
monthly INSPECTION RATING SYSTEM report shall constitute reason for any
deductions so imposed.
4.04 The action above shall not be construed as a penalty but as adjustment of payment
to CONTRACTOR to recover cost or loss due to the failure of the CONTRACTOR
to complete or comply with the provisions of this CONTRACT.
5.00 INSPECTIONS, MEETINGS, & REPORTS
5.01 CITY reserves the right to perform inspections, including inspection of
CONTRACTOR'S equipment, at any time for the purpose of verifying
CONTRACTOR'S performance of CONTRACT requirements and identifying
deficiencies.
5.02 The CONTRACTOR or his authorized representative shall meet with the
CONTRACT ADMINISTRATOR or his representative on each site at the discretion
and convenience of the CONTRACT ADMINISTRATOR, for walk-through
inspections. All routine maintenance functions shall be completed prior to this
meeting.
5.03 At the request of the CONTRACT ADMINISTRATOR, the CONTRACTOR, or his
appropriate representative, shall attend meetings and/or training sessions, as
determined by the CONTRACT ADMINISTRATOR, for purposes of orientation,
information sharing, CONTRACT revision, description of CITY policies,
procedures, standards, and the like.
5.04 CONTRACTOR shall provide to the CONTRACT ADMINISTRATOR such written
documentation and/or regular reports as the CONTRACT ADMINISTRATOR
deems necessary to verify and review CONTRACTOR'S performance under this
CONTRACT and to provide to the CONTRACT ADMINISTRATOR pertinent
information relative to the maintenance, operation, and safety of the HVACs.
6.00 REFRIGERANT RECOVERY AND LICENCING
6.01 The CONTRACTOR shall assist the CITY with administering the fulfillment of
requirements of the Environmental Protection agency and Licensing coordination
with the other regulatory agencies."
6.02 The CONTRACTOR shall employ licensed refrigerant recovery technicians and
shall not allow any employee to perform refrigerant recovery, decommissioning,
refrigerant recycling or any other tasks with the potential to release refrigerant
unless that technician is currently licensed at a level appropriate for the equipment
City Attorney Approved Version 2/29/16
18
GS1418
being serviced. A copy of all documents related to refrigerant handling and use
shall be forwarded to the CONTRACT ADMINISTRATOR on a monthly basis.
6.03 The CONTRACTOR shall advise the CITY of required inspections, maintenance
and non-routine maintenance services required to satisfy all regulating agencies
requirements to insure uninterrupted services of the CITY'S HVACs.
7.00 CONTRACTOR'S DAMAGES
7.01 All damages incurred to existing facilities by the CONTRACTOR'S operation shall
be repaired or replaced, by the CONTRACTOR or by other forces, all at the
discretion of the CONTRACT ADMINISTRATOR, all at the CONTRACTOR'S
expense.
8.00 COMMUNICATIONS AND EMERGENCY RESPONSE
8.01 The CONTRACTOR shall, during the term of this CONTRACT, maintain a two
twenty-four (24) hour emergency telephone numbers, toll free to a San Diego
region area code. For hours beyond a normal 8 AM to 5 PM business day, an
answering service shall be considered an acceptable substitute. Answering
machines are not acceptable.
8.02 All requests for emergency services shall require a qualified technician to be
dispatched to the required location as soon as possible after notification; but in all
cases within one (1) hour, to the satisfaction of the CONTRACT
ADMINISTRATOR. If any emergency service request is not responded to in one
(1) hour, the CONTRACT ADMINISTRATOR shall be notified immediately of the
reason for not meeting the required response time followed by a written report to
the CONTRACT ADMINISTRATOR within two (2) working days.
8.03 Whenever immediate action is required to prevent possible injury, death, or
property damage, CITY may, after reasonable attempt to notify the
CONTRACTOR, cause such action to be taken by alternate work forces and, as
determined by the CONTRACT ADMINISTRATOR, charge the cost thereof to the
CONTRACTOR, or deduct such cost from any amount due to the CONTRACTOR.
This deduction shall include a markup for administrative costs equal to fifteen (15)
percent of the actual costs incurred.
8.04 The CONTRACTOR shall maintain a written log of all communications, the date
and the time thereof and the action taken pursuant thereto or the reason for non-
action. Said log of complaints shall be open to the inspection of the CONTRACT
ADMINISTRATOR at all reasonable times.
8.05 CONTRACTOR'S supervisor shall carry cellular telephones with local San Diego
region area code. Supervisor shall respond to any call from the CITY within thirty
(30) minutes at any time.
City Attorney Approved Version 2/29/16
19
GS1418
9.00 SAFETY
9.01 CONTRACTOR agrees to perform all work outlined in this CONTRACT in such a
manner as to meet all accepted standards for safe practices during the
performance of his duties and to safely maintain stored equipment, machines, and
materials or other hazards consequential or related to the work; and agrees
additionally to accept the sole responsibility for complying with all CITY, County,
State or Federal requirements at all times so as to protect all persons, including
CONTRACTOR'S employees, agents of the CITY, vendors, members of the public
or others from foreseeable injury, or damage to their property. CONTRACTOR
shall make annual inspections for any potential hazards at said sites and keep a
log indicating date inspected and action taken.
9.02 CONTRACTOR shall notify the CONTRACT ADMINISTRATOR immediately of
any occurrence of accident, injury, or persons requiring emergency services and,
if so requested, shall prepare a written report thereof to the CONTRACT
ADMINISTRATOR within three (3) calendar days following the occurrence.
CONTRACTOR shall cooperate fully with the CITY in the investigation of any such
occurrence.
10.00 HOURS AND DAYS OF SERVICES
10.01 The acceptable daily hours of routine preventative maintenance services shall be
7:00am to 5:00pm, which shall be considered normal work hours as may pertain
to any other provision of the CONTRACT. Annual maintenance services of
chillers, cooling towers or other maintenance activities requiring extended shut
down of HVAC systems or key components shall be performed after hours, on
weekends or at times acceptable to the CONTRACT ADMINISTRATOR. All costs
for after-hours work shall be reflected in the CONTRACTOR'S bid item price for
these services and additional compensation shall not be provided.
