Loading...
Item 6 - Award of Agreement with Siemens Industry Inc. for HVAC; RFP 21-020June 1, 2021, Item #6DATE: TO: FROM: CONTACT: SUBJECT: Summary: AGENDA REPORT CityofPoway CITY COUNCIL June 1, 2021 Honorable Mayor and Members of the City Council Eric Heidemann, Director of Public Works tjx'< y Will Wiley, Assistant Director of Public Works for Maintenance Operations (858) 668-4705 or wwiley@poway.org Award of Agreement with Siemens Industry Inc. for Heating, Ventilation and Air Conditioning; RFP No. 21-020 A notice inviting Request for Proposals (RFP) for Heating, Ventilation and Air Conditioning (HVAC) services was duly advertised on March 11 and March 18, 2021. Two proposals were received and opened on April 20, 2021. Siemens Industry Inc. was determined to be responsive to the criteria of the proposal. The term of the agreement is two (2) years beginning on July 1, 2021, through June 30, 2023, and may be extended for up to three (3) additional one-year terms. Recommended Action: It is recommended that the City Council award the Agreement for HVAC Maintenance Services, RFP No. 21-020, to Siemens Industry Inc. and authorize the City Manager to execute the necessary documents. Discussion: The City of Poway (City) contracts for HVAC preventative maintenance and repair services for 37 City buildings. The City requires periodic monthly, quarterly, semi-annual and annual services for many of these systems and related pieces of equipment including controllers, chillers, pumps, boilers, and air handlers. Like other building systems, HVAC preventive maintenance programs are necessary to keep systems operational and to protect building assets. This type of equipment maintenance service is recognized as a Best Management Practice (BMP) to maximize energy efficiency, ensure occupant comfort and minimize operational costs. The City's current HVAC vendor has provided service since July 2012 and the agreement expires on June 30, 2021. On March 11 and March 18, 2021, the City advertised an RFP for HVAC preventative maintenance and repair services. The RFP was publicly noticed in accordance with the City's Municipal Code, including being advertised on the City's website, local paper, and posted to eBidboard (the City's eProcurement 1 of 65 June 1, 2021, Item #6system). On April 20, 2021, the City received two proposals. Proposals were evaluated based on price, qualifications, previous experience, ability to be on-site within two hours of notification for emergency service calls, and compliance with City specifications. The recommended contractor is highlighted in bold in the table below. Table 1: Award Summary for HVAC Maintenance Services, RFP No. 21-020 Contractor Division I Division II Division Ill Total Cost Hourly Rates Total Cost Siemens Industry Inc. $133,699.85 $145-$178 $134,380.00 Pipetrade $620,069.04 $116. 73-$350 $1,504.80 The agreement's scope of work includes all costs to perform preventative (monthly, quarterly, bi-annual, and annual) maintenance of HVAC and package unit systems at 37 facilities throughout the City, represented by Division I above. Any repairs needed above and beyond the preventative maintenance work included in Division I is addressed on an as-neeeded basis, demonstrated by the hourly rates under Division II above. The City budgets approximately $62,000 per year for as-needed HVAC system repairs. Division Ill relates to HVAC system cleanings, inspection and testing of their hygienic condition. The costs noted in Division Ill is the total cost to perform the system cleanings, inspection and testing for all 37 facilities at one time. The City performs system cleanings, inspection and testing on each facility's HVAC system approximately every three years or on an as-needed basis. The costs for system cleanings, testing and inspections for each facility vary. As part of its HVAC maintenance program, the City budgets approximately $12,000 per year to perform this service. The proposal submitted by Pipetrade was determined to be non-responsive and consequently eliminated from further evaluation. Siemens Industry lnc.'s proposal was responsive and met the City's specifications. Additionally, staff reviewed the costs provided by Siemens Industry Inc. and found them to be reasonable. Siemens Industry Inc. is an industry leader in providing and maintaining building mechanical systems, including providing services to public agencies such as the County of San Diego and the San Diego Unified School District. In addition to having the required C-20 HVAC California State Contractor's License, Siemens Industry Inc. also possesses licenses for general engineering and building, and electrical which minimizes the need to bring in additional contractors for specialized repairs. Based on these criteria, Siemens Industry Inc. is recommended for award to provide HVAC preventative maintenance and repair services. The agreement's annual cost will be approximately $207,700, which includes $133,699.85 for the annual maintenance, $62,000 for as-needed repairs, and $12,000 for system cleanings. The length of the agreement is for two (2) years beginning July 1, 2021, through June 30, 2023, with an option to extend the agreement for three (3) separate one-year terms. Extensions are subject to City Council appropriation of funds and mutual agreement by both parties. The maximum length of the agreement would be up to five (5) years. Environmental Review: This action is not subject to review under the California Environmental Quality Act (CEQA). 2 of65 June 1, 2021, Item #6Fiscal Impact: Funds are available in the Poway Center for Performing Arts (204020-43020), Library (206020-43020), and Facilities Maintenance (415010-43020) proposed Fiscal Year 2021-22 budget for HVAC maintenance services that will be considered by the City Council on June 15, 2021. Public Notification: None. Attachments: A. Agreement with Siemens Industry Inc. Reviewed/ Approved By: w~daserman Assistant City Manager 3 of65 Reviewed By: Alan Fenstermacher City Attorney Approved By: City Manager June 1, 2021, Item #6City of Poway STANDARD AGREEMENT FOR SERVICES This Agreement, entered into this 1st day of July, 2021, by and between the CITY OF POWAY (hereinafter referred to as "City") and Siemens Industry, Inc. (hereinafter referred to as "Contractor"). RECITALS WHEREAS, City desires to obtain the services of a private Contractor to perform HVAC Maintenance Services in support of the Public Works Department; and WHEREAS, Contractor has represented that Contractor possesses the necessary qualifications to provide such services; and WHEREAS, City has authorized the preparation of an agreement to retain the services of Contractor as hereinafter set forth. NOW, THEREFORE, IT IS MUTUALLY AGREED THAT CITY DOES HEREBY RETAIN CONTRACTOR ON THE FOLLOWING TERMS AND CONDITIONS: 1. Scope of Services. Contractor shall provide services as described in Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. 2. Compensation and Reimbursement. City shall compensate and reimburse Contractor as provided in Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. 3. Term of Agreement. The term of this Agreement shall be as described in Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. 4. Termination. This Agreement may be terminated with or without cause by City. Termination without cause shall be effective only upon 60-day written notice to Contractor. During said 60-day period Contractor shall perform all consulting services in accordance with this Agreement. This Agreement may be terminated by City for cause in the event of a material breach of this Agreement, misrepresentation by Contractor in connection with the formation of this Agreement or the performance of services, or the 4 of GS ATTACHMENT A June 1, 2021, Item #6failure to perform services as directed by City. Termination for cause shall be effected by delivery of written notice of termination to Contractor. Such termination shall be effective upon delivery of said notice. 5. Confidential Relationship. City may from time to time communicate to Contractor certain information to enable Contractor to effectively perform the services. Contractor shall treat all such information as confidential, whether or not so identified, and shall not disclose any part thereof without the prior written consent of the City. Contractor shall limit the use and circulation of such information, even within its own organization, to the extent necessary to perform the services. The foregoing obligation of this Paragraph 5, however, shall not apply to any part of the information that (i) has been disclosed in publicly available sources of information; (ii) is, through no fault of Contractor, hereafter disclosed in publicly available sources of information; (iii) is now in the possession of Contractor without any obligation of confidentiality; or (iv) has been or is hereafter rightfully disclosed to Contractor by a third party, but only to the extent that the use or disclosure thereof has been or is rightfully authorized by that third party. Contractor shall not disclose any reports, recommendations, conclusions or other results of the services or the existence of the subject matter of this contract without the prior written consent of the City. In its performance hereunder, Contractor shall comply with all legal obligations it may now or hereafter have respecting the information or other property of any other person, firm or corporation. 6. Office Space and Clerical Support. Contractor shall provide its own office space and clerical support at its sole cost and expense. 7. Covenant Against Contingent Fees. Contractor declares that it has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, that it has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift or any other consideration, contingent upon or resulting from the award or making of the Agreement. For breach of violation of this warranty, City shall have the right to annul this Agreement without liability, or, at its sole discretion, to deduct from the Agreement price or consideration, or otherwise recover the full amount of such fee, commission, percentage, brokerage fee, gift or contingent fee. 8. Ownership of Documents. All memoranda, reports, plans, specifications, maps and other documents prepared or obtained under the terms of this Agreement shall be the property of City and shall be delivered to City by Contractor upon demand. 5 of65 June 1, 2021, Item #69. Conflict of Interest and Political Reform Act Obligations. During the term of this Agreement Contractor shall not act as Contractor or perform services of any kind for any person or entity whose interests conflict in any way with those of the City of Poway. Contractor shall at all times comply with the terms of the Political Reform Act and the local conflict of interest code. Contractor shall immediately disqualify itself and shall not use its official position to influence in any way any matter coming before the City in which the Contractor has a financial interest as defined in Government Code Section 87103. Contractor represents that it has no knowledge of any financial interests which would require it to disqualify itself from any matter on which it might perform services for the City. "Contractor" means an individual who, pursuant to a contract with a state or local agency: 6 of GS (A) Makes a governmental decision whether to: 1. Approve a rate, rule or regulation; 2. Adopt or enforce a law; 3. Issue, deny, suspend, or revoke any permit, license, application, certificate, approval, order, or similar authorization or entitlement; 4. Authorize the City to enter into, modify, or renew a contract provided it is the type of contract that requires City approval; 5. Grant City approval to a contract that requires City approval and to which the City is a party, or to the specifications for such a contract; 6. Grant City approval to a plan, design, report, study, or similar item; 7. Adopt, or grant City approval of, policies, standards, or guidelines for the City, or for any subdivision thereof; or (B) Serves in a staff capacity with the City and in that capacity participates in making a governmental decision as defined in the Political Reform Act and/or implementing regulations promulgated by the Fair Political Practices Commission, or performs the same or substantially all the same duties for the City that would otherwise be performed by an individual holding a position specified in the City's Conflict of Interest Code. DISCLOSURE DETERMINATION: C8J 1. Contractor/Contractor will not be "making a government decision" or "serving in a staff capacity" as defined in Sections A and B above. No disclosure required. D 2. Contractor/Contractor will be "making a government decision" or "serving in a staff capacity" as defined in Sections A and B above. As a result, Contractor/Contractor shall be required to file a Statement of June 1, 2021, Item #6Economic Interest with the City Clerk of the City of Poway in a timely manner as required by law. Department Director 10. No Assignments. Neither any part nor all of this Agreement may be assigned or subcontracted, except as otherwise specifically provided herein, or to which City, in its sole discretion, consents to in advance thereof in writing. Any assignment or subcontracting in violation of this provision shall be void. 11. Maintenance of Records. Contractor shall maintain all books, documents, papers, employee time sheets, accounting records, and other evidence pertaining to costs incurred and shall make such materials available at its office at all reasonable times during the contract period and for three (3) years from the date of final payment under this Agreement, for inspection by City and copies thereof shall be furnished, if requested. 