Loading...
HomeMy WebLinkAboutAMP United LLC; 2017-12-18; PWS18-43UTILNONPROFITS INSURANCE �■ ALLUIIJCE OF CALIFORNIA A NQad for lnsurance. Q Heart fai Nonprofits. INSURED: I Love a Clean San Diego County, Inc. POLICY NUMBER: 2017-15330 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED PRIMARY AND NON-CONTRIBUTORY ENDORSEMENT FOR PUBLIC ENTITIES This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. SECTION II — WHO IS AN INSURED is amended to include any public entity as an additional insured for whom you are performing operations when you and such person or organization have agreed in a written contract or written agreement that such public entity be added as an additional insured(s) on your policy, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your negligent acts or omissions; or 2. The negligent acts or omissions of those acting on your behalf; in the performance of your ongoing operations. No such public entity is an additional insured for liability arising out of the "products-completed operations hazard" or for liability arising out of the sole negligence of that public entity. B. With respect to the insurance afforded to these additional insured(s), the following additional exclusions apply. This insurance does not apply to "bodily injur�' or "property damage" occurring after: 1. All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s) at the location of the covered operations has been completed; or 2. That portion of "your work" out of which injury or damage arises has been put to its intended use by any person or organization other than another contractor or subcontractor engaged in performing operations for a principal as a part of the same project. C. The following is added to SECTION III — LIMITS OF INSURANCE: The limits of insurance applicable to the additional insured(s) are those specified in the written contract between you and the additional insured(s), or the limits available under this policy, whichever are less. These limits are part of and not in addition to the limits of insurance under this policy. D. With respect to the insurance provided to the additional insured(s), Condition 4. Other Insurance of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is replaced by the following: 4. Other Insurance a. Primary Insurance This insurance is primary if you have agreed in a written contract or written agreement: NIAC-E61 12 15 Page 1 of 2 (1) That this insurance be primary. If other insurance is also primary, we will share with all that other insurance as described in c. below; or (2) The coverage afforded by this insurance is primary and non-contributory with the additional insured(s)' own insurance. Paragraphs (1) and (2) do not apply to other insurance to which the additional insured(s) has been added as an additional insured or to other insurance described in paragraph b. below. b. Excess Insurance This insurance is excess over: 1. Any of the other insurance, whether primary, excess, contingent or on any other basis: (a) That is Fire, Extended Coverage, Builder's Risk, Installation Risk or similar coverage for "your work"; (b) That is fire, lightning, or explosion insurance for premises rented to you or temporarily occupied by you with permission of the owner; (c) That is insurance purchased by you to cover your liability as a tenant for "property damage" to premises temporarily occupied by you with permission of the owner; or (d) If the loss arises out of the maintenance or use of aircraft, "autos" or watercraft to the extent not subject to Exclusion g. of SECTION I— COVERAGE A— BODILY INJURY AND PROPERTY DAMAGE. (e) That is any other insurance available to an additional insured(s) under this Endorsement covering liability for damages arising out of the premises or operations, or products- completed operations, for which the additional insured(s) has been added as an additional insured by that other insurance. (1) When this insurance is excess, we will have no duty under Coverages A or B to defend the additional insured(s) against any "suiY' if any other insurer has a duty to defend the additional insured(s) against that "suiY'. If no other insurer defends, we will undertake to do so, but we will be entitled to the additional insured(s)' rights against all those other insurers. (2) When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (a) The total amount that all such other insurance would pay for the loss in the absence of this insurance; and (b) The total of all deductible and self-insured amounts under all that other insurance. (3) We will share the remaining loss, if any, with any other insurance that is not described in this Excess Insurance provision and was not bought specifically to apply in excess of the Limits of Insurance shown in the Declarations of this Coverage Part. c. Methods of Sharing If all of the other insurance available to the additional insured(s) permits contribution by equal shares, we will follow this method also. Under this approach each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any other the other insurance available to the additional insured(s) does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. NIAC-E61 12 15 Page 2 of 2 Tracking #: PWM16-94PEM CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT HARDING COMMUNITY CENTER RECREATION HALL INTERIOR PAINTING This aqreement is made on the �`� � day of ��n' 2016, by the City of Carisbad, California, a municipal corporation, (hereinafter called "City"), and K L Painting, a sole proprietorship, whose principal place of business is 765 Avocado