HomeMy WebLinkAboutSeaside Heating and Air Conditioning Inc; 2016-12-05; PWM17-47GSCITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
SHOOTING RANGE EXHAUST MOTOR REPLACEMENT
PWM17-47GS
~RATIFICATION OF AGREEMENT is entered into as of the S-lli day of ~ r'~. , 2016, but effective as of 81h day of November 2016, by and between the itY()f Carlsbad, California, a municipal corporation, (hereinafter called "City"), and Seaside Heating and
Air Conditioning, Inc., a California corporation whose principal place of business is 1359 Rocky Point Drive,
Oceanside, California 92056, (hereinafter called "Contractor").
City and Contractor agree as follows:
DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the
project described by these Contract Documents (hereinafter called "Project").
PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools,
equipment, and personnel to perform the work specified by the Contract Documents unless excepted
elsewhere in this Contract.
CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract,
Contractor's Proposal, the Plans and Specifications, the General Provisions, addendum(s) to said Plans
and Specifications, and all proper amendments and changes made thereto in accordance with this Contract
or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict,
this Contract will supersede terms and conditions in the Contractor's proposal.
LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carlsbad
Ordinances governing labor.
GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project
in accordance with directions and subject to inspection approval and acceptance by: Jason Kennedy
(City Project Manager)
WAGE RATES. 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 Sections 1770,
1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the
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 workers employed by him or her in execution of the Contract.
Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code
and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act."
The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5.
The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the
Contract for work.
A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the
requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract
for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5.
This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations.
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.
SHOOTING RANGE EXHAUST
MOTOR REPLACEMENT Page 1 of 7 City Attorney Approved 9/27/2016
PWM17-47GS
FALSE CLAIMS. Contractor hereby agrees that any contract claim submitted to the City must be asserted
as part of the contract process as set forth in this agreement and not in anticipation of litigation or in
conjunction with litigation.
Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act,
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 the information.
The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining
to false claims are incorporated herein by reference.
Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an
administrative debarment proceeding wherein the contractor may be prevented from further bidding on
public contracts for a period of up to five years and that debarment by another jurisdiction is grounds for
the City of Carlsbad to disqualify the Contractor or subcontractor from participating in contract bidding.
Signature: c~~ -
Print Name: d 4 •rt f -~ ?.,..... lc.--.:---c:
REQUIRED INSURANCE. The successful contractor shall provide to the City of Carlsbad, a Certification
of Commercial General Liability and Property Damage Insurance and a Certificate of Workers'
Compensation Insurance indicating coverage in a form approved by the California Insurance Commission.
The certificates shall indicate coverage during the period of the contract and must be furnished to the City
prior to the start of work. The minimum limits of liability insurance are to be placed with California admitted
insurers that 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.
Commercial General Liability Insurance of Injuries including accidental death, to any one person in an
amount not less than ........ $1 ,000,000
Subject to the same limit for each person on account of one accident in an amount not less than
....... $1 ,000,000
Property damage insurance in an amount of not less than ........ $1 ,000,000
Automobile Liability Insurance in the amount of $1,000,000 combined single limit per accident for bodily
injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of
the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-
scheduled. The automobile insurance certificate must state the coverage is for "any auto" and cannot be
limited in any manner_
The above policies shall have non-cancellation clauses providing that thirty (30) days written notice shall
be given to the City prior to such cancellation.
The policies shall name the City of Carlsbad as an additional insured. The full limits available to the named
insured shall also be available and applicable to the City as an additional insured.
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.
BUSINESS LICENSE. The Contractor and all subcontractors are required to have and maintain a valid
City of Carlsbad Business License for the duration of the contract.
SHOOTING RANGE EXHAUST
MOTOR REPLACEMENT Page 2 of 7 City Attorney Approved 9/27/2016
PWM17-47GS
INDEMNITY. The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and
hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of
every kind, nature and description, directly or indirectly arising from or in connection with the performance
of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable
law, rules or regulations including those related to safety and health; and from any and all claims, loss,
damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the
nature of the work covered by the Contract, except for loss or damage caused by the sole or active
negligence or willful misconduct of the City. The expenses of defense include all costs and expenses
including attorneys' fees for litigation, arbitration, or other dispute resolution method.
JURISDICTION. The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for
resolution of any disputes between the parties arising out of this agreement is San Diego County,
California.
Start Work: Contractor agrees to start within .§ working days after receipt of Notice to Proceed.
Completion: Contractor agrees to complete work within 10 working days after receipt of Notice to Proceed.
CONTRACTOR'S INFORMATION.
Seaside Heating and Air Conditioning, Inc.
Ill
Ill
Ill
Ill
Ill
Ill
Ill
(name of Contractor)
790514
(Contractor's license number)
C-20/C38/C4-1/31/2017
(license class. and exp. date)
1000005586
(DIR registration number)
6/30/2017
(DIR registration exp. date)
SHOOTING RANGE EXHAUST
MOTOR REPLACEMENT Page 3 of7
1359 Rocky Point Drive
(street address)
Oceanside, CA 92056
(city/state/zip)
760-643-11 00
(telephone no.)
760-842-5642
(fax no.)
cb@seasidehvac. com
(e-mail address)
City Attorney Approved 9/27/2016
PWM17-47GS
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.
