Loading...
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