12. Independent Contractor. At all times during the term of this Agreement, Contractor shall be an independent contractor and shall not be an employee of the City of Poway. City shall have the right to control Contractor only insofar as the results of Contractor's services rendered pursuant to this Agreement; however, City shall not have the right to control the means by which Contractor accomplishes such services. 13. Licenses, Permits, Etc. Contractor represents and declares to City that it has all licenses, permits, qualifications, and approvals of whatever nature that are legally required to practice its profession. Contractor represents and warrants to City that Contractor shall, at its sole cost and expense, keep in effect at all times during the term of this Agreement, any license, permit, or approval which is legally required for Contractor to practice its profession. 14. Contractor's Insurance. Contractor shall provide insurance as set forth in Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. 7 of65 June 1, 2021, Item #615. Indemnification. (a) For Claims (as defined herein) other than those alleged to arise from Contractor's negligent performance of professional services, City and its respective elected and appointed boards, officials, officers, agents, employees and volunteers (individually and collectively, "lndemnitees") shall have no liability to Contractor or any other person for, and Contractor shall indemnify, protect and hold harmless lndemnitees from and against, any and all liabilities, claims, actions, causes of action, proceedings, suits, damages, judgments, liens, levies, costs and expenses, including reasonable attorneys' fees and disbursements (collectively "Claims"), which lndemnitees may suffer or incur or to which lndemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss or otherwise occurring as a result of Contractor's negligent performance under this Agreement, or by the negligent or willful acts or omissions of Contractor, its agents, officers, directors, sub-Contractors or employees. (b) For Claims alleged to arise from Contractor's negligent performance of professional services, lndemnitees shall have no liability to Contractor or any other person for, and Contractor shall indemnify and hold harmless lndemnitees from and against, any and all Claims that lndemnitees may suffer or incur or to which lndemnitees may become subject by reason of or arising out of any injury to or death of any person(s), damage to property, loss of use of property, economic loss or otherwise to the extent occurring as a result of Contractor's negligent performance of any professional services under this Agreement, or by the negligent or willful acts or omissions of Contractor, its agents, officers, directors, sub-Contractors or employees, committed in performing any of professional services under this Agreement. For Claims alleged to arise from Contractor's professional services, Contractor's defense obligation to lndemnitees shall include only the reimbursement of reasonable defense costs and attorneys' fees to the extent caused by Contractor's negligence. (c) The foregoing obligations of Contractor shall not apply to the extent that the Claims arise from the sole negligence or willful misconduct of City or its elected and appointed boards, officials, officers, agents, employees and volunteers. (d) In any and all Claims against City by any employees of the Contractor, anyone directly or indirectly employed by it or anyone for whose acts it may be liable, the indemnification obligation under this Section 15 shall not be limited in any way by any limitation on the amount or type of damages, compensation or benefits payable by or for the Contractor under worker's compensation acts, disability benefit acts or other employee benefit acts. (e) Contractor shall, upon receipt of written notice of any Claim, promptly take all action necessary to make a claim under any applicable insurance policy or policies Contractor is carrying and maintaining; however, if Contractor fails to take such action as is necessary to make a claim under any such insurance policy, Contractor shall reimburse City for any and all costs, charges, expenses, damages and liabilities incurred by City in making any claim on behalf of Contractor under any insurance policy or policies required pursuant to this Agreement. 8 of65 June 1, 2021, Item #6(f) The obligations described in Section 15(a) through (e) above shall not be construed to negate, abridge or otherwise reduce any other right or obligation of indemnity which would otherwise exist as to any party or person indemnified pursuant to this Section 15. (g) The rights and obligations of the parties described in this Section 15 shall survive the termination of this Agreement. 16. Assumption of Risk. Except for injuries to persons caused by the willful misconduct of any lndemnitee and not covered by insurance maintained, or required by this Agreement to be maintained, by Contractor: (a) Contractor hereby assumes the risk of any and all injury and damage to the personnel (including death) and property of Contractor that occurs in the course of, or in connection with, the performance of Contractor's obligations under this Agreement, including but not limited to Contractor's Scope of Services; and (b) it is hereby agreed that the lndemnitees are not to be liable for injury or damage which may be sustained by the person, goods or property of Contractor or its employees in connection with Contractor's performance its obligations under this Agreement, including but not limited to Contractor's Scope of Services. 17. Contractor Not an Agent. Except as City may specify in writing, Contractor shall have no authority, expressed or implied, to act on behalf of City in any capacity whatsoever as an agent. Contractor shall have no authority, expressed or implied, pursuant to this Agreement to bind City to any obligation whatsoever. 18. Personnel. Contractor shall assign qualified and certified personnel to perform requested services. The City shall have the right to review and disapprove personnel for assignment to Poway projects. City shall have the unrestricted right to order the removal of any person(s) assigned by Contractor by giving oral or written notice to Contractor to such effect. Contractor's personnel shall at all times comply with City's drug and alcohol policies then in effect. 19. Notices. Notices shall be given as described on Exhibit "A" entitled "Special Provisions" attached hereto and made a part hereof. 9 of65 June 1, 2021, Item #620. Governing Law, Forum Selection and Attorneys' Fees. This Agreement shall be governed by, and construed in accordance with, the laws of the State of California. Each party to this Agreement consents to personal jurisdiction in San Diego County, California, and hereby authorizes and accepts service of process sufficient for personal jurisdiction by first class mail, registered or certified, postage prepaid, to its address for giving notice as set forth in Exhibit "A" hereto. Any action to enforce or interpret the terms or conditions of this Agreement shall be brought in the Superior Court in San Diego County, Central Division, unless the parties mutually agree to submit their dispute to arbitration. Contractor hereby waives any right to remove any such action from San Diego County as is otherwise permitted by California Code of Civil Procedure section 394. The prevailing party in any such action or proceeding shall be entitled to recover all of its reasonable litigation expenses, including its expert fees, attorneys' fees, courts costs, arbitration costs, and any other fees. Notwithstanding the foregoing, in the event that the subject of such an action is compensation claimed by Contractor in the event of termination, Contractor's damages shall be limited to compensation for the 60-day period for which Contractor would have been entitled to receive compensation if terminated without cause, and neither party shall be entitled to recover their litigation expenses. 21. Gender. Whether referred to in the masculine, feminine, or as "it," "Contractor" shall mean the individual or corporate Contractor and any and all employees of Contractor providing services hereunder. 22. Counterparts. This Agreement (and any amendments) may be executed in multiple counterparts, each of which shall be deemed an original, but all of which, together, shall constitute one and the same instrument. Documents delivered by telephonic facsimile transmission shall be valid and binding. 23. Entire Agreement. This Agreement shall constitute the entire understanding between Contractor and City relating to the terms and conditions of the services to be performed by Contractor. No agreements, representations or promises made by either party, whether oral or in writing, shall be of any force or effect unless it is in writing and executed by the party to be bound thereby. 24. Certification and Indemnification Regarding Public Employees' Retirement Law/Pension Reform Act of 2013. Contractor hereby certifies that all persons providing services to City by Contractor are not current members of the California Public Employees' Retirement System (CalPERS) and shall not become members of CalPERS while providing services to City. 10 of 65 June 1, 2021, Item #6Contractor further provides that in the event Contractor assigns a retired annuitant receiving a pension benefit from CalPERS to perform services for City, the retired annuitant is in full compliance with Government Code section 7522.56. A copy of Government Code section 7522.56 is attached hereto as Exhibit "B." Further, Contractor hereby fully and unconditionally indemnifies City from all penalties, fees, employer and employee contributions, or any other assessments imposed by CalPERS in the event CalPERS determines the person assigned by Contractor to provide services to City has been misclassified. 25. Severability. If any provision of this Agreement is determined by any court of competent jurisdiction or arbitrator to be invalid, illegal, or unenforceable to any extent, that provision shall, if possible, be construed as though more narrowly drawn, if a narrower construction would avoid such invalidity, illegality, or unenforceability or, if that is not possible, such provision shall, to the extent of such invalidity, illegality, or unenforceability, be severed, and the remaining provisions of this Agreement shall remain in effect. (Remainder of page intentionally left blank) 11 of 65 June 1, 2021, Item #6IN WITNESS WHEREOF, the parties hereto have duly executed this Agreement on the date first above written. CITY OF POWAY By:----------Chris Hazeltine, City Manager Date: ----------ATTEST: Vaida Pavolas, CMC, City Clerk APPROVED AS TO FORM: Siemens Industry, Inc. By:-----------Al Sanchez, Account Executive Date: __________ _ By: ___________ _ Alan Fenstermacher, City Attorney 12 of 65 June 1, 2021, Item #6A. "SPECIAL PROVISIONS" EXHIBIT "A" Scope of Services. Contractor agrees to perform as-needed HVAC maintenance services as required by City, further described in the Agreement which is included in this document as Attachment 1, and incorporated by reference, as if its contents were fully set forth herein. Contractor shall provide the necessary qualified personnel to perform the services. B. Compensation and Reimbursement. City shall pay Contractor a fee in accordance with the Fee Proposals submitted in writing on April 20, 2021, which is included in this document as Attachment 2. Contractor's fee shall include, and Contractor shall be responsible for the payment of all federal, state, and local taxes of any kind which are attributable to the compensation received. In addition to said consulting fee, Contractor shall be reimbursed for all reasonable expenses, including lodging, telephone, and travel (air, auto, rail) necessarily incurred in performance of the services. Contractor shall bill City for such expenses as incurred, referencing this Agreement. All expenses shall be itemized and supported by receipts for amounts in excess of Twenty-Five Dollars ($25.00). Statements for reimbursement of expenses shall be paid within ten (10) days of approval by City. All air travel shall be billed at coach or special fare rates. Reimbursement for lodging is limited to travel from outside of San Diego County. Contractor shall receive prior authorization for air travel and lodging expenses. All other expenses shall be reimbursed in accordance with City's cash disbursement policies in effect at the time incurred. C. Term of Agreement. This Agreement shall be effective from the period commencing July 1, 2021 and ending June 30, 2023, unless sooner terminated by City as provided in the section of this Agreement entitled "Termination." This Agreement may be extended for up to three (3) additional one-year periods upon approval in writing of the City Manager and Contractor. Award of the Contract and any Contract extensions are subject to City Council appropriation of funds. Each renewal period (fiscal), the Contractor's costs shall be adjusted based on the annual change in the previous calendar year's Consumer Price Index for the San Diego-Carlsbad area (All Urban Consumers CPI-U) or 5%, whichever is less. The first adjustment would occur no earlier than July 1, 2023. Upon expiration or termination of this Agreement, Contractor shall return to City any and all equipment, documents or materials and all copies made thereof which Contractor received from City or produced for City for the purposes of this Agreement. 