10.02 CONTRACTOR shall provide staffing to perform the required services during the
prescribed hours as specified in these contract documents. Any changes in the
days and hours of operation heretofore prescribed shall be subject to approval by
the CONTRACT ADMINISTRATOR.
10.03 Per State of California Labor Code, CONTRACTOR is directed to the following
prescribed requirement with respect to the hours of employment. Eight (8) hours
of labor under this CONTRACT shall constitute a legal day's work and said
CONTRACTOR shall not require or permit any laborer, worker or mechanic, or any
subcontractor employed by him to perform any of the work described herein to
labor more than eight (8) hours during any one day or more than forty (40) hours
during any one calendar week, except as authorized by State of California Labor
Code Section 1815.
City Attorney Approved Version 2/29/16
20
GS1418
11.00 PREVENTATIVE MAINTENANCE SCHEDULES
11.01 The CONTRACTOR shall, within thirty (30) days after the award of bid of this
CONTRACT, submit work schedules to the CONTRACT ADMINISTRATOR for
review and approval. Said work schedules shall identify required operations and
delineate the time frames for performance. A Routine Operations Schedule shall
include all tasks required at the intervals required.
The CONTRACTOR shall submit revised schedules when actual performance
differs substantially from planned performance, and from time to time as requested
by the CONTRACT ADMINISTRATOR. Said revisions shall be submitted to the
CONTRACT ADMINISTRATOR for his review and approval, within five (5) working
days prior to the original or revised scheduled time for the work, whichever is
earlier.
12.00 CONTRACTOR'S STAFF AND TRAINING
12.01 The CONTRACTOR shall provide sufficient personnel to perform all work in
accordance with the specification set forth herein.
12.02 In cooperation with the Carlsbad Police Department, CONTRACTOR agrees to,
and to pay for, background checks if required by the CONTRACT
ADMINISTRATOR on all personnel providing HVAC services for this contract. In
the event such background check reveals an item, which Carlsbad Police deems
a security problem, City may request that such individual be removed from the list
of personnel authorized to provide services to the CITY.
12.03 CONTRACTOR'S personnel shall possess the minimum qualifications for the
position in which each is working.
12.04 CONTRACTOR shall have a "Local" representative with authority to contractually
bind CONTRACTOR in matters, which may arise during this agreement
performance period. "Local" in the context of this agreement is defined as the
southern California metropolitan area consisting of San Diego, Orange, Los
Angeles or Riverside counties. CONTRACTOR shall provide, prior to
commencement of work under this Agreement, in writing to the CONTRACT
ADMINISTRATOR, a statement indicating by name the specific authority vested in
the "Local" representative. CONTRACTOR'S "Local" representative shall be
responsible for instructing and training of CONTRACTOR'S personnel in the
proper and specified work method and procedures; directing, scheduling, and
coordinating all services and functions to completely accomplish the work as
required by this Agreement. The "local" representative shall be available for
consultation regarding problems on a daily basis at some time during regular
working hours (8:00a.m. to 5:00p.m., Monday through Friday).
12.06 Each crew of CONTRACTOR'S employees shall include at least one individual
who can communicate effectively and proficiently with CONTRACT
ADMINISTRATOR or City personnel. For the purposes of this section a crew is
City Attorney Approved Version 2/29/16
21
GS1418
understood to be any individual worker or group of workers who might service any
site without other CONTRACTOR'S supervisory personnel present.
12.07 The CONTRACT ADMINISTRATOR may at any time give CONTRACTOR written
notice to the effect that the conduct or action of a designated employee of
CONTRACTOR is, in the reasonable belief of the CONTRACT ADMINISTRATOR,
detrimental to the interest of the public patronizing the premises. CONTRACTOR
shall meet with representatives of the CONTRACT ADMINISTRATOR to consider
the appropriate course of action with respect to such matter and CONTRACTOR
shall take reasonable measures under the circumstances to assure the
CONTRACT ADMINISTRATOR that the conduct and activities of
CONTRACTOR'S employees will not be detrimental to the interest of the public
patronizing the premises.
12.08 The CONTRACT ADMINISTRATOR may at any time order any of the
CONTRACTOR'S personnel removed from the premises when, in the reasonable
belief of the CONTRACT ADMINISTRATOR, said CONTRACTOR'S personnel is
objectionable, unruly, unsafe, or otherwise detrimental to the interest of the CITY
or the public patronizing the premises
12.09 The CONTRACTOR shall require each of his personnel to adhere to basic public
works standards of working attire including uniform shirts and/or vests clearly
marked with the CONTRACTOR'S company name and employee name badges
as approved by the CONTRACT ADMINISTRATOR. Sufficient changes shall be
provided to present a neat and clean appearance of the CONTRACTOR'S
personnel at all times. Shirts shall be worn and buttoned at all times.
CONTRACTOR'S personnel shall be equipped with proper shoes and other gear
required by Local, State and Federal Safety Regulations.
13.00 NON-INTERFERENCE-NOISE
13.01 CONTRACTOR shall not interfere with the public use of the premises and shall
conduct its operations as to offer the least possible obstruction and inconvenience
to the public or disruption to the peace and quiet of the area within which the
services are performed.
13.02 In the event that the CONTRACTOR'S operations must be performed when
persons of the public are present, CONTRACTOR shall courteously inform said
persons of any operations that might affect them and, if appropriate, request
persons to move out of the work area.
14.00 DRUG AND ALCOHOL FREE WORKPLACE
14.01 The CITY is committed to maintaining a work environment free from the effects of
drugs and alcohol consistent with the directives of the Drug Free Workplace Act.
As a condition of this agreement, CONTRACTOR and CONTRACTOR'S
employees shall assist meeting the requirements of this policy as set forth in the
"City of Carlsbad Drug and Alcohol Use Policy" incorporated by reference herein.
