HomeMy WebLinkAbout2013-10-08 - AGENDA REPORTS - HEATING AIR CONDITIONING CONTR (2)Agenda Item: 3
CITY OF SANTA CLARITA
AGENDA REPORT
CONSENT CALENDAR City Manager Approval:
Item to be presented by: Dale Sargent
DATE: October 8, 2013
SUBJECT: AWARD HEATING AND AIR CONDITIONING MAINTENANCE
CONTRACT
DEPARTMENT: Public Works
RECOMMENDED ACTION
City Council:
Award the heating and air conditioning maintenance contract to Honeywell International Inc.
in the amount of $113,493; authorize a 15 -percent contingency for unanticipated equipment
failures not covered in the maintenance contract of $17,024, for a total contract amount not to
exceed $130,517, plus Consumer Price Index (CPI) adjustments.
2. Authorize the City Manager or designee to modify all documents to contract with the next
lowest and/or qualified bidder/proposer in the event the awardee is unable to fulfill its
obligations or perform, subject to City Attorney final document approval, contingent upon the
appropriation of funds by the City Council in the annual budget for such fiscal year, and
execute up to four annual renewal options not to exceed the annual bid amounts, plus CPI
adjustments.
BACKGROUND
The City of Santa Clarita's (City) General Services division maintains the City Hall building;
Corporate Yard; the Jo Anne Darcy, Valencia, and Old Town Newhall libraries; three Metrolink
stations; the Transit Maintenance Facility administration and bus maintenance buildings; SCVTV
Channel 20 Studio; the Santa Clarita Business Incubator; and the Special Districts offices. The
heating and air conditioning equipment used to service these facilities has a combined capital
value in excess of $1.6 million dollars.
���M V I
An invitation to bid was released on PlanetBids on July 29, 2013. On August 27, 2013, the City
received six bids for heating and air conditioning maintenance service. The results of the bids are
below:
Vendor
Gilmore Refrigeration, Inc.
Honeywell International Inc.
Control Technologies, Inc.
ACCO Engineered Systems
F.M. Thomas Air Conditioning, Inc.
JCT Mechanical Inc.
Location
Bid Amount
Glendora, CA
$ 68,600.00
La Palma, CA
$113,493.00
Anaheim, CA
$114,319.00
Commerce, CA
$125,291.64
Brea, CA
$140,676.00
Lancaster, CA
$170,857.96
The submitted bid from the apparent low bidder, Gilmore Refrigeration, Inc., contained
numerous errors, including not returning a signed copy of Addendum 1, per Section A, Item 8, of
the bid instructions; not identifying subcontractors per Section A, Item 15, of the bid instructions;
and not providing a complete list of references per Section C of the bid instructions. Due to these
errors, staff recommends the City Council deem Gilmore Refrigeration, Inc., non-responsive. The
second lowest bidder, Honeywell International Inc., was found to be the lowest responsive
bidder.
Staff is requesting to enter into a contract with Honeywell International Inc. for a total contract
of $130,517, including a 15 -percent contingency of $17,024, for unanticipated equipment failures
not covered under this maintenance agreement. The term of this contract will be for one year and
may be renewed annually for a total of five one-year terms.
ALTERNATIVE ACTIONS
Other action as determined by the City Council.
FISCAL IMPACT
Funds for the award of this contract are available in the Fiscal Year 2013-14 budget in various
accounts: Public Library Facility Maintenance, Public Education and Government, Transit
Maintenance Facility Maintenance, General Services Administration, City Hall Maintenance, and
Transit Facilities (12051-5161.001, 12205-5161.001, 12401-5161.001, 14500-5161.001,
14501-5161.001, and 14509-5161.001).
ATTACHMENTS
Bid Proposal for Honeywell International Inc. available in the City Clerk's Reading File
Contract for Honeywell International Inc. available in the City Clerk's Reading File
2
Exhibit "A - Bidder's Response" COPY
CITY OF SANTACLARITA
INVITATION FOR BID
BID # GS -13.14-09
BID OPENING: August 27, 2013
The City of Santa Clarity invites sealed bids for:
BUILDING HVAC MAINTENANCE
Termsofpayment:!iC, it I 13 4 p' 9).
TOTAL BASE BID AMOUNT: US$ --7 ) C)
Return original of Bid to: City of Santa Clarita
Purchasing Agent
23920 Valencia Blvd., Suite 120
Santa Clarita, CA 91355-2196
2. Prices shall be D.D.P. City of Santa Clartta Receiving dock Incoterns 2000 or for the service
rendered.
3. Bidder shall honor bid prices for ninety (90) days after the. bid opening.
4. Bids must be on this Bid form and signed by the vendor's authorized representative. This
signature acknowledges the proposer has read and understands the requirements contained on
pages 1 to 58 and the City's Labor Compliance Program.
5. The last day for questions will be 1:00 PM, August 16, 2013.
6. The vendor is responsible for the accuracy and completeness of any solicitation form not
obtained directly from the City.
BIDDER TO READ
I have, read, understood, and agree to the terms and conditions on all pages of this bid. The undersigned
agrees to furnish the commodity or service stipulated on this bid as stated above.
I NT Address: ,�. GENT -r pv 1' . r C,
Company: HuNr..gwf�.1- GA 11r.;,j:i
Name (Print) ��Signature*
Company y Phone N 1.4 K�� '4111 61 Title of Person Signing Bid
—
* Honeywell takes exceptions to the agreement of the terms and conditions included in the
IFB and submits this proposal based on the right to negotiate mutually acceptable contract
terms and conditions, if awarded the job and prior to contract finalization. Honeywell will
negotiate in good faith to reach mutual agreement.
1
Bid # Gs -13-14-09
ADDENDUM #1
For
City of Santa Clarita Invitation to Bid
GS -13.14-09
BUILDING HVAC MAINTENANCE
August14,2013
This addendum must be included with the bid response. If you have already submitted a bid, you must
fax an acknowledgement of this addendum to Purchasing. If you wish to resubmit, you must also
contact Purchasing by fax and request the proposal be returned. The fax number is 661-266-4186.
Does the bid request only cover "repairs" or equipment, or does it include "replacement" as well?
A. The bid package specifies what items are to be repaired and or replaced.
2. At what point (dollar amount of repairs needed) does it justify replacement over repair?
A. The City does not use a specific percentage value to cost for repairs or replacement. See section 3.06
ADDITIONAL WORK 8 3.07 EMERGENCY SERVICES.
Contractor's Signature
IA C .4r ,/ yam i�IT
Company Name
GS-13.14.09addl
7 -aa -t3
Date
GS-13.14.09add1
A BID INSTRUCTIONS
1.c bmtbnc Proposals. (a) The bid response must be submitted on this form and include the
notice, Request for Proposal Schedule, and all forms or information included in or required by
Section C, Specifications, (attachments accepted), original and one copy in a sealed envelope
with the wording 'Bid". bid number and closing date marked on the outside. (b) All documentation
of unit pricing or other cost breakdowns as outlined in this bid must be submitted to support the
total bid price. (c) Proposals/corrections received after the closing time will not be opened. The
City will not be responsible for bids not properly marked and delivered. Upon award, all
submissions become a matter of public record.
2. Preparation. All proposals must be typed or written in black ink, except signatures. Errors may
be crossed out and corrected in ink, then initialed in ink by the person signing the bid. In
compliance with Resolution 93-9, all bids and attachments must be submitted double-sided on
recycled paper.
3, Currency. All references to dollar amounts in this solicitation and in vendor's response refer to
United States currency. Payments will be made in Unite States Currency.
4. Alternatives. Any changes or alternatives must be set forth in a letter attached to this bid. The
City has the option of accepting or rejecting any alternative bid.
5. Environmentally Prechasing. The City of Santa Cents, being fully aware of the limited
ferable Pur
nature of our resources and the leadership role government agencies have, supports the
Environmentally Preferable Purchasing (EPP) program with Resolution 05-103. With changes in
technology and Industries occurring rapidly it is frequently difficult to be aware of the latest
innovations. Therefore, it is the intent of the City of Santa Clarita to seek out those products
which result in less energy usage, least impact on natural resources and greatest reuse of post-
industrial and post-consumer material. Bidders are strongly encouraged to offer products and
services meeting these criteria and point out those specific aspects or features in their bid. In
accordance with Public Contract Code 22152 bidders are required to certify in writing the
minimum, If not exact, percentage of postconsumer materials in the products, materials, goods, or
supplies, offered or sold.
5. Failure to Submit Bid. Your name may be removed from the mailing list if the City receives no
response Cothis bid.
7. Rejection. The City reserves the right to reject any or all bids and to waive any informality in any
bid. The City may reject the bid of any bidder who has previously failed to perform properly, or
complete on time, contracts of a similar nature, or to reject the bid of a bidder who is not in a
position to perform such a contract satisfactorily. The City may reject the bid of any bidder who is
in default of the payment of taxes, licenses or other monies due to the City of Santa Clarita.
g, Addenda. The City will not accept responsibility for incomplete packages or missing addenda. It
is the bidder's responsibility to contact the project manager, for public projects, or Purchasing
prior to submission of the bid to make certain the package is complete and all required addenda
are included. This information will also be available from the City's website if the bid was
downloaded. Bidders are cautioned against relying on verbal information in the preparation of bid
responses. All official information and guidance will be provided as part of this solicitation or
written addenda.
g. Awards. The City will award in accordance with S.C.M.C. § 3.12.205 (Support of Santa Clarita
Businesses) unless Part C identifies this bid as a multiple criteria bid or this bid is for public
works, professional services or is federally funded. Qualifications of responsibility will be in
accordance with the S.C.M.C. Lowest cost is the lowest total cost to the City to acquire the
goods and/or services resulting from this solicitation. The City may make an award based on `
Bid p G3.13 -14 -pe
partial items unless the bid submitted Is marked "All or none." Where detailed specifications
and/or standards are provided the City considers them to be material and may accept or reject
deviations. The results of the bid will be posted on the City's website at www.santa-
clarita comms sing normally within 24 hours.
10. C000arati^a Other public agencies may be extended the opportunity to purchase off this
bid with the agreement of the successful vandor(s) and the City of Santa Clarita. The lack of
exception to this clause in vendor's response will be considered agreement. However, the City of
Santa Clarita is not an agent of, partner to or representative of these outside agencies and is not
obligated or liable for any action or debts that may arise out of such independently negotiated
"piggy -back" procurements.
11. Amendments. Any and all changes to this contract must be made In writing and agreed to by the
City. Performance by the contractor will be considered agreement with the terms of this contract.
12 Taxes C`es and Extras. (a) Bidder must show as a separate item California State Sales
and/or Use Tax. (b) The City is exempt from Federal Excise Tax. (c) Charges for transportation,
containers, packing, etc. will not be paid unless specified in bid. Contractorfvendor agrees to
cooperate with the City in all matters of local taxation.
13. Payment. (a) Bidder shall state payment terms offered. (b) Payment will be made on the pay
period after receipt and acceptance of goods and/or services and upon using department
confirmation of such acceptance.
14, Assionmenl No assignment by the vendor of contract or any part hereof, or of funds to be
received hereunder, is binding upon the City unless the City gave written consent before such
assignment.
der
t any
ucontractrs
16 thebwcontacors. For all public orkrtotbe performed by them, ctand total dnumber stofshours sobpercentaogelwill
of time they will
spend on the project.
16. Prevailing wage. For all public works, the Bidder is required to bid prevailing wage. For the
purposes of this paragraph, public works includes maintenance. The City of Santa Clarita Labor
Compliance Program is included herein as an informative reference for the successful bidder. It
does not require any completion prior to contract award but should be reviewed for all necessary
provisions and requirements.
17. Protection of Resident Workers. The City of Senta Clarita actively supports the Immigration and
ns addressing employment eligibility, employment
Nationality Act (INA) which includes.provisio
verification, and nondiscrimination. Under -the INA, employers may hire only persons who may
legally work in the United States (i.e., citizens and nationals of the U.S:) and aliens authorized to
work in the'U.S. The employer must verifythe identity and employment eligibility of anyone to be
hired, which includes completing the Employment Eligibility Verification Form (1-9). The
Contractor shall establish appropriate procedures and controls so no services or products under
the Contract Documents will be performed or manufactured by any worker who is not legally
eligible to perform such services or employment.
18, Indemnification. The bidder is required to indemnify and hold the City harmless from and against
any claim, action, damages, costs (including, without limitation, attorney's fees), injuries, or
liability, arising out of any agreement entered into between the parties. Should the City be
named in any suit, or should any claim be brought against it by suit or otherwise, whether the
same be groundless or not, arising out of this Agreement, or its performance, the bidder must
defend the City (at the City's request and with counsel satisfactory to the City) and indemnify the
Bid # GS -13-14-09
City for any judgment rendered against it or any sums paid out in settlement or otherwise.
19. Bonds. When deemed necessary by the City, bid bonds shall be furnished by all bidders in the
amount of at least 10% of the total value of the bid to guarantee that bidders will enter into
contract to furnish goods at prices stated. The bonding company must be listed on Treasury
Circular 570 and licensed to operate in the state of California. Likewise, a Performance Bond
and/or Material and Labor bonds shall be required of the successful bidder when stated in the
specification (cash deposit, certified or cashier's check or money order may be substituted in lieu
of either bond).
20. Insurance. For contracts involving services the City requires insurance. Proof of insurance shall
be provided by using an ACORD certificate of insurance and shall be provided prior to contract
signing. Insurance shall be 'Primary and Non -Contributory" and must name the 'City of Santa
Clarke" as an additional insured. The certificate shall list coverage for General Liability (limit of
$1,000,000 CSL or $1,000,000 per occurrence with a $2,000,000 aggregate), Auto Liability (limit
of $1,000,000), and Worker's Compensation (statutory requirement). For professional services,
Professional Liability with a limit of $1,000,000 may also be required. Insurance shall not be
cancelable or subject to reduction except upon thirty (30) days prior written notice to the City.
Specific insurance requirements will be set forth in any contract awarded to a bidder.
21. On -Site Inspection. When deemed necessary by the City, an on-site inspection date and time will
be so designated. Bidder is responsible for inspecting and understanding the total scope of the
projects (i.e., specifications, quality, and quantity of work to be performed.)
22. Specifications. Materials differing from stated specifications may be considered, provided such
differences are clearly noted and described, and provided further that such articles are
considered by a City official to be in all essential respects in compliance with the specifications.
23. Brand Names. The use of the name of a manufacturer, or any specific brand or make, in
describing any item contained in the proposal does not restrict bidders to the manufacturer or
specific article, this means is being used simply to indicate a quality and utility of the article
desired; but the goods on which bids are submitted must in all cases be equal in quality and utility
to those referred to. This exception applies solely to the material items in question and does not
supersede any other specifications or requirements cited. Documentation of equivalency must
be submitted with the bid.
At a minimum the documentation must demonstrate equivalency in form, fit function, quality,
performance and all other staled requirements. The City is final determiner of equivalency.
Exception is made on those items wherein identical supply has been determined a necessity and
the notation NO SUBSTITUTE has been used in the specification section.
24. Price Reductions. If at any time during the life of this contract, the successful bidder reduces his
price or prices to others purchasing approximately the same quantities as contemplated by this
contract, the contract prices must be reduced accordingly, and the contractor/vendor will
immediately notify the Purchasing Agent, City of Santa Clarita.
25. Contract Pricing. Except as otherwise provided, prices must remain consistent through the term
of this contract. The City does not pay 'surcharges" of any type unless identified in the response
to this bid. All costs will be included in the pricing provided to the City.
