HomeMy WebLinkAboutJ. W. Mechanical Company; 1975-12-24; 1027V.
v.
X
X
CITY OF CARLSBAD
. SAN DIEGO COUNTY
Ca1 ifornia
CONTRACT DOCUMENTS & SPECIFICATIONS
FOR
MODIFICATION OF CITY HALL AIR CONDITIONING SYSTEM
Contract No. 1027
October, 1975
/**"
V, .
TABLE OF CONTENTS
Paqe
1 NOTICE INVITING SEALED PROPOSALS
3 PROPOSAL "
6 BID BOND
7 DESIGNATION OF SUBCONTRACTORS
8 STATEMENT OF FINANCES
9 AGREEMENT AND CONTRACT
11 BOND FOR LABOR AND MATERIALS
13 BOND FOR FAITHFUL PERFORMANCE
15 SPECIAL PROVISIONS
Page 1
CITY OF CARLSBAD,. CALIFORNIA
NOTICE INVITING BIDS
SEALED BIDS will be received at the Office of the City Clerk, City
v,. Hall, 1200 Elm Avenue, Carlsbad, California, until 10:00 AM on the
_20_th___ day of Novembe.r_ . • / 19J5_, at which time they will be
opened and read, for performing the work as follows:
Modification to City Hall Air Conditioning System
Contract No. 1027
No bid will be received unless it is made on a proposal form furnished
by the Engineering Department. Each bid must be accompanied by cash,
certified check or bidder's bond made payable to the City of Carlsbad,
for an amount equal to at least 10 per cent of the amount bid.
The documents included within the sealed bids which require completion
and execution are the following: -- --•• •
1. Proposal - Page 3 .
2. Designation of Subcontractors - Page 7
3. Bidder's Bond - Page 6 .
4. Contractor's Financial Status - Page 8
The documents shall be affixed with the appropriate signatures and titles
of the persons signing on behalf of the bidder. For corporations, the
(' signatures of the President or Vice-President and Secretary or Assistant
***"" • Secretary are required and the Corporate Seal shall be affixed to~all
documents requiring signatures. In the .case of a partnership, the
signature of at least one general partner is required.
All bids are to be compared on the basis of the Engineer's estimate.
The estimated quantities are approximate only, being given solely as
a basis for the comparison of bids.
No bid will be accepted from a contractor who has not been licensed in
accordance with the provisions of Chapter 9, Division III of Business
and Pi^ofessions' Code. The contractor shall state his license number
and classification in the proposal.
Plans, Special Provisions and Contract Documents may be obtained at the
Engineering Department, City Hall, Carlsbad, California, at no cost to
licensed contractors. A nonrefundable charge of none will be required
for each set of plans, special provisions and contr£\ct documents for
other than licensed contractors. It is requested that the plans and
special provisions be returned within 2 weeks after the bid opening.
The City of Carlsbad reserves the right to reject any or all bids and
to waive any informality in such bids.
A project tour will be conducted by the City of Carlsbad Engineering
if* Department-at 10:00 AM on rany day prior to bi d one: j nq.
In accordance with the provisions of Section 1770 of the Labor Code,
the City Council of the City of Carlsbad has ascertained the general
Page 2
prevailing rate of per diem wages in the locality an which the work
is to be performed for each craft or type of workman or mechanic
needed to execute the contract and has set forth these items in
Resolution No. 3600.
A copy of said Resolution is available in the Office of the City
Clerk in the City of Carlsbad.
Also, the prime contractor shall be responsible to insure compliance
with provisions of Section 1777.5 of the Labor Code of the State of
California for all occupations with apprenticeships as required on
public works projects above thirty thousand dollars ($30,000) or 20
working days.
Page 3
CITY OF CARLSBAD
Modification to City Hall
Air Conditioning System
Contract No. 102?