Lane, Carlsbad, CA 92008 (hereinafter called "Contractor"). City and Contractor agree as follows: DESCF2IPTION OF WORK. Contractor shall perForm all work specified in the Contract documents for the project described by these Contract Documents (hereinafter called "ProjecY'). In summary, K L Painting will prep and paint all interior walls, ceilings, tile, base and doors at the Harding Community Center Recreation Hall as identified in Exhibit B. PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools, equiprr�ent, and personnel to perform the work specified by the Contract Documents unless excepted elsewhere in this Contract. CONTI�ACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract, Contractor's Proposal, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict, this Cc�ntract will supersede terms and conditions in the Contractor's proposal. LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carisbad Ordinances governing labor. GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project in accardance with directions and subject to inspection approval and acceptance by: Michael O'Brien (City Project Manager) WAGE; RATES. The general prevailing rate of wages for each craft or type of worker needed to execute the 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 Labor Code, a current copy of the applicable wage rates is on file in the Office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in execution of the Contract. Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the require�ments of Section 4104 of the Public Contract Code, or engage in the performance of any contract for puk�lic work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This pr�oject is subject to compliance monitoring and enforcement by the Department of Industrial Relations. HARDING COMMUNITY CENTER RECREATION HALL INTERIOR PAINTING Page 1 of 6 City Attorney,�pproved 2/29/2016 Tracking #: PWM16-94PEM Contrac:tor and any subcontractors shall comply with Section 1776 of the Califomia Labor Code, which generaNly requires keeping accurate payroil records, verifying and certifying payroll records, and making them available for inspection. Contrac#or shall require any subcontractors to compty with Section 1776. FALSE CLAIMS. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that Califomia Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingty submits a false claim to a public entity. These provisians include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. The prnvisions of Carlsbad Municipaf Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contrartor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding on pubfic r,ontracts for a period of up to five years and that debarment by another jurisdiction is grounds for the CitN of Ca�tsbad to disqualify the Contractor or subcontractor from p'' ting in contract bidding. Signature: � Print Name: C)(� � REQUIRED INSURANCE. The successful corrtractor shall provide to the City of Carlsbad, a Certification of Cornmercial General Liability and Property Damage Insurance and a Certiflcate of Workers' Compensation Insurance indicating coverage in a form approved by the Califomia lnsurance Commission. The certificates shall indicate coverage during the period of the contract and must be fumished to the City prior to the start of work. The minimum limits of liability insurance are to be placed with Cafifornia admitted insurers that have a current BesYs Key Rating of not less than "A-:VII' ; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurar�ce Commissioners (NAIC) latest quarterly listings report. Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than........$1,000,000 Subject to the same limit for each person on account of one accident in an amount not less than . .. .... $'I , 000, 000 Property damage insurance in an amount of not less than........$1,000,000 Autom��bile �iability Insurance in the amount of $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non- scheduled. The automobile insurance certificate must state the coverage is for "any auto° and cannot be limited in any manner. The at�ove policies shall have non-cancellation clauses providing that thirty (30) days written notice shall be given to the City prior to such cancellation. The po�licies shall name the City of Carlsbad as an additional insured. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY. Workers' Compensation limits as required by the Califomia Labor Code. Workers' Compensation will not be required if Contractor has no emploVees and provides, to City's satisfaction, a declaration stating this. HARDING COMMUNITY CENTER RECRE:ATION HALL INTERIOR PAINTING Page 2 of 6 City Attomey Approved 2/29/2016 Tracking #: PWM16-94PEM INDEMNITY. The Contractor shalt assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, ftom all claims, loss, damage, injury and liability of every k:ind, nature and description, direcUy or indirectly arising from or in connection with the performance of the c:,ontract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, ruNes or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectty from the nature of the work covered by ihe Contract, except far loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all casts and expenses including �ttorneys' fees for litigation, arbitration, or other dispute resolution method. JURISDtCTION. The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolut�on of any disputes between the parties arising out of this agreement is San Diego County, Califomia. Start V11ork: Contractor agrees to start within10 (ten) working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within 18 (eighteen) working days after receipt of Notice to Proceed. CONTRACTOR'S INFORMATION. K L Painting (name of Contractor) 765 Avocado lane (street address) 899963 (Contractor's license number) C-33 Painting and Decorating Exp: 7/31/2017 (license class. and exp. date) 1000031913 (DIR registration number) 6/30/2016 (DIR registration exp. date) /// //1 /// l/1 !N /// !