26. Non-Aooro2dpgon of Funds. The City's obligation is payable only and solely from funds
appropriated for the purpose of this agreement. All funds for payment after June 30 of the current
fiscal year are subject to City's legislative appropriation for this purpose. In the event the
governing body appropriating funds does not allocate sufficient funds for the next succeeding
fiscal year's payments. Then the affected deliveries/services may be (1) terminated without
penafty in their entirety, or (2) reduced in accordance with available funding as deemed
necessary by the City. The City shall notify the Contractor in writing of any such non -allocation of
a
Bid # GS -13-14-09
funds at the earliest possible date.
27. Default. In case of default by the vendor of any of the conditions of this bid or contract resulting
from this bid, the vendor agrees that the City may procure the articles or services from other
sources and may deduct from the unpaid balance due the vendor, or collect against the bond or
surety, or may invoice the vendor for excess costs so paid, and prices paid by the City shall be
considered the prevailing market price at the time such purchase is made.
28. Termination. The City may terminate any service or contract with or without cause either verbally
or in writing at any time without penalty.
29. Safety. Contractor agrees to comply with the provisions of the Occupational Safety and Health
Act of 1970 (or latest revision), the State of California Safety Orders, and regulations issued
thereunder, and certifies tFiat all items furnished under this bid will conform and comply with the
indemnity and hold harmless clause for all damages assessed against buyer as a result of
suppliers failure to comply with the Act and the standards issued thereunder and for the failure of
the items furnished under this order to so comply.
30. Gratuities! The jCity may, by written notice to the Contractor, terminate the right of the Contractor
to proceed ynder this agreement, If it is found that gratuities in the form of entertainment, gifts, or
otherwise were offered or given by the Contractor, or any agent or representative of the
Contractor, to any officer or employee of the City with a view toward securing an agreement or
securing favorable treatment with respect to the award or amending, or the making of any
determinations with respect to the performance of such agreement; provided, that the existence
of the facts upon which the City makes findings shall be in issue and may be reviewed in any
emedtestagainstln the event of the Contractorsuch as themCityon, the City could pursueall inbtheneventt of default bya he
Contractor.
31. Invoices. Invoices will be Cit of Santa Clarita
Accounts Payable
23920 Valencia Blvd. Ste. 295
Santa Clarita, CA 91355-2196
Invoices will reflect the purchase order # and goods or service delivered in accordance with the
terms of the contract. invoice processing begins on receipt of the material or invoice, whichever
is later.
32. Bid Questions. Questions should be forwarded by e-mail to rmichier(c7santa-clariPa.com. They
may also be sent on letterhead to:
City of Santa Clarita
Purchasing Department -'
23920 Valencia Blvd.
Santa Clarita, CA 91355-2196
The last day for questions will be 1:00 PM, August 16, 2013.
33. Renewal and Prirana Adiustment. Contracts entered into pursuant to this Invitation to Bid will be
for an initial term of one year and may be renewed annually, up to four times, in accordance with
the terms of the contract. If not otherwise stated, the contract may be renewed if the new pricing
of the contract does not change more than the Consumer Price Index - All Urban Consumers (not
seasonally adjusted), Los Angeles Area -Riverside -Orange county area and prevailing wage
rat s,
f applicable. Price adjustments may be increases or decreases as appropriate and
requested at least 90 days prior to the expiration/renewal of the contract. The index level for the
month preceding the month of solicitation advertisement will become the beginning index. The
Bid N GS -13-1409
•I
I
price adjustment limit will be the percentage change based on the difference between the
beginning level or the adjustment level last used and the index level for the period 90 days prior
to the expiration of the contract. If not renewed prior to the anniversary date, the contract may
continue on a month to month basis until renewed or awarded to a new contractor.
I
B TERMS AND CONDITIONS
The solicitation, bidder's response and the Purchase Order (and Contract for services) constitute the
entire agreement between the vendor and the City of Santa Clarite (City) covering the goods (including
services) described herein (the "goods"). Time is of the essence.
1. Shipment and Inspection. The terms and routing of shipment shall be as provided on the
Purchase Order or as otherwise directed by the City. City may revise shipping instructions as to
any goods not then shipped. City shall have the right to inspect any or all of the goods at
vendor's place of business or upon receipt by City at City's election, which right shall be
exercisable notwithstanding Buyer's having paid for the goods prior to inspection. City, by reason
of its failure to inspect the goods, shall not be deemed to have accepted any defective goods or
goods which do not conform to the specifications therefore, or to have waived any of City's rights
or remedies arising by virtue of such defects or non-conformance. Cost of inspection on
deliveries or offers for delivery, which do not meet specifications, will be for the account of the
vendor.
2. Risk of Loss. Notwithstanding any provision hereof to the contrary, title to, and risk of loss of, the
goods shall remain with the vendor until the goods are delivered at the D.D.P. point specified in
this Contract, or if no such point is specified, then, when the goods are delivered to the City.
However, if the goods are of an inflammable, toxic or otherwise dangerous nature, vendor shall
hold City harmless from and against any and all claims asserted against City on account of any
personal injuries and/or property damages caused by the goods, or by the transportation thereof,
prior to the completion of unloading at City's receiving yard.
3. Warranties. Vendor warrants to and covenants with the City as follows: vendor will deliver to City
title to the goods free and clear of all security interest, liens, obligations, restrictions or
encumbrances of any kind, nature or description, the goods shall be tree from defects in material
and/or workmanship; unless otherwise specified on the Purchase Order, the goods shall be new
and not used or reconditioned; the goods and their packaging shall conform to the description
thereof and/or specifications therefore contained in this Contract. In placing this Contract, City is
relying on vendor's skill and judgment in selecting and providing the proper goods for City's
06rucular use. The goods shall be in all respects suitable for the particular purpose for which
they are purchased and the goods shall be merchantable. Vendor shall Indemnify and save and
hold City harmless from and against any and all damages, losses, demands, costs and expenses
arising. from claims by third parties for property damage, personal injury or other losses or
damages arising from vendors breach of its obligations hereunder.
4. Remedies. In the event of vendor's breach of this Contract, City may take any or all of the
following actions, without prejudice to any other rights or remedies available to City by law: (a)
require vendor to repair or replace such goods, and upon vendors failure or refusal to do so,
repair or replace the same at vendor's expense: (b) reject any shipment or delivery containing
defective or nonconforming goods and return for credit or replacement at vendor's option; said
return to be made at vendors cost and risk: (c) cancel any outstanding deliveries or services
hereunder and treat such breach by vendor as vendor's repudiation of this Contract. In the event
of City's breach hereunder, vendor's exclusive remedy shall be vendor's recovery of the goods or
the purchase price payable for goods shipped prior to such breach.
Bid # GS -13-14-09
5. Force Maieure. For the purposes of this Contract, an event of "force majeure" shall mean any or
all of the following events or occurrences, strikes, work stoppages, or other labor difficulties; fires,
floods or other acts of God; transportation delays; ads of government or any subdivision or
agency thereof; failure or curtailment of power supply in the Pacific Southwest power grid; or any
other cause, whether or not similar to the causes or occurrences enumerated above; in all cases,
which are beyond the control of the party claiming the occurrence of a force majeure event and
which delays, interrupts or prevents such party from performing its obligations under this
Contract. Notwithstanding any provision hereof to the contrary, the reduction, depletion,
shortage, curtailment or cessation of vendor's supplies or reserves or any other supplies or
materials of vendor shall not be regarded as an event of force majeure. The party affected by a
force majeure event shall give notice thereof to the other party within ten days following the
occurrence thereof and shall apprise the other party of the probable extent to which the affected
party will be unable to perform or will be delayed in performing its obligations hereunder. The
affected party shall exercise due diligence to eliminate or remedy the force majeure -cause and
shall give the other party prompt notice when that has been accomplished. Except as provided
herein, if performance of this contract by either party is delayed, interrupted or prevented by
reason of any event of force majeure, both parties shall be excused from performing hereunder
while and to the extent that the force majeure condition exists, after which the parties'
performance shall be resumed. Notwithstanding the foregoing, within five days following vendor's •
declaration of a force majeure event which prevents its full and/or timely delivery of goods
hereunder, City may, at Its option and without liability (a) require vendor to apportion among its
customers the goods available for delivery during the force majeure period; (b) cancel any or all
delayed or reduced deliveries; or (c) cancel any outstanding deliveries hereunder and terminate
this Contract If City accepts reduced deliveries or cancels the same, City may procure substitute
goods from other sources in which event this contract shall be deemed modified to eliminate
vendor's obligation to sell and City's obligation to purchase such substituted goods. After
cessation of a force majeure event declared by vendor, vendor shall, at City's option but not
otherwise, be obligated to deliver goods not delivered during the force majeure event. After
cessation of a force majeure event declared by City, neither party shall be obligated to deliver or
purchase goods not so delivered and purchased during the force majeure period.
6. Patents. It is anticipated that the goods will be possessed and/or used by City. If by reason of
any of these acts a suit is brought or threatened for infringement of any patent, trademark, trade
name or copyright with regard to the goods, their manufacture or use, vendor shall at its own
expense defend such suit and shall indemnify and save and hold City harmless from and against
all claims, damages, losses, demands, costs and expenses (including attorney's fees) in
connection with such suit or threatened suit.
7. Compliance with Law. Vendor warrants that it -will -comply with all federal, state, and local laws,-
ordinances, rules and regulations applicable 4o -its performance under this Contract, including,
without limitation, the Fair Labor Standards Act of 1938, as amended, the Equal Employment
Opportunity Clause prescribed by Executive Order 11246 dated September 24, 1965 as
amended, and any rules, regulations or orders issued or promulgated under such Act and Order.
Vendor shall indemnify and save and hold City from and against any and all claims, damages,
demands, costs and losses which the City may suffer in the event that vendor fails to comply with
said Act, Order, rules, regulations or orders. Vendor further warrants that all goods sold
hereunder will comply with and conform in every respect to the standards applicable to the use of
such goods under the Williams -Steiger Occupational Safety and Health Act of 1970, as amended,
and any regulations and orders issued thereunder. Any clause required by any law, ordinance,
rule or regulation to be included in a contract of the type evidenced by this document shall be
deemed to be incorporated herein. Where permits and/or licenses are required for the prescribed
material/services and /or any construction authorized herein, the same must be first obtained
from the regulatory agency having jurisdiction there over.
8, Reports Artwork Designs etc.:
7
Bid # GS -13.14-09
(a) If the goods are to be produced by vendor in accordance with designs, drawings or blueprints
furnished by City, vendor shall return same to City upon completion or cancellation of this
Contract. Such designs and the like shall not be used by vendor in the production of materials for
any third party without City's written consent. Such designs and the like involve valuable property
rights of City and shall be held confidential by vendor.
(b) If the Contract results In the creation of artwork, designs or written products, including but not
limited to, books, reports, logos, pictures, drawings, plans, blueprints, graphs, charts, brochures,
analyses, photographs, musical scores, lyrics, will be considered works for hire and the contractor
expressly transfers all ownership and intellectual property rights including copyrights to the City
by signing the contract. Such works and the like shall not be used by vendor in the conduct of
any business with any third party without the City's written consent.
(c) Unless otherwise agreed herein, vendor at its cost shall supply all materials, equipment, tools
and facilities required to perform this Contract. Any materials, equipment, tools, artwork, designs
or other properties furnished by City or specifically paid for by City shall be City's property. Any
such property shall be used only in filling orders from City and may on demand be removed by
City without charge. Vendor shall use such property at its own risk, and shall be responsible for
all loss of or damage to the same while in vendor's custody. Vendor shall at its cost store and
maintain all such property in good condition and repair. City makes no warranties of any nature
with respect to any property it may furnish to vendor hereunder.
9. Governinc Law. The Purchase Order and this Contract between the parties evidenced hereby
shall be deemed to be made in the State of Califomia and shall in all respects be construed and
governed by the laws of that state.
10. Miscellaneous.
(a) The waiver of any term, condition or provision hereof shall not be construed to be a waiver of
any other such term, condition or provision, nor shall such waiver be deemed a waiver of a
subsequent breach of the same term, condition or provision.
(b) Stenographic and clerical errors, whether in mathematical computations or otherwise, made
by City on this Contract or any other fortes delivered to vendor shall be subject to correction.
(c) On the issue of primacy in disagreements in bid responses, words shall hold over numbers
and unit prices shall hold over extended prices.
(d) City may, upon notice of vendor and without liability to City, cancel this Contract and any
outstanding deliveries hereunder, (1) as to standard products of vendor not then shipped
hereunder, at any time prior to shipment, or (2) if (A) a receiver or trustee is appointed to take
possession of all or substantially all of vendor's assets, (B) vendor makes a general assignment
for the benefit of creditors, or (C) any action or proceeding is commenced by or against vendor
under any insolvency or bankruptcy act, or under any other statute or regulation having as its
purpose the protection of creditors, or (D) vendor becomes insolvent or commits an act of
bankruptcy. If an event described in (2) of this section occurs. City may at City's sole election
pay vendor its actual out-of-pocket costs to date of cancellation, as approved by City, in which
event the goods shall be the property of City and vendor shall safely hold the same subject to
receipt of City's shipping instructions.
11. Non -Collusion. By submitting a bid, bidder certifies they have not divulged, discussed or
compared their bid with other bidders, nor colluded with any other bidders or parties for invitation
to bid.
Bid # GS -13-14-09
O SPECIFICATIONS
SECTION 1 BACKGROUND
Contractor shall provide all services required to properly maintain and keep in good
repair the designated heating, ventilation and air conditioning (HVAC) equipment
located at various locations owned and/or managed by the City of Santa Clarita (CITY)
as described herein. All costs for labor, overtime, travel time including vehicle or
equipment, parts, supplies, and any other expenses incurred for preventive
maintenance or emergency service requests shall be included in the base bid on the Bid
Schedule.
SECTION 2 COVERED EQUIPMENT
Section 2.01 The list of all equipment to be covered within the initial service agreement
is included as a part of these specifications. (See "List of Covered Equipment"). These
specifications assume that all covered equipment is in good working order and is in a
maintainable condition at the time this bid is due.
Section 2.02 APPURTENANT DEVICES AND SYSTEMS: The CONTRACTOR'S
responsibility to provide preventative and predictive maintenance shall not be limited to
only the major components as referenced on "Covered Equipment", but shall also
include all appurtenant devices and systems that are related to the heating, ventilation,
and air conditioning system.
(a) HEATING SYSTEM: Boilers, burners, furnaces, pumps, cleaning of heating coils,
water strainers, unit heaters, duct heaters, heat exchangers, humidifiers, etc.
(b) COOLING SYSTEM: Air conditioning compressor(s), evaporative condensers, air
cooled condensers, pumps, water chillers, cleaning of cooling coils, etc.
(c) AIR HANDLING SYSTEM: Fans, motors, air grills (cleaning), registers (cleaning), air
filters, dampets; induction units, mixing bores, fan coil units, electric heat elements, etc.
(d) MISCELLANEOUS EQUIPMENT includes all parts, labor and materials necessary to
adjust, repair, or if necessary, replace any units, including but not limited to: .
— Exhaust fans,
— manual valves,
— float valves,
— direct expansion valves,
— thermometers,
— gauges,
— magnetic starters,
— manual motor starters,
— pump and fan motor drives,
Bid M GS -13.14-09
— belts,
— electrical wiring from motor starter to their respective motor,
— Check valves, and refrigerant.
