Loading...
HomeMy WebLinkAbout23-Facilities Management tit tit tit CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION From: James Sharer, Director Subject: Resolution authorizing the execution of an agreement with and issuance of a purchase order to ACH Mechanical Contractors, Inc. for the replacement of the HV AC system at Galaxy Gymnasium. Dept: Facilities Management Date: June 21, 2007 MlCC Meetin2 Date: July 2, 2007 Synopsis oCPrevious Council Action: None Recommended Motion: Adopt Resolution Contact person: James Sharer a ~"7 James W. Sharer Director of Facilities Management Phone: 384-5244 Supporting data attached: Staff Report, Resolution Ward(s): 1 FUNDING REQUIREMENTS: Amount: $160,000.00 Source:: 243-363-5504-7441 Parks Construction Fund Barbara Pachon Director of Financ~ Council Notes: Agenda Item No. ~ 7/ ()../D7 e CITY OF SAN BERNARDINO - REQUEST FOR COUNCIL ACTION STAFF REPORT SUBJECT Resolution authorizing the execution of an agreement with and issuance of a purchase order to ACH Mechanical Contractors, Inc., for the replacement of the HV AC system at Galaxy Gymnasium. BACKGROUND The Galaxy Gymnasium was acquired in 1996 from the US Air Force after the closure of Norton Air Force Base. The facility has a chillerlboiler HV AC system, which was inoperative when the City received the site. The HV AC system provides heating and cooling to less than half of the building, and is needed to provide a safe and usable space for City residents and users. Request for Quotations # RFQ F-07-38 was mailed to eleven vendors, the San Bernardino Chamber of Commerce, advertised in the Sun newspaper, and placed on the City Website. Three bids were received on May 29, 2007. The bids were reviewed by a panel consisting of Mike Grubbs, Public Works, Tony Frossard, Facilities Management and Rick Moreno, HV AC Supervisor. The panel used an evaluation criteria that was part of the RFQ package. The results are as follows: tit Contractor Location Score Total Bid 1. ACH Mechanical Redlands 252 $149,402 2. Western Allied Corporation Sante Fe Springs 246 $154,874 3. WCM & Associates San Bernardino 49 $188,630 Staffrecomrnends that the project be awarded to ACH Mechanical Contractors, Inc. for $149,402 with a $10,598 contingency budget to be used in the event of an unforeseen condition. Total $149,402 $10.598 $160,000 HV AC Replacement Contingency (7%) FINANCIAL IMPACT This Project is identified in the City of San Bernardino 2006-2007 Capital Improvement Program as project number PR04-22. The project will be funded by Park Construction Funds from account number 243-363-5504-7441. e RECOMMENDATION Adopt Resolution 1 2 3 4 5 6 7 RESOLUTION NO. RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT WITH AND ISSUANCE OF A PURCHASE ORDER TO ACH MECHANICAL CONTRACTORS, INC. FOR THE REPLACEMENT OF THE HV AC SYSTEM AT GALAXY GYMNASIUM. THE CITY OF SAN BERNARDINO AS FOLLOWS: 8 SECTION 1. ACH Mechanical Contractors, Inc. is the lowest responsive 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 1//11 28 bidder for the HV AC System replacement project at Galaxy Gymnasium in the City of San Bernardino. An Agreement for Services is awarded accordingly to said Contractor in a total amount of $149,402.00, with a contingency amount of $10,598.00. Such award shall be effective only upon said agreement being fully executed by both parties. The Mayor and Common Council hereby authorize the City Manager to execute on behalf of the City an Agreement for Services, attached and incorporated herein as Exhibit "A". The Finance Department is hereby authorized and directed to issue a Purchase Order which references this resolution to said Contractor in the amount of $149,402.00. SECTION 2. Any amendment or modification thereto shall not take effect or become operative until fully signed and executed by the parties and no party shall be obligated hereunder until the time of such full execution. No oral agreements, amendments, modifications or waivers are intended or authorized and shall not be implied from any act or course of conduct of any party. This resolution is rescinded if the parties to the contract fail to execute it within sixty (60) days of the passage of this resolution. No. 2.. 3 ()7/0:2- /07 1 RESOLUTION OF THE MAYOR AND COMMON COUNCIL OF THE CITY 2 OF SAN BERNARDINO AUTHORIZING THE EXECUTION OF AN AGREEMENT WITH AND ISSUANCE OF A PURCHASE ORDER TO ACH 3 MECHANICAL CONTRACTORS, INC. FOR THE REPLACEMENT OF THE HV AC SYSTEM AT GALAXY GYMNASIUM. 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 I HEREBY CERTIFY that the foregoing resolution was duly adopted by the Mayor and Common Council of the City of San Bernardino at a meeting thereof, held on the day of following vote, to wit: ,2007, by the Council Members: AYES NAYS ABSTAIN ABSENT ESTRADA BAXTER BRINKER DERRY KELLEY JOHNSON McCAMMACK Rachel G. Clark, City Clerk The foregoing resolution is hereby approved this day of 2007. Patrick J. Morris, Mayor City of San Bernardino Approved as to form: ~ I) _ . V 'e.w,.. es F. Penman, City Attorney Exhibit "A" AGREEMENT FOR SERVICES This AGREEMENT is made and entered into this of 2007, by and between the CITY OF SAN BERNARDINO, California, a municipal corporation, hereinafter referred to as the "CITY" and ACH Mechanical Contractors, Inc., hereinafter referred to as "CONTRACTOR". WITNESSETH WHEREAS, City desires to engage a mechanical contractor for the AlC equipment and Boiler Replacement at Galaxy Gymnasium in the City of San Bernardino, California; and WHEREAS, Contractor is a licensed mechanical contractor qualified to provide said services; and WHEREAS, Contractor is the lowest responsive bidder; and WHEREAS, San Bernardino City Council has elected to engage the services of Contractor upon the terms and conditions as hereinafter set forth; and NOW, THEREFORE, it is mutually agreed, as follows: I. SCOPE OF SERVICES Contractor shall perform those services specified in RFQ F 07-38, dated May 1,2007, and Price Form, a copy of which is attached hereto as Exhibit "1", and all of which are incorporated herein as though set forth in full. 2. TERM OF AGREEMENT Contractor shall commence within five (5) days after the City has authorized work to start by issuance of a Notice to Proceed. 3. STANDARD OF PERFORMANCE Contractor shall complete all work in conformance with Federal, State, and local regulations and industry standards. 4. CHANGES/EXTRA SERVICES A. Performance of the work specified in the attached quotation are made an obligation of Contractor under this Agreement, subject to any changes made subsequently upon mutual agreement of the parties. All such changes shall be considered as additional tasks and shall be incorporated by written amendments to this Agreement and include any increase or decrease in the amount of compensation due Contractor for the change in scope. Any change, which has not been so incorporated, shall not be binding on either party. B. Contractor shall render no extra services under this Agreement unless City authorizes such extra services in writing prior to performance of such work. Authorized extra services shall be invoiced based on the authorized additional task amounts. Exhibit "A" 5. COMPENSATION A. Upon satisfactory completion of the work, the Contractor will be paid $149,402 in arrears, for all work and services performed under this contract and upon receipt of itemized invoices, submitted in duplicate to the contract manager. The invoice amount will be based on the actual work performed. Contractor will submit an invoice to the City upon completion ofthe project. B. Said compensation shall not be altered unless there is significant alteration in the scope, complexity or character of the work to be performed. City and Contractor shall agree upon any such significant alteration in writing before commencement of performance of such significant alteration by Contractor. Any adjustment of the total cost of services will only be permitted when the Contractor establishes and City has agreed in writing that there has been, or is to be, a significant change in: 1. Scope, complexity, or character of the services to be performed; 2. Conditions under which the work is required to be performed; and 3. Duration of work if the change from the time period specified in the Agreement for completion ofthe work warrants such adjustment. C. The Contractor is required to comply with all Federal, State and local laws and ordinances applicable to the work. The Contractor is required to comply with prevailing wage rates in accordance with California Labor Code Section 1770. 6. PAYMENT BY CITY A. The billings for all services rendered pursuant to this Agreement shall be submitted by Contractor to City and shall be paid by City within twenty (20) days after receipt of same, excepting any amounts disputed by City. Dispute over any invoiced amount shall be noticed to the Contractor within ten (10) days of billing and a meet and confer meeting for purposes of resolution of such dispute shall be initiated by the City within (10) days of notice of such dispute. All tasks as specified in Exhibit" I" shall be completed prior to final payment. B. No payment will be made for any work performed prior to approval of this contract by City and Notification to Proceed. 7. SUPERVISION AND ACCEPTANCE OF SERVICES A. The Director of Facilities Management of City, or his designee, shall have the right of general supervision over all work performed by Contractor and shall be City's agent with respect to obtaining Contractor's compliance hereunder. No payment for any services rendered under this Agreement shall be made without prior approval of the Director of Facilities Management or his designee. 2 Exhibit "A" 8. COMPLIANCE WITH CIVIL RIGHTS LAWS Contractor hereby certifies that it will not discriminate against any employee or applicant for employment because of race, color, religion, sex, marital status, age, handicap or national origin. Contractor shall comply with all State and Federal Civil Rights Laws in its hiring practices and employee policies. Such action shall include, but not be limited to, the following: recruitment and recruitment advertising, employment, upgrading, and promotion. 9. TERMINATION OF AGREEMENT A. This Agreement may be terminated by either party upon thirty (30) days' written notice in the event of substantial failure of the other party to perform in accordance with the terms of this Agreement. Each party shall have twenty (20) days following the date of such notice within which to correct the substantial failure, giving rise to such notice. In the event of termination of this Agreement, City shall within thirty (30) days pay Contractor for all the fees, charges and services performed to City's satisfaction by Contractor, which finding of satisfaction shall not be unreasonably withheld. Contractor hereby covenants and agrees that upon termination of this Agreement for any reason, Contractor will preserve and make immediately available to the City, or its designated representatives, maps, notes, correspondence, or records related to work paid for by the City and required for its timely completion, and to fully cooperate with City so that the work to be accomplished under this Agreement may continue within forty-five (45) days of termination. Any subsequent use of such incomplete documents, other than their originally intended use, shall be at the sole risk of the City, and the City agrees to hold harmless and indemnify Contractor from any claims, losses, costs, including attorney's fees and liability arising out of such use. Contractor shall be compensated for such services in accordance with Exhibit "1". B. This Agreement may be terminated for the convenience of the City upon thirty (30) days written notice to Contractor. Upon such notice, Contractor shall provide work product to City, and City shall compensate Contractor in the manner set forth above. C. Following the effective date of termination of this Agreement pursuant to this section, the Agreement shall continue until all obligations arising from such termination are satisfied. 