13 of 65 June 1, 2021, Item #6D. Contractor's Insurance. 1. Coverages: Contractor shall obtain and maintain during the life of this Agreement all of the following insurance coverages: (a) Comprehensive General Liability, including premises-operations, products/completed, broad form property damage, and blanket contractual liability with the following coverages: General Liability $1,000,000 Bodily Injury and Property Damage combined each occurrence and $2,000,000 aggregate. (b) Automobile Liability, including owned, hired, and non-owned vehicles: $5,000,000 combined single limit. (c) Contractor shall obtain and maintain, during the life of the Agreement, a policy of Professional Errors and Omissions Liability Insurance with policy limits of not less than $1,000,000 combined single limits, per claim and annual aggregate. (d) Workers' Compensation insurance in statutory amount. All of the endorsements which are required above shall be obtained for the policy of Workers' Compensation insurance. 2. Endorsements: Endorsements shall be obtained so that each policy contains the following three provisions: (a) Additional Insured. (Not required for Professional Errors and Omissions Liability Insurance or Workers' Compensation.) "City of Poway and its elected and appointed boards, officers, agents, and employees are additional insureds with respect to this subject project and contract with City." (b) Notice. "Said policy shall not terminate, nor shall it be canceled, until thirty (30) days after written notice is given to City." (c) Primary Coverage. "The policy provides primary coverage to City and its elected and appointed boards, officers, agents, and employees. It is not secondary or in any way subordinate to any other insurance or coverage maintained by City." 14 of 65 June 1, 2021, Item #63. Insurance Certificates: Contractor shall provide City certificates of insurance showing the insurance coverages described in the paragraphs above, in a form and content approved by City, prior to beginning work under this Agreement. E. Notices. All notices, billings and payments hereunder shall be in writing and sent to the following addresses: 15 of 65 To City: To Contractor: City of Poway P.O. Box 789 Poway, CA 92074 Siemens Industry Inc. 10100 Willow Creek Rd. San Diego, CA 92131 (Remainder of page intentionally left blank) June 1, 2021, Item #61. 2. 3. 4. ATTACHMENT 1 SCOPE OF WORK Duties of Contractor: During the term of this Agreement, the selected contractor shall perform all work as described in the technical specifications and will be responsible for the following: a. Ensuring that all contractor employees are properly trained at no cost to the employees, prior to start of contract and each year thereafter, at such time as new hazards are introduced on the job, or when new employees are added to the roster. b. Providing uniforms including brightly colored traffic vests or reflector to personnel when interacting with vehicular traffic and the washing (and decontamination as necessary) of uniforms. c. Developing personnel policies. d. Providing inspection procedures and periodic inspection of facilities. e. Conforming to all applicable Cal-OSHA, DOT, and EPA regulations, including Cal-OSHA's Hazard Communications Standard. f. Conforming to all other applicable Federal, State, and Local regulations. g. Maintaining Material Safety Data Sheets (MSDS) at facilities for contractor and City employee reference. h. Maintaining a chemical inventory list. Contractor Personnel: The City of Poway shall, throughout the life of the contract, have the right of reasonable rejection and approval of staff or subcontractors assigned to the work by the selected contractor. If the City of Poway reasonably rejects staff or subcontractors, the selected contractor must provide replacement staff or subcontractors satisfactory to the City of Poway. The day-to-day supervision and control of the selected contractor's employees and subcontractors is the sole responsibility of the selected contractor. Equal Employment Opportunity: The selected contractor shall not discriminate against any employee or applicant for employment because of race, creed, color, or national origin. Contractor shall take affirmative action to ensure that all employees and applicants for employment shall be treated with equality in all aspects of employment processes -including, but not limited to: hiring, transfer, promotion, training, compensation and termination; regardless of their race, creed, color, sex, national origin, age, or physical handicap. Local Office: The selected contractor shall maintain a local office within the County of San Diego and shall have a competent representative available during the working hours of 7:00 a.m. to 4:00 p.m. to discuss matters pertaining to the contract and who can make authoritative decisions. At all times during the term of this contract, the contractor shall provide the City with a twenty-four (24) hour per day, seven (7) day per week emergency phone or cell phone number. An answering service is not acceptable, except when forwarding oral complaints (which shall be followed by written notice). Within two (2) hours after an emergency call is made requesting the contractor to perform emergency services, the contractor shall be on site to commence the required service. Failure to respond in such 16 of 65 June 1, 2021, Item #6ATTACHMENT 1 time shall result in a $200.00 penalty for each occurrence. The Contractor shall supply the City designee with names and telephone numbers of responsible persons representing the Contractor for emergency responses. This information shall be kept current at all times. Additionally, an email address or fax number shall be required to receive written notices and authorizations for emergency services. Changes shall be provided to the City in writing within twelve (12) hours of any such change. Failure to maintain this information in a current state may result in $200 penalties for each occurrence. 5. Performance of Work: Work described as being performed daily shall be performed between the hours of 7:00 a.m. to 4:00 p.m., Monday through Friday. The City is closed on alternate Fridays. Exceptions may be made in mitigating circumstances and permission must be granted through the Director or the City representative. The determination of the total daily productive man-hour requirements for the performance of all services herein is the sole responsibility of the selected contractor. It is of the utmost importance that the contractor utilizes skilled and productive manpower in order to satisfactorily furnish the required level of service specified in this solicitation. Failure on the part of the Contractor to utilize skilled and productive manpower may produce unsatisfactory results, which may cause the Director of Public Works to make adjustments to the Contractor's monthly invoice(s) for unsatisfactory or omitted work. Contractor will perform all work in a timely and workmanlike manner, using only qualified maintenance technicians with a minimum of 5 years of experience with equipment and control types in contract, and will adhere to all code standards of the City of Poway, EPA and any other state and federal requirements. The contractor shall provide qualified technicians that can diagnose and repair the City's Control (JACE, Trane Tracker, TACNISTA and Viconics). 6. Keys: Keys to each building shall be furnished by the City to the winning bidder, who shall be responsible for unlocking mechanical rooms and admitting work crews. Broken keys shall be returned to the contract administrator and the contractor assessed a $15.00 replacement charge for each broken key. 7. Quantity and Quality of Materials or Services: All goods or services furnished must meet the specifications prescribed by the City. Materials shall be delivered on site in original unopened containers. Materials are subject to inspection. Materials, which do not meet specifications or equal the quality of the sample provided when applicable, will be rejected. 8. Warranty: All work performed under this contract will carry a minimum thirty-day warranty on labor and the manufacturer's warranty on material. 9. Monthly Contractor's Meetings: Meetings will be held at an agreed predetermined time the first week of each month between the City and the selected contractor. The purpose of these meeting is to discuss pertinent matters relating to the contract, review work performed in the previous month and work scheduled for the following month, provide the City with a Master task list for each piece of equipment serviced and maintained for each scheduled inspection. 17 of 65 June 1, 2021, Item #6ATTACHMENT 1 The contractor shall maintain written daily records of personnel and their work assignments. These shall include hours worked (time in/time out), facility assignment(s), and any work related accidents, etc. These records shall be made available to the City upon request and must be maintained for not less than five years. 10. Invoices: The selected contractor shall maintain written records of personnel and their work assignments. These shall include hours worked (time in/time out), facility assignment(s), and any work related accidents, etc. These records shall be made available to the City upon request and must be maintained for not less than five (5) years. Monthly billings, pre-approved extra work invoices completed the month prior (Extra work will not be paid if the invoices are submitted beyond 90 days of work), and HVAC service schedules for work to be performed and work completed (daily records as noted above) are to be submitted during these meetings. Payment may be withheld until all adequate documentation is provided. Separate invoices shall be submitted for each of the following: □ Library D Performing Arts Center D All other City buildings All incidental costs, including allowances for profit, tools of the trade, and chemicals used, must be included in the contract rates. 11. Quality Control: The selected contractor shall institute and maintain throughout the contract period a properly documented quality control program designed to ensure that the services are provided at all times and in all respects in accordance with the contract. The program shall include providing daily supervision and conducting frequent inspections of the contractor's staff and ensuring that accurate records are maintained describing the disposition of all complaints. The records so created shall be open to inspection by the City of Poway and made available upon request. 12. Quantity and Quality of Materials or Services: All goods or services furnished must meet the specifications prescribed by the City. Materials shall be delivered on site in original unopened containers. Materials are subject to inspection. Materials, which do not meet specifications or equal the quality of the sample provided when applicable, shall be rejected. 13. Repairs: All damages or alterations to City property resulting from the performance of work under these specifications during the term of contract shall be repaired or replaced immediately and in kind, to the satisfaction of the Director of Public Works and at no cost to the City. Repairs, replacements not completed to the satisfaction of the Director shall be deducted from the contract payment to cover costs. 