PROPOSAL
To the City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
Gentlemen:
The undersigned declares that he has carefully examined the location
of the work, read the Notice Inviting Bids, examined the plans and
specifications, and hereby proposes to'fu'rnish all labor, material,
equipment, transportation and services required to do all the work
to complete Contract 1027 in accordance with the plans, the specifi-
cations of the City of Carlsbad, and the special provisions, and
that he will take in full payment therefor the following unit prices
for each item complete, to wit:
Item Approximate Items with Unit Prices or Unit Prices Total
Jyjo. Quantity Lump Sum Written in Words in Figures Amounts
1. L.S. Furnish all labor, equip-
ment and materials to modi-
fy the climate control svs±em
complete at $ tf~} 3 3 *^—
TOTAL AMOUNT WRITTEN IN WORDS
TOTAL AMOUNT WRITTEN IN FIGURES
Page 4
All bids are to be computed on the basis of the given estimated
quantities of work, as indicated in this proposal, times the unit
(f' price as submitted by the bidder. In case of a discrepancy between
<-**** words and figures, the words shall prevail. In case of an error in
the extension of a unit price, the corrected extension shall be
calculated and the bids will be computed as indicated above and
compared on the basis of the corrected totals.
The estimated quantities of w,ork indicated in this proposal are
approximate only, being given solely as a basis for comparison of
bids.
The undersigned has checked carefully all of the above figures and
understands that the City will not be responsible for any errors or
. omissions on the part of the undersigned in making up this bid.
The undersigned agrees that in case of default in executing the
required contract with necessary bonds and insurance policies within
twenty (20) days from the date of award' of contract by the City Council
of the City of Carlsbad, the proceeds of check or bond accompanying
this bid shall become the property of the City of Carlsbad.
Licensed in accordance with the Statutes of the State of California ,
License No,providing for th>e registration of contractors,
Identification C\^- "2..^.T&OC*. ( p^-^Jk. X^
The undersigned bidder hereby represents as follows: (a) That no
Councilman, officer, agent or employee of the City of Carlsbad is
personally interested, directly or indirectly, in this contract, or
the compensation to be paid hereunder,- that no representation, oral
or in writing, of the City Council, its officers, agents or employees,
has induced him to enter into this Contract, excepting only those
contained in this form of Contract and the papers made a part hereof
by its terms, and (b) That this bid is made without connection with
any person, firm or corporation making a bid for the same work, and
is in all respects fair and without collusion or fraud.
Accompanying this proposal is /J? C—^-tS—^ .^Lo~^ / 0 ...
~i-fogcif^ cashier's check
ox^&SnctT
in an amount not less than 10 per centfof the total bid price.
The undersigned is aware of the provisions of Section 3700 of the
Labor Code which require every employer to be insured against
liability for workmen's compensation or to undertake self-insurance
in accordance with the provisions of that code, and agrees to comply
with such provisions before commencing the performance of the work
of this contract.
,C
Page 5
Phone Number
Date/ /
s Address
Bidder's Name
(SEAL)
onzed Signature
Authorized Signature
^J~- ,J^v->^-^CJ'S^O~c-<i4^u**--3c-Hr
Type of Organization
(Individual, Corporation, Co
partnership)
r ' f f
List below names of President, Secretary, Treasurer and Manager if a
corporation, and names of all co-partners if a co-partnership:
STA TE OF CALIFORNIA >
COUNTY OF SAN P1EGO \
i
On this 20th day of November in the ymr 1975
JUDY L GOESbefore me : , a Notary Public in and for the
STATE OF CALIFORNIA personally appeared G.LEHM A, DETHLOFg
known to me to be the person whose name is subscribed to the within instru-
ment as the Attorney-in-Fact of the INSURANCE COMPANY OF NORTH
AMERICA^arj;daigcJ^nowledged to me that he subscribed the name of the
yw^-<^^'mm"^ OF NORTH AMERICA thereto as surety and his
1 . -V~>\ Awnnameas^Attorn^y-in-Fact.
1 'j'-Vo-.-.-r^sbn --•'-?'•"-';-''"-'~J'" : '- Npttry Publican and for the State of California
;*,S»»-t2Sc- Printed iri Ois.A.
