HomeMy WebLinkAboutSouthcoast Heating & Air Conditioning; 2004-06-08; FAC 05-02City of Carlsbad
MINOR PUBLIC WORKS PROJECT
REQUEST FOR BID
This is not an order.
Project Manager Dale A. Schuck
(760) 434-2949
Mail To:
Date Issued: May 25,2004
Request For Bid No.: FAC 05-02
TE.
General Services City of Carlsbad
405 Oak Avenue
Carlsbad, California 92008
Award will be made to the lowest responsive, responsible contractor based on total price.
HVAC UPGRADES FOR CITY COUNCIL CHAMBERS
DESCRIPTION
Labor, materials and equipment to Remove and replace packaqe heat pumps and associated HVAC
components at Citv Council Chambers as detailed in Exhibit “A.
I
Project Manager: Dale A. Schuck
Phone No. 760-434-2949
Submission of bid implies knowledge of all job terms and conditions.
- ~
SUBJECT TO ACCEPTANCE WITHIN (90) DAYS
Name and Address of Contractor
AMS America, Inc. A Delaware Corp. DRA: Southcoast HTG & AC (760) 941-7000 Name Telephone
Address Fax
2664 Vista Pacific Drive (760) 941 -8342
PAT.TP QaC; om E-Mail Address
-1- Revised 03/13/02
I
ITEMNO. UNIT QTY DESCRIPTION TOTAL PRICE
1 1 L.S. Remove and replace package heat pumps $ 1 6,2 75 and associated HVAC system components
in accordance with Exhibit "A" P
Name and Title of Person Authorized to sign
contracts.
Signature Title
3- f%- Vice President
June 8, 2004 Sam Frisina
Date
JOB QUOTATION
Name
Quote Lump Sum, including all applicable taxes. Award is by total price.
Evaluation and Award. Bids are binding subject to acceptance at any time within 90 days after opening, unless otherwise stipulated by the City of Carlsbad. Award will be made by the Purchasing Officer to the lowest, responsive, responsible contractor. The City reserves the right to reject any or all bids and to accept or reject any item(s) therein or waive any informality in the bid. In the event of a
conflict between unit price and extended price, the unit price will prevail unless price is so obviously
unreasonable as to indicate an error. In that event, the bid will be rejected as non-responsive for the
reason of the inability to determine the intended bid. The City reserves the right to conduct a pre-
award inquiry to determine the contractor's ability to perform, including but not limited to facilities, financial responsibility, materialslsupplies and past performance. The determination of the City as to the Contractor's ability to perform the contract shall be conclusive.
SUBMITTED BY:
AMS America, A Delaware Corp,
DBA: Sout hcoast HTG & A/C 794074 Company/Business Name Contractor's License Number
Authorized Signature Classification(s)
x A-LFu. c20
ri - ce President .. 04/7005 Printed Name and Title Expiration Date
Tiine 8.3004 Date
TAX IDENTIFICATION NUMBER
(Corporations) Federal Tax I.D.#: 760535573
OR
(Individuals) Social Security #:
-2- Revised 0311 3/02
DESIGNATION OF SUBCONTRACTORS
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 work in excess of one-half of one percent of the total bid, and the portion of the work which will be done by each sub-contractor for each subcon tract.
NOTE: The contractor understands that if he fails to specify a sub-contractor for any portion of the work 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
the 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."
Total % Subcontracted: 2%
* Indicate Minority Business Enterprise (MBE) of subcontractor.
-3- Revised 03/13/02
_____ -
CITY OF CARLSBAD
MINOR PUBLIC WORKS CONTRACT
(Less than $25,000)
Labor:
I propose to employ only skilled workers and to abide by all State and City of Carlsbad Ordinances
governing labor, including paying the general prevailing rate of wages for each craft or type of worker needed to execute the contract.
Guarantee:
I guarantee all labor and materials furnished and agree to complete work in accordance with
directions and subject to inspection approval and acceptance by: Dale A. Schuck
(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 in 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 execution of the contract.
False Claims
Contract 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 be subject to 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. CT w
Signature: 3ca, re-
Print Name: Sam Frisina
Commercial General Liability, Automobile Liability and Workers’ Compensation Insurance:
-4- Revised 03/13/02
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 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.
Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than ........ $500,000
Subject to the same limit for each person on account of one accident in an amount not less than . . . . . . . $500,000
Property damage insurance in an amount of not less than ... ..... $100,000
Automobile Liability Insurance in the amount of $100,000 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 clause 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 additional insured.
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:
-5- Revised 0311 3/02
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: I agree to start within
Completion: I agree to complete work within 30 working days after receipt of Notice to Proceed.
C 0 NTRACTO R:
AMS America A Delaware Corp. corporation of the State of California: DRA: Southcoast HTG & A/C
working days after receipt of Notice to Proceed.
CITY OF CARLSBAD a municipal
(name of Contractor)
(sign here) ‘Assistsnt City Manager
By: By: s- f-L
ru - Vice Pres. *.
(print name and title) (address)
(telephone no.)