18 of 65 June 1, 2021, Item #6ATTACHMENT 1 PURPOSE AND TECHNICAL SPECIFICATIONS The purpose of this contract is to provide comprehensive HVAC Maintenance and control services for various City of Poway facilities. The City proposes to contract with a contractor that is proactive in their work standards and can meet the qualifications set forth in this proposal package. The successful company shall be familiar with and have the ability to provide routine maintenance of the City's HVAC control system. Division I -Specifications for Full Coverage HVAC Maintenance: Includes all costs to maintain and repair HVAC or mechanical systems to include the replacement of equipment if needed. The coverage includes the task list and any other task list deemed necessary by the City or the Contractor for the proper maintenance of the system. The coverage does not include repairs made due to acts of God, cleaning of the system, or repairs over $200 made to the ducting system or non-mechanical stationary equipment supports. 1. All repairs during normal working hours are included at no additional cost. 2. All repairs outside normal working hours are included at no additional cost. 3. Any additional costs to perform work or repairs by other companies are included. 4. All repair parts up to including all damper actuator motors and valves are included at no additional cost. All fittings shall be greased. 5. One inspection bi-monthly of each roof top, split system or package unit, air handler and chiller listed. Contractor to follow scope of service detailed in subsequent sections. 6. All units listed with this service plan will have service within one hour of trouble call and repaired with a four hour minimum. Service provider to stock adequate parts to ensure seamless operation. 7. All fan belts and drive belts on all listed equipment will be replaced a minimum of once per year. 8. Change and date air filters bi-monthly. The City requires 30-35% Efficient Pleated filters to be used in all HVAC systems. HEPA box filters are required at the Library. 9. Cleaning of all air-cooled condensers to improve system efficiency, included. Biannually in the spring and fall. . 10. Cleaning of all evaporator coils to improve system efficiency. Annual steam cleaning. 11. All compressors that require replacement or rebuilding are included at no additional cost, including refrigeration re-charging. 12. Provide an electronic detailed copy of service and/or repair performed on each unit after service and/or repair is performed. Include facility name and address and model and serial number of equipment and work performed, including monthly, quarterly, biannual and annual maintenance tasks. 13. It is the sole responsibility of the service provider to maintain the units at their highest efficiency at all times. 14. A phone number must be provided for 24/7 service and the same technician is preferred on all service repair calls, both regular and emergency service. 15. The Contractor is responsible to clean and keep neat all of the City's mechanical rooms. No storage permitted. All used filters and boxes must be removed. 16. If a device or portion of an HVAC system fails, all parts and labor are to be paid by the contractor. The contractor will only charge for parts and labor if a device has broken 19 of 65 June 1, 2021, Item #6ATTACHMENT 1 due to the misuse or breakage of a system by the City or another outside person or persons. All extra work will be quoted and agreed upon by the City Representative using the contracted labor rates. 20 of 65 June 1, 2021, Item #6ATTACHMENT 1 PRE-PACKAGED HVAC UNITS, WINDOW UNITS, HEAT PUMPS, AND SPLIT SYSTEM HVAC UNITS AIR-COOLED CONDENSERS MASTER TASK LIST Quarterly Inspections: 1. Check coils 2. Check for unusual noises and or vibrations 3. Check condition of belts and pulleys (if applicable) 4. Inspect bearings 5. Check oil level 6. Check and test all operating and safety controls and unit operation 7. Check auxiliary equipment operation 8. Check refrigerant and oil levels 9. Log all operating conditions after unit stabilizes Annual Inspections: 1. Clean coils 2. Replace belts and pulley 3. Check and record head pressure 4. Check and record suction pressure 5. Check and record compressor starting amp draw 6. Check and record compressor running amp draw 7. Run oil analysis 8. Grease and lube bearings 9. Clean exhaust fans 10. Check quick disconnect, fuses, blades, connections and wiring conditions. Repair and/or replace as needed Comments: 21 of 65 June 1, 2021, Item #6Quarterly Inspections: 1. Inspect for leaks AIR COOLED CONDENSERS MASTER TASK LIST 2. Lubricate fan bearings per manufacturer's recommendation 3. Straighten fins (as required) 4. Check crankcase heater 5. Inspect electrical connections, contactors, relays and controls 6. Check motor operating conditions 7. Check fan blades 8. Check vibration eliminators 9. Check oil and refrigerant filter drier (as required) ATTACHMENT 1 10. Check operation of thermostatic valve and adjust/replace as required 11. Inspect and repair ductwork as needed 12. Inspect and repair condensate pan and drains 13. Maintain condensate pans in a sanitary condition 14. Inspect unit sheet metal and maintain in a weathertight condition 15. Check operation of thermostat and replace as needed 16. Check operation of economizer if equipped and adjust as necessary Comments: 22 of 65 June 1, 2021, Item #6Bi-monthly Inspections: AIR HANDLERS MASTER TASK LIST 1. Check and clean fan assembly 2. Lubricate fan bearings per manufacturer's recommendation 3. Lubricate motor bearings per manufacturer's recommendation 4. Check belts and sheaves (adjust as required) 5. Tighten all nuts and bolts 6. Check motor mounts and vibration pads 7. Inspect electrical connections and contractors 8. Lubricate and adjust associated dampers and linkage 9. Check fan operation 10. Clean outside air intake (as required) ATTACHMENT 1 11. Check and clean drains and drain pans (as required). Maintain in sanitary condition 12. Check and clean strainers, steam traps, isolation valves and hand valves (as required) 13. Check heating and cooling coils (clean as required) 14. Check operation of chilled water valve(s) (if applicable). Repair and replace as needed 15. Check operation of hot water valve(s) (if applicable). Repair and replace as needed 16. Check operation of economizer, repair as required 17. Check operation of variable frequency drives and repair/replace as needed. 18. Check and seal duct work as required 19. Inspect unit sheet metal and maintain in a weather tight condition. Annual Inspections: 1. On hot water/chilled water systems flush out debris and clean screens 2. Record amp draw on motor 3. Check and calibrate sensor Comments: 23 of 65 June 1, 2021, Item #6Bi-Monthly Inspection: BOILER MASTER TASK LIST 1. Inspect fireside of boiler and record condition 2. Visually inspect boiler pressure vessel for leaks and record 3. Inspect safety devices 4. Check and exercise hand and relief valves and feed equipment 5. Inspect and clean the burner and combustion equipment 6. Check burner sequence of operation and combustion equipment 7. Check fuel piping for leaks and proper support 8. Inspect electrical connections, clean and tighten as required 9. Clean boiler area ATTACHMENT 1 10. Inspect controls and control sequence, calibrate and adjust as required 11. Inspect auxiliary control such as flow sensors and temperature sensors 12. Replace water filters and date as required Annual Inspection: 1. Perform all quarterly tasks listed above 2. Brush and vacuum soot/dirt from flues and combustion chamber 3. Check fuel supply 4. Check auxiliary equipment operation 5. Test and inspect burner, boiler and controls for proper operation 6. Perform combustion tests and adjust burner for maximum efficiency 7. Log all operating conditions 8. Verify G.P.M. flow through boiler, adjust manual and electronic controls as required to maintain minimum flow 9. Clean all dirt screen 10. Clean all coils of containments Comments: 24 of 65 June 1, 2021, Item #6Monthly Inspection: CENTRIFUGAL CHILLER MASTER TASK LIST 1. Check main starter and control panel, repair as required 2. Visually and electronically inspect for leaks, repair as required 3. Test oil annually, provide results to City 4. Lubricate inlet vane linkage 5. Check oil sump heater operation 6. Check pressure relief valve and expansion tank 7. Clean condenser tubes and coils (annually). 8. Inspect bearings ATTACHMENT 1 9. Log operating conditions on factory form bi-monthly (see sample form), with Factory Trained Technician logging operating conditions on the alternating month 10. Factory Trained Technician: Log operating conditions on factory from annually (see sample form). 11. Check auxiliary equipment operation 12. Check refrigerant and oil levels 13. Check and test all operating and safety controls 14. Check purge unit operation 15. Log all operating conditions 16. Check for vibrations per manufacturer's recommendations 17. Inspect and maintain computer control system Monthly Preventive Maintenance: 1. Review owner's log. Log all operating conditions 2. Inspect chiller and make adjustments (as required) 3. Review chiller operation 4. Bi-monthly inspections (6 times per year) of the chillers by McQuay factory seNice, to include a written report 5. Maintain all valves, pumps and motors including controls Comments: 25 of 65 June 1, 2021, Item #6Quarterly Inspections: 1. Check fan assembly SUPPLY AND EXHAUST FANS MASTER TASK LIST 2. Clean fan assembly as required 3. Lubricate motor bearings per manufacturer's recommendation 4. Check belts and sheaves (replace and adjust as required) 5. Tighten all nuts and bolts 6. Check motor mounts and vibration pads 7. Check motor operating conditions 8. Inspect electrical connections and tighten as necessary 9. Lubricate and adjust associated dampers and linkage 10. Check fan operation 11. Record fan amp draw Comments: 26 of 65 ATTACHMENT 1 June 1, 2021, Item #6ATTACHMENT 1 Division II -Specifications for Cleaning the HVAC Systems General Conditions 1. Supervision: All work shall be supervised by a foreman having thorough knowledge and experience in the cleaning of air-conditioning systems. The work shall be performed by experienced and qualified personnel in accordance with standards and guidelines as set by the National Air Duct Cleaners Association (NADCA) and Cal/OSHA. 2. National Air Duct Cleaners Association (NADCA): Contractor shall be a "Certified Member" in good standing with NADCA. 3. Contractor: Shall submit with their proposal a list of five (5) commercial or industrial HVAC systems rehabilitation and cleaning projects of similar type, size, and degree of difficulty completed within the last five years. Contractor shall provide name and phone number of contact person for each listed project. 4. Labor and materials: Contractor shall furnish all labor, materials, supplies, tools, equipment, supervision, transportation, and any other services or items necessary to accomplish the work. 5. Existing services: The existing heating, ventilating, and air-conditioning systems shall be maintained to all occupied areas during the normal working week. 6. Cleaning of premises: Contractor shall keep the job site clean of all surplus materials and debris. Contractor shall dispose of all debris and leave area broom clean at the end of each work shift. 7. Work can be done at hours convenient to the city so as not to interfere with existing operation, at no additional cost to city. General Specifications for Cleaning: 1. As necessary, furnishings, and equipment will be protected with plastic tarps where work is being performed. 2. Building occupants shall be asked to remove and store any breakable items from desks, shelves, or other surfaces in order to avoid damage arising from work performed by the Air Duct Cleaning Company. The contractor will notify all occupants 48 hours in advance of work. 3. Contractor will make every effort to prevent damage to or soiling of existing ceiling tiles that must be removed to provide access to duct work above a suspended ceiling. This is not always possible, and in such cases, the city's Representative will be notified of any damage and the Contractor will install the replacements at their expense. 4. Contractor is responsible to touch up any damages to painted surfaces on or around grilles and diffusers that are removed and cleaned. 27 of 65 June 1, 2021, Item #6ATTACHMENT 1 5. The cleaning process shall include a thorough visual inspection of the interior of the system. Upon completion of cleaning, every interior surface will have been cleaned to a point where it is visibly free of accumulated debris and dust. 6. The work while in progress will be subject to random unannounced inspections by a representative of the City. As many inspections may be performed as desired to confirm and ensure that the work is being done according to these specifications. 7. Any mechanical problems discovered during the course of cleaning will be reported in writing to the City's representative. 