HomeMy WebLinkAboutAir Purification Systems; 1995-06-09; CS 95-1".
CITY OF CARLSBAD
San Diego County
California
CONTRACT DOCUMENTS AND SPECIAL PROVISIONS
FOR
INSTALLATION OF DIESEL EXHAUST SYSTEMS 0
AT VARIOUS FIRE STATIONS
CONTRACT NO. CS95-1
* 211 5
@
H \CNTQ5014 FM
TABLE OF CONTENTS item _4 Pa<
0 NOTICE INVITING BIDS .................................................
CONTRACTOR’S PROPOSAL .............................................
BIDDER’S BOND TO ACCOMPANY PROPOSAL ............................... 1
DESIGNATION OF SUBCONTRACTORS .....................................
BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY .........................
BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE .................
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMITTED WITH BID .....................................
CONTRACT - PUBLIC WORKS ............................................
LABOR AND MATERIALS BOND ...........................................
PERFORMANCE BOND .................................................
REPRESENTATION AND CERTIFICATION ...................................
ESCROW AGREEMENT FOR SURETY
DEPOSITS IN LIEU OF RETENTION.. .......................................
RELEASEFORM ......................................................
S PECl AL PROW SI 0 N S
I. SUPPLEMENTARY GENERAL PROVISIONS TO STANDARD SPECIFICATIONS FOR
PUBLIC WORKS CONSTRUCTION ......................................
II. CONTRACTOR’S PROPOSAL ..........................................
i
e 211 5
@
H:\CNT95014.FM
--
1 0 2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
l9
20
21
22
23
24
25
0 27 26
28
(;I 0
RESOLUTION NO. 95-116 I
RESOLUTION OF THE CITY COUNCIL OF THE CITY OF
CARLSBAD, CALIFORNIA AUTHORIZING THE MAYOR TO
EXECUTE SOLE SOURCE CONTRACT FOR THE
INSTALLATION OF DIESEL UHAUST SYSTEMS AT FIRE
STATIONS
WHEREAS, the CITY COUNCIL of the CITY OF CARLSBAD, CALIFOR
determined that to protect the health and safety of employees working in the fire st€
necessary to install diesel exhaust systems to remove pollutants; and
WHEREAS, the Plymovement Sliding Balancing Track (SBT) exhaust extractic
is deemed to be superior to other available systems, will conform to the system alread,
at Fire Station No. 2 and will be compatible with systems utilized by the Enci
Oceanside Fire Departments, thus aliowing exchange of apparatus between the ager
WHEREAS, AAlR Purification Systems has been determined to be the exclusiv
of the Plymovement SBT System and has submitted a bid of $80,533.04 to install thes
at Fire Stations No. 1, 2, 3, 4 and 6.
NOW, THEREFORE, BE IT RESOLVED by the City Council of the City of Ct
follows:
1.
2.
The above recitations are true and correct.
The Mayor is authorized to execute a sole source contract with AAlR F
Systems for the purchase and installation of diesel exhaust syste
stat ions.
Ill
Ill
Ill
111
1
2
3
4
5
6
7
8
9
10
11
12
13
0
0 l4
15
16
17
18
19
20
21
22
23
24
25
@ ::
28
Ll 0
PASSED, APPROVED AND A[TO?'i'Ei) by the City Council of ihe City of Carl&
regular meeting held on the 25th day of APRIL , 1995, by the following votc
AYES: Council Member8 Lewis, Kulchin, Finnila, Hall
NOES: None
ABSENT: Council Member Nygaard
ATTEST:
ALETHA L. RAUTENKRANZ, City Clerk
(sEAL)
CITY OF CARLSBAD, CALIFORNIA
NOTICE INVITING BIDS
0 Sealed bids will be received at the Office of the Purchasing Officer, City Hall, 1200 Carlsl:
9 19- , at which time they will be opened and read, for performing the WI
Village Drive (formerly Elm Avenue), Carlsbad, California, until 4:OO P.M. on the dab N/A
as follows:
INSTALLATION OF DIESEL EXHAUST SYSTEMS AT VARIOUS FIRE STATIONS
CONTRACT NO. CS95-1
The work shall be performed in strict conformity with the specifications as approved by the C
Council of the City of Carlsbad on file with the Department. The specifications
the work include the Standard Specifications of Public Works Construction, (SSPWC), 15
Edition, and the latest supplement, hereinafter designated "SSPWC", as issued by the Southc
California Chapter of the American Public Works Association and as amended by the spe
provisions sections of this contract. Reference is hereby made to the specifications for
particulars and description of the work.
The City of Carlsbad encourages the participation of minority and women-owned business€
The City of Carlsbad encourages all bidders, suppliers, manufacturers, fabricators c
contractors to utilize recycled and recyclable materials when available and where appropria
No bid will be received unless it is made on a proposal form furnished by the Purchas
Department. Each bid must be accompanied by security in a form and amount required by Ii
The bidder's security of the second and third next lowest responsive bidders may be withh
until the Contract has been fully executed. The security submitted by all other unsucces!
bidders shall be returned to them, or deemed void, within ten (IO) days after the Contrac
awarded. Pursuant to the provisions of law (Public Contract Code Section 22300), appropri
securities may be substituted for any obligation required by this notice or for any monies withh
by the City to ensure performance under this Contract. Section 22300 of the Public Contr
Code requires monies or securities to be deposited with the City or a state or federally charte
bank in California as the escrow agent.
The documents which must be completed, properly executed, and notarized are:
N/A
1. Contractor's Proposal
2. Bidder's Bond
3. Non-Collusion Affidavit Experience
4. Contract
5. Designation of Subcontractors Certification
6. Amount of Subcontractors' Bid
7. Bidder's Statement of Financial Responsibility
8. Bidder's Statement of Technical Ability and
9. Purchasing Department Representation and
10. Escrow Agreement for Security Deposits (optiona
0 2/15
@
H \CNT95014 FM
All bids will be compared on the basis of the Engineer's Estimate. The estimated quantities
approximate and serve solely as a basis for the comparison of bids. The Engineer's Estim
is $76,000.
No bid shall be accepted from a contractor who is not licensed in accordance with
provisions of California state law. The contractor shall state their license number, expiration d
and classification in the proposal, under penalty of perjury. The following classifications (
acceptable for this contract: (2-43 in accordance with the provisions of state law.
If the Contractor intends to utilize the escrow agreement included in the contract document:
lieu of the usual 10% retention from each payment, these documents must be completed E
submitted with the signed contract. The escrow agreement may not be substituted at a le
date.
Sets of plans, special provisions, and Contract documents may be obtained at the Purchas
Department, City Hall, 1200 Carlsbad Village Drive (formerly Elm Avenue), Carlsbad, Califori
for a non-refundable fee of N/A per set. If plans and specifications are to be mailed, the c
for postage should be added.
The City of Carlsbad reserves the right to reject any or all bids and to waive any mi
irregularity or informality in such bids.
The general prevailing rate of wages for each craft or type of worker needed to execute
Contract shall be those as determined by the Director of Industrial Relations pursuant to
Sections 1770, 1773, and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the La,
Code, a current copy of applicable wage rates is on file in the Office of the Carlsbad City Clc
The Contractor to whom the Contract is awarded shall not pay less than the said specif
prevailing rates of wages to all workers employed by him or her in the execution of the Contr:
The Prime Contractor shall be responsible for insuring compliance with provisions of Sec
1777.5 of the Labor Code and Section 4100 et seq. of the Public Contracts Code, "Sublet
and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized offic
for the purposes of Section 41 07 and 41 07.5.
The provisions of Part 7, Chapter 1, of the Labor Code commencing with Section 1720 s
apply to the Contract for work.
A pre-bid meeting and tour of the project site will not be held.
All bids are to be computed on the basis of the given estimated quantities of work, as indica
in this proposal, times the unit price as submitted by the bidder. In case of a discrepa
between words and figures, the words shall prevail. In case of an error in the extension of a I
price, the corrected extension shall be calculated and the bids will be computed as indica
above and compared on the basis of the corrected totals.
All prices must be in ink or typewritten. Changes or corrections may be crossed out and ty
or written in with ink and must be initialed in ink by a person authorized to sign for
Contractor.
@
0
e 21 1
@
H'\CNT95014 FM
Bidders are advised to verify the issuance of all addenda and receipt thereof one day prior
bidding. Submission of bids without acknowledgment of addenda may be cause of rejectic
of bid.
Bonds to secure faithful performance and warranty of the work and payment of laborers ai
materials suppliers, in an amount equal to one hundred percent (1 00%) and fifty percent (500,
respectively, of the Contract price will be required for work on this project. These bonds sh
be kept in full force and effect during the course of this project, and shall extend in full force ai
effect and be retained by the City until they are released as stated in the Special Provisio
section of this contract. All bonds are to be placed with a surety insurance carrier admitted ai
authorized to transact the business of insurance in California and whose assets exceed thj
liabilities in an amount equal to or in excess of the amount of the bond. The bonds are
contain the following documents:
@
1) An original, or a certified copy , of the unrevoked appointment, power of attorney,
laws, or other instrument entitling or authorizing the person who executed the bond
do so.
2) A certified copy of the certificate of authority of the insurer issued by the insuran commissioner.
If the bid is accepted, the City may require copies of the insurer's most recent annual statemt
and quarterly statement filed with the Department of Insurance pursuant to Article
(commencing with Section 900) of Chapter 1 of Part 2 of Division 1 of the Insurance Coc
within 10 calendar days of the insurer's receipt of a request to submit the statements.
insurance is to be placed with insurers that have (1) a rating in the most recent Best's K
Rating Guide of at least A-:V, and (2) are admitted and authorized to transact the business
insurance in the State of California by the Insurance Commissioner. Auto policies offered
meet the specification of this contract must: (1) meet the conditions stated above for
insurance companies and (2) cover anv vehicle used in the performance of the contract, us
onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non-scheduB
The auto insurance certificate must state the coverage is for "any auto" and cannot be limii
in any manner.
Workers' compensation insurance required under this contract must be offered by a compz
meeting the above standards with the exception that the Best's rating condition is waived. 1
City does accept policies issued by the State Compensation Fund meeting the requirement
workers' compensation insurance.
The Contractor shall be required to maintain insurance as specified in the Contract. P
additional cost of said insurance shall be included in the bid price.
The prime contractor and all subcontractors are required to have and maintain a valid City
Carlsbad Business License for the duration of the contract.
Approved by the City Council of the City of Carlsbad, California, by Resolution No.
0
adopted on the day of 9 19 .
Date Aletha L. Rautenkranz, City Clerk
0 2/1 f
@
H \CNT95014 FM
STAT1 ON PARTS LABOR
Fire Station 1 $1 9,526.00 $6,793.00
Fire Station 2 $4,078.00 $2,143.00
Fire Station 3 $1 0,245.00 $6,39 1 ~ 00
Fire Station 4 $1 0,455.00 $6,288.00
Fire Station 6 $6,668.00 $4,378.00
TAX TOTAL
$1,366.82 $27,685.8
$285.46 $6,506.4
$71 7.15 $1 7,353.1
$731.85 $17,474.8
$466.76 $1 1,512.7
TOTAL $80,533.0
Approxi mat e
item Quantity Unit - No. Description and Unit -- Price Total 0
0
Total amount of bid in words:Eiahty-Thousand Five Hundred Thirty Three Dollars and four cent
Total amount of bid in numbers: $ 80,533.04
Price(s) given above are firm for 90 days after date of bid opening.
211 51
0
@
H:\CNT95014.FM
Addend u m (a) No (s) .
proposal.
The Undersigned has checked carefully all of the above figures and understands that the CI
will not be responsible for any error or omission on the part of the Undersigned in preparing tt-
bid.
The Undersigned agrees that in case of default in executing the required Contract wi
necessary bonds and insurance policies within twenty (20) days from the date of award
Contract by the City Council of the City of Carlsbad, the proceeds of the check or bor
accompanying this bid shall become the property of the City of Carlsbad.
The Undersigned bidder declares, under penalty of perjury, that the undersigned is licensed
do business or act in the capacity of a contractor within the State of California, validly licensf
under license number 621360 ~ classification c-43 which expir
on 06/30/95 , and that this statement is true and correct and has the legal effc
of an affidavit.
A bid submitted to the City by a Contractor who is not licensed as a contractor pursuant to t
Business and Professions Code shall be considered nonresponsive and shall be rejected by t
City. 5 7028.15(e). In all contracts where federal funds are involved, no bid submitted shall
invalidated by the failure of the bidder to be licensed in accordance with California lav
However, at the time the contract is awarded, the contractor shall be properly licensed. Put:
Contract Code § 201 04.
The Undersigned bidder hereby represents as follows:
hadhave been received and is/are included in tt
a
1. That no Council member, officer agent, or employee of the City of Carlsbad is persona
interested, directly or indirectly, in this Contract, or the compensation to be p
hereunder; that no representation, oral or in writing, of the City Council, its office
agents, or employees has inducted him/her to enter into this Contract, excepting o
those contained in this form of Contract and the papers made a part hereof by its tern
and
2. That this bid is made without connection with any person, firm, or corporation maki
a bid for the same work, and is in all respects fair and without collusion or fraud.
e
Accompanying this proposal is N/A (Cash, Certified Check, Bo or Cashier’s Check) for ten percent (10%) of the amount bid.
The Undersigned is aware of the provisions of Section 3700 of the Labor Code which requii
every employer to be insured against liability for workers’ compensation or to undertake sc
insurance in accordance with the provisions of that code, and agrees to comply with su
provisions before commencing the performance of the work of this Contract and continue
comply until the contract is complete.
....
.... * 2/1 E
@
H.\CNT95014.FM
The Undersigned is aware of the provisions of the Labor Code, Part 7, Chapter 1, Article
relative to the general prevailing rate of wages for each craft or type of worker needed
execute the Contract and agrees to comply with its provisions. o
IF A SOLE OWNER OR SOLE CONTRACTOR SIGN HERE:
(1) Name under which business is conducted
(2) Signature (given and surname) of proprietor
(3) Place of Business
(Street and Number)
City and State
(4) Zip Code Telephone No.
IF A PARTNERSHIP, SIGN HERE:
(1) Name under which business is conducted
(2) Signature (given and surname and character of partner) (Note: Signature must be m:
by a general partner) 0
(3) Place of Business
(Street and Number)
City and State
(4) Zip Code Telephone No.
a 2/1!
@
H \CNT95014 FM
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
County of San Diego
On i12 &?&, C"-l%g before me, Lawrence Gonzales, Notary Public
DATE NAME TITLE OF OFFICER E G JANE DOE NOTARY PUBLIC
personally appeared q-EFF 57-0 REy
'NAME(S) OF SIGNER(S)
personally known to me - OR - D proved to me on the basis of satisfactory evider
to be the person(s) whose name(s) is/;
subscribed to the within instrument and i
knowledged to me that he/she/they execul
the same in his/her/their authoriz
capacity(ies), and that by his/her/th.
signature(s) on the instrument the person(
or the entity upon behalf of which ti
person(s) acted, executed the instrumel
--l___l___
---_1_-- OiFICIAL SEAL
LhLWENCE C;ONZA,LES '
P.RY PLJBL'C-Ckl'qW p<
Though the data below IS not required by law, it may prove valuable to persons relying on the document and could pre
fraudulent reattachment of this form
CAPACITY CLAl MED BY SIGNER DESCRIPTION OF ATTACHED DOCUMEh
&m-?%kx BLb p&g-ioE?%n- TITLE OR TYPE OF DOCUMENT TITLE(S)
NUMBER OF PAGES
L2 MRM- i$yq
DATE OF DOCUMENT
SIGNER IS REPRESENTING: Sh M'@zA?mJ
SIGNER(S) OTHER THAN NAMED ABOVE
01993 NATIONAL NOTARY ASSOCIATION 8236 Rernrnet Ave , P 0 Box 7184 Canoga Park, CA
IF A CORPORATION, SIGN HERE:
(1) Name under which business is conducted The Reinhart CorDoration 0
(2)
Impress Corporate Sea! he
(3) Incorporated under the laws of the State of
(4) Place of Business 9040 Kenamar Drive Suite 402
California
(Street and Number)
City and State Sari Diego - CA
(5) Zip Code 92121 Telephone No. (619) 578-2825
NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUST 0 AITACHED
List below names of president, vice president, secretary and assistant secretary, if a corporatic
if a partnership, list names of all general partners, and managing partners:
Jeff Storey President
Sam McOueen - Vi CF! Prpsi d pn t
a 2/1!
@
H iCNT95014 FM
BID SECURITY FORM
(Check to Accompany Bid)
@ (NOTE: The following form shall be used if check accompanies bid.)
Accompanying this proposal is a *Certified *Cashiers check payable to the order of C’
OF CARLSBAD, in the sum of
dollars ($
this amount being ten percent (10%) of the total amount of the bid. The proceeds of this chc
shall become the property of the City provided this proposal shall be accepted by the C
through action of its legally constituted contracting authorities and the undersigned shall fai
execute a contract and furnish the required Performance, Warranty and Payment Bonds 2
proof of insurance coverage within the stipulated time; otherwise, the check shall be returr
to the undersigned. The proceeds of this check shall also become the property of the City if
undersigned shall withdraw his bid within the period of fifteen (15) days after the date set for
opening thereof, unless otherwise required by law, and notwithstanding the award of
contract to another bidder.
0
BIDDER
*Delete the inapplicable word.
(Note: If the Bidder desires to use a bond instead of check, the Bid Bond form on the following pz
shall be executed--the sum of this bond shall be not less than ten percent (10%) of the total arnoui
the bid.)
0 2/1 @
H \CNT95014 FM
BIDDER’S BOND TO ACCOMPANY PROPOSAL
0 KNOW ALL PERSONS BY THESE PRESENTS:
That we,
as Surety are held and firmly bound unto the City of Carlsbad, California, in an amount i
follows: (must be at least ten percent (10%) of the bid amount)
for which payment, well and truly made, we bind ourselves, our heirs, executors ar
administrators, successors or assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH that if the proposal of the aboi
bounden Principal for:
I as Principal, and
in the City of Carlsbad, is accepted by the City Council, and if the Principal shall duly enter ir
and execute a Contract including required bonds and insurance policies within twenty (20) da
from the date of award of Contract by the City Council of the City of Carlsbad, being dt
notified of said award, then this obligation shall become null and void; otherwise, it shall be a
remain in full force and effect, and the amount specified herein shall be forfeited to the said C
....
....
....
....
....
....
....
....
....
....
....
....
....
....
....
0 2/1
@
ti \CNTQ5014.FM
In the event Principal executed this bond as an individual, it is agreed that the death of Princii
shall not exonerate the Surety from its obligations under this bond.
Executed by PRINCIPAL this day Executed by SURETY this d
of I 19-. of 9 19- 0
P R I N C I PAL: SURETY:
(name of Principal) (name of Surety)
By:
(sign here) (address of Surety)
(print name here) (telephone number of Surety)
By:
(Title and Organization of Signatory) (signature of Attorney-in-Fact)
By:
(sign here) (printed name of Attorney-in-Fact)
0 (print name here) (Attach corporate resolution showing curl
power of attorney.)
(title and organization of signatory)
(Proper notarial acknowledge of execution by PRINCIPAL and SURETY must be attached.
(President or vice-president and secretary or assistant secretary must sign for corporation:
only one officer signs, the corporation must attach a resolution certified by the secretar)
assistant secretary under corporate seal empowering that officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
City Attorney
By:
D. RICHARD RUDOLF
Assistant City Attorney
2/1 e
@
ti \CNT95014 FM
DESIGNATION OF SUBCONTRACTORS
(To Accompany Proposal)
The Contractor certifies he/she has used the sub-bids of the following listed Contractors
making up his/her bid and that the sub-contractors listed will be used for the work for which th
bid, subject to the approval of the City Engineer, and in accordance with applicable provisior
of the specifications and Section 4100 et seq. of the Public Contracts Code - "Subletting at
Subcontracting Fair Practices Act." No changes may be made in these subcontractors exce
upon the prior approval of the City Engineer of the City of Carlsbad. The following informati
is required for each sub-contractor. Additional pages can be attached if required:
This project does- does not- have bid items designated as "Specialty Items."