10. CONTINGENCIES In the event that, due to causes beyond the control of and without the fault or negligence of Contractor, Contractor fails to meet any of its obligations under this Agreement, and such failure shall not constitute a default in performance, the City may grant to Contractor such extensions of time and make other arrangements or additions, excepting any increase in payment, as may be reasonable under the circumstances. Increases in payment shall be made only under the "changes" provision of this Agreement. Contractor shall notifY City within three (3) days in writing when it becomes aware of any event or circumstances for which it claims or may claim an extension. 3 Exhibit "A" II. INDEPENDENT CONTRACTOR Contractor shall act as an independent contractor and .shall not be considered an employee of the City in the performance of the services provided for under this Agreement. Contractor shall furnish such services in its own manner. This Agreement is not intended and shall not be construed to create the relationship of agent, servant, employee, partnership, joint venture, or association between Contractor and the City. 12. ASSIGNMENT OR SUBCONTRACTING Contractor shall not assign this Agreement, or any portion thereof without the written consent of City. Any attempt by Contractor to assign or subcontract any performance of this Agreement without the written consent of the City shall be null and void and shall constitute a breach of this Agreement. All subcontracts exceeding $10,000 shall contain all provisions of this contract. 13. NOTICES All official notices relative to this Agreement shall be in writing and addressed to the following representatives of Contractor and City: CONTRACTOR CITY Hector M. Vargas ACH Mechanical Contractors, Inc. 521 11 th Street Redlands, CA 92374 Jim Sharer City of San Bernardino 300 N. "D" Street San Bernardino, CA 92418 14. RESPONSIBILITIES OF PARTIES A. The Contractor may reasonably rely upon the accuracy of data provided by the City or its agents. B. Upon completion of all work under this contract, ownership and title to all reports, documents, plans, specifications, and estimates produced as part of this contract will automatically be vested in the City and no further agreement will be necessary to transfer ownership to the City. C. For the purpose of determining compliance with Public Contract Code Section lOllS, et. seq. and Title 21, California Code of Regulations, Chapter 21, Section 2500 et. seq., when applicable, and other matters connected with the performance of the contract pursuant to Government Code Section 8546.7, the Contractor, subconsultant, and the City shall maintain all the books, documents, papers, accounting records, and other evidence pertaining to the performance of the contract, including but not limited to, the costs of administering the contract. All parties shall make such materials available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the c.ontract. The State, the State Auditor, or any duly authorized 4 I Exhibit "A" representative of the Federal government having jurisdiction under Federal laws or regulations (including the basis of Federal funding in whole or in part) shall have access to any books, records, and documents of the Contractor that are pertinent to the contract for audits, examinations, excerpts, and transactions, and copies thereof shall be furnished if requested. 15. PREVAILING PARTY The prevailing party in any legal action to enforce or interpret any provision of this Agreement will be entitled to recover from the losing party all reasonable attorneys' fees, court costs, and necessary disbursements in connection with that action. The costs, salary, and expenses of the City Attorney and members of his office, in connection with that action shall be considered as attorneys' fees for the purposes of this Agreement. 16. INDEMNITY Contractor shall indemnify, defend and hold harmless City from and against any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including reasonable attorney's fees), and liabilities, of, by, or with respect to third parties, which arise from Contractor's negligent performance of services under this Agreement. Contractor shall not be responsible for, and City shall indemnify, defend, and hold harmless Contractor from and against, any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including reasonable attorney's fees) and liabilities of, by or with respect to third parties, which arise from the City's negligent performance under this Agreement. With respect to any and all claims, demands, suits, actions, proceedings, judgments, losses, damages, injuries, penalties, costs, expenses (including reasonable attorney's fees) and liabilities of, by or with respect to third parties, which arise from the joint or concurrent negligence of Contractor and City, each party shall assume responsibility in proportion to the degree of its respective fault. 17. LIABILITY/INSURANCE Contractor shall maintain insurance policies meeting the minimum requirements set forth herein. All insurance maintained by the Contractor shall be provided by insurers satisfactory to the City. Certificates evidencing all insurance coverage required herein shall be delivered to the City prior to the Contractor performing any of the services under this Agreement. All insurance certificates required herein shall name the City as an additional insured and provide for thirty-(30) days written notice from the insurer to the City prior to any material change or cancellation of any insurance policy of the Contractor. A. Comprehensive General Liabilitv and Automobile Insurance. The Contractor shall maintain comprehensive general liability and automobile liability insurance with a combined single limit of not less than One Million Dollars ($1,000,000.00) per occurrence. 5 Exhibit "A" B. Worker's Compensation Insurance. The Contractor shall maintain worker's compensation insurance in accordance with the laws of the State of California for all workers employed by the Contractor. 18. VALIDITY Should any provision herein be found or deemed to be invalid, this Agreement shall be construed as not containing such provision, and all other provisions which are otherwise lawful shall remain in full force and affect, and to this end the provisions of this Agreement are declared to be severable. 19 ENTIRE AGREEMENT This Agreement represents the entire and integrated agreement between the parties hereto and supersedes all prior and contemporaneous negotiations, representations, understandings, and agreements, whether written or oral, with respect to the subject matter thereof. This Agreement may be amended only by written instrument signed by both parties. III III 6 Exhibit "A" AGREEMENT FOR Services with ACH Mechanical Contractors, Inc. IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed on the date written above by their duly authorized officers on their behalf. ATTEST: CITY OF SAN BERNARDINO BY: Rachel Clark, City Clerk City of San Bernardino BY: Fred Wilson, City Manager City of San Bernardino ACH Mechanical Contractors, Inc. BY: Signature NAME: TITLE: Approved as to form: JAMES F. PENMAN City Attorney :~rt- }-. r ~~ 7 EXHIBIT "1 " . RECEIVED CITY ATTORNEY lOa? JI.IJ.iq~~EIYED 1$~!,yt4TMI!9 59 ZG07 JUN 26 ArJ 10 59 May 1, 2007 SUBJECT: NOTICE INVITING BIDS (RFQ) F-07-38 The City of San Bernardino (City) invites bids from qualified vendors for: Air Conditioning Equipment & Boiler Replacement for Norton Gym Parties interested in obtaining a copy of this RFQ F-07-38 may do so by accessing the City of San Bernardino Web Page at www.sbcitv.oro and clicking: > Business> Request for Bids> City Finance, beginning May 1, 2007, or by faxing their request to (909) 384- 5043, attention: Deborah R. Morrow. Please include the following information in your request: name and address of firm; name, telephone and facsimile number of contact person; specify RFQ F-07-38. COp':3S of the RFQ may also be obtained by calling Deborah R. Morrow at (909) 384- 5086, (909) 384-5348 or in person at City Hall, 300 N. "0" St., 4th floor, Purchasing Division, San Bernardino, CA 92418. Job Walk: There will be a mandatory Job Walk at 10:00 a.m.. PST. Mav 8. 2007. at 1554 E. Art Townsend Dr.. San Bernardino. CA 92410. Bids will only be accepted from those who have attended this meeting. Closing Date: Bids must be submitted at or before 3:00 p.m., PST, May 29, 2007 at the address listed above. Issuance of this RFQ and/or receipt of bids does not commit City to award a contract. Sincerely, :P/JJiJiMCJ<.D Deborah R. Morrow Administrative Services Manager Purchasing Division SECTION I. INSTRUCTIONS TO BIDDERS r I. INSTRUCTIONS TO BIDDERS A. Job Walk There will be a mandatory Job Walk at 10:00 a.m.. PST. Mav 8.2007. at 1554 E. Art Townsend Dr.. San Bernardino. CA 92410. Bids will only be accepted from those who have attended this meeting. B. Examination of Bid Documents 1. By submitting a bid, the Bidder represents that it has thoroughly examined and become familiar with the items required under this RFQ and that it is capable of quality performance to achieve the City's objectives. 2. The City reserves the right to remove from its mailing list for future RFQs, for an undetermined period of time, the name of any Bidder for failure to accept a contract, failure to respond to two (2) consecutive RFQs and/or unsatisfactory performance. Please note that a "No Bid" is considered a response. C. Addenda Any City changes to the requirements will be made by written addendum to this RFQ. Any written addenda issued pertaining to this RFQ shall be incorporated into the terms and conditions of any resulting Purchase Order. The City will not be bound to any modifications to or deviations from the requirements set forth in this RFQ as the result of oral instruction. D. Clarifications 1. Examination of Documents Should a Bidder require clarifications of this RFQ, the Bidder shall notify the City in writing in accordance with Section 0.2 below. Should it be found that the point in question is not clearly and fully set forth, the City will issue a written addendum clarifying the matter which will be sent to all persons who have requested the RFQ. 2. Submittina Reauests a. With the exception of oral questions asked at any Job Walk, all questions, clarifications or comments shall be put in writing and must be received by the City no later than May 15, 2007, and be addressed as follows: City of San Bernardino 300 North "0" Street "Not an Offer" RFQ F-07-38 4th floor, Purchasing Division, Attn: Deborah R. Morrow San Bernardino, CA 92418 b. The exterior envelope of all requests for clarifications, questions and comments must be clearly labeled, "Not an Offer." The City is not responsible for failure to respond to a request that has not been labeled as such. The City will also accept questions sent by facsimile machines; however, all faxed questions must be received by the City no later than the date and time specified above. Send facsimile transmissions to (909) 384-5043, attention Deborah R. Morrow. c. Inquiries received after May 15, 2007 will not be accepted. 