— Water circulating pumps pertaining to heating and cooling systems;
— Water Regulating Valves
— Automatic and Manual Float Valves
— Hand Valves;
— Supply and Exhaust Fans;
— Electric Motors;
— VFD
— Vibration Dampening Mounts
— Belts;
— Electric Starters (all);
— Heating Coils; (cleaning only)
— Cooling Coils; (cleaning only)
— Belt Drives;
— All water Strainers;
— Capacity and Safety Devices with controls
— Unit Heaters;
— Fan Cabinets, Air Handling Units;
— Boilers and Controls;
— Compressors;
— Air Cooled Condensers;
— VAV
— Manual Air Volume Adjustment Valves
— Thermostats
SECTION 3 SCOPE OF SERVICES
Section 3.01 GENERAL MAINTENANCE SERVICES - Minimum services to be
provided at.each scheduled service interval (to be performed quarterly unless noted
otherwise) for the HVAC mechanical systems and equipment shall include:
(i) THERMOSTATS AND TEMPERATURE CONTROLLERS
1) Check general condition
2) Remove cover and remove foreign particles
3) Clean the cover
4) Check set point of control
5) Check throttling range and reset
6) Calibrate as necessary
Bid # GS -13-14-09 10
7) Check all pilot bleed ports
ELECTRICAL COMPONENTS
f) Energize relay to ensure operation, replace if needed
2) Inspect contacts, clean as required
3) Check pressure switches
4) Check overloads
DAMPERS
1) Lubricate dampers
2) Check for proper travel and close off, adjust as required
3) Tighten linkage and ball joints
4) Check operations bellows
(iv) ELECTRIC MOTORS
f) Check motor mounting, tighten if necessary
2) Check motor pulley for security, alignment, and tighten if
necessary
3) Check bearing wear
4) -Check belt wear, replace if needed
5) Check wiring and conduit (motor to starter) for condition
6) Check electrical connections and tighten
7) Check rotation of motor
g) Check motor for excessive heat and noise
g) Check air passages and windings
Bid # GS -13-14-09
11
10)
Check starter and clean/tighten contacts
11)
Oil or grease motor bearings as required
12)
Measure voltage and current draw and record
(v) AIR COMPRESSORS
1)
Change the crankcase oil
2)
Oil the compressor motors
3)
Lubricate packing as required, replace as required
4)
Check for moisture, oil and/or dirt in the lines
5)
Clean the intake air filter (felt and screen types)
6)
Replace cartridge -type, intake air -filter
7)
Clean the compressor belt
8)
Clean the pressure relief valve
(vi) REFRIGERATION
COMPRESSORS
1)
Check oil condition and level
2)
Check for oil leaks
3)
Check refrigerant charge and condition
4)
Check condition and alignment of .compressor drive
5)
Check for unusual noises and vibration
6)
Check refrigeration compressor and refrigeration piping for leaks
7)
Check operation of safety and capacity controls for proper
operation, including high and low pressure cut-outs
8)
Check compressor mounting, and tighten if needed
9)
Check condition of refrigerant insulation
Bid # GS -13.14-09
12
10)Lubricate per manufacturer's instruction
11)Perform start-up procedure per manufacturer's recommendation
12)Perform efficiency testis) (suction and head pressure and record
results)
(vii) EVAPORATORS
1) Check and clean tubes and fins as required
2) Inspect and wash coils
3) Check for rust and scale
4) Check and paint as required
(viii) CONDENSATE DRAINS
1) Inspect/clean drain pan
2) Inspecticlean drain line, repair as needed
(ix) AIR COOLED CONDENSERS
1) Check fan for corrosion, bent fan blades and wear
2) Check fan blade and clean dirt accumulation
3) Lubricate fan bearings and check for end play, excessive bearing
temperature and unusual bearing wear
4) Clean finned coil surfaces
5) Check coil for damage or leaks
6) Straighten bent fins
7) Check pipe clamps for security and vibration
8) Lubricate motor bearings
9) Examine motor mount resiliency
Bid # GS -13-14-09
13
10)Tighten all electrical connections
11)Inspect motor starter coils and contacts
12)Note general condition of enclosure, inspect for corrosion,
deterioration, and damage. Tighten any loose bolts and screws.
(x) HOT WATER PUMPS
1) Check pump head for operation, wear, and capacity
2) Check mechanical seal and stuffing box for leaks
3) Check motor and pump mounting — tighten
4) Check attached piping insulation and repair if necessary
5) Check wiring and conduit for condition from motor to starter
6) Inspect all hand valves for proper operation and leaks
7) Check and lubricate motor and pump head bearings
8) Check motor pump coupling for alignment, condition, and security
to shaft
(xi) AIR HANDLERS
1) Check blower mounting and tighten if necessary
2) Check shaft alignment to motor
3) Check blower pulley for security to shaft
4) Check blower belt for condition and tension —adjust or replace
5) Check blower rotation
6) Oil or grease blower bearing
7) Check blower scroll for dirt and clean if necessary
8) Check housing for rust and repair as necessary
9) Check coil faces
Bid # GS -13-14-09
14
10)Note general condition of enclosure by inspecting for corrosion,
deterioration and damage. Tighten bolts and screws as needed
(xii) HOT WATER BOILERS
1) Drain boiler as required to perform tests and inspections
2) Verify operation of'makeup water system
3) Inspect condition of flues
4) Inspect refractory and firebrick for defects
5) Visually inspect boiler exterior for possible leaks
6) Clean or replace sight glass
7) Inspect all electrical connections for tightness
8) Verify accuracy of temperature gauges
9) Inspect air lines
10)Inspect wire insulation for signs of overheating and burns
11)Verify accuracy of pressure gauges
Section 3.02 The total bid amount should include the cost to maintain all listed
equipment including appurtenant devices and systems.
Section 3.03 PARTS AND COMPONENT REPLACEMENT: -•
Contractor will repair or replace any worn, defective, or doubtful components on parts
that are part of the maintained systems as described in "Covered Equipment." There will
be no additional cost to the City for these replacements.
a) In order to maintain the standardization and integrity of the existing equipment
and control system, all components must be repaired and/or replaced with new
parts, components, or devices as may be recommended or approved by the
original equipment manufacturer(s).
b) When equipment or parts are replaced in their entirety, and a newer design of
this device is available and is functionally equivalent, compatible, and approved
for use by the original equipment manufacturer, the device of the newer design
may be used as the replacement. 15
Bid* GS -13-14-09
c) The Contractor may not make any modification to the existing system that will
violate the Underwriter's Laboratory listing and approval requirements as a
system.
d) All miscellaneous parts and supplies necessary to maintain the HVAC system
and equipment shall be supplied by the CONTRACTOR and shall be included in
the cost of the service program.
e) The CONTRACTOR shall not be responsible for repair or replacement due to
misuse of the equipment by others,.or -by reason of any other cause; beyond the
control of the CONTRACTOR, except ordinary wear and tear of the equipment.
Section 3.04 PREVENTIVE AND PREDICTIVE MAINTENANCE SCHEDULES:
a) Within 60 days from the start of the Contract and with each subsequent contract
renewal, the Contractor is required to provide to the City a written schedule for all
preventative and predictive maintenance of all sites and equipment covered in
the contract. This schedule should also include filter change dates.
b) In addition, within 60 days from the start of the agreement and with each
subsequent renewal, the CONTRACTOR is required to perform a system
analysis on the equipment covered under this agreement to detect early signs of
deteriorating performance and to predict potential equipment failures. Upon
identifying potential problem areas, contractor shall complete corrective action as
required and outlined in this specification. All preventive maintenance services
shall be completed in accordance with the service schedule included in this
contract specification.
c) The maintenance services described herein to the covered equipment, shall be
completed a minimum of four (4) times per year, including startup and shutdown,
unless otherwise determined by either equipment run time or a greater frequency
as determined from the equipment manufacturer's recommendations, equipment
operation, application, location, or criticality of end use:
d) The CONTRACTOR shall control and adjust the scheduling intervals for required
preventive maintenance and task functions to be performed by either / both
calendar periods and operating hours (runtime) as pertinent to each piece of
equipment. Any changes to the initial service schedule shall be approved in
writing by the CITY.
e) Within 30 days from the start of the Contract and with each subsequent contract
renewal, the CONTRACTOR shall provide a copy to the City of a written checklist
identifying all covered equipment and appurtenant devices being inspected,
monitored and recorded. The form should also identify the date of inspection,
name and position of CONTRACTOR'S employee performing the inspection.
16
Bkl # GS -13-14-09
Within 7 days after each inspection, preventive maintenance or service call is
completed, a service report identifying the condition of the equipment including
any deficiencies shall be furnished to CITY'S designated representative for their
review and signature.
f) TEST AND CYCLE:
repair and/or replacement of any system component,
Following any inspection,
CONTRACTOR shall test and cycle all equipment as a system.
g) AIR FILTRATION EQUIPMENT: Pre -filters, frame filters, pouch filters, fan coil
filters, automatic roil -type filters and bag filters. Minimum services to be provided
include:
(i) The CONTRACTOR shall provide, install and regularly change all air
filters at a frequency dictated by dirt conditions, but no less than six (6)
times per year for frame media, and as often as necessary for roll -type
media. The date of installation and building location, should be written on
all new or replacement filters being installed. The old filters being removed
should be returned to City for disposal.
(ii) Filter media (frame or roll -type systems) shall have an average AFI
gravimetric rating of not less than 70%. efficiency.
Filter media shall be standard polyester fiber and shall be bonded together
preventing fiber shedding and blow through for maximum efficiency and
shall be of the fire retardant type of at least Class 2 rating. Efficiency of 40
percent on pleated filters and 90 percent on bag filters.
(iii) Filter frames shall be sized to fill the entire cross section of the units to
prevent
blow-by and eliminate filter spacers in the system.
(h) WATER TREATMENT SYSTEM equipment includes: Hot water system, steam
system, chilled water system (open or closed), evaporative condensers, cooling
towers, and chilled and hot water circulating pumps.
(i) The CONTRACTOR shall provide the necessary labor and chemicals to
properly maintain all water within the heating and cooling circulating
system to control metal corrosion, scale formation, biological fouling, or
contaminated discharge.
(ii) The chemicals provided must meet OSHA, Environmental Protection
Agency and OEQC requirements for safety to personnel and the
environment. All chemicals supplied must be biodegradable, and all
n
Bid # GS -13-14-09
discharged effluents must be non-polluting. CONTRACTOR to maintain a
binder with most recent MSDS for all chemicals used for each service
location. The binder shall be clearly marked and maintained in City
designated location.
(iii) The maintenance of control panels, bleed valves, injection pumps,
associated piping and fittings shall be included in the cost of the service
program.
(iv) At a minimum of once a month, the CONTRACTOR shall provide all labor
to take test samples, adjust feed rates, change settings, drain and flush
systems, service automatic monitoring equipment, manually inject
chemicals (for closed systems), and provide a detailed water analysis and
service report after performing those services as outlined above.
(v) For hot water heating systems and chilled water systems, the
CONTRACTOR shall:
1. Drain system of existing water and chromate compound;
2. Refill system with clean water and add the required dosage of
chemical treatment. Chemical shall be a non -chromate corrosion
inhibitor such as the borate nitrite type. It shall be acceptable to the
pollution monitoring agencies to be a non -pollutant.
(i) PERIODIC TESTS:
(i) Within 60 days from start of contract and or subsequent renewal and.
semi-annually thereafter, the CONTRACTOR shall perform vibration
analysis of the equipment to be maintained. This analysis shall be made
on all equipment above one horsepower (1 HP). The analysis shall be
provided as a written report showing the vibration measured.
(ii) An infrared scanner shall be used for a site inspection, at least
.semiannually, to evaluate the condition of all portions of mechanical
system including, but not limited to, all motors, pumps, chillers, boilers,
motor starters, and electrical panels for proper predictive/preventive
maintenance.
(iii) Contractor shall perform spectrochemical analysis of refrigeration
compressor oil to determine the concentration levels of each of the
following:
Iron Silver Zinc
Lead Tin Calcium
Copper Silicon Barium
Kid # GS -13-14.09
18
Chromium
Baron Magnesium
Aluminum
Sodium Tatanium
Nickel
Phosphorus Molybdenum
Cadmium
Antimony
This analysis will consist on a minimum of the following four (4) tests:
1. Total Acid (ASTMD 664)
2. Viscosity (ASTMD 445)
3. Water Content (ASTMD 1744)
4. Total Solids (ASTMD 91)
(iv) Oil analysis shall be performed by contractor during Spring start up by a
qualified laboratory. Contractor shall provide CITY with a detailed report of
said analysis.
(v) Boiler flue gas analysis shall be performed by contractor during Heating
Season switchover with an Electric Flue Gas Analyzer to determine the
proper energy efficiency of boiler bumer system in order to maximize
burner efficiency. Contractor shall provide CITY with a detailed report of
said analysis.
Q) ZONE TEMPERATURE CONTROL SYSTEMS
Covered zone temperature control equipment shall also include: thermostats,
pressure controls, relays, limitsvalves, valve operators, damper motors,
humidity controls, step switches, time clocks, contactors, controllers, capacity
,
controls, safety controls, recorders, control panels, gauges, and air
compressors.
Section 3.05 EXCLUDED EQUIPMENT:
It is understood that the repair, replacement, and emergency service provisions apply
only to the equipment covered by this specification. Repair or replacement of non -
maintainable parts of these systems such as, but not limited to ductwork, piping, shell
and tube (for evaporators, condensers and chillers), foundations, domestic water lines,
drains, plumbing, oil lines, gas lines, oil storage tanks, air handling ductwork, boiler shell
and tubes, unit cabinets, boiler trim and reflector material, cooling tower structures,
insulating material, electrical wiring, hydronic and pneumatic piping, structural supports,
and other nonmoving and non -maintainable parts is not included in this specification. If
the Cty e work shll be
app olvederepairquires
iary equipment,
in writing, nd the to be done on 1
Contractor shall be compensated d at the add tionalawork
19
Bid # GS•13-14-09
rate.
Section 3.06 ADDITIONAL WORK:
Any additional work that is not included in the service agreement and that will incur
additional costs will require the CONTRACTOR to provide an itemized written quote that
includes all costs of parts including mark ups and estimated labor. No work shall
proceed prior to the CONTRACTOR receiving signed approval from an authorized City
representative. In the event that work is completed without proper authorization, the
cost for said unauthorized work will not be reimbursed. In the event that equipment is
located at a facility but is not listed in the "Covered Equipment" section of this
Specification, CONTRACTOR shall submit to the City an updated equipment list for that
facility.
Section 3.07 EMERGENCY SERVICES:
a) Upon award of contract, Contractor shall supply a minimum of two (2) emergency
contact phone numbers that are answered on a 24-hour basis; pagers are not
acceptable. If the CONTRACTOR uses an answering service, the
CONTRACTOR shall make contact with the CITY within 15 minutes of a call
being placed to the answering service.
b) If CITY determines that an emergency site visit is required, CONTRACTOR'S
personnel shall arrive and check in with City Staff at the designated service
location within four (4) hours from the time of CITY'S request. Emergency
services shall be provided on a 24-hour, 365 -days per year basis.
c) All costs for labor, overtime, travel time including vehicle, equipment, parts,
supplies, and any other expenses incurred for emergency service requests shall
be included in the bid on the Bid Schedule. No additional compensation will be
made.
d) If the resolution of the emergency service call requires CONTRACTOR to provide
service for equipment which is not listed on "Covered Equipment," including all
appurtenant devices and systems that are related to the heating, ventilation, and
air conditioning system, said service will be performed in accordance with
Section 3.06, ADDITIONAL WORK.
SECTION 4 SPECIAL CONDITIONS
Section 4.01 SUBCONTRACTING:
Under no condition shall any work specified herein be subcontracted without CITY's
prior written authorization. All subcontractor's will be listed on the
Designated Subcontractors form, included with bid response.
zo
Bid # GS13-74-09
Section 4.02 CONTRACTOR QUALIFICATIONS:
The City maintains over 300,000 sq. ft. of governmental work and office space. The
training and qualifications of the service technicians, and the references of similar
experience of the Contractor are considered a minimum. It is critical that the Contractor
meet or exceed these qualifications in order to be considered for this bid.
a) Licensing: C20 - Warm Air HVAC contractor; The CONTRACTOR shall be fully
licensed at the time of bid submittal and contract award. Include evidence of
license with the bid submittal.
b) Experience: The CONTRACTOR shall have a minimum of five (5) years
experience in the maintenance and repair of commercial heating, ventilation and
air conditioning and temperature control business.
c) Technician Requirements: The CONTRACTOR shall employ a minimum of five
(5) full time, competent technicians. The servicemen assigned to maintain
pneumatic control systems will be journeymen technicians with a minimum of five
(5) years experience working on similar systems. The servicemen assigned to
maintain mechanical systems will be qualified to service the equipment type
under contract as well as all associated pneumatic, electric and electronic
controls. List employee experience on the "Service Technician Information"
sheet, included with bid response.