8. Once the cleaning project has been completed, representatives of the cleaning company and of the City will perform a Quality Assurance Inspection. This inspection will consist of a thorough inspection of the internal components of the air handler(s), plus a (number of) random inspection locations of the internal duct surfaces. The exact locations for these inspections will be determined by the owner's representative, if desired. This inspection will be documented with a "Duct Eye" video camera and/or 35 mm photographs, and the videotape and/or photographs will become the property of the city. Should any work not meet the standards of these specifications, then that item will be re-cleaned at no additional cost to the city. Additional inspections will also be performed as needed to verify internal cleanliness if areas are found that do not meet these standards. Cleaning of Air Handlers: 1. In the air handler and plenums, all interior surfaces shall be thoroughly brushed and vacuumed cleaned. 2. As practical, all non-porous surfaces shall be washed with a paint-safe mild detergent solution. 3. The interior coils will be coated with Nu-brite coil cleaner solution and then pressure washed from both sides using 500 to 1000 PSI. Cleaning shall be repeated until blockages are eliminated and rinse water appears clean. 4. The condensate pan shall be brushed and/or pressure washed clean of loose debris. Condensate drains shall be inspected and, if necessary, cleaned as possible. 5. The supply blowers and housings shall be scraped and wire brushed to remove any debris and cleaned with a mild, paint-safe detergent or degreaser and pressure washed. Precautions shall be taken to ensure no detergent or degreaser enters bearings. 6. The internal components of the air handler shall be sanitized using "Oxine," an EPA registered biocide. 7. Interior dampers, screens, filter racks, etc., shall be cleaned using a stiff-bristled brush and vacuuming; then washed with a paint-safe detergent solution and water. 28 of65 June 1, 2021, Item #6ATTACHMENT 1 8. In the air handler and plenums, replace all wet or severely deteriorated fiberglass liner with new insulation of like kind, or a double layer of Astro-Foil insulation, properly installed with pins and liner adhesive. 9. In the air handler and plenums repair all tears or rips in the surface of the salvageable fiberglass liner with adhesive, lagging cloth, etc. Thoroughly coat the surfaces of all remaining fiberglass liner with an anti-microbial coating, designed specifically for use in air movement systems. 10. All rusted areas inside the air handler shall be wire brushed and vacuumed clean of loose rust. 11. Brush and vacuum clean the outside air screens, louvers, and dampers. Cleaning of Ducts (every two years or as required): 1. All return and supply grilles, registers, and diffusers shall be removed, washed with a mild paint-safe detergent solution, and replaced. 2. Excess holes shall be cut into the rigid metal ducts as necessary to completely access the interior for cleaning and repair thereafter. 3. All flexible ducts shall be disconnected at joints, registers, etc., for cleaning. Longer duct lengths shall be cut at intervals to allow a thorough cleaning of the interior. 4. All interior surfaces of the supply and return air ducts shall be thoroughly brushed and vacuumed using HEPA filtered collection vacuums. 5. All interior dampers and turning vanes shall be thoroughly cleaned with a stiff-bristled brush and vacuuming. All manual dampers shall have their setting marked before cleaning and will be reset to original setting after cleaning. 6. In the supply and return ducts, repair any rips or tears in the surface of the fiberglass liner with adhesive, lagging cloth, etc. Coat the surface of all fiberglass liner with an anti-microbial coating, designed specifically for use in air movement systems. 7. All excess holes made in metal ducts shall be sealed with galvanized sheet metal panels of the same gauge as the ducts. Panels shall be installed using duct sealer and self-tapping screws placed a maximum of four inches apart around the entire perimeter. The panel shall overlap the access opening by at least one inch on all edges. Caulking shall be neat and continuous around the perimeter. All surfaces to be caulked shall be clean of any dirt, rust, etc., which would affect sealing. 8. Access panels installed in lined metal duct shall have a section of insulation attached with adhesive and/or pins that equal in depth and size the piece removed in accessing. All raw edges shall be sealed to prevent fiber liberation. 9. All flexible ducts shall be reconnected and sealed using sheet-metal screws and approved duct tape or nylon collar straps so as to be airtight. 29 of 65 June 1, 2021, Item #6ATTACHMENT 1 10. In the supply and return duct systems, inspect all ducts and duct joints for damage disconnections, and leaks. Report severe damage or damage beyond our scope of work to City's representative. 11. All areas in the HVAC systems showing signs of any microbial will be cleaned with industry standard anti-microbial coating approved by the City representative. 12. The cleaning project shall be guaranteed for a minimum of one year. 30 of 65 June 1, 2021, Item #6ATTACHMENT 1 Division Ill -Specifications for Inspection and Testing of Air-Conditioning Systems General Conditions: 1. All buildings belonging to the City of Poway -are to be inspected and tested on an annual basis. 2. The A/C systems serving City buildings -are to be inspected and tested on an annual basis. 3. Inspect and test to evaluate the hygiene of the A/C systems as required and provide the most economical recommendation for dealing with any deficiencies found. 4. The proposed investigation is not meant to be a comprehensive study of the constituents of the air. Instead, this is specifically and only addressed to the hygiene condition of the A/C systems, such as dirtiness, microbial contamination, insulation condition, etc. 5. To follow protocols of the EPA, NIOSH (National Institute for Occupational Safety and Health) and AIHA (American Industrial Hygiene Association) in performing investigations. Per these protocols, investigations lead to specific recommendations intended to improve the overall air quality by correcting departures from codes, standards, and accepted practices. An investigation will, if appropriate, recommend additional testing to be performed. Scope of Work: 1. Collect information on age of ventilation systems; HVAC control systems; history of problems with systems, remodels; any previous history of investigations. 2. Inspect A/C systems for unit identification, make, tonnage, type, and age; mode of operation, thermostat settings, timers; location of unit and area served; visible contamination in area of the unit or its outside air intake; design, installation and maintenance of condensate drain pan and line; filters location, type, fit, and condition; outside air intake presence, size screening, filtration, percentage, and cleanliness; any inaccessible portions of system; and barriers to maintenance. 3. For each accessible compartment of the air handling unit, plenums, and shafts, plus a random sampling of supply registers and return grilles, ducts, fire dampers, VAV and mixing boxes, and other system components, inspect the cleanliness, fiberglass condition, odors, visible microbial contamination, signs of water incursion, and condition of coils. 4. Take swab or tape slide samples from suspected active mold growth sites, plus from cooling coils, approximately 2 to 3 samples per unit. 5. Have samples examined by direct microscopy, by a qualified independent environmental microbiology laboratory. 6. Measure directly the outside air intake volume on the HVAC systems, at minimum 31 of 65 June 1, 2021, Item #6ATTACHMENT 1 damper settings if possible and note the conditions under which the outside air volume (e.g., economizer operation). 7. From the above information estimate the adequacy of the fresh air supply for the occupancy and size of the space served. 8. Photographically document observations. 9. Provide a full report including observations, lab reports, photographs, significance of findings and any appropriate recommendations, with guidance in any needed recommendations. Provide authoritative references for interpretations and recommendations. Report on anything of importance found in the course of the investigation even if outside the scope of the investigation. 10. Discuss the report with the client and answer questions as needed (by telephone conference). 32 of 65 June 1, 2021, Item #6ATTACHMENT 1 APPENDIX A (Part 3) CAL OSHA has issued rulings regarding annual inspections of HVAC systems. The following is an excerpt from California Code of Regulations, Labor Code, Title 8, paragraph 5142: TITLE 8 GENERAL INDUSTRY SAFETY ORDERS §5142 5142. Mechanically Driven Heating, Ventilating and Air Conditioning (HVAC) Systems to Provide Minimum Building Ventilation. (a) Operation: (1) The HVAC system shall be maintained and operated to provide at least the quantity of outdoor air required by the State Building Standards Code, Title 24, Part 2, California Administrative Code, in effect at the time the building permit was issued. (2) The HVAC system shall be operated continuously during working hours except: (A) during scheduled maintenance and emergency repairs; (8) during periods not exceeding a total of 90 hours per calendar year when a servicing electric utility by contractual arrangement requests its customers to decrease electrical power demand, or; (C ) during periods for which the employer can demonstrate that the quantity of outdoor air supplied by nonmechanical means meets the outdoor air supply required by (a) (1) of this section. The employer must have available a record of calculations and/or measurements substantiating that the required outdoor air supply rate is satisfied by infiltration and/or by a nonmechanical driven outdoor air supply system. (b) Inspection and Maintenance: (1) The HVAC system shall be inspected at least annually, and problems found during these inspections shall be corrected within a reasonable time. (2) Inspections and maintenance of the HVAC system shall be documented in writing. The employer shall record the name of the individual(s) inspecting and/or maintaining the system, the date of the inspection and/or maintenance, and the specific findings, and the specific and actions taken. The employer shall ensure that such records are retained for at least five years. (3) The employer shall make all records required by this section available for examination and copying, within 48 hours of a request, to any authorized representative of CAL OSHA (as defined in Section 3207), to any employee of any employer affected by this section, and to any designated representative of said employee of the employer affected by th is section. 33 of 65 June 1, 2021, Item #6ATTACHMENT 1 FACILITIES A map depicting the locations has been included within this section for reference. As note below, facilities to be maintained have been outlined under each location. 1. City Hall and Council Chambers 2. Fire Station I 3. Fire Station 11 4. Fire Station Ill 5. Community Park Auditorium 6. Community Park Pool 7. Community Park Pool pt Aid Building 8. Community Park Recreation Office 9. Community Park Crew Building 10. Community Park Mickey Cafagna Center 11. Performing Arts Center 12. Poway Public Library 13. Kumeyaay-lpai Interpretative Center 14. Old Poway Park Hamburger Factory and Museum 15. Old Poway Park Train Depot 16. Old Poway Park Train Barn 17. Old Poway Park Nelson House 18. Old Poway Park Porter House 19. Old Poway Park Templar's Hall 20. Aubrey Park Girls Softball trailer 21. Public Works Fleet Maintenance 22. Public Works Operations Center 23. Public Works Facility 24. Public Works Pump House 25. Public Works Ammonia Building 26. Public Works Camelback Pump Station 27. Public Works Administration 28. Water Treatment Administration 29. Water Treatment Filter Control 30. Water Treatment Chlorine/Chemical Feed 31. Lake Poway Entry Station 32. Lake Poway Community Services Administration 33. Lake Poway Parks and Landscape Shop 34. Lake Poway Pavilion 35. Lake Poway Concession 36. Material Handling Yard Offices and Storage 34 of 65 June 1, 2021, Item #6~ ATTACHMENT1 0 """ m ~ i.y,uun Facilities Map ~ !i ~ 2 .QJ Cl) f IX) ;z "' / I ~~~~ LOM1c4 DR// ~~o. O;,. ~G' STONE CANYON RD It)', I ..J 0 /ff o ~-" I § r~/ SAN DIEGO ~ ~ 4. 12. 14. 5-10 -~ METATE LN 5,o~e.oR ~ 3. 11. TWIN PEAKS RD 0 15-21 0:: >-I-z :::, ~ :E 0 u 0 a:: 13. ~ 2. .:5 0 1. ~ 37 KIRKHAM WY This map is a user generated static output from an Internet mapping site and is for general reference only. Data layers that appear on this map may or may not be accurate, current, or otherwise reliable. THIS MAP IS NOT TO BE USED FOR NAVIGATION. 32-36 22-28 29-31 LAKERQWAY POWAY ~~Q GARDEN RO c,r,..