SEASIDE HEATING AND AIR
CONDITIONING, INC. a California corporation
By:
(sign here)
.J i t'''UY\..t.i. Se br.V\.j
(print name/title)
By:
/] c: ..., c::._..--=---·· '-----~,._ ... ~-··
(sign here)
/J /-I ~ /,;J ;>-J ( -tA--t:.-·-r c.:_> f5 c· (, ·~-l-L .....,
(print name/title)
CITY OF CARLSBAD, a municipal corporation
of the State of California
By:
Elaine Lukeyi ting Public Works Director
as authorized by the City Manager
If required by City, proper notarial acknowledgment of execution by Contractor must be attached. !.f._g
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: _.c:.e....t.:=~==:s;Z.-;L.'/...d...L...-=~::::;=._--==o,~-_
Deputy City Attorney
SHOOTING RANGE EXHAUST
MOTOR REPLACEMENT Page 4 of7 City Attorney Approved 9/27/2016
PWM17-47GS
EXHIBIT A
LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR
Set forth below is the full name and location of the place of business of each sub-contractor whom the
Contractor proposes to subcontract portions of the Project in excess of one-half of one percent of the total
bid, and the portion of the Project which will be done by each sub-contractor for each subcontract.
NOTE: The Contractor understands that if it fails to specify a sub-contractor for any portion of the Project
to be performed under the contract in excess of one-half of one percent of the bid, the contractor
shall be deemed to have agreed to perform such portion, and that the Contractor shall not be
permitted to sublet or subcontract that portion of the work, except in cases of public emergency or
necessity, and then only after a finding, reduced in writing as a public record of the Awarding
Authority, setting forth the facts constituting the emergency or necessity in accordance with the
provisions of the Subletting and Subcontracting Fair Practices Act {Section 4100 et seq. of the
California Public Contract Code).
If no subcontractors are to be employed on the project, enter the word "NONE."
SUBCONTRACTORS
Portion of Project to Business Name and Address DIR Registration License No., %of
be Subcontracted No. Classification & Total
Expiration Date Contract
NONE
Total% Subcontracted: Q
The Contractor must perform no less than fifty percent (50%) of the work with its own forces.
SHOOTING RANGE EXHAUST
MOTOR REPLACEMENT Page 5 of7 City Attorney Approved 9/27/2016
PWM17-47GS
EXHIBIT B
SCOPE OF WORK
PURPOSE: Replacement of shooting range exhaust fan 25-horse power (hp) motor specified in facility
plans and specifications as EF 81-10. Re-installation of V-belts and smooth pulleys assemblies onto range
exhaust systems to support future installation of Variable Frequency Drives (VFD).
BACKGROUND: Upon completion of recent range exhaust fan upgrades under contract #PWM16-119GS,
a 25-hp Bald or Reliancer motor, serial no. Z1 009300721 that supplies power to the shooting range exhaust
fan on the 100 yard shooting range over amped and incurred a complete mechanical failure. After a
thorough investigation, it was determined that two issues attributed to the mechanical failure of the motor:
1) Continual hard starts on the motor assemblies due to normal range operations when units are turned on
and off to conserve energy and air filter life, 2) The recent addition of new motor pulleys and carbon cord
timing chains added additional stress to the motor assemblies when the systems were continuously turned
on and off during range operations. The recently installed carbon cord belts do not flex and due to the
motors not having a clutch or slow start to full rotations per minute (rpm), additional stress on the motor
caused the failure. After discussions with Contractor(s), it has been determined that Variable Frequency
Drive (VFD) units will be required on nine (9) exhaust units to remove the hard starting application and to
prevent further wear and tear on the existing motor assemblies.
TASK #1: Remove and replace the existing carbon cord timing chains and grooved pulley systems on five
(5) supply (make-up) air systems and four (4) exhaust systems that supply and exhaust air to both indoor
shooting ranges. Replace with original V-Belt systems with smooth pulley assemblies to the original
specifications as recommended by the belt and motor manufacturers.
TASK #2: Remove and replace 25-hp Balder Reliancer motor, serial no. 21009300721 with 25-hp Leeson
Marine Duty motor, serial no. C0377340-02/03-04. Install motor, align, lubricate and adjust per
manufacturer recommendations. Install new V-belts and pulleys, align, adjust and lubricate per
manufacturer specifications. Provide parts and labor warranty information to the City Project Manager.
TASK #3: Clean, lubricate, align, adjust and test all supply and exhaust system motors on all nine (9) units
to ensure proper calibration, automatic lubrication and operation. Close system compartments and seal
housings as necessary. Remove all debris and construction materials from the roof top.
NOTES:
1. All work will require scheduling with the Facility Manager to ensure no conflicts with training events_
2. Pricing includes prevailing wages.
3. Contractor will provide warranty documentation and equipment specifications to Facility Manager.
4. Contractor will be responsible for lock out tag out procedures on all equipment to ensure safety of
Technician's performing work.
SHOOTING RANGE EXHAUST
MOTOR REPLACEMENT Page 6 of7 City Attorney Approved 9/27/2016
PWM17-47GS
JOB QUOTATION
ITEM NO. UNIT QTY DESCRIPTION PRICE
1 LS 1 Task #1-Labor for re-installation of V-belts and $3,360.00 oullevs on nine (9) ranae suoolv and exhaust units.
2 LS 1 Task #1-Parts for replacement V-belts, pulley and $888.00 bushing assemblies.
3 LS 1 Task #2-Labor for 25-hp motor replacement. $1,920.00
4 LS 1 Task #2-Parts and equipment 25-hp motor for range $3,800.00 exhaust unit, 1 OOyard firearms range.
5 LS 1 Tax on parts. $375.04
6 LS 1 Crane rental fee $750.00
Total 1111093.04*
*Includes taxes, fees, expenses and all other costs.
SHOOTING RANGE EXHAUST
MOTOR REPLACEMENT Page 7 of 7 City Attorney Approved 9/27/2016