CONTRACTOR must have on -staff technicians trained in the use of the following
tools and test equipment: combustion efficiency test equipment, infrared scanner,
water treatment chemical drop test kit, conductivity tester, refrigeration oil test
electronic refrigeration leak detector, velometer, amprobe, and any other
tools/test equipment necessary to fulfill the requirements of this specification.
d) References: The CONTRACTOR shall submit a list of five (5) references with
full-service contracts for similar types of se vover ithe ash twenty-fources for hom the Tactor has
successfully Performed more than five (5) jobs
months. The bidder may also use references for other annual contracts similar in
scope and nature as specified in this bid. List references on attached Reference
sheets.
e) Engineering Support: The CONTRACTOR is required to maintain an engineering
department staffed with full time professionals in the fields of refrigeration,
boilers, water treatment, and pneumatic, electric and electronic controls which
includes at least one professional engineer (PE). Submit evidence of satisfying
this requirement with bid submittal.
Section 4.03 HVAC ENGINEERING AND DESIGN SERVICES:
21
Did # GS -18-14-09
Following award of contract, the CONTRACTOR agrees to be available for consultation
regarding HVAC system design modifications and/or new equipment options for other
City -owned and/or managed locations that are not included in the service agreement.
The total cost for such work being payable as additional work at the then -current rates
as referenced within the service agreement.
Section 4.04 PARTS AND EQUIPMENT INVENTORY:
The CONTRACTOR shall maintain within a central warehouse an inventory which
includes all replacement parts that may be required for any component in the covered
equipment to ensure immediate availability in emergency situations. This required
inventory shall include, but is not limited to, all temperature sensors, controllers,
dampers, valves, actuators, relays, air compressors, flame safeguards and boiler
controls.
Section 4.05 STORAGE:
A limited amount of on-site storage is available for Contractor's use in stockpiling
materials or for securing contractor's equipment or disposal of associated construction
debris. Limited on-site parking is available to contractor and employees.
Section 4.06 CHEMICALS:
Contractor shall maintain a binder containing Material Safety Data .Sheets for all
material furnished, before they are delivered, for which an MSDS has been prepared by
the manufacturer. The chemicals provided must meet OSHA, Environmental Protection.
Agency and OEQC requirements for safety to personnel and the environment. All
chemicals supplied must be biodegradable, and all discharged effluents must be non-
polluting. Contractor shall maintain a binder containing Material Safety Data Sheets
MSDS for all chemicals used for each service location.
Section 4.07 PUBLIC SAFETY:
Public safety at the jobsite shall be considered of primary importance; all repairs, new
installations and other work must be completed using the best standard safety practices
at all times.' In the event Contractor is advised of any unsafe condition, all work shall
cease and such unsafe conditions shall be addressed and corrected immediately to the
satisfaction of the authorized City representative before any work may resume.
Section 4.08 ACCIDENT REPORTING:
Contractor shall immediately notify the City of injuries sustained by any of its employees
during the course of completing any work under this contract and shall supply a copy of
their written accident report by the end of the next working day.
Section 4.09 SERVICE HOURS AND BUILDING ACCESS:
zx
Bid # GS -13-14-09
All preventive and predictive maintenance or repair services provided under this
agreement will be performed during the City's normal working hours, which are from
7:30 a.m. to 4:00 p.m., Monday through Friday, CITY'S holidays excepted. A complete
list of CITY'S holidays is shown below. The working hours for the Joanne Darcy Library,
Newhall Library and Valencia Library are 10:00 a.m. to 4:00 p.m.
a) CITY will provide reasonable means of access to all covered equipment and
associated devices which are to be serviced. Contractor shall be free to start and
stop all primary equipment incidental to the operation of the mechanical
system(s) as arranged with and directed by the CITY or its duly authorized
representative.
b) Except for emergency repairs, all work requiring equipment shut down for more
than one hour shall be scheduled for early moming, after normal business hours
or during the weekend.
c) City Holidays:
New Year's Day
Martin Luther King Day
President's Day
Memorial Day
Independence Day
Labor Day
Veteran's Day
Thanksgiving Day
Day after Thanksgiving
1/2 Day for Christmas Eve
Christmas Day
1/2 Day for New Year's Eve
New Year's Day
Section 4.10 PURSUANT TO SECTION 1773 OF THE LABOR CODE;
The general prevailing wage rates in the county, or counties, in which .the work is to, be
done have been determined by the Director of the California Department of Industrial
Relations. These wages are set forth in the General Prevailing Wage Rates for this
project, available from the California Department of Industrial Relations' Internet web
site at http://www.dii-.ca.gov/disr/pwd. Future effective general prevailing wage rates
which have been predetermined and are on file with the California Department of
Industrial Relations are referenced but not printed in the general prevailing wage rates.
A copy of the prevailing rate of per diem wages shall be posted at the job site.
Contractor shall further adhere to the require contained
in the City of Sfor projects with a Bid
nta
Clarita's Labor Compliance Program (LCP), approved by i23
d
Bid 0 GS -13-14.09
Advertise Date of November 20, 2003 or later, and which will become part of the
conformed documents. The LCP is included at the end of this document. All pertinent
California statutes and regulations, including, but not limited to those referred to in the
City's Labor Compliance Program, are incorporated herein by reference as though set
forth in their entirety. Additionally, the Contractor is responsible for obtaining a current
edition of all California statutes and regulations and adhering to the latest editions of
such.
Contractor shall submit a certified copy of all Certified Payroll Records (CPRS) with the
progress payment on at least monthly basis to the City.
Section 4.11 OVERTIME:
From time to time, work after regular hours, or on Agency -designated holidays, may be
necessary to complete certain projects. Overtime shall be authorized by the City
designee before the work begins. Overtime costs are included in the bid prices detailed
on the pricing sheet and no additional compensation will be made.
Section 4.12 ADDITIONAL SHIFTS:
At the City's request, the contractor shall arrange for additional shifts compensated at
the regular hourly rate on projects with significant work scheduled outside of the regular
hours.
Section 4.13 CHANGES TO SERVICE LOCATIONS AND / OR SCOPE OF WORK:
The cost for service at any new location shall be calculated at a rate comparable to the
rates then in effect at other locations included in this initial solicitation. Any new
locations added to the service schedule shall be made a part of this agreement, with
associated costs to begin with the first date of service at any given location. The City
reserves the right to delete locations from this contract if necessary.
Section 4.14 CONFLICTING INSTRUCTIONS:
Contractor shall bring conflicts between the specifications and any special provisions
and/or the manufacturer's installation or maintenance instructions to the attention of the
Agency for resolution prior to performing the work involved. Such resolution of the
conflict and final approval to continue with the work shall be evidenced in writing by the
owner's authorized representative.
Section 4.15 SUBSTITUTIONS AND / OR CHANGES:
City makes no guarantee that any proposed substitutions or changes to the scope of
work as specified will be deemed acceptable. All changes must be accepted in writing
by the City's authorized representative prior to the start of work. Contractor shall bring
24
Bid 4 GS -13.14-D9
any conflicts or discrepancies in materials specified to the City's attention and request
clarification, if necessary.
SECTION 5 BONDING REQUIREMENTS
Section 5.01 PERFORMANCE BOND:
A performance bond will be required upon award of contract in an amount no less than
100% of the total contract cost. Said Performance Bond will be acted on in the event
Contractor continues to provide substandard service for a period of 30 days following
receipt of a written notice of said substandard service from the City.
Section 5.02 BID GUARANTEE BOND:
A bid guarantee bond should be in an amount equal to 10% of bidder's total annual
contract amount, and must accompany the bidder's submittal in response to this
solicitation.
Section 5.03 LABOR & PAYMENT BOND:
A labor and payment bond will be required upon award of contract in an amount no
less than 100% of the total contract cost.
SECTION 6 BID SUBMITTAL
Al pages of e returned
bild submittal. Iln addition, the folrequired,
items shall also bwith the
with the bid
submittal:
Contractor's list of non -serviceable equipment (if required)
Bid Bond
Contractor's license number
Service Technicians' experience
Contractor's Qualifications
Contractor's references
List of sub -contractors
Labor & Payment Bond (awarded vendor only)
Performance Bond (awarded vendor only)
Maintenance Contract (awarded vendor only)
25
Bid # GS -13.14.09
CONTRACTOR'S LICENSE #
u, ctc; , C, tkc
26
Bid fl GS -1 3-14-09
DESIGNATION OF SUBCONTRACTORS
Gs -13-14-09 Building HVAC Maintenance
City of Santa Ciarita, California
Listed below are the names and locations of the places of business of each subcontractor, supplier, and
vendor who will perform work or labor or render service in excess of M, of 1 percent of the prime
nnual 2rmosagm race
contractor's total bid: DBE status age of firm nccifvirtia fo m MUST ben a enic and aeturned with bid, filled in or
_-__,.,....a ,.,ah °Nn Fiihnnntractors" if none
27
Bid # GS -13-14-09
BIDDER'S REFERE14CES
The Bidder shall submit five (5) references with full-service contracts for similar
types of maintenance services with companies that have been under contract with
the bidder for a period of not less than (3) years and the locations serviced are
located within 50 miles from Santa Clarita, CA.
Business name and other facility identification
Service address
4I 4J 4 Y kJ( N7f 1 KC \ C4,
Gbntract manager name & phone number
L'�• c1', 3 F i 1 rl
Type of facility and general use m✓ G.vh� p:, n cls
Total square feet this location 1;;'c i,
List the type of equipment and services your company provides at this location.
t' IaAv 4Lk
Length of time bidder has provided service for this location.
)4 r
Bidder's Business Name: 000rgw
Date submitted: e - as i
28
Bid # GS -13-14-09
BIDDER'S REFERENCES
The Bidder shall submit five (5) references with full-service contracts for similar
types of maintenance services with companies that have been under contract with
the bidder for a period of not less than (3) years and the locations serviced are
located within 50 miles from Santa Clarita, CA.
Business name and other facility identification
.14 L NTf
Service address
Contract manager name & phone number
G'S1L 41 NVrcGw
Type of facility and general use
Total square feet this location
List the type of equipment and services your company provides at this location.
140,, y(Rv,C r.. V,J,"01 �tG P.4,1S Hv'IYL RC•-rmxr IT-
L . ength
Length of time bidder has provided service for this location.
Bidder's Business Name: tar CG -`
Date submitted: 9 XCF, 13
29
Bid # GS -1344-09
BIDDER'S REFERENCES
The Bidder shall submit five (5) references with full-service contracts for similar
types of maintenance services with companies that have been under contract with
the bidder for a period of not less than (3) years and the locations serviced are
located within 50 miles from Santa Clarita, CA.
Business name and other facility identification
Service address
Contract manager name & phone number
�o Cc, OF- L <.-nl
' L3 eN Y `lac
Type of facility and general use
u,.. L.:-,rv,
Total square feet this location t; c k
List the type of equipment and services your company provides at this location.
WAG `ift(��tLr I:M7 :>�„�:-.:i-rt•
Lengtt
h of lime bidder has provided service for this location.
�R`.
Bidder's Business Name: Idc rjl� `/VVr--`'—
Date submitted: B 2 1
30
Bid 9 GS -13.14-09
BIDDER'S REFERENCES
The Bidder shall submit five (5) references with full-service contracts for similar
types of maintenance services with companies that have been under contract with
the bidder for a period of not less than (3) years and the locations serviced are
located within 50 miles from Santa Clarita, CA.
Business name and other facility identification
11*�I Gf' n1Nr•la A'q j'NJ o'"✓AC rl
service address
1,a 3 i 0%6" A -v r;.. M nM N F'f R-ri i%d .rrc h Ga
Contract manager name & phone number
v.xr1 1'ktGE siv
Type of facility and general use 'j, n1 1 c' 9K`NV i �o 1,1 C, S
Total square feet this location r.: V__
List the type of equipment and services your company provides at this location.
r�i�c i F,in azvicr.s
Length of time bidder has provided service for this location.
Bidder's Business Name:
Date submitted: submitted: - ' 0--i 13
31
Bid # GS -13-14.09
BIDDER'S REFERENCES
The Bidder shall submit five (5) references with full-service contracts for similar
types of maintenance services with companies that have been under contract with
the bidder for a period of not less than (3) years and the locations serviced are
located within 50 miles from Santa Clarita, CA.
Business name and other facility identification
J)Wltil VA',LIC
Service address
I H H C 'S C T)Ati. i f= 1 C pvv f.
Contract manager name & phone number
kkwatc r�,Ara A-, c L:_A-L� quv Hcii
Type of facility and general use xyx MvhVPAr i f5c Oi rIG
Total square feet this location' cc i<
List the type of equipment and services your company provides at this location.
Length of time bidder has provided service for this location.
Bidder's Business Name: I+Cr4 e. -f w ;i -L
Date submitted: 'd- DLI ' i''
32
Bid # GS -13-14-09
BID SECURITY FORMS FOR CHECK OR BOND TO ACCOMPANY BID
NOTE: The following form shall be used in case check accompanies bid.
Accompanying this Proposal is a *certified/cashier's check payable to the order of the City Of
Santa Clarita for:the
($ ), this amount being not less than ten percent (10 said AGENCYof the total amou de of
this
bid. --The of this check shall become the property
Proposal shall be accepted by said AGENCY through action of its legally constituted contracting
authorities, and the unute a contract and furnish the required bonds
within the stipulated time; .otherwise, the check shall be returned todersigned shall fail to execthe undersigned.
Project Name; GS -13.14-09 Building HVAC Maintenance
Delete the inapplicable work.
NOTE: If the bidder desires to use a bond instead of a check, the following form shall be
executed. The sum of this bond shall be not less than ten percent (10%) of the total amount of
the bid.
33
Bid # GS -13.14.09
PROPOSAL GUARANTEE
BID BOND
GS -13-14-09 Building HVAC Maintenance
City of Santa Clarita, California
KNOW ALL MEN BY THESE PRESENTS that HONEYWELL INTERNATIONAL INC. as
BIDDER, and FEDERAL INSURANCE COMPANY as SURETY, are
held and Santa Claritta, as AGENCY, In the penal sum of
�GGv%/Ii7f(Ltrif?nJrJTli� i`�/d � Y'Nin�ellars (S 11)3411, which is ten
percent (10%) of the total amount bid by BIDDER to AGENCY for the above -stated project, for the
payment of which sum, BIDDER and SURETY agree to be bound, jointly and severally, firmly by
these presents.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas BIDDER is about to
submit a bid to AGENCY for the above -stated project, If said bid is rejected, or if said bid is
accepted and the contract is awarded and entered into by BIDDER in the manner and time
specified, then this obligation shall be null and void, otherwise it shall remain in full force and
effect in favor of AGENCY.
IN WITNESS WHEREAS, the parties hereto have set their names, titles, hands, and seals, this
27th day of August 20 13
nrn H[7NE1kEELL.INTERItATIONAL INC.
Lois H. Fuchs, Vice President, Risk Management
HONEYWELL INTERNATIONAL INC., 22 Centerpointe Drive 0100, La Palma, CA 90623
Mark Spangler, Account Representative, 719.562.3163
FEDERAL INSDRANCE COMPANY 15 Mountain View Roafl Warren NJ 07061-1615
Jamee Gonoan, Dnderwriter, 215.981.9231
Subscribed and sworn to this 27th day -of Aucrust , 20 is
NOTARY PUBLIC see Attached All -Purpose Acknowledgement
'Provide BIDDER and SURETY name, address, and telephone number and the name, title,
address, and telephone number for authorized representative.