// Carlsbad, CA 92008 (city/statelzip) 760-613-9891 (telephone no.) 760-683-3332 (fax no.) klpa inting �gm ail. com (e-mail address) HARDING COMMUNlTY CENTER RECRE:ATIOPI HALL tNTERIOR PAINTING Page 3 of 6 City Attomey Approved 2/29/2016 Tracking #: PWM16-94PEM EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONtRACTOR Set forth below is the full name and location of the place of business of each sub-contractor whom the Contrar,tor proposes to subcontract portions of the Project in excess of one-half of one percent of the total bid, and the portion of the Project which will be done by each sub-contractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a sub-contractor for any portion of the Project to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the Contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the Califomia Public Contract Code). If no subcontractors are to be employed on the project, enter the ward "NONE." SUBCONTRACTORS Portion of Project to Business Name and Address DIR Registration License No., % of be Subcontracted No. Classification & Total Ex iration Date Contract N � Total %� Subcontracted: �_.. HARDING COMMUNITY CENTER RECREATION HALL INTERIOR PAINTING Page 5 of 6 City Attomey Approved 2/29/2016 Tracking #: PWM16-94PEM EXHIBIT B SCOPE OF WORK All work will be at Harding Community Center Recreation Hall (North Building), located at 3096 Harding St, Carlsbad, CA 92008. K L Painting will prep and paint ali ceilings and walls, baseboards, metal door jams, men's and women's bathroom ceilings, walls, tile (primer and paint for tiles provided by City), and wood bathroam doors (sand, bondo 8� oil prime). Wor1c inGudes: minor patching of walls, caulking of window jams, and masking all non-painted areas. All material will be She�win Williams or approved equivalent products. Item 1: Interior Pafnting of Recreation Hall Preparation: Scraping to remove peeling or bubbling paint if needed. Patching or caulking small cracks and window joints. Mask and p�otect all areas no# to be painted. Sand, scrape and or oil prime doors, door jams, and baseboards. Painting: Areas to be painted include but not limited to: all ceilings, all walls, bathroom tiles, door jams and baseboards. Clean-Up and Completion: Project waste and debris shall be removed from the site daily. Contractor shall walk the site with City of Carlsbad representative to identify and correct any scope oversights or clea�-up items before the wark is accepted. Paint rnaterials, paint preparation, and painting application must be consistent with the specifications described in the "Greenbook" 2012 edition. JOB ('�UOTATION 1't'EM UNIT QTY DESCRIPTION PRICE NO. 1 LS 1 Paint Interior Harding Center Recreation Hall $7,000.00 Total $7,000.00 `Includes taues, fees, expenses and all other costs. HARDING COMMUNITY CENTER RECREATION HALL INTERIOR PAINTftVG Page 6 of 6 City Attomey Approved 2/29/2016 DocuSign Envelope ID: 8C2F073D-16A8-42AD-9BE3-D173F99EB850 AGREEMENT FOR LOAN OF ARTWORK & ARTIST SERVICES ANNE MUDGE THIS AGREEMENT is made and entered into as of the 14th day of September , 2020, by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and Anne Mudge, a Sole Proprietorship, ("Contractor"/"Lender"). RECITALS City requires the professional services of an Artist to loan artwork to the City for public display in the City's William D. Cannon Art Gallery, 1775 Dove Lane, Carlsbad, CA. Contractor has the ability to loan the Artwork and the expertise in providing virtual programming services, has submitted a proposal to City and has affirmed its willingness and ability to share their artwork and their artwork knowledge. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perForm, and Contractor agrees to render, those services (the "Services") that are defined in Exhibit "A" and loan artwork as specified in "Exhibit B", attached and incorporated by this reference in accordance with the terms and conditions set forth in this Agreement. 2. TERM This Agreement will be effective for a period of one (1) year from the date first above written. 3. COMPENSATION The total fee payable for the Services to be performed will be one thousand five hundred dollars ($1,500). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or the Services specified in Exhibit "A." 4. STATUS OF CONTRACTOR Contractor will perform the Services as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under the control of City only as to the results to be accomplished. 5. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' City Attorney Approved Version 6/12/18 DocuSign Envelope ID: 8C2F073D-16A8-42AD-9BE3-D173F99EB850 compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 6. INSURANCE Contractor will obtain and maintain policies of commercial general liability insurance, automobile liability insurance, a combined policy of workers' compensation, employers liability insurance, and professional liability insurance from an insurance company authorized to transact the business of insurance in the State of California which has a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non- admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report, in an amount of not less than one million dollars ($1,000,000) each, unless otherwise authorized and approved by the Risk Manager or the City Manager. Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims- made coverage. The insurance will be in force during the life of this Agreement and will not be canceled without thirty (30) days prior written notice to the City by certified mail. City will be named as an additional insured on General Liability which shall provide primary coverage to the City. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. Contractor will furnish certificates of insurance to the Contract Department, with endorsements to City prior to City's execution of this Agreement. 7. NOTI E The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City Name Richard Schultz Title Cultural Arts Manaqer Department Library & Cultural Arts City of Carlsbad Address 1775 Dove Lane Carlsbad, CA For Contractor Name Anne Mudqe Title Artist Address Post Office Box 2304 Fallbrook, CA 92088 Phone No. 619-887-5770 Email annemudqe(a�qmail.com Phone No. 760-602-2086 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 8. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all categories. Yes ❑ No � 9. COMPLIANCE WITH LAWS Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment and will obtain and maintain a City of Carlsbad Business License City Attorney Approved Version 6/12/18 DocuSign Envelope ID: 8C2F073D-16A8-42AD-9BE3-D173F99EB850 for the term of this Agreement. 10. TERMINATION City may terminate this Agreement at any time after a discussion, and written notice to the Contractor. Contractor may terminate this Agreement any time before the artwork is placed for exhibition, after a discussion, and written notice to the City. City will pay Contractor's costs for services delivered up to the time of termination, if the services have been delivered in accordance with the Agreement. 11. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees it may be subject to civil penalties for the filing of false claims as set forth in the California False Claims Act, Government Code sections 12650, et seq., and Carlsbad Municipal Code Sections 3.32.025, et seq. Contractor further acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to terminate this Agreement. 12. JURISDICTIONS AND VENUE Contractor agrees and stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this Agreement is the State Superior Court, San Diego County, California. 13. ASSIGNMENT Contractor may assign neither this Agreement nor any part of it, nor any monies due or to become due under it, without the prior written consent of City. 14. AMENDMENTS This Agreement may be amended by mutual consent of City and Contractor. Any amendment will be in writing, signed by both parties, with a statement of estimated changes in charges or time schedule. \\\ \\\ \\\ \\\ \\\ \\\ \\\ \\\ \\\ City Attorney Approved Version 6/12/18 DocuSign Envelope ID: 8C2F073D-16A8-42AD-9BE3-D173F99EB850 15. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR By: Q� � CITY OF CARLSBAD, a municipal corporation of the State of California By: ��� S���w (sign here) SUZANNE SMITHSON Library & Cultural Arts Director As Authorized by City Manager Anne Mudge, Artist (print name/title) � (sign here) (print name/title) ATTEST: �]a.w+,a��{�. �.. `1�c�`'�M1'�i,n,n, For BARBARA ENGLESON City Clerk If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups: Group A. Chairman, President, or Vice-President Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: For CELIA A. BREWER, City Attorney By. Q�.t.J�'a ��'b�1 U�'� b� L�'LS��,d. Q{�'DVInR� Deputy City Attorney Audra Mahoney Audra Mahoney City Attorney Approved Version 6/12/18 DocuSign Envelope ID: 8C2F073D-16A8-42AD-9BE3-D173F99EB850 EXHIBIT "A" SCOPE OF SERVICES LENDER will loan artwork to the City to be exhibited in the exhibition "Four Visions: A Celebration of the Year of the Woman" at the CITY's William D. Cannon Art Gallery, 1775 Dove Lane, Carlsbad, CA as well as provide additional services as described below. 1. CITY'S CONTACT INFORMATION: • Cultural Arts Manager, Richard Schultz, 760-602-2086, Richard.Schultz@Carlsbadca.gov • Curator of Exhibitions, Karen McGuire, 760-602-2022, Karen.McGuire@Carlsbadca.gov • Cultural Arts General Phone # 760-602-2090 *Throughout COVID-19 pandemic, staff may have adjusted hours and work locations. Email may be the initial preferred method of reaching staff. 2. EXHIBIT LOCATION: William D. Cannon Art Gallery, 1775 Dove Lane, Carlsbad, CA 3. ARTWORK LOAN PERIODS • Artwork loan period: September 25, 2020 — March 17, 2021 • Gallery exhibit period: October 4, 2020 — March 7, 2021 LENDER agrees to loan the Artwork specified on the checklist attached as Exhibit "B." The Artwork will remain in the CITY'S possession during the loan period but may be withdrawn from the exhibition at the CITY'S sole discretion. CITY will notify LENDER when any Artwork is withdrawn from the exhibit. CITY and LENDER may agree in writing to extend the duration of this Agreement. Acceptance of the Artwork does not imply that the Artwork will be placed or maintained on public display for the Agreement's exhibit duration. LENDER agrees to loan the Artwork specified on the checklist attached as Exhibit "B" of this Agreement to CITY. 4. TRANSPORTATION AND PACKING LENDER will transport and deliver Artwork and oversee the artwork installation at the Cannon Art Gallery. LENDER certifies that the work to be loaned to the CITY under the terms and conditions of this Agreement is in good condition. CITY shall inspect the Artwork and complete and sign the opening condition report for each piece of Artwork, which will constitute the property's condition at the time of the receipt of the Artwork loan. Any discrepancies, losses, or evidence of damage to the Artwork noted at the time of inspection or at any time while in the CITY'S custody will be reported immediately to the LENDER. LENDER will deliver Artwork to the Cannon Art Gallery by loan start date, as described above. At the end of the exhibition, LENDER will be responsible for picking up ARTWORK within three days, no later than the date described above, unless other written arrangements are made between CITY and LENDER. All drop-off and pickup deliveries shall be coordinated with the CITY's Cultural Arts Manager or Designee. 