HomeMy WebLinkAboutJoseph Velton Jezisek; 2015-02-11; PWL15-52PEMCITY OF CARLSBAD
CONTRACT CHANGE ORDER TRANSMITTAL-C/0 # 1
Project: PWL 15-52PEM, FORCIBLE ENTRY DOOR MODIFICATIONS
pate Routed:
<:f; . '211) • /')
~Jtr;j/(/ Division Head
Department Director
Joe Garuba I Municipal Property Manager
Patrick A. Thomas I PW Director
f<easons for changes: City recently requested the installation of two (2) Troxfire Tru Force
Forcible Entry Systems to create a more realistic training environment for both law
enforcement and firefighting training events. The installation of these door systems required
the removal and relocation of existing Breaching Technology Incorporated (BTl) pry doors.
During the initial phase of this project, changes to the installation procedures had to be made
due to facility design and techniques used by fire and police personnel. It was determined
that additional changes to the initial scope of work are required in order to support the current
training techniques used by police and fire personnel. The changes in the scope of work will
require the following:
Item 1 : Removed one BTl Ram breaching door (inward swing) located at the east entrance
to the residential training structure. Upon removal it was determined that the Ram door would
need to be relocated to the west entrance (Pt Floor) of the residential structure as the Tru
Force Forcible Entry System would not withstand the impacts from ramming techniques. This
change will allow for one (1) pry door and one (1) ram door to be located within the
residential structure.
Item 2: City requested removal of one BTl Pry breaching door (outward swing) located at the
east hallway entrance to the 1st floor of the commercial training structure. Due to the
concrete block thickness and proximity to the door jam, personnel would not be able to pry
open the Tru Force Forcible Entry System if installed at this location.
Item 3: Removal of one inward swinging door and door frame from the streetscape training
facade could not be accomplished as the door and frame were not rigid or solid enough to
withstand forces applied during forcible entry training. Door was not removed or replaced
with BTl Ram breaching door.
Item 4: Removal of one outward swinging door and door frame from the streetscape training
fa<;ade (adjacent to the 100 yard range emergency exit door) could not be accomplished as
the door and frame were not rigid or solid enough to withstand forces applied during forcible
entry training. Door was not replaced with BTl Pry breaching door.
Item 5: City approves the use of two (2) spare training doors to be modified with the Tru
Force Forcible Entry Systems.
Project: PWL 15-52PEM, FORCIBLE ENTRY DOOR MODIFICATIONS
Change Order No. 1
Item 6: After removal of the BTl Ram breaching door on the east entrance to the residential
structure, one (1) Tru Force Forcible Entry System was installed. A tubular steel frame was
fabricated to reinforce the opening to withstand the breaching forces applied during training.
A small section of waterproof board was installed behind the door to protect the cinder block
wall from direct contact with the metal frame on the rear of the Tru Force Forcible Entry
System. Additional steel plating was applied to the outside of the modified door to protect
the door surface from direct contact with breaching tools.
Item 7: BTl Ram breaching door (inward swing) was installed into the west entrance to the
residential structure. Door was inspected for proper functioning. A six (6) inch metal rod was
inserted into the concrete slab behind the breaching door as a door stop to prevent the
breaching door from making direct contact with the fire board in the kitchen burn room. Rod
was inserted into slab with three (3) inches remaining exposed above the slab surface.
Item 8: City requests removal of one (1) BTl Pry breaching door from the 1st floor north
~ntrance (adjacent to 1st floor smoke and sound control room) of the commercial structure.
The opening will be modified with an outward swinging Tru Force Forcible Entry System and
fabricated to the same specifications as the Tru Force Forcible Entry System located in the
residential structure.
Item 9: No metal plates were fabricated or installed to cover the locking pin closing systems
since the BTl Pry breaching doors were removed from the training structures. All breaching
doors removed will be stored at the Safety Training Center for future use.