IMPORTANT - Surety Companies executing Bonds must appear on the Treasury Department's
most current list (Circular 570, as amended) and be authorized to transact business in the State
where the project is located.
Bld 8 GS -13.14-09 34
Federal lnsuranceCompany . Lkl �- -
POWER IS Mountain View Road
Chubb OF Vigilant Insurance Company Warren, NJ 07069
Surety ATTORNEY Pacific Indemnity company
NCE
c1 iu 3� COMPANY, an Indiana
Know All eyNewsee P son I hot FEDERAL Yo�k k Den Tse an
nBPACIruno Juga REB NTM Christine A. Dunn, Sheryl L.Fensin eneY do each
hereby
1�Joyca
C. Rosenberg, and Matthew J. Rosenberg of
COMappoint Jonathan F. Dw ......
David A. Johnson, Klmbedy.......ly,Davld C. Rosenbe_rg,Harry
full seats to and deliver la and on their behalf as surety
s Obligate In NB nelura lh&sof (other than ball ponds) given of exeddad In the cowse at business, and BM
each as their We and lawful Allomsy- In- FOCI to exaale under euGr deaWnan the
N their nems and to can thea coroo obing eIn the
AS -
thereon IX othsnNse, bontls end uMletlakingn and other
sale to ng
Inch asthe amending 91 orsharinginshems,end Can aures to InsmOblgate IXaNOreilon 01 any USWmeM maned to In Said bonds or
m Wdness Vmendin sold FEDERALINSURANCE COMPs�+NY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY have each eXeanetl and ettealetl
these assents end e6oeo the" corporate seats an this 7 deyol December,
t.
2.
P%
Da . Noais, Jr., 'AmPr�
K1111
andel, Assts ani Seorelary
STATE OF NEW JERSEY
County of bomerea Jersey, nPneaY creme Kenneth C. Wendel, to me known to be Aseietanl Secretary at
on thic 7th day al December, 2012 Delors me. a Na al Poly n NawIFIL a
ANT
me day swam, did tlePose sed rele� els is Assistant
the seals of
FEDlo Ina ioregoing Pa"
Attorney,
of Attamey, re such
FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY, the mmpeniee whish exeauletl the foregdng ower o
pnomey, and the said Kenneth G. wandel, beingbyM Y an of said
INSURANCE COMPANY, end PACIFIC INDEN
of the
end knaves Companies. nand that he signed said Paver of Attorney as AasL{lenl Secretary of sold Campan as
corporate seals end ware tnerelo stared by
and In deponents presence.
su D40 aut lose;and first id power of Is acgainted withDay lhadwdan, orog Oe.NorrLs�Jr`oandV»ae Nereloacubscriblad by a�^odbo(s Id BY-,IUS; and that aLawsnetuB Ol David B. Nems, t.,
Notarial Seal YATHER)NE I ADEIAAR
NOTARY PUBUC OF NEW JERSEY
hit•. 2316665
� CommiWort 4lpirea July lb, 2Di4
y CERTIFICATION
COMPANY and PACIFIC INDEMNITY COMPANY:
INSURANCE COMPANY, NOILANT INSURANCE
ExlreU from the By. Laws of FEDERAL Ime and Shell be exeeuted In the name and on bane'(' the Company, either In' els sig nman . he
•Atl pawarc of attorney for and on behalf of Ins Company y l be the Seuelary or an ASSISLa"1 Saerelary, under their raspeotrve designations. The
IDS
Presldenl or a Vice President m an Assistant vee President, Jointly n ma De afivetl M facslmlle to any poser of anomay or to any
srgnalure al such ogXxre maY engraved PAire or lithograp end The
eeeael of theeach of otced famh an, to any p any f an President, a
Assistant VK:e President, any SeaelB y, any sas Dory o(execrNng and ari"Ung bonds and arldBnBkings a^tl Darer
certificate relegng thOmIO sPPolnUhg MsisWN SBaela ow or ,attorne In, Fad for passeSuch 16ASUASS ma company
wdl'mgs obligatory In the nature thereol, and arrysuch ander of ahomeSG� ladle signature re end tecstmllelc 01 shall be Valid and binding Upon d and binding
upon the Company end any such power so exewisd and eBNiriW M
with respect to any bond at undeda (Ing to which II N attached.'
I, Kenneth C. Wendel, Assists Al SSaelary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY
(,he -Companies') do hasty costly that ales is true and coned,
(6 the foregoing exueG of the By- Lawn of the Compo
the Companies are dory a by- d and aubwdzed to tmnseci surety Walneu In all 6g of the United Sales of America and the Dlaldd of Cofumtde and
ere
h eCom,p h' the U.S. Treasury Oepedreast further federal and Vlgila^I era licensed In Puede film and the U.S. Virgin Island', and Federal Is Ilransetl In
American Samoa, the, Guam. $U nd ¢esti a ho Prwl"aes of Canada except Prince Edward island; and
(dl) the foregoing Power of Agoma We, carred and In Ng brae erXl shied.
ey doy oI Augusl, 2013.
les at Warren. NJ this 27th
Given under MY hand and seers of said Dampen e
IN THE EVENT YOU WISH TO NOTIFY US OF A CLAIM, VbarT
MATTER, PLEASE CONTACT US AT ADDRESS LUSTED ABOVE,
Form 15.10.02258• U (Ed. 5.03) CONSENT
BYTTelephone (008)903-3449DFax(90 )I903 -3656A
NY
ALL-PURPOSE ACKNOWLEDGMENT
State of Pennsylvania
ss.
County of Montgomery
August 27, 2013 before me, Julia R. Burnet ,
On x.e+of mofo wi;,*b pw, ago PN i
ow
personally appeared Christine A. Dunn Art orwefa,.- -
COMMONWEALTH OF PENNSYLVANIA
NOTARIAL SEAL
JULIA R. BURNET, Notary Public
Upper Merlon Twp- Montgomery County
My Commission Expires August 19. 2014
O personally known to me
® proved to me on the basis of satisfactory
evidence
to be the person(s) whose names) is/are
subscribed to the within Instrument and
acknowledged to me that he/sheAhey executed
the same in his/herAheir authorized
capacity(ies), and that by his/her/their
signatures) on the Instrument the person(s), or
the entity upon behalf of which the person(s)
acted, executed the Instrument.
WITNESS myn hand/sand official t a.
ay,,.ee a amn were
y`
OPTIONAL
y Though the inloh shon "I,, is not m removal end If MYanaProve
o le to Penton- ralyng on me dowmenr and =)d prevem
rn�lprm o anotne� document.
1 -
Description of Attached Document
Title or Type of Document:
Number of Pages:
Document Date:
Signer(s) Other Than Named Above: I
Capacity(ies) Claimed by Signer
Signer's Name:
lop d arm'b Mre
O Individual
O Corporate Officer —Trtle(s): 1
O Partner — O Limited O General
® Attorney -in -Fact
[3 Trustee
O Guardian or Conservator
O Other.
1
Signer Is Representing:
O 199] NaUMeI Noun Asaodooen • Y450 b Sob Ave., P.O. Bay 41p] • LN¢wIR LA91]11N]] • xvw.nvrenWrdery.ap
P,o]. No. SW] R , W jC . 1-0p}a76 7
SAMPLE CONTRACT
D.
MAINTENANCE AGREEMENT
BETWEEN
THE CITY OF SANTA CLARITA AND
Contract No.
of
THIS MAINTENANCE AGREEMENT ("Agreement") O made and ARITA,entered gene al law citythis yand
-_ 20_, by and between the CITY OF SANTA CLARITA, a g
municipal corporation ("CITY") and a Corporation ("CONTRACTOR').
The parties agree as follows:
1. CONSIDERATION.
A. As partial consideration. CONTRACTOR agrees to perform the work listed in the SCOPE
OF SERVICES, below; and
B. As additional consideration. CONTRACTOR and CITY agree to abide by the terms and
conditions contained in this Agreement; and
basis an
C. As additional consideration, CRY agrees to pay
w is isinco incorporated by reference, for
amount set forth in the attached Exhibit "
CONTRACTOR's services. CITY will pay such amount promptly, but not later than thirty
(30) days after receiving CONTRACTOR's invoice.
2, TERM. The term of this Agreement will be from .20 to .20 The
Agreement may be renewed upon mutual consent of the parties.
3. SCOPE OF SERVICES.
A. CONTRACTOR will perform services listed in the attached Exhibit"
B. CONTRACTOR will, in a workmanlike manner, furnish all of the labor, technical,
administrative, professional do ,ther office spaceel. andall
faciltiles, and allmaterials.
sts, testingequipment,
and
printing, vehicles, transportation, P
analyses, calculation, and all other means whatsoever, except as herein otherwise
ry or
comrplete the workd
dand provide thea professional sere
icto be furnishd by CITY, es raqu �edr oP er CONTRAC OR by
this Agreement.
4. PREVAILING WAGES.
thout
A. §§ 1720r
r(as amyendedappllby AB 975cable (2001)), 1771,d177e law incluing, 4,1775, limitation775, and 177.6, CONTRACTOR
must pay its workers prevailing wages. It is CONTRACTOR's responsibility to interpret
and implement any prevailing wage requirements and CONTRACTOR agreesto
any ws. In
penalty or civil damages resulting from a violation of the prevailing wage
accordance with Labor Code § 1773.2, copies of the prevailing rate of per diem wages
are available upon request from CITY's Engineering Division or the website for State of
California Prevailing Wage Determination at www dim//DLSR/PWD. A copy of the
prevailing rate of per diem wages must be posted at the job site.
35
Bid d GS -13-14-09
B.Protection of Resident Workers
The City of Santa Cents actively supports the Immigration and Nationality Act (INA),
which includes provisions addressing employment eligibility, employment verification, and
nondiscrimination. Under the INA, employers may hire only persons who may legally
work in the United States (i.e., citizens and nationals of the U,S.) and aliens authorized to
work in the U.S. The employer must verify the identity and employment eligibility of
anyone to be hired, which includes completing the Employment Eligibility Verification
Form (1-9). The Contractor shall establish appropriate procedures and controls so no
services or products under the Contract Documents will be performed or manufactured
by any worker who is not legally eligible to perform such services or employment.
5. FAMILIARITY WITH WORK,
A. By executing this Agreement, CONTRACTOR represents that CONTRACTOR has:
L Thoroughly investigated and considered the scope of services to be performed;
and
i. Carefully considered how the services should be performed; and
Understands the facilities, difficulties, and restrictions attending performance of
the services under this Agreement.
B. If services involve work upon any site, CONTRACTOR warrants that CONTRACTOR has
or will investigate the site and is or will be fully acquainted with the conditions there
existing, before commencing the services hereunder. Should CONTRACTOR discover
any latent or unknown conditions that may materially affect the performance of the
services, CONTRACTOR will immediately inform CITY of such fact and will not proceed
except at CONTRACTOR's own risk until written instructions are received from CITY.
6. INSURANCE.
A. Before commencing performance under this Agreement, and at all other times this
Agreement is effective, CONTRACTOR will procure and maintain the following types of
insurance with coverage limits complying, at a minimum, with the limits set forth below:
Type of Insurance Limits (combined single)
Commercial general liability: $1,000,000
Business automobile liability $1,000,000
Workers compensation Statutory requirement
B. Commercial general liability insurance will meet or exceed the requirements of ISO -CGL
Form No. CG 00 01 11 85 or 88. The amount of insurance set forth above will be a
combined single limit per occurrence for bodily injury, personal injury, and property
damage for the policy coverage. Liability policies will be endorsed to name City, its
officials, and employees as "additional insureds" under said insurance coverage and to
state that such insurance will be deemed "primary" such that any other insurance that
may be carried by City will be excess thereto. Such insurance will be on an "occurrence,"
not a "claims made," basis and will not be cancelable or subject to reduction except upon
thirty (30) days prior written notice to City.
C. Automobile coverage will be written on ISO Business Auto Coverage Form
CA 00 01 06 92, including symbol 1 (Any Auto).
36
Bid # Gs -13-14-09
D. CONTRACTOR will furnish to City duly authenticated Certificates of Insurance
evidencing maintenance of the insurance required under this Agreement, endorsements
as required herein, and such other evidence of insurance or copies of policies as may be
reasonably required by City from time to time. Insurance t be placed
insurers
with a current A.M. Best Company Rating equivalent to at
Certificate(s) must reflect that the insurer will provide thirty (30) day notice of any
cancellation of coverage. CONTRACTOR will require its insurer to modify such
certificates to delete any exculpatory wording stating that failure of the insurer to mail
written notice of cancellation imposes no obligation, and to delete the word "endeavor"
with regard to any notice provisions.
E. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance required
by this Agreement. City may obtain such coverage
due to TRACTOOR'sCONTRACTe P rider this s
and
deduct the cost of such insurance from payor
Agreement or terminate. In the altemativerQshould CONTRACTOR ail to hee .apUof the
F.
7, TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this Agreement until:
A. CONTRACTOR furnishes proof of insurance as required under Section 0 of this
Agreement; and
B. CITY gives CONTRACTOR a written Notice to Proceed.
C. Should CONTRACTOR begin work in advance of receiving written authorization to
proceed, any such professional services are at CONTRACTOR's own risk.
8. TERMINATION.
A. CITY may terminate this Agreement at any time with or without cause.
B. CONTRACTOR may terminate this Agreement. -upon providing written notice to CITY at
least thirty (30) days before the effective termination date.
C Should
Agreement
be to those terminatedt to this Section, CITY may procure on its
ownterms services
D. By executing this document, CONTRACTOR waives any and all claims for damages that
might otherwise arise from CITY's termination under this Section.
9. INDEMNIFICATION.
CONTRACTOR agrees to indemnify and hold CITY harmless from and against any claim, action,
thout
ility, arising out of the
performance of this agreement limitation,
damages, costs (including, t by CONT RACTOR attorney's
nShould CIinjuries.
TY he named) inbany suit, or should any
claim be brought against it by suit or otherwise, arising out of performance by CONTRACTOR of servic3s
Bid W GS -13-14-09
rendered pursuant to this Agreement, CONTRACTOR will defend CITY (at CITY's request and with
counsel satisfactory to CITY) and will indemnify CITY for any judgment rendered against It or any sums
paid out in settlement or costs incurred in defense otherwise.
10. INDEPENDENT CONTRACTOR. CITY and CONTRACTOR agree that CONTRACTOR will act as
an independent contractor and will have control of all work and the manner in which is it performed.
CONTRACTOR will be free to contract for similar service to be performed for other employers while under
contract with CITY. CONTRACTOR is not an agent or employee of CITY and is not entitled to participate
in any pension plan, insurance, bonus or similar benefits CITY provides for its employees. Any provision
in this Agreement that may appear to give CITY the right to direct CONTRACTOR as to the details of
doing the work or to exercise a measure of control over the work means that CONTRACTOR will follow
the direction of the CITY as to end results of the work only.
11. NOTICES.
A. All notices given or required to be given pursuant to this Agreement will be in writing and
may be given by personal delivery or by mail. Notice sent by mail will be addressed as
follows:
To CITY: City of Santa Clarita
23920 Valencia Boulevard, Suite 300
Santa Clarita, CA 91355
To CONTRACTOR: Name
Address
City
B. When addressed in accordance with this paragraph, notices will be deemed given upon
deposit in the United States mail, postage prepaid. In all other instances, notices will be
deemed given at the time of actual delivery.
C. Changes may be made in the names or addresses of persons to whom notices are to be
given by giving notice in the manner prescribed in this paragraph.
12. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a Taxpayer
Identification Number.