MK ZAd&L
ATTEST:
(print name and title)
(address)
(city/state/zip)
(telephone no.)
7664 Vista Pulflc Dr I. ive
Oceanside, Calif. 92056
f760) 941 - 7000
(760) 941-8342
(fax no.)
GLohr@amsofusa.com (e-mail address)
(Proper notarial acknowledgment of execution by Contractor must be attached.
Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasuren
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:
RONALD R. BALL, City Attornev
BY:
’Deputy City Attor*y
-6- Revised 0311 3/02
EXHIBIT “A”
CONTRACT #FAC 05-02
REMOVE AND REPLACE PACKAGE HEAT PUMPS AND ASSOCIATED HVAC
SYSTEM COMPONENTS AT CITY COUNCIL CHAMBERS
1.
2.
3.
4.
5.
6.
7.
8.
Contractor shall remove and legally dispose of two (2) two-ton package
heat pumps from the roof of the City Council Chambers and shall
provide and install two (2) Carrier Model 505x024 package heat pumps
as replacement units. Contractor shall anchor the units per the
manufacturers instructions and shall provide all skirting, sheet metal
work and shall provide proper sealing of the equipment to the roof.
Contractor shall remove and legally dispose of two (2) five-ton package
heat pumps from the roof of the City Council Chambers and shall
provide and install two (2) Carrier Model 50JX060 package heat pumps
as replacement units. Contractor shall anchor the units per the
manufacturers instructions and shall provide all skirting, sheet metal
work and shall provide proper sealing of the equipment to the roof.
Contractor shall provide and install four (4) MicroMetl economizers (*or
approved equal) with filter racks and controls.
All outdoor coils on this equipment must be treated with Thermoguard
coating (*or approved equal) to prevent corrosion.
Contractor shall remove the existing service disconnects and replace
them with Siemans GF22iNR (*or approved equal).
Contractor shall connect the new units to the existing Carrier EMS.
,/. /
Contractor shall perform all electrical, mechanical, refrigerant tubing
and other connections to the new equipment and shall provide start up
of the new package units. Contractor shall demonstrate proper
operation of all units.
The City Council Chambers shall not be left without air conditioning on
any Tuesday night during the installation process. The Contractor
shall schedule and prosecute the work in such a manner that this
facility has proper climate control during the specified period.
*Equals and Approvals. Where the words “equal”, “approved equal”, “equivalent”,
and such words of similar import are used, it shall be understood such words are
-7- Revised 03/13/02
followed by the expression "in the opinion of the Engineer", unless otherwise
stated. Where the words "approved", "approval", "acceptance", or words of similar
import are used, it shall be understood that the approval, acceptance, or similar
import of the Engineer is intended.
-8- Revised 03/13/02
Marsh USA Inc 6/23/2004 8:31 PAGE 2/4 RightFax
ServiceMaater Certificate Team MARSH USA, Inc 500 W. Monroe St.
NO RIOHTS UPON THE CERTIFICATE HOLDER OTHER THM THOSE PROVIDED N THE
POLICY. THIS CERTFICAlE DOES NOT MEND, EXTEND OR ALTER THE COVERAOE
NFORDED By THE POLICESDESCRIED HEREIN. 1 COMPANIES AFFORDINQ COVERAQE
YSURED
9304 Southmaat Heating tonaboninp , 2664Wsta aafic Oceanside, CA 92056
and Air p NATIONAL UNION FIRE INS. CO. (~~ky1
I ThlS S TO CERTIFY THAT PaIOES OF INSIRMICE DESCREED rlERBh hAE EEEh ISSUE0 TO ThE ,NSLRED hMED rlWEN FOR ThE PaICf PERGU hDlCATED
NOTMTHSTMIDING ANY REQUIREMENT, TERM OR MNDIT161 OF ANY CCNTRACT OR OTHW DOUJMENTWTH RESPECTTO WIG4 THE CWllFlCATE MAY BE ISSUED OR MAY
FERTAN, THE INSIRMICE AFFORDED BY THE WUUESDESCRIBEO HEREN ISSUBJECTTO KL THE TERMS CONDlTlONSMID EXCLUSONS CF SUCH WLlaES AGGREGATE