0
Items of Complete Address Phone Nc
Work Full Companv Name with Zip Code & Area Coc
Electrical Mr. Fix-It Ind. 1924 Coe Place (619) 42
Chula Vista CA 91913
a
1
2/1 0
@
H \CNT95014 FM
AMOUNT OF SUBCONTRACTORS' BIDS
(To Accompany Proposal)
a The bidder is to provide the following information on the subbids of all the listed subcontractc
as part of the sealed bid submission. Additional pages can be attached, if required.
Type of State
Contracting Carlsbad Business Amount of E
Full Companv Name License & No. License No." I$ or %l
Mr. Fix-It Ind. C-70 C-38 C-20 $ 4000.0C
466353
a
* Licenses are renewable annually. If no valid license, indicate "NONE." Valid license must be obtained pn
submission of signed Contracts.
211 0
@
H \CNT95014 FM
BIDDER’S STATEMENT OF FINANCIAL RESPONSIBILITY
(To Accompany Proposal)
o Bidder submits herewith a statement of financial responsibility.
SEE ATTACHED BALANCE SHEET
e
a 2/1
@
H \CNT95014 FM
AAIR PURIFICATION SYSTEMS
Income Statement as of 3/31/95
11:52 AM
*come Statement for the Current Fiscal Year.
Revenue from Sales Actual
Sales 29,285.1 0
Enviracaire - Nontaxable 8,446.73
Service Contract Sales 3,148.89
C&l Sales 143,802.01
Installation 23,460.00
Freight Charged 4,624.89
Revenue from Sales 21 2,767.62
Less Sales discount 705.92
Net Sales 212,061.70
Cost of Goods Sold Opening Inventory 44,263.56
C&l Cost of Sales 102,574.41
Personal Product Purchases 29,821 .OO
Freight Inbound 2,734.60
Cost of Goods Available for Sale 179,393.57
Less Current Inventory 65,808.70
Cost of Goods Sold 113,584.87
aross Profit 98,476.83
Expenses
Salaries - Staff 10,726.63
Salaries - Officers 20,450.00
Accounting 615.60
Advertising & Trade Shows 4,703.63
Auto & Truck Expense 3,559.1 1
Bank Charges 208.31
Commissions 1,250.00
Consulting Services 1,677.00
Contract Labor 1,347.50
Entertainment 54.26
Freight Outbound 2,579.96
Insurance 5,260.83
Interest 1,314.98
Legal 3,718.42
Licenses, Permits & Membe ... 55.00
Office Expense 4,078.94
Office Supplies 507.60
Postage 300.00
Printing 469.21
Rent 7,770.62
203.78 Equipment Rental
Shop Supplies 2,788.85
Payroll Taxes 2,385.05 @ Settlement 3,381 .OO
Telecommunications 4,831.96
Page 1
L AAIR ~URIFICATION SYSTEMS
Income Statement as of 3/31/95
11:52 AM
401.84
1,089.50
979.16 Utilities
Tax Expense 8,494.1 8
Total Expenses 95,202.92
Total Income from Operations 3,273.91
Other Income
Total Other Income 0.00
.T;::e I
Net Income 3,273.91
0
0
Page 2
AAlR PURIFICATION SYSTEMS
Balance Sheet as of 3/31/95
11:59 AM
malance Sheet for Months January to March.
Assets
Current Assets Actual
Postage Cash Account 100.00
Petty Cash 79.57
Cash Grossmont Bank 155.72
Cash 1 11,746.78
Cash 2 13.97
Accounts Receivable 77,371.64
Current Inventory 65,808.70
Total Current Assets 156,246.38
Fixed Assets
Deposits 970.00
Auto & Trucks 47,986.40
Rental Equipment-Fleet 7,705.00
Computer Software 2,695.92
Machinery & Equipment 21,328.32
Tools (902.00)
Accumulated Appreciation (76,729.00)
Goodwill 6,000.00
Security Deposits 2,486.33 . Lease Deposits 309.1 4
Total Fixed Assets 28,354.66
Total Assets 184,601.04
Computer & Peripherals 17,474.55
Liabilities
Current Liabilities
Accounts Payable 101,706.00
Inter-Company Suspense 10,675.99
FUTA Payable (45.09)
State Income Tax & SDI 201.76
Line of Credit Payable 32,500.00
Sales Tax Payable 12,288.95
Total Current Liabilities 157,327.61
Lona-Term Liabilities
Note Payable - Computers 4,488.61
Note Payable - Explorer 15,389.33
Note Payable - Mazda Truck (28.1 9)
Note Payable- Reinhart (21 ,I 08.88)
Deferred Rent 7,351.97
Total Long-term Liabilities 6,092.84
o Total Liabilities 163,420.45
Page I
AAlR PURIFICATION SYSTEMS
Balance Sheet as of 3/31/95
11:59 AM
ewners Eauity
Equitv Accounts
Common Stock 22,002.00
Retained Earnings (1,354.75)
Net Income 3,273.91
Total Equity Accounts 23,921 .I 6
Total Liabilities and Owners Equity 187,341.61
a
e
Page 2
BIDDER’S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE
(To Accompany Proposal)
The Bidder is required to state what work of a similar character to that included in the propos
Contract he/she has successfully performed and give references, with telephone numbers, whi
will enable the City to judge hidher responsibility, experience and skill. An attachment can
used.
a
Name and Address
e
2/1 0.
bE3
H \CNT95014 FM
NON-COLLUSION AFFIDAVIT TO BE EXECUTED
BY BIDDER AND SUBMllTED WITH BID
PUBLIC CONTRACT CODE SECTION 7106
a
State of California )
County of 1 ) ss.
Jeff Storey , being first duly sworn, deposes
(Name of Bidder)
and says that he or she is President
(Title)
of The Reinhart Coruoration DBA Aair Purification Systems
(Name of Firm)
the party making the foregoing bid that the bid is not made in the interest of, or on behalf
any undisclosed person, partnership, company, association, organization, or corporation; tl
the bid is genuine and not collusive or sham; that the bidder has not directly or indirec
induced or solicited any other bidder to put in a false or sham bid, and has not directly
indirectly colluded, conspired, connived, or agreed with any bidder or anyone else to put if
sham bid, or that anyone shall refrain from bidding; that the bidder has not in any mann
directly or indirectly, sought by agreement, communication, or conference with anyone to fix 1
bid price of the bidder or any other bidder, or to fix any overhead, profit, or cost element of I
bid price, or of that of any other bidder, or to secure any advantage against the public bc
awarding the contract of anyone interested in the proposed contract; that all stateme
contained in the bid are true; and, further, that the bidder has not, directly or indirec
submitted his or her bid price or any breakdown thereof, or the contents thereof, or divuls
information or data relative thereto, or paid, and will not pay, any fee to any corporati
partnership, company association, organization, bid depository, or to any member or ag
thereof to effectuate a collusive or sham bid.
I declare under penalty of perjury that the foregoing is true and correct and that this affidavit v
0
executed on the 12th day of April ,1995.
Subscribed and sworn to before me on th
I I LAWRENCE GONZCiLRS L
YOTARY PUBLIC-CAL1;09NIA F CGMMISSION NLiMBEA 926279 PRINCIPALO~FICE INSAN DlEGO COUNTY i 1 MY COMM E&&QNJ8&J&9~ I
-.I__ e
I-,=%L=T-L
H \CNT95014 FM
0 CONTRACT - PUBLIC WORKS
This agreement is made this 7 e day of#W , 19A by a
between the City of Carlsbad, California, a munici orporation, (hereinafter called "City"), e
The Reinhart Corporation DBA Aair Purification Systems whose principal place Of businl
is9040 Kenamar Drive Suite 402, San Diego, CA 92121 (hereina
called "Contractor".)
City and Contractor agree as follows:
1. Description of Work. Contractor shall perform all work specified in the Contract docume
for: the Installation of Diesel Exhaust Systems at Various Fire Stations, Contract I
CS95-1.
(hereinafter called "project")
Provisions of Labor and Materials. Contractor shall provide all labor, materials, to
equipment, and personnel to perform the work specified by the Contract Documents.
Contract Documents. The Contract Documents consist of this Contract, Notice lnvi
Bids, Contractor's Proposal, Bidder's Bond, Designation of Subcontractors, Bidd
Statements of Financial Responsibility and Technical Ability, Non-collusion Affidavit, Esc
Agreement, Release Form, the Plans and Specifications, the Special Provisions, an(
proper amendments and changes made thereto in accordance with this Contract or
Plans and Specifications, and all bonds for the project; all of which are incorporated he
by this reference.
Contractor, her/his subcontractors, and materials suppliers shall provide and install the b
as indicated, specified, and implied by the Contract Documents. Any items of work
indicated or specified, but which are essential to the completion of the work, shal
provided at the Contractor's expense to fulfill the intent of said documents. In all instar
through the life of the Contract, the City will be the interpreter of the intent of the Coni
Documents, and the City's decision relative to said intent will be final and binding. Fa
of the Contractor to apprise subcontractors and materials suppliers of this condition 0'
Contract will not relieve responsibility of compliance.
Pavment. For all compensation for Contractor's performance of work under this Conti
City shall make payment to the Contractor per Section 9-3 of the Standard Specificat
for Public Works Construction (SSPWC) 1994 Edition, and the latest supplement, herein
2. 0
3.
4.
2J' 0
@
H:\CNT95014.FM
designated "SSPWC", as issued by the Southern California Chapter of the American Put:
Works Association, and as amended by the Special Provisions section of this contrac
The closure date for each monthly invoice will be the 30th of each month. Invoices frc
the Contractor shall be submitted according to the required City format to the Cit
assigned project manager no later than the 5th day of each month. Payments will
delayed if invoices are received after the 5th of each month. The final retention amo
shall not be released until the expiration of thirty-five (35) days following the recordinc
the Notice of Completion pursuant to California Civil Code Section 31 84.
Public Contract Code section 20104.50 requires a summary of its contents to be set fc
in the terms of the contract. Below is such a summary. However, contractor should rc
to Public Contract Code section 201 04.50 for a complete statement of the law.
The city shall make progress payments within 30 days after receipt of an undisputed E
properly submitted payment request from a contractor on a construction contract.
payment is not made within 30 days after receipt of an undisputed and properly submil
payment request, then the city shall pay interest to the contractor equivalent to the IC
rate set forth in subdivision (a) of section 685.010 of the Code of Civil Procedure.
Upon receipt of a payment request, the city shall, as soon as practicable after rece
determine whether the payment request is a proper payment request. If the city determi
that the payment request is not proper, then the request shall be returned to the contrac
as soon as practicable but not later than seven (7) days after receipt. The returned reqi
shall be accompanied by a document setting forth in writing the reasons why the payrr
0
0 request was not proper.
If the city fails to return the denied request within the seven (7) day time limit, then
number of days available to the city to make payment without incurring interest shal
reduced by the number of days by which the city exceeds the seven (7) day re
requirement .
"Progress payment" includes all payments due contractors except that portion of the 1
payment designated by the contract as "retention earnings".
A completed and executed release form in the form described in this contract (herein:
"Release Form") shall be submitted prior to approval of each progress payment.
contractor shall list all disputed claims or potentially disputed claims which arise during
pay period. The purpose of the Release Form is to bring timely attention to areas of disl
or potential dispute between the contractor and the City for the pay period. Failure oi
contractor to submit a completed and executed Release Form shall constitute
contractor's acknowledgement that no disputes of any type have arisen that pay perio
remain from previous pay periods and the contractor waives all future rights in ma
claims for disputes arising in those pay periods. AI1 previous and new disputed clair
potentially disputed claims shall be listed on the Release Form until such time as
disputed claims are resolved. The contractor shall not modify the Release Form in any '
2J' 0
@
H.\CNT95014.FM
5. Independent Investiqation. Contractor has made an independent investigation of
jobsite, the soil conditions at the jobsite, and all other conditions that might affect
progress of the work, and is aware of those conditions. The Contract price incluc
payment for all work that may be done by Contractor, whether anticipated or not, in or(
to overcome underground conditions. Any information that may have been furnishec
Contractor by City about underground conditions or other job conditions is for Contractc
convenience only, and City does not warrant that the conditions are as thus indicat
Contractor is satisfied with all job conditions, including underground conditions and has
relied on information furnished by City.
Contractor Responsible for Unforeseen Conditions. Contractor shall be responsible fo
loss or damage arising out of the nature of the work or from the action of the element:
from any unforeseen difficulties which may arise or be encountered in the prosecutiot
the work until its acceptance by the City. Contractor shall also be responsible for expen
incurred in the suspension or discontinuance of the work. However, Contractor shall
be responsible for reasonable delays in the completion of the work caused by acts of G
stormy weather, extra work, or matters which the specifications expressly stipulate will
borne by City.
Hazardous Waste or Other Unusual Conditions. If the contract involves digging trencl
or other excavations that extend deeper than four feet below the surface Contractor s
promptly, and before the following conditions are disturbed, notify City, in writing, of a
A. Material that Contractor believes may be material that is hazardous waste, as defir
in Section 251 17 of the Health and Safety Code, that is required to be removed t
Class I, Class II, or Class Ill disposal site in accordance with provisions of existing I
B. Subsurface or latent physical conditions at the site differing from those indicated.
C. Unknown physical conditions at the site of any unusual nature, different materially fi
those ordinarily encountered and generally recognized as inherent in work of
character provided for in the contract.
e
6.
7.
e
City shall promptly investigate the conditions, and if it finds that the conditions do mater
so differ, or do involve hazardous waste, and cause a decrease or increase in contract
costs of, or the time required for, performance of any part of the work shall issue a cha
order under the procedures described in this contract.
In the event that a dispute arises between City and Contractor whether the conditi
materially differ, or involve hazardous waste, or cause a decrease or increase in
contractor's cost of, or time required for, performance of any part of the work, contra
shall not be excused from any scheduled completion date provided for by the contract,
shall proceed with all work to be performed under the contract. Contractor shall retain
and all rights provided either by contract or by law which pertain to the resolutioi
disputes and protests between the contracting parties.
211 0
@
H'\CNT95014,FM
8. Chanqe Orders. City may, without affecting the validity of the Contract, order chang
modifications and extra work by issuance of written change orders. Contractor shall mz
no change in the work without the issuance of a written change order, and Contractor SI
not be entitled to compensation for any extra work performed unless the City has issi
a written change order designating in advance the amount of additional compensatior
be paid for the work. If a change order deletes any work, the Contract price shall
reduced by a fair and reasonable amount. If the parties are unable to agree on the arno
of reduction, the work shall nevertheless proceed and the amount shall be determined
litigation. The only person authorized to order changes or extra work is the Proj
Manager. The written change order must be executed by the City Manager or the C
Council pursuant to Carlsbad Municipal Code Section 3.28.1 72.
lmmiqration Reform and Control Act. Contractor certifies he is aware of the requireme
of the Immigration Reform and Control Act of 1986 (8 USC Sections 11 01 -1 525) and
complied and will comply with these requirements, including, but not limited to, verib
the eligibility for employment of all agents, employees, subcontractors, and consultants 1
are included in this Contract.
10. Prevailinq Wage. Pursuant to the California Labor Code, the director of the Departmen
Industrial Relations has determined the general prevailing rate of per diem wages
accordance with California Labor Code, Section 1773 and a copy of a schedule of I
general prevailing wage rates is on file in the office of the Carlsbad City Clerk, an(
incorporated by reference herein. Pursuant to California Labor Code, Section 17
Contractor shall pay prevailing wages. Contractor shall post copies of all applice
prevailing wages on the job site.
11. Indemnification. Contractor shall assume the defense of, pay all expenses of defense,
indemnify and hold harmless the City, and its officers and employees, from all claims, I(
damage, injury and liability of every kind, nature and description, directly or indire
arising from or in connection with the performance of the Contractor or work; or from
failure or alleged failure of Contractor to comply with any applicable law, rules
regulations including those relating to safety and health; except for loss or damage wt
was caused solely by the active negligence of the City; and from any and all claims, I(
damages, injury and liability, howsoever the same may be caused, resulting direct11
indirectly from the nature of the work covered by the Contract, unless the loss or dam
was caused solely by the active negligence of the City. The expenses of defense incli
all costs and expenses including attorneys fees for litigation, arbitration, or other disr
resolution method.
Contractor shall also defend and indemnify the City against any challenges to the av
of the contract to Contractor, and Contractor will pay all costs, including defense cost!
the City. Defense costs include the cost of separate counsel for City, if City requ
separate counsel.
12. Insurance. Contractor shall procure and maintain for the duration of the contract insura
against claims for injuries to persons or damage to property which may arise from c
0
9.
0
2/1 a
@
H \CNT95014.FM
connection with the performance of the work hereunder by the Contractor, his ager
representatives, employees or subcontractors. Said insurance shall meet the City’s pol
for insurance as stated in Resolution No. 91-403.
0
(A) COVERAGES AND LIMITS - Contractor shall maintain the types of coverages a
minimum limits indicted herein:
I. Comprehensive General Liability insurance:
$1,000,000 combined single limit per occurrence for bodily injury and propc
damage. If the policy has an aggregate limit, a separate aggregate in the amou
specified shall be established for the risks for which the City or its agents, offic
or employees are additional insured.
2. Automobile Liabilitv Insurance:
$1,000,000 combined single limit per accident for bodily injury and prop<
damage.
performance of the contract, used onsite or offsite, whether owned, non-ownec
hired, and whether scheduled or non-scheduled. The auto insurance certific
must state the coverage is for “any auto” and cannot be limited in any manne
3. Workers’ Compensation and Emplovers’ Liability Insurance:
Workers’ compensation limits as required by the Labor Code of the State
California and Employers’ Liability limits of $1,000,000 per incident. Work1
compensation offered by the State Compensation Insurance Fund is acceptabl,
the City.
In addition, the auto policy must cover anv vehicle used in
0
(B) ADDITIONAL PROVISIONS - Contractor shall ensure that the policies of insura
required under this agreement contain, or are endorsed to contain, the follow
provisions. General Liability and Automobile Liability Coverages:
1. The City, its officials, employees and volunteers are to be covered as additic
insured as respects: liability arising out of activities performed by or on beha
the Contractor; products and completed operations of the contractor; premi
owned, leased, hired or borrowed by the contractor. The coverage shall con
no special limitations on the scope of protection afforded to the City, its offici
employees or volunteers.
2. The Contractor’s insurance coverage shall be primary insurance as respects
City, its officials, employees and volunteers. Any insurance or self-insura
maintained by the City, its officials, employees or volunteers shall be in exces
the contractor’s insurance and shall not contribute with it.
3. Any failure to comply with reporting provisions of the policies shall not a‘
coverage provided to the City, its officials, employees or volunteers.
2/1 e
@
H \CNT95014 FM
4. Coverage shall state that the contractor's insurance shall apply separately to e:
insured against whom claim is made or suit is brought, except with respect to
limits of the insurer's liability.
(C) "CLAIMS MADE POLICIES - If the insurance is provided on a "claims made" bai
coverage shall be maintained for a period of three years following the date
completion of the work.
(0) NOTICE OF CANCELLATION - Each insurance policy required by this agreement SI be endorsed to state that coverage shall not be nonrenewed, suspended, void
canceled, or reduced in coverage or limits except after thirty (30) days' prior wri
notice has been given to the City by certified mail, return receipt requested.