City Attorney Approved Version 2/29/16
22
GS1418
CONTRACTOR agrees that CONTRACTOR and CONTRACTOR'S employees,
while performing services for the CITY, on CITY property, or while using CITY
equipment will not be in possession of, use, or be under the influence of drugs or
alcohol.
CONTRACTOR has the duty to inform all employees or agents of CONTRACTOR
that are performing service for CITY on CITY property or using CITY equipment of
the CITY'S objective of a safe, healthful and productive workplace and the
prohibition of drug or alcohol possession, use or impairment from same while
performing such service for CITY.
CITY has the right to terminate, or declare this or any other agreement
CONTRACTOR has with the CITY in DEFAULT if CONTRACTOR'S employees
are determined by the CONTRACT ADMINISTRATOR to have breached the
provisions of Section 15 herein as interpreted and enforced pursuant to the
provision of the "City of Carlsbad Drug and Alcohol Use Policy".
15.00 ASSIGNMENT OF CONTRACT
15.01 CONTRACTOR shall not assign this contract or any part thereof and or monies
due there under without the prior written consent of the CONTRACT
ADMINISTRATOR.
16.00 EXTRA WORK
16.01 The CITY may award Extra Work to the CONTRACTOR, or to other forces, at the
discretion of the CONTRACT ADMINISTRATOR. New or unforeseen work will be
classified as "Extra Work" when the CONTRACT ADMINISTRATOR determines
that it is not covered by CONTRACT unit prices. Adjustment in payment for Extra
Work shall be performed by agreement between the CONTRACT
ADMINISTRATOR and the CONTRACTOR or on a NEGOTIATED PROPOSAL
AND ACCEPTANCE basis in accordance with Section 17.00 or on a TIME AND
MATERIALS basis in accordance with Section 18.00.
16.02 If the CONTRACT ADMINISTRATOR determines that the Extra Work can be
performed by CONTRACTOR'S present work force, CONTRACT
ADMINISTRATOR may authorize modification of the CONTRACTOR'S Routine
Operations Schedule or Annual Calendar in order to compensate CONTRACTOR
for performing said work.
16.03 Prior to performing any Extra Work, the CONTRACTOR shall prepare and submit
a written proposal including a description of the work, a list of materials, and a
schedule for completion. No work shall commence without written approval of the
CONTRACTOR'S proposal by the CONTRACT ADMINISTRATOR. This proposal
is subject to acceptance or negotiation by the CONTRACT ADMINISTRATOR.
City Attorney Approved Version 2/29/16
23
GS1418
16.04 In the event that CONTRACTOR'S proposal for Extra Work is not approved, the
CONTRACT ADMINISTRATOR reserves the right to perform such work with other
forces or to compel the CONTRACTOR to perform the work on a TIME AND
MATERIALS Basis. Invoices for EXTRA WORK on a TIME AND MATERIALS
basis are subject to CONTRACTOR markup in accordance with the Vendor's
Proposed Cost of Services chart.
16.05 When a condition exists which the CONTRACT ADMINISTRATOR deems urgent,
the CONTRACT ADMINISTRATOR may verbally authorize the work to be
performed upon receiving a verbal estimate from the CONTRACTOR. However,
within twenty-four (24) hours after receiving a verbal authorization, the
CONTRACTOR shall submit a written estimate, consistent with the verbal
authorization, to the CONTRACT ADMINISTRATOR for approval.
16.06 All Extra Work shall commence on the specified date established and
CONTRACTOR shall proceed diligently to complete said work within the time
allotted.
17.00 NEGOTIATED PROPOSAL AND ACCEPTANCE
17.01 The CITY may award work to the CONTRACTOR, at the discretion of the
CONTRACT ADMINISTRATOR. New work will be awarded on a negotiated
proposal and acceptance basis as when the CONTRACT ADMINISTRATOR
determines that it is appropriate to negotiate a fixed price for work in lieu of utilizing
unit prices. Payment for Work shall be performed by negotiated agreement
between the CITY and the CONTRACTOR or on a TIME AND MATERIALS basis
in accordance with the Vendor's Proposed Cost of Services chart.
17.02 Prior to performing any work, the CONTRACTOR shall prepare and submit a
written proposal including a description of the work, a list of materials, and a
schedule for completion. No work shall commence without written approval of the
CONTRACTOR'S proposal by the CONTRACT ADMINISTRATOR. This proposal
is subject to acceptance or negotiation by the CONTRACT ADMINISTRATOR.
17.03 All work shall commence on the specified date established and CONTRACTOR
shall proceed diligently to complete said work within the time allotted.
18.00 TIME AND MATERIALS
18.01 In the event that the CONTRACT ADMINISTRATOR determines that work
requested is of an unknown duration, not easily quantified or the CONTRACTOR'S
proposal for work is not approved, the CONTRACT ADMINISTRATOR reserves
the right to perform such work with other forces or to compel the CONTRACTOR
to perform the work on a TIME AND MATERIALS basis.
City Attorney Approved Version 2/29/16
24
GS1418
18.02 The CONTRACT ADMNISTRATOR may direct CONTRACTOR to proceed by
allowing him/her to use the following rates or percentages as added costs for the
markup of all overhead and profits:
1) Labor .......... As Stipulated in Vendor's Proposed Cost of Services chart.
2) Materials ...... As Stipulated in Vendor's Proposed Cost of Services chart.
3) Equipment Rental ................... 15
4) Other Items and Expenditures .... 15
Regardless of ownership, the rates and right-of-way delay factors to be used in
determining rental and delay costs shall be the edition of the, Labor Surcharge and
Equipment Rental Rates published by CAL TRANS, current at the time of the actual
use of the tool or equipment. The right-of-way delay factors therein shall be used
as multipliers of the rental rates for determining the value of costs for delay to the
CONTRACTOR and subcontractor, if any. The labor surcharge rates published
therein are not a part of this contract."
18.03 All work shall commence on the specified date established and CONTRACTOR
shall proceed diligently to complete said work within the time allotted.