~Q'i:. I ~ S.D. COUNTY /~ J_/ ---------, \ __ / ( L [ I J Roads Roads Lakes $ Legend Scale: 1 :60,609 June 1, 2021, Item #6ATTACHMENT 1 HVAC Inventory As a part of the bid specifications, equipment inventory of the facilities to be maintained under this contract are included as a part of this Section. The building inventory and associated equipment shall be used for the bidding of the contract as specified for each facility. A CD with photographs of equipment will be given at the time of the mandatory pre-bid meeting. The HVAC inventory follows for the locations listed below: 1. City Hall 2. Mickey Cafagna Center 3. Swimming Pool 4. Community Park 5. Water Treatment 6. Public Works Operations 7. Performing Arts Center 8. Material Handling Yard 9. Library 10. Old Poway Park 11. Aubrey Park 12. Kumeyaay 13. Lake Poway Park 14. Fire Station 1 15. Fire Station 2 16. Fire Station 3 36 of 65 June 1, 2021, Item #6w .... 0 -ti en u, LOCATION CITY HALL CITY HALL CITY HALL CITY HALL CITY HALL CITY HALL CITY HALL CITY HALL CITY HALL CITY HALL CITY HALL CITY HALL CITY HALL CITY HALL CITY HALL CITY HALL CITY HALL CITY HALL CITY HALL CITY HALL CITY HALL CITY HALL CITY HALL CITY HALL CITY HALL CITY HALL CITY HALL CITY HALL CITY HALL COUNCIL CITY HALL COUNCIL DESCRIPTION AIR COOL SCREW CHILLER COMPUTER ROOM UNIT (CUl) CONDENSER (CU2) AIR HANDLER (AHl) AIR HANDLER (AH2) AIR HANDLER (AH3) AIR HANDLER (AH4) AIR HANDLER (AH5) FAN COIL EXHAUST FAN #1 EXHAUST FAN #2 EXHAUST FAN #4 EXHAUST FAN #5 EXHAUST FAN #7 EXHAUST FAN #8 EXHAUST FAN #9 EXHAUST FAN #10 EXHAUST FAN #11 EXHAUST FAN #12 EXHAUST FAN #14 EXHAUST FAN EXHAUST FAN EXHAUST FAN WATER BOILER BOILER PUMP BOILER PUMP CHILLER PUMP CHILLER PUMP SPLIT SYSTEM-NORTH SPLIT SYSTEM-CENTER MAKE MODEL MCQUAY AGS160CH27-ER10 LIEBERT VH114A-AAES LIEBERT MMD96E-AHEHO MCQUAY RAH047CSY MCQUAY RAH047CSY MCQUAY RAH047CSY MCQUAY RAH047CSY MCQUAY RDS800CLY DATA-AIRE DAAU-16 GREEN HECK 135ACE-B GREEN HECK 135ACE-B GREEN HECK 90C15DH GREEN HECK 135ACE-B GREEN HECK 135ACE-B GREENHECK 80ACE-B GREENHECK GREENHECK GREEN HECK GREEN HECK GREEN HECK GREEN HECK SP-252 GREEN HECK SP-228 GREEN HECK G075 RAYPAK H9-1802 ARMSTRONG 3X15X13 4030 ARMSTRONG 3X15X13 4030 ARMSTRONG 4X3X115 4030 ARMSTRONG 4X3X115 4030 MITSUBISHI PUYA18NHA MITSUBISHI PUYA30NHA HVACINVENTORY City Hall SERIAL# STN U070200021 445208-001 0333N81314 FB0U03070145602 FBOU03070144502 FB0U0307145702 FBOUO3070145902 FB0U030701444400 (2)5VX 450 2418093 2408093 4402603 2408093 24190903 24190903 308210918 C484091 C484090 C482782 C482781 68U01671D 67U00734D LOCATION MECHANICAL PAD CITY HALL CITY HALL CITY HALL CITY HALL CITY HALL CITY HALL COUNCILCHAMBERS CITY HALL ROOFTOP CITY HALL ROOFTOP CITY HALL ROOFTOP CITY HALL ROOFTOP CITY HALL ROOFTOP CITY HALL ROOFTOP CITY HALL ROOFTOP COUNCIL ROOFTOP COUNCIL ROOFTOP COUNCIL ROOFTOP COUNCIL ROOFTOP MECHANICAL PAD MECHANICAL PAD MECHANICAL PAD MECHANICAL PAD MECHANICAL PAD CITY VEHICLE PARKING CITY VEHICLE PARKING ATTACHMENT 1 CONTROLS AGE LIFE EXPECTANCY FILTERS TAC/Vista Lonworks, Xenta 1 YR 19 YRS 2) 20 X 24 X 4 2) 6 YRS 12-14 YRS 16 X 20 X 4 6 YRS 12-14 YRS 2) 20 X 25 X 4 21) 16 X 25 X 2 6 YRS 12-14 YRS 7) 16 X 20 X 4 21) 16 X 25 X 2 6 YRS 12-14 YRS 7) 16 X 20 X 4 21) 16 X 25 X 2 6 YRS 12-14 YRS 7) 16 X 20 X 4 21) 16 X 25 X 2 6 YRS 12-14 YRS 7) 16 X 20 X 4 21) 16 X 25 X 2 6 YRS 12-14 YRS 7) 16 X 20 X 4 6 YRS 12-14 YRS 6 YRS 12-14 YRS 6 YRS 12-14 YRS 6 YRS 12-14 YRS 6 YRS 12-14 YRS 6 YRS 12-14 YRS 6 YRS 12-14 YRS 6 YRS 12-14 YRS 6 YRS 12-14 YRS 6 YRS 12-14 YRS 6 YRS 12-14 YRS 6 YRS 12-14 YRS 6 YRS 12-14 YRS 6 YRS 12-14 YRS 6 YRS 12-14 YRS 6 YRS 12-14 YRS 6 YRS 12-14 YRS 6 YRS 12-14 YRS 6 YRS 12-14 YRS 1) 10 X 36 X 1 June 1, 2021, Item #6w 00 0 ...., en IJ1 LOCATION CITY HALL COUNCIL CITY HALL RM.3052 CITY HALL CITY HALL COUNCIL CITY HALL CITY HALL CITYHALL DESCRIPTION MAKE SPLIT SYSTEM SOUTH MITSUBISHI SPLIT SYSTEM E.0 .C. RM FUJITSU INLINE FILTERS-5 INLINE FILTER VALVES -24 BYPASS FILTER BYPASS FILTER MODEL PUYA30NHA A0U12CQ HVACINVENTORY City Hall SERIAL# 65U05137C BDN028967 ATTACHMENT 1 LOCATION CONTROLS AGE LIFE EXPECTANCY FILTERS CITY VEHICLE PARKING CITY HALL ROOFTOP CITY HALL 1ST & 2ND FL CITY HALL MECHANICAL PAD June 1, 2021, Item #6w \0 0 """' en u, DESCRIPTION 2.5 TON PACKAGE UNIT HEAT PUMP PACKAGE UNIT HEAT PUMP PACKAGE UNIT 5 TON PACKAGE UNIT GAS/ ELECTRIC 5 TON PKG HEAT PUMP 2 TON PKG HEAT PUMP 3 TON PACKAGE UNIT GAS/ ELECTRIC 5 TON PKG HEAT PUMP 3 TON PACKAGE UNIT GAS/ ELECTRIC 2.5 TON PACKAGE UNIT 2.5 TON PACKAGE UNIT 2.5 TON PACKAGE UNIT 5 TON PACKAGE UNIT GAS/ ELECTRIC EXHAUST FAN FOR OVEN KIT. HOOD MAKE UP EXHAUST FAN-KITCHEN EXHAUST FAN-FRONT EXHAUST FAN KILN RM. MAKE MODEL CARRIER 48HLTO6O300 GOETTL HP605Jl-3 GOEHL HP605Jl-3 CARRIER 48SS060080531-AA CARRIER 50YQ060310 CARRIER 50YQ024310 YORK DINA036N036 YORK B1HA060A25B I.C.P. PGAD36D1H GOETTL HP605Jl-3 AMANA P67221-9C GOETLL HP605Jl-3 CARRIER 48SS-06000X531 GREENCHECK CUBE-160HP-10-G ARES DE-1AA2E GREENCHECK 3L180 GREENCHECK 4L180 GREENCHECK 2L180 HVACINVENTORY Mickev Caf SERIAL# 4789C22077 067226113 06226119 4895G80231 W419309 5414032 NAGM007204 NAHM004572 LO13972615 6226113 1C6505 6226119 4895G90 00G04950 A-3815 LOCATION ROOF UNIT#1 ROOF TOP ROOF TOP ROOFTUNI #2 ROOF UNIT #3 ROOF UNIT #4 ROOF UNIT #5 ROOF UNIT #6 ROOF UNIT #7 ROOF UNIT #8 ROOF UNIT #9 ROOF UNIT #10 ROOF UNIT #13 ROOF TOP ROOF TOP ROOF TOP ROOF TOP ROOF TOP ATTACHMENT 1 INSTALL DATE AGE LIFE EXPECTANCY FILTERS 1985 20+ YRS 0YRS 1) 14 X 30 X 1 2007 1 YR 17-19 YRS 2) 16 X 20 X 1 2007 1 YR 17-19 YRS 2) 16 X 20 X 1 1996 12 YRS 6-8 YRS 1) 16 X 25 X 1 ~1985 20+ YRS 0YRS 1) 16 X 30 X 1 ~1985 20+ YRS 0YRS 1) 18 X 25 X 1 1997 11 YRS 7-9 YRS 1) 18 X 20 X 1 1997 11 YRS 7-9 YRS 2) 18 X 25 X 1 2001 7YRS 11-13 YRS 1) 16 X 20 X 1 2) 20 X 24 X 1 2) 16 X 20 X 1 2) 16 X 20 X 1 1996 12 YRS 6-8 YRS 2) 16 X 20 X 1 June 1, 2021, Item #6.i::i,. 0 0 "'ft O'\ u, DESCRIPTION E.F. #1 WOMENS LR. E.F. #2 WOMENS LR. E.F. #3 WOMENS LR. E.F. #4 WOMENS LR. E.F. #5 WOMENS LR. E.F. #6 LOBBY E.F. #7 OFFICES E.F. #8 MENS LR. E.F. # 9 MENS LR. E.F. #9 MENS LR. E.F. #10 MENS LR. E.F. #11 MENS LR E.F. #12 MENS LR. DUCTLESS SPLIT SYSTEM MAKE MODEL GREENCHECK GREENCHECK GREENCHECK GREENCHECK GREENCHECK GREENCHECK GREENCHECK GREE NCH ECK GREE NCH ECK GREE NCH ECK GREENCHECK GREENCHECK GREENCHECK FUGITSU AOU12RQ HVACINVENTORY Swimming Pool SERIAL# N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A N/A LOCATION BPN008405 1ST AID STATION ROOF INSTALL DATE ROOFTOP ROOFTOP ROOFTOP ROOFTOP ROOFTOP ROOFTOP ROOFTOP ROOFTOP ROOFTOP ROOFTOP ROOFTOP ROOFTOP ROOFTOP 2008 ATTACHMENT 1 LIFE AGE EXPECTANCY FILTERS 2YEARS 18 YEARS 2) 24 X 24 X 1 June 1, 2021, Item #6~ ~ 0 .... O'I u, DESCRIPTION PACKAGE UNIT DUCTLESS SPLIT SYSTEM PACKAGE UNIT E.F.#2 AUD. BATH ROMS E.F.#3 E.F.#1 ADMIN. OFFICE MAKE MODEL CARRIER 48TJD024 FUGITSU AOU18RLQ TRANE YCC036F3LOBD DAYTON 4YC686 NOT IN SERVICE NOT IN SERVICE HVACINVENTORY Community Park SERIAL# LOCATION 3893F66791 ROOFTOP GWN004283 CREW SHED ROOF M1721L51H ROOFTOP 11547154 AUDITORIUM ROOF AUDITORIUM ROOF AUDITORIUM ROOF INSTALL DATE 1991 2008 1997 2010 ATTACHMENT 1 AGE LIFE EXPECTANCY FILTERS 4) 20 X 20 X 2 17YRS 1-3 YRS 4) 16 X 20 X 2 11 YRS 9YRS 1) 20 X 25 X 1 June 1, 2021, Item #6~ N 0 """' 0\ u, SITE NAME Water Treatment Plant Water Treatment Plant Water Control Room Water Treatment Plant Water Treatment Plant Water Treatment Plant DESCRIPTION MAKE Package Unit# 1 with gas heat CARRIER Package Unit# 2 with gas heat CARRIER Package Unit# 3 CARRIER Split System# 4 with gas heat CARRIER Split System Fan Coil Fujitsu EXHAUST FAN Cook Type HVACINVENTORY Water Treatment MODEL SERIAL# LOCATION 48HJM004-541 4009610159 Roof Top Factory Curb 48HJE004-531 0896620501 Roof Top Factory Curb 5OHHQ005-601 1696621263 Roof Top Factory Curb Furnace in Fire Riser Room on East side of bldg., condensor pad mounted on 388A006540 4288601823 East side of Bldg. AOU9CO BCN 0021 I.T. Room/ Roof Main Building Roof ATTACHMENT 1 INSTALL DATE AGE LIFE EXPECTANCY FILTERS New 2) 16 X 25 X 2 1996 12 YEARS 6-8 YEARS 2) 16 X 25 X 2 1996 12 YEARS 6-8 YEARS 2) 16 X 25 X 2 2) 20 X 24 X 1 1988 18 YEARS 0-2 YEARS 2) 20 X 25 X 1 New June 1, 2021, Item #6~ w 0 -ti en u, SITE NAME Water Pump Room Operations Admin. Bldg. Operations Adm in. Bldg. Operations Admin. Bldg. Operations Admin. Bldg. Operations Admin. Bldg. Operations Admin. Bldg. Operations Bldg. Operations Bldg. Operations Bldg. Operations Bldg. Operations Bldg. Operations Bldg. Operations Vehicle Storage Fleet Maintenance DESCRIPTION MAKE Split System AC Package Unit# 1 w/ Gas Heat YORK Package Unit# 2 w/ Gas Heat YORK Package Unit# 3 w/ Gas Heat YORK Split System Carrier Lavatory Exhaust Fans (2) Exhaust Fan Package Unit# 2 w/Gas Heat BDP Package Unit# 1 w/ Gas Heat York Exhaust Fan Cook Type Exhaust fan Dayton Ceiling Hung Heaters (not used) Exhaust Fan Package Unit w/ Gas Heat ArcoAire DAY & NIGHT/ Split System/ Gas Heat Payne MODEL Cond:561CJ048-0 D6CG060N07925DKC D6CG060N07925DKC D6CG060N07925DKC HVACINVENTORY Public Works Operations SERIAL# CONTROLS Cond:005E06056 Jace/Viconic T-stats NCFM031982 Jace/Viconic T-stats NCFM031981 Jace/Viconic T-stats Condensor: 38BRC018--310 Condensor:4605E27511 -F.C:F848NF918 F.C:1005A86538 581AEV060074AAAA 3794G20652 01NA036N05646C NKGM123534 PGF330060K01 G0817507517 Cond:PA10JA962-C Cond:1604E05416 ATTACHMENT 1 INSTALL LIFE LOCATION DATE AGE EXPECTANCY FILTERS Operations Yard, Pump Bldg. 1) 14 X 20 X 2 1) 16 X 20 X 2 Roof Top Factory Curb 1) 14 X 30 X 2 2) 14 X 20 X 2 Roof Top Factory Curb 1) 14 X 30 X 2 2) 14 X 20 X 2 Roof Top Factory Curb 1) 14 X 30 X 2 Ceiling/ RoofTop Pad 14 X 21 X 1 Mens/ Womens Lav. HVAC Well thru wall RoofTop 2) 16 X 25 X 2 RoofTop 20 X 20 X 2 RoofTop West wall, thru wall Meter Shop (equip. not used) Women's Restroom Roof top unit, 2.STons New 2) 16 X 25 X 1 Elec. Room/ Pad Mount 25 X 25 X 1 June 1, 2021, Item #6~ ~ 0 ..... O'\ U'I DESCRIPTION TOWER CHILLER SPLIT SYSTEM (CU4/AH3) AIR HANDLER (AHl) AIR HANDLER (AH2) AIR HANDLER (AH4) AIR HANDLER (AH5) VAV boxes 1 thru 8 AIR HANDLER (AH6)/Condensing Unit AIR HANDLER(AH7) Fan Coil #6 FAN COIL #7/ Condensing unit FAN COIL#8 FAN COIL#5 FAN COIL#9 FAN COIL#4 FAN COIL#2 FAN COIL#l0 FAN COIL#3 FAN COIL#l FAN COIL#13 Fan Coil #12 1st Floor Restrooms EF# 1 Dressing Room EF# 2 MAKE BAC MCQUAY MCQUAY MCQUAY (SNY. GEN.) MCQUAY MCQUAY MCQUAY MCQUAY/ Arcoaire MCQUAY McQuay MCQUAY/ Arcoaire MCQUAY MCQUAY MCQUAY MCQUAY MCQUAY MCQUAY MCQUAY MCQUAY MCQUAY MCQUAY Green heck Green heck MODEL 15245W PEH063 CU4: ALP027C AH3: PCC-10 RDS800BY 41J/ LYF141DH RDS804BY 318 LSL137DH CU: M4A33OAKC200 CU: M4A324AKA200 93605 92505 93605 9X2505 9X36X05 93605 92505 9X36X05 LB 14-4 LD-70-G HVACINVENTORY Performing Arts Center SERIAL# LOCATION 97224811 Tower Enclosure, West Elev. 5UM0102300 Chiller Room West Elev. CU4: 5ZB8505801 AH4: 3UL00681-06 Located on middle West Roof. Fan Coil Rm. 1 on North Ext. 3UL00054-04 Elevation 3UL00680-06 Located on middle West Roof. 3UL00399-04 Mechanical Room on 2nd floor 3UK00421-04 Mechanical Room on 2nd floor CU: E091009666 Lower west roof. In Ceiling space at backstage double doors. Ceiling space in hallway Ceiling Space outside CU: E083105899 foundation office/ Rooftop Ceiling space in hallway Ceiling space in hallway Ceiling space in hallway Ceiling space in hallway Ceiling space in hallway Ceiling space in hallway Ceiling space in hallway Ceiling space in hallway Ceiling space in hallway A/V Room in Ceiling Space Roof Mounted accessed from 2nd floor elec. Rm. Roof Mounted accessed from 2nd floor elec. Rm. ATTACHMENT 1 INSTALL LIFE COMMENTS DATE AGE EXPECTANCY FILTERS Tac controls 1997 11 YRS 4-5 YRS Tac controls 1992 16 YRS 2-5 YRS TAC controls, automatic switchover to 15) 16 X 25 X 2 CU4 when Chiller is unsche. 1992 16 YRS 2-4 YRS 5)16x20x2 19,000 CFM cooling only. TAC control 1992 16 YRS 2-4 YRS 24) 20 X 20 X 2 21) 16 X 25 X 2 14,000CFM, TAC controls 1992 16 YRS 2-4 YRS 7) 16 X 20 X 2 20) 20 X 20 X 2 17,320CFM, TAC controls 1992 16 YRS 2-4 YRS 4) 16x 20x 2 4) 20 X 25 X 2 6,350CFM, TAC controls 1992 16 YRS 2-4 YRS 4) 16 X 25 X 2 1,000CFM, TAC controls, automatic switchover to separate condensing unit. 1992 16 YRS 2-4 YRS 2) 16 X 20 X 2 2,700CFM, TAC controls 1992 16 YRS 2-4 YRS 2) 20 X 25 X 2 300CFM, TAC controls 9 X 27 X 1/2 600CFM, TAC controls, automatic switchover to CU when Chiller is unsche. 