(E) DEDUCTIBLES AND SELF-INSURED RETENTION (S.I.R.) LEVELS - Any deductit
or self-insured retention levels must be declared to and approved by the City. At
option of the City, either: the insurer shall reduce or eliminate such deductibles or:
insured retention levels as respects the City, its officials and employees; or
contractor shall procure a bond guaranteeing payment of losses and rek
investigation, claim administration and defense expenses.
(F) WAIVER OF SUBROGATION -All policies of insurance required under this agreerr
shall contain a waiver of all rights of subrogation the insurer may have or may acql
against the City or any of its officials or employees.
(G) SUBCONTRACTORS - Contractor shall include all subcontractors as insured ur
its policies or shall furnish separate certificates and endorsements for e
subcontractor. Coverages for subcontractors shall be subject to all of the requiremt
stated herein.
e
(H) ACCEPTABILITY OF INSURERS - Insurance is to be placed with insurers that ha\
rating in Best's Key Rating Guide of at least A-:V, and are authorized to transact
business of insurance by the Insurance Commissioner under the standards speci
in by the City Council in Resolution No. 91-403.
VERIFICATION OF COVERAGE - Contractor shall furnish the City with certificate
insurance and original endorsements affecting coverage required by this clause.
certificates and endorsements for each insurance policy are to be signed by a per
authorized by that insurer to bind coverage on its behalf. The certificates
endorsements are to be in forms approved by the City and are to be received
approved by the City before work commences.
(J) COST OF INSURANCE -The Cost of all insurance required under this agreement :
be included in the Contractor's bid.
(I)
13. Claims and Lawsuits. All claims by contractor for $375,000 or less shall be resolve
accordance with the provisions in the Public Contract Code, Division 2, Part 3, Chaptc e all
@
H.\CNTQSOI 4.FM
Article 1.5 (commencing with section 201 04) which are incorporated by reference. A c(
of Article 1.5 is included in the Special Provisions I section. The contractor shall initi
submit all claims over $375,000 to the City using the informal dispute resolution proc
described in Public Contract Code subsections 20104.2(a), (c), (d). Notwithstanding
provisions of this section of the contract, all claims shall comply with the Government 1
Claim Act (section 900 et seq., of the California Government Code) for any claim or cai
of action for money or damages prior to filing any lawsuit for breach of this agreemen
14. Maintenance of Records. Contractor shall maintain and make available at no cost to
City, upon request, records in accordance with Sections 1776 and 181 2 of Part 7, Chal
1, Article 2, of the Labor Code. If the Contractor does not maintain the records
Contractor’s principal place of business as specified above, Contractor shall so inform
City by certified letter accompanying the return of this Contract. Contractor shall notify
City by certified mail of any change of address of such records.
0
15. Labor Code Provisions. The provisions of Part 7, Chapter 1, commencing with Sec
1720 of the Labor Code are incorporated herein by reference.
16. Security. Securities in the form of cash, cashier’s check, or certified check may
substituted for any monies withheld by the City to secure performance of this contraci
any obligation established by this contract. Any other security that is mutually agreec
by the Contractor and the City may be substituted for monies withheld to en:
performance under this Contract.
17. Provisions Required bv Law Deemed Inserted. Each and every provision of law and cla
required by law to be inserted in this Contract shall be deemed to be inserted herein l
included herein, and if, through mistake or otherwise, any such provision is not inser
or is not correctly inserted, then upon application of either party, the Contract shall forth\
be physically amended to make such insertion or correction.
@
2/1 e
@
H \CNTQ5014.FM
a 18. Additional Provisions. Any additional provisions of this agreement are set forth in
"General Provisions" or "Special Provisions" attached hereto and made a part hereof.
NOTARIAL ACKNOWLEDGEMENT OF EXECUTION BY ALL SIGNATORIES MUST
ATTACHED
(CORPORATE SEAL)
APPROVED TO AS TO FORM:
RONALD R. BALL
City Attorney
By: 0 1 h' /// ; //
ATTEST: ~q~e ~obaldi
City Attorney
e" 211 5
t83
H \CNTQ5$14 FM
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
County of San Diego
On S--/a- cs before me, Leonore G. Payne, Notary Public
DATE NAME TITLE OF OFFICER -E G JANE DOE NOTARY PUBLIC
NAME(S) OF SIGNER@)
personally known to me - OR - kproved to me on the basis of satisfactory evidei
to be the person s whose name(s) is(
subscribed to the within instrument and 0
or the entity upon behalf of which
person(s) acted, executed the instrumf
ESS my hand and official seal.
Though the data below IS not required by law, it may prove valuable to persons relying on the document and could pr
fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUME
ci3drmc/- dc3@umE4lrz3 84Am
ldSrnLU-?,od c;.F cve;SeL eF-~hJT
sysfm A, JfiL C)U i';&-s7a
Spel;/+k PIQoW'falQNS FOL
LE OB T P OF DOCUMENT
0 CORPORATE OFFICER
TITLE(S)
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(IES)
SIGNER(S) OTHER THAN NAMED ABOVE
01993 NATIONAL NOTARY ASSOCIATION 8236 Remmet Ave , P 0 Box 7184 Canoga Park, C
BOND NO.: SA1401849 BQJjqD p~q~yJj~gj BASED ON PREMIUM: INCL. IN PEI I FINAL G(:>MT%ACT $RICE
U\BOA AND MATERlALS SOND a.
WHEREAS, the City Council of the City OS Carisbad, State of California, by Resolution No.95-1
-Qn ,DM Aa?r Priri -- adopted May 2. 1995 .htisawardedtome Reinhart con DYRT1 Systen&weinafter designated as the 'Pfirtcipal'), a Contract for:
in the City of Caflsbad, in strict confonnify wifh the drawings and specifications, and cth Contract Documents now on file in the Wce of the City Clerk of the City of Carlsbad and E:!] 4
which are incorporated herein by this ref- =renee.
WHERuI\S, Principal has executed or is about to execute said Contract and the terms thei-ec
require the furnishing of a bond, providing that if Pfmcipaf or any of their subcontractars she
fail to pay for any materials, provisions, FrOVwIdw or other supplies or teams used in, upon c
about the performznce of the work agreod to be done, or for any work or labor done thherrm
uf any kind, the Surety on this bond wiii pay the same to the extent hereimbr set forth.
.a! Principal, (heteinafterdes~~~~~~
as Surety, are held firmly bound unto the G?of Carisbad in the sum of PO~~Y ~housand 'TWO-
Rundred Sixty Six and 52/000--------------- .*u--_ -m113rI ($ $0.266- 52 1, said SUM being fiRy percent (50%) of the estimaled amaunt pap3ls by the City of Carlsbad under the terms of the Contkct, for which payment well and truly to bd made we bind ourselves, our heirs, executors and admin*ktrators, succ.essors, or assigns, joirdy
and severally, firmly by these presents.
Tff E CONDITION OF THIS OBUGA7ON IS SUCH that If the person or his/her subcont&c~rs
fail €6 pay for ;my materials, provisions, provender, supplies, or teams used in, upon, for, or
about the performance of the work contraded to b done,'arforany other work or laborthereon
of any kind, or fur amounts due under the Unemployment lnsurance Code with resped to such work or labor, or for any amounts required io be deducted, withheld, and paid ov0r to tlie Ernpfayment Development Department frGm the wages of employees of the comer "d
subcontractors pursuant io Section 13020 of the Unempioyme'nt Insurance Code with respect
to such work and labor that the Surety will pay fdr the same, not to exceed the sum specIfled in the bond, and, also, In case suit is brought upon the bond, costs and reasonable ~X~RSOS
and fees, including reawn&& aitorhey's fees, to be fixed by the court, as required by €he
provisions of Section 3248 of the Caiifornis Civil Code.
This bond shall inure to the benM& of any and all ~BORS, companies and corporations entitled
to file claim under Tile I5 of Pad 4 of Division 3 of the Civil Code (commencing with Section
3082).
Surety stipulates and agrees that 'no change, extension of time, alteration or addfin to the
terms of the Contract, or to the work tc be performed thereunder or.the specifications accompanying the sake shall affect its obligations on this bond, and it does hereby waive nbtio.3
of any change. exkension of @E, alternfions or addition to the terms of the contract or to the
work or to €he specifications.
A NOW, TWER~FDRE, WE, p. .*
..
0
+-. .t 211 5/s5
! @
H;\CNTasa14.PM 0
I
In the event tbat Contractor is an indlvldual, it is agreed that the dah of any such Contrast,
shall not exonerate the Sursty from its 05iigations under this band.
Executed by CONTRACTOR this c lnA Executed by SUR-Wfhis 9TH dr
!
e
SURETY:
STAR INSURANCE COMPANY - (name of Surety}
100 CENTURY CENTER CT., STE. 140
SAN JOSE, CA. 95112 - (address of Surety)
(408) 453-6006
L
(printed name of Attorney-in-Fact! YiL 5" plyJ2EEu \,cy1
(print name here) (attach corporate resolution showing currei
power of attorney)
0
V-i?
(title and organization of signatory}
(Proper notarial acknowledge of execution by CONTRACTOR and SURETY must be attached
(President or vice-president and secretary or assistant secretary must sign for corporations, only one officer signs, the carporation must attach a resolution certified by the secrew < assistant secretary under corporate sed en-powering thai officer to bind the corporation.)
APPROVED AS TO FORM:
RONALD R. BALL
City Attorney
By:
dw
I 2/15/
H:\CNT95014.PM * ,
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
County of SANTA CLARA
before me, LINDA K. LA MARR, NOTARY PUBLIC
DATE NAME, TITLE OR OFFICER - E G 'JANE DOE, NOTARY PUBLIC-
personally appeared G.F. GERBING, JR.
NAMEW OF SIGNERIS)
El personally known to me - OR -0 proved to me on the basis of satisfactory evidence
the personb) whose name(s0 ism subscribed
within instrument and acknowledged to me
he/&%X&W executed the same in his/&
authorized capacityHEs), and that by his/kix
signatureW on the instrument the person@),
entity upon behalf of which the person(E)
executed the instrument.
WITNESS my hand and official seal.
Though the data below is not required by law, it may prove valuable to persons relying on the docum
could prevent fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
Il INDIVIDUAL
@ CORPORATE OFFICER
TITLE OR TYPE OF DOCUMENT
TITLE61
3 PARTNERiS) 3 LIMITED
B ATTORNEY -IN-FACT
D TRUSTEE(S)
G GUARDIAN /CONSERVATOR
5 GENERAL
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER IS REPRESENTING:
NAME OF PERSONW OR ENTITY(IES1
STAR INSUROCE COMPAKY SIGNER(S) OTHER THAN NAMED ABOVI
AlAaxn32P.n 5/94
STAR INSURANCE COMPANY
GENERAL POWER OF ATTORNEY
0
KNOW ALL MEN BY THESE PRESENTS, that Star Insurance Company has made, constituted and appointed, and by these preset
make, constitute and appoint G. F. GERBING, JR. OF SAN JOSE, CALIFORNIA
its true and lawful attorney-in-fact, for it and in its name, place, and stead to execute on behalf of the said Company, as surety,
undertakings and contracts or suretyship to be given to
Applicable to All Obligees
provided that no bond or undertaking or contract of suretyship executed under this authority shall exceed in amount the sum of
two million five hundred thousand ($2,500,000.00) dollars.
This Power of Attorney is granted and is signed and sealed by facsimile under and by the authority of the following Re,
adopted by the Board of Directors of the Company on the 7th day of January, 1993.
"RESOLVED, that the Chairman of the Board, the Vice Chairman of the Board, the President, an Executive Vice President or i
Vice President or a Vice President of the Company be, and that each or any of them is, authorized to execute Powers of Attorney qualif:
attorney-in-fact named in the given Power of Attorney to execute in behalf of the Company bonds, undertakings and all contracts of sur
and that an Assistant Vice President, a Secretary or an Assistant Secretary be, and that each or any of them hereby is, authorized to ti
execution of any such Power of Attorney, and to attach thereto the seal of the Company.
FURTHER RESOLVED, that the signatures of such officers and the seal of the Company may be affixed to any such P
Attorney or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signa
facsimile seal shall be valid and binding upon the Company when so affixed and in the future with respect to any bond, undertaking or COI
suretyship to which it is attached."
IN WITNESS WHEREOF, STAR INSURANCE COMPANY has caused its official seal to be hereunto affixed, and these pre
be signed by one of its Vice Presidents and attested by one of its Assistant Vice Presidents this 7th day of February, 1994.
Attest:
e p&, -% f6-a
Robert S. Cubbin, Senior Vice President
STATE OF MICHIGAN }
COUNTYOFOAKLAND }
Marc S. Willner, Senior Vice President
} ss.:
On this 7th day of February, 1994, before me personally came Marc S. Willner, to me known, who being by me duly swi
depose and say that he is a Vice President of STAR INSURANCE COMPANY, the corporation described in and which executed ths
instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so
by order of the Board of Directors of said corporation and that he signed his name thereto by like order. kL\*uq&k-,
NOTARY Colleen PUBLIC Keltz ;3
My Commission Expires: - mlz Matay PUMb Wayne county
CERTIFICATE "r-wmePt.20, m In ookknd county,
I, the undersigned, of STAR INSURANCE COMPANY, a Michigan corporation, DO HEREBY CERTIFY that the forego
attached Power of Attorney remains in full force and has not been revoked; and furthermore that the Resolution of the Board of Direc
forth in the said Power of Attorney, is now in force.
Signed and sealed at the city of Southfield in the State of Michigan. Dated the 9TH day of MAy 19 2 a 'p? p&..&
'' Maryxiaud, Assistant Secretary
6030-Feb. 94 Page 1 of 1 [progskrtyk
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
County of San Diego
On 5-jd-CI-s before me, Leonore G. Payne, Notary Public
personally appeared 3-KFF Sr3Qq
personally known to me - OR - Hproved to me on the basis of satisfactory evide
to be the person(s) whose name(s@
subscribed to the within instrument and
DATE NAME TITLE OF OFFICER E G JANE DOE NOTARY PUBLIC'
1 NAME(S) OF SIGNER(S)
or the entity upon behalf of which 1
person(s) acted, executed the instrume
Though the data below IS not required by law, it may prove valuable to persons relying on the document and could prl
fraudulent reattachment of this form.
CAPACITY CLAl MED BY SIGNER DESCRIPTION OF ATTACHED DOCUMEI
h3oe AM 0?4/-w&s t50& 0 CORPORATE OFFICER
TITLE OR TYPE OF DOCUMENT TITLE(S)
ATTORNEY-IN-FACT NUMBER OF PAGES
G U ARDl AN/CONSERVATOR
DATE OF DOCUMENT
SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTWIES)
SIGNER(S) OTHER THAN NAMED ABOVE
01993 NATIONAL NOTARY ASSOCIATION 8236 Rernrnet Ave , P 0 Box 7184 Canoga Park, CP
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
County of ;s/.tb) ~i) I GW
personally appeared (+wL /, i^i7aqoepJ = TGL\ c fyyhs 5 k&:/doid- \dq,&fq i;
Date Name and Title of Officer (e 9, 'Jane Doe Notary Public')
Name@) of Signer@)
0 personally known to me - OR -Rproved to me on the basis of satisfactory evidence to be thees
whose &s)@re subscribed to the within instrumen
and ackn ledged to me that =he/they executed thc
same in aher/their authorized mies), and that b1
mer/their qgiitm(s) on the instrument the pe@@)
or the entity up-ehalf of which the-s) acted
executed the instrument.
WITNESS my hand and official seal.
Signature of Notary Public
Though the information below is not required by law, it may prove valuable to persons relying on the document and could preven
fraudulent removal and reattachment of this form to another document.
Description of Attached Document
Title or Type of Document:
Number of Pages: -1 -- Document Date: 5-45-7s
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer@) .BL't 5 \q "ri) 0 ad E Signer's Name:
0 individual 0 Individual
0 Corporate Officer
Title (s) :
0 Partner - 0 Limited 0 General 0 Partner - 0 Limited 17 General
0 Attorney-in-Fact
0 Guardian or Conservator 0 Guardian or Conservator
Signer Is Representing: Signer Is Representing:
0 1994 National Notary Association 8236 Remmet Ave , PO Box 7184 * Canoga Park CA 91309-7184 Prod No 5907 Reorder Call Toll-Free
t
BOND NO.: SA1401849
PREMlJhA BASED ON PREMIUM: $2,416.00 FNAL CCI~fT?ACT PPICE
2 0 FAITHFUL PERFGRMANCWARRANTY BOND
WHEREAS, the City Council af the City of Cartsbad, State of California, by Resolution Noem
adopted May 2, 1995 I has awarded to The Reinhart Corporation DBA- Aair Purificatfon Sysrems .,, (breinafterdesignated as the 'Principal'), a Contract for:
in the C3y of Carisbad, in strict mnfmnity with the contract, the drawings and specifications,
and other Contract Documents now on fire in the office of the City Clerk of the City of arkbad, all of which are incarpomted herein by this reference.
WHEREAS, Principal has exsacuted or is about to axecute said Contract and the terms thereof require the furnishing of a bond for the fakhfuI performance and warranty of said Contract;
NOW, THER€FORE,m, The Reinhart Corpozatias DBA Aair Purific~~lodSg~~~aoip/*1, (hereinafterd~ignatedasthe'Contractof), and STAR INSURANCE COMPANY
, as Surety, are held and firmly bound unto the Ci!y of GrtsbeX in the Sum Of Fiphty Thousand Five flcxlred Thirty Three and 04/00
----------_.I_---- -~--------4OllWS
($80,533.04 ), satd sum being equal to one hundred percent {IOPh) of the estimated amount of the Contract, to be paid to City or its certain attorney, b 5uccessom and assigns; for which payment, well and truly to be made, we bind ourselves, our hairs, executors arid administrators, successors or assigis, joirdy and severally, firmly by these presents.
THE CONDlnON OF MIS OBUGATION IS SUCH that if the above bounden Contractor, their
heirs, executors, administrators, successors or assigns, shall in dl things stand tolad abide by,
and well and truly keep and perform the cowants, conditions, and agreements in the Contract
and any aheratian thereof made as therein provided OR their part, to be kept and, performed at
the time and in the manner therein specifie2. and in all respects according to their true irrterlt
and meaning, and shall indemnify and save harmless the Cjty of Carlsbad? its officers;,
ernpbyees and agents, as therein stiputated, then this obligation shall become pull and voicI;
otherwise ft shall remain in full fame and &e&
As a part of the obiigation secured hereby and in addition to tho face amaunt specified therefor,
there shaI1 be included costs and reasonable wpenses and fees, including reasonable attorney's
fees, incurred by the City in successfuily enforcing such obligation, all to be &xed,as costs and
included in any judgment rendered.
Surety stipulates and agrees that no chaqe, extension of time, aHeMin or ac/dSon to the!
terms of the Contract, or to the wark to be perfomred thereunder or the specifica6onS;
accompanying #e same shdi affect its obligations on this bond, and it does hereby wdve notice
of any change. extension of time, alterations or additian to the terms of the 00Wd or to the
work or to the specifications.
-------.- T
0
. 2/15/95
&$
HfiCNTDS614,FM
fn the event that Contractor is an indiv'duai, it Is agrmd that the &ah of any such Conrac shall not exonerate the Surety from its obligations under this bohd.
fxecuted by CONTRACTOR this i 4~ Executed by SURETY this 9TH d
0
day Of ,hf L x' , IE&Y of MAY ,15-95 -
CONTRACTOR if SURE3-Y THE REINHART CORPORATION DBA
_. STAR INSURANCE COMPANY
(name of Surety)
6 CENTURY CENTER CT., STE. 140
__- (printed name of Attorney-in-Fact) phL S" NyJ&Gd 2z -
(Attach corporate resolution showing curren {print name here)
power of attorney.)
0
V-7.