City Attorney Approved Version 2/29/16
25
CITY OF CARLSBAD,
TECHNICAL PUBLICATION
HEATING, VENTILATION AND AIR CONDITIONING
PREVENTATIVE MAINTENANCE
QUALITY STANDARDS
GS1418
City Attorney Approved Version 2/29/16
26
GS1418
TABLE OF CONTENTS
PREVENTATIVE MAINTENANCE QUALITY STANDARD
THEORY
EQUIPMENT & ENCLOSURES
SAFETY
CONTROLS & OTHER EQUIPMENT
PREVENTATIVE MAINTENANCE TASKS AND SCHEDULES
City Attorney Approved Version 2/29/16
27
GS1418
MAINTENANCE QUALITY STANDARDS
MAINTENANCE THEORY
Quality maintenance includes all the necessary tasks required to keep equipment in a
safe economical and dependable operation. Scheduled routine preventative maintenance
on HVAC equipment will not only prolong the life of the equipment, but will greatly reduce
the overall outlay of financial resources by both the owner and the service company.
Eventually all equipment will wear out or be replaced by new technology. However, the
HVAC contractor has a responsibility to maximize the life and economic operation of the
equipment.
EQUIPMENT & ENCLOSURES: The equipment enclosures and equipment are to be
painted, kept free of dust, lint, oil residue, dusts and debris. Units shall be maintained in
a reasonably clean and dry condition. Oil spills shall be cleaned up immediately and
reported to the Inspector. Refrigerant and oil leaks shall be documented and reported to
the Inspector. All waste materials will be removed for the area immediately and disposed
of properly. Cleaning these areas will be performed in accordance with the contractor's
maintenance guide.
Code authorities prohibit the storage of equipment and parts not relative to the operation
and maintenance of the HVAC equipment in the enclosures. Spare HVAC parts,
lubricants and wiring diagrams will be kept orderly in storage cabinets provided for the
job by the HVAC contractor. Metal rag pails with covers will be provided for the storage
of clean rags only. Up to date service charts, callback logs, and Material Data Sheets will
be readily accessible. All chemicals must be properly labeled.
All fastenings and screws will be secured and tightened. Missing screws shall be
replaced. Operating Panels, Indicators and markings shall be maintained as installed.
Defaced components will be reported to the Inspector. Equipment enclosures and doors
shall be kept locked to prevent unauthorized access.
SAFETY
Safety awareness is of the utmost importance when working on HVAC equipment, not
only for the mechanic and City Staff but also the casual observer who may wander into a
work area unannounced. Barricades, proper tools and safety equipment will be proved by
the HVAC contractor to minimize risk of exposure to danger to employees and public.
Under no circumstances should work be performed in un-barricaded areas. If continuous
work is performed, doors should be closed when the immediate area unattended.
Strict adherence to the lock out tag out procedure shall be enforced.
City Attorney Approved Version 2/29/16
28
GS1418
All safety devices and circuits shall operate as intended. They shall not be overridden and
must operate in compliance with applicable codes. Unsafe equipment or conditions will
be corrected or reported to the proper personnel immediately. Under no circumstances
shall unsafe equipment be put into operation. Periodic checks will be performed to ensure
proper operation of all safety devices.
Lighting in the work areas shall be sufficient so as not to endanger maintenance
personnel. Unique or adverse job conditions and deviation for the prevailing codes with
respect to the HVAC spaces or work areas shall be documented and discussed with the
Inspector. Environmental conditions must be suitable for the safe operation of equipment
by the public and company employees.
CONTROLS & OTHER EQUIPMENT
Controls and other operational apparatus will be kept clean, properly lubricated and
adjusted as required; relays and contactors shall be kept clean and operating without
excessive arc. All electrical connections shall be tight, taped and tagged when not in use.
Coils, contacts, relays and resistors showing signs of deterioration shall be included in
non-routine maintenance and replaced as necessary. Care must be exercised when
handling printed circuit boards. Proper grounding is necessary when handling some
versions of solid-state boards in stock locally or have access to spares for overnight
delivery.
All modes, programs and operations shall be maintained as originally intended,
engineered, and manufactured.
PREVENTATIVE MAINTENANCE TASKS AND SCHEDULES
REQUIRED SERVICE WORK
1. Heating System
Boilers, burners, furnaces, pumps, heating coils, water strainers, unit heaters, duct
heaters, heat exchangers, humidifiers, etc. The contractor shall clean, inspect and
adjust these items, each visit. The contractor shall provide detailed information as
to services performed and condition .of each individual component in the service
report. The contractor shall inform the Inspector of any anticipated equipment
failures of these component items in the service report.
2. Cooling System
Air conditioning compressor(s), evaporative condenser, air cooled condensers,
cooling towers, cooling tower fans, pumps, water chillers, cooling coils, etc. The
contractor shall clean, inspect and adjust these items, each visit. The contractor
City Attorney Approved Version 2/29/16
29
GS1418
shall provide detailed information as to services performed and condition of each
individual component in the service report. The contractor shall inform the
Inspector of any anticipated equipment failures of these component items in the
service report.
3. Air Handling System
Fans, motors, air grills, plenums, registers, air filters, damper induction units,
mixing boxes, fan coil units, etc. The contractor shall clean, inspect and adjust
these items, each visit. The contractor shall provide detailed information as to
services performed and condition of each individual component in the service
report. The contractor shall inform the Inspector of any anticipated equipment
failures of these component items in the service report.
4. Temperature Control System
Thermostats, pressure controls, relays, limits, valve operators, damper motors,
humidity controls, step switches, time clocks, contactors, controllers, capacity
controls, safety controls, recorders, control panels, gauges, and air compressor(s)
for pneumatic control system, where applicable. The contractor shall clean,
inspect and adjust these items, each visit. The contractor shall provide detailed
information as to services performed and condition of each individual component
in the service report. The contractor shall inform the Inspector of any anticipated
equipment failures of these component items in the service report.