5. LENDER City Attorney Approved Version 6/12/18 DocuSign Envelope ID: 8C2F073D-16A8-42AD-9BE3-D173F99EB850 Virtual Programming LENDER will be available to participate in virtual exhibition programming such as virtual tours, audio, or on-camera interviews and any media opportunity. All virtual programming will be coordinated in advance with the City's gallery curator and shall constitute "work made for hire" under the United States Copyright Act of 1976 [17 U.S.C. §§ 101, et seq.] and any other applicable law. CITY reserves the right to audio and/or video record and to reproduce and distribute any lecture, reading or speaking engagement, and musical concert or musical Performance performed under this Agreement as virtual programming. City may retain the recording in its files, may replay the recordings for its employees and the public, including the right to post, replay, or broadcast the recordings on the City's YouTube channel, the City's cable channel, the City's Library Facebook Live account, and other similar City internet-based platforms, and may make the recording available for non-circulation use at its library facilities. City shall not sell the recording. City shall provide a copy of the recording to the Performer, upon the Performer's request. Press Kit Upon execution of Agreement, the LENDER agrees to provide a high-resolution image of self (headshot preferred) and written biography (up to 300 words) as well as four (4) to five (5) high- resolution images of Artwork being shown in the gallery. Images shall be delivered to the City's gallery curator in electronic form immediately upon the Agreement's execution. Warranty of Title LENDER warrants that LENDER is either the owner of the Artwork or the authorized agent of the lawful owner or artist of the Artwork and has the authority to enter into this Agreement and to grant the rights to CITY as set forth in this Agreement. LENDER also warrants that theArtwork (s) is not now or will be subjected to claims of ownership, lien, encumbrance, copyright infringement, or trademark infringement under any state or federal law. LENDER shall indemnify the CITY, its officers, and employees for all damages related to a claim asserting a violation or claim of violation of this Warranty of Title, including reasonable attorney fees and costs. Artwork Withdrawals Lender agrees once Artwork is placed for exhibition, it cannot be withdrawn from an exhibition by the LENDER for any reason. 6. CITY Artwork Installation CITY shall install and exhibit the Artwork. CITY reserves the right to make the final decision on which items will be included in the exhibition, and the arrangement of the exhibit. CITY shall take reasonable steps to preserve the exhibited Artwork against adverse environmental conditions, deterioration, damage, or theft. Artwork Inspection Artwork will be visually inspected upon receipt, and any noticeable damage will be documented on the shipping receipt. Evidence of damage to Artwork while in the CITY'S custody will be reported immediately to the LENDER. CITY may elect to display damaged Artwork if, in CITY'S sole determination, the displaying of the damaged Artwork will not exacerbate the preexisting damage. 7. REPRODUCTION RIGHTS, PUBLICITY AND PHOTOGRAPHY City Attorney Approved Version 6/12/18 DocuSign Envelope ID: 8C2F073D-16A8-42AD-9BE3-D173F99EB850 Except as limited by this Agreement, LENDER retains any or all copyright, licensing, and/or ownership rights to the Artwork available to him/her under state or federal law. In accordance with Section 5 of the Scope of Work, LENDER grants CITY the right to photograph, telecast, or make similar visual reproductions of the Artwork covered by this Agreement for publicity and advertising purposes and other educational purposes and in catalogues or posters that it distributes. CITY agrees to acknowledge the artist on all related print matter, exhibition announcements, publicity releases, invitations, posters, signs, or other promotional or educational materials relating to the Artwork. 8. HEALTH & SAFETY During the COVID-19 health-related pandemic, all activities occurring at City facilities, all Parties must adhere to the guidance from the state, county, and local authorities on health and safety protocols. City staff will inform Artist what the current guidelines are prior to their arrival and entering any City facility. Safety protocols may include, but are not limited to, hand washing, temperature testing, requiring face covering, maintaining physical distancing of six feet. The safety protocols may be modified at any time due to changing rules, regulations, or circumstances. 