Page 6
BIDDER'S BOND TO ACCOMPANY PROPOSAL
KNOW ALL MEN BY THESE PRESENTS,—'
That we, J. W. MECHANICAL CO., as Principal,
and INSURANCE COMPANY OF NORTH AMERICA _ , as Surety, are held and firmlj
bound unto the City of Carlsbad, California, in the sura of
TEN PERCENT (10%) OF, AMOUNT BID Collars ($ _ ) , lawful money of
the United States for the payment of which sum well and truly to be
made, we bind ourselves, jointly and severally, firmly by these presents
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH:
That if the proposal of the above-bounden principal for:
Modification to City Hall Air Qoocji t iori.i nq System
Contract No. 1027
in the City of Carlsbad, is accepted by the City Council of said City,
and if the above-bounden Principal shall duly enter into and execute
a contract including required bonds and insurance policies within L20)
twenty days from the date of av/ard of contract by the City Council
of the City of Carl'sbad, being duly notified of said av/ard, then this
obligation shall become null and void; otherwise it shall be and
remain in full force and effect, and the amount specified herein
shall be forfeited to the said City.
In the event that any Principal above named executed this bond
as an individual, it is agreed that the death of any such Principal
shall not exonerate the surety from its obligations under this bond.
IN WITNESS WHEREOF, we hereunto set our hands and seals this 20th
_, 19 75 ,
J.'WTMECHANICAL CO.
•r^r^----—- \ **
day of NOVEMBER
Corporate Seal (if corporation)
(Attach Acknowledgement of
Attorney in Fact)
£tT
Title
A. DETHLOFF, Attorney-in-Fact
(Notarial acknowledgement of execution by all PRINCIPALS and SURETY
must be attached.)
Page 7
DESIGNATION OF SUBCONTRACTOR
The undersigned certifies that he has used the subbids of the
following listed contractors in making up his bid and that the
subcontractors listed will be used for the work for which they
bid, subject to the approval of the City Engineer, and in
accordance with the applicable provisions of the specifications
No change may be made in these subcontractors except upon the
prior approval of the City Council of the City of Carlsbad.
ITEM OF WORK SUBCONTRACTOR ADDRESS
2.
3.
5.
6.
U/
Bidder's Name
Authorised Signature
Type of Organization
(Individual, Co-Partnership or
Corporation)
7Address
Page 8 -
(C
, BIDDER'S STATEMENT OF FINANCIAL RESPONSIBILITY
TECHNICAL ABILITY AND EXPERIENCE
(The Bidder is required to state what work of a similar character to
that included in the proposed contract he has successfully performed
and give reference which will enable the City Council to judge his
responsibility, experience, skill and business standing.)
The undersigned submits herewith a statement of his financial respon-
sibility.
The undersigned submits below a statement of the work of similar
character to that included in the proposed contract which he has
successfully performed.
- fa
>, t-d /t&J&
if""
Page 9
CONTR. ACT
/ V<THIS AGREEMENT/ made -and entered into this 7 4 -" _ day of
cn\ ^.->*i-: _ , 19_2^1__, by and between the City of Carlsbad,
California, hereimifter designated as the City, party of the first
part, and _ ^/U-' /^I-^/X/K -.• '-W<: _ .. _ » hereinafter designated
as the Contractor, party of the second part.
WITNESSETH: that the parties hereto do mutually agree as follov/s:
1. For and in consideration of the payments and agreements
hereinafter mentioned to be made and performed by the City, the Con-
tractor agrees with the City to furnish all materials and labor for:
Modification to City Hall Air Conditioning System
Contract No. 102?
and to perform and complete in a good and workmanlike manner all the
work pertaining thereto shown on the plans and specifications therefor;
to furnish at his own proper cost and expense all tools, equipment,
labor and materials necessary therefor, (except such materials, if any,
as in the said specifications are stipulated to be furnished by the
City) , cind to do everything required by this agreement and the said
plans and specifications.