LIMITS WOW MAY HAM BEEN REOUCED BY PAD CLAMS
POLlCf EFFECTNI
DATE (MMIDDfYV) lYPE OF INSURANCE POLICY NUYEER CO LTR
GLO 293885041
MERak GENERk LIMILIPI
WER'S 6 CQVTRACTWS PROT
U i
MTOYOBLE LWBKIlY BAP 29-1 41 (AOS)
MY AUTO BAP 29-241 (VA)
KL WED AUTOS TAP 293852901 (TX)
SMEDULED AUTOS
HIRED AUTOS
N61WED AUTOS
H I
14/01/04
4/01/04
4/01/04
QLRlYIE LIAQILIN Ib MY AUTO
I OTHER THAN UMRRELLA FORM
A 01/01/03 WORKERS COYPENSANCII AND
EYPLOYERI LYglLrrY 29386494 (All seatea)
LIMITS PUUX EXPIRATICII
DATE WHIDDfW)
01/01/06
01 101 106
01/01/06 oirnms
I GNWM MOREGATE I s 5,000,000
PRODUCTS. mpldp AGG 5 Included Above
RR93NK 6MVlNJURY $ 3,000,000
EACH OCCURRENCE s 3,000,000
MBJ EXP (~y me paaan) t 5,000
WBINED SNGLE LIMIT $ 5,000,000
FIRED AM AGE(^^^^^^^ 5 1,000,oOo
I s BODILY INYRY
(Pm P=w
BODILY INJJRY
PROPERTY DMAGE
THE PROFRlETdRl PARTNERSEECUTIM
I DEBCRPT#N OF OPERATMNdlLOCP;TlON(HHKTEdlSPECIPL ITEMS
the named insured has ageed to provide this coverage under written mlraad as resped the
City of Carlsbad Attn: DaleSrhudc 405 Oak Street Carlsbad, CA 92008
ayuD ANY OF TI€ PUICIES DE-IBED -REIN LIE CANCBLED LIEFORE TI€ EXPIRATION DATE WREQ,
ll€ IHaRER AFFORDINQ -RAE WILL EMEAVHCR TO WIL 2 DAYS WRITEN NOTEE TO TI€
QRTIFICWE -DER N4MD WREIH BUl FAILLRE TO WL aM NDTlcE SMLL IWOSE NO OBLl(nTIU4 bl
UA8lL~OFAlWKlWl WCWM INSAERAFF(YIDIM3 WERAQE. ITSAQEHTSOR REPRESEHTATIKS ORW
ImFR WWStFRTIFIC4TF - . - - - -
YARM USANC
By: Christy N. Miller
Marsh USA Inc 6/23/2004 8:31 PAGE 3/4 RightFax
COMNERCIAL GENEIUL LIABMT Y CG 70 10 10 01
THIS ENDORSERlENT CHANGES THEWLICY. PLEASEREAD IT CAREFULLY.
ADDITIONAL INSURED - O"DS, LESSEES OR CCNTRAGTORS - XHEDULED PERSON OR ORGANIZATION
This endmanad modifies inswamepravidedundathe fdlo-:
COhMERCIAL GENERALLIABILITY COVERAGE PART
SCHEDULE
CG 20 10 10 01 Page 1 of 1
IS0 Ropalies, 1- 2000
c Marsh USA Inc 6/23/2004 8:31 PAGE 4/4 RightFax
ZURICH AMEFUCAN INSURANCE COMPANY I POLICY NU~BER: GLO aa8wooi Efoctivr Data dPolicy: 111103 -1M106 I Efhctivm Data of Endorrmmmnt: 111103 - 111mo8
THIS ENDORSEWNT CHANGES THE POLICY. PLEASE READ IT CAREFULLY
ADDITIONAL INSURED -OWNERS, LESSEES OR
CONTRACTORS - COMPLETE OPERATIONS
This endorsement modifies insurance provided under the folldng:
COMMERCIAL GENERAL LIABILITY COERAGE PART
Name of Person or Orgrrltatlon:
Any Entlty for Whom the Inswed has agreed to pmvlde thls coverage as per mitten conlract.
Location And Description of Completed Opentiens:
All work performed by the Named Inswed for the Certificlte holder.
Additional Premium:
INCLWED
-
(If no entry qpeas above, mformationrequicd to coqlete Lis endarsemed will be shown in the Declarations
as applicable to this endorsement)
Sectinn I1 -Who Is An Inaaedis amendedto include as aninsured the person armganization shown inthe Schedule, but onlywlthrespect to liability axisingout of “yaw wwk” it the locatim designated ad described
inthe schedule ofthis endmemea performed forthat insured and included in the “products-compbted operations hazard’.
Is0 Properties. Irc. 2000 Page 1 of 1 a2037 1001
,
State OT California
ACTIVE LICENSE @=$ONTRACTORS STATE LICENSE BOARD
CvlDuslcr .\Bin
u "5. ,*+* 794074
B,,n-. K.nr A M S AMERICA INC DBA
Er*n CORP
SOUTHCOAST HEATING & AIR
CONDITIONING
1 .1 I C-4 C20 C36 HIC
E.,.,.",,, o** 04/30/2005
dE
SIC DESCRIPTION I Construction-Special Trade Contractors EXPIRATION DATE
AMERICAN MECHANICAL SERVICES (AMS) OF CA., I
SOUTHCOAST HTGlAlR COND.
2664 VISTA PACIFIC DR
OCEANSIDE. CA 92056-3514
KEEP FOR YOUR RECORDS
BUSINESS TAX RECEIPT
BUS. NO. 697600
DATE ISSUED
11/24/2003
08.07OSUB $60.00
BALANCE $0 .go
TAXES PAID IN ACCORDANCE WITH CITY BUSINESS TAX ORDINANCE
CITY OF CARLSBAO