9. CONTRACTOR FEES / INVOICING Fees The total fee payable for the Services to be performed will be one thousand five hundred dollars ($1,500). Payment Schedule - • 1st Payment $750 Upon Exhibition Opening • 2nd Payment $750 Upon Pickup of Artwork Invoicing & Payment Contractor's invoice will be responsible for submitting invoices for Payment to the City of Carlsbad's Cultural Arts Manager or designee, as designated on the schedule above. All invoices shall be detailed to include related activities. Final invoice approval will be completed by the Library & Cultural Arts Director or designee. City Attorney Approved Version 6/12/18 DocuSign Envelope ID: 8C2F073D-16A8-42AD-9BE3-D173F99EB850 EXHIBIT "B" William D. Cannon Art Gallery Artwork Loan Lender: Anne Mudge Lender phone: (619) 887-5770 Lender address: P.O. Box 2304, Fallbrook, CA 92088 Lender email: annemudge@gmail.com Total number of works: 24 Total insurance value: $50,350 1. Title: Counterpoise Insurance Value: $3750 Size: 45" x 28" x 41" Media: Stainless steel wire, fiber, pigment Year made: 2017 Description: Suspended sculpture Credit line: Anne Mudge 2. Title: Progression I Insurance Value: $2250 Size: 69" x 27" x 24" Media: Stainless steel wire, fiber, pigment Year made: 2018 Description: Suspended sculpture Credit line: Anne Mudge 3. Title: Progression II Insurance Value: $1400 Size: 39" x 18" x 24" Media: Stainless steel wire, fiber, pigment Year made: 2018 Description: Wall-based sculpture Credit line: Anne Mudge 4. Title: Quattro Insurance Value: $1400 Size: 19" x 13" x 12" Media: Stainless steel wire, fiber, pigment Year made: 2016 Description: suspended sculpture Credit line: Anne Mudge 5. Title: Sprangle Insurance Value: $1400 Size: 30" x 15" x 15" Media: Stainless steel wire, fiber Year made: 2016 Description: suspended sculpture Credit line: Anne Mudge City Attorney Approved Version 6/12/18 DocuSign Envelope ID: 8C2F073D-16A8-42AD-9BE3-D173F99EB850 6. Title: Swarm Insurance Value: $2000 Size: 51 " x 18" x 12" Media: Stainless steel wire, fiber, pigment Year made: 2017 Description: Suspended sculpture Credit line: Anne Mudge 7. Title: Whence Insurance Value: $2250 Size: 82" x 26" x 18" Media: Stainless steel wire, fiber, pigment Year made: 2017 Description: Suspended sculpture Credit line: Anne Mudge 8. Title: Spurl Insurance Value: $2250 Size: 72" x 15" x 22" Media: Stainless steel wire, fiber, pigment Year made: 2017 Description: Suspended sculpture Credit line: Anne Mudge 9. Title: Discourse Insurance Value: $2250 Size: 66" x 32" x 26" Media: Stainless steel wire, fiber, pigment Year made: 2019 Description: Suspended sculpture Credit line: Anne Mudge 10. Title: Spool Insurance Value: $3250 Size: 62" x 68" x 26" Media: Stainless steel wire, fiber, pigment Year made: 2011 Description: Suspended sculpture Credit line: Anne Mudge 11. Title: Untitled (Linear) Insurance Value: $1600 Size: 87" x 14" x 11" Media: Stainless steel wire, fiber, pigment Year made: 2011 Description: Wall-based sculpture Credit line: Anne Mudge City Attorney Approved Version 6/12/18 DocuSign Envelope ID: 8C2F073D-16A8-42AD-9BE3-D173F99EB850 12. Title: Flounce Insurance Value: $2100 Size: 60" x 30" x 30" Media: Stainless steel wire Year made: 2017 Description: Suspended sculpture Credit line: Anne Mudge 13. Title: Net Insurance Value: $1400 Size: 36" x 18" x 21" Media: Stainless steel wire, washers Year made: 2019 Description: Suspended sculpture Credit line: Anne Mudge 14. Title: Prompt Insurance Value: $1400 Size: 39" x 20" x 26" Media: Stainless steel wire Year made: 2018 Description: Suspended sculpture Credit line: Anne Mudge 15. Title: Quiver Insurance Value: $4000 Size: 76" x 20" x 18" Media: Stainless steel wire Year made: 2017 Description: Suspended sculpture Credit line: Anne Mudge 16. Title: Reticulum Insurance Value: $4250 Size: 35" x 35" x 36" Media: Stainless steel wire Year made: 2019 Description: Suspended sculpture Credit line: Anne Mudge 17. Title: Untitled (Multiform) Insurance Value: $2750 Size: 35" x 16" x 17" Media: Stainless steel wire Year made: 2019 Description: Suspended sculpture Credit line: Anne Mudge 10 City Attorney Approved Version 6/12/18 DocuSign Envelope ID: 8C2F073D-16A8-42AD-9BE3-D173F99EB850 18. Title: Bunch Insurance Value: $1400 Size: 28" x 18" x 16" Media: Stainless steel wire, glass beads, pigment Year made: 2019 Description: Suspended sculpture Credit line: Anne Mudge 19. Title: Carriage Insurance Value: $2000 Size: 136" x 30" x 18" Media: Stainless steel wire, glass beads, pigment Year made: 2019 Description: Suspended sculpture Credit line: Anne Mudge 20. Title: Cell Split Insurance Value: $1000 Size: 9.5" x 10" x 9.6" Media: Stainless steel wire, hematite beads Year made: 2018 Description: Suspended sculpture Credit line: Anne Mudge 21. Title: Gain Insurance Value: $1600 Size: 28" x 11" x 11" Media: Stainless steel wire, quartzite beads, wood, pigment Year made: 2019 Description: Suspended sculpture Credit line: Anne Mudge 22. Title: Inverse Bowee Insurance Value: $1100 Size: 13" x 14" x 13" Media: Stainless steel wire, metal, hematite, quartzite beads Year made: 2019 Description: Suspended sculpture Credit line: Anne Mudge 23. Title: Vegg Insurance Value: $800 Size: 14" x 10" x 8" Media: Stainless steel wire, quartzite beads, pigment Year made: 2019 Description: Stainless steel wire, quartzite beads, pigment Credit line: Anne Mudge City Attorney Approved Version 6/12/18 11 DocuSign Envelope ID: 8C2F073D-16A8-42AD-9BE3-D173F99EB850 24. Title: Array Insurance Value: $2750 Size: 42" x 14" x 14" Media: Stainless steel wire, metal, glass beads Year made: 2020 Description: Suspended Sculpture Credit line: Anne Mudge City