13. WAIVER. A waiver by CITY of any breach of any term, covenant, or condition contained in this
Agreement will not be deemed to be a waiver of any srlbsequent breach of the same or any other term,
covenant, or condition contained in this Agreement, whether of the same or different character.
14. CONSTRUCTION. The language of each part of this Agreement will be construed simply and
according to its fair meaning, and this Agreement will never be construed either for or against either party.
15. SEVERABLE. If any portion of this Agreement is declared by a court of competent jurisdiction to be
invalid or unenforceable, then such portion will be deemed modified to the extent necessary in the opinion
of the court to render such portion enforceable and, as so modified, such portion and the balance of this
Agreement will continue in full force and effect.
16. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only
and will not affect the interpretation of this Agreement.
17. WAIVER. Waiver of any provision of this Agreement will not be deemed to constitute a waiver of any
other provision, nor will such waiver constitute a continuing waiver.
38
Bid # GS -13-14-09
18. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance with the
laws of the State of California, and exclusive venue for any action involving this agreement will be in Los
Angeles County.
19. AUTHORITY/MODIFICATION. This Agreement may be subject to and conditioned upon approval
and ratification by the Santa Clarita City Council. This Agreement is not binding upon CITY until executed
by the City Manager. The Parties represent and warrant that all necessary action has been taken by the
Parties o auhorize the te
s Agreement
nd to
nage In the acons
herein. tThis tAgreement may rbe modified xbyu'
written agreement. aC TY'saciitty Manager may execute Jany
such amendment on behalf of CITY.
this Agreement, agreements
20. ACCEPTANCE FACSIMILE
Ire SIGNATURES documents to be entered Parties agtoen connection ion with this Agreement
ancillary to this Agreement,
will be considered signed when the signature of a party is delivered by facsimile transmission. Such
facsimile signature will be treated in all respects as having the same effect as an original signature.
21. EFFCT OF CNFLCT. In the event any incongruity
etween any
prov si nEof this AgreOemenit, its attachments, the purchaseforder, or notice to p orceed, he provisions of this
Agreement will govern and control.
22. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of reference only
and will not affect the interpretation of this Agreement.
23. FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood, explosion,
war, terrorist act, embargo, government action, civil or military authority, the natural elements, or other
similar causes beyond the Parties' control, then the Agreement will immediately terminate without
obligation of either party to the other.
ole
24. ENTIRE AGREEMENT. This Agreement and its one aintenance. attachment constitutes
tentathatathe thent
ere
between CONTRACTOR and CITY respecting
additional terms and conditions contained in Exhibit " " that are not in conflict with this Agreement,
those terms
are incorporated exp esed oimplied, if set oel oowriab above.
There are no other understandings, terms or
othe
ct
r25. egulations Oinclud ng, wit oust limitation, CITY's conflict of interest regulatio'of interest laws and
regulations.
(SIGNATURES ON NEXT PAGE)
Hid 4 GS -13-14-09
39
IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year first
hereinabove written.
FOR CONTRACTOR:
By: Sample Only Do Not Sian
Print Name & Title
Date:
FOR CITY OF SANTA CLARITA:
KENNETH W. STRIPLIN, CITY MANAGER
By:
City Manager
Date:
ATTEST:
By:
City Clerk
Date:
APPROVED AS TO FORM:
JOSEPH M. MONTES, CITY ATTORNEY
By:
City Attorney
Date:
40
Bid # GS -15-14-09
FAITHFUL PERFORMANCE BOND
GS -13-14-09 Building HVAC Maintenance
City of Santa Clarita, California
KNOW ALL MEN BY THESE PRESENTS that as
as-
ONTRACTOR,ANDsum
SURETY, are held and firmly bound unto the City of Santa Clarita, dollars (g CY, in the pej awh ch
of payment of
is 0. ie (100°/6) percent of the total amount for bo above -stated sever, for the
which sum, CONTRACTOR and SURETY agree to be bound, jointly and severally, firmly by these
presents. For service contracts of a continuing nature, the bond shall be in the amount equal to
the amount of the initial contract term. Thereafter, the bond shall be in an amount equal to the
annual value.of such contract. The term of the bond shall cover the initial contract term.
Thereafter, CONTRACTOR and SURETY, must submit a new or renewed bond covering each
subsequent annual renewal of the contract.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been
Y for the
awarded and is ectut to enter into tannexed if CONTRACTOR faithfully perfonrms and fulfillstract nall obligatit with 0
above -stated project, onsunder the
contract documents in the manner and time specified therein, then this obligation shall be null an
void, otherwise it shall remain in full force and effect in favor of AGENCY; provided that any
alterations in the obligation or time for completion made pursuant to the terms of the contract
documents shall not in any way release either CONTRACTOR or SURETY, and notice of such
alterations is hereby waived by SURETY.
IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this
day of —
CONTRACTOR*
SURETY`
Subscribed and sworn to this
day of
20
NOTARY PUBLIC
* Provide CONTRACTOR/SURETY name, address, and telephone number and the name,
title, address, and telephone number of authorized representative.
41
Bid N GS -1314.09
LABOR AND MATERIAL BOND
GS -13-14-09 Building HVAC Maintenance
City of Santa Clarita, California
KNOW ALL MEN BY THESE PRESENTS that as
as CONTRACTOR AND
al sum
SURETY, are held and firmly bound unto the City of Santa Clarita, as AGENCY, in the pendolla s
of
is ), which is one -hundred (100°/x) percent of the total amount for the above
stated project, for the payment of which sum, CONTRACTOR and SURETY agree to be bound,
jointly and severally, firmly by these presents. For service contracts of a continuing nature, the
bond shall be in the amount equal to the amount of the initial contract term. Thereafter, the bond
shall be in an amount equal to the annual value of such contract. The term of the bond shall
cover the initial contract term. Thereafter. CONTRACTOR and SURETY must submit a new or
renewed bond covering each subsequent annual renewal of the contract.
THE CONDITIONS OF THIS OBLIGATION ARE SUCH that, whereas CONTRACTOR has been
awarded and is about to enter into the annexed Contract Agreement with AGENCY for the above -
stated project, If CONTRACTOR or any subcontractor fails to pay for any labor or material of any
kind used in the performance of the work to be done under said contract, or fails to submit
amounts due under the State Unemployment Insurance Act with respect to said labor, SURETY
will pay for the same in an amount not exceeding the sum set forth above, which amount shall
insure to the benefit of all persons entitled to file claims under the State Code of Civil Procedures;
provided that any alterations in the work to be done, materials to be furnished, or time for
completion made pursuant to the terms of the contract documents shall not in any way release
either CONTRACTOR or SURETY, and notice of said alterations is hereby waived by SURETY.
IN WITNESS WHEREOF, the parties hereto have set their names, titles, hands, and seals, this
day of 20_
CONTRACTOR'
.. SURETY'
Subscribed and sworn to this
20
NOTARY PUBLIC
day of
• Provide CONTRACTOR/SURETY name, address, and telephone number and the name,
title, address, and telephone number of authorized representative.
42
Bid # GS -13-14-09
PRICING
E.
The total cost listed below shall include all costs for all equipment, services and locations listed
within the specifications. Payments for maintenance services will be made monthly.
TOTAL BID - MAINTENANCE
CITY HALL BUILDING
Total Annual Cost for All HVAC Mechanical Equipment Repair, Preventative
Maintenance, Zone Temperature Control Service, and Emergency Services for This Location
.3I
PUBLIC WORKS CORPORATE YARD
Total Annual Cost for AH HVAC Mechanical Equipment Repair, Preventative
Maintenance, Zone Temperature Control Service, arid Emergency•Services for This Location
.. $
-71
TRANSIT MAINTENANCE FACILITY
Total Annual Cost for All HVAC Mechanical Equipment Repair, Preventative
Maintenance, Zone Temperature Control Service, and Emergency S ice;or This Location
..
----------- 2oc
JO ANNE DARCY / CANYON COUNTRY LIBRARY
Total Annual Cost for Ali HVAC Mechanical Equipment Repair, Preventative
Maintenance, Zone Temperature Control Service, and Emergency Services for This Location
$ IJ -0 5• oC,
VALENCIA LIBRARY
Total Annual Cost for All HVAC Mechanical Equipment Repair, Preventative
Maintenance, Zone Temperature Control Service, and Emergency Services for This LOQatlon
OLD TOWN NEWHALL LIBRARY
Total Annual Cost for All HVAC Mechanical Equipment Repair, Preventative
rvice, and Emergency Services for This Location
Maintenance, Zone Temperature Control Se
M
43
Bid # GS -13-14-09
JAN HEIDT NEWHALL METROLINK STATION
Total Annual Cost for All HVAC Mechanical Equipment Repair, Preventative
Maintenance, Zone Temperature Control Service, and Emergency Services for This Location
., $ =-/,00
SANTA CLARITA METROLINK STATION
Total Annual Cost for All HVAC Mechanical Equipment Repair, Preventative
Maintenance, Zone Temperature Control Service, and Emergency Services for This Location
., $ -7Npc,
VIA PRINCESSA METROLINK STATION
Total Annual Cost for All HVAC Mechanical Equipment Repair, Preventative
Maintenance, Zone Temperature Control Service, and Emergency Services for This Location
_ .. $ -7 -7y,c,c)
CHANNEL 20 PUBLIC ACCESS TV STUDIOS (SCVTV)
Total Annual Cost for All HVAC Mechanical Equipment Repair, Preventative
Maintenance, Zone Temperature Control Service, and Emergency Services f/V
for This Location
„ $ 021 1'5 1 1
SANTA CLARITA BUSINESS INCUBATOR AND SPECIAL DISTRICTS OFFICES
Total Annual Cost for All HVAC Mechanical Equipment Repair, Preventative
Maintenance, Zone Temperature Control Service, and Emergency Services for This Location
.. $ / f - I /ZU' oO
TOTAL BID - ANNUAL TOTAL ALL SITES COMBINED:
oc
(also enter Iota on page one)
The Agency is bidding this project with the above stated Bid Schedule. The Agency will award
the Contract to the lowest responsive, responsible Bidder.
The City reserves the right to reject any and all bids, to waive any informality in a bid, and to
make awards in the interest of the City.
Bid # GS -1314.09 44
*' Note: City will require selected contractor to submit monthly invoices per location
(a) All invoices shall be job specific and include a detailed list of all materials used, labor hours
and skill levels, job account number and name of City contact for project.
(b) Certain small parts, such as wire, nuts, bolts, screws, tape and other consumables shall be
included as overhead in the labor rate quoted for the project.
(c) All guarantees and warranties obtainable by the contractor from manufacturers and vendors
of equipment, in the performance of this contract, shall be extended to the City to the full extent
of their terms.
as
Bid # GS -13-14-09
Additional Work Price Sheet
Prices submitted shall be the same for all service locations, whether those locations are
included in the original contract and/or for additional services or locations that may be added to
the contract at a later date. Contractor shall be paid for only actual work completed while on
site at the designated service locations unless otherwise approved by the City prior to the start
of work.
u'
1. HVAC engineering, design, and consultation work Hourly rate $ 1 1 _2-
2. -
2. Mark up for parts and materials (not to exceed 20%)
(For equipment & locations not included in service agreement) Ze %
(enter markup %above)
Contractor will provide invoices documenting last receipt unit cost for all material billed upon
request of the City.
3. Hourly Rates for. Foreman
Journeyman
Apprentice
General Labor
$ d k NLr
0.K'
$ t3�7
$ rJ Q 0C rl0f hihP�
CX'
$ 11
4. Hourly rates for Other - Please describe completely.
rA JiC tfIKf IC*j 5P ftw IC -C- $ 14'
$
Bidders Business Name: Hr ur�vwr�l t -
Date: q, ' i*') `
4s
Birt # Gs -13-14-09
SERVICE LOCATIONS
CITY HALL BUILDING
23920 Valencia Building
Santa Clarita, CA 91355
PUBLIC WORKS CORPORATION YARD
25663 Avenue Stanford
Santa Clarita, CA 91355
TRANSIT-MAINTENCE FACILITY
28250 Constellation Road
Santa Clarita, CA 91355
JO ANNE DARCY LIBRARY
18601 Soledad Canyon Road
Santa Clarita, CA 91351
VALENCIA LIBRARY
23743 W. Valencia Blvd.
Santa Clarita, CA 91355
OLD TOWN NEWHALL LIBRARY
22601 Lyons Avenue
Newhall, CA 91321
JAN HEIDT NEWHALL METROLINK STATION
24300 Railroad Avenue
Santa Clarita, CA 91321
SANTA CLARITA METROLINK STATION
22122 Soledad Canyon Road .
Santa Clarita, CA 91350
VIA PRINCESSA METROLINK STATION
12910 Via Princessa
Santa Clarita, CA 91351
CHANNEL 20 PUBLIC ACCESS TV STUDIOS (SCVTV)
2250514 1h Street
Santa Clarita, CA 91321
SANTA CLARITA BUSINESS INCUBATOR Ninth SD SPECIAL DISTRICTS OFFICES
t.
Santa Clarita, CA 91321
47
Bid W GS -13-14-09
EXHIBIT A-2 LISTS OF COVERED EQUIPMENT
MECHANICAL SYSTEMS, COMPONENTS, AND HARDNVARE
Covered equipment shall also include all related control systems, hardware, and/or other components that
are required for the proper function and safe operation of the listed equipment.
CITY HALL BUILDING FILTER SERVICES
CITY HALL BUILDING
Quantity
Size
Type
Location Component
Rating
Manufacturer
Model
Quantity
Packaue Units
40 -ton
Carrier
5ODL44
4
_ Packaee Units
30 -ton
Carrier
50DF034
2
Not Nater Boiler
1800 BTU
Raypak
H9-1502
1
Enthalpy Controllers
Honeywell
1-1705A
6
Enthalpy Sensors
Honeywell
C7400A
6
- Damper Motors
-
Honeywell
-
6
_ Dampers
-
-
-
12
Relays
Honeywell
6
Relays
Honeywell
6
L.P.A.