5. Miscellaneous Equipment
Exhaust fans, manual valves, float valves, direct expansion valves, thermometers,
gauges, magnetic starters, manual motor starters, pump and fan motor drives,
belts, electrical wiring from motor starter to their respective motor, check valves,
refrigerant piping and piping insulation, refrigerant. The contractor shall clean,
inspect and adjust these items, each visit. The contractor shall provide detailed
information as to services performed and condition of each individual component
in the service report. The contractor shall inform the Inspector of any anticipated
equipment failures of these component items in the service report.
6. Air Filters
All replacement air filters for equipment serviced under this agreement shall be
pleated Ecoaire E35 or approved equivalent.
7. Belt Driven Equipment
Within 30 Calendar days after receiving a Notice to Proceed from the CITY, the
CONTRACTOR shall obtain spare drive belts for every piece of equipment in the
CITY'S HVAC equipment inventory. These spare belts are to be kept at the same
location of the equipment they service.
City Attorney Approved Version 2/29/16
30
GS1418
Eighteen (18) months after the Notice to Proceed and eighteen (18) months after
execution of any amendments to extend the agreement, the CONTRACTOR
procure an additional set of drive belts and shall install the previously procured
spare belts on each and every piece of equipment. The CONTRACTOR shall
include this cost as part of his BID ITEM price for routine preventative maintenance
and no other compensation will be provided.
City Attorney Approved Version 2/29/16
31
GS1418
DETAILED PREVENTATIVE MAINTENANCE EQUIPMENT
SERVICE REQUIREMENTS
A. PACKAGED AIR CONDITIONING UNITS/HEAT PUMPS
1. COMPRESSOR
a. Check and record head pressure.
b. Check and record suction pressure.
c. Check, adjust and record refrigerant level.
d. Check for leaks.
e. Check and record amperage.
f. Check crankcase heater.
g. Check electrical terminal connections.
h. Check all safety devices.
2. ELECTRICAL
a. Check all terminals for tightness.
b. Check all disconnects.
c. Check all contactors and relays.
d. Check all controls for proper operation.
e. Check thermostat operations.
3 EVAPORATOR BLOWER
a. Lubricate.
b. Inspect blower wheel.
c. Check for vibration.
d. Inspect motor mounts.
e. Check fan rotation.
f. Adjust belt tension as required.
g. Replace fan belts as required.
4. AIR COOLED CONDENSER
a. Inspect coil for leaks.
b. Inspect coil for dirt/debris, clean as required.
c. Inspect filter dryers and check for temperature differential.
d. Lubricate all motors.
e. Check intake screen.
f. Check and adjust drive belts.
g. Replace drive belts as required.
h. Inspect fan blades, clean as required.
City Attorney Approved Version 2/29/16
32
GS1418
5. EVAPORATOR COIL
a. Check for leaks.
b. Check coil inlets for dirt/debris or obstruction.
c. Clean evaporator coil.
d. Add algaecide as required.
e. Check (and clear as needed) condensation discharge lines.
6. ECONOMIZER
a. Lubricate all linkages.
b. Lubricate all dampers.
c. Manually operate all dampers.
d. Check economizer motors.
e. Check economizer controls.
7. FILTERS
a. Replace filters at each inspection.
B. PACKAGE AIR CONDITIONING UNITS WITH GAS FURNACE
1. COMPRESSOR
a. Check and record head pressure.
b. Check and record suction pressure.
c. Check, adjust and record refrigerant level.
d. Check for leaks.
e. Check and record amperage.
f. Check crankcase heater.
g. Check electrical terminal connections.
h. Check all safety devices.
2. ELECTRICAL
a. Check all terminals for tightness.
b. Check all disconnects.
c. Check all contactors and relays.
d. Check all controls for proper operation.
e. Check thermostat operations.
3. EVAPORATOR BLOWER
a. Lubricate.
b. Inspect blower wheel.
c. Check for vibration.
33
City Attorney Approved Version 2/29/16
d. Inspect motor mounts.
e. Check fan rotation.
f. Adjust belt tension as required.
g. Replace fan belts as required.
4. AIR COOLED CONDENSER
a. Inspect coil for leaks.
b. Inspect coil for dirt/debris, clean as required.
c. Inspect filter dryers and check for temperature differential.
d. Lubricate all motors.
e. Check intake screen.
f. Check and adjust drive belts.
g. Replace drive belts as required.
h. Inspect fan blades, clean as required.
5. EVAPORATOR COIL
a. Check for leaks.
b. Check coil inlets for dirt/debris or obstruction.
c. Clean evaporator coil.
d. Add algaecide as required.
e. Check (and clear as needed) condensation discharge lines.
6. ECONOMIZER
a. Lubricate all linkages.
b. Lubricate all dampers.
c. Manually operate all dampers.
d. Check economizer motors.
e. Check economizer controls.
7. BURNER
a. Check for proper combustion.
b. Check pilot.
c. Check all limit controls.
d. Check pilot safety devices.
e. Check gas valve operations.
f. Check all control settings.
g. Check thermocouple.
h. Check automatic water feed.
i. Check low water cutoff safety.
J. Perform combustion analysis.
k. Check for proper flame.
I. Inspect and clean burner orifice.
m. Check and adjust primary air.
n. Check and clean pilot orifice and igniters.
GS1418
City Attorney Approved Version 2/29/16
34
8. FLUE PIPE
a. Inspect for soot, corrosion, and leaks, clean as required.
b. Inspect vent cap.
9. FILTERS
a. Replace filters at each inspection.
C. SPLIT AIR CONDITIONING UNITS/HEAT PUMPS
1. COMPRESSOR
a. Check and record head pressure.
b. Check and record suction pressure.
c. Check, adjust and record refrigerant level.
d. Check for leaks.
e. Check and record amperage.
f. Check crankcase heater.
g. Check electrical terminal connections.
h. Check all safety devices.
2. ELECTRICAL
a. Check all terminals for tightness.
b. Check all disconnects.
c. Check all contactors and relays.
d. Check all controls for proper operation.
e. Check thermostat operations.