Item 10: Additional funding added to contract for additional labor costs associated with
custom fabrication and additional materials for steel door frame construction.
COST ACCOUNTING SUMMARY:
Original contract amount $3,000.00
Total amount this C/0 $1,500.00
Total amount of previous C/O's $0.00
Total C/O's to date $1,500.00
New Contract Amount $4,500.00
Total C/O's as % of original contract 50.00%
Contingency amount encumbered $0.00
Note: this ceo will be encumbered to the PO once fully executed.
2
Project: PWL 15-52PEM, FORCIBLE ENTRY DOOR MODIFICATIONS
Change Order No. 1
CITY OF CARLSBAD
CONTRACT CHANGE ORDER NO. 1
Project: PWL 15-52PEM, FORCIBLE ENTRY DOOR MODIFICATIONS
CONTRACT NO. PWL 15-52PEM
ACCOUNT NO. 0015320-7801
CONTRACTOR: Joe Jezisek dba
The Door Company
ADDRESS: 2345 Alta Vista Drive
Vista, CA 92084
P.O. NO. P129632
The Contractor is directed to make the following changes as described herein. Changes
shall include all labor, materials, equipment, contract time extension, and all other goods and
services required to implement this change. Payment stated on this change order includes
all charges, direct or indirect, arising out of this additional work including charges for field
overhead, extended home office overhead, delays, disruptions, cumulative impacts, loss of
efficiency, extended equipment costs and overtime premium costs and is expressly agreed
between the City and the Contractor to be the complete and final costs hereof. The
requirements of the specifications, where pertinent and not in conflict with this change order,
shall apply to these changes.
Pursuant to the Standard Specifications for Public Works Construction, perform the following:
Item 1:
Increase to Contract cost. ................................................................ $1 ,500.00
TOTAL INCREASE TO CONTRACT COST .................................................... $1 ,500.00
TIME FOR COMPLETION OF ALL WORK UNDER THIS CONTRACT SHALL BE
~NCREASED BY 30 WORKING DAYS AS A RESULT OF THIS CHANGE ORDER.
3
Project: PWL 15-52PEM, FORCIBLE ENTRY DOOR MODIFICATIONS
Change Order No. 1
RECOMMENDED BY:
~GD~~;:)-/$
Jason Kennedy I PW-STC
c:t · 2o ·;-s-
DI (DATE)
Joe aru a I Municipal Property Manager
DISTRIBUTION:
PROJECT FILE (ORIGINAL), PURCHASING, CONTRACTOR
4
APPROVED BY:
(DATE)
Patrick A Thomas I Public Works Director
PWL15-52PEM
CITY OF CARLSBAD
PUBLIC WORKS LETTER OF AGREEMENT
FORCIBLE ENTRY DOOR MODIFICATIONS
This letter will serve as an agreement between Joe Jezisek dba The Door Company, a sole proprietorship
(Contractor) and the City of Carlsbad (City). The Contractor will provide all equipment, material and labor
necessary to relocate and modify existing breaching and forcible entry doors, per the attached Scope of
Work and City specifications, for a sum not to exceed three thousand dollars ($3,000). This work is to be
completed within fifteen (15) working days after issuance of a Purchase Order.
ADDITIONAL REQUIREMENTS
1. City of Carlsbad Business License
2. The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold
harmless the City, and its agents, 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 this Contract or work; or from any failure or alleged failure of the contractor to comply
with any applicable law, rules or regulations including those relating to safety and health; except for
loss or damage which was caused solely by the active negligence of the City; and from any and all
claims, loss, damage, injury and liability, howsoever the same may be caused, resulting directly or
indirectly from the nature ofthe work covered by this Contract, unless the loss or damage was caused
solely by the active negligence of the City. The expenses of defense include all costs and expenses,
including attorney's fees for litigation, arbitration, or other dispute resolution method.