(Title and Organization of signatory)
(Proper notNai acknouvledge of executicri by CONTRACTOR and SUR€?Y must be attachsd.:
(President or vice-president and secretary or assistant secretaty must sign for corporations. If only one officer signs, the copration must attach a resolution certified by the secrefarS' or
assistant secretary under corporate sed empowering that officer to blnd the corporation.)
APPROVED AS TO FOAM:
RONAD R. BALL
City Attorney
J/ ' By: h9 <>d.&$,.
Jyw MdbAlLq F
2/15/95 @ e ti.\CNTs50lrl.FM
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
before me, LINDA K. LA MARR, NOTARY PUBLIC
DATE NAME, TITLE OR OFFICER - E G ‘JANE DOE, NOTARY PUBLIC’
personally appeared G.F. GERBING, JR.
NAMEISI OF SIGNERIS)
personally known to me - OR -0 proved to me on the basis of satisfactory evidence
the personb) whose name(s0 ism subscribed
within instrument and acknowledged to me
he/&W&m executed the same in his/&
authorized capacity&@, and that by his/h
signature(g3 on the instrument the personbs),
entity upon behalf of which the person($)
executed the instrument.
WITNESS my hand and official seal.
Though the data beiow is not required by law, it may prove valuable to persons relying on the docurr
could prevent fraudulent reattachment of this form.
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF ATTACHED DOCUMENT
0 INDIVIDUAL
1 CORPORATE OFFICER
TITLE OR TYPE OF DOCUMENT
TITLEE)
cl PARTNER(S1 0 LIMITED
B ATTORNEY-IN-FACT NUMBER OF PAGES
0 TRUSTEE(S1
G GUARDIANKONSERVATOR
D GENERAL
DATE OF DOCUMENT
SIGNER IS REPRESENTING:
NAME OF PERSONIS) OR ENTITYIIES)
STAR IN’SUWCE COMPANY SIGNER(S) OTHER THAN NAMED ABOV
Av\oMo32 Rr;i 5194
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
before me, Leonore G. Payne, Notary Public
DATE NAME TITLE OF OFFICER E G JANE DOE NOTARY PUBLIC
personally appeared JEFF S6Rey / NAME(S) OF SIGNER(S)
c] personally known to me - OR - 6oved to me on the basis of satisfactory evider
the same in
or the entity upon behalf of which 1
person(s) acted, executed the instrume
Though the data below is not required by law, it may prove valuable to persons relying on the document and could prt
fraudulent reattachment of this form
CAPACITY CLAIMED BY SIGNER DESCRIPTION OF AllACHED DOCUMEI
Fl4i7-64FEI.L PEdFDrn4dCE &WdTy
I TITLE OR TYPE OF DOCUMENT TITLE(S)
0 GENERAL a,
AlTORN EY -I N-FACT
0 GUARDIANCONSERVATOR
NUMBER OF PAGES
DATE OF DOCUMENT
SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTIPI(IES)
SIGNER(S) OTHER THAN NAMED ABOVE
01 993 NATIONAL NOTARY ASSOCIATION 8236 Remmet Ave , P 0 Box 7184 Canoga Park, Ci
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
County of S:.id D 1 EL-=-
personally appeared
WITNESS my hand and official seal.
Signature of Notary Public
Though the information below is not required by law, it may prove valuable to persons relying on the document and could prever
fraudulent removal and reattachment of this form to another document
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(ies) Claimed by Signer(s)
r
I
[?YLL 5 pP,c(&LJaz fd IJL
0 Individual 0 Individual
0 Corporate Officer
TI t le( s) :
0 Partner - 0 Limited I7 General 0 Partner - 0 Limited 0 General
0 Attorne y-i n- Fact
0 Guardian or Conservator 0 Guardian or Conservator
0 Attorney-in-Fact
Signer Is Representing:
0 1994 National Notary Association 8236 Remmet Ave , PO Box 7184 * Canoga Park, CA 91309 7184 Prod No 5907 Reorder Call Toll-Free
City of Carlsbad
Purchasing Department e Representation and Certification
The following representation and certification are to be completed, signed and returned with proposal.
REPRESENTATONS: Mark all applicable blanks. This I am currently certified by:
offeror represents as part of this offer that the ownership,
operation and control of the business, in accordance with the
specific definitions listed below is:
(Check appropriate Ethnic Ownership Type)
Certification #:
CERTIFICATION OF BUSINESS REPRESENTA'I
Mark all applicable blanks. This offeror represent!
of this offer that:
This firm is I/ is not
minority business.
This firm is , is not
woman-owned business.
WOMAN-OWNED BUSINESS: A woman-owned b
a business of which at least 51 percent is owned,
and operated by a woman or women. Controlled is I
exercising the power to make policy decisions. 01
defined as actually involved in the day-to-day man; DEFINITIONS:
INORIN BUSINESS ENTERPRISE: "Minority Business" is
fined as a business, at least 51 percent of which is owned,
operated and controlled by minority group members, or in the
case of publicly owned businesses, at least 51 percent of
which IS owned, operated and controlled by minority group
members. The Small Business Administration defines the
socially and economically disadvantaged (minorities) as Black
American, Hispanic American, Native Americans (Le. American
Indian, Eskimos, Aleuts and Native Hawaiians), and Asian-
Pacific Americans (Le., US. Citizens whose origins are from
Japan, China, the Philippines, Vietnam, Korea, Samoa, Guam,
the U S Trust Territories of the Pacific, Northern Marianas,
Laos, Cambodia and Taiwan).
CERTl FI CATl ON:
t as of the date submitted.
%WO &plg +fi t. /Ip. 4 L, ye $0 2 ADDRESS
Sufi DGqo ~ IA y>/lZ-/
/
CITY, STATE AND Zl)d 1
TELEP'HONEr(JUMBER v "
c 24 LpI) 57k 4 2r
211 519 e
@
H.\CNTQSO14.FM
MARK RUBIN INSURANCE
URANCE SVCS
AAIR PURIFICATION SYSTEMS
9040 KENAMAR DR. STE. #402
SAN DIEGO, CA 921212457
MERCIAL GENERAL LIABILITY
ALL OWNED AUTOS
SCHEDULED AUTOS
57SBADZ7120
NON-OWNED AUTOS
THE CITY OF CARLSBAD, ITS OFFICIALS, EMPLOYEES AND VOLUNTEERSARE NAMED
ADDITIONAL INSUREDS AS RESPECTS: LIABILITY ARISING OUT OF ACTIVITIES PI BY OR ON BEHALF OF THE CONTRACTOR; PRODUCTS AND COMPLETED OPERATIONS 01
CONTRACTOR; PREMISES OWNED, LEASED, HIRED OR BORROWED BY THE CONTRACT01
WAIVER OF SUBROGATION IS INCLUDED, THE ACTUAL ENDORSEMENT TO FOLLOW.
*IO DAYS NOTICE FOR NONPAYMENT OF PREMIUM.
CITY OF CARLSBAD/CITY HALL
1200 CARLSBAD VILLAGE DRIVE ~#~~R?W~~S~~KiXl.XE#!?XSEXK~~C SAN DIEGO, CA 92008
?..e fl
bVI1U
PRODUCER
MARK RUBIN INSURANCE
URANCE SVCS
AAIR PURIFICATION SYSTEMS
9040 KENAMAR DR. STE. #402
SAN DIEGO, CA 921212457
INDICATED, NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDlTlON OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO \ CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POUCIES DESCRIBED HEREIN IS SUBJECT TO ALL 7
ERCIAL GENERAL LIABILITY
ALL OWNED AUTOS
SCHEDULED AUTOS
57SBADZ7120
NON-OWNED AUTOS
EMPLOYERS maim
THE CITY OF CARLSBAD, ITS OFFICIALS, EMPLOYEES AND VOLUNTEERSARE NAMED
ADDITIONAL INSUREDS AS RESPECTS: LIABILITY ARISING OUT OF ACTIVITIES PE BY OR ON BEHALF OF THE CONTRACTOR; PRODUCTS AND COMPLETED OPERATIONS Of'
CONTRACTOR; PREMISES OWNED, LEASED, HIRED OR BORROWED BY THE CONTRACTOE
WAIVER OF SUBROGATION IS INCLUDED, THE ACTUAL ENDORSEMENT TO FOLLOW.
*10 DAYS NOTICE FOR NONPAYMENT OF PREMIUM.
D(PIRATION DATE THEREOF, THE ISSUING COMPANY wn~. @m 0 1200 CARLSBAD VILLAGE DRIVE
SAN DIEGO, CA 92008
=* 0
7 6. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENpORSEMENT-CALIFORNIA
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not er
our right against the person or organization named in the Schedule. (This agreement applies only to the eXkr
YOU perform work under a written contract that requires you to obtain this agreement from us.)
YOU must maintain payroll records accurately segregating the remuneration of your employees white engas
the work described in the Schedule.
The additional premium for this endorsement shall be 10% of the California workers' compensation prel otherwise due on such remuneration.
0
Schedule
Person or Organization Job Description
THE CITY OF CARLSBADjCITY HALL
OFFICE OF PURCHASING
ATTN: CHUCK WALDEN
1200 CARLSBAD VILLAGE DRIVE
SAN DIEGO, CA 92008
1
-----.-**------------------
All other terms and conditions of this policy remain unchanged.
This endorsement when countersigned by an Authorized Re resentative of the Com policy~o. 10 WC2 0021850 B
to AAIR PURIFICATION SYSTEMS (DBA)
n and attached issued by NATIO~AL AMERICAN INS co BfInbrance Compz-
sh e valid and form part of said policy.
dlS ENDORSEMENT EFFECTIVE from and after the 20TH day of FEBRUARY 95 12:OlA 2 93 19 -, at
, 19 - End No.
9
Countersigned at LoNG .BEACH, CA this 26TH day of APRIL
4000337/ALL CC@DfERCIAL INS SRxE&orized Represen@tj
WC040306 17- 56009A
1 ,-
p ’ ’ WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENPORSEMENT-CALIFORNIA
We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not en
our right against the person or organization named in the Schedule. (This agreement applies only to the exten
you perform work under a written contract that requires you to obtain this agreement from us.)
You must maintain payroll records accurately segregating the remuneration of your employees while engag
the work described in the Schedule.
The additional premium for this endorsement shall be LOh of the California workers’ compensation prer
otherwise due on such remuneration.
0
Schedule
Person or Organization Job Description
THE CITY OF CARLSBAD/CITY HALL
OFFICE OF PURCHASING
ATTN: CHUCK WALDEN
1200 CARLSBAD VILLAGE DRIVE
SAN DIEGO, CA 92008
0
All other terms and conditions of this policy remain unchanged.
This endorsement when countersigned by an Authorized Re resentative of the Corn n and attached
St.
95 12:OlA 2
Poiicy~o. 10 WC2 0021850 B issued by NATIO~AL AMERICAN INS co Bb,n)&nce Cornpa to AAIR PURIFICATION SYSTEMS (DBA)
be valid and form part of said policy.
Countersigned at LoNG BEACH CA this 26TH day of APRIL *IS ENDORSEMENT EFFECTIVE from and after the 20TH day of FEBRUARY g3 19 -, at
, 19 - End No. -
4000337/ALL COMMERCIAL INS SR#&orized Representati
(7- WC 04 03 06 56009A
c
e
THIS E~~~~ CHA~GES TWE PCUCY- PLEAS& R~D IT CARE
wAfvEf3 OF SuBROGAnON
lhrs gdOrsament moailIe3 iEW&O proviaed Umac che tormw
SPfBTRUM POLlcV 57 ‘3mZ7120 AAXR mFICATI0N
Tws wahgr a1 f&Orognlaon ~plta0 aery: WE CITY OF CARLSBAD/CfTY HALL OFFICE OF
2 for ~b WWs apererlans 01 We ds3gna\ad ‘OOOI\On
we wIe q rigrl lo rwgvary 4- my neve *am\ q par=* or org~ize~~ b*Cauw
un~er \M @USVreSS Lisbi1lty Ca~~fa39.
1. m \ne parson ar wganlzerion: .J e FURCHASING 1200 CARLSBAO VILLAGE DRIVE, SAN DIEGO, C
mfro\~n In IhB DaC!WatIOPS. PER CONTRACT ~~95-1 - FOR INSTALLATION OF DIESEL. EX
SYSTEEIS AT VARIOUS FIRE STATIONS.
AGENE WE: NWRKED WS. AGENTS
UIDE: 121637 0
ACDITIONAL PREHIUM: T8D
THIS ENDORSEMENT DOES NOT CHANGE THE POLICY EXCEPT AS SHOWN.
farm 5s 12 10 03 82 Print-Q, ,n US.A (Nsl
Gopyfgn\ Hartford Fi:e Inm,conco Company. tBQ2
0
POLICY NUMGER: 57SBADZ7120 I.
TH1S.ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY.
AOOiTfQNAL INSU’R€WWNEBS, LESSEES OR CONTRACTOffS (FORM B)
CC20 !Oil85 0
This endorsement modifies insurance provided under the fallowing:
COMMERCiAL GENERAL LIA8lLITY COVERAGE PART & AUT0MoB1LE LLABILITY
SCHEDULE
Name of Person or Organization:
THE CITY OF CARLSBAD, ITS OFFICIALS, EMpLxlyEES, AND VOLUNTEERS
OFFICE OF PURCHASING/KIWIN DAVIS
1200 CAFUSBAD VImGE DRIVE CARISBAD, CA 92008
(If no entry appears above, information required to.complete this endorsement wiil be shawn in the Oec
applicable to this endorsement.)
WHO IS AN INSURED (Section iI) is amended to include as an insured the person or organization SI
Schedule, but only with respect to liability arising aut of “your wark’’ far that insured by or for you.
0
I‘
-
a
-_ /o---..q --#I-.*#‘. Copyqnl. itwr~oc~ Scrvsces O!!icc! Inc.. 1994 m
, ,
OPTIONAL
ESCROW AGREEMENT FOR SECURITY
DEPOSITS IN LIEU OF RETENTION 0
This Escrow Agreement is made and entered into by and between the City of Carlsbad whosc
address is 1200 Carlsbad Village Drive, Carlsbad, California, 92008, hereinafter called "City" an(
whose addres:
IS hereinafte
called "Contractor" and whosf
address is hereinafte
called "Escrow Agent . I'
For the consideration hereinafter set forth, the City, Contractor and Escrow Agent agree a:
follows:
1. Pursuant to Section 22300 of the Public Contract Code of the State of California, thc
contractor has the option to deposit securities with the Escrow Agent as a substitute fo
retention earnings required to be withheld by the City pursuant to the Construction Contrac
entered into between the City and Contractor for
in the amount of dated (hereinafter referred tc
as the "Contract"). Alternatively, on written request of the contractor, the City shall makt
payments of the retention earnings directly to the escrow agent. When the Contract0
deposits the securities as a substitute for Contract earnings, the Escrow Agent shall notifi
the City within 10 days of the deposit. The market value of the securities at the time of thc
substitution shall be a least equal to the cash amount then required to be withheld a:
retention under the terms of the contract between the City and Contractor. Securities shal
be held in the name of the , and shall designate thc
Contractor as the beneficial owner.
2. The City shall make progress payments to the Contractor for such funds which otherwisc
would be withheld from progress payments pursuant to the Contract provisions, providec
that the Escrow Agent holds securities in the form and amount specified above.
3. When the City makes payment of retentions earned directly to the escrow agent, the escrob
agent shall hold them for the benefit of the contractor until such time as the escrow createc
under this contract is terminated. The contractor may direct the investment of the payments
into securities. All terms and conditions of this agreement and the rights anc
responsibilities of the parties shall be equally applicable and binding when the City pay$
the escrow agent directly.
The contractor shall be responsible for paying all fees for the expenses incurred by the
Escrow Agent in administering the Escrow Account and all expenses of the City. These
expenses and payment terms shall be determined by the City, Contractor and Escroh
Agent.
5. The interest earned on the securities or the money market accounts held in escrow and all
interest earned on that interest shall be for the sole account of Contractor and shall be
0
4.
211 5/91 0
@
H:\CNTQ5014.FM
<
L
subject to withdrawal by Contractor at any time and from time to time without notice to thc
City.
6. Contractor shall have the right to withdraw all or any part of the principal in the Escrow
Account only by written notice to Escrow Agent accompanied by written authorization frorr
City to the Escrow Agent that City consents to the withdrawal of the amount sought to br
withdrawn by Contractor.
7. The City shall have a right to draw upon the securities in the event of default by tht
Contractor. Upon seven days' written notice to the Escrow Agent from the City of thc
default, the Escrow Agent shall immediately convert the securities to cash and shal
distribute the cash as instructed by the City.
8. Upon receipt of written notification from the City certifying that the Contract is final anc
complete and that the Contractor has complied with all requirements and procedure:
applicable to the Contract, the Escrow Agent shall release to Contractor all securities anc
interest on deposit less escrow fees and charges of the Escrow Account. The escrow shal
be closed immediately upon disbursement of all moneys and securities on deposit and
payments of fees and charges.
9. The Escrow Agent shall rely on the written notifications from the City and the contractor
pursuant to Sections (4) to (6), inclusive, of this agreement and the City and Contractor
shall hold Escrow Agent harmless from Escrow Agent's release, conversion and
disbursement of the securities and interest as set forth above.
e
....
0 ....
....
....
....
....
....
....
....
....
....
....
....
211 5/95 *
@
H:\CNT95014.FM
<
10. The names of the persons who are authorized to give written notices or to receive writter
notice on behalf of the City and on behalf of Contractor in connection with the foregoing
and exemplars of their respective signatures are as follows: 0
For City: Title
Name
Signature
Address
For Contractor: Title
Name
Signature
Address
For Escrow Agent: Title
Name
Signature
Address 0
(b 211 5/95
@
H \CNTQ5014 FM
<
At the time the Escrow Account is opened, the City and Contractor shall deliver to the Escrow
Agent a fully executed counterpart of this Agreement.
IN WITNESS WHEREOF, the parties have executed this Agreement by their proper officers or
the date first set forth above.
o
For City: Tit le
Name
Signature
Address
For Contractor: Title
Name
Signature
Address
For Escrow Agent: Title
Name
Signature
Address
e
2/ 1 5/95 0
@
H \CNTQ5014 FM
c
RELEASE FORM
0 THIS FORM SHALL BE SUBMITTED PRIOR TO APPROVAL OF MONTHLY PROGRESS
PAYMENTS.
NAME OF CONTRACTOR:
PROJECT DESCRl PTI ON:
PERIOD WORK PERFORMED:
RETENTION AMOUNT FOR THIS PERIOD: $
DISPUTED WORK/CLAIMS
DESCRIPTION OF DISPUTED WORK/CLAIM AMOUNT CLAIMED
(OR)
Contractor further expressly waives and releases any claim Contractor may have, of whatever
type or nature, for the period specified which is not shown as disputed work/claim on this form.
This release and waiver has been made voluntarily by Contractor without any fraud, duress or
undue influence by any person or entity. Contractor is referred to paragraph 4 of the Public
Works Contract.
Contractor further certifies, warrants, and represents that all bills for labor, materials, and work
due Subcontractors for the specified period will be paid according to Public Contract Code
Section 20104.50 and Business and Professions Code Section 7108.5 and that the parties
signing below on behalf of Contractor have express authority to execute this release.
DATED:
0
PRINT NAME OF CONTRACTOR
DESCRIBE ENTITY (Partnership, Corporation, etc.)
By:
Title:
By:
Title:
2/ 1 5/95 .1)
@
H:\CNTQ5014.FM
d
SPECIAL PROVISIONS
I. SUPPLEMENTARY GENERAL PROVISIONS
TO STANDARD SPECIFICATIONS
FOR PUBLIC WORKS CONSTRUCTION
e
1-1 TERMS
To Section 1-1, add:
A. Reference to Drawings:
Where words "shown," "indicated," "detailed," "noted," "scheduled," or words of similar import are
used, it shall be understood that reference is made to the plans accompanying these provisions,
unless stated otherwise.