3. EVAPORATOR BLOWER
a. Lubricate.
b. Inspect blower wheel.
c. Check for Vibration.
d. Inspect motor mounts.
e. Check fan rotation.
f. Adjust belt tension as required.
g. Replace fan belts as required.
4. AIR COOLED CONDENSER
a. Inspect coil for leaks.
b. Inspect coil for dirt/debris, clean as required.
c. Inspect filter dryers and check for temperature differential.
d. Lubricate all motors.
e. Check intake screen.
GS1418
City Attorney Approved Version 2/29/16
35
f. Check and adjust drive belts.
g. Replace drive belts as required.
h. Inspect fan blades, clean as required.
5. EVAPORATOR COIL
a. Check for leaks
b. Check coil inlets for dirt/debris or obstruction.
c. Clean evaporator coil.
d. Add algaecide as required.
e. Check (and clear as needed) condensation discharge lines.
6. ECONOMIZER
a. Lubricate all linkages.
b. Lubricate all dampers.
c. Manually operate all dampers.
d. Check economizer motors.
e. Check economizer controls.
7. FILTERS
a. Replace filters at each inspection.
D. BOILERS
1. BOILER
a. Check for proper combustion.
b. Check pilot.
c. Check all limit controls.
d. Check pilot safety devices.
e. Check gas valve operation.
f. Check thermocouple.
g. Check all control settings.
h. Check automatic water feed.
i. Check low water/high temperature cut off safety.
2. BURNER SECTION
a. Perform combustion analysis.
b. Check for proper flame.
c. Inspect and clean burner orifice.
d. Check and adjust primary air.
e. Check and clean pilot orifices and igniters.
GS1418
City Attorney Approved Version 2/29/16
36
3. FLUE PIPE
a. Inspect for soot, corrosion, and leaks. Clean if required.
b. Inspect vent cap.
4. BOILING PIPING (WATER AND GAS)
a. Check for leaks.
b. Check all valves for complete shutoff.
c. Check strainers.
d. Check make up water pressure regulation.
e. Blow down boiler.
f. Check relief valve.
GS1418
g. Provide the necessary labor and chemicals to properly maintain all water
within the heating and cooling circulating system(s) to control metal
corrosion, scale formation, biological fouling, or contaminated discharge.
h. All water treatment compounds and additives shall be biodegradable,
non-toxic, non-chromate, and non-acid in the recirculating water.
Discharged effluents shall be chemically nonacid, meet wastewater
discharge standards of any and all regulatory agencies, Federal, State, and
Local, and shall meet all existing pollution control standards.
i. Provide all labor to take test samples, adjust feed rates, change settings,
drain and flush systems, service automatic equipment, manually inject
chemicals (for closed systems), physically clean (a) spray nozzles, (b)
eliminators, (c) tower interior as needed, and provide a detailed water
analysis and service report monthly after performing those services outlined
above.
J. Inspect system(s) for any new scale formation, organic growths, and other
visible foulants and propose corrective action as required.
E. EXHAUST FANS
1. MOTOR
a. Check operation.
b. Check motor mounts.
c. Check motor temperature.
d. Check and record amperage.
e. Check and adjust pulley condition and alignment as required.
f. Lubricate.
2. BLOWER ASSEMBLY
a. Inspect backdraft dampers.
b. Check for unusual vibration.
c. Inspect, adjust and replace fan belts as required.
d. Check for and remove debris.
City Attorney Approved Version 2/29/16
37
GS1418
e. Lubricate.
3. ELECTRICAL
a. Inspect all electrical connections.
b. Inspect all disconnects.
c. Check and record amperage draws.
F. CHILLERS
1. ROUTINE CHILLER INSPECTIONS AND MAINTENANCE
a. Provide materials and supplies including oil, oil filters, gaskets, nitrogen,
sight glass, etc. for inspections and maintenance.
b. Operate purge unit to remove non-condensable gases, obtain vacuum and
ensure unit operates properly.
c. Check purge unit canister for depletion, replace as required.
d. Start chiller-ensure proper oil temperature prior to start-up.
e. Check operating conditions, including refrigerant and lubrication levels,
temperatures and pressures.
f. Leak test entire system, including refrigerant, oil and water loops, and
eliminate minor leaks.
g. Check, calibrate, and record all operating and safety controls.
h. Check starter operation, record voltage and current.
i. Check operation of vane positioner.
j. Instruct operator as to proper or unusual operating conditions, and advise
on troubleshooting techniques.
k. Record operating pressures, temperatures, voltages and amperages.
I. Verify accuracy of gauges and thermometers.
m. Check, adjust and record all operating and safety controls.
n. Ensure refrigerant and oil are at proper levels.
o. Check purge unit operation and condition.
p. Provide the necessary labor and chemicals to properly maintain all water
within the heating and cooling circulating system(s) to control metal
corrosion, scale formation, biological fouling, or contaminated discharge.
q. All water treatment compounds and additives shall be biodegradable,
non-toxic, non-chromate, and non-acid in the recirculating water.
Discharged effluents shall be chemically nonacid, meet wastewater
discharge standards of any and all regulatory agencies, Federal, State, and
Local, and shall meet all existing pollution control standards.
r. Inspect system(s) for any new scale formation, organic growths, and other
visible foulants and propose corrective action as required.
City Attorney Approved Version 2/29/16
38
GS1418
2. ANNUAL CHILLER INSPECTIONS AND MAINTENANCE
A. SAFETIES AND CONTROLS
a. Check and calibrate all safety and operating controls including, but not
limited to: low chilled water safety and temperature controller, low
refrigerant supply, high condenser pressure safety, low oil pressure failure
safety, chilled water flow switch, condenser water pump auxiliary contacts,
and starter anti-recycler timer main control.
b. Verify proper operation of any electronic components.
c. Check operation of vane positioner, lubricate as required.
d. Inspect wiring and connections for signs of overheating, ensure all
connections are tight.
e. Ensure all indicator and alarm lights are functioning.
B. STARTER
a. Meg motor, record readings.
b. Inspect wiring, ensure terminals are tight.
c. Check contacts for wear.
d. Check and top-up dash pot oil where applicable.