3. Contractor shall furnish policies of general liability insurance, automobile liability insurance and a
combined policy of workers compensation and employers liability in an insurable amount of not less
than five hundred thousand dollars ($500,000) each, unless a lower amount is approved by the Risk
Manager or the City Manager. Said policies shall name the City of Carlsbad as a co-insured or
additional insured. Insurance is to be placed with insurers that have (1) a rating in the most recent
Best's Key Rating guide of at least A-:V, and (2) are admitted and authorized to transact the business
of insurance in the State of California by the Insurance Commissioner. Proof of all such insurance shall
be given by filing certificates of insurance with contracting department prior to the signing ofthe contract
by the City.
4. The Contractor shall be aware of and comply with all Federal, State, County and City Statues,
Ordinances and Regulations, including Workers Compensation laws (Division 4, California Labor Code)
and the "Immigration Reform and Control Act of 1986" (8USC, Sections 1101 through 1525), to include
but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and
consultants that are included in this Contract.
5. The Contractor may be subject to civil penalties for the filing of false claims as set forth in the California
False Claims Act, Governmgntpode sections 12650, et seq.. and Carlsbad Municipal Code Sections
3.32.025, et seq. .^^^^finit init
6. The Contractor hereby acknowledges that debarment by another jurisdiction isgrounds for the City of
Carlsbad to disqualify the Contractor from participating in contract bidding./^^^;1nit init
7. 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.
8. 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 California Labor code, a
current copy of applicable wage rates is on file in the office of the City Engineer. The contractor to
whom the contract is awarded shall not pay less than the said specified prevailing rates of wages to all
workers employed by him or her in the execution of the contract
FORCIBLE ENTRY DOOR MODIFICATIONS - 1 - City Attorney Approved 6/18/13
PWL15-52PEM
9. City Contact: Jason Kennedv. Facilitv Manager
Contractor Contact: Joe Jezisek
CONTRACTOR
JOE JEZISEK dba THE DOOR COMPANY, a
sole proprietorship
2345 Alta Vista Drive, Vista, CA 92084
Phone: 760-720-9562, Fax: 760-720-9562
joe@innovationdoors.com
CITY OF CARLSBAD, a municipal corporation
of the State of California
Joe Jezisek/Owner - Sole Proprietor
(print name/title)
By:
(sign here)
(print name/title)
By:
Asciotant City Mariqgor, Doputy City Manager
-er Department Director
as authorized by the City Manager
Patrick Thomas
(Proper notarial acknowledgment of execution by Contractor must be attached.
Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must
sign for corporations. 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:
Assistant City Attorney
FORCIBLE ENTRY DOOR MODIFICATIONS - 2 -City Attorney Approved 6/18/13
leck A License - License Detail - Contractors State License Board Page 1 ol
Contractor's License Detail for License # 740956
HSCLAIMER: A license status check provides information taken from the CSLB license database. Before relying on this
iformation, you should be aware of the following limitations.
CSLB complaint disclosure Is restricted by law (B&P 7124.6) If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on \h
link or button to obtain complaint and/or legal action information.
Per B&P 7071.17, only construction related civil judgments reported to the CSLB are disclosed.
Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration.
Due to workload, there may be relevant information that has not yet been entered onto the Board's license database.
Business Information
JOSEPH VELTON JEZISEK
2345 ALTA VISTA DRIVE
VISTA, CA 92084
Business Phone Number:(760) 917-5194
Entity Sole Ownership
Issue Date 09/30/1997
Expire Date 09/30/2015
License Status
This license is current and active.
All information below should be reviewed.
Classifications
•28 - DOORS, GATES AND ACTIVATING DEVICES
B - GENERAL BUILDING CONTRACTOR
Bonding Information
Contractor's Bond
This license filed a Contractor's Bond with AMERICAN CONTRACTORS INDEMNITY COMPANY.