2. For furnishing all said materials and labor, tools and equip-
ment, and doing all the work contemplated and embraced in this agreement
also for all loss and damage arising out of the nature of the work
aforesaid, or from the action of the elements, or from any unforeseen
difficulties which may arise or be encountered in the prosecution of
the work until its acceptance by the City, and for all risks of
every description connected with the work; also, for all expenses
incurred by or in consequence of the suspension or discontinuance of
work, except such as in said specifications .are expressly stipulated
to be borne by the City; and for well and faithfully completing the
work and the whole thereof, in the manner shown and described in the
said piano and specifications, the City will pay and the Contractor
shall receive in full compensation therefor the lump sum price, or
if the b'.id is on the unit price basis, the total price for the several
items furnished pursuant to the specifications, named in the bidding
sheet of the proposal, as the case may be.
3. The City hereby promises and agrees with the said Contractor
to employ, and does hereby employ the said Contractor to provide the
materials and to do the work according to the terms and conditions
herein contained and referred to for the price aforesaid and hereby
conditions set forth in the specifications; and the said parties for
thomsolves, their heirs, executors, administrators, successors and
assigns, do hereby agree to the full performance of the covenants
f* herein contained.
^*a.-»
4. The Notice to Bidders, Instructions to Bidders , Contractor's
Proposal/ and the plans and specifications, and all amendments thereof
TO 447 CA (4-73)
(Individual) M1ITITL6 INSURANCE
> ss.
F AND TRUST
STATE OF CALIFORNIA ) AT.COR COMPANY
COUNTY OF_
On VA"A-*4r •* I O — before me, the undersigned, a Notary Public in and for said
State, personally appeared _
_, known to me
to be the person __ whose name __ subscribed
to the within instrument and acknowledged that V\ ^-< • -• ••••• .^-^^^ ^ .
executed the same. I y. OFFICIAL SEAL »
WITNESS my hand and official seal. I, (*&T ., "^"-J HUBBARD
P^^faf NOTARYPUBLIC-CAt.!F
Signature pM^^<-O C/ » ^J^Mj't^L -- I, ^ias*/ SAN DIEGO COUNTY "*
MY COMMISSION EXPIRES JUNE 4, 1979 ,
Name (Typed or Printed)
(This area for official notarial seal)
Page 10
when approved by the parties hereto, or when required by the City in
accordance with the provisions of the plans and specifications, are
hereby incorporated in and made part of this agreement.
5. Pursuant to the Labor Code of the State of California, the
City Council has ascertained the general prevailing rates of per diem
wages for each craft or type of workman needed to execute the contract
and a schedule containing such information is included in the Notice
Inviting Bids and is incorporated by reference herein.
6. The Contractor shall assume the defense of and indemnify
and save harmless the City•, the City Engineer, and their officers
and employees, from all claims, loss, damage, injury and liability
of every kind, nature and description, directly or indirectly arising
from the performance of the contract or work, regardless of responsi-
bility for negligence; and from any and all claims, loss, damage,
injury and liability, howsoever the same may be caused, resulting
directly or indirectly from the nature of the work covered by the
contract, regardless of responsibility'for negligence.
IN WITNESS WHEREOF, the parties hereto have caused this contract
to be executed the day and year first above written.
Title
CITY OF^CARLSBAD, CALIFORNIA
by
Mayor/i .
Approved as^^o form: //ATTEST:
City Attorney
(Notarial acknowledgement of execution by all PRINCIPALS must be
attached.)
. Page 11
LABOR AND MATERIAL BOND
KNOW ALL MEN BY THESE PRESENTS, THAT
WHEREAS, the City Council of the City of Carlsbad, State of
California, by Res. No. -?7V ^ adopted '^}^<— e--»*.<..-/r. <£•- _ii/^''/^_
has awarded to :U)...fl7<eJianica/
^
hereinafter designated as th£ "Principal", a contract for:
Modification to City Hall Air Conditioning System
Contract No. 102?
in the City of Carlsbad, in strict conformity with the drawings and
specifications and other contract documents on file in the Office of
the City Clerk.