3. City Responses Responses from the City will be communicated in writing to all recipients of this RFQ, and will be postmarked no later than May 22, 2007. E. Submission of Bids 1. Date and Time All bids are to be submitted to City of San Bernardino, Attention: Deborah R. Morrow. Bids received after 3:00 PM PST, May 29, 2007, will be rejected by the City as non-responsive. 2. Address Bids shall be addressed as follows: City of San Bernardino 300 N. "0" Street, 4th floor, Purchasing Division San Bernardino, CA 92418. Bids may be delivered in person to the Purchasing Department, 4th floor, of the above address. 3. Identification of Bids Bidder shall submit a bid package consisting of: a) a signed original and one (1) copy of its bid, and b) a completed and signed Price Form. The bid package shall be addressed as shown above, bearing the Bidder's name and address and clearly marked as follows: "RFQ F-07-38: Air Conditioning Equipment & Boiler Replacement for Norton Gym" 4. Acceptance of Bids a. The City reserves the right to accept or reject any and all bids, or any item or part thereof, or to waive any informalities or irregularities in bids. b. The City reserves the right to withdraw this RFQ at any time without prior notice and the City makes no' representations that any contract will be awarded to any Bidder responding to this RFQ. c. The City reserves the right to postpone bid opening for its own convenience. F. Pre-Contractual Expenses Pre-contractual expenses are defined as expenses incurred by the Bidder in: 1. preparing its bid in response to this RFQ; 2. submitting that bid to City; 3. negotiating with City any matter related to this bid; or 4. any other expenses incurred by the Bidder prior to date of award, if any, of the Agreement. The City shall not, in any event, be liable for any pre-contractual expenses incurred by Bidder in the preparation of its bid. Bidder shall not include any such expenses as part of its bid. G. Contract Award Issuance of this RFQ and receipt of bids does not commit the City to award a Purchase Order. The City reserves the right to postpone bid opening for its own convenience, to accept or reject any or all bids received in response to this RFQ, and to negotiate with other than the selected Bidder(s) should negotiations with the selected Bidder(s) be terminated. The City also reserves the right to apportion the award amona two or more Bidders. H. Acceptance of Order The successful Bidder-will be required to accept a Purchase Order in accordance with and including as a part thereof the published Notice Inviting Bids, and the RFQ documents including all requirements, conditions and specifications contained therein, witl:1 no exceptions other than those specifically listed in the written purchase order. SECTION II. TECHNICAL SPECIFICATIONS (' City of San Bernardino Technical Specifications RFQ F-07 -38 General Provisions and Specifications for: AlC Equipment & Boiler Replacement at Norton Gym ITEM DESCRIPTION NOTICE: "SPECIAL INSTRUCTIONS TO THE BIDDER" Services: Bidder shall complete right hand column indicating brief reasoning for exceptions to requirements when not acceptable. State "Acceptable" if requirements are agreeable as set forth on left-hand column. Equipment: Bidder shall complete right hand column indicating specific size and/or make and model of all components when not exactly as specified. State "As Specified" if item is exactly as set forth in the left-hand column. FAILURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID GENERAL REQUIREMENTS Acceptable / as specified A) Replace existing York Chiller with a Carrier Aquasnap # 30RAN 025 B-S Chiller, or equal. Replace existing chilled and condensing water pumps with units sized per mfr. specs. Roof over existing York to be removed and not reused. New chiller to be set on existing chiller pad. Existing expansion tank to be reused. New chemical pot feeder to be installed. Thermometer and wells to be included. Chiller to be supplied with integrated storage tank. B) Replace existing Bryan Heating Hot Water Boiler with a Raypak Model H9 Indoor MBTUH Input 1800 Hot Water Boiler, or equal. Install new vent stack, including new flashing, storm collar and cap. Replace supply and return gate valves with ball valves. Thermometer and wells to be included. C) Provide, safe removal of equipment, setting of new equipment, electrical, piping, piping insulation, and startup for each installation. Included in the cost for the above items. Option 1. Install controls to include the control of AHU 1,2,3, pumps, boiler, chiller, two re-heat coils, supply & return water sensors, and proper interlocks. Option 2. Install barometric dampers on gym exhaust system and install security/vandal guard screens on the dampners. Dampners to have limiters to prevent rain intrusion. Qtv=4. 1- SECTION III. BID CONTENT AND FORMS (" RFQ F-07-38 III. BID CONTENT AND FORMS A. BID FORMAT AND CONTENT 1. Presentation Bids should not include any unnecessarily elaborate or promotional material. Information should be presented in the order in which it is requested. Lengthy narrative is discouraged, and presentations should be brief and concise. Bids shall contain the following: a. identification of Bidder, including name, address and telephone; b. proposed working relationship between Bidder and subcontractors, if applicable; c. acknowledgment of receipt of all RFQ addenda, if any; d. name, title, address and telephone number of contact person during period of bid evaluation; e. a statement to the effect that the bid shall remain valid for a period of not less than 90 days from the date of submittal; and f. signature of a person authorized to bind Bidder to the terms of the bid. Bidder may also propose enhancement or procedural or technical innovations to the Technical Specifications which do not materially deviate from the objectives or required content of the project. 2. Exceptions/Deviations State any exceptions to or deviations from the requirements of this RFQ, stating "technical" exceptions on the Technical Specifications form, and "contractual" exceptions on a separate sheet of paper. Where Bidder wishes to propose alternative approaches to meeting the City's technical or contractual requirements, these should be thoroughly explained. RFQ F-07-38 3. Appendices Information considered by Bidder to be pertinent to this RFQ and which has not been specifically solicited in any of the aforementioned sections may be placed in a separate appendix section. Bidders are cautioned, however, that this does not constitute an invitation to submit large amounts of extraneous materials; appendices should be relevant and brief. B. LICENSING AND CERTIFICATION REQUIREMENTS By submitting a bid, bidder warrants that any and all licenses and/or certifications required by law, statute, code or ordinance in performing under the scope and specifications of this RFQ are currently held by bidder, and are valid and in full force and effect. Copies or legitimate proof of such licensure and/or certification shall be included in bidder's response. Bids lackina copies and/or proof of said licenses and/or certifications mav be deemed non-responsive and mav be rejected. C. COST AND PRICE FORMS Bidder shall complete the Price Form in its entirety including: 1) all items listed and total price; 2) all additional costs associated with performance of specifications; and 3) Bidder's identification information including a binding signature. Bidder shall state cash discounts offered. Unless discount payment terms are offered, payment terms shall be "Net 30 Days". Payment due dates, including discount period, will be computed from date of City acceptance of the required services or of a correct and complete invoice, whichever is later, to the date City's check is mailed. Any discounts taken will be taken on full amount of invoice, unless other charges are itemized and discount thereon is disallowed. . Freight terms shall be F.G.B. Destination, Full Freight Allowed, unless otherwise specified on price form. RFQ F-07-38 PRICE FORM REQUEST FOR QUOTES: RFQ F-07-38 DESCRIPTION OF RFQ: Norton Gym HV AC BIDDER'S NAME/ADDRESS: NAME/TELEPHONE NO. OF AUTHORIZED REPRESENTATIVE FAX NO. TOTAL COST: Option 1. Cost: Option 2. Cost: Are there any other additional or incidental costs required by your firm? Yes / No (circle one). If you answered "Yes", please provide detail of said additional costs: Have you included in your bid all informational items and forms as requested? Yes / No (circle one). If you answered "No", please explain: RFQ F-07-38 Please indicate any elements of the Technical Specifications, which cannot be met by your firm. This offer shall remain firm for 120 days from RFQ close date: Terms and conditions as set forth in this RFQ apply to this bid. Cash discount allowable (30) days. % days; unless otherwise stated, payment terms are: Net thirty In signing this bid, Bidder warrants that all certifications and documents requested herein are attached and properly completed and signed. From time to time, the City may issue one or more addenda to this RFQ. Below, please indicate all Addenda to this RFQ received by your firm, and the date said Addenda was/were received. Verification of Addenda Received Addenda No: Addenda No: Addenda No: Received on: Received on: Received on: AUTHORIZED SIGNATURE: PRINT SIGNER'S NAME AND TITLE: DATE SIGNED: TELEPHONE: RFQ F-07-38 COMPANY NAME & ADDRESS: PHONE: FAX: IF SUBMITTING A "NO BID", PLEASE STATE REASON(S) BELOW: RFQ F-07-38 SECTION IV EVALUATION AND AWARD RFQ F-07-38 SECTION IV. EVALUATION AND AWARD A. EVALUATION CRITERIA 1. Capabilities of Firm to Effectively Complete the Project Requirements - 35% Depth of Offeror's understanding of, and ability to manage, City's requirements; ability to meet task deadlines; utility of suggested enhancements or technical innovations. 2. Qualifications of Firm/Related Experience - 45% Experience in providing services similar to those requested herein; experience working with public agencies; strength and stability of the firm; strength, stability, experience and technical competence of subcontractors; assessment by client references; qualifications of project staff; key personnel's level of involvement in performing related work; logic of project organization; adequacy of labor commitment. 3. Reasonableness of Cost and Price - 10% Reasonableness of the individual firm-fixed prices and competitiveness of quoted prices with other proposals received; adequacy of the data in support of figures quoted; basis on which prices are quoted. 