Attorney Approved Version 6/12/18 12 DocuSign Envelope ID: 8C2F073D-16A8-42AD-9BE3-D173F99EB850 WAIVER REQUEST FORM FACTORS IN SUPPORT OF REQUEST TO MODIFY INSURANCE REQUIREMENT(S) Generally, a modification to the coverage requirement will be accepting a lower limit of coverage or waiving the requirement(s). Requested by: Karen McGuire, Library & Cultural Arts September 2, 2020 (Name and Department) (Date) Proposed modification(s) to the requirement(s) for Anne Mudae (Type of insurance) (Name of contract) ❑ Reduce coverage to the amount oi $ � Waive coverage ❑ Other: FACTOR(S) 1N SUPPORT OF MODIFICATION(S) (check those that apply) nSignificance of Contractor: Contractor has previous experience with the City that is important to the efficiency of completing the scope of work and the quality of the work-product. [explainJ nSi,�nificance of Contractor: Contractor has unique skills and there are few if any alternatives. [expZain: include number of candidates RFP sent to and number responded if applicableJ ❑Contract Amount/Term of Contract: $ Work will be completed over a period of ❑Professional Liability coverage is not available to this contractor ar would increase the cost of the contract by $ [explainJ. DOther (e.�. explain why exposures are minimal, how exposures are covered in another policy, eXposure control mechanisms, and any other information pertinent to yourrequest): All activities on this agreement are speakina and loan of artwork in the Cannon Art Gallerv. 1775 Dove Lane. Carlsbad. 92011. A�proved by Risk Mana�er for this contract only: �� �'� 9/9/2020 (Signature) (Date) Tracking #: CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT REPLACEMENT OF BEACH DRINKING FOUNTAINS; CONT. NO. PKRC570 This agreement is made on the ��� day of � , 20� by the City of Carlsbad, California, a municipal corporation, (hereina ter called "City"), ai Nissho of California, Inc. whose principal place of business is 1902 South Santa Fe Avenue, Vista, CA 92083 (hereinafter called "Contractor"). City and Contractor agree as follows: DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the project described by these Contract Documents (hereinafter called "Project"). PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the work specified by the Contract Documents unless excepted elsewhere in this Contract. CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract, Contractor's Proposal, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict, this Contract will supersede terms and conditions in the Contractor's proposal. LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carlsbad Ordinances governing labor. GUARANTEE. Contractor guarantees all labor and materials furnished and agrees to complete the Project in accordance with directions and subject to inspection approval and acceptance by: Kyle Lancaster (City Project Manager) WAGE RATES. The general prevailing rate of wages for each craft or type of worker needed to execute the 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 Labor Code, a current copy of the applicable wage rates is on file in the Office of the City Engineer. The contractor to whom the contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in execution of the contract. The Prime Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. FALSE CLAIMS. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. REPLACEMENT OF BEACH DRINKING FOUNTAINS CONT. NO. PKRC570 Page 1 of 6 City Attorney Approved 10/6/15 Tracking #: Contractor acknowledges that Ca[ifornia Government Code sections 12650 efi seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. The provis[ons of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractar hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarrnent proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five years and that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor ar sub � ractor from participating in confiract bidding. �� Signature: % Print Name: � �� r: ��� REQUIRED WSURANCE. The successful contractor shall provide to the City of Carlsbad, a Certification of Commercial Generai Liability and Property Damage Insurance and a Certificate of Workers' Compensation Insurance indicating coverage in a form approved by the California lnsurance Commission. The certificates shall indicate coverage during the period of the contract and must be fiurnished to the City prior to the start of work. The minimum Iimits of liability insurance are to be placed with California admitted insurers that have a current Sest's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of Ca[ifornia's List of Approved Surplus Line Insurers (LASLf) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Assaciation of Insurance Commissioners (NAIC) latest quarterly listings report. Commercial Generai Liability Insurance of Injuries including accidental death, to any one person in an amount not less than........$1,000,000 . Subject. to the same limit for each person on account of one accident in an amount not fess than .......$1,Q00,000 Property damage insurance in an amount of not less than........