1992 16 YRS 2-4 YRS 10 X 42 X 1/2 600CFM, TAC controls 1992 16 YRS 2-4 YRS 9 X 42 X 1/2 300CFM, TAC controls 1992 16 YRS 2-4 YRS 9 X 27 X 1/2 600CFM, TAC controls 1992 16 YRS 2-4 YRS 9 X 36 X 1/2 300CFM, TAC controls 1992 16 YRS 2-4 YRS 9 X 25 X 1/2 600CFM, TAC controls 1992 16 YRS 2-4 YRS 9 X 36 X 1/2 600CFM, TAC controls 1992 16 YRS 2-4 YRS 9 X 42 X 1/2 600CFM, TAC controls 1992 16 YRS 2-4 YRS 9 X 25 X 1/2 600CFM, TAC controls 1992 16 YRS 2-4 YRS 9 X 36 X 1/2 300CFM, TAC controls 1992 16 YRS 2-4 YRS 9 X 25 X 1/2 600CFM, TAC controls 9 X 36 X 1/2 1200CFM, TAC Controls 150CFM, TAC Controls June 1, 2021, Item #6~ U"I 0 -ti 0\ U"I DESCRIPTION Dressing Room EF# 3 Dressing Room EF# 4 Dressing Room EF# 5 Toilet EF# 6 Toilet EF# 7 Locker Room EF# 8 Restroom EF# 9 Restroom EF# 10 Restroom EF# 11 Restroom EF# 12 Restroom EF# 13 Supply Fan 1 (supply air for fan coils) Supply Fan 2 (supply air for main electric room) AH-5 Variable Air Volume Boxes 1 thru 8 with reheat coils Front Office Condensing Unit# 1 Front Office Condensing Unit# 2 Front Office Condensing Unit# 3 BOILER PUMP CHILL WATER PUMP HOT WATER AC-1 Prepackage AC MAKE MODEL Green heck LD-70-G Green heck LD-65_G Green heck LD-65_G Green heck LD-65_G Green heck LD-60-E Green heck LD-70-E Green heck LB-10-4 Green heck LB-14-4 Green heck LB-14-4 Green heck LB-14-4 Green heck LB-10-4 Green heck RSF-10 Green heck CSP-15 Trane Carrier 38QRO18C300 Carrier 38QRO18C300 Carrier 38QRO18C300 RITE BOILER 2.Smbh/hr. BTU input 250WG Armstrong 4030 Armstrong 4030 Carrier RHS120LOCAOAAA HVACINVENTORY Performing Arts Center SERIAL# LOCATION Roof Mounted accessed from 2nd floor elec. Rm. Roof Mounted accessed from 2nd floor elec. Rm. Roof Mounted accessed from 2nd floor elec. Rm . Roof Mounted accessed from 2nd floor elec. Rm . Roof Mounted Roof Mounted Roof Mounted accessed from Upper Jan. Rm. Roof Mounted accessed from Upper Jan. Rm. Roof Mounted accessed from Upper Jan. Rm. Roof Mounted accessed from Upper Jan. Rm. Roof Mounted accessed from Upper Jan. Rm. Roof Mounted accessed from 2nd floor elec. Rm. In line Duct fan Ceiling Space Roof top, accessed from main roof ladder. Roof top, accessed from main roof ladder. Roof top, accessed from main roof ladder. 8921647 Boiler Room/ West Elev. 150265 Boiler Room/ West Elev. 150267 Boiler Room/ West Elev. South Roof accessed from 2nd G101040658 floor electric room. ATTACHMENT 1 INSTALL LIFE COMMENTS DATE AGE EXPECTANCY FILTERS 150CFM, TAC Controls lO0CFM, TAC Controls lO0CFM, TAC Controls l00CFM, TAC Controls 75CFM, TAC Controls 150CFM, TAC Controls 450CFM, TAC Controls 1100CFM, TAC Controls lO00CFM, TAC Contois 950CFM, TAC Contois 450CFM, TAC Controls 1775CFM, TAC Controls 2050CFM, TAC Controls Hot Water Valve, Motorized Air Damper, TAC Controls TAC Controls TAC Controls TAC Controls TAC controls. With accessories, expansion tank, mixing valve. TAC controls 160 gpm, 5hp Dayton motor TAC controls 4) 20 X 20 X 2 June 1, 2021, Item #6.s:i,. en 0 """ en U"I DESCRIPTION 1-3 TON WAU UNIT 1-3 TON WALL UNIT MAKE MODEL WALL KING WY033KCRHB0S SUNARL ACVSG241100 HVACINVENTORY Material Handling Yard SERIAL LOCATION 83HV01 CREW LOUNGE A8901780 RECORDS STORAGE ATTACHMENT 1 LIFE INSTALL DATE AGE EXPECTANCY FILTERS 1) 16 X 30 X 2 1) 14 X 25 X 2 June 1, 2021, Item #6.,:.. ..... 0 .... 0\ u, DESCRIPTION RTU#l RTU #2 RTU #3 RTU #4 RTU #5 RTU#6 EXHAUST FAN EXHAUST FAN EXHAUST FAN EXHAUST FAN EXHAUST FAN EXHAUST FAN MAKE MODEL# SERIAL# TRANE YCH151C4LFAA M42100696D TRANE YCH181C4LFAA M41102754D TRANE YCH181C4LFAA M41102755D TRANE YCH086C4LFBE M42100546D TRANE YCD049C4LFBE M42100525D TRANE YCD121C4LFAA M42100665D HVACINVENTORY Lib LOCATION CONTROLS ROOF Trane Tracker ROOF ROOF ROOF ROOF ROOF ROOF ROOF ROOF ROOF ROOF ROOF INSTALL DATE 1997 11 YRS 1997 11 YRS 1997 11 YRS 1997 11 YRS 1997 11 YRS 1997 11 YRS 1997 11 YRS 1997 11 YRS 1997 11 YRS 1997 11 YRS 1997 11 YRS 1997 11 YRS ATTACHMENT 1 AGE LIFE EXPECTANCY FILTERS 2) 20 X 20 X 2 2) 20 X 25 X 2 2) 12 X 24 X 2 2) 24x 24 X 2 2) 24 X 24 X 12 7-9 YRS 2) 12 X 24 X 2 4) 24 X 24 X 2 4) 24x 24 X 12 7-9 YRS 8) 20 X 25 X 2 4) 24 X 24 X 2 4) 24X 24 X 12 7-9 YRS 8) 25 X 25 X 2 1) 20 X 25 X 2 1) 25 X 25 X 2 7-9 YRS 3) 16 X 25 X 2 1) 20 X 25 X 2 1) 25 X 25 X 2 7-9 YRS 3) 16 X 25 X 2 4) 20 X 25 X 2 7-9 YRS 2) 20 X 22 X 2 7-9 YRS 7-9 YRS 7-9 YRS 7-9 YRS 7-9 YRS 7-9 YRS June 1, 2021, Item #6.,:a. 00 0 .... 0\ u, SITE NAME 1-OLD POWAY PRK FAC 2-OLD POWAY PRK FAC 3-0LD POWAY PRK FAC 4-OLD POWAY PRK FAC 5-0LD POWAY PRK FAC OLD POWAY PRK FAC TEMPLARS HALL OLD POWAY PRK FAC TEMPLARS HALL OLD POWAY PRK FAC NELSON HOUSE OLD POWAY PRK FAC TRAIN DEPOT OLD POWAY PRK FAC OFFICE 1 OLD POWAY PRK FAC OFFICE 2 OLD POWAY PRK FAC OFFICE 3 OLD POWAY PRK FAC OFFICE 4 OLD POWAY PRK FAC OLD POWAY PRK FAC OLD POWAY PRK FAC OLD POWAY PRK TRAIN DEPOT DESCRIPTION MAKE 5 TON PACKAGE UNIT GAS/ ELECTRIC RHEEM 2.5 TON ROOFTOP UNIT NEW CARRIER 2.5 TON ROOFTOP UNIT NEW CARRIER 3 TON PKG HEAT PUMP ARMSTRONG 5 TON PACKAGE UNIT GAS/ ELECTRIC RHEEM 5 TON SPLIT SYSTEM PAYNE 5 TON SPLIT SYSTEM CARRIER 3.5 TON SPLIT SYSTEM CARRIER 2.5 TON SPLIT SYSTEM TRANE 2.5 TON SPLIT SYSTEM RHEEM 2 TON PKG HEAT PUMP RHEEM 3 TON SPLIT SYSTEM RHEEM 2 TON PACKAGE UNIT RHEEM EXHAUST FAN EXHAUST FAN EXHAUST FAN SPLIT SYSTEM CARRIER HVACINVENTORY Old Poway Park MODEL# SERIAL# RKKAA060JK10 1X5642ADAAF4997 48XPN060115311 0308621216 48XPN060115311 N.A. PHP10B36DA 1602H10052 RRGG10N60JKR AYA4502A PH10JA060-B 1203E04357 38YCA060300 0294E02541 UNREADABLE TWD7133100J2 E30295965 RPFC-048JAS 4398 M3790 RPND-024J 4554 F3891 RPND-036J 4511 F2991 NO ID. TAG 38QRR018-301 0509X91798 ATTACHMENT 1 LOCATION INSTALL DATE AGE LIFE EXPECTANCY Filters ROOF 1998 lOYRS 8-10 YRS 2) 16 X 25 X 2 HAM. FAC ROOF 2-4 YRS 16-18 YRS 3) 12 X 24 X 1 HAM.FAC ROOF 2-4 YRS 16-18 YRS 3)12x24xl ROOFTOP 2002 6 YRS 12-14 YRS 1) 20 X 30 X 1 ROOFTOP 1990 18 YRS 0-2 YRS 1) 20 X 30 X 1 WEST 2003 5 YRS 13-15 YRS 2) 12 X 20 X 1 EAST 1995 13 YRS 5-7 YRS 2) 12 X 20 X 1 ~1995 13 YRS 5-7 YRS 1) 16 X 20 X 1 1) 20 X 25 X 1 1990 18 YRS 0-2 YRS 1) 12 X 24 X 1 1991 17 YRS 0-3 YRS 1) 16 X 20 X 1 1991 17 YRS 0-3 YRS 1) 16 X 20 X 1 ADMIN OFFICE WEST 1) 20 X 20 X 1 ROOF ROOF ROOF TRAIN DEPOT Dec-09 1) 16 X 20 X 1 June 1, 2021, Item #6HVACINVENTORY Aubrey Park ATTACHMENT 1 ~ DESCRIPTION MAKE MODEL# SERIAL# LOCATION INSTALL DATE AGE LIFE EXPECTANCY FILTERS ~ OUTSIDE WALL MOUNT BARD HA702A1SBPXXXJ 264F062191027-02 PARK CONCESSION 2002 1) 16 x 30 x 2 en u, June 1, 2021, Item #6u, 0 0 ~ °' u, DESCRIPTION OUTSIDE WALL MOUNT OUTSIDE WALL MOUNT MAKE MODEL BARD #1 WH361-A0SXX4XXX BARD #2 WH361-A0SXX4XXX HVACINVENTORY Kumeyaay SERIAL LOCATION 125P072445215-02 NORTH SIDE OF BLDG. 125P072445215-02 NORTH SIDE OF BLDG. INSTALL DATE 2002 2002 ATTACHMENT 1 AGE LIFE EXPECTANCY FILTERS 1) 16 X 30 X 2 1) 16 X 30 X 2 June 1, 2021, Item #6U"I ..a. 0 -ft O'\ U"I SITE NAME Lake Poway Entry Booth Lake Poway Entry Booth LP. Crew Maintenance LP. Crew Maintenance LP. Crew Maintenance LP. Community Services LP. Community Services LP. Community Services LP. Community Services LP. Concessions LP. Concessions LP. Concessions LP. Concessions LP. Concessions LP. Pavillion DESCRIPTION MAKE Wall Mounted HVAC Amana Lavatory Exhaust fan Window Mounted HVAC Fedders Window Mounted HVAC Frigidaire Wall Mounted HVAC Fedders HEAT PUMP PACKAGE UNIT Bard HEAT PUMP PACKAGE UNIT Bard HEAT PUMP PACKAGE UNIT Bard (2) Lavatory Exhaust fans SPLIT SYSTEM HVAC RHEEM Grease Hood M.A.U. 1-1/2 H.P. Grease Hood E.F. (2) Lavatory Exhaust fans Split System/ Heat Pump HVACINVENTORY Lake Poway Park MODEL# SERIAL# MH 361-A05XX4XXX 1250082488367-02 MH 361-A05XX4XXX 1250082488365-02 MH 361-A05XX4XXX 125A082448265-02 4394-M0590 6320 Fan Coil: FK40NF002 Condensor:25 H BR336A310 F.C: 3306A89595 LOCATION Entry Booth Ceiling Mounted Trails Office Landscape Lead Office Crew Lounge Exterior Wall Mounted Exterior Wall Mounted Exterior Wall Mounted Ceiling Mounted Ceiling/Pad Mount Ceiling Space Roof Top Curb Restroom Ceiling Mounted Ceiling/Pad Mount ATTACHMENT 1 LIFE INSTALL DATE AGE EXPECTANCY FILTERS New 29 1/4 X 15 1/2 X 1 29 1/4 X 15 1/2 X 1 29 1/4 X 15 1/2 X 1 20 X 25 X 1 2007 18 X 24 X 2 June 1, 2021, Item #6U'I N 0 """ 0\ U'I DESCRIPTION PACKAGE UNIT #1 PACKAGE UNIT #2 PACKAGE UNIT #3 PACKAGE UNIT #4 PACKAGE UNIT #5 PACKAGE UNIT #6 EXHAUST FAN EXHAUST FAN MAKE MODEL# CARRIER 1P48NHT060-5BE BDP 581APV060074AAA CARRIER 581APV060074AAAA CARRIER 48SB-0600805 BOP 581APV060074AAAA BDP 589ANW024040ABBD HVACINVENTORY Fire Station 1 SERIAL# LOCATION 52094C64859 ROOF 3594620607 ROOF 2994G20762 ROOF S3292C89928 ROOF 2994620769 ROOF 4094G10436 ROOF INSTALL DATE 1994 1994 1994 1992 1994 1994 ATTACHMENT 1 AGE LIFE EXPECTANCY FILTERS 14 YEARS 4-6 YEARS 1) 25 X 25 X 1 14 YEARS 4-6 YEARS 2) 16 X 25 X 2 14 YEARS 4-6 YEARS 2) 16 X 25 X 2 16 YEARS 2-4 YEARS 1) 20 X 20 X 1 14 YEARS 4-6 YEARS 2) 16 X 25 X 2 14 YEARS 4-6 YEARS 1) 16 X 20 X 2 June 1, 2021, Item #6u, w 0 ~ CJ'\ u, DESCRIPTION Split System FURNACE #2/EVAP Split System FURNACE #1/EVAP CONDENSER #2 CONDENSER #1 Apparatus Bay Exhaust Fan Restroom Exhaust Fan Shower Exhaust Fan MAKE MODEL# SERIAL# Day & Night G B3AA V048095AF JA 4495A14274 Day & Night G B3AAV048095AFJA 4795A11073 BOP 563CNX042-A 3695E00373 BOP 563CNX042-A 3695E00450 HVACINVENTORY Fire Station 2 LOCATION In Ceiling Space accessed from attic ladder in Main Hall. In Ceiling Space accessed from attic ladder in Main Hall. On cone. Pad on South side of Bldg. On cone. Pad on South side of Bldg. Wall mounted on South side of bldg. Ceiling Mounted in Restroom Ceiling Mounted in Shower INSTALL DATE 1995 1995 1995 1995 ATTACHMENT 1 AGE LIFE EXPECTANCY FILTERS 13 YEARS 5-7 YEARS 16 X 20 X 1 13 YEARS 5-7 YEARS 16 X 20 X 1 13 YEARS 5-7 YEARS 13 YEARS 5-7 YEARS June 1, 2021, Item #6u, .,::. 0 """' °' u, DESCRIPTION SPLIT SYSTEM Heat Pump# 1/ Fan Coil# 1 SPLIT SYSTEM Heat Pump# 2/ Fan Coil# 2 SPLIT SYSTEM Heat Pump# 3/ Fan Coil# 3 SPLIT SYSTEM Heat Pump# 4/ Fan Coil# 4 SPLIT SYSTEM Heat Pump# 5/ Fan Coil# 5 Zone Dampers 1 thru 14 BD-1 Grill HD-1 Office Restroom E.F.# 1 Office Restroom E.F.# 2 Apparatus Restroom E.F.# 3 Battery Rm. E.F.# 4 Laundry E.F.# 5 Turnout E.F.# 6 Kitchen Hood E.F.# 7 Restroom E.F.# 8 Restroom E.F.# 9 Restroom E.F.# 10 Restroom E.F.# 11 Restroom E.F.# 12 Restroom E.F.# 13 MAKE MODEL# CONDENSOR/AIRHANDLER CARRIER 38QR048CS11 CONDENSOR/AIRHANDLER CARRIER 38QR036521 CONDENSOR/AIRHANDLER CARRIER 38ARQ008501 CONDENSOR/AIRHANDLER CARRIER 38QR036CS21 CONDENSOR/ Al RHAN DLER CARRIER 38QR060C511 Carrier Carrier Cook In Line Cook Centrifugal Cook Centrifugal Cook Centrifugal GC-160 Cook Centrifugal GC-140 Cook Centrifugal GC-420 Cook Centrifugal GC-720 Cook Centrifugal GN-520 Cook Centrifugal GC-160 Cook Centrifugal GC-160 Cook Centrifugal GC-160 Cook Centrifugal GC-160 Cook Centrifugal GC-160 Cook Centrifugal GC-160 HVACINVENTORY Fire Station 3 SERIAL# LOCATION 0904X81703/ Attic Space above Restrooms, pad on 0904X81701 South side of bldg. Located in Ceiling Space East of Gym, 1704X86432 pad on South side of Bldg. Ceiling Space in Hallway to Kitchen, Pad 2704620070 on South side of Bldg. In ceiling Space above offices, Pad on South side of bldg. In Ceiling space above Classroom, pad on South side of Bldg. Located in ceiling space. Located in Ceiling Space Duct Mounted. Ceiling Mounted Ceiling Mounted Ceiling Mounted in Restroom Ceiling Mounted in Battery Rm. Ceiling Mounted in Laundry Mounted in Ceiling Space Ceiling Space in Kitchen Ceiling Mounted Ceiling Mounted Ceiling Mounted Ceiling Mounted Ceiling Mounted Ceiling Mounted ATTACHMENT 1 LIFE INSTALL DATE AGE EXPECTANCY FILTERS 3520CFM 2004 4 YRS 14-16 YRS 4) 16 X 24 X 2 1200CFM 2004 4 YRS 14-16 YRS 20 X 20 X 1 2900CFM 2004 4 YRS 14-16 YRS 4) 16 X 24 X 2 1200CFM 2004 4 YRS 14-16 YRS 20 X 24 X 1 1920CFM 2004 4 YRS 14-16 YRS 22 X 20 X 1 Zone dampers controlled by Carrier Zone Controller Bypass Damper controlled by Carrier Bypass Controller 2004 4 YRS 14-16 YRS 120CFM 120CFM 120CFM 2004 4 YRS 14-16 YRS l00CFM 2004 4 YRS 14-16 YRS 260CFM 2004 4 YRS 14-16 YRS 600CFM 2004 4 YRS 14-16 YRS 330CFM 2004 4 YRS 14-16 YRS 170CFM 2004 4 YRS 14-16 YRS 170CFM 2004 4 YRS 14-16 YRS 170CFM 2004 4 YRS 14-16 YRS 170CFM 2004 4 YRS 14-16 YRS 170CFM 2004 4 YRS 14-16 YRS 170CFM 2004 4 YRS 14-16 YRS June 1, 2021, Item #6VI VI 0 .... en VI DESCRIPTION Janitor Room E.F.# 14 Attic E.F.# 15 Attic E.F.# 16 Workshop E.F.# 17 Attic E.F.# 18 Attic E.F.# 19 Compressor E.F.# 20 Electric Room E.F.# 21 Generator Room E.F.