WHEREAS, said Principal has executed or is about to execute said
contract and the terms thereof require the furnishing of a bond with
said contract, providing that if said Principal or any. of his or its
subcontractors shall fail to pay for any materials, provisions, pro-
vendor or other supplies or teams used in, upon, for or about the
performance of the work agreed to be done, or for any work or labor
done thereon of any kind, the Surety on this bond will pay the same
to the extent hereinafter set forth:
NOW, THEREFORE, WE (2).siJUA
as Principal, hereinafter designated as
Contractor and •J.n^rc^c P (-&r>yDa-/?tJ (^f AJor^h
as Surety, are held firmly bound unto
the City of Carlsbad, in the sum of
($ _ ijt <36J7' 2-StjQ. _ )' said sum being 50 per cent of the estinuited amount
payaSTe" Iby the City of Carlsbad under the terms of the contrtict, for
which payment well and truly to be made we bind ourselves, our heirs,
executors and administrators, successors, or assigns, jointly and
severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the person or
his subcontractors fail to pay for any materials, provisions, provender
or other supplies, or teams used in, upon," for or about the performance
of the work contracted to be done, or for any other work or labor thereon
of any kind, or for amounts due under the Unemployment Insurance Code
with respect to such work or labor, that the Surety or Sureties will
pay for the same, in an amount riot exceeding the sum specified in the
bond, and also, in case suit is brought, upon the bond, a reasonable!
attorney's fee, to bo fixed by the court, as required by the provisions
of Section 4204 of the Government Code of the State of California.
Page 12
This bond shall inure to the benefit of any and all persons, companies
and corporations entitled to file claims under Section 1192.1 of the
Code of Civil Procedure so as to give a right of action to them or
their assigns in any suit brought upon this bond, as required by the
provisions of Section 4205 of the Government Code of the State of
California.
And the said Surety, for value received, hereby stipulates and agrees
that no change, extension of time, alterations or additions to the
terms of the contract or to the work to be performed thereunder or
the specifications accompanying the same shall in any wise affect
its obligations on this bond, and it does hereby waive notice of
any such change, extension of time, alterations or additions to the
terms of the Contract or to the work or to the specifications.
In the event that any principal above named executed this bond as an
individual, it is agreed that the death of any such Principal shall
not exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has -been duly executed by the
Principal and Surety above named, on the /fo th day of _TW"
(Seal)
(Seal)
Contractor
STA TE OF CALIFORNIA
COUNTY OF
m!!UIIIII!l!l!!lll!llll!!!Hlf!!ltfnmmmUimmU
OFFICIAL SE
JUDY L. GOES
On this 16th day of December in thevear 1975
before me JUDY L GOES a Notary Public in and for the
STATE OF CALIFORNIA personally appeared GLENN A. DETHLOFF
known to me to be the person whose name is subscribed to the within instrument as the
Attorney-in-Fact of the INSURANCE COMPANY OF NORTH AMERICA, and acknow-
ledged to me that he subscribed the name of the INSURANCE COMPANY OF NORTH
thereto as surety and his own name as Attorney-in-Fact.
CAN D;EGO COUNTY §
-mission Expires May 21, 1979 |
Notary PutfFib in and for the State of California
SB-125d Printed in U.S.A.
in do<- ge^ • Q/ >. /r ^ige 13
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS, that
WHEREAS, the City Council of the City of Carlsbad, State of
Calif ornia, by Res. No. .'>7^J.' adopted ^^kr^-^xg.^^ Z:- /5-Vy'
has awarded to ^TTj). nfl*(Lh/)ni'Ccil
hereinafter designated as the "Principal", a contract for:
Modification to. City Hall Air Conditioning System
Contract No. 1027
in the City of Carlsbad, in strict conformity with the drawings and
specifications and other contract documents now on file in the Office.
of the City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said
contract and the terms thereof require the furnishing of a bond for
the Faithful Performance of said contract;
NOW, THEREFORE, WE, ^ . QU .