4. Completeness of Response - 5% Completeness of response in accordance with RFQ instructions; exceptions to or deviations from the RFQ requirements which the Offeror cannot or will not accommodate; other relevant factors not considered elsewhere. 5. Local Vendor Preference - 5% As approved in Executive Order 2003-01--0fferor's which posses a fixed office or distribution point with at least one owner or employee located within the City of San Bernardino, and possessing all valid and current permits, and licenses required to transact such business, including, but not limited to a City Business Registration Certificate shall receive a five percent (5%) preference. [Unless contrary to Federal, State or Local Law (such as contracts for the construction of public works projects), or unless contrary to the requirements mandated by the funding source for such contractual services (such as RFQ F-07-38 the Federal Government or other source which requires award to the lowest responsible bidder). B. EVALUATION PROCEDURE All proposals received as specified will be evaluated by City staff in accordance with the above criteria. Additional sub-criteria beyond those listed may be considered by the evaluators in applying the major criteria to the proposals. During the evaluation period, the City may require an on- site visit and/or tour of the Offeror's place of business. Offerors should be aware, however, that award may be made without vendor visits, interviews, or further discussions. C. AWARD Depending on the dollar amounts of the offers received, City staff will either select the vendor best meeting the above-specified criteria or submit to City Council, for consideration and selection, the offer(s) judged by staff to be the most competitive. The City reserves the right to withdraw this RFQ at any time without prior notice and, furthermore, makes no representations that any contract(s) will be awarded to any Offerors responding to this RFQ. The City expressly reserves the right to postpone proposal opening for its own convenience, to waive any informality or irregularity in the proposals received, and to reject any and all proposals responding to this RFQ without indicating any reasons for such rejection. The City also reserves the riaht to award its total reauirement amona two or more Offerors as City staff may deem to be in its best interests. In addition, negotiations mayor may not be conducted with Offerors; therefore, the proposal submitted should contain the Offerors most favorable terms and conditions, since the selection and award may be made without discussion with any Offeror. D. TIE BIDS If the final evaluation scores (after applying the local preference allowance) result in a tie score, then the recommendation for award will be given to the local vendor. RFQ F-07-38 E. NOTIFICATION OF AWARD Offerors who submit a proposal in response to this RFQ shall be notified regarding the firm(s) who was awarded the agreement. Such notification shall be made within a reasonable time after the date the agreement is awarded. RFQ F-07-38 NON - COLLUSION AFFIDAVIT TO: THE COMMON COUNCil, CITY OF SAN BERNARDINO In accordance with Title 23, United States Code, Section 112, the undersigned hereby states, under penalty of perjury: That he/she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken action in restraint of free competitive bidding in connection with RFQ F-07-38. Business Name Business Address Signature of bidder X Place of Residence Subscribed and sworn before me this day of ,20_, Notary Public in and for the County of , State of California. My commission expires ,20_. ,. RFQ F-07-38 SECTION V. GENERAL SPECIFICATIONS . rn I RFQ F-07-38 GENERAL SPECIFICATIONS 1. Each bid shall be in accordance with Request for Quotes (RFQ) Number F"()7-38. All specifications are minimum. Bidders are expected to meet or exceed these specifications as written. Bidder shall attach to their bid a complete detailed itemization and explanation for each and every deviation or variation from the RFQ specifications and requirements. Conditional bids, or those that take exception to the RFQ specifications and requirements, may be considered non-responsive and may be rejected. 2. The City reserves the right to accept or reject any and all bids and to award a contract to the bidder whom best meets the City's requirements. This may include waiver of minor irregularities or discrepancies, or nonconformity to specifications in appropriate circumstances. Purchase shall be on a best buy basis after due consideration of all relevant factors, including but not limited to, . workmanship, accessibility of parts and service, known evidence of manufacturer's responsibility and record, durability and known operational record of product and suitability as well as conformity to City needs and requirements. In all cases the best interest of the City shall prevail in all contract awards. 3. The City of San Bernardino reserves the right to purchase more or less than the quantities specified at unit prices bid. 4. Bids shall be firm offers, subject to acceptance or rejection within 90 days of the opening thereof. 5. Regular dealer. No bidder shall be acceptable who is not a reputable manufacturer or dealer of such items as submitted for bid consideration. 6. All materials, workmanship and finish entering into the construction of the equipment must be of the best of these respective kinds and must conform to the character of the equipment and the service for which it is intended to be used and shall be produced by use of the current manufacturing processes. "Seconds", factory rejects, and substandard goods are not acceptable. 7. Each bidder shall submit with their bid a copy of the proposed product specifications, complete detailed drawings, and other descriptive matter in sufficient detail to clearly describe the equipment, materials and parts offered. 8. Manufacturer and/or Contractor shall defend any and all suits and assume all liability for any and all claims made against the City of San Bernardino, or any of its officials or agents for the use of any patented process, device or article forming a part of equipment or any iter" furnished under the contract. 9. Each bidder must state in their bid the guaranteed delivery date of product and/or services in number of calendar days from the date of contract execution by the City of San Bernardino, time is of the essence relative to this contract. Contractor shall prosecute the work continuously and diligently and shall deliver the items at the earliest possible date following the award of the contract. 10. Each bidder shall list in their bid all factory, manufacturer's and/or dealer's warranty and/or guarantee coverage and shall submit such written documents evidencing the same attached to the bid. 11. Successful bidder(s) (Contractor) shall furnish and deliver to the City complete equipment as bid and awarded, ready for installation and fully equipped as detailed in these specifications. 12. Price shall be quoted F.O.B. San Bernardino (all transportation charges shall be fully prepaid), and shall include all discounts. Bid shall include California sales tax, where applicable, computed at the rate of 7.75%, and an additional City of San Bernardino Transaction and Use Tax computed at the rate of 0.25% where applicable (this will normally be shown as a separate line item on the price form). 13. City shall make payment within thirty (30) days after the complete delivery and acceptance of the specified items by the City of San Bernardino and receipt of the Contractor's priced invoice. 14. All "standard equipmenf' is included in any bid. Bidders furnishing bids under these specifications shall supply all items advertised as "standard" equipment even if such items are not stipulated in the specifications, unless otherwise clearly excepted in the bid. 15. The items which the bidder proposes to furnish the City must comply in all respects with the appropriate safety regulations of all regulatory commissions of the Federal Government and the State of California, whether such safety features andlor items have been specifically outlined in these specifications or not. 16. Contractor delivering equipment pursuant to this RFQ specifications shall guarantee that equipment meets specifications as set forth herein. If it is found that equipment delivered does not meet RFQ F-07-38 requirements of these specifications the Contractor shall be required to correct the same at their own expense. 17. By submitting a bid, each bidder agrees that in the event complete delivery is not made within the time or times set forth pursuant to this specification, damage wili be sustained by the City, and that it is, and wili be impractical and extremely difficult to, ascertain the actual damage which the City wili sustain in the event of and by reason of such delay. 18. In case the delivery of the items under this contract is delayed due to strikes, injunctions, government controls, or by reason of any cause or circumstance beyond the control of the Contractor, the time for delivery may be extended (in the City's sole discretion) by a number of days to be determined in each instance by mutual written agreement between the Contractor and the Administrative Services Manager of the City of San Bernardino. The City shall not unreasonably refuse such extension. 19. Contract. Each bid shall be submitted and received with the understanding that acceptance by the City of San Bernardino of bid in response to this solicitation shall constitute a contract between the Contractor and the City. This shall bind the Contractor to furnish and deliver at the price bid and in complete accordance with all provisions of RFQ No. F-07 -38. In most cases the basis of award wili be the City's standard purchase order that mayor may not incorporate t~is solicitation by reference. 20. Prohibited interest. No member, officer, or employee of the City or of any agency of the City during his tenure or for one year thereafter shall have any interest, direct or indirect in this contract or the proceeds thereof. Furthermore, the parties hereto covenant and agree that to their knowledge no board member, officer or employee of the City has any interest, whether contractual, non-contractual, financial or otherwise, in this transaction, or in the business of the contracting party other than the City, and that if any such interest comes to the knowledge of either party at any time, a full and complete disclosure of all such information wili be made in writing to the other party or parties, even if such interest would not be considered a conflict of interest under Article 4(commencing with Section 1090) or Article 4.6 (commencing with Section 1120) of Division 4 of Title I of the Government Code of the State of California. 21. One Document. These specifications, the notice inviting bids, RFQ F-07-38, the Contractor's bid, any written agreement executed by the parties. the purchase order and all documents referred to in the complete specifications and purchase order, and all written modifications of said documents shall be construed together as one document. Anything called for in anyone of said documents shall be deemed to be required equally as if called for in all. Anything necessary to complete the work properly shall be performed by the contractor, whether specifically set out in the contract or not. All sections of the specifications shall be read as constituting a whole and not as an aggregation of individual parts, and whatever is specified in one section shall be construed as applying to all sections. 