B. Directions:
Where words "directed," "designated," "selected," or words of similar import are used, it shall be
understood that the direction, designation or selection of the Engineer is intended, unless stated
otherwise. The word "required" and words of similar import shall be understood to mean "as
required to properly complete the work as required and as approved by the City Engineer,"
unless stated otherwise.
C. Equals and Approvals:
Where the words "equal," "approved equal," "equivalent," and such words of similar import are
used, it shall be understood such words are followed by the expression "in the opinion of the
Engineer," unless otherwise stated. Where the words "approved," "approval," "acceptance," or
words of similar import are used, it shall be understood that the approval, acceptance, or similar
import of the Engineer is intended.
D. Perform and Provide:
The word "perform" shall be understood to mean that the Contractor, at her/his expense, shall
perform all operations, labor, tools and equipment, and further, including the furnishing and
installing of materials that are indicated, specified or required to mean that the Contractor, at
her/his expense, shall furnish and install the work, complete in place and ready to use, including
furnishing of necessary labor, materials, tools, equipment, and transportation.
0
1-2 DEFINITIONS
Modify Section 1-2 as follows:
Agency -the City of Carlsbad, California
Engineer - the Project Manager for the City of Carlsbad or his approved representative
2/15/91 ..
c3b
H:\CNT95014.FM
.
2-4 CONTRACT BONDS
Delete the third sentence of the first paragraph having to do with a surety being listed in thc
latest revision of U.S. Department of Treasury Circular 570.
Modify Paragraphs three and four to read:
The Contractor shall provide a faithful performance/warranty bond and payment bond (labor an(
materials bond) forthis contract. The faithful performance/warranty bond shall be in the amoun
of 100 percent of the contract price and the payment bond shall be in the amount of 50 percer
of the contract price. Both bonds shall extend in full force and effect and be retained by the cit
during the course of this project until they are released according to the provisions of thii
section.
The faithful performance/warranty bond will be reduced to 25 percent of the original amount 3:
days after recordation of the Notice of Completion and will remain in full force and effect for the
one year warranty period and until all warranty repairs are completed to the satisfaction of the
city engineer.
The payment bond shall be released six months plus 35 days after recordation of the Notice o'
Completion if all claims have been paid.
Add the following:
All bonds are to be placed with a surety insurance carrier admitted and authorized to transacl
the business of insurance in California and whose assets exceed their liabilities in an amouni
equal to or in excess of the amount of the bond. The bonds are to contain the followins
0
0 documents:
1) An original, or a certified copy, of the unrevoked appointment, power of attorney, by laws,
or other instrument entitling or authorizing the person who executed the bond to do so.
A certified copy of the certificate of authority of the insurer issued by the insurance
commissioner. 2)
If the bid is accepted, the City may require a financial statement of the assets and liabilities of
the insurer at the end of the quarter calendar year prior to 30 days next preceding the date of
the execution of the bond. The financial statement shall be made by an officer's certificate as
defined in Section 173 of the Corporations Code. In the case of a foreign insurer, the financial
statement may be verified by the oath of the principal officer or manager residing within the
United States.
2-5 PLANS AND SPECIFICATIONS
To Section 2-5.1, General, add:
The specifications for the work include the Standard Specifications for Public Works
Construction, (SSPWC), 1994 Edition, and the latest supplement, hereinafter designated
"SSPWC", as issued by the Southern California Chapter of the American Public Works
Association, and as amended by the Special Provisions section of this contract.
2/15/95 *
@
H:\CNT95014.FM
The Construction Plans consist of sheet(s) designated as City of Carlsbad Drawin
No. N/A . The standard drawings utilized for this project are the latest edition of the @J
Dieao Area Resional Standard Drawinas, hereinafter designated SDRS, as issued by the Sa
Diego County Department of Public Works, together with the City of Carlsbad Supplement:
Standard Drawings. Copies of pertinent standard drawings are enclosed with these document:
To Section 2-5.3, Shop Drawings, add:
Where installation of work is required in accordance with the product manufacturer's directior
the Contractor shall obtain and distribute the necessary copies of such instruction, including tw
(2) copies to the City.
To Section 2-5, add:
2-5.4 Record Drawings:
The Contractor shall provide and keep up-to-date a complete "as-built" record set of transparer
sepias, which shall be corrected daily and show every change from the original drawings an
specifications and the exact "as-built" locations, sizes and kinds of equipment, undergrouni
piping, valves, and all other work not visible at surface grade. Prints for this purpose may b
obtained from the City at cost. This set of drawings shall be kept on the job and shall be usel
only as a record set and shall be delivered to the Engineer upon completion of the work.
N/A
3-5 DISPUTED WORK
All claims by the contractor for $375,000 or less shall be resolved in accordance with th
procedures in the Public Contract Code, Division 2, Part 3, Chapter 1, Article 1.5 (commencini
with Section 20104) which is set forth below: 0
Article 1.5 Resolution of Construction Claims
20104. (a)(l) This article applies to all public works claims of three hundred seventy-fiv
thousand dollars ($375,000) or less which arise between a contractor and a local agency.
(2) This article shall not apply to any claims resulting from a contract between a contractc
and a public agency when the public agency has elected to resolve any disputes pursuant tc
Article 7.1 (commencing with Section 10240) of Chapter 1 of Part 2.
(b)(l) "Public work" has the same meaning as in Sections 3100 and 3106 of the Civil Code
except that "public work" does not include any work or improvement contracted for by the stat1
or the Regents of the University of California.
(2) "Claim" means a separate demand by the contractor for (A) a time extension, (B) paymer
of money or damages arising from work done by, or on behalf of, the contractor pursuant to thi
contract for a public work and payment of which is not otherwise expressly provided for or thi
claimant is not otherwise entitled to, or (C) an amount the payment of which is disputed by thi
local agency.
(c) The provisions of this article or a summary thereof shall be set forth in the plans c
specifications for any work which may give rise to a claim under this article.
(d) This article applies only to contracts entered into on or after January 1, 1991.
201 04.2 For any claim subject to this article, the following requirements apply:
(a) The claim shall be in writing and include the documents necessary to substantiate thi
claim. Claims must be filed on or before the date of final payment. Nothing in this subdivisioi
0 2/15/<
Qa
H \CNT95014 FM
.
is intended to extend the time limit or supersede notice requirements otherwise provided b
contract for the filing of claims.
(b)(l) For claims of less than fifty thousand dollars ($50,000), the local agency shall responc
in writing to any written claim within 45 days of receipt of the claim, or may request, in writing
within 30 days of receipt of the claim, any additional documentation supporting the claim o
relating to defenses to the claim the local agency may have against the claimant.
(2) If additional information is thereafter required, it shall be requested and provided pursuan
to this subdivision, upon mutual agreement of the local agency and the claimant.
(3) The local agency’s written response to the claim, as further documented, shall bc
submitted to the claimant within 15 days after receipt of the further documentation or within i
period of time no greater than that taken by the claimant in producing the additional information
whichever is greater.
(c)(l) For claims of over fifty thousand dollars ($50,000) and less than or equal to threc
hundred seventy-five thousand dollars ($375,000), the local agency shall respond in writing tc
all written claims within 60 days of receipt of the claim, or may request, in writing, within 30 day:
of receipt of the claim, any additional documentation supporting the claim or relating to defense:
to the claim the local agency may have against the claimant.
(2) If additional information is thereafter required, it shall be requested and provided pursuan
to this subdivision, upon mutual agreement of the local agency and the claimant.
(3) The local agency’s written response to the claim, as further documented, shall bc
submitted to the claimant within 30 days after receipt of the further documentation, or within i
period of time no greater than that taken by the claimant in producing the additional informatior
or requested documentation, whichever is greater.
(d) If the claimant disputes the local agency’s written response, or the local agency fails tc
respond within the time prescribed, the claimant may so notify the local agency, in writing, eithe
within 15 days of receipt of the local agency’s response or within 15 days of the local agency’:
failure to respond within the time prescribed, respectively, and demand an informal conferencc
to meet and confer for settlement of the issues in dispute. Upon a demand, the local agenc]
shall schedule a meet and confer conference within 30 days for settlement of the dispute.
(e) Following the meet and confer conference, if the claim or any portion remains in dispute
the claimant may file a claim as provided in Chapter 1 (commencing with Section 900) an(
Chapter 2 (commencing with Section 910) of Part 3 of Division 3.6 of Title 1 of the Governmen
Code. For purposes of those provisions, the running of the period of time within which a clain
must be filed shall be tolled from the time the claimant submits his or her written claim pursuan
to subdivision (a) until the time that claim is denied as a result of the meet and confer process
including any period of time utilized by the meet and confer process. (9 This article does not apply to tort claims and nothing in this article is intended nor shal
be construed to change the time periods for filing tort claims or actions specified by Chapter .
(commencing with Section 900) and Chapter 2 (commencing with Section 910) of Part 3 o
Division 3.6 of Title 1 of the Government Code.
201 04.4. The following procedures are established for all civil actions filed to resolve claim!
subject to this article:
(a) Within 60 days, but no earlier than 30 days, following the filing or responsive pleadings
the court shall submit the matter to nonbinding mediation unless waived by mutual stipulatior
of both parties. The mediation process shall provide for the selection within 15 days by bot}
parties of a disinterested third person as mediator, shall be commenced within 30 days of tht
submittal, and shall be concluded within 15 days from the commencement of the mediatior
unless a time requirement is extended upon a good cause showing to the court or by stipulatior
of both parties. If the parties fail to select a mediator within the 15-day period, any party ma!
petition the court to appoint the mediator.
0
e 211 51s
@
H:\CNTQSOi 4.FM
L
(b)(l) If the matter remains in dispute, the case shall be submitted to judicial arbitratior
pursuant to Chapter 2.5 (commencing with Section 1 141.1 0) of Title 3 of Part 3 of the Code o
Civil Procedure, notwithstanding Section 1 141.1 1 of that code. The Civil Discovery Act of 198(
(Article 3 (commencing with Section 2016) of Chapter 3 of Title 3 of Part 4 of the Code of Civi
procedure) shall apply to any proceeding brought under the subdivision consistent with the rule:
pertaining to judicial arbitration.
(2) Notwithstanding any other provision of law, upon stipulation of the parties, arbitrator!
appointed for purposes of this article shall be experienced in construction law, and, upor
stipulation of the parties, mediators and arbitrators shall be paid necessary and reasonabk
hourly rates of pay not to exceed their customary rate, and such fees and expenses shall bt
paid equally by the parties, except in the case of arbitration where the arbitrator, for good cause
determines a different division. In no event shall these fees or expenses be paid by state o
county funds.
(3) In addition to Chapter 2.5 (commencing with Section 1141 .IO) Title 3 of Part 3 of the Codc
of Civil Procedure, any party who after receiving an arbitration award requests a trial de novc
but does not obtain a more favorable judgment shall, in addition to payment of costs and fee:
under that chapter, pay the attorney’s fees of the other party arising out of the trial de novo.
(c) The court may, upon request by any party, order any witnesses to participate in thc
mediation or arbitration process.
20104.6. (a) No local agency shall fail to pay money as to any portion of a claim which i:
undisputed except as otherwise provided in the contract.
(b) In any suit filed under Section 20104.4, the local agency shall pay interest at the legal ratc
on any arbitration award or judgment. The interest shall begin to accrue on the date the suit i:
filed in a court of law.
0
4-1 MATERIALS AND WORKMANSHIP
To Section 4-1.3.1, Inspection Requirements, General, add:
All work shall be under the observation of the Engineer or his appointed representative. Thc
Engineer shall have free access to any or all parts of work at any time. Contractor shall furnist
Engineer with such information as may be necessary to keep her/him fully informed regardins
progress and manner of work and character of materials. Inspection of work shall not relieve
Contractor from any obligation to fulfill this Contract.
Modify Section 4-1 -4, Test of Materials, as follows:
Except as specified in these Special Provisions, the Agency will bear the cost of testing material:
and/or workmanship where the results of such tests meet or exceed the requirements indicatec
in the Standard Specifications and the Special Provisions. The cost of all other tests shall bc
borne by the Contractors.
At the option of the Engineer, the source of supply of each of he materials shall be approvec
by him before the delivery is started. All materials proposed for use may be inspected or testec
at any time during their preparation and use. If, after trial, it is found that sources of suppl)
which have been approved do not furnish a uniform product, or if the product from any source
proves unacceptable at any time, the Contractor shall furnish approved material from othei
approved sources. After improper storage, handling or any other reason shall be rejected.
2/15/9 0
@
H:\CNTQSO14.FM
All backfill and subgrade shall be compacted in accordance with the notes on the plans and tb
SSPWC. Compaction tests may be made by the City and all costs for tests that meet or excec
the requirements of the specifications shall be borne by the City.
Said tests may be made at any place along the work as deemed necessary by the Engine€
The costs of any retests made necessary by noncompliance with the specifications shall k
borne by the Contractor.
Add the following section:
4-1.7 Nonconforming Work
The contractor shall remove and replace any work not conforming to the plans or specificatior
upon written order by the Engineer. Any cost caused by reason of this nonconforming wo
shall be borne by the Contractor.
e
5-1 LOCATION
Add the following:
The City of Carlsbad and affected utility companies have, by a search of known record
endeavored to locate and indicate on the Plans, all utilities which exist within the limits of tk
work. However, the accuracy of completeness of the utilities indicated on the Plans is nc
guaranteed.
5-4 RELOCATION
Add:
The temporary or permanent relocation or alteration of utilities, including service connectior
desired by the Contractor for hidher own convenience shall be the Contractor’s ow
responsibility, and he/she shall make all arrangements regarding such work at no cost to tt
City. If delays occur due to utilities relocations which were not shown on the Plans, it will k
solely the City’s option to extend the completion date.
In order to minimize delays to the Contractor caused by the failure of other parties to relocai
utilities which interfere with the construction, the Contractor, upon request to the City, may t:
permitted to temporarily omit the portion of work affected by the utility. The portion thus omitte
shall be constructed by the Contractor immediately following the relocation of the utility involve
unless otherwise directed by the City.
6-1 CON STR UCTlO N SCHEDULE
Modify this section as follows:
A construction schedule is to be submitted by the Contractor per the following:
1. The prime contractor is required to prepare in advance and submit at the time
of the project preconstruction meeting a detailed critical path method (CPM)
project schedule. This schedule is subject to the review and approval of the City.
211 51 a
@
ti:\CNTQ5014.FM
2. The schedule shall show a complete sequence of construction activities,
identifying work for the complete project in addition to work requiring separate
stages, as well as any other logically grouped activities. The schedule shall
indicate the early and late start, early and late finish, 50% and 90% completion,
and any other major construction milestones, materials and equipment
manufacture and delivery, logic ties, float dates, and duration.
The prime contractor shall revise and resubmit for approval the schedule as
required by City when progress is not in compliance with the original schedule.
The prime contractor shall submit revised project schedules with each and every
application for monthly progress payment identifying changes since the previous
version of the schedule.
The schedule shall indicate estimated percentage of completion for each item of
work at each and every submission.
0
3.
4.
5. The failure of the prime contractor to submit, maintain, or revise the
aforementioned schedule (s) shall enable City, at its sole election, to withhold up
to 10% of the monthly progress payment otherwise due and payable to the
contractor until the schedule has been submitted by the prime contractor and
approved by City as to completeness and conformance with the aforementioned
provisions.
No changes shall be made to the construction schedule without the prior written approval of th
Engineer. Any progress payments made after the scheduled completion date shall nc
constitute a waiver of this paragraph or any damages.
Coordination with the respective utility company for removal or relocation of conflicting utilitie
shall be requirements prior to commencement of work by the Contractor. 0
6-5 TERMINATION OF CONTRACT
Grounds for termination of the contract by the City include failure of the City or Contractor i
obtain necessary permits from other governmental agencies, or unreasonable delay caused k
enforcement of laws and regulations by other public agencies, including but not limited ti
enforcement of the Endangered Species Act and other similar laws.
6-6.3 PAYMENT FOR DELAYS TO CONTRACTOR
The City shall not be liable for delay caused by the enforcement of laws and regulations I:
other public agencies, including but not limited to, enforcement of the Endangered Species A
and other similar laws.
6-5 TERMINATION OF CONTRACT
Grounds for termination of the contract by the City include failure of the City or Contractor i
obtain necessary permits from other governmental agencies, or unreasonable delay caused k
enforcement of laws and regulations by other public agencies, including but not limited tc
enforcement of the Endangered Species Act and other similar laws.
211 51 1)
@
H \CNT95014 FM
PAYMENT FOR DELAYS TO CONTRACTOR
The City shall not be liable for delay caused by the enforcement of laws and regulations k
other public agencies, including but not limited to, enforcement of the Endangered species AI
and other similar laws. 0
6-7 TIME OF COMPLETION
The Contractor shall begin work within 45 days after receipt of the "Notice to Proceed" an
shall diligently prosecute the work to completion within 90 consecutive days after the dal
of the Notice to Proceed.
To Section 6-7.2, Working Day, add:
Hours of work - All work shall normally be performed between the hours of 7:OO a.m. an
sunset, from Mondays through Fridays. The contractor shall obtain the approval of the Enginec
if he/she desires to work outside the hours state herein.
Contractor may work during Saturdays and holidays only with the written permission of tt
Engineer. This written permission must be obtained at least 48 hours prior to such work, Tt
Contractor shall pay the inspection costs of such work.
6-8 COMPLETION AND ACCEPTANCE
Add the following:
All work shall be guaranteed for one (I) year after the filing of a "Notice of Completion" and ar
faulty work or materials discovered during the guarantee period shall be repaired or replace
by the Contractor, at his expense. Twenty-five percent of the faithful performance bond sh:
be retained as a warranty bond for the one year warranty period.
a
6-9 LIQUIDATED DAMAGES
Modify this section as follows:
If the completion date is not met, the contractor will be assessed the sum of $ 100.00 pf
day for each day beyond the completion date as liquidated damages for the delay. Ar
progress payments made after the specified completion date shall not constitute a waiver of th
paragraph or of any damages.
7-3 LIABILITY INSURANCE
Add the following:
All insurance is to be placed with insurers that have a rating in Best's Key Rating Guide of
least A-:V and are admitted and authorized to conduct business in the state of California ar
are listed in the official publication of the Department of Insurance of the State of California.
211 5/ e
@
H'\CNT95014 FM
7-4 WORKERS’ COMPENSATION INSURANCE
Add the following:
All insurance is to be placed with insurers that are admitted and authorized to conduct busines
in the state of California and are listed in the official publication of the Department of lnsuranc
of the State of California. Policies issued by the State Compensation Fund meet the requiremei
for workers’ compensation insurance.
0
7-5 PERMITS
Modify the first sentence to read:
The agency will obtain, at no cost to the Contractor, all encroachment, right-of-way, grading, ar
building permits necessary to perform work for this contract on City property, in street
highways (except State highway right-of-way), railways or other rights-of-way.
Add the following:
Contractor shall not begin work until all permits incidental to the work are obtained.
7-8 PROJECT AND SITE MANAGEMENT
To Section 7-8.1, Cleanup and Dust Control, add:
Cleanup and dust control shall be executed even on weekends and other non-working days i
the City’s request.