as Principal, hereinafter designated as
the "Contractor", and
CQ _____ ___ as Surety, are held and firmly bound
?'>'%. hi ^frou-xnid §'^ ('?/•>
unto the City of Carlsbad, in the sum of /o/;/^d/-gr/ jV-X/Vg r
Dollars ($ <fi _~7t3*r.f)C>_ _ ) / said sum being equal to 100 per cent ofji
the estimated amount of the contract, to be paid to the said City or
its certain attorney, its successors and assigns; for which payment,
well and truly to be made, we bind ourselves, our heirs, executors
arid administrators, successors or assigns, jointly and severally,
firmly by those presents.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the above-bou.nden
Principal, his. or its heirs, executors, administrators, successors or
assigns, shall in all things stand to and abide by, and well and truly
keep and perform the covenants, conditions and agreements in the said
contract and any alteration thereof made as therein provided on his
or their part, to be kept and performed at the time and in the manner
therein specified, cind in all respects according to their true intent
and meaning, and shall indemnify and save harmless the City of Carlsbad,
its officers and agents, as therein stipulated, then this obligation
shall become null and void; otherwise it shall remain in full force
and virtue.
•And said Surety, for value received, hereby stipulates and agrees that
no change, extension of time, alteration or addition to the terms of .
the contract or to the work to be performed thereunder or the -specif i-
Page 14
cations accompanying the same shall in any wise affect its obligations
on this bond, and it does hereby waive notice of any change, extension
of time, alterations or addition to the terms of the contract or to the
work or to the specifications.
In the event that any Principal above named executed this bond as an
individual, it is agreed that the death of any such Principal shall
not exonerate the Surety from its obligations under this bond.
IN WITNESS WHEREOF, this instrument has, been' dul
Principal and Surety above named, on the
, 19
executed by the
day of
Contractor
INSURANCE
Surety
STA TE OF CALIFORNIA
COUNTY OF SAN DIEfSO
On this.16th day of December ln theyear 1975
OFFI
JUDY
CIAL
L.
EEAL
GOE
before me JU0y |_ GQFS ° Notary Public in and for the
STATE OF CALIFORNIA personally appeared GLENN A. DETHLOFF
known to me to be the person whose name is subscribed to the within instrument as the
Attorney-in-Fact of the INSURANCE COMPANY OF NORTH AMERICA, and acknow-
ledged to me that he subscribed the name of the INSURANCE COMPANY OF NORTH
thereto as surety and his own name as Attorney-in-Fact.
Expires f.'ay 21,1979
Njfciry Publie^nand for the State of California
SB-125d Printed in U.S.A.
Page 15
City of Carlsbad
Modifications to City Hall Air Conditioning System
Contract No. 1027
Special Provisions
A. SCOPE OF WORK
The work consists of furnishing all labor, materials and equip-
ment to modify the climate control system in the City Hall
located at 1200 Elm Avenue,-Carlsbad, California.
B. PLANS AND SPECIFICATIONS
The contractors, by t'he act of submitting a bid, shall be deemed
to have carefully examinee1 the existing system as well as the
plans of the existing system. The plans are available for review
at the Engineering Department, 1200 Elm Avenue, Carlsbad, California
92008
C. WORK SCHEDULE .-,.,-
Work shall be completed within (45) forty-five calendar days after
notice to proceed.
D. PERMITS AND FEES
The contractor shall obtain a permit from the City Building Depart-
ment to do the work. No permit fee will be charged and all work is
\ subject to inspection and approval by the City Department of
^* Building and Safety.
E. RECORD DRAWINGS
The contractor shall keep an accurate dimensional record of as
built locations of all work. This information shall be recorded
on the plans located in the Utilities/Maintenance Department.
F. AIR DISTRIBUTION
New air diffusers shall be installed to replace the ceiling peri-
meter air supply diffusers. The Engineering/Planning Conference
Room does not presently have a perimeter diffuser and will require
new diffusers. The new air diffusers shall be ADP-MAC-S type or
equivalent mounted in 2x2 or 2x4 anti-smudge ceiling panel.
Finish shall be factory applied white baked enamel.