Hy -Save
12
OR Relays
Honeywell
R482B
4
OR Relay
Honeywell
R882C
I
Air Compressor/Dryer
(2) 5 Hp Duplex
HTA80
1
Transformer
Honeywell
A7720
t
O&A Sensor
Honeywell
C717A
1
M&O Link
Honeywell
Y7505
I
Split System
2 -ton
Carrier
38 QR024000
I
_ Package Unit
2 -ton
Carrier
542GNX024
1
Condensing Unit
2.5 -ton
Rudd
UAKA030JAC
I
Air Handler
2.5 -ton
Sun Therm
S41-34-05-COA
I
Exhaust Fans
1/6, 1/2
XXX
2
Split System
1.5 Ton
Mitsubishi
MSYGEI BNA
I
Split System
1.5 Ton
York
DINHO36NO5606C
I
CITY HALL BUILDING FILTER SERVICES
Location
Quantity
Size
Type
60
20x25x2
Pleated Disposable
7
16x20x1
jPleated Disposable
Bid # GS -13-14-09 48
CITY HALL BUILDING EMS SYSTEM
Manufacturer Mndel
HONEYWELL I EXCEL 15B MANAGER - W7760B
49
Bid V GS -13-14-09
PUBLIC WORKS CORPORATE PARD EMS SYSTEM
\lanufacturer
Model
HONEYWELL
I EXCEL I5B MANAGER - W7760B
Bid # GS -13-14-09 . 50
oron w -III -.o
TRANSIT MAINTENANCE FACILITI'
Component
Ratin k
6lanufacmrer
Model
Ouantirr
Condensin UNt
209-2311,
CARRIER
39BNR019311
1
EMon",
Fon Coil Unin
IOg-230,
CARRIER
408N E018301
1
Condensma Unit
460v
C.ARItIER
39O110600611
I
Condensirtg Unit
IIS,
CARRIER
39BKW9130
5
Condensm Unit
209.230,
CARRIER
I 38BI1019331
1
Roof"B"
Condensing Unit
208 230,
CARRIER
38OR036C321
2
Rrw1"'B"
C'ondensin • Unk
REZNOR
-
1
Break roam"B"
Hem Pump
1 208-230,
1 CARRIER
1 40OVE2-3
Manouer"B"
Fan Coil Unit
IISv
C'ARRIEN
40ONE009100
I
Suaemisor "B"
Fan Coil Unit
I I5,
CARRIER
40ONE009100
I
Pans "B'•
Fan Coil Unit
115,
CARRIER
40ONE009100
I
\4eder-Knot
Pon Coil Unit
115,
CARRIER
40*NE004100
I
cop" Roam "B"
For Coil Unit
115,
C'ARI2IER
40ONE009101)
I
Mcetine lkooni -'B"
Fan Coil Unit
15,
CARRIER
4(I NE009100
I
Roof "A"
Heatine and Cooline Un it
5 -ton
TRANE
WCS()60A4RCA I 00200A00006011
I
Itnuf-A"
Heroine and Cuolina Un it
4 -tan
TRANE
\MCS060A4ROA1G0l00A000060(1
I
Interior
Hum 1'unn
460,
CLIMATE MASTER
GSV036.AFC30TRTS
_
Interior -A'
A'C
460,
CLIMATE MASTER
GLMo90AFC'3CCITS
4
Building A - SE Quad
By ass Fon
Meth Room AI IS
I!(, HP - 120 V
COOK
135 SON -B
I
Building A - SU' Quad
Bypass Fan
Mech. Room A139
14 HP • 120 V
COOK
150 SON -B
1
Building A - NE Quad
Bypass Fan
Mech. Room AI63
114 HP - 120 V
COOK
135 SON -B
I
Building A - NN' Quad
Bypass Fan
Mech. Room A169
120 \'
COOK
135 SON -B
I
Building A - Fimess/Loungro
By ass Fan
Roof
1/4 HP - 120 Vi
COOK
I50 S N -B
1
Budding A - Dispatch Area
Bypass Fan
Roof
1/6 HP - 120 V
COOK
100 5 N -B
1
Building A - S Quad
Women's Restroom
-
W. Restroom AI 13
120 V
COOK
GC -320
1
Building A - S Quad
Men's Restroom
M. Restroom AI 14
120 M
COOK
GC -320
I
Buildine A - N Quad
Men's Restroom
M. Restroom AI66
120 V
COOK
GC -320
1
Building A - N Quad
Women's Restroom
W. Restroum A167
120 V
COOK
GC -3_10
1
Building A - E Quad
Men's Locker Room
Roof
116 HP - 120 V
COOK
ACE -B 135CIB
1
Building A - E Quad
Women's Locker Ruono
Itwf
1/6 HI' - 120 V
COOK
ACE -B 135CIB
I
Building A - E Quad
Lloctricul Roam
hoof
1/6 HP • 120 V
COOK
ACE -B 135C28
1
Building A - SE Quad
Customer Service
hoof
1/6 HP - 120 V
COOK
ACG -B 135C2B
I
Building A - SE Quad
Coffee Niche
Coffee NOne AI 19
IN V I
COOK
GC -240
I
Building A - SW Quad
COPY Boom
Roof
116 HP - 120 V
COOK
ACE -B 71IC26
I
Building A - NE Quad
Workroom Office Su h•
Roar
I/6 HP • 120 V
COOK
ACE -B 70C2B
1
Building A - NE Quad
Break Room
Roof
1/6 HP - 120 V
COOK
AC'E-B 70C2B
I
Building A- Employee Break Boom
Type II Hood
Roof'
1/2 HI' .209 V
COOK
135 CPA
1
Building B - W Repair Buys
Flex En tine Exhaust
Rrmi'
I HP -460 V
COOK
225 CPA
I
Building B - W Repair Boys
General Exhaust
Roof
1.5 HP -4611
COOK
330 C'PA
1
Building B - Himmel Room
Ranf
116 HP - 120 V
COOK I
ACE -B 10OC'2B
1
oron w -III -.o
TRANSIT MAINTENANCE FACILITY
TRANSIT MAN'TPJCANCE FACILITI' CONT.
Iwrcalion
Cnm onent
Rating
Manufacturer
MuUel
uantity
Building B - Women's
Roof
1/6 HP - 120
COOK COOK
ACE -B 70C2B I
1
Locker/Shoncr
20"X25"X2"
Pleated Dist osable
2
24"X28"X]"
PleatedDst osable
Building B - Men's/Women's
16"X24' "
1/3 HP - 120 V
COOK
ACE -B 135C4B
Pleated Disposable
Itestmum
Roof
I Pleated Dis osable
Building B - Men's
Roof
116 HP - 120 V
COOK
ACE -B 135C28
1
Locl;Cr/Sho\yer
Ronf
113 HP - 120 \/
COOK
120 (,P\/
1
Building B . Lube/Compressor Arm
Building B - Gen. Repair
Roof
314 HP -460 V
COOK
245 CPV
1
Bav Maintenance Pit
Building B - E Repan Bays
3/4 HP - 48(1 V
COOK
'_ 10 CPA
1
Fkx L-nginc Exhaust
hoof
Building B - E Repair Bays
2 HI' 460 V
COOK
I
J30 CPAC,
encr it Exhaust
Ronl-
-
Building U - W' Rcpair
Brw(
314 Jill -400 V
COOK
I
210 CPA
Brays Fks dinging Exhausl
hoof
11.7 HP - 120 V
COOK
120 C'1'\+
Building B - Ekmmmc Shu
Ili HP - I'_0 V
COOK
120 CPV I I
Building B - Weld/Fah. Silo
Hoof
Building U - Brake Shop
lion(
113 HP - 120 V
COOK
I
150 CPV
Common Work Arco
Resvwnt 8134
120 V
COOK
GC -240 I
Building B - Restroom
Ouiklvre B - W Repair Bay
Roof
1.5 HP - 460
COOK
I
330 CPA
General Exhaust
Building B - W' Repay Bays
Roof
1.5 HP - 460
COOK
1
270 CPA
General Exhaust
'Building B - W Repay Bays
Rwf
L5 HP - 460
COOK
1
330 CPA
Eine na Exhaust
Building B - W Repair Bays
Roof
1.5 HP - 460
COOK
1
330 CPA
Emeraencv Exhaust
Building B - W' Repair Bays
Roof
L5 HP - 460
COOK
I 1
170 CPA
Emer ncy Exhaust
Roof
3/4 HP - 460 V
COOK
300 CPV I
Buildine B - Parts Storeroom
Roof
3/4 HP - 460 V
COOK
300 CVP 1
Buildin B - Sh' me/Receivine
120 V
COOK
GC -120 1
Buildin B - Pans Office
Pans Office 8127
GC I
Building B - Money Room
Mwev Room BI31
120 V
COOK
-120
BniWut¢ B - Vocuam E u' Room
Vac. Equip 8141
120 V
COOK
GC -120 1
Building B - Closet
Closet B I06A
120 V
COOK
GC -120 I
Parking Lot
Cooling (ower
47 TON
BALTIMORE
VFI-048-2_IM I
Server Room
CRAC Unit
480 V
DATA AIRE
DTWD-0534 2
TRANSIT MAINTENANCE FACILITY
FILTER SERVICES
Location uantitY
Size
Type
2
16"X30"Xl"
Pleated Disposable
2
24"X28"XI"
Pleated Disposable
9
20"X25"XI"
Pleated Disposable
6
20"X25"X2"
Pleated Dist osable
2
24"X28"X]"
PleatedDst osable
3
16"X24' "
Pleated Dis osable
4
12"X30"XI"
Pleated Disposable
1
25"X25"XI"
I Pleated Dis osable
52
Bid H GS -13-14-09
TRANSIT MAINTENANCE FACILITY EMS SYSTEM
Manufacturer iModel
Carrier Comfort Controller / 1600
Carrier Comfort Controller / 6400
JO ANNE DARCY / CANYON COUNTRY LIBRARY
Location Component Rating Manufacturer ModelQuantity
JDL Roof
Package Unit
4 -ton
Bryant
655APX048
3
JDL Roof
Packaee Unit
5 -ton
Bryant
655APX060
5
JDL Roof
Packaee Unit
7.5 -ton
Carrier
5OTF0008
I
1D1- Roof
Package Unit
2 -ton
Bryant
655ANX024
I
JO ANNE DARCY / CANYON COUNTRY LIBRARY FILTER SERVICES
Location Quantity Size Type
JDL Roof 9 20X30X1 Pleated Disposable
JDL Roof 4 16X20X2 Pleated Disposable
VALENCIA LIBRARY
Location
Component
Rating
Manufacturer
Size
Quantity
Mechanical Enclosure
Supply Fan 3
Pace
29,000 CFM
I
Mechanical Room
Mechanical Room
Return Fan 3
VFD
Pace
N/A
24,000 CFM
25-7.5 Hp
I
2
Ceiling Space
Mechanical Room
Variable Air Volume Box
Temporary Air Compressor
N/A
Dayton
Various CFM
I/2 )Ip
14
I
VALENCIA LIBRARY FILTER SERVICES
Location Quantity Size Ty e
Upstairs - Valencia Library 12 24x24x2 Pleated Disposable
I Instars - Valencia Library 12 12x24x2 Pleated Disposable
53
Bid # GS -13-14-09
Bid # GS -13-14-09 54
OLD TOWN NEWHALL LTBRARV
Location
Component
Neck Size
Volts
Model
Manufacturer
Quantity
OTNL
Cooling Tower
USS -19-48
EVAPCO
I
OTNL
Air Handlers
SA -035
AAON
2
OTNL
VAV
8
115
DESV
TITUS
2
OTNL
VAV
10
115
DESV
TITUS
I
OTNL
VAV
8
IIS
DESV
TITUS
2
OTNL
VAV
8
115
DESV
TITUS
I
OTNL
VAV
6
115
DESV
TITUS
I
OTNL
VAN'
12
115
DES\'
TITUS
I
OTNL
VAN'
10
IIS
DESV
TITUS
I
OTNL
VAV
S,
115
DESV
TITUS
I
OTNL
VAV
12
115
UES\'
TITUS
I
OTNL
VAV
6
115
DES\'
TITUS
I
OTNL
VAV
12
115
DLSV
TITUS
I
OTNL
VAV
10
115
DESV
TITUS
1
OTNL
VAV
5
115
DESV
TITUS
I
OTNL
VAV
5
IIS
DESV
TITUS
I
OTNL
VAV
14
115
DESV
TITUS
I
OTNL
VAV
14
IIS
DESV
TITUS
I
OTNL
VAV
8
115
DESV
TITUS
I
OTNL
VAV
8
115
DESV
TITUS
I
OTNL
VAV
14
115
DESV
TITUS
I
OTNL
VAV
10
115
DESV
TITUS
I
OTNL
VAV
6
IIS
DESV
TITUS
I
OTNL
VAV
5
115
DESV
TITUS
I
OTNL
VAV
8
115
DESV
TITUS
I
OTNL
VAV
16
115
DTQS
TITUS
2
OTNL
VAV
5
115
DESV
TITUS
I
OTNL
VAV
5
115
DESV
TITUS
I
OTNL
Heal Pumn
NLH-120
Water furnace envision
I
OTNL
lieatine Coil
I
OTNL
Self Contained Cooler
Mini mate 2mm-1.5
LICbCTl
I
OTNL
Exhaust Fan
SO -90-D
Greenheck
I
OTNL
Exhaust Fan
BS-130FIP4
Greenheck
I
OTNL
Exhaust Fan
SO.85-D
Greenheck
I
OTNL
Exhaust Fan
BSO-160HP-3
Greenheck
I
OTNL
Exhaust FanBS
70-4
Greenheck
1
OTNL
Exhaust Fan
OEG22-I
Greenheck
2
Bid # GS -13-14-09 54
OLD TOWN NEWHALL LIBRARY FILTER SERVICES
OLD TONT NEWHALL LIBRAR)' CONT.
Quantity
Size
Neck Size Volts
Model
Manufacturer Quantity•
Location
Component
5 -80-G
Greenhecl: I
OTNL
Exhaus[ Fan
I
20"x25"x2"
Pleated Disposable
QEI-22-I
Greenheck I
OTNL
Su Iv fan - outside air
SSS081
Lochinvar I
OTNL
Indirect water beater
SBN'IOUO
Lochinvar I
OTNL
Boiler - bldg rehear
OTNL
Expansion tank - bladder type
400-L
Armstrong I
OTN'L
Dirt & air ae BraIDfS(I)C81mC N'alefl
DAS-2.5
Amstron I
OTNL
Din 8 air separaiorstcondenser water[
HTXI0200
Lakos I
4300 2x2xR
Armstrong -
OTNL
Hvdronic um
'-
-
4300 4,\4x 11.5Mnstrong
OTNL
Hvdronic pump
'-
ArmBo-E-E 14
Artns[rone
OTNL
Hvdronicum
5(IF
TITUS I
OTN'L
:\ir Termu)al Schedule
OTNL
Air Terminal Schedule
35OR-L
TITUS I
Omni
TITUS I
OTNL
Air Terminal Schedule
300RS
TITUS 1
OTN'L
Air Terminal Schedule
OTNL
Air Terminal Schedule
Flowbar
TITUS I
Self Contained Cooler
Mini mate MM24E
Lieber[ I
OTNL
OLD TOWN NEWHALL LIBRARY FILTER SERVICES
Location
Quantity
Size
Tvpe
1 g
20"x20"x4"
Pleated Disposable
22
20"x20"x2"
Pleated Disposable
I
20"x25"x2"
Pleated Disposable
OLD TOWN NEWHALL LIBRARY EMS SYSTEM
Manufacturer Model
H0NE7'WEL1, Enterprise Building Intergrator - R410.2
55
Bid N GS -13-14-09
JAN HEIDT NEWHALL METROLINK STATION
Location
Component
Rating
Manufacturer
Mode]
Quantity
24300 Railroad Avenue
Condensing Unit
1.5 -ton
Carrier
138YAC01830
2
24300 Railroad Avenue
Air Handler
1.5 -ton
Carrier
I FB4ANS018
2
JAN HEIDT NEWHALL METROLINK STATION FILTER SERVICES
Location
I Quantity
I Size I
Tvpe
24300 Railroad Avenue 1
'
116X25XI IPleated
Disposable
SANTA CLARITA METROLINK STATION
Location
Component
I Rating
Manufacturer
Model
Quantity
22122 Soledad Canyon Road
Condensing Unit
3 -ton
Carrier
38YCI3036
1
22122 5oledad Canyon Road
Air Handler
3 -ton
Carrier
FB4ANS036
I
SANTA CLARITA METROLINK STATION FILTER SERVICES
Location
I Quantih,Size
Rating
I Type
22122 Soledad Canyon Road
I 1
116X25X I
I Pleated Disposable
VIA PRINCESSA METROLINK STATION
Location
I Component
Rating
Manufacturer
Model
Quantity
12910 Via Princessa (indoor)
Fan Coil
Carrier
40N4VP009-1
1 1
12910 Via Princessa (Outdoor)
Condenser
I Carrier
38MV0009-1
I I
VIA PRINCESSA METROLINK STATION FILTER SERVICES
Location
Quantity
Size
Type
12910 Via Princessa
I
Washable
Bid # GS -13-14-09 56
S SCVTVLocation
CHANNEL 20MIO-tonm
Location
Componentfacturer
Rating
Manufacturer
Model
Quantity
Rooftop
Package ACeemRooftop
York
30 -ton 1
Mechanical Room
AHU
Packaee ACeemRooftop
7.5 Hp I
Mechanical Room
Boiler
RBl
Packaee ACeem
Mechanical Room
Chilled Water Pump
B&G
CHANNEL 20 PUBLIC ACCESS TV STUDIOS (SCVTnr) FILTER SERVICES
Location uantity Size Type
Rooftop 7 35X253:2 Pleated Disposable
SANTA CLARITA BUSINESS INCUBATOR AND SPECIAL DISTRICTS OFFICES
Location
Component
Rating
Manufacturer
Size Quantity
Mechanical Enclosure
Air-cooled ChMer
York
30 -ton 1
Mechanical Room
AHU
York
7.5 Hp I
Mechanical Room
Boiler
RBl
900,000BTUh t
Mechanical Room
Chilled Water Pump
B&G
-1 1/2 Hp I
Mechanical Room
Hot Water Pump
B&G
1/6 Hp I
SANTA CLARITA BUSINESS INCUBATOR AND SPECIAL DISTRICTS OFFICES FILTER SERVICES
Location I Ouant1tv Size Type
Mechanical Room 8 1600 Pleated Disposable
57
Bid # GS -13.14-09
I
SERVICE TECHNICIAN INFORMATION
Any Technician identified should be those
regularly assigned to maintain the City account.
Any Technician changes shall be updated monthly.
TECHNICIAN NAME
3. tAARK GcRr)c t4
4. 17,�-v i r) 1%C K
Bidders Business Name: HC 1F , ",G; L -
Date: 96 - 3j • 13
Bid # GS -13-14.09
TIME EMPLOYED
BY BIDDER
5
3--1 yr --e
11, 4 R'.
3I (rz
al Y1ZS
58
MAINTENANCE AGREEMENT
BETWEEN
THE CITY OF SANTA CLARITA AND
HONEYWELL INTERNATIONAL, INC.
Contract No. 13-00355
THIS MAINTENANCE AGREEMENT ("Agreement") is made and entered into this _ day of
20_, by and between the CITY OF SANTA CLARITA, a general law city and
municipal corporation ("CITY") and HONEYWELL INTERNATIONAL, INC., a California
Corporation ("CONTRACTOR").
The Parties agree as follows:
1. CONSIDERATION.
A. As partial consideration, CONTRACTOR agrees to perform the work listed in the
SCOPE OF SERVICES, below; and
B. As additional consideration, CONTRACTOR and CITY agree to abide by the
terms and conditions contained in this Agreement; and
C. As additional consideration, CITY agrees to pay CONTRACTOR on a monthly
basis an amount equal to 1/12 the annual amounts set forth in the attached Exhibit
"A — Bidder's Response," plus a 15 -percent contingency of SEVENTEEN
THOUSAND TWENTY-FOUR DOLLARS ($17,024) to be paid at the City's
discretion in the event of unanticipated equipment failures not covered in the
maintenance contract, for a total contract price not to exceed ONE HUNDRED
THIRTY THOUSAND FIVE HUNDRED SEVENTEEN DOLLARS ($130,517),
plus Consumer Price Index (CPI) adjustments, which is incorporated by reference,
for CONTRACTOR's services. CITY will pay such amount promptly, but not
later than thirty (30) days after receiving CONTRACTOR's invoice.
2. TERM. The term of this Agreement will be from November 1, 2013, to November 1, 2014.
The Agreement may be renewed annually for four (4) additional one-year terms upon mutual
consent of the parties.
3. SCOPE OF SERVICES.
A. CONTRACTOR will perform services listed in the attached Exhibit "A — Bidder's
Response."
B. CONTRACTOR will, in a workmanlike manner, furnish all of the labor, technical,
administrative, professional and other personnel, all supplies and materials,
equipment, printing, vehicles, transportation, office space and facilities, and all
tests, testing and analyses, calculation, and all other means whatsoever, except as
herein otherwise expressly specified to be furnished by CITY, necessary or proper
Revised 8/2011 Page 1 of 8
r
to perform and complete the work and provide the professional services required of
CONTRACTOR by this Agreement.
4. PREVAILING WAGES.
A. If required by applicable state law including, without limitation Labor Code
§§ 1720 (as amended by. AB 975 (2001)), 1771, 1774, 1775, and 1776,
CONTRACTOR must pay its workers prevailing wages. It is CONTRACTOR's
responsibility to interpret and implement any prevailing wage requirements and
CONTRACTOR agrees to pay any penalty or civil damages resulting from a
violation of the prevailing wage laws. In accordance with Labor Code § 1773.2,
copies of the prevailing rate of per diem wages are available upon request from
CITY'S Engineering Division or the website for State of California Prevailing
Wage Determination at www.dir.ca.gov/DI,SR/PWD. A copy of the prevailing
rate of per diem wages must be posted at the job site.
B. If this contract is subject to state prevailing wage requirements of the California
Labor Code including Sections 1770 and 1773, and the City's California
Department of Industrial Relations (DIR) approved Labor Compliance Program.
All covered work classifications required in performance of this contract will be
subject to prevailing wage provisions. The Contractors and its subcontractors shall
pay not less than the state wage rates. Contractor shall further adhere to the
requirements contained in the City of Santa Clarita's Labor Compliance Program.
A copy of the Labor Compliance Program is available for review upon request at
the Office of the City Clerk. All pertinent state statues and regulations, including,
but not limited to those referred to in this contract and in the City's Labor
Compliance Program, are incorporated herein as though set forth in their entirety.
Additionally, the Contractor is responsible for obtaining a current edition of all
applicable state statues and regulations and adhering to the latest editions of such.
C. Protection of Resident Workers
The City of Santa Clarita actively supports the Immigration and Nationality Act
(INA), which includes provisions addressing employment eligibility, employment
verification, and nondiscrimination. Under the INA, employers may hire only
persons who may legally work in the United States (i.e., citizens and nationals of
the U.S.) and aliens authorized to work in the U.S. The employer must verify the
identity and employment eligibility of anyone to be hired, which includes
completing the Employment Eligibility Verification Form (I-9). The Contractor
shall establish appropriate procedures and controls so no services or products under
the Contract Documents will be performed or manufactured by any worker who is
not legally eligible to perform such services or employment.
5. FANHLIARITY WITH WORK.
A. By executing this Agreement, CONTRACTOR represents that CONTRACTOR
has:
Revised 8/2011 Page 2 of 8
i. Thoroughly investigated and considered the scope of services to be
performed; and
ii. Carefully considered how the services should be performed; and
iii. Understands the facilities, difficulties, and restrictions attending
performance of the services under this Agreement.
B. If services involve work upon any site, CONTRACTOR warrants that
CONTRACTOR has or will investigate the site and is or will be fully acquainted
with the conditions there existing, before commencing the services hereunder.
Should CONTRACTOR discover any latent or unknown conditions that may
materially affect the performance of the services, CONTRACTOR will
immediately inform CITY of such fact and will not proceed except at
CONTRACTOR's own risk until written instructions are received from CITY.
6. INSURANCE.
A. Before commencing performance under this Agreement, and at all other times this
Agreement is effective, CONTRACTOR will procure and maintain the following
types of insurance with coverage limits complying, at a minimum, with the limits
set forth below:
Type of Insurance
Commercial general liability:
Business automobile liability
Workers compensation
Limits (combined single)
$1,000,000
$1,000,000
Statutory requirement
B. Commercial general liability insurance will meet or exceed the requirements of
ISO -CGL Form No. CG 00 01 11 85 or 88. The amount of insurance set forth
above will be a combined single limit per occurrence for bodily injury, personal
injury, and property damage for the policy coverage. Liability policies will be
endorsed to name City, its officials, and employees as "additional insureds" under
said insurance coverage and to state that such insurance will be deemed "primary"
such that any other insurance that may be carried by City will be excess thereto.
Such insurance will be on an "occurrence," not a "claims made," basis and will not
be cancelable or subject to reduction except upon thirty (30) days prior written
notice to City.
C. Automobile coverage will be written on ISO Business Auto Coverage Form
CA 00 0106 92, including symbol I (Any Auto).
D. CONTRACTOR will furnish to City duly authenticated Certificates of Insurance
evidencing maintenance of the insurance required under this Agreement,
endorsements as required herein, and such other evidence of insurance or copies of
Revised 8/2011 Page 3 of 8
policies as may be reasonably required by City from time to time. Insurance must
be placed with insurers with a current A.M. Best Company Rating equivalent to at
least a Rating of "A:VII " Certificate(s) must reflect that the insurer will provide
thirty (30) day notice of any cancellation of coverage. CONTRACTOR will
require its insurer to modify such certificates to delete any exculpatory wording
stating that failure of the insurer to mail written notice of cancellation imposes no
obligation, and to delete the word "endeavor" with regard to any notice provisions.
E. Should CONTRACTOR, for any reason, fail to obtain and maintain the insurance
required by this Agreement, City may obtain such coverage at CONTRACTOR's
expense and deduct the cost of such insurance from payments due to
CONTRACTOR under this Agreement or terminate. In the alternative should
CONTRACTOR fail to meet any of the insurance requirements under this
agreement City may cancel the Agreement immediately with no penalty.
F. Should Contractor's insurance required by this Agreement be cancelled at any
point prior to expiration of the policy, CONTRACTOR must notify City within 24
hours of recut of notice of cancellation. Furthermore, CONTRACTOR must
obtain replacement coverage that meets all contractual requirements within 10 days
of the prior insurer's issuance of notice of cancellation. CONTRACTOR must
ensure that there is no lapse in coverage.
7. TIME FOR PERFORMANCE. CONTRACTOR will not perform any work under this
Agreement until:
A. CONTRACTOR furnishes proof of insurance as required under Section 6 of this
Agreement; and
B. CITY gives CONTRACTOR a written Notice to Proceed.
C. Should CONTRACTOR begin work in advance of receiving written authorization
to proceed, any such professional services are at CONTRACTOR's own risk.
8. TERMINATION.
A. CITY may terminate this Agreement at any time with or without cause.
B. CONTRACTOR may terminate this Agreement upon providing written notice to
CITY at least thirty (30) days before the effective termination date.
C. Should the Agreement be terminated pursuant to this Section, CITY may procure
on its own terms services similar to those terminated.
D. By executing this document, CONTRACTOR waives any and all claims for
damages that might otherwise arise from CITY's termination under this Section.
Revised 8/2011 Page 4 of 8
9. INDEMNIFICATION.
CONTRACTOR agrees to indemnify and hold CITY harmless from and against any claim, action,
damages, costs (including, without limitation, attorney's fees), injuries, or liability, arising out of
the performance of this agreement by CONTRACTOR. Should CITY be named in any suit, or
should any claim be brought against it by suit or otherwise, arising out of performance by
CONTRACTOR of services rendered pursuant to this Agreement, CONTRACTOR will defend
CITY (at CITY's request and with counsel satisfactory to CITY) and will indemnify CITY for any
judgment rendered against it or any sums paid out in settlement or costs incurred in defense
otherwise.
10. INDEPENDENT CONTRACTOR. CITY and CONTRACTOR agree that CONTRACTOR
will act as an independent contractor and will have control of all work and the manner in which is
it performed. CONTRACTOR will be free to contract for similar service to be performed for
other employers while under contract with CITY. CONTRACTOR is not an agent or employee of
CITY and is not entitled to participate in any pension plan, insurance, bonus or similar benefits
CITY provides for its employees. Any provision in this Agreement that may appear to give CITY
the right to direct CONTRACTOR as to the details of doing the work or to exercise a measure of
control over the work means that CONTRACTOR will follow the direction of the CITY as to end
results of the work only.
11. NOTICES.
A. All notices given or required to be given pursuant to this Agreement will be in
writing and may be given by personal delivery or by mail. Notice sent by mail will
be addressed as follows:
To CITY: City of Santa Clarita
23920 Valencia Boulevard, Suite 300
Santa Clarita, CA 91355
To CONTRACTOR: Honeywell International, Inc.
22 Centerpointe Drive, Suite 100
La Palma, CA 90613
B. When addressed in accordance with this paragraph, notices will be deemed given
upon deposit in the United States mail, postage prepaid. In all other instances,
notices will be deemed given at the time of actual delivery.
C. Changes may be made in the names or addresses of persons to whom notices are to
be given by giving notice in the manner prescribed in this paragraph.
12. TAXPAYER IDENTIFICATION NUMBER. CONTRACTOR will provide CITY with a
Taxpayer Identification Number.
13. WAIVER. A waiver by CITY of any breach of any term, covenant, or condition contained in
this Agreement will not be deemed to be a waiver of any subsequent breach of the same or any
Revised 82011 Page 5 of 8
other term, covenant, or condition contained in this Agreement, whether of the same or different
character.
14. CONSTRUCTION. The language of each part of this Agreement will be construed simply
and according to its fair meaning, and this Agreement will never be construed either for or against
either party.
15. SEVERABLE. If any portion of this Agreement is declared by a court of competent
jurisdiction to be invalid or unenforceable, then such portion will be deemed modified to the
extent necessary in the opinion of the court to render such portion enforceable and, as so
modified, such portion and the balance of this Agreement will continue in full force and effect.
16. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of
reference only and will not affect the interpretation of this Agreement.
17. WAIVER. Waiver of any provision of this Agreement will not be deemed to constitute a
waiver of any other provision, nor will such waiver constitute a continuing waiver.
18. INTERPRETATION. This Agreement was drafted in, and will be construed in accordance
with the laws of the State of California, and exclusive venue for any action involving this
agreement will be in Los Angeles County.
19. AUTHORITY/MODIFICATION. This Agreement may be subject to and conditioned upon
approval and ratification by the Santa Clarita City Council. This Agreement is not binding upon
CITY until executed by the City Manager. The Parties represent and warrant that all necessary
action has been taken by the Parties to authorize the undersigned to execute this Agreement and to
engage in the actions described herein. This Agreement may be modified by written agreement.
CITY's City Manager may execute any such amendment on behalf of CITY.
20. ACCEPTANCE OF FACSIMILE SIGNATURES. The Parties agree that this Agreement,
agreements ancillary to this Agreement, and related documents to be entered into in connection
with this Agreement will be considered signed when the signature of a party is delivered by
facsimile transmission. Such facsimile signature will be treated in all respects as having the same
effect as an original signature.
21. EFFECT OF CONFLICT. In the event of any conflict, inconsistency, or incongruity between
any provision of this Agreement, its attachments, the purchase order, or notice to proceed, the
provisions of this Agreement will govern and control.
22. CAPTIONS. The captions of the paragraphs of this Agreement are for convenience of
reference only and will not affect the interpretation of this Agreement.
23. FORCE MAJEURE. Should performance of this Agreement be prevented due to fire, flood,
explosion, war, terrorist act, embargo, government action, civil or military authority, the natural
elements, or other similar causes beyond the Parties' control, then the Agreement will
immediately terminate without obligation of either party to the other.
Revised 8/2011 Page 6 of 8
24. ENTIRE AGREEMENT. This Agreement and its two attachments constitute the sole
agreement between CONTRACTOR and CITY respecting HVAC maintenance. To the extent
that there are additional terms and conditions contained in Exhibit "A — Bidder's Response" that
are not in conflict with this Agreement, those terms are incorporated as if fully set forth above.
There are no other understandings, terms or other agreements expressed or implied, oral or
written.
25. CONFLICT OF INTEREST. CONSULTANT will comply with all conflict of interest
laws and regulations including, without limitation, CITY's conflict of interest regulations.
(SIGNATURES ON NEXT PAGE)
Revised 8/2011 Page 7 of 8
IN WITNESS WHEREOF, the parties hereto have executed this contract the day and year
first hereinabove written.
FOR CONTRACTOR:
By:
Print Name & Title
Date:
FOR CITY OF SANTA CLARITA:
KENNETH W. STRIPLIN, CITY MANAGER
By:
City Manager
Date:
ATTEST:
By:
City Clerk
Date:
APPROVED AS TO FORM:
JOSEPH M. MONTES, CITY ATTORNEY
I�
City Attorney
Date:
Revised 8/2011 Page 8 of 8