Add the following to Section 7-8:
7-8.8 Noise Control
All internal combustion engines used in the construction shall be equipped with mufflers in goc
repair when in use on the project with special attention to City Noise Control Ordinance Nc
31 09, Carlsbad Municipal Code, Chapter 8.48.
e
7-10 PUBLIC CONVENIENCE AND SAFETY
Add the following to Section 7-10.4, Public Safety:
7-10.4.4 Safetv and Protection of Workers and Public
The Contractor shall take all necessary precautions for the safety of employees on the work an
shall comply with all applicable provisions of Federal, State and Municipal safety laws an
building codes to prevent accidents or injury to persons on, about, or adjacent to the premise
where the work is being performed. He/she shall erect and properly maintain at all time, E
required by the conditions and progress of the work, all necessary safeguards for the protectio
of workers and public, and shall use danger signs warning against hazards created by suc
features of construction as protruding nails, hoists, well holes, and falling materials.
a 211 51
@
H:\CNTQ5014.FM
7-13 LAWS TO BE OBSERVED
Add the following:
Municipal ordinances which affect this work include Chapter 11.06. Excavation and Grading
If this notice specifies locations or possible materials, such as borrow pits or gravel beds, fl
use in the proposed construction project which would be subject to Section 1601 or Sectic
1603 of the Fish and Game Code, such conditions or modifications established pursuant ’
Section 1601 of the Fish and Game Code shall become conditions of the contract.
8 FACILITIES FOR AGENCY PERSONNEL
Delete this section.
9-3 PAYMENT
Modify Section 9-3.2, Partial and Final Payment, as follows:
Delete the second sentence of the third paragraph having to do with reductions in amount
retention.
10 SURVEYING
Contractor shall employ a licensed land surveyor or registered civil engineer to perfor
necessary surveying for this project. Requirements of the Contractor pertaining to this item a
set forth in Section 2-9.5 of the SSPWC. Contractor shall include cost of surveying servic
within appropriate items of proposal. No separate payment will be made.
Survey stakes shall be set and stationed by the Contractor’s surveyor for curbs at 50’ interva
(25’ intervals for curves), curb returns at BCR, 1/4, 1/2, 3/4, and ECR, headers, sewers, stor
drains, and structures (4 corners min.). Rough grade as required to satisfy cut of fill to finish€
grade (or flowline) as indicated on a grade sheet.
Contractor shall transfer grade hubs for construction and inspection purposes to crown line ba:
grade of streets as required by Engineer.
Contractor shall protect in place or replace all obliterated survey monuments as per Sectic
8771 of the Business and Professional Code.
Contractor shall provide Engineer with 2 copies of survey cut sheets prior to commencir
construction of surveyed item.
11 WATER FOR CONSTRUCTION
The Contractor shall obtain a construction meter for water utilized during the construction undc
this contract. The Contractor shall contact the appropriate water agency for requirements. Tt
contractor shall include the cost of water and meter rental within appropriate items of tt
proposal. No separate payment will be made.
@
2/15/ 0
@
H.\CNT95014,FM
II. CONTRACTOR’S PROPOSAL
SEE ATTACHED PROPOSAL 0
0
211 51 0
@
H \CNTQ5014 FM
0
VEHICLE EXHAUST SYSTEM
PROPOSAL
For
Carlsbad Fire Department
Mr. Chuck Walden
BY
Anthony J. Sorci
AAir Purification Systems
9040 Kenamar Dr., Suite 402
San Diego, California 92121
Tel: (619) 578-2825
Fax: (619) 578-3762
Toll Free: (800)-776-6746
DATE
April 12, 1995
0
AAir Pruification Systems
Page 1
Confidential
0
Table of Contents e
Overview Section 1
Section 2 Statement of Work
System Operation Section 3
System Specifications Section 4
Pricing Section 5
Implementation Plan Section 6
Support Team Section 7
Corporate Overview Section 8 summary Section 9
References Section 10
Deisel Exhaust DangerdSource Capture Staff Report Appendix
AAir Purification Systems - Capabilities Brochure Appendix
Standard Terms and Conditions Appendix
PlymoVent Technical Data Sheet Appendix
Tail Pipe Interface Specification Appendix
Appendix NIOSH Bulletin 50 0
AAir Pruification Systems
Page 2
Confidential
a
The Issue:
A 1988 study by the National Institute for Occupational Safety and Health (NIOSH)
confirmed an association between exposure to diesel exhaust and cancer in rats and mice.
Their subsequent recommendation was to classify diesel exhaust as a potential occupational
carcinogen. NIOSH Bulletin 50 on Carcinogenic Effects of Exposure to Diesel Exhaust is
included with our proposal for your reference. Firefighters are potentially at risk due to
their exposure to diesel exhaust from emergency vehicles running inside enclosed areas. In
many cases the firefighters work and live in the same areas where vehicles are housed,
increasing their exposure risk.
The Task:
To install an efficient and effective direct source capture exhaust system that will transfer
the products of combustions generated by emergency apparatus from the tailpipe to the
outdoor atmosphere.
Specific Needs of the Carlsbad Fire Department :
We have identified several needs within your organization. Your current specific needs are
to:
0
e
0 provide a safe and healthier environment for the fire crews to live and work
eliminate possible grievances filed by firefighters for diesel exhaust exposure
improve firefighter productivity and morale by letting the personnel know the
0
0
Carlsbad Fire Department care about their well being
0 reduce maintenance cost by not permitting soot to accumulate in firehouse
satisfy O.S.H.A., N.F.P.A. and local regulations 0
AAir Pru$ication Systems
Page 3
Confidential
0
Recommendation Summary
AAir Purification Systems has reviewed the objectives of Carlsbad Fire Department and is
the ideal resource to meet these objectives. We can provide a custom solution tailored to fit
your specific operating needs. Based on your objectives, we recommend the PlymoVent
diesel exhaust extraction system. The benefits of the AAir Purification Systems solution
are:
0
reduced maintenance costs by eliminating accumulated soot and smoke on walls
and ceilings
state-of-the-art technology to remove diesel fumes
single point-of-contact for service, installation and parts
reputable vendor - largest provider of diesel exhaust systems in area
e
AAir Pruification Systems
Page 4
Confidential
e
2. Statement of Work 0
AAir Purification Systems to Provide:
The following equipment per attached Factory Specifications:
a SBT 20 PG- 1 Sliding Balancer Track System (SBT)
a Exhaust Fans with Radial Blades;
3 HP Motor shall be TEFC;
Control Panel will house the fan starter, transformer, overload relay, timer
relays and bi-pass timer.
0
0
0 Complete Support structure;
All system duct work and hangers;
0 Engine sensors to activate the exhaust fans upon engine start-up.
a
0 All system fittings;
0 Sealed ** wallhoof penetration;
0 Mechanical installation;
0 Complete start-up test of system with fire crews present;
Field training of the crews who will operate the system;
Training videos will be provided upon completion of the job.
0
0 0
Carlsbad Fire Department to Provide:
a All required electrical circuits in power panels;
All permits, bonds, certificates, if required;
Adequate access to job site;
Mechanical screening, architectural beautification, if required;
Any design calculations or reports acceptable to requesting authorities; pertaining to
** Compressed air connection with minimum pressure of 100 PSI.
0
a
0
0
footings, supports seismic or wind consideration;
0
AAir Pruification Systems
Page 5
Confidential
a
3. System Operation
The PlymoVent Vehicle Exhaust System was designed to meet the need of emergency
response vehicles. Many of these designs were developed in conjunction with fire
departments throughout the United States and abroad. A minimum of two years was
devoted to each product to assure its reliability and dependability. This working test period
gave us the opportunity to fully understand the firefighters that would ultimately be using
our system on a day-to-day basis. These features give us a product that is second to none.
The Unique GrabberTM Nozzle
Is made of a high-temperature composite which allows it to inflate and grab onto the
tailpipe of any fire apparatus with a tailpipe diameter of 1 to 6 inches. When a tailpipe is
not seen by the Grabberm Nozzle it will totally reduce its opening to eliminate air flow.
The GrabberTM requires only 1/2 cubic foot low pressure compressed air to provide a
positive connection between the exhaust tailpipe of the fire apparatus. This positive
connection eliminates the chance of diesel smoke backwash when the truck is revved or
accelerated when leaving the station. But possibly the most desirable feature of the
GrabberTM Nozzle is the soft high temperature composite which it is made of. Unlike metal
to metal contact, the soft composite will never scratch or mar your chrome tailpipes.
Manual Fill Valve
This fill valve is conveniently located about three feet above the ground on the flexible hose
in comfortable reach of the operator. As the apparatus enters the station, the operator
places the GrabberTM Nozzle on the exhaust tailpipe and presses the button on the fill valve.
This instantaneously inflates the GrabberTM Nozzle. This effortless motion, done in nearly
a standing position, assures that the operator's face or hand never come into close contact
with hot or harmful diesel exhaust.
0
0
AAir Pruijication Systems
Page 6
Confidential
0
Sliding Balancer Track
Is a heavy duty galvanized steel channel which suspends from your ceiling. A spring coil
balancer and trolley rolls along the length of the track. Attached to the balancer is a hose
saddle which cradles and suspends the high-temperature hose and GrabberTM Nozzle. As
the apparatus pulls out of the station, the balancer follows along the track. Also located on
the track is an uncoupling valve. This uncoupling valve automatically deflates the
GrabberTM Nozzle when the balancer passes by. The deflation or uncoupling valve is
adjustable along with full length of the track to guarantee the proper release of the
GrabberTM Nozzle at the door of your firehouse. This system assures that you will not
damage your exhaust tailpipes or injure your personnel or equipment by a snap back due to
a late release from fire apparatus. One of the other practical features of the sliding balancer
track is after automatic uncoupling from your vehicle occurs, the balancer hanging hose
drops and GrabberTM Nozzle will remain at your door where it can be easily reconnected
upon the return of your fire apparatus.
Pneumatic System
This regulated pneumatic system requires no adjustment by your personnel. It comes
complete with a compressed air regulator including gauge and 60' of nylon flexible
compressed air tubing. This enables an easy connection to the compressor. All
compressed air lines are connected to components by screw down type compression
fittings. Our experience has proven these fittings provide the best service.
Safety Disconnect
In the rare event of a malfunction of the system, an emergency safety disconnect is
provided in the design of the sliding balancer track. A rubber mating band joins 2 spun
aluminum hose collars, one of these houses a debris screen inserted two feet above the
GrabberTM Nozzle. A quick disconnect fitting for the compressed air line which leads to
the GrabberTM Nozzle is attached to the manual fill valve. When 50 pounds of pressure is
exerted against either the hose disconnect or the compressed air disconnect, it allows both
of these to automatically separate. As soon as the compressed air line separates, the
GrabberTM Nozzle will deflate as normal, eliminating the chance of this short piece of hose
and GrabberTM Nozzle shall be carried along with the truck.
0
0
AAir Pruifcation Systems
Page 7
Confidential
0
Engine Sensor
Whether returning to, or leaving the station house, the exhaust fan is energized immediately
as the GrabberTM Nozzle is attached to the tailpipe. Used in the aerospace industry, the
sensor is extremely sensitive, durable and rugged. It permits firefighters to leave bay doors
open in good weather and not having shall be concerned about “pushing a central button’’ to
activate the system. It is automatic.
0
e
AAir Pruification Systems
Page 8
Confidential
0
4. System Specifications
The following specifications are not proprietary. They were written and designed to
specify a high standard that must be met by all vendors in order to protect the municipality
and Carlsbad Fire Department from inferior workmanship, poor design and an inadequate
system. Safety in operation of the equipment is of utmost importance.
Vendor must be specific as to their operation and service after sale. They must certify they
are properly staffed by full time personnel who are factory trained for both installation and
service, and carry a complete compliment of spare parts for instant service.
Again the specifications were written with your department in mind and should be used for
your protection. They should be used in their entirety.
** All bids shall be accompanied by representation drawing in plain view showing overall
system.
Vendor shall furnish complete Emergency Vehicle Auto-Disconnect Exhaust System of the
sliding balancer track type with pneumatic GrabberTM Nozzle. All exhaust system
operating specifications shall be included and will be in accordance with manufacturer's
recommended air volume and static pressure parameters.
Vendor shall bid necessary labor needed to perform a proper installation including all
electrical work and materials, exhaust fan, ** compressor, outside ductwork to roof or
outside wall. It shall be required that all bidders provide a valid certificate of insurance and
contractors license before performing any on-site work. Vendor must certify that he/she
shall meet the Federal, State and Municipal codes listed below:
e State Uniform Fire Code
a
0
0 Uniform Building Code, 1988 Edition (UBC)
Uniform Mechanical Code, 1988 (UMC)
American Conference of Governmental Industrial Hygienists (ACGIH)
American Institute of Steel Construction (AISC)
National Fire Protection Association (NFF'A)
Sheet Metal Air Conditioning Contractors National Assn. (SMACNA)
Air Movement and Control Association of America (AMCA)
0
e
e
e National Electric Code (NEC)
e
8
e
Comply: Exception:
AAir Pruification Systems
Page 9
Confidential
a
Warranty And Service
Vendor shall fully warranty exhaust system for one year. Except for obvious misuse
and/or abuse.
Vendor shall have on staff duly certified personnel who have completed factory training.
Vendor shall show standing inventory of spare parts located within the ** State and allow
on-site inspection of parts so needed.
Vendor shall provide names and addresses of firehouses within 50 miles where he has
installed exhaust system similar to type specified.
Each station shall be supplied with fire fighters training video.
0
Comply: Exception:
(Refer to the Attached Factorv specifications)
a
AAir Pruijication Systems
Page 10
Confidential
e
5. Pricing
(Refer to the Attached Pricing Proposal)
0
Options
Terms
Our Payment Terms are full payment due upon completion. Your satisfaction is of the
utmost importance to us. When your personnel are trained and everyone understands the
system, we will submit an invoice. Appendix “A”, Terms and Conditions of Sale are
attached and incorporated as part of this proposal.
Delivery
Delivery shall take approximately ** weeks after receipt of your written order. The
installation is expected to take approximately ** days.
0 Warranty
All equipment is warranted to operate as per manufacturers specifications under normal
operation conditions for a period of one year.
Contractors are required by law to be licensed and regulated by the Contractors State
License Board. Any questions concerning a contractor may be referred to the Registrar,
Contractors State License Board, P.O. Box 26000, Sacramento, California 95826. AAir
Purification Systems holds a valid California Contractors license number 62 1360.
Our Arizona Installation and Service Team holds a valid State of Arizona Contractors
License,
AAir Pruification Systems
Page I I
Confidential
a
6. Implementation Plan 0
When Carlsbad Fire Department accepts this proposal, we will begin this action plan to
implement this proposal:
Pre-Installation
0 Return copies of all purchase orders, contracts to the Rancho Santa Fe Fire
Protection District .
0 The designated Project Manager and subcontractors will visit the facility and
develope bill off materials.
0 The equipment will be ordered from the factory and installation schedule
determined.
Delivery and Installation
e Upon arrival of all equipment at our facility the required components will be double
checked against our original bill of materials. 0
0 The components required for immediate installation at the fire house will be
delivered. The remainder will stay at our facility. The equipment will be drawn as
needed. Our objective is to
to provide a safe atmosphere for firefighters. The stations will be swept
keep the station as free as possible from clutter and
0 Our crew is experienced and are reminded of the emergency procedures of fire. A
clean, neat Department personnel in the event of an emergency call.
Completion and Testing
Upon completion of the project the system will be ready for testing. An engineer will be
requested to test the speed which the emergency apparatus leaves the station. Final
adjustments is made to the deflation valve enabling the hose to separate from the tail pipe at
the threshold of the door.
AAir Pruification Systems
Page 12
Confidential
a
Training
After the installation is complete, we will conduct training sessions for all Carlsbad Fire
Department . We will cover operation and maintenance of the system. We also provide a
training video for review and training new personnel.
0
0
AAir Pruification Systems
Page 13
Confidential
0
7. Support Team
Premier customer service is an area in which we have a long-standing reputation for
excellence, AAir Purification Systems will provide Carlsbad Fire Department with all the
support necessary to guarantee a pro-active rather that a reactive level of service. Because
we are your factory authorized equipment supplier and licensed installing contractor, we
offer single-point-of-contact customer service. This means that AAir Purification Systems
can and will meet any change in your needs.
Although our products make us a better vehicle exhaust system company, it is our people
who set us apart. The members of the following AAir Purification Systems Support Team
will be personally responsible for assuring that all Carlsbad Fire Department 's objectives
are met.
0
Jeff Storey
President. Oversees company operations and activities. Leader of your Support Team.
Responsible for developing customer product applications and solutions. Recommends
most efficient and effective AAir Purification Systems solution. Overall responsibility for
account management. 0
Sam McQueen
Technical Support. Responsible for coordinating shipment, installation, implementation
and training.
Customer Service Hot Line
Our Customer Service phone line is answered seven days a week, 24 hours a day to handle
any of your product and service needs. Please call (619) 578-2825 or (800) 776-6746.
AAir Pruijication Systems
Page 14
Confidential
0
8. Corporate Overview 0
AAir Purification Systems was founded in 1974 to address the potential market arising
from growing concerns about occupational air quality. We are a solutions-oriented
company specializing in Industrial Ventilation and Air Pollution Control. We offer
complete system design, installation, sales and service for vehicle exhaust extraction
systems, industrial air cleaners, fume extraction systems, air pollution control equipment
and dust collectors.
In 1990 we became the exclusive local distributor for the PlymoVent Corporation line of
Vehicle Exhaust Extraction products including the popular SBTTM Sliding Balancer Track
System. Since then we have become the largest supplier of exhaust extraction systems to
the firefighting industry in Arizona and San Diego, CA. Because we are your factory
authorized equipment supplier and licensed installing contractor, we offer single-point-of-
contact customer service.
Our offices and service facilities are centrally located in the Miramar Trade Center area of
San Diego. The brochure included with this proposal details our products and capabilities.
0
AAir Pruification Systems
Page 1.5
Confidential
a
9. Summary 0
The purpose of AAir Purification System’s analysis has been to identify methods of
assisting Carlsbad Fire Department in the achievement of its goal to create a safer and
healthier workplace. The AAir Purification Systems proposal, provides Carlsbad Fire
Department with a competitive price and higher quality state-of-the-art solution.
Through AAir Purification Systems’ superior “hands-on” approach to the customer service
team, implementation of services will be accomplished in a timely, professional manner,
with frequent follow-up visits with appointed Carlsbad Fire Department staff. It is AAir
Purification Systems’ intent to earn a strong, trusting relationship with Fire Department
secured through quick, smooth service transition and organized, open communication
between both organizations. The AAir Purification Systems customer service team will be
available 24 hours a day, 365 days a year.
AAir Purification Systems wishes to express our appreciation for the opportunity to
provide this proposal. We look forward to providing you with the quality of our systems
and services. If you have any further questions or requirements please call us at (619) 578-
2825 or (800) 776-6746.
Respectfully submitted,
Anthony J. Sorci
0
AAir Pruification Systems
Page 16
Confidential
0
10. References
We have over 40 stations with the system in the San Diego County Area and 5 stations in
the City of Glendale Fire Department. We recommend you call them.
Poway Fire Department Encinitas Fire Department
13050 Community Road 505 South Vulcan
Poway, CA 92064 Encinitas, CA 92024
Chief Mike Hubert Chief Talmage F. Tufts
0
(619) 748-6600 (619) 633-2804
La Mesa Fire Department
8054 Allison Avenue
La Mesa, CA 91941
Chief Mike Morris
Oceanside Fire Department
300 North Hill Street
Oceanside, CA 92054
Chief Jack Francis
(619) 461-6101 (619) 966-4156
Alpine Fire Department
1834 Alpine Blvd.
Alpine, CA 91901
Chief Woodrow Downing
San Diego Fire Department
3870 Kearny Villa Rd
San Diego, CA 92 123
FMO Paul A. Ringe
(619) 445-2635 (619) 573-1357 e
Lakeside Fire Department
12365 Parkside Street
Lakeside, CA 92040
Chief Thomas Curley
San Onofre Nuclear Gen Fac., F.D.