G. DUCT RELOCATION
The flexible supply ducts shall be disconnected from the perimeter
diffusers and connected using clamps to the new diffusers. When
the length of existing duct is not sufficient additional length of
duct may be added as required.
Page 16
Spec ia1
Page 2
Provisions, CC 1027
H. AIR HANDLING UNITS
The two existing air handling units shall be modified by installing
new adjustable pulleys and belts. The combined air delivery of the
air handlers shall be 15S000 cfm. After adjustment, amperage drawn
by motors shall be checked and amperage drawn during full load shall
not exceed 10% above maximum rated amperage.
!. TEMPERATURE CONTROLS
a. Conference Room Temperature Zones:
Four conference rooms in the north wing shall be modified to
provide additional volumes of air when required. Averaging
thermostats with relays shall
Three of the rooms shall have
crease air flow when required,
to the supply
requi red.
be installed in .the,four rooms,
volume control switches to in-
The modifications sha11 be made
system to provide increased quantities of air when
b. Other Temperature Zones:
Locking thermostat guards shall be installed on each of the
eleven existing thermastats. There are eleven thermostats to
be guarded. Relocate thermastats as necessary to better sense
the average temperature in zone to be controlled. Install
averaging thermostats in four (4) rooms in the pubJrG:woFks
sector.
J. ATTIC VENTILATORS
Install six galvanized iron Rdmlair RS Gravity Ventilators or equal
Four ventilators to be installed in north wing (Police and Public
Works) set at 2^50 cfm and two on south wing set at 1350 cfm.
Dampers shall be set to provide air quantity relief at ambient
temperature of 75° to 80°F with 8 mph wind or greater. Roof shall
be repaired so that installation is rain tight and does not leak.
K. TEST AND BALANCE
After ventilators and diffusers have been installed and air flow
increased all main and branch dampers shall be set in the open
position. Air flow shall be measured at air handlers and each zone
and diffuser. Dampers shall be set to provide specified volumes
and final adjustments shall be made to balance the system.
L. MAINTENANCE
a. Chiller:
The carrier 30HN030 water chiller condensers are to be opened
Page 17
Special Provisions, CC 1027
Page 3
and rodded out. After rodding, the condenser should be treated
by circulating inhibited acid through the coils. This acid
MUST not be circulated through the pumps or cooling tower.
b. Cooli ng Tower:
Rust and scale on the galvanized surfaces of tanks and tower
walls shall be removed By scraping and wire brushing. Rusted
areas should be painted with a coat of Rustoleum or other rust
inhibitor.
The inside of tank should be covered with tank solution and
outside painted with asphaltic base aluminum paint.
The service door gasket shall be replaced and access doors
\ installed for inspection of water eliminators.
c. Ai r Handlers:
Accumulated grease and dirt shall be removed from the cooling
and heating coils in the air handlers by forcing high pressure
hot water through the fins and tubing.
d. Strainers:
Remove and clean the strainers from all chilled and hot water
1j nes.
e. Open Water System:
A pump shall be installed to introduce a treatment liquid into
the open water system in the cooling tower. The pump shall be
equal to Mec-o Matic pump Model 475 C.
A thirty gallon container of liquid treatment equal to Dearborne
RC-380 shall be provided and the water given one initial treat-
ment.
f. Closed Water System:
A liquid treatment of Dearborne RB 382 shall be introduced into
the closed water system.
CERTIFICATE OF INSURANCE
This is to certify that
has in force for
STATE FARM FIRE AND CASUALTY COMPANY, Bloomington. Illinois
STATE FARM GENERAL INSURANCE COMPANY, Bloomington, Illinois
Wavra, Joseph J«, DBA; J. V7, Mechanical
6076 Engineer Rd.,
Name of Policyholder
San Diego, GA 92111
Address of Policyholder
location of operations
the following coverages for the periods and limits indicated below.