# 22 Unit Heater# 1 Unit Heater# 2 CO2 CONTROLELR MAKE Cook Centrifugal GN-160 Cook Centrifugal 225-SQN-B Cook Centrifugal 225-SQN-B Cook Centrifugal GC-720 Cook In-Line DB-15 Cook In Line DB-10 Cook In Line 70TCN-B Cook Centrifugal GC-720 Cook In Line DBX-15 REZNOR UDAS-400 REZNOR UDAS-400 MODEL# HVACINVENTORY Fire Station 3 SERIAL# LOCATION Ceiling Mounted Attic Space in Apparatus Bay Attic Space in Apparatus Bay Ceiling Space above workshop Ceiling Space in Media Room Ceiling space above Classroom Ceiling Space above Compressor Rm. Ceiling Space above Elec. Rm. In Duct above generator Wall Mounted in Apparatus Bay Wall Mounted in Apparatus Bay 170CFM S000CFM, Need lift to access S000CFM, Need lift to access S00CFM 2000CFM lO00CFM 240CFM S0OCFM 3500CFM ATTACHMENT 1 LIFE INSTALL DATE AGE EXPECTANCY FILTERS 2004 4 YRS 14-16 YRS 2004 4 YRS 14-16 YRS 2004 4 YRS 14-16 YRS 2004 4 YRS 14-16 YRS 2004 4 YRS 14-16 YRS 2004 4 YRS 14-16 YRS 2004 4 YRS 14-16 YRS 2004 4 YRS 14-16 YRS 2004 4 YRS 14-16 YRS 2004 4 YRS 14-16 YRS June 1, 2021, Item #6ATTACHMENT 2 BID ITEM: HVAC MAINTENANCE FEE PROPOSALS Note: Total proposal prices include service costs for entire fiscal year. PROPOSAL TABLE -DIVISION I HVAC EQUIPMENT REPAIR AND MAINTENANCE PROGRAM (SEE HVAC INVENTORY FOR NUMBER AND DESCRIPTION OF EQUIPMENT) FACILITY LOCATION SECTION A Full Coverage Costs ($) Includes all costs parts and labor for maintenance and repairs City Hall Facility 13325 Civic Center Drive $30,000.00 -Council Chambers 13325 Civic Center Drive $3,226.70 Fire Station #1 13050 Community Road $2 679.14 Fire Station #2 16912 Westling Court $1,173.15 Fire Station #3 14322 Pomerado Road $4,008.21 Community Park Auditorium 13094 Civic Center Drive $4,040.98 --Community Park Pool 13094 Civic Center Drive $1,000.00 Main Building Community Park 1st Aid Building 13094 Civic Center Drive, $500.00 1st Aid Build in~ Community Park Recreation 13094 Civic Center Drive $250.00 Office Community Park Crew Building 13094 Civic Center Drive $250.00 J Community Park Mickey Cafagna 13094 Civic Center Drive $24,535.00 Community Center Performing Arts Center 15498 Espola Road $32,862.87 Poway Public Library 13137 Poway Road $3,550.08 Water Conservation Building 13202 Poway Road N/A Kumeyaay Interpretative Center 13104 lpai Waaypuk Trail $763.00 Old Poway Park Hamburger 14134 Midland Road $988.00 Factory and Museum Old Poway Park Train Depot 14134 Midland Road $988.00 Old Poway Park Train Barn 14134 Midland Road $988.00 Old Poway Park Nelson House 14134 Midland Road $988.00 Old Poway Park Porter House 14134 Midland Road $988.00 Old Poway Park Templar's Hall 14134 Midland Road $988.00 57 of 65 June 1, 2021, Item #6ATTACHMENT 2 FACILITY LOCATION SECTION A Full Coverage Costs ($) Includes all costs parts and labor I for maintenance and reoairs Aubrey Park Girls' Softball 13540 Aubrey Street $1,113.68 Concession, Restroom Public Works Fleet Maintenance 14415 Lake Poway Road $1,113.69 Public Works Operations Center 14445 Lake Poway Road $1,113.69 Public Works Facility 14445 Lake Poway Road $1,113.69 Maintenance Shoo Public Works Pump House 14445 Lake Poway Road $1,113.69 Public Works Ammonia Building 14445 Lake Poway Road $1,113.69 Public Works Camelback Pump 14445 Lake Poway Road $1,113.69 Station Public Works Administration 14467 Lake Poway Road $1,113.69 Treatment Plant Administration 14521 Lake Poway Road $1 113 69 Bldq. Treatment Plant Filter 14521 Lake Poway Road $1,113.69 Control Bldq. Treatment Plant 14521 Lake Poway Road $1,113.69 Chlorine/Chemical Feed Bldg. Lake Poway Entry Station 14644 Lake Poway Road $1 113 69 Lake Poway Community Services 14644 Lake Poway Road $1,113.69 Administration Lake Poway Parks & Landscape 14644 Lake Poway Road $1,113.69 Shoo Lake Poway Pavilion 14644 Lake Poway Road $1,113.69 Lake Poway Concession 14644 Lake Poway Road $1,113.69 Crosthwaite Material Handling 12325 Crosthwaite Circle $1,113.69 Yard Record Storaqe/Lounqe GRAND TOTALS: $133,699.86 58 of 65 June 1, 2021, Item #6PROPOSAL TABLE -DIVISION II (HOURLY RATES) HOURLY REPAIR RATES NOTE: INCLUDE OVERHEAD MONDAY -FRIDAY (7:00 A.M. -6:00 P.M.) One Journeyman HVAC Techs, One 145.00/hr Vehicle $ Two Journeyman HVAC Techs, One Vehicle $ 145.00/hr McQuay Factory Service/City Hall $ 148.00/hr McQuay Factory Service/PCPA $ 148.00/hr 59 of 65 ATTACHMENT 2 AFTER HOURS (6:00 P.M. -7:00 A.M.), WEEKENDS & HOLIDAYS $ 178.00/hr $ 178.00/hr. $ Not aQQlicable $ Not a~~licable June 1, 2021, Item #6PROPOSAL TABLE -DIVISION II HVAC SYSTEM CLEANING PROGRAM FACILITY LOCATION City Hall Facility 13325 Civic Center Drive Council Chambers 13325 Civic Center Drive Fire Station #1 13050 Community Road Fire Station #2 16912 Westling Court Fire Station #3 14322 Pomerado Road Community Park Auditorium 13094 Civic Center Drive Community Park Pool 13094 Civic Center Drive -Main Building Community Park 1st Aid Building 13094 Civic Center Drive -1st Aid Building Community Park Recreation 13094 Civic Center Drive Office Community Park Crew Building 13094 Civic Center Drive Community Park Mickey Cafagna 13094 Civic Center Drive Community Center Performing Arts Center 15498 Espola Road Poway Public Library 13137 Poway Road Water Conservation Building 13202 Poway Road Kumeyaay Interpretative Center 13104 lpai Waaypuk Trail Old Poway Park Hamburger 14134 Midland Road Factory and Museum Old Poway Park Train Depot 14134 Midland Road Old Poway Park Train Barn 14134 Midland Road Old Poway Park Nelson House 14134 Midland Road Old Poway Park Porter House 14134 Midland Road Old Poway Park T emplar's Hall 14134 Midland Road Aubrey Park Girls' Softball 13540 Aubrey Street Concession, Restroom Public Works Fleet Maintenance 14415 Lake Poway Road Public Works Operations Center 14445 Lake Poway Road Public Works Facility 14445 Lake Poway Road Maintenance Shop Public Works Pump House 14445 Lake Poway Road 60 of 65 ATTACHMENT 2 HVAC Equipment Cleaning $29 090.00 !, $4,554.00 $3,192.00 $1,640.00 $8, 158.00 $3,757.00 $2,245.00 $740.00 $598.00 $598.00 $8,020.00 $35 590.00 I $8,020.00 NIA $1,804.00 $3,614.00 $294.00 $287.00 $1,150.00 $1,930.00 $1 760 00 $1,130.00 $1 668.00 $3,080.00 $598.00 --$598.00 June 1, 2021, Item #6ATTACHMENT 2 FACILITY LOCATION HVAC Equipment Cleaning Public Works Ammonia Building 14445 Lake Poway Road $598.00 Public Works Camelback Pump 14445 Lake Poway Road $598.00 Station Public Works Administration 14467 Lake Poway Road $531.00 Treatment Plant Administration 14521 Lake Poway Road $3,105.00 Bldg. Treatment Plant Filer Control 14521 Lake Poway Road $447.00 Bldq. Treatment Plant 14521 Lake Poway Road $447.00 Chlorine/Chemical Feed Bldq. Lake Poway Entry Station 14644 Lake Poway Road $100.00 Lake Poway Community Services 14644 Lake Poway Road $1,680.00 Administration Lake Poway Parks & Landscape 14644 Lake Poway Road $100.00 Shop Lake Poway Pavilion 14644 Lake Poway Road $598.00 Lake Poway Con cession 14644 Lake Poway Road ~900.00 Crosthwaite Material Handling 12325 Crosthwaite Circle-$1,161.00 Yard Record Storage/Lounge GRAND TOTALS: I 37, ?:,t-( 0 . c:,(j 0.5217 Unit Square Foot Price (to be Grand total $ 137,340.00 263,206/= $ used for increases of decreases to contract scope). Total Price of Unit Square Foot Price written in words: One Hundred Thousand thirty seven thousand three hundred and forty dollars 61 of 65 June 1, 2021, Item #6ATTACHMENT 2 PROPOSAL TABLE -DIVISION Ill INSPECTIONS AND ENVIRONMENTAL TESTING OF AIR CQNOITIQNINJ; SYSTEMS Annual environmental inspection and testing of all City of Poway air conditioning systems 263,206 X $ .095745 Grand total $ 25,200.00 Building square feet Square foot cost Unit Square Foot Price used for increases of decreases to contract scope. Total Unit Square Foot Price written in words: twenty five thousand two hundred dollars 62 of 65 June 1, 2021, Item #6EXHIBIT "B" Cal Gov Code§ 7522.56 Deering's California Codes are current through all 1016 chapters of the 2018 Regular Session and the November 6, 2018 Ballot Measures. Deering's California Codes Annotated> GOVERNMENT CODE> Title 1 General> Division 7 Miscellaneous > Chapter 21 Public Pension and Retirement Plans > Article 4 California Public Employees' Pension Reform Act of 2013 § 7522.56. Provisions applicable to person receiving pension benefit from public retirement system; Section supersedes conflicting provisions (a)This section shall apply to any person who is receiving a pension benefit from a public retirement system and shall supersede any other provision in conflict with this section. (b) A retired person shall not serve, be employed by, or be employed through a contract directly by, a public employer in the same public retirement system from which the retiree receives the benefit without reinstatement from retirement, except as permitted by this section. (c) A person who retires from a public employer may serve without reinstatement from retirement or loss or interruption of benefits provided by the retirement system upon appointment by the appointing power of a public employer either during an emergency to prevent stoppage of public business or because the retired person has skills needed to perform work of limited duration. ( d)Appointments of the person authorized under this section shall not exceed a total for all employers in that public retirement system of 960 hours or other equivalent limit, in a calendar or fiscal year, depending on the administrator of the system. The rate of pay for the employment shall not be less than the minimum, nor exceed the maximum, paid by the employer to other employees performing comparable duties, divided by 173.333 to equal an hourly rate. A retired person whose employment without reinstatement is authorized by this section shall acquire no service credit or retirement rights under this section with respect to the employment unless he or she reinstates from retirement. (e) 63 of 65 (l)Notwithstanding subdivision (c), any retired person shall not be eligible to serve or be employed by a public employer if, during the 12-month period prior to an appointment described in this section, the retired person received any unemployment insurance compensation arising out of prior employment subject to this section with June 1, 2021, Item #6a public employer. A retiree shall certify in writing to the employer upon accepting an offer of employment that he or she is in compliance with this requirement. (2)A retired person who accepts an appointment after receiving unemployment insurance compensation as described in this subdivision shall terminate that employment on the last day of the current pay period and shall not be eligible for reappointment subject to this section for a period of 12 months following the last day of employment. (f)A retired person shall not be eligible to be employed pursuant to this section for a period of 180 days following the date of retirement unless he or she meets one of the following conditions: 64 of 65 (l)The employer certifies the nature of the employment and that the appointment is necessary to fill a critically needed position before 180 days have passed and the appointment has been approved by the governing body of the employer in a public meeting. The appointment may not be placed on a consent calendar. (2) (A)Except as otherwise provided in this paragraph, for state employees, the state employer certifies the nature of the employment and that the appointment is necessary to fill a critically needed state employment position before 180 days have passed and the appointment has been approved by the Department of Human Resources. The department may establish a process to delegate appointing authority to individual state agencies, but shall audit the process to determine if abuses of the system occur. If necessary, the department may assume an agency's appointing authority for retired workers and may charge the department an appropriate amount for administering that authority. (B)For legislative employees, the Senate Committee on Rules or the Assembly Rules Committee certifies the nature of the employment and that the appointment is necessary to fill a critically needed position before 180 days have passed and approves the appointment in a public meeting. The appointment may not be placed on a consent calendar. (C)For employees of the California State University, the Trustees of the California State University certifies the nature of the employment and that the appointment is necessary to fill a critically needed position before 180 days have passed and approves the appointment in a public meeting. The appointment may not be placed on a consent calendar. (3)The retiree is eligible to participate in the Faculty Early Retirement Program pursuant to a collective bargaining agreement with the California State University that existed prior to January 1, 2013, or has been included in subsequent agreements. ( 4)The retiree is a public safety officer or firefighter hired to perform a function or functions regularly performed by a public safety officer or firefighter. June 1, 2021, Item #6(g)A retired person who accepted a retirement incentive upon retirement shall not be eligible to be employed pursuant to this section for a period of 180 days following the date of retirement and subdivision (f) shall not apply. (h)This section shall not apply to a person who is retired from the State Teachers' Retirement System, and who is subject to Section 24214. 24214.5 or 26812 of the Education Code. (i)This section shall not apply to ( 1) a subordinate judicial officer whose position, upon retirement, is converted to a judgeship pursuant to Section 69615, and he or she returns to work in the converted position, and the employer is a trial court, or (2) a retiree of the Judges' Retirement System or the Judges' Retirement System II who is assigned to serve in a court pursuant to Section 68543.5. History Added Stats 2012 ch 296 § 15 (AB 340). effective January 1, 2013. Amended Stats 2013 ch 528 § 11 (SB 13), effective October 4, 2013 (ch 528 prevails); ch 76 § 75 (AB 383), effective January 1, 2013; Stats 2014 ch 238 § 1 (AB 2476), effective January 1, 2015. Annotations Notes Amendments: Note-Amendments: 2013 Amendment: Substituted (1) "have passed" for "has passed" in the first sentence of subds (f)(l) and (f)(2); (2) "or firefighter hired to perform a function or functions regularly performed by a public safety officer or firefighter" for "of firefighter" in subd (f)(4); and (3) "Judges' Retirement System" for "Judges' Retirement System I" in subd (i). 65 of 65