$1,000,000 Automobile Liability Insurance in the amount of $1,000,000 combined single limit per accident for bodily injury and properiy damage. In addition, the auto poiicy rr�ust cover any vehicle used in the performance of the contract, used onsite or offsite, whether awned, non-owned or hired, and whether scheduled or non- scheduled. The automobile insurance certificate must state the coverage is for "any au�o" and cannot be limited in any manner. The above policies shall have non-cancellation ciauses providing that thirty (30) days written notice shal! be given #o the City prior to such cancellation. The policies shall name the City of Carlsbad as an additional insured. The full limits available to the named insured shall also be available and appEicable to the City as an additional insured. W(�RKERS' COMPENSAT[ON AND EMPLOYER'S LIABILITY. Workers' Compensation limits as required by the CaEifornia Labor Code. Workers' Compensation wil( not be required if Contractor has no employees and provides, to City's satisfacfiion, a declaration stating this. INDEMNITY. The Contractor shall assume the defense ofi, pay a11 expenses of defense, and indemnify and hold harmless fihe Cifiy, and its officers and employees, from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connectian with the performance of the Contract or work; or from any failure or alleged failure of Contractor to carrtply with any applicable law, rules or regulations including those related to safety and heaith; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the REPLACEMENT OF BEACH DRINKING FOUNTAINS CONT. NO. PKRC570 Page 2 of 6 Cify Attorney Approved 10/6/15 Tracking #: nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or wiliful miscanduct of the City. The expenses of defense include all cosfs and expenses including attorneys' fees for litigation, arbitratian, or other dispute resolution method. JURISDICTION. The Gontractor agrees and hereby stipulates that the proper venue and jurisdiction for resolufiion of any disputes between the parties arising out of this agreement is San Diego County, California. Start Work: Contractor agrees to start within 15 working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within 45 working days after receipt af Notice to Proceed. CON7RACTOR'S INFORMATION. Nissho of California, Inc. (name of Contractar) 598372 (Contractor's license number} C27, 7131 /2016 (license class. and exp. date) 1000018744 (DIR registration number) 6130/2016 (DIR registration exp. date) !! /J // // // ll /t // // // /I // // // !! /1 REPLACEMENT OF BEACH DRINKING FOUNTAINS CONT. NO. PKRC570 Page 3 af 6 1902 South Santa Fe Avenue (street address) Vista, CA 92083 (city/state/zip) 760-727-9719 (telephone no.) 760-727-8706 (fax no.) tbaird@nisshoca.com (e-mail address) City Attorney Approved 10/6/15 Tracking #: AUTHORITY. The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual autharity to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR CI7Y OF CARLSBAD, a municipal corporation of the State of Calif�nia By: By: ���� (sign here} - , r � �/ �g gq nnt-nameltitle � ( 'eF Departmen# Director /L �:� a 7. �.,�,� as a thorized by the City Manager ��"` �`�� ��" � " i ��g/,� �Chris Hazeltine G�V`� I��'VOC>-A^'k "v� '�' t+'i�� ��ti S�.� G� '" ��'�ld �'�""'�'`r^a: a�a.• By: �__. . .�'-����'.�,�` � (sign here) ATTEST: _ ��_ i � f ��� __ � �� ;,.. .. • �� City Clerk �''� �f �i 1?� ��, ��,','� .�',��vf.� (print name/title) ��� �ZC� ,ti . . .�. �� ,����, �� �;�. £ ���.�i �^° t,(� �G'!�`'- If required 6��Cit�r,�prdp�r no�'ari�l ackno�e�gr��nt of execution by Contractor must be attached. !f a corporation, Agreement must be signed by one corporate officer from each of the following two groups: Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secrefiary, CFO or Assistant 7reasurer Otherwise, the corporatian must attach a resolution certified by the secretary or assistant secretary under corporate seal empawering the officer(s} signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREW R, City At�orney BY: " � ���`°e � a�t�a�-City Attorney � ._����� REPLACEMENT OF BEACH DRINKWG FOUNTAINS CONT. NO. PKRC570 Page 4 of 6 City Attorney Approved 90/6/15 r , F,fi � F k.�. :; . 3j °' . �," —rn ytr . � k ;" l+n, . �t • E .. �+ . 'S: a k t{.� . C�7`��G�i�i a :" ��`7 A notary public or other officer eomple#ing this eertificate ver'sfies oniy the adentity ofi �he indi��iduai vuho signed the document to which this certificate is attached, and not ihe �ruthfulness, acc�r�cy, ar validity of that document. State of California Couraty of a�� _� ��_�s O�i��,�,>.�,�� d ���efore �rae, � ��� � �, . � . personally appeared�:.�a�'� °�'"��� � � � i� 2�:.�.� � �� ��'`���.;:- . �r� � i�iarra�(�) of S�gner(s) �s .. . --� . ; ,- � _ ��� �' � .. �, . �-� � ���- r �� - �- .� �� � � �- �� ,�, _. � •^I - ^�• M, ' `f . ..' i '�' ':.�.. :, !` .'; i �,,. ,� , � r. � � � �..; w . ' • �,'. ! ^` • y,� i� ^. f, r` * BETTY WALKER Commission # 2049407 Z:'� • Notary Public - California D San Diega County M Comm. Ex ires Dec 18, 2017 + �� . `� � ,� �:� ^* a'� R'Rt y:�=. .s, _',a i IT s � r ,. _ � �igr�ai�re - � �,> ._aa ��= ��. : _ _� _ �i�n �� c�� �lotar� Pcablic —=�--�__ P' "•. ���r� �������� �i°?taUC,;{3 $I7fS ��C�1063 /S C)y�el�ii�% ���n�ieti�� t�is irafr�ra�aa�a�r� �a�s d�t�� �1t'�ratia� �� �l�e �'�cu;�aa�r�i �r� fra���alerat reat��c'ra�erai �fi ��ais f�r�� to �rr ta�int�r�'�c� do�c�rn��at, � x.. . , �.,�,.. �,.. .E,. �. � :, ,�_;:_ �� ..:., ._.� ' -� « �« - � ;� • � �� .; � „ �� �, •�' '.�— �:u �,��� ; �: : �;-• � ;.: z.; s ;. • — ■ ;r �� • - ■ � -i ■ - ■ ��: • ■ �,.� ■ ■ .R. . .•; ■ t,,., . �-� .� �i�i3�P"'S ��S�l�: ❑ �or�o�at� ��fic�r — �"a�l��s): ❑ ��r#r�er — ❑ LO�c�ed ❑ �e�erai ❑ �n�iv�du�i ❑ �ttor�ey �n ��ct ❑ ��ustee ❑ C���rd���o or �o�ser�aatc�r ❑ Other; Sig¢�er �s �e�s �sentir�g: `� "✓S_y. i+"`'p7,� ✓. y s✓.'� -.�6 y.'riG�.`J4"d�. �,�.::r� ✓ "✓i yA�6'y.�'_�, �'+✓�d�i r7,�. d �v. ;:r+^r� ar -�.nG� �-r.r �e i ✓ y �v �:J *�?rh`� .. '✓ � . :7 �•�.i : � ��� ��. � .�• ,i�'.. l !''., •'� Y • �; ^ �� � � i.�� 's