C. PURGE UNIT
a. Service and inspect compressor.
b. Change oil if applicable.
c. Purge unit canister for its depletion, replace as required.
D. LUBRICATION AND LUBRICATION SYSTEMS
a. Lubricate all moving parts including pumps, motors, linkage and any other
ancillary devices.
b. Inspect condition of starter.
c. Meg oil pump motor, record readings.
d. Ensure all connections are tight.
e. Verify operation of oil heater, check and tighten leads as required.
f. Verify operation of oil cooler, where applicable.
g. Clean strainer, replace filter and gaskets.
h. Change oil, clean oil sump and reassemble.
i. Change the oil bypass filter if installed.
E. OTHER ANNUAL REQUIRED CHILLER SERVICE
a. Clean condenser tubes by brush cleaning. Obtain Public Works Supervisor,
Facilities approval if chemical cleaning is required. Replace gaskets.
b. Remove refrigerant from Chiller. This refrigerant will be reclaimed and
reintroduced to the chiller to remove additional residual oil and moisture to
City Attorney Approved Version 2/29/16
39
GS1418
acceptable operating levels. Once completed, the refrigerant will be
charged into the chiller. Refrigerant removal will include: (1) All necessary
cylinder and transportation to perform the refrigerant side mineral oil
reduction process. (2) All work to be performed in compliance with EPA
regulations with respect to Section 608 of the Clean Air Act. (3) Certified,
supervised personnel. (4) Necessary laboratory analysis of the refrigerant
side service to establish level of completion. (5) All refrigerant used to
perform the refrigerant side service will be weighted to established total use.
(6) All refrigerant used will be properly evacuated and reclaimed to
specifications. (7) System will be re-charged with reclaimed (from machine
being serviced) refrigerant upon completion (additional refrigerant if needed
will be supplied by the contractor and paid for as specified elsewhere in the
contract. (8) Provide continuous online monitoring for oil and perform visual
test for particulate matter during flush procedure. (9) Complete leak test of
machine and eliminate any leaks. (B) Change oil and oil filters in chillers
and disposal of used oil and filters.
NOTE* CHILLER MAINTENANCE AT LIBRARY FACILITIES IS TO OCCUR
BETWEEN THE HOURS OF 7:00 PM AND 7:00 AM ONLY. CHILLER
MAINTENANCE AT OTHER CITY FACILITIES IS TO OCCUR BETWEEN THE
HOURS OF 5:00 PM FRIDAYS THROUGH 7:00 AM MONDAYS. THIS
MAINTENANCE WILL NOT BE COMPENSATED AS AFTER HOURS WORK.
G. EVAPORATIVE CONDENSER(S) AND COOLING TOWER(S)
SERVICE
1. REGULAR SCHEDULED MAINTENANCE
a. Check fan and motor bearings, lubricate as necessary.
b. Check tightness and adjustment of thrust collars on sleeve bearing units
and locking collars on ball bearing units.
c. Check belt tension and condition. Adjust tension or replace belts as
necessary.
d. Clean strainer.
e. Check for biological growth in sump. Perform water treatment service with
biocide agents if necessary.
f. Provide the necessary labor and chemicals to properly maintain all water
within the heating and cooling circulating system(s) to control metal
corrosion, scale formation, biological fouling, or contaminated discharge.
g. Clean and flush sump.
h. Check the spray distribution system. Check clean and re-orient nozzles as
necessary. Adjust and flush out troughs as necessary.
1. Check operating water level in the pan and adjust float valve, as necessary.
J. Check bleed-off rate and adjust as necessary.
k. Check fans and air inlet screens and remove any dirt or debris.
City Attorney Approved Version 2/29/16
40
GS1418
*In addition to routine maintenance services detailed in this section, the
CONTRACTOR shall inspect and perform all items necessary for water
treatment of the cooling tower at DOVE LIBRARY once per month.
City Attorney Approved Version 2/29/16
41
GS1418
2. COOLING TOWER ANNUAL MAINTENANCE
a. Check make-up valve for proper operation. Check float ball for buoyancy.
b. Check surfaces for scale, sludge and debris, clean as necessary.
c. Check access door gaskets and replace as necessary.
d. Check the condition of the cooling tower fill. If it is clogged or deteriorated
replace it with factory authorized replacement fill.
e. Drain the unit and inspect the unit casing. Clean and touch-up any areas
showing signs of deterioration. All damaged areas are to be cleaned to bare
metal and refinished with Zinc Rich Compound (ZRC).
f. Eliminate any casing joint leaks while the unit is drained.
g. Remove any deposits and build up in sump that cannot be removed by
flushing.
h. Apply an initial biocide treatment. (See water treatment section of the
appropriate maintenance manual).
i. Check capacity control dampers and rotate through the full range and insure
that they do not bind.
J. Verify operation and condition of electrical damper controls. Inspect wiring
and end switch and verify setting is correct.
k. Lubricate all sleeve bearings. Refill each bearing cup several times to
saturate the felt wick in the bearing cartridge. Use only factory authorized
lubricants.
I. Purge ball bearings with new grease.
m. Lubricate fan motors and pumps in accordance with the manufacturer's
instructions.
n. Inspect the operating water level seven (7) days after service. Adjust as
necessary.
NOTE* COOLING TOWER MAINTENANCE AT LIBRARY FACILITIES IS TO
OCCUR BETWEEN THE HOURS OF 7:00PM AND 7:00AM ONLY. COOLING
TOWER MAINTENANCE AT OTHER CITY FACILITIES IS TO OCCUR
BETWEEN THE HOURS OF 5:00 PM FRIDAYS THROUGH 7:00 AM
MONDAYS. THIS MAINTENANCE WILL NOT BE COMPENSATED AS
AFTER HOURS WORK.
H. FURNACES
1. CONTROLS
a. Check pilot.
b. Check all limit controls.
c. Check pilot safety devices.
d. Check gas valve operation.
e. Check thermocouple.
f. Check all control settings.
g. Check thermostat operations.