P.O. Box 128, AWS Bldg D1P
San Clemente, CA 92672
Chief Bert Pennington
(619) 390-2350 (714) 368-6649
Carlsbad Fire Department
2560 Orion Way
Carlsbad, CA 92008
Chief Brian Watson
Glendale Fire Department
6835 North 57th Ave.
Glendale, AZ 85301
Capt. Bruce Cowin
(619) 931-2137 (602) 930-3409
AAir Pruification Systems
Page 17
Confidential
e
0
VEHICLE EXHAUST SYSTEM
PROPOSAL
PRICING
For
Carlsbad Fire Department
Mr. Chuck Walden
BY
Anthony J. Sorci
AAir Purification Systems
9040 Kenamar Dr., Suite 402
San Diego, California 92121
Tel: (619) 578-2825
0
Fa: (619) 578-3762
DATE
April 12, 1995
0
City of Carlsbad proposal pricing
Page 1
0 5. Pricing
TOTAL PRICE OF THIS PROPOSAL EXCLUDING TAX: $76,965.00
BROKEN DOWN AS FOLLOWS:
CARLSBAD FIRE STATION ONE
1275 Carlsbad Village Dr.
(Four Vehicle Back In)
OTY DESCRIPTION
2 SBTA-20-PG- 1
1 SBTA-40-DT-PG-2
1 EL-SBT-ES5 1 15 1 -PANEL
1 ENGINE SENSOR
1 5 HP BLOWER
TOTAL SBT PARTS: $ 19,526.00
LABOR $ 6,793.00
TOTAL COST EXCLUDING TAX: $26.3 19.00
0
CARLSBAD FIRE STATION TWO
1906 Arenal
(One Vehicle Back In)
OTY DESCRIPTION
1 SBTA-20-PG- 1
TOTAL SBT PARTS: $ 4,078.00
LABOR $ 2,143.00
TOTAL COST EXCLUDING TAX: $6,221 .OO
a
City of Carlsbad proposal pricing
Page 2
CARLSBAD FIRE STATION THREE
3701 Catalina
(Two Vehicle Backin)
0
OTY DESCRIPTION
2 SBTA-20-PG- 1
1 EL-SBT-ES5 1 15 1 -PANEL
1 ENGINE SENSOR
1 3 HP BLOWER
TOTAL SBT PARTS: $10,245.00
LABOR $ 6,391.00
TOTAL COST EXCLUDING TAX: $16,636.00
CARLSBAD FIRE STATION FOUR
6885 Batiquitos
(Two Vehicle Drive Thru)
OTY DESCRIPTION
0
2 SBTA-30-PG- 1
1 EL-SBT-ES5 1 15 1-PANEL
1 ENGINE SENSORS
1 3 HP BLOWER
TOTAL SBT PARTS: $10,455 .OO
LABOR $ 6,288.00
TOTAL COST EXCLUDING TAX: $16,743.00
e
City of Carlsbad proposal pricing
Page 3
CARLSBAD FIRE STATION SIX
3131 Levante
(One Vehicle Back In)
0
OTY DESCRIPTION
1 SBTA-20-PG- 1
1 EL-SBT-ES32401 -PANEL
1 ENGINE SENSORS
1 3 HP BLOWER
TOTAL SBT PARTS: $ 6,668.00
LABOR: $ 4,378.00
TOTAL COST EXCLUDING TAX: $1 1,046.00
0
0
City of Carlsbad proposal pricing
Page 4
APPENDIX"A"
TERMSANDCONDmoNSOFSA1
Et~~SE~MBERl, 1991 AAIR PURIFICATION e5 SYSTEMS
I. DEFINITION
"The Seller" is AAir Purification Systems.
"The Buyer" is the person, firm or company that has issued a Purchase
Order for AAir Purification Systems, products to Seller or Seller's
authorized agent.
'The goods, products or equipment" refer to goods, work, materials or
services sold by the Seller and subject to the terms and conditions
contained herein.
"TLe terms and conditions" mean the terms and conditions set out herein
togetherwithany termandconditionsspecified in any Quotation,Order
Acknowledgment, or Notification of Credit Terms Accepted, as issued by seller, or Seller's authorized agent, for products or senices covered
under the Purchase Order. The terms and conditfons contained herein
supersede a11 other terms and conditions which may or may not have
been presented and/or accepted by any party other than Seller.
2. CONTRACT AND ACCEPTANCE
Seller's acceptance of this order is expressly conditioned on Buyer's
assent to the terms contained herein. All orders must be accepted by an
authorized employee of Seller at the factory.
+PING SCHEDULE AND DELIVERIES
Seller will establish shipping schedules as closely as practicable in
accordance with Buyers's requested delivery date. However, Seller shall
not be responsible for delays in performance resulting from causes
beyond its control or the control of its suppliers or subcontractors;
including, but not limited to, any casualties, acts of Buyer, strikes or
other labor difficulties, shortages of labor, supplies and transportation
facilities, or Acts of God. Seller reserves the right to ship in advance of
any Buyer requested dates, except those dates stipulated "Not Before".
Should shipment be held beyond scheduled date for the convenience of
Buyer, theseller reserves the right to bill immediately for the goods and
to charge Buyer for reasonable expense inciden t to such delay, including
storage fees, where applicable.
All products shall be delivered f.0.b. Seller's plant, and title thereto and
liability for loss and damage in transit or thereafter shall pass to Buyer
upon Seller's delivery of goods to a common carrier for shipment to
buyer. Claimsfor damages in transit must be asserted against the carrier.
Within ten (10) days after receipt of shipment, Buyer must report any
shortage or damage not due to the carrier, otherwise claims for such
shortage or damage will be deemed waived. Shipping dates are contin-
gent upon prompt receipt by Seller of all applicable Buyer specifications and Buyer furnished material, including sigh-off acceptance of equip-
ment specifications or drawings, as applicable.
4. PRICES AND QUOTATIONS
A@tationsexpire thirty (30)calendar days from the dateof quotation
unless otherwise stipulated. Prices of products scheduled for shipment more than six (6) months after the date of Buyer's order shall be subject
to escalation. Performance, or both.
5. LIABILITY
Seller's total responsibility for damages (whether ar tort) arising out of or related to its performance of t1
products covered hereunder shall be limited to the cc
product. In no event shall Seller be liable for any ir
quential damages such as lost profits, loss of use of p or equipment, lost production, or expenses incur]
Seller's performance, whether suffered by Buyer c
Nothing in this paragraph shall in any way be con!
liability Seller may have for personal injury or death
6. CONTINGENCIES
SdlCr shall not bC rcsponsibk for atly failure to PCrfn
beyond its control. These causes shall include, but n
fire, storm, flood, earthquake, explosiont accident,
enemy, war or rebellion, insurrection, sabotage, epic
restrictions, labor disputes, labor shortages, transpor
or failure due to delays in transportation and inabi
materials, or failure of machinery for the manufacture
of God, acts of Federal government or any agency tk
state or local government or agency thereof, and j
whether foreseen or unforeseen. Similar causes shall
failure to take goods ordered by Buyer, other than
transit or specially fabricated and not readily saleabll
7. TERMINATION
In the event Buyer terminates all or any portion of
reason, Buyer agrees to pay the costs already incurrec
of cancellation, including the price of any goods or se
fill the order already committed to by Seller and a reas
for overhead and profit. Seller may cancel this ox
judgement Buyer's financial condition does not jus
payment specified, in which case, Seller may cancel ai
unless Buyer shall, upon written notice, immediately
delivered or shall pay in advance for all goods ordered.
or both, at Seller's option.
8. TAXES
Se1ler'S prices do not include any applicable sales, use,
taxes or duties. If under any law or regula tion in efl
required to pay orcollect any taxupon the produc tsaris
tramportation, delivery, use or consumption of said PI
directly or indirectly, thecontract priceshall be increasc
of any such tax.
9. MODIFICATION OR CHANGES
This contract constitutes theentire agreement between relating to the products supplied hereunder. All moc
contract must be by written agreement. Any changes i
quantities, schedules, materials or services requested b
be subject to an equitable adjustment in the contrac
13. ASSIGNS 10. WARRANTIES
Seller warrants to the original Buyer that the products sold hereunder
shall conform to applicable drawings and any specifications provided
by Seller, will be free from defects in workmanship and material under a1 use and service (except in those cases whcre the material are
mied by the Buyer) and will perform in accordance with detailed specifications accepted by Buyer for a period of one year from the date
of shipment. This warranty excludes the cost of removal or reinstalla-
tion. For purposes of remedying any defects, Buyer agrees to provide Seller with reasonable assistance and access to the work. The liability of
Sllcr under this warranty is limited to replacing, repairing or issuing
credit(atcost,f.o.b.factoryandatScller'sdiscrction) for any partor parts
which are returned by Buyer duringsuch period provided that (a) Seller
is notified in writing within ten (10) days following discovery of such defects by Buyer, or within ten (10) days after such defects should
reasonably have been discovered, whichever is less, (b) the defective
unit is returned to Seller, transportation charges prepaid by Buyer, (c)
payment in full has been received by Seller for said products, and (d)
Seller'sexaminationofsuch u.p@shall disclose to itssa tisfaction that such
defects have not been caused by misuse, neglect, improper installation,
repair,alteration, Act of God,oraccident. No warranty made hereunder
shallextend toanyStilerproductwhosescria1 numbcrisaltercd,cffaced or removed. Seller makes no warranty, express or implied, with respect
to the design or operation of an entire system, in-which Seller's goods
sold hereunder are mere components, nor does Seller make any war-
ranty, express or implied, with respect to motors, switches, controls, or
other components of Seller's products, whcre such components are
warranted separately by their respective manufacturers. THIS WAR-
RANTY 1s EXPRESSLY IN LIEU OF ALL OTHER WARRANTIES
EXPRESSED OR IMPLIED* WHETHER STATUToRY OR OTHER- WISE, INCLUDING ANY IMPLIED WARRANTY OF MERCHANT-
ABILITY OR FITNESS FOR A PARTICULAR PURPOSE. In no event
Her be liable to Buyer for indirect, incidental, collateral, or
co "m uential damages of any kind. BUYER'S FAILURE TO PAY THE
FULL AMOUNT DUE WITHIN SIXTY (60) DAYS OF DATE OF IN-
VOICE SHALL OPERATE To FJXEASE SELLER FROM ANY AND
WA-m, EXPRESS OR IMPLIED, WHETHER STA'WTORY OR
OTHERWISE, IMUJDING ANY IMI'LIED WMWW" OF MER-
IN CONNECTKN WITH ANY CONTRACT FORMED HEREUNDER,
Any contract made hereunder shall be binding and
benefit of thesuccessors and assignsof the entircbusi
of either Seller or Buyer or of that part of the busine:
the performanceofsuchcontract, but shall not be otl-
14. MODIFICATION OF STANDARD TERMS A CONDITIONS
No addition to Or modifica "On Of any Of the provisir shallbebinding uponSe11ert unlcssmadc in writingar
authorized cmp1oyce Of Scllcr'
15. ARBITRATION
Buyer agrees that all claims, dcmands, disputes,
differences arising under any contract made hereunc
exclusivelybyarbitra tion inaccordancewith therule:
thC American Arbitration Association. Judgcmcnt ~
rendered shall be binding on the buyer and may be el
having jurisdiction thereof. Unless the parties agree
ing, such arbitration will bc conductcd in Sari Diego
16. INTEGRATION
Any contract formed hereunder shall constitUte the c
agrccmcnt between thc partics. No promiscs, terl
obligations, other than those contained in any contra
der, shal~ be binding upon Seller; and such conkact 5
prcvious communications, representations, or agreer or written, behvccn the parties hereto or their respec
17. APPLICATION FOR CREDIT
Buyer shall submit a complctcd application for credit
toSeller'sacknowledgment and acceptanceof Buyer's
reasonable credit level for Buyer shall be established t
application, failure to provide acceptable credit refer
support acceptable credi t levels necessary for the purc
subsequent forfeiture of guaranteed pricing, deliver:
ALL LIABILITY OR OBLIGATION ARISING PURSUANT TO ANY upon information provided. Buyer's failure to submil
CHANTABILITYORFITNESSFORAPARTICULARPURPOSEMADE merit, may be construed as default on the part of
BUYER AGREES THAT SUCH FAILURE TO PAY SHALL CONSTI- conditions contained herein. TUTE AVOLUNTARY WAIVEROFANY AND ALLSUCH WARRAN-
TIES ARISING PURSUANTTO SUCH CONTRACT. These warranties 18. PAYMENT TERMS
are contingent upon the product beingstored, installed, maintained, and
operated inaccordancewith good engineeringpractices and theinstruc-
tions contained in the Seller's Operating and Maintenance Manual
where provided. Claims for expenses of Buyer relating to labor and/or
material supplied by Buyer (commonly known as 'backchargcrs') will
not be honored by Seller unless Buyer obtains the prior written consent
of authorized personnel at Seller's factory to supply such labor and/or material.
11. NONWAIVER OF DEFAULT
Each shipment made under any order shall be treated as a separate
transaction, but in the event of any default by Buyer, Seller may decline
to make further shipments without in any way affecting its rights under
such order. If, despite any default by Buyer, Seller elects to continue to
ipments, its actions shall not constitute a waiver of any default
by
12. LAW
The validity, performance and construction of these terms and condi-
tions on any sale made hereunder shall be governed by the laws of the State of California, and the parties shall submit to the jurisdiction of the
State of California.
All terms and conditions listed pertain to purchase
Purification Systems, equipment from any Buyer. All
shall indicate Seller as AAir Purification Systems Ack
orders shall be forthcoming only from the Seller, k
Systems, and any other acknowledgment of condition1
be acceptable by the Seller. No verbal orders shall be 2
delivery of equipmen t will be determined from date of
edgment of Buyer's purchase order, and terms contaii
19. PAST DUE ACCOUNTS AND LIENS ON EQU
Buyer's failure to remit payment will result in collecl
utilizing appropriate legal channels including the mec
Cost associated for collection will be added to Scll considered ducand owing from the Buyer.Asastandar
Seller will notify the Buyer and/or other involved parti
has supplied material to his project under the terms of
that the legal requirement of notification has previoi
lished in the event of a dispute between general contri
insoIvencyofgeneralcontractsor Buyer,ordefaultonp~
general contractor or Buyer.
-r or in any way affect Seller's legal remedy for such default. mam
VEHICLE EXHAUST VENTILATION APPARATUS 0
EOUIPMENT SPECIFICATIONS
EQUIPMENT TYPE
Shall be delivered and installed as a Sliding Balancer Track system, as manufactured to the
specifications to follow.
OPERATING LOGIC
The operating logic of this system shall complete the following cycle. Upon the vehicles to the
apparatus floor of the fire station, a 4" dia. exhaust ventilation hose equipped with a pneumaticall
controlled- grabber nozzle shall be attached to vehicles exhaust tail pipe and inflated manually by :
operator standing vertically at the entrance door. At such time that the vehicle exhaust is attached
the ventilation system, the exhaust fan shall automatically and instantaneously energize to assure
total collection of exhaust gases prior to vehicles entering the building. The vehicle can now be
positioned m its designated parking position.
Upon emergency dispatch of the vehicle, the exhaust ventilation fan shall be automatically
energized by the output pressure generated by any internal combustion engine. As the vehicle
leaves the apparatus floor, the flexible hose with grabber nozzle shall travel along a sliding balanc
track which supports the ventilation hose with the use of a spring coiled balancer. The balancer
shall keep exhaust ventilation hose away from the exiting apparatus. Mounted to the sliding
balancer track shall be an (uncoupling) release valve which shall automatically release compressec
air from the grabber nozzle allowing a Smooth uncoupling of the exhaust system regardless of thc
speed the vehicle may exit the building.
CERTIFICATION/APPROVALS
Ventilation equipment offered to the Department by the bidder shall be designed and manufacture
by a nationally recognized company with a minimum of 5 years experience in providing identical
like type of equipment as per the specification.
(I)
Vehicle Exhaust Extraction Systems Specifications
Page 1
SLIDING BALANCER TRACK
Shall be a one piece continuous extruded track in a minimum length of 20 feet. Construction
profile shall be of a Boxloc type profile which adheres to the following dimensional data Track
height 3 1/8", Track width 1 1/2" Track thickness 1/8".
TRACK MATERIAL
Shall be aircraft aluminum alloy type AA-06063.
MOUNTING COMPARTMENT
Shall accept slider (which are provided with factory supplied vertical support likes and riser clam1
duct connection.) And allow their positioning along the full length of slotted track mounting
compartment. Mounting compartment shall also accommodate compressed airlines for purposes (
safety and appearance.
BOX LOC COMPARTMENT
Shall be provided to separate top and bottom compartments and provide torsion twist reinforceme
0
0 to track.
TROLLEY COMPARTMENT
Shall be 1" by 1 3/16- compartment with a 5/16" slot opening along the entire bottom of track.
Compartment shall be designed in such a fashion to eliminate balancer trolley twist.
TRACK GROOVES
Shall be provided adjacent to load carrying surface of the trolley compartment. These grooves
shall be placed in such a fashion as to assure free movement of trolley along and through extendel
length track couplings.
TRACK WEIGHT
Shall not exceed 35 Lb. per 20'
@ Vehicle Exhaust Extraction Systems Specifications
Page 2
TRACK LOAD CAPACITY
Shall be a minimum of 5800 Lb.
TRACK SPLICE ASSEMBLY
In the event it is required to extend the length of track greater than its 20 foot continuous length a
track splice shall be provided. Track splice shall be manufactured of zinc plated steel in two parts
as a clamp. This clamp shall accurately secure both tracks in a fashion which shall eliminate any
possibility of problem passage through this splice. Connecting length of splice shall be a minimur
of 15 34- long and fabricated of 14 gauge material. Four 1/4" bolts with lock nuts shall pass
directly through internal partition of boxloc track.
TRACK JOINER PLATE
In the event that is necessary to join two tracks in a parallel configuration a joiner plate shall be
providled to provide proper support to both tracks and provide secure mounting for mounting
support leg assembly.
ENDSTOPS
Shall be fabricated of zinc plated steel in U shape form with rubber endstops on the inside fitted b
means 1/4" molded blocking bolt. Endstop shall be secured to track by no Iess than 2 by 1/4"
security bolts and locking nuts.
SECURITY BOLT
To add further security to the end stop provider shall 'install a 1/4" through bolt at end of track to
eliminate possibility of endstops unforeseen dislocation from track.
MOUNTING SUPPORT LEGS
Shall 'be manufactured and provided by the supplier of primary exhaust system. (Equipment
manufacturer). Supports shall be telescopic type, and shall be capable of telescopic travel from 6
inches to 13 feet.
0
0
0 Vehicle Exhaust Extraction Systems Specifications
Page 3
TELESCOPIC PROFILE
Shall consist of an outer profile with dimensions no less than 1 3/4" OD. With 3/8" fastening
hardware provided. Inner leg shall be C profile type with continuous slot along its traveling
length. Welded securely to bottom of C profile shall be a mounting foot complete with slider and
3/8th hardware necessary for mounting. Horizontal track to mounting compartment system.
SIDE BRACES
Shall be round tubular steel with pressed ends. Angle shall be completely adjustable to the leg
support and mounted perpendicular to direction of track. Typical support angle shall be 45' from
center line of manufacturer provided support leg.
DUC'UHOSE RISER CLAMP
Shall be fabricated as a one piece welded assembly. Manufactured for the purpose for the purpos
of trarisitioning from flexible duct connection to solid spiral duct connection. Riser clamp shall bc
pre-drilled to mount air regulator to riser clamp assembly, and accept airlines which shall pass
through air tight sealed mounted to pipe. Hardware as well as slider plate shall be provided with
fitting.
ACCU TRACK TROLLEY
Shall 'be manufactured as a two piece galvanized steel assembly including bumper stops. Fixed tc
trolley with a use of solid steel pins shall be four load carrying bearings which are sealed and
permanently lubricated, Load carrying bearings shall travel internally in track trolley compartmer
Two iiccu track bearings shall be provided on bottom side of portion of track to eliminate or so
greatly reduce wobble of trolley to provide smooth travel along full length of track. Release plate
shall be provided to energize uncoupling release valve when passed by trolley.