POLICY NUMBER
The above insurance
Q Includes | | Excludes
PRODUCTS -
C' 'LETED OPERATIONS
r-OLICY NUMBER
55-X2 H 93
55-X2 14 94
TYPE OF INSURANCE
D Comprehensive
General Liability
D Manufacturers' and
Contractors' Liability
| | Owners', Landlords' and
'-— ' Tenants' Liability
LJ Includes | | Excludes
OWNERS' OR CONTRACTORS'
PROTECTIVE LIABILITY
TYPE OF INSURANCE
i— | Watercraft
' — ' Liability
B SMP
n
Workmen's Compensation
S- Coverage A
Employer's Liability
- Coverage B
POLICY PERIOD
(eff./exp.)
[J Includes M Excludes
CONTRACTUAL
LIABILITY
POLICY PERIOD
(eff./exp.)
5-20-75
5-20-73
5-20-755-20-76
LIMITS OF LIABILITY
| | Dual Limits for:
Each Occurrence
Aggregate
Each Occurrence
Aggregate*
IX] Combined Single Limit for:
Each Occurrence
Aggregate
BODILY INJURY
$
$
PROPERTY DAMAGE
$
$
BODILY INJURY AND
PROPERTY DAMAGE
$ 300,000
$ 300,000
CONTRACTUAL LIABILITY LIMITS
(If different than above) BODILY INJURY
Each Occurrence $
Each Occurrence
Aggregate
Coverage A
Coverage B
PROPERTY DAMAGE
$
$
STATUTORY
$100,000
'Aggregate not applicable if Owners', Landlords' and Tenants' Liability Insurance excludes structural alterations, new construction or demolition.
THIS CERTIFICATE OF INSURANCE NEITHER AFFIRMATIVELY NOR NEGATIVELY AMENDS, EXTENDS OR ALTERS THE
COVERAGE AFFORDED BY ANY POLICY DESCRIBED HEREIN.
NAME AND ADDRESS OF PARTY TO WHOM
CERTIFICATE IS ISSUED
r
L
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 9200S
"1
_J
12-12-75
Date
Signature of Authorized Representative
Agent
Title
F6-994.3
STATE FARM FIRE AND CASUALTY COMPANY, BLOOMINGTON, ILLINOIS
STATE FARM GENERAL INSURANCE COMPANY, BLOOMINGTON, ILLINOIS
(As designated in the Policy to which this Form is attached)
DECLARATIONS ENDORSEMENT
iis endorsement, effective 1 ^'—12-75 / forms a part of policy number
issued to
4X
55-X2 14 93
IT IS HEREBY UNDERSTOOD AND AGREED THAT THE
1 Insured's Name 2 Insured's Address 3 Inception Date 4 Expiration
5 Location 6 Construction 7 Type of Roof 8 Occupancy
9 No. of Families 10 Mortgagee 11 Mortgagee's Address
17 YT Other (explain) ,'- o ,-j j frj_ on'-I
IS (ARE) CORRECTED OR AMENDED TO READ AS FOLLOWS:
^ciitacn:.! injure It is *y
*. '.rtr' or^L oo^—rri^.—n ^y o o u—^ -_": o—t^.o—po-j-ncy—t^-s—. .'iii.cL>— CIIZL c—o c x* o IL -L j. c ^i t o
. 1 y cri G n^ o a t n or—6fie—rr.iourit—ef—covar££;c tn?
. -f^ ^ 7 • -rn-^ +• J~ ^\>-y y^ r^ •> p jT\ ^-^ «^Hf»^v> fK r^ ^.^ XT, .^ 1 1 ,- ^- >* ^- r^**^ "*•*covcrc''G 1>" the
P-.V.T
IT IS HEREBY UNDERSTOOD AND AGREED THAT THE POLICY IS AMENDED TO
ADD the interests of the following Mortgagee or
Loss Payee:
VOID the interests of the following Mortgagee or
Loss Payee:
Form number is nttnrhpH to nnd
forms a part of the policy. (Attached to the reverse
of this endorsement form).
j
ji
I,
\
\
\
COUNTERSIGNATURE j
DATE: 1
TV TO^.'TC ]
AGENT: {
i
F7-735