22. The City of San Bernardino reserves the right to accept or reject any and all bids. 23. Prompt payment. Each bidder may stipulate in their bid a percentage prompt payment discount to be taken by the City in the event the City makes payment to the Contractor within ten (10) working days of receipt of material and approval of invoice. For the purpose of this provision, payment is deemed to be made on the date of mailing of the City check. NOTE: prompt payment discounts will only be used during bid evaluation in the case of ties. 24. Inquiries. Direct all inquiries to Deborah R. Morrow at (909) 384-5086. Technical questions may be sent via fax tei (909) 384-5043. The answers to material questions wili be provided to all potential bidders. 25. Bid/Price forms. No bid wili be acceptable unless prices are submitted on the pricing forms furnished herein, and all required forms are completed and included with bid. Deliver all bids, signed and sealed, to the Purchasing Division, Finance Department at 300 North "D" Street, 4th floor, Purchasing Division, City Hall, San Bernardino, California 92418. CLEARLY MARK THE RFQ SPECIFICATION TITLE "Air Conditioning Equipment & Boiler Replacement for Norton Gym" AND NUMBER F- 07-38 ON THE OUTSIDE OF THE ENVELOPE. 26. Time. All bids must be received in the Purchasing Division no later than 3:00 PM, PST, May 29, 2007 where at such time and said place bids will be publicly opened, examined and declared. Any bid may be withdrawn by bidder prior to the above scheduled time for the opening of bids. Any bid received after that time and date specified shall NOT be considered. 27. The City of San Bernardino reserves the right at its own discretion to award separate contracts for each category, or to award multiple contracts, or to award one contract for furnishing and delivering of all equipment and/or services in all categories. 28. Equipment. In the purchase of equipment, Contractor shall be required to furnish one (1) OPERATORS MANUAL and one (1) PARTS MANUAL for all equipment bid. "~ RFQ F-07-38 29. In submitting a bid to a public purchasing body, the bidder offers and agrees that if the bid is accepted, it will assign to the purchasing body all rights, title, and interest in and to all causes of action it may have under Section 4 of the Clayton Act (U.S.C. Sec 15) or under the Cartwright Act (Chapter 2. commencing with Section 16700 of Part 2 of Division 7 of the Business and Professions Code), arising from purchases of goocfs, materials. or services by the bidder for sale to the purchasing body pursuant to the bid. Such assignment shall qe made and become effective at the time the purchasing body tenders final payment to the bidder. 30. Contractor shall indemnify. defend and hold City, its officers, employees and agents harmless from any claim, demand, liability, suit, judgment or expense (including. without limitation, reasonable costs of defense) arising out of or related to Contractor's performance of this agreement. except that such duty to indemnify, defend and hold harmless shall not apply where injury to person or property is caused by City's willful misconduct or sole negligence. The costs, salary and expenses of the City Attorney and members of his office in enforcing this Agreement on behalf of the City shall be considered as "attorney's fees" for the purposes of this paragraph. 31. While not restricting or limiting the foregoing, during the term of this Agreement, Contractor shall maintain in effect policies of comprehensive public, general, and autqmobile liability insurance. in the amount of $1 ,000,000 combined single limit, and statutory worker's compensation coverage, and shall file copies of said policies with the City's Risk Manager prior to undertaking any work under this Agreement. The policies shall name the City as an additional insured and shall provide for ten (10) day notification to the City if said policies are terminated or materially altered. >>.- FAITHFUL PERFORMANCE BOND. Not reauired. The Centrasler '.'!i11lle reqlliree Ie f.llrnisR a sasRier's sResk, sertifiee sResk er faithtlllllerfermanse Ilene maee Ilayallle Ie tRe City et San Bernareine in an amellnt eqllal te 199% ef IRe Ilie Ilrise te insllre tRe sentr-asler's failhfulllerfermanse ef Ihis sentrasl. Saie sllraty shalllle sllbjest te IRe allllre\'al ef tRe City ef San BefAareino, Ilemls shall be in asserdanse v:itR Oreinanso Ne. !l21, SesUen 2499, and the serlleratien issllinll saie Ilone shall have a ratinll in Best's mest resent iRsllr-anse lllliee ef "A" er Ileller. 33. Written contract documents, duly authorized and signed by the appropriate authority, constitute the complete and entire agreement(s) that may result from the RFQ. 34. City may, at its discretion, exercise option year renewals for up to 3 years, in one-year increments. 35. By submitting a bid, bidder warrants that any and all licenses and/or certifications required by law. statute, code or ordinance in performing under the scope and specifications of this RFQ are currently held by bidder, and are valid and in full force and effect. Copies or legitimate proof of such licensure and/or certification shall be included in bidder's response. Bids lackina copies and/or proof of said licenses and/or certifications mav be deemed non-responsive and may be reiected. \Q, fA/ ItGt1 . City of San Bernardino Technical Specifications RFQ F-07-38 General Provisions and Specifications for: AlC Equipment & Boiler Replacement at Norton Gym ITEM DESCRIPTION NOTICE: "SPECIAL INSTRUCTIONS TO THE BIDDER" Services: Bidder shall complete right hand column indicating brief reasoning for exceptions to requirements when not acceptable. State "Acceptable" if requirements are agreeable as set forth on left-hand column. Equipment: Bidder shall complete right hand column indicating specific size and/or make and model of all components when not exactly as specified. State "As Specified" if item is exactly as set forth in the left-hand column. FAJLURE TO COMPLETE RIGHT HAND COLUMN WILL INVALIDATE BID GENERAL REQUIREMENTS Acceptable / as specified A) Replace existing York Chiller with a Carrier ACCEPTABLE/AS SPECIFIED Aquasnap # 30RAN 025 B-S Chiller, or equal. Replace existing chilled and condensing water pumps with units sized per mfr. specs. Roof over existing Yark to be removed and not reused. New chiller to be set on existing chiller pad. Existing expansion tank to be reused. New chemical pot feeder to be installed. Thermometer and wells to be included. Chiller to be supplied with integrated storage tank. B) Replace existing Bryan Heating Hot Water Boiler with a Raypak Model H9 Indoor MBTUH Input 1800 ACCEPTABLE/AS SPECIFIED Hot Water Boiler, or equal. Install new vent stack, including new flashing, storm collar and cap. Replace supply and retum gate valves with ball valves. Thermometer and wells to be included. C) Provide, safe removal of equipment, setting of new ACCEPTABLE/AS SPECIFIED equipment, electrical, piping, piping insulation, and startup for each installation. Included in the cost for lhe above items. Option I. Install controls to include the control of AHU 1,2,3, ACCEPTABLE/AS SPECIFIED pumps, boiler, chiller, two re-heat coils, supply & return water sensors, and proper interlocks. Option 2. Install barometric dampers on gym exhaust system and install security/vandal guard screens on the dampners. ACCEPTABLE '/ AS SPECIFIED Dampners to have limiters to prevent rain intrusion. Otv=4. RFQ F-07-38 PRICE FORM REQUEST FOR QUOTES: DESCRIPTION OF RFQ: RFQ F-07-38 Norton Gym HV AC BIDDER'S NAME/ADDRESS: ACH MECHANICAL CONTRACTORS, INC. 521 11TH STREET REDLANDS, CA 92374-3520 NAME/TELEPHONE NO. OF AUTHORIZED REPRESENTATIVE HECTOR M VARr.AS PREsrDENT (909) 307-2850 FAX NO. (909) 307-2853 TOTAL COST: $122,490.00 Option 1. Cost: $ 22,614.00 Option 2. Cost: $ 4,298.00 Are there any other additional or incidental costs required by your firm? Yes / ~ (circle one). If you answered "Yes", please provide detail of said additional costs: Have you included in your bid all informational items and forms as requested~ / No (circle one). If you answered "No", please explain: RFQ F-07-38 Please indicate any elements of the Technical Specifications, which cannot be met by your firm. NOT APPLICABLE This offer shall remain firm for 120 days from RFQ close date. Terms and conditions as set forth in this RFQ apply to this bid. Cash discount allowable 1/4 % 10 days; unless otherwise stated, payment terms are: Net thirty (30) days. In signing this bid, Bidder warrants that all certifications and documents requested herein are attached and properly completed and signed. From time to time, the City may issue one or more addenda to this RFQ. Below, please indicate all Addenda to this RFQ received by your firm, and the date said Addenda was/were received. Verification of Addenda Received Addenda No: Addenda No: Addenda No: NONE ISSUE\l{eceived on: Received on: Received on: _Jou~ AUTHORIZED SIGNATURE: PRINT SIGNER'S NAME AND TITLE: HECTOR M. VARGAS PRESIDENT DATE SIGNED: 5/29/07 TELEPHONE: (909) 307-2850 RFQ F-07-38 COMPANY NAME & ADDRESS: ACH MECHANICAL CONTRACTORS, INC. 521 11TH ST. REDLANDS. CA 92374-3570 PHONE: (909) 307-2850 FAX: (909) 307-2853 IF SUBMITTING A "NO BID", PLEASE STATE REASON(S) BELOW: NOT APPLICABLE RFQ F-07-38 NON - COLLUSION AFFIDAVIT TO: THE COMMON COUNCil, CITY OF SAN BERNARDINO In accordance with Title 23, United SI,3tes Code, Section 112, the undersigned hereby states, under penalty of perjury: That he/she has not, either directly or indirectly, entered into any agreement, participated in any collusion, or otherwise taken action in restraint of free competitive bidding in connection with RFQ F-07-38. Business Name ACH MECHANICAL CONTRACTORS. INC. BusinessAddress 521 1JOREDfi CA 92374 Signature of bidder x_V~ ~~ HECTOR M. VARGAS, PRESIDENT 521 11TH ST., REDLANDS, CA 92374 Place of Residence Subscribed and sworn before me this z.-q day of Notary Public in and for the County of ~~I'\ \lrcYnarJll10 My commission expires -5l\)t",,~er \q r ~ODq ~t& ;d~ nom1 Plfhltc-. MIrY ,20.fl. , State of California. ,20~. l@- - :::=2.1 -. NotarY PubI1C . CaIIlCln'4O ~ ~. san &emardlnD C= i MyC",:".