SAFETY LINK BALANCER CONNECTION
Shall also be provided with trolley to make secure permanent connection to balancer.
0
0
a Vehicle Exhaust Extraction Systems Specifications
Page ,?
0 RELEASE UNCOUPLING VALVE
Shall be single direction action, and affixed to a mounting bracket which can be easily positioned
along i.he full length of track profile. Release valve shall be set for the maximum exiting speed of
the vehicle.
BALANCER BLOC
Shall be a self adjusting weight balancer with a lifting capacity of no less than 3 1 Lb. Balancer
shall have a minimum diameter stainless steel cable of .080 dia. and safety link connection.
UPPEiR HOSE ASSEMBLY
Shall be flexible exhaust hose manufactured for the sole purpose of venting high temperature
exhaust gases which are produced by internal combustion engines. Hose shall be four inch
diamei er with varying lengths depending on system provided 25 foot through 43 foot continuous
length of no joining or splicing connections.
HOSE; MATERIAL
Shall be high temperature black impregnated into a high temperature laminated fabric with a
minimum overlapping thickness of 2 3/4".
WIRE HELIX
Shall he bound in black hose and not exposed to possible contact by personnel.
Vehicle Exhaust Extraction Systems Specifications
Page 5
WEAR STRIP
Shall be provided to further protect internal wire helix from heat buildup and in turn add
in visibility to personnel. Wear strip shall be 9/16" wide and provided as a safety
yellow color.
BEND RADIUS
Shall be no less than 1.5 times 4" ID. At no time shall the hose be allowed to distort from its
original crossectional area.
LOWER HOSE ASSEMBLY
Shall be a rigid 4" dia. by 2 foot long section of yellow and black hose identical in appearance to
the upper hose assembly. Lower hose shall support grabber and reducing elbow in a rigid fashioi
as to allow for operator to place hose collection device onto tailpipe without the need for bending
over. And also serve as the only section of hose which shall release if in the circumstances of
safety disconnect.
HOSE SUSPENSION SADDLE
Shall be fabricated of a rubber molded cushion designed specifically for the purpose of suspendin
exhaust ventilation hose, Design of saddle shall smoothly transition direction of hose during its
operating travel. Securing clamps shall be provided including all link fastener which will mount t
balancer safety link.
SAFETY DISCONNECT COUPLING
Shall be incorporated in the design of system enable. e lower two foot hose assembly to separate
from the upper hose assembly thus reducing the possible chance of damage to system if in the
unlikely event that the exhaust nozzle assembly may become entangled in wheels or under carriagc
of vehicles. This device shall consist of two spun aluminum collars connected by a reusable
rubber band. The release tension of this device to separate shall be no greater than 88 Lb. One
collar shall house an expanded secondary metal debris screen.
0
0
a Vehicle Exhaust Extraction Systems Specifications
Page 6
GRABBER PNEUMATIC NOZZLE
Shall provide an substantially air tight seal around exhaust tail pipe when connected. Nozzle shall
automatically adjust its internal orifice to accept any tail pipe from one inch through six inch
diameters. Manufacturer of nozzle shall offer if required both maximum diameter nozzles of 6.25
diameter and 4.75 diameter. The grabber pressure shall not exceed 15 Lb. per square inch,
Nozzle construction shall be high temperature synthetic, vulcanized to a high temperature syntheti
fabric. A NOMEX inner liner shall be provided as a primary temperature and friction barrier.
REDUCING ELBOW
Shall be one piece continuous welded construction allowing a smooth air flow transition from
inside diameter of grabber at 6.25 to 4 inch exhaust ventilation hose. Angle of transition shall be
no less than or greater than 670 from center line of reducer. Reducer shall also incorporate a
primary expanded metal debris screen which is permanently affixed by welded seams to the insidt
opening of exhaust fitting. Reducer finish shall be chrome electro plated.
AIR FILLED VALVE
Shall be of the sliding pushhutton action, manual or automatic release. The valve shall be
constructed of cast aluminum and refinished with black epoxy coating. All air seals shall be oil
resistant. Operating pressure shall be 7-15 Lb. Primary air supply to uncoupling valve (of air
filled valve) shall be compression fitting. Primary air supply from regulator shall be compression
fitting. Secondary air supply to grabber shall be a safety release for air tubing with a release
pressure of no greater than 80 Lb.
PNEUMATIC AIR SUPPLY
Shall be 1/4" (6mm) OD tubing capable of exposure of high temperature air stream inside
ventilation hose and duct. And shall be fed through exterior of hose and duct by the use of
substantially air tight chromated fittings.
0
I)
0 Vehicle Exhaust Extraction Systems Specifcations
Page 7
0 DUCT WORK SPECIFICATIONS
DUCT WORK TYPE
To be UMC class C or SMACNA class I1 product conveying. And shall meet or exceed criteria fc
construction and performance as outlined in Round Industrial Duct Construction Standards, 1977
SMACNA.
CERTIFICATION/APPROVALS
Construction, performance and installation shall be performed to meet or exceed the uniform
mechanical code as well as the uniform fire code for the state of California or Arizona (as
applicable) In turn the bidder shall certify that they will adhere to with all applicable city, state an(
federal codes.
MATERIALS OF CONSTRUCTION
Materials of construction unless otherwise specified all duct and fittings shall be in minimum G-6r
galvanized sheet metal in accordance with ASTM-A525 and A527. When specified, type 304
stainless steel in accordance with ASTM A240 shall be provided.
DUCT SIZE
All duct subject to positive or negative pressure shall be of round spiral pipe construction, with thi
range of available sizes not to exceed 10 inches in diameter.
DUCT GAUGE
Duct gauge shall depend on diameter and a minimum operating pressure of 8 inches water gauge.
Acceptable gauge and reinforcement requirements shall be in accordance to the following. Inner
duct diameter 4" - 8" dia./22 gauge standard spiral pipe and 9' - 10" dia./20 gauge standard spiral
pipe.
@
a Vehicle Exhaust Extraction Systems Specifications
Page 8
DUCT LENGTH
Shall be provided in continuous and unjointed lengths wherever possible. Except when interrupt6
by fittings, round spiral duct section shall not be less than 10 feet long.
EXHAUST FITTINGS
All exhaust fittings shall be round and have a wall thickness, 2 gauges, (one even gauge number)
heavier than the lightest allowable gauge of the downstream section of duct to which they are
connected. Branch entrances shall be by means of factory fabricated fittings or factory fabricated
duct /tap assemblies. Fittings shall be constructed so that air stream converges at angles of 45 deg
STANDARD WELDED SEAMS
Standard seam joints shall be continuous welded on all fittings. All welded joints shall be coated
with a protective paint, inside and out to prevent damage to galvanized surface.
0
f TURNING ELBOWS
Shall be die stamped and used for all diameters and pressures. They shall be fabricated of 20
gauge galvanized steel and constructed as two piece with continuos welded seam construction.
TAPERED BODY FITTINGS
Shall be used wherever particular fallout is anticipated, and where air flow is introduced to the
transport duct manifold.
EXHAUST JOINT CONSTRUCTION
All joint connections which are not continuous welded shall be supplied with a transition coupling
from the downstream end only. Coupling shall be fully welded and shall provide a fitting size
projection to fit inside a downstream fitting or another duct section. Couplings shall have a two
inch minimum insertion length and shall be 2 gauge numbers (one even gauge number) heavier
than the duct to which they are connected. This along with a 600 degree high temperature silicon
seal will constitute the primary mechanical seal. A secondary safety seal shall be provided on all
non-welded joint connections, by the use of a Duct-Mate brand drawband type duct coupler.
0
rl) Vehicle Exhaust Extraction Systems Specifications
Page 9
DUCT CONVEYING VELOCITY
Shall be a minimum of 3500 - 4000 feet / minute transport velocity.
CAPTURE VELOCITY
Shall be a minimum of 5500 - 6000 feevminute.
EXTERNAL DUCT WORK
Shall be sized for the exact inlet and outlet of the exhaust fan blower. If fire station is exposed to
unusual inclement weather, unusual levels of acid rain or is within 3 miles of salt water, stainless
steel shall be utilized for all exterior duct work components.
EXHAUST RAIN CAP
Shall be manufactured in accordance with EPA standard for free draft rain cap requirements.
Included in as an interracial part of this rain cap shall be a back draft damper to provide protection
from rain and other inclement weather.
0
0 ACOUSTICAL SOUND CONTROL
Shall be provided on all exhaust systems when exhaust fan exceeds 78 db unintenuated.
EXHAUST DUCT PENETRATION
Wherever possible, Provider shall penetrate exterior walls rather than a roof penetration. In all
cases when making a wall penetration through masonry or concrete walls it shall be done by the
use of a professional core drilling machine. The core drilling shall be properly sized to reduce the
diameter to the smallest possible size.
Only after all possible avenues for wall penetration are exhausted, shall the roof penetration be
accepted. At this point the bidder shall obtain the services of the original roofing contractor as to
not void any maintenance bonds, which might exist to date.
0 Vehicle Exhaust Extraction Systems Specifications
Page 10
DUCT WORK DRAWINGS
Shall be provided at time of bid clearly illustrating the intended path that the duct work shall take
between equipment and exterior wall and include intended mounting procedures for all duct work
internal/external and exhaust fan components.
a
0
rl) Vehicle Exhaust Extraction Systems Specifications
Page 11
EXHAUST FAN SPECIFICATIONS 0
EXHAUST FAN TYPE
Shall be manufactured and delivered as a direct drive spark resistant top horizontal discharged
blower unless otherwise specified.
EXHAUST FAN LOGIC
Shall be designed as a pre engineered exhaust fan designed for the sole purpose of exhausting
Volatile Organic Compound (VOC) and carcinogenic compounds generated by internal combustio
engine designed to propel any motor vehicle. The exhaust fan should operate automatically only
during the point of when electrical power is administered to the totally enclosed fan motor.
CERTIFICATION/APPROVALS
Exhaust fan offered to the Department shall be tested in accordance to AMCA standard # 210 in ar
AMCA approved test facility.
0 FAN HOUSING
Shall be fabricated from Almag (AluminumMagnesium alloy) with no greater than 5% Iron conte
or any other material with demonstrated ability to be spark producing. Fan housing also be
designed as a two piece construction sealed by a Teflon gasket and fastened by a stainless steel
hardware. Housing shall be fitted with a 1/4" dia. drain hole to relieve moisture and condensatior
which may be generated by the vehicles.
FAN IMPELLER
Shall be fabricated from Almag (AluminumMagnesium Alloy) and be designed as a blade type
wheel. Fan wheel shall be provided with 2 Allen type set screws one of which shall bear down 0;
motor key way provided with fan motor.
FAN HOUSING SEAL
Shall be provided as a press fit Teflon shaft seal 1/8 inches thick and prevent VOC exhaust gases
from coming into contact with motor bearings. This seal shall be substantial enough to prevent
Vehicle Exhaust Extraction Systems Specifications
Page 12 e
motor shaft from coming in contact with fan housing in the unlikely event that fan motor bolts 0 become loose.
FAN BASE
Shall be fabricated from 304/10 gauge stainless steel with four half inch punched holes on bottom
side of base to secure fan base motor and housing securely to building surface (E. wall, ceiling,
roof ect..). All hardware provided to secure motor to base shall be stainless steel.
FAN MOTOR
Shall be UL listed and manufactured by a readily available nationally recognized motor
manufacturer .
MOTOR TYPE
Shall be supplied as a totally enclosed fan cooled or non ventilated type. With a readily
available NEMA frame from 56 - 145 T.
MOTOR BASE
Shall be rigid, welded base configuration. Motor shall- be externally mounted to the contaminated
air stream.
MOTOR BEARINGS
Shall be provided as totally enclosed self lubricated type.
VIBRATION ISOLATING
Fan shall be manufactured as a complete assembly to assure the least possible vibration or
movement. Fan wheel shall be both statically and dynamically balanced.
0
a Vehicle Exhaust Extraction Systems Specif cations
Page 13
FANMOTOR PERFORMANCE
Shall be capable of providing a minimum CFM at a minimum static pressure as referenced in the
following table.
0
One Vehicle 500 CFM / 7.1 inches at 200 deg F
Two Vehicles 1000 CFM / 7.7 inches at 200 deg F
Three Vehicles 1500 CFM / 8 inches at 200 deg F
Four Vehicles 2000 CFM / 8 inches at-200 deg F
Five Vehicles 2500 CFM / 8 inches at 200 deg F
Six Vehicles 3000 CFM / 8 inches at 200 deg F
EXHAUST FAN QUANTITIES
Bidder provide one exhaust fan for the total amount of vehicles housed in an individual station
MOTOR SUPPLY POWER
Shall be 3 phase, if possible.
0 FANMOTOR LABELING
Fan assembly shall bear the same manufacturers name as the primary exhaust ventilation
equipment and electrical controller operating it. Also listed on labeling shall be model
number/RPM/inlet size/outlet size/temperature/ break horse power/CFM/class and any warning
labels or instructions required under underwriters laboratories.
I) Vehicle Exhaust Extraction Systems Specifications
Page 14
ELECTRICAL CONTROL SPECIFICATIONS 0
CONTROLLER TYPE
Shall be manufactured and delivered as an Operating System One series controller.
CONTROLLER LOGIC
Shall be designed to sense the output pressure which is normally generated by any internal
combustion engine designed to propel any motor vehicle. The operating logic shall be designed t
complete this cycle. At any point in time, when a collection device is connected to a motor
vehicle's exhaust tail pipe, and at which time the vehicle is manually or automatically energized bj
the operator. This controller shall in turn automatically the engine's output pressure and in turn
energize the electrical contactors which will provide proper full load amperage to the exhaust
system motor. The controller through the use of a three minute fixed timer shall keep the contactoj
energized for the three minute minimum fixed time.. If the responding vehicle does not disconnec
from the exhaust ventilation system in less than the prescribed three minute setting, a temperature
override switch shall override the fixed timer delay relay as to ensure continuous system operatior
for as long as the exhaust gas temperature being transported through the duct SYSWM is in exces
of 130 deg F. At no time during this cycle shall the controller allow the exhaust ventilation fan to
short cycle by stopping and starting anywhere during the period of time that the vehicle is
connected to and operating on the ventilation system.
CERTIFICATION/APPROVALS
Electrical controller offered to the Department shall be approved by Underwriters Laboratories
(UL), as a complete electrical system for enclosed industrial control panels.
UL RATING
Electrical controller shall be, UL listedapproved and manufactured in accordance with
Underwriters Laboratories standard UL-508 enclosed industrial control panels and incorporate a
limited energy control circuit.
ELECTRICAL ENCLOSURE
Shall be NEMA 12 rated and UL listed as type 12.
@
(I) Vehicle Exhaust Extraction Systems Specifications
Page 15
ENCLOSURE KEYLOCK
Shall be provided mounted in electrical enclosure to restrict access to internal components of
controller by only authorized entry.
ELECTRICAL CONTACTORS
Shall be Allen Bradley industrial electrical contactors provided with the appropriate adjustable
overload relays to meet the proper full load amperage of motor it is designed to control. Contract(
shall conform to the following standards: BS-5424, VDE0660, and approved by UL certification
as a approved component.
CONTROL TRANSFORMER
To be UL listed industrial control circuit transformer with primary and secondary fuse blocks.
Transformer shall be provided with multitap primary 208V through 480V AC, and 24V through
120V secondary.
ELECTRICAL TIMER
Shall be solid state, 3 minute fixed timer. Operating logic shall complete this cycle. Input voltage
is applied to the timer at all times. Upon closure of a normally open isolated start switch, the load
energizes and remains energized as long as the switch is closed. When the start switch opens, the
timing cycle starts. At the end of the present time delay, the load de-energizes and the timer is
ready for a new timing cycle. Timer shall be a UL recognized component under file number E650:
8.
ENGINE START SWITCH
Shall be engine pressure sensing type capable of recognizing the output pressure of any type of
motor vehicle. Electrical contact shall be dry type or not exceed 24V.
TEMPERATURE OVERRIDE SWITCH
To be closed on rise type to enable continuous system operation after the fix time delay relay has
completed it's timing cycle.
e
0
Vehicle Exhaust Extraction Systems Specifications ' Page 16
PUSH TO TEST BUTTON
Shall be Allen Bradley illuminated amber contact push button. This device shall meet UL type 4;k
rating. Indicator lighvstart button shall be mounted on the enclosure cover and be identified by
engraved ledger plate.
WIRING
Shall be run in wire channel to allow for easier identification of wiring circuit and appearance. A1
wiring circuitry shall meet UL listing for proper bending radiuses and termination's.
TERMINAL BLOCK
Shall be 600 V, UL rated, recognized and shall provide individual connection points for remote
controls, power and motor connections.
WIRING IDENTIFICATION
Shall be computer generated and identify all terminals, fuses, contactors, on both supply and
termination points.
LABELING
Shall be provided and secured permanently to the exterior of electrical controller, indicating the
manufacturer, hisher address and telephone number, user instructions and any warning or
cautions required by Underwriter Laboratories.
ELECTRICAL WIRING SCHEMATIC
Shall be provided with each electrical control box supplied. Wiring schematic shall show internal
circuitry as well as all primary and secondary connections to the controller. This schematic shall b
provided as a "D" print drawing to the department.
e
0
Vehicle Exhaust Extraction Systems Specifications a Page 17
ELECTRICAL INTERFERENCE
The Department shall reject any design of electrical controller which utilizes or produces electrical
frequency transmission. Or any possibility of electrical backfeed which may interfere with a
central services communication or onboard vehicle computers logic or navigational equipment.
0
a
Vehicle Exhaust Extraction Systems Specifications o Page 18
9 *,
,,fn,.J* ’- Rs,cord(ng requested by: CITY OF CARLSBAD
City Clerk City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, CA 92008
When recorded mail to:
397
NOTICE OF COMPLETION
Notice is hereby given that:
1. The undersigned is owner of the interest or estate stated below in the property herei
described.
The full name of the undersigned is City of Carlsbad, a municipal corporation.
The full address of the undersigned is 1200 Carlsbad Village Drive, Carlsbad, California, 9:
The nature of the title of the undersigned is: In fee.
A work of improvement on the property hereinafter described was completed on Octobs
1995.
The name of the contractor, if any, for such work of improvement is The Reinhart Corpor
dba AAIR Purification.
The property on which said work of improvement was completed is in the City of Carl:
County of San Diego, State of California, and is described as follows:
INSTALLATION OF DIESEL EXHAUST SYSTEMS AT FIRE STATIONS 1,2,3,4 & 6, Con
2.
3.
4.
5.
6.
7.
NO. CS 95-1.
8. The street addresses of said properties are:
FS #1 - 1275 Carlsbad Village Drive, Carlsbad, CA 92008
FS #2 - 1906 Arena1 Road, Carlsbad, CA 92009
FS #3 - 3701 Catalina Drive, Carlsbad, CA 92008
FS #4 - 6885 Batiquitos Drive, Carlsbad, CA 92009
FS #6 - 3131 Levante Street, Carisbad, CA 92809.
CITY OF CARLSBAD
Charles Walden
Facilities Superintendent
\r 338 a
VERIFICATION OF CITY CLERK c @
++x F
I, the undersigned say:
I am the City Clerk of the City of Carlsbad, 1200 Carlsbad Village Drive, Carlsbad, CA 9200
City Council of said City on , 1995, accepted the above desc
work as completed and ordered that a Notice of Completion be filed.
I declare under penalty of perjury that the foregoing is true and correct.
Executed on November 16 , 1995 at Carlsbad, California.
November 14
CITY OF CARLSBAD
$zZ&ty Clerk
Karen R. Kundtz, Assistant City Clerk