Bond Number: 209670
Bond Amount: $12,500
Effective Date: 01/01/2007
Contractor's Bond History
Workers' Compensation
This license is exempt from having workers compensation insurance; they certified that they have no employees at this time.
Effective Date: 09/26/2013
Expire Date: None
Workers' Compensation History
.ps://www2.csIb.ca.gov/OnlineServices/CheckLicenseII/LicenseDetail.aspx?LicNum=740956 1/16/20
PWL15-52PEM
SCOPE OF WORK
This letter will serve as an agreement between Joe Jezisek dba The Door Company, a sole proprietorship
(Contractor) and the City of Carlsbad (City). The Contractor will provide materials, equipment, and labor
necessary to relocate and modify existing forcible entry doors at the Carlsbad Safety Training Center, per
City specifications, for a sum not to exceed three thousand dollars ($3,000). The work is to be completed
within fifteen (15) working days after the issuance of a purchase order.
Contractor agrees to perform the following services at the Carlsbad Safety Training Center located at 5750
Orion Street, Carlsbad California 92010:
• Remove one BTI Ram breaching door (inward swing) located on the east entrance to the residential
training building. This door is the main entrance adjacent to the cul-de-sac.
• Remove one BTI Pry breaching door (outward swing) located at the east entrance to the
commercial training building. This door is the east hallway main entrance.
• Remove one inward swinging door and door frame from the streetscape east training facade.
• Remove one outward swinging door and door frame from the streetscape east training facade
(adjacent to the 25 yard range emergency exit door for the 100 yard shooting range).
• Mount and adjust BTI Ram breaching door (inward swing) into existing opening of streetscape east
facade. Leave approximately % inch space between the threshold and the concrete floor to allow
for drainage.
• Mount and adjust BTI Pry breaching door (outward swing) into existing opening of streetscape east
facade (adjacent to the 25 yard range emergency exit door for the 100 yard shooting range). Leave
approximately Vz inch space between the threshold and concrete floor to allow for drainage.
• Modify both inward and outward swinging doors removed from the streetscape facades to
accommodate the Troxfire Tru Force Forcible Entry System. Two Troxfire Tru Force Forcible Entry
Systems and the manufacturer installation instructions will be provided by the City.
• Mount inward swinging door modified with Troxfire Tru Force Forcible Entry System into existing
opening of the residential training building where BTI Ram breaching door was removed. Adjust
and check for proper functioning.
• Cut, position and mount 14 inch by 14 inch metal plate with thickness of % inches or more between
the Troxfire Tru Force Forcible Entry System support brackets to allow for breaching with portable
battering rams. This plate will be designed to prevent damage to the existing door during tactical
entry training.
• Mount outward swinging door modified with Troxfire Tru Force Forcible Entry System into existing
opening of the commercial training building where BTI Pry breaching door was removed. Adjust
and check for proper functioning.
• Design and fabricate four cover plates using galvanized sheet metal to cover the BTI Pry Door
locking pin closing systems.
• Design, fabricate and mount a total of eight brackets to the BTI Pry Doors to allow for cover plates
to be removed, allowing for easy access to BTI Breaching Door locking pin closing system. Primer
and paint brackets to prevent corrosion.
• Clean up and remove debris from construction.
FORCIBLE ENTRY DOOR MODIFICATIONS - 3 ~ City Attorney Approved 6/18/13
PWL15-52PEM
• Conduct minor repairs and adjustments to all remaining doors to include all hardware (door
handles, hinges, thresholds, etc.) located on the commercial and residential structures.
Cost Analysis:
Labor $2,800.00
Additional Hardware or Materials $200.00
Total $3.000.00
Note: This project will require the Safety Training Center's residential, streetscape, and commercial
training areas to be closed temporarily during construction. The Facility Manager will schedule this
maintenance which includes informing agencies ofthe training area closures.
FORCIBLE ENTRY DOOR MODIFICATIONS - 4 - City Attorney Approved 6/18/13