~~19~ -- - - - - License' Detail Page I of2 License Detail Contractor License # 780560 CALIFORNIA CONTRACTORS STATE LICENSE BOARD DISCLAIMER A license status check provides information taken from the CSLB license data base. Before relying on this information, you should be aware of the following limitations: . CSLB complaint disclosure is restricted by law (B&P 7124.6). If this entity is subject to public complaint disclosure, a link for complaint disclosure will appear below. Click on the link or button to obtain complaint and/or legal action information. . Per B&P 7071.17, only construction related civil judgments reported to the CSLB are disclosed. . Arbitrations are not listed unless the contractor fails to comply with the terms of the arbitration. . Due to workload, there may be relevant information that has not yet been entered onto the Board's license data base. Extract Date: 05/02/2007 * * * Business Information * * * A C H MECHANICAL CONTRACTORS INC 521 11TH STREET REDLANDS, CA 92374 Business Phone Number: (909) 307-2850 Entity: Corporation Issue Date: 06/21/2000 Expire Date: 06/30/2008 * * * License Status * * * This license is current and active. All information below should be reviewed. * * * Classifications * * * IClassl1 Description I IC20 IlwARM-AIR HEATING. VENTILATING AND AIR-CONDITIONINGI * * * Bonding Information * * * CONTRACTOR'S BOND: This license filed Contractor's Bond number 558449C in the amount of $12,500 with the bonding company DEVELOPERS SURETY AND INDEMNITY COMPANY. Effective Date: 01/01/2007 Contractor's Bondina History http://www2.cslb.ca.gov/CSLB LIBRARY /License+Detail.asp 5/2/2007 License Detail Page 2 01'2 BOND OF QUALIFYING INDlVIDUAL(1): The Responsible Managing Officer (RMO) HECTOR MANUEL VARGAS certified that he/she owns 10 percent or more of the voting stock/equity of the corporation. A bond of qualifying individual is not required. Effective Date: 04/26/2006 * * * Workers Compensation Information * * * This license has workers compensation insurance with the ZURICH AMERICAN INSURANCE COMPANY Policy Number: WC437649501 Effective Date: 05/12/2005 Expire Date: 05/12/2007 Workers Compensation History * * * Miscellaneous Information * * * I Date II Description I I 07/05/200611 CLASS C2 REMOVEDI Personnel listed on this license (current or disassociated) are listed on other licenses. P..e..r.:s.Qn.n,e.I..,Li.s,t .Q.the.r_LictlllRi. License Number Reauest Contractor Name Request Personnel Name Reauest ~_.J~.~P~.r..~.9JLR:~,qy~~,~ _!!!i!lJ~~P!!:I;'_~Q!1_J'''ar!t~L.8~9~~~ ~ 2006 State of California. Conditions of Use Privacy Palicv. http://www2.cslb.ca.gov/CSLB _ LIBRARY /License+Detail.asp 5/2/2007 State Of California Q f'1l.::::.. CONTRACTORS STATE LICENSE BOARD -, . '\'\:-- ACTIVE LICENSE c___ , ,\!f.in c_"~_ 780560 ... CORP _.~_ A C H MECHANICAL CONTRACTORS INC ;1....."......1.) C.2 C20 ..... t:I~ UliIoo.oi ~.....,_.~.. 06/30/2008 Any 0:1'1""'911 (){bu~",.,!,s .xlr;'.SSlnarna musIc. tllportllld b lI'1~ q~~It;y Within..., <1.,\~ ll1j" Il~fl_ is rlOI'"1n''-JTltble snd sl'vttl be r.1UII"MNf 10 ohoo q.oistr", Upon demllnd...m.n ~U$P.ndf'd. r."'Oked. 01 inVelit1aI"'l1/o. IIt'1y ",1I$on This pot:*fIol ea.... i$ vltlirl r""O\lgh I"" "lI:pimlio... <M'I'! ""'111 If~UF1d '1'01)'" iV'!Vmi\lll:o, "'Q'lI"9.goJ;lj'nntl'lId~ r:IJI'lt''lC:I".s 81"'01 LCilnSlt 90,"'1 Po ~~ 2':100/) Si'r'".n,,"I'I ('/1 Q"'lJ2'i :( I} ( " \ ! :"---'.~ L.Jc~n";..,, <:t::n.,!L.. May 29, 2007 , " , Pages 1 of 3 Continuation: Alc Equipment & Boiler Replacement at Norton Gym Name Benel Mechanical DMS Crane Inland Pacific Electric RC. Recycling U.S Air Conditioning U.S. Air Conditioning U.S. Air Conditioning Haldeman L_ Sub Contractor List Location San Bernardino Redlands Rancho Cucamonga Diamond Bar Vendors Riverside City of Industry Riverside Los Angeles Scope Piping Crane Electrical Salvage Chiller Controls Boiler Dampers May 29, 2007 Page 2 of 3 Continuation: Alc Equipment & Boiler Replacement at Norton Gym General ReQuirements Item A: Equipment Mark For Q!y CH-l I Part Number 30RAN025B-5-1KJ CHI I CH-I I CHI I 30RA-900.oo9 30RA-900~13 30GT-911-062 Descrintion AquaSnap Air Cooled Liquid Chiller 23.8 Tons Cooling 208l230-3~O Minimum Load Control Single Pump, 2 Hp Chilled Water Storage Tank (separate shipped, field mounted below chiller Hail Goard Navigator Delivery: 4-5 weeks Mechanical Piping and Insulation. 1. Disconnect and remove the existing chilled water, make up water, water treatment and drain line piping as required. Connect chilled water piping to new chiller with integral storage tank including installation of new thennometers and new chemical pot feeder and water treatment chemicals. 2. Necessary labor, material, sales tax and equipment to insulate chilled water piping exposed to weather including I-pot Feeder. Electrical work I. Demo wiring feeding existing chiller and associated pumps and cooling tower. (Conduit removal) by ACH. Supply and install200-amp fused disconnect and buss tap existing MCC. (Fuses will be rated at 125 amps) Supply and install 200-amp non-fused disconnect at new chiller location Extend existing conduit and install new wiring for chiller feed as required. Add single pole circuit breaker in existing panel. Supply and install conduit, wiring and toggle disconnect to feed two chiller heaters. Supply and install control conduit and wiring for one additional flow switch on chiller. . .. 30 Series Chillers 2.80 30RA*025 ,-' )\ A 30 Series Chiller - Guide Specifications - Performance Summary N oRT"".) GY'lV\N';O.Sj.\.Jv-. S'f:>.. oj ~..~ r .) '."" ~: .,~ , Co)!\ lV\.o~~ \ '3 0 'R 'A"~ 0 ;:l Z; \:, - .s tL::''''''''.H \ ';:l. 'S ->'c. ..1 S --, / , ~ . ,.,.:; "" ~ ~ ,.~ ~ ~ ~ '.,.{.., ..,..,i. \.1 1_ -' Of''''''"o""", : ~\J "'" r: '" ~ f.\c k"i ~ \';:.+.,.1 fl...j e ;- \l< .d::, @2001 Carrier Corporation' Syracuse, New York, 13221 30RA*025 Release Data 2/312003 Norton Gymnasium, San Bernardino, Ca. Specifications For Air-Cooled Liquid Chiller Carrier Model Number: 30RAN025B-5 Part 1 - General 1.01 SYSTEM DESCRIPTION Microprocessor controlled, air-cooled liquid chiller utilizing scroll compressors, low sound fans, optional hydronic pump system and fluid storage tank. 1.02 QUALITY ASSURANCE A. Unit shall be rated in accordance with ARI Standard 550/590, latest revision (U.S.A.). B. Unit construction shall comply with ASHRAE 15 Safety Code, NEC, and ASME applicable codes (U.S.A. codes). C. Unit shall be manufactured in a facility registered to ISO 9001 :2000 Manufacturing Quality Standard. D. Unit shall be full load run tested at the factory. 1.03 DELIVERY, STORAGE AND HANDLING A. Unit controls shall be capable of withstanding 150 F storage temperatures in the control compartment. B. Unit shall be stored and handled per unit manufacturer's recommendations. Part 2 - Products 2.01 EQUIPMENT A. General: Factory assembled, single-piece chassis, air-cooled liquid chiller. Contained within the unit cabinet shall be all factory wiring, piping, controls, refrigerant charge (R-22), and special features required prior to field start-up. B. Unit Cabinet: 1. Frame shall be of heavy-gage galvanized steel. 2. Cabinet shall be galvanized steel casing with a baked enamel powder or pre-painted finish. 3. Cabinet shall be capable of withstanding 500-hour salt spray test in accordance with the ASTM (U.S.A.) B-117 standard. C. Fans: 1. Condenser fans shall be direct-driven, 11-blade airfoil cross-section, reinforced polymer construction, shrouded-axial type, and shall be statically and dynamically balanced with inherent corrosion resistance. 2. Two-speed or single fan operation shall allow reduced sound levels during scheduled unoccupied operating periods. Manufacturers without unoccupied reduced sound capability shall submit \ octave band data and sound power data as measured by ARI 370 as confirmation of unit sound characteristics. 3. Air shall be discharged vertically upward. 4. Fans shall be protected by coated steel wire safety guards. D. Compressors: 1. Fully hermetic scroll type compressors. 2. Direct drive, 3500 rpm (60 Hz) protected by either line break device or discharge gas thermostat, depending on motor, suction gas cooled motor. 3. External vibration isolation - rubber in shear. E. Cooler: 1. Cooler shall be rated for a refrigerant working-side pressure of 450 psig and shall be tested for a maximum fluid-side pressure of 150 psig. 2. Shall be single-pass, ANSI ~pe 316 stainless steel, brazed plate construction. 3. Shell shall be insulated with I,-in closed-cell, polyvinyl-chloride foam with a maximum K factor of 0.28. 4. Single independent refrigerant circuit. 5. Cooler shall have an optional factory-installed heater, to protect cooler from ambient temperature freeze down to -20 F. F. Condenser: 1. Coil shall be air-cooled with integral subcooler, and shall be constructed of aluminum fins mechanically bonded to seamless copper tubes. 2. Tubes shall be cleaned, dehydrated, and sealed. 3. Assembled condenser coils shall be leak tested and pressure tested at 450 psig. G. Refrigeration Components: Refrigerant circuit components shall include filter drier, moisture indicating sight glass, thermal expansion device, and complete operating charge of both refrigerant R-22 and compressor oil. H, Controls, Safeties, and Diagnostics: 1, Controls: a, Unit controls shall include the following minimum components: b. Microprocessor with non-volatile memory. Battery backup system shall not be accepted. c, Single terminal block for power and controls. d. Control transformer to serve all controllers, relays, and control components. e. ON/OFF control switch. f. Replaceable solid-state relay panels and controllers, g. Pressure sensors installed to measure cooler entering and leaving saturated temperatures and outside air temperature. Thermistors installed to measure cooler entering and leaving fluid temperatures. 2. Unit controls shall include the following functions. a, Automatic circuit leadllag for dual circuit chillers. b, Capacity control based on leaving chilled fluid temperature and compensated by rate of change of return-fluid temperature with temperature set point accuracy to 0.10 F. c. Limiting the chilled fluid temperature pull-down rate at start-up to an adjustable range of 0.20 F to 20 F per minute to prevent excessive demand spikes at start-up, d, Seven-day time schedule, e, Leaving chilled fluid temperature reset from return fluid, f, Chilled water pump starVstop control and primary/standby sequencing to ensure equal pump run time, g, Dual chiller control for parallel chiller applications without addition of hardware modules, control panels, thermometer wells. h. Unoccupied low sound operation to limit condenser fan sound during scheduled periods, i. Timed maintenance scheduling to signal maintenance activities for pumps, condenser coil cleaning, strainer maintenance and user-defined maintenance activities, j, Boiler enable signal to initiate system heating mode. k. Low ambient protection to energize cooler and hydronic system heaters, I. Periodic pump start to ensure pump seals are properly maintained during off-season periods. 3. Diagnostics: a, The control panel shall include, as standard, a Scrolling Marquee display capable of indicating the safety lockout condition by displaying a code for which an explanation may be scrolled at the display. b. Information included for display shall be: 1) Compressor lockout. 2) Loss of charge. 3) Low fluid flow. 4) Cooler freeze protection, 5) Thermistor malfunctions. 6) Entering and leaving-fluid temperature. 7) Evaporator and condenser pressure. 8) Time of day: a) Display module, in conjunction with the microprocessor, must also be capable of displaying the output (results) of a service test. Service test shall verify operation of every switch, thermistor, fan, and compressor before chiller is started. b) Diagnostics shall include the ability to review a list of the 20 most recent alarms with clear language descriptions of the alarm event. Display of alarm codes without the ability for clear language descriptions shall be prohibited. c) An alarm history buffer shall allow the user to store no less than 20 alarm events with clear language descriptions, time and date stamp event entry. d) The chiller controller shall include multiple connection ports for communicating with the local equipment network, the Carrier Comfort Network (CCN) and the ability to access all chiller control functions from any point on the chiller. e) The control system shall allow software upgrade without the need for new hardware modules. 4. Safeties: a. Unit shall be equipped with thermistors and all necessary components in conjunction with the control system to provide the unit with the following protections: 1) Loss of refrigerant charge. 2) Reverse rotation. 3) Low chilled fluid temperature. 4) Thermaloverload. 5) High pressure. 6) Electrical overload. 7) Loss of phase. b. Condenser fan and factory pump motors shall have external overcurrent protection. I. Operating Characteristics: 1. Unit shall be capable of starting and running at outdoor ambient temperatures from 32 F to 120 F 2. Unit shall be capable of starting up with 95 F entering fluid temperature to the cooler. J. Motors: Condenser fan motors shall be totally enclosed single speed, 3-phase type with permanently lubricated bearings and Class F insulation. K. Electrical Requirements: 1. Unit primary electrical power supply shall enter the unit at a single location (some units have multiple poles). 2. Primary electrical power supply shall be rated to withstand 120 F operating ambient. 3. Unit shall operate on 3-phase power at the voltage shown in the equipment schedule. 4. Control points shall be accessed through terminal block 5. Unit shall be shipped with factory control and power wiring installed. 6. Accessory storage tank cooler heater requires a separate power source. L. Hydronic System: 1. Field pipe connections shall be copper NPT and shall be extended to the outside of the unit chassis. 2. Optional single pump systems. 3. Pump shall be single stage design, for installation in vertical or horizontal position and capable of being serviced without disturbing piping connections. a. Pump casing shall be of class 30 cast iron. b. The impeller shall be of cast bronze, closed type, dynamically balanced, keyed to the shaft and secured by locking cap screw. c. The liquid cavity shall be sealed off at the motor shaft by an internally flushed mechanical seal with ceramic seal seat an carbon seal ring. d. Pump shall be rated for 150 psig working pressure e. The pump case shall have gauge tappings at the suction and discharge nozzles and include drain ports. f. Motors shall totally enclosed 3-phase type with grease lubricated ball bearings. g. Each pump shall be factory tested per Hydraulic Institute Standards. 4. Fluid expansion tank shall be factory installed within the chiller cabinet insulates, pre-charged and rated for a maximum working pressure of 150 psig. 5. Water pressure gages (2) shall be factory installed across the cooler and rated for 150 psig. 6. Proof-of-flow switch shall be factory installed and rated for 150 psig. 7. Balancing valve shall be factory installed to set flow gage ports shall be factory installed and rated for 300 psig. 8. Hydronic assembly shall have factory supplied electric freeze protection to -20 F. 9. Piping shall be type-L seamless copper tubing. 10. Copper body strainer with 20 mesh screen and ball type blow down. M. Special Features: 1. Minimum Load Control: Unit shall be equipped with factory installed, microprocessor-controlled, minimum-load control that shall permit unit operation down to a minimum of 15% capacity (varies with unit size). 2. Hail Guards/Security Grille: Field-installed accessory kit shall include set of metal grilles for the protection of the condensing coils, coils from damage including hail. 3. Chilled Water Storage Tank: a. Fluid storage tank shall be rated for a maximum of 150 psig. b. Shall provide a minimum 6 gallon per ton fluid storage capacity. c. Shall fit under the chiller to minimize system footprint requirements. Tanks fitted out- side of the chiller footprint shall not be acceptable. d. Tank shall be constructed a cold rolled carbon steel shell. e. Tank shall be insulated with ',,-in. closed-cell, polyvinyl-chloride foam with a maximum K factor of 0.28. f. Tank shall be baffled to prevent temperature stratification. g. Tank shall have NPT threaded connections. h. Tank shall have vent and drain plugs accessible from outside tank enclosure. i. Internal heaters shall provide freeze protection to -20 F. 4. Navigatorâ„¢ Hand Held Display Module: a. Portable hand held display module with a minimum of 4 lines and 20 characters per line, or clear English, Spanish, Portuguese or French language. b. Display menus shall provide clear language descriptions of all menu items, operating modes, configuration points and alarm diagnostics. Reference to factory codes shall not be accepted. c. RJ-14 connection plug shall allow display module to be connected to factory-installed receptacle. d. Industrial grade coiled extension cord shall allow the display module to be moved around the chiller. e. Magnets shall hold the display module to any sheet metal panel to allow hands-free operation. f. Display module shall have NEMA 4x housing suitable for use in outdoor environments. g. Display shall have back light and contrast adjustment for easy viewing in bright sunlight or night conditions. h. Raised surface buttons with positive tactile response. 5. Warranty: a. Chiller shall have a one year parts warranty including the compressor. End of Section I i~ 'I 1,- ~h " ~;! I:;; I ~;:;; I ~~i I ,;~ I I". I 'I'" i Il, j ", 'I =:e:: ~!i'I' hg!! !~~~ . i-:;Il:, : i~~; j i ~~~i ! mJ;"!!i iLl IIi i ~~: ; ~ I I I I ~ ~ H~~~~ :::~i"~:::: ~ '" ~2_'-.' -,.:;;:;.!c2:; :::::2:e ,...,----- , , , o '.,. 0 ttltItI"" I ie lO!U ~!,l?:.~, 01 ~O[gj[Q) DJ Imll~hL, 1'0 0 I;[l. I Ij!jil; H ,I ~I . i 01 r+'>1 ~ ~ ~ '~I\ (- u). Ii; a~ ~ =Q~ ::c, ~ I' u::u1 _ I , 0< _, _ L~ <1:1 \' ~ I QI ~ " a:. u.. . ~ '---'" . . ~ ~'~f m ~~!~ ~~~~ ~~ ~~io ;i: ~"- '" ~~..., _!~.,s. ~;:,i!;... '" _ C~::;~:.~~~ ;~:;;;!!i~~!; f~~~ :~~ ~~;mm - : - ~"- , ~ ~~~~2.,::': I ~ 'm.'........" i ~l--_-_-_~~~ , :D-J- I.". "."..../. II ;I'--------~:~ [;] -". I ! ~-~-~-h~~ lI}l~ :J::{]~:: I El I;~- . ~!i~E B I..J, :rl" E}- _.J_-1'!i!1:- ! El-,___U~~ ~~; ~ '\ ~ t ~n__ -~= ----~~------ Ell---------- , ' ~ ~ jn___n___ ~ ---------- o>:;;f ~ ~,~ ~---- 'k~,t------------ -J~-'9$~ :: ': I =~-~=_: : , ~ (''', , I I I I I I -====*!i: ~ I~-I I>)- 8-- l!l 8-- El El El E}- E}- El- El I!!El ~ r- . 1- ~~! -----"J.:; _____Jit ----i~i -e-_I;~ ------, ----l. , ' , ' ----~: ii i -1 : .i: !T " J " , ,'_I , , c~ ~ ~ ~ < ~ ~ '1 o ~ ~ ~ o l--j , , , , . , , , , , , , - '''O.~ __I~ ' ------, I : !II: 'Ii ' :: :~I!: -- ~ --~~~: '"I' --, ---I ' !l I I . , , . , , --~ --~ : , , , , , , , , , , L__l :;1 ~I r! , , I ~I 2' a:: UJ ~ o 0- o a:: < o 2 < .... III i II I 1 I I r---! i 0; rL~i L3 I I ,--, \ffi : : 3l: , , , , , , , , - '''0.' __I~ ' ______1 I . , ::r!i!:_ __J~~: " I~~I --! n~"I~i , , --~ : '0 ~ : : l~ : : I~~ , , ~ L__l to 2 :e----- Unit Tag Information Unit Tag Name _ Location . Buyer P.O. _ Date _ Program Version Pump Data Model Number____ _ ___ _ ____ _ Speed_ _ ___ _ Dynamic head external to chiller_ _ ._ __ Total dynamic head including chiller_ Design Flow Rate__._. Sudion Size Discharge Size __ ___ Maximum Impeller Size__ Cut Impeller Size_ Min Impeller Size Maximum Flow Flow At BEP _ _ __ Selected Motor Size Duty Point Power __ Maximum Power NPSH Required Suction Velocity___ ~_ Discharge Velocity__ Pump Efficiency _. __ _ __ Duty Flow / Max Flow_ Minimum Required Flow__ Chiller Electrical Data Nameplale Voltage __ ___ Electrical Power Frequency _ Minimum Circuit Amps (MeA) MOCP __ _ Maximum Instant Current Flow Factory Installed Options Start Option Condenser Coil _ Medium Temp Brine Option Low Ambient Control Minimum Load Control Messages ARI Rating Air Cooled Chiller _ 11/3012005 2.80 B 3500 RPM 15.0ftwg 32.1 ftwg 57.0 gpm 1.5 in 1.25 in 4.5 in 3.875 in 3.25 in 123.5 gpm 70.0 gpm 2.0 hp 1.43 hp 2.18 hp 5.2ftwg 9.0 ftls 12.2 ftls 58.7 % 46.1 % 17.5 gpm 208/230 Volts 50 Hertz 108 Amps 125 Amps 322 Amps Across the line n Standard (Copper Tube/Aluminum Fin) Not Required Not Selected Factory installed Certified in accordance with the ARI Water..chllling Packages using the Vapor Compression Cycle Certification Program, which is based on ARI Standard 550/590-98. Carrier Corporation Version 2.80 Page 2 of 2 30 Series Chillers Job -Name: Norton Gyin- Prepared by Unit Tag Information unO Tag Name. Location . Buyer P.O.. . Date Progra~m -Version Unit data UnttSize Cooling capacitY::'" .__ . Compressor Input Power __ _ __ Total Fan Input Power. Controls Power_ __ __ ___, ~___ ~ _ Pump Power_ Unrt Input Power_ _ _ . . __ _ _ __ Minimum Outdoor Operating Temp___ Capacity Control Steps _ ... Minimum Capacity. . Input kwlton__ __ Untt EER_ Refrigerant Chassis Length ___ Chassis Width Chassis Height. Cooler Data Fluid Type.. _. __ Fluid Entering Temperature_ Fluid Leaving Temperature __ Fluid Flow Rate _ Fluid Pressure Drop Fouling Factor SET Circuit A SST Circuit A Condenser Data Entering Air Temp_ Air Flow _ __ Number of Fans__ Fan Speed, RPM _ Altitude. SOT CircuitA. SCT Circuit A Subcooling Circuit A Heat Rejection Circuit A Carrier Corporation 30 Seriesd'liHei-s Submittal Sheet -- .- ... ._."_____..._.___ __"__n __ _ ___. _0. .'._ __ 11/30/2005 5:38:33 PM Air Cooled Chiller 11/30/2005 2.80 m 30RAN025B.-50- 23.8 Tons 28.0 kW 1.7kW .10kW 1.1 kW 30.8 kW 32 of 2 38.0% 1.293 9.28 R22 43.0 in 108.0 in 52.0 in Fresh Watar 54.0 of 44.0 of 57.0 gpm 17.1 ftwg . 0.0001 (hr-sqft.F)/BTU 38.0 of 37.2 of 95.0 of 13650 CFM 2 850 Oft 128.1 of 127.6 of 18.6 of 30.9 Tons 30 Series Chillers Version 2.80 Page 1 of 2 Dimensions - storage tank 30RA022-030 ~j :~ .. .... .:n~ . . I'!! ! -- r- 0, , I :U , r' - . II i , I I ~ ID 1..1 g -. , i I . II HI , "l! III ~~ I II 'i Ii . I II , II , I m I..I! "0 ~ il , Ii -. , :1 II i II ' , " . !! il Ii ' II I oj , , ~ Ii I II " I~' g; . II ~. - .11 d ,I Ii 1~ - " Ii I! -, m , :;& II I =i -. I, il , III " :1 i . Ii II i ii I, I i"!: :0 ' 0:1 ~~ ~i :li gl::~; ~g i~1 :I~i j.1 :~i 'I~I i"~ ;! i.:'; 1;1 '1"';: w~ i : .~::: I:;:, - ~11" ~ I~i ~~ . . ~g 'F ~~ 1 ~-1 ,L - I L- ~ , ~ :c---! , _...:-.-..1 ~ ]7 , . Dimensions - 30RAO~025 E ~i ~ ~i ~; ; ;i ~~ o ~. '- ~ !~ ;; =<:;:::1;l ~~ e~!~, ~l;l =~=:i ;~ ~~~~ ~; :.,,: ~j ig;;;--: ~: '::~~e :':: :::;-...- e_ L -' ~~ ~i :~ -~ I I f= 0 . . . Se . =s ;; 2i - - - ~~ - . - 0 . .w ~ 0- - S!i - - ~ . ; ~ ~u 1"1 I I I I I I I I I I I I I I I Ii II I: II !I 'I II I II, I" I e ~~~ .v U i~ '6.;: , !. ='$ ~ g:15 --0 ~:2... ~~~ ~~~ o - ~ ; -; -" o v on OOv o~ o ~ ...... - - _ ~~=. ~~a / "0_ a=~ ;; - ~ _3.._ /'" ~,- ~:~ ( '.... ",. "~. / ,\ - ~ :;:: I II I' I L,,! i olj;l L:!J ~ 00" :0: - :;:'0:: 0 ~~5 . - Q - - o o ,= ., I := :11 .0.1 --L ;;:: o - ~ 11 May 29, 2007 Page 3 of3 Continuation: Alc Equipment & Boiler Replacement at Norton Gym General Reauirements Item B: EquiDment: Marlc For .Q!y Boiler 1 Part Number Descriotion H9 1802CP Raypak Boiler with cast iron headers and unit mount Circulation pump Including new boiler flue pipe manufactured by ..Amerivent" Delivery 3 weeks Mechanical Piping and Insulation I. Disconnect and remove existing heating hot water, make up, drain line and gas piping as Required. Connect heating hot water and gas piping to new boiler including installation of new heating hot water supply and return ball valves, thermometers and water treatment chemicals. 2. Necessary labor, material, sales tax and equipment to insulate heating hot water piping Exposed to view in mechanical room. Electrical Work I. Disconnect existing boiler wiring and instaJl junction box. Add new conduit, wiring and toggle disconnect and connect to new boiler. ~ay-Z9-Z~07 01:43pm From-USAIRCONDITIONING DISTRIBUTORS coin mercia I Space Heating 909-786-3524 T-764 POOl/DOl F-202 . ~!~ 4"1/8 LG .. ' OlJYDOOA vu.'l' ,,., ~B'I . . K Clf'TIOhAL FwE: ~OCA r,QtII (FlE>D COHVfJ'SlON) " . --- --- --- --- :I a .3 ~/" l-w.....l FRONT VIEW SACK VIEW AUTO ShlJ'TDOWIN S\IIIlT01 oil. D,MlHOSTlC flllNiL ~ . T COI.IftUSTlO'4 AIR IIWILTOlA. I. =::J T rLvt CClNNfCTIONOIA .-L- 1o.7~ TlONIoLFuy'~R CONOl.IIT ""'0CI'i OuTS " . "II~PORT .. H ....1CII: I 21/~ ....~TCl1 'l- "2~ 1(. ~43/~ RIGHT SIDE TOP vIEw 1/1 n.tcTAlCAl.. C~NECTlOI'I '" I' . \.H"'''''''''' ~~.')~f \f q 0/ LEFT SIDE ~1})[~(mL"':O~VO@~~~ ,=" :~@::g:f~8:,~) ~)~)~ ''f;omm(Q)OD(~~GCI ?J~ MODEL MBTUH FIRING A G H K T SHIPPING WT. INPUT OUTPUT STAGES WIDTH NPT NPT Lbs. (ApprOx.) 1'18-992 990 831 3 57-1/8 2 2-112 10 8 900 1'19-1262 1260 1058 4 68-112 2 2-112 12 8 1010 1'19-1532 1530 1285 4 79-718 2 2-1/2 12 8 1225 y 1'19-1802 1800 1512 4 91-1/8 2 2-112 14 10 1350 1'19-2002 1999 1679 4 102-1/2 2 2-1/2 14 10 1450 1'19-2072 2070 1739 4 102-112 2 2-1/2 14 10 1450 1'19-2342 2340 1966 4 113-718 2 2-112 16 10 1520 Dimensions are in Inches. Ratings shown are for elevallons up to 5,000 feet, for natural or propane g... ,For Installation at elevallons O1Ier 5,000 feet, please contact manufacturer. ~ AAY~AK CANADA UMITlD 28QJ $Ioush St., MitSJllIUI& onr.uto. CMWta IAT 1G2 905-677-7'" . Pax 9OS-677.803& RAYI'AIC CORI'ORATE OFFICE AND I'RINCIPAL MANUfACTURING fACILITY 2151 Eastman Avenue. Ole.anI, CA 53030 105-278-5300 . Fax 806-872-572' ( www.raypak.com ) c.ata1oc: No.: 2000.38C !fftctlVl; OCio01-02 ~ Q,.01..o, L.l'Iho in '"'.S..... 020011ta~ h ~@@_. -- ( ~4#J .-..." .- TN' HOT WATIIt NANAliblfNT EJUlt/ff'SA ~1nL~tb&npc.l'IWIleprod..ttd\.:npsoriM41U 11.,.l\..atanrti.-.....tIwu4notict, Job:.Nd'f-\-oN uy""',.,....c"...,,,..... Engineer: Contractor: Hi Delta â„¢ - Type H Space Heating/Hot Water Boilers Models 992A-2342A Prepared By: Model: l,-\ ~ - \ ~O ;l.. Date: Indom/Outdoor: I N ~ "0 (' . MBTUH Input: \ 1J 0 0 100% Factory Fire Tested Efficiency: 84% Maximum Outlet Temperature: 230'F Minimum Non-Condenslng Inlet Temperature: 10S'F Thermal Shock Proof Heat Exchanger Limited Twenty-Year Thermal Shock Warranty Limited Ten-Year Closed-5ystem Heat Exchanger Warranty Diagnostic Center PolyTuf Powder Coated Cabinet No Combustible Floor Shield Required Fan-Assisted Patents Pending Heat Exchanger . H Stamp Headers ~ Glass-lined Cast Iron - Standard o Bronze. Optional . ASME Inspected and Stamped 160 PSIG Working Pressure National Board Approved . Fin Tubing ~ Copper. Standard o Cupro Nickel - Optional ASME Steel Tube Sheet Silicone High Temp. O-Rings ASME Pressure Relief Valve 18 60 PSIG - Standard o _ PSIG - Optional . Temperature and Pressure Gauge Water Connections 18 Left - Standard o Right - Optional Controls 120V, 60Hz, 10 Power Supply . 120124V 60Hz Transformer 100% Shut-OfflLockout Hot Surface Ignition . Remote Flame Sensor High Limit Control, Manual Reset OnlOff Power Switch Manual Shut-Off, Front-Mounted . Flow Switch . Blocked Vent Pressure Switch Combustion Air Proving Switch Economaster Pump Time Delay . EnablelDisable Gas Train . Manual Gas Shut-OffValve(s) . Gas Pressure Regulator . Safety Shut-Qff Valve . Firing Control Valve . Low Gas Pressure Switch, Manual . Firing Mode o 3-Stage: Model 992 rg 4-Stage: Models 1262-2342 . Fuel Cl! Natural Gas o Propane Gas . Design Certified ANSI Z21.131 CSA4.9 Temperature Controls E 4-Stage Controller, Digital '\)" 2 \ o 1-4 Stages - Y -241 Sequencer o 1-8 Stages - Y -281 Sequencer Options ~ Pump: _ HP, 120V, 10, 60Hz gter Hardness: GPG Cast Iron 0 Loose 0 Front Bronze 0 Mounted 0 Rear ~ Low Water Cut-Qff, Remote Probe Q High Gas Pressure Switch, Manual "'" High limit Control, Auto Reset o X-1 SureRack'" Kit o X-2 Sure Rack Add-On o C-6 Ignition Module, Manual Reset o 0-21 TruSeal'" Direct Vent o Burner . Ultra-Low NOx: Less than 30 PPM Construction I ndoorlOutdoor Construction . Enclosed Front Controls . PolyTuf Powder Coat Finish Venting . Vent Termination - Outdoor o Outdoor Vent Cap Vent Termination -Indoor ~ Vertical Vent Cap (By others) D Horizontal Direct Vent Cap . Combustion Air J:!g In-Line Filter Kit (TruSeal only) o Air Intake Elbow Extractor - Optional o By others o Not required Regulatory Agency Requirements % IRI C-A\.. Ca,1~ ~~ @@ Units manufactured in Canada Hi Delta - Type H Models 992A-2342A CONTRcx.PNtEl.. \[~AlOlJmOOl: ca.lilUSnOHAlR """ ""ss ''''' M:CESSPANEl FRONT VIEW Model H 9 - l ~O ~ OPTIONAl O..flDOa:I ~TCN' I +H/+ -KOP~Al.flUELOCAnoo (mDCONloERSlON) ! 32-7/8 LTI BACK VIEW 1':Sl~ON ~ ----, 10-1/+ I I 15-1/+ --.l "" 2 NPTGAS CONNEcnCll 7/8 ElECmCAL CONNECTION '" POll Approx. MeTUH Firing A H K T W Amp. Shipping Model Input Output Slag.. Width NPT Draw. WI. (LOs. 992A 990 832 3 57-1/8 2-1/2 10 10 16-13116 <12 900 1262A 1260 1058 4 68-1/2 2-1/2 12 10 20-9/16 <12 1010 1532A 1530 1285 4 79-7/8 2-112 12 10 24-3/8 <12 1225 1802A 1800 1512 4 91-1/8 2-1/2 14 10 28-1/8 <12 1350 2002A 1999 1679 4 102-1/2 2-1/2 14 10 31-15/16 <12 1450 2072A 2070 1739 4 102-1/2 2-1/2 14 10 31-15/16 <12 1450 2342A 2340 1966 4 113-7/8 2-1/2 18 10 35-11116 <12 1520 I 12-7/8 8-1/+ I I 6-J(+ 2-1!2i11PTWAl'ERINl.ET 13-1/+ 2-1/2NPT '/lATER 00lU;T LEFT SIDE TOP VIEW t 'I 17-3/4-1 _20_1/2_ -., Dimensions are in inches. '" l' . FlOW""", 1-3/4 H(+ _J2-5~} RIGHT SIDE OPT1<JjA!.PUl,lp co,", RATES OF FLOW AND PRESSURE DROPS 200F l.\T 300F ;.\T Min. Flow Max. Flow Model GPM ~P(ft) GPM ~P(ft) GPM ~Plft) ~T GPM <1P 1ft) ~T 992A 84 58 58 25 42 1.5 40 132 14.0 13 1262A 107 10.0 71 4.5 53 2.6 40 132 15.5 16 1532A 130 16.0 88 7.1 65 4.1 40 132 16.5 20 1802A N/A NlA 102 10.8 76 6.0 40 132 18.0 23 2002A N/A N/A 113 14.0 85 8.1 40 132 19.5 28 2072A N/A N/A 117 15.0 88 8.7 40 132 19.5 27 2342A N/A N/A 132 21.0 99 12.0 40 132 21.0 30 . .... Basis is 30 GPM or4QoF ~T for minimum flow, 132 GPM for maximum flow. SPECIFICATIONS 4 . Without pump NOTES: 1 Rates shown are for natural or propane gas, and elevations up to 5,000 feet. For installation above 5.000 feet. please contad manufacturer 2 Required natural gas pressure is 7 . 14" we. Required propane gas pressure is 11 _ 14" we. Raypak, Inc. . 2151 Eastman Avenue, Oxnard, CA 93030' (805) 278-5300 . Fax (800) 872-9725 . www.raypakcom Raypak Canada Ltd. . 2805 Slough St., Mississauga, Ontario. Canada L4T 1 G2 . (905) 677-7999 . Fax (905) 677-8036 . www.raypakcanada.com Catalog No.: 2000.312A Effective: 2-15-05 Replace6: 10-1-04 .. WaY-~9~/00T 08:11'0 Fram-USAIRCONOITIONING OIST~ lDrtIiIiIiI 909-T86-35/4 T-T4T P.002/003 F-1TS DISTRJBurORS us Airco1lditioning Distributors 16900 Chestnut Street City oflndustIy, CA 91748 - JOB NAME: LOCATION: DATE: ATtENTION: Norton Gym San Bernardino, CA 0610812006 J //}/J C/9JZ.7Z51Z us Airconditioning is pleased to offer the following components and scope of work for the above project. Sale is subjea to our staDdard terms and conditions. Items on drawinCS or stated in specifications thal ace not included in this quoration lDUSl be provided by other.<. The price for these controls specifically included, but not limited to: hrt Number DeicripQo" f")fJ,,:..., '-.\...j ..1-- CEl'L130201.Q2 Comfort COItlI'Oller 6400 CEPL130203-02 Input/Output Module for Comfort Conttoller 6400 33CSlUl2B24VDC DPDT 24VDC Relay 33ZCTSSSPT Space Temp. wi1h Overide 33CST44S 10K 4" Well Temperature Sensor wi TIlermowell 33CSTRANS7S 24V AC 7SV A Fused Transfonner 33ZCSENSA T Air Temperature Sensor 33PlLOT -01 Sysrem Pilot 33CSST ARTIfP Starlllp & Programming of Controls per Terms /fell SUMMARY: See Scope of Work Below, note that EF conlrol was deleted per latest job walk NOTES: )> Parts in a Box with tecllnical support, I-year Parts WarnlJlty NOT INCLUDED UNLESS NOTED ABOVE: Startup, commissioning, perfonnance verification, and air balancing of the mechanical equipment Work specified under CSl Division 16 - Electrical including high or line volIage wire installation to control components. Fire Lik Safety components including smoke deteCUlrs. fire dampers. separation dampen, and isolation dampers. Air distribution insmllalion includinS ductwork. V A V oox", atrenllalDrs. static tips. and pneumatic tubing. Plumbing including pipins for hot water coils and isolation valves. Facility constrUction such as roof; ceilinS. and wail patching, repair, or painting. including thermostar covers. Silo c01lSll'Uction such as demolition. concrete drilling. corins. sawing, excavation, trencl1ing. ...d underground conduits. Morori2ed actUators on systeIIlS other than for tcmperalUI'e control. UVC light components. installation, and wire connections. Backup or emergency power sources. A11y required Insurance, Performance Bonds. and Pennits Storage of equipment, parts, and supplies. Controls Or devices no! specifically eoll1t'olled by DOC system including split sy.telllS, exhllust fans, and unit heaters. Any additional material ""d wiring !hat is not specifically listed in this quotation. AU tlcusso,ies IJn flf!ld instJI/Jd unless o1h_~ i1t1Jed. Our total price for the equipment is: ' Sales taxes are lIot j"cluded- QuOlaliorJ'eJrirconditiOning Distributors Sl3Ildsrd terms of sale. Sincerely. Mati Magee US Aircondilioning Distributors Contnctors License Number 660289 ;.S' :. '-. i:-~ . . -- I ( NortoIl 0ynIIla5iuIn Canicr Comrola Scope of Work OPTI'~ ..1- I. TDsIaIJ a.rier 6400 Comfort Controller and 1/0 module in existiJl& enclosure wim DCW IrIIDSformcrs 2. Install missing dev;ces, wire to 6400 pand. and test lhe following poiIIls (existing valves and actualOrs 10 be reused, sensms and telays suppliecl by USACD); a. AHI - Fllll StBrt. Space Temp, Supply &; Mixed Temps, Hot WBIt:r Valve, Eccmom= Dampers b. AH2 - Fan SIIIrt, Space T~.mp, S'''Pply Temp, Hot Warcr Valve c. AID _ Fan Start, Space Temp lCZ. Cokt Deck Temp, Hot Deck Temp, Mixed Ail'Temp, Hot Water Valve, Onl1ed Warcr Valve, Ecooom= Dampers, Zone Dampers x2 d. BoiIer- Boiler SIIIrt, Hot Water Supply Temp. Hot Water R.cIurD Temp 3. Pull commomication bus 10 new Carrier Chiller 4. lastall new Sysrem Pilot wall mounted inIerfa<:e device in panel or nearby in J11l!Chanical room - no ansite compllW' or softw8re provided ~ . 0A,~L ' "E.L.ecr!2)Crfl..'~ .. l> Install CanierD<roo-controller and surge protector in existing EMS control panel. (lnstalll20-volt circuit if required) l> Supply and install control conduit and ACH supplied control wiring to controllers and sensors on AH-I, AH-2, AH-3, chiller, boiler and OSA per controls scope. l> Terminate wiring at each 9""trol device. (Carrier 6400 control tennination and programming not included) /. . COST(Option#I)......... ' 9 ~--f2.. 2