City Attorney Approved Version 2/29/16
42
GS1418
2. BURNER SECTION
a. Check for proper flame.
b. Inspect and clean burner orifice.
c. Check and adjust primary air.
d. Check and clean pilot orifices and igniters.
e. Check heat exchanger for cracks.
3. FLUE PIPE
a. Inspect for soot, corrosion, and leaks. Clean if required.
b. Inspect vent cap.
NOTE* FURNACE MAINTENANCE OPERATIONS ARE TO BE SCHEDULED
FOR SEPTEMBER TO INSURE THE EQUIPMENT IS IN PROPER OPERATING
CONDITION PRIOR TO WINTER.
I. VFD'S
1. CONTROLS
a. Check all terminals for tightness.
b. Check all disconnects.
c. Check all contactors, indicator lights and relays.
d. Check all controls for proper operation.
e. Clean and dust all VFD cabinets inside and out.
City Attorney Approved Version 2/29/16
43
GS1418
Alga Norte Community 4 Package AC Units
1 Center 17,400 5 Exhaust Fans
6565 Alicante RD 4 Auxiliary Heaters
4 Package AC Units
2 Calavera Community Center 17,400 5 Exhaust Fans 2997 Glasgow Drive 4 Auxiliary Heaters
2 Package AC Units
1 Split AC System
1 Boiler
3&4 City Hall Complex 16,000 1 Chiller 1200 Carlsbad Village Drive 3 Exhaust Fans
4 Water Pumps
2 Multi Zone Air Handlers
Parks Division
1,950 2 Split System 5 Administration and Modular 2 Wall Mounts 1166 Carlsbad Village Drive
2 Gas/Electric Split Systems Facilities/Streets Division
10,000 3 Mini AC Split Systems 6 Administration Complex 3 Bard Heat Pumps 405 Oak Avenue 4 Utility Heaters
Community Swim Complex 4,100 3 Wall Heaters 7 3401 Monroe Street 1 Exhaust Fan
8 City Council Chambers 2,500 4 Package Heat Pumps 1200 Carlsbad Village Drive
2 Chillers
1 Boiler
7 VFD's
41 VAV's
9,10 Dove Library 65,000 5 Water Pumps
4 Reheat Coils &11 1775 Dove Lane
7 Air Handlers
11 Exhaust Fans
1 Cooling Tower
3 Split AC S stems
12 Elmwood House 1,850 1 Gas/Electric Split System 1255 Elmwood Avenue
20 Gas/Electric Package Units
22 Split Heat Pumps
13 City Administration 68,000 6 Exhaust Fans 1635 Faraday Avenue 2 Make-air Fans
1 Ice Machine
City Attorney Approved Version 2/29/16
44
GS1418
14 Fire Station #1 5,040 2 Gas/Electric Split Systems 1275 Carlsbad Village Drive
15 Fire Station #2 3,980 1 Gas/Electric Split System 1906 Arena! Road
Fire Station #3 15 Exhaust Fans
16 3465 Trailblazer Way, 4,100 5 Rooftop Packages
1 Split Systems
17 Fire Station #4 3,900 1 Gas/Electric Split System 6885 Bati uitos Lane
18 Fire Station #5 12,600 8 Gas/Electric Package Units
2540 Orion Way 2 Exhaust Fans
Fire Station #6 3 Gas Electric Package Units
19 7201 Rancho Santa Fe Rd. 6,190 3 Exhaust Fans*
*(2-2400 &1-1100 CFM)
20 Fleet Maintenance 10,350 2 Trane Roof Heaters
2480 Impala Way 1 Gas/Electric Package Unit
21 Granary 575 1 Utility Heater 2659 Garfield Street
22 Harding Community Center 12,400 3 Gas/Electric Package Units
3096 Harding Street 3 Utility Heaters
23 Heritage Hall 1,600 1 Utility Heater 2659 Garfield Street
24 Hiring Center 280 1 Heat Pump 5958 El Camino Real
25 Holiday House 855 1 Split System 3235 Eureka Place
26 Kruger House 1,200 1 Split System 3215 Eureka Place
2 Gas/Electric Package Units*
27 Learning Center 11,400 (12 Ton Each)*
3368 Eureka Place 1 Split System**
(1.5 Ton Liebert)**
1 Chiller (90 Ton)
1 Boiler
28&29 Cole Library 24,600 5 Air Handlers
1250 Carlsbad Village Drive 4 VFD's
14 VAV's
4 Water Pumps
City Attorney Approved Version 2/29/16
45
GS1418
4,100 2 Split Systems
31 Railroad Depot
400 Carlsbad Village Drive 1,600 2 Furnaces
1,900 32 Scout House
3225 Eureka Place 1 Split System
Stagecoach Community 5 Exhaust Fans
33 Center 17,400 4 Gas/Electric Package Units
3420 Camino de los Coches 4 Utility Heaters
1 Chiller
1 Boiler
3 Air Handlers
2 Mini Splits
Safety Center 4 VFD's
34&35 64,000 66VAV's 2560 Orion Way 3 Water Pumps
4 Gas/Electric Package Units
2 Split System
18 Exhaust Fans
1 Ice Machine
5 Package Heat Pumps
3 Split Systems
1 VFD
1 Air Handler
36 Senior Center 28,300 1 Boiler
799 Pine Ave. 1 Swamp Cooler
1 Exhaust Fan
1 Reach In Refrigerator
1 Reach In Freezer
1 Ice Machine
Water District 3 Split Systems
37 5950 El Camino Real 18,300 2 Exhaust Fans
5 Package Heat Pumps
17 Package Heat Pumps
38 Las Palmas 22,300 1 Split System
2075 Las Palmas Dr. 1 Exhaust Fan
City Attorney Approved Version 2/29/16
46
39
40
Carrillo Ranch Park
6200 Flying Leo Carrillo Ln.
Recreation Modular
3330 Harding St.
47
GS1418
3,100
1440 2 Bard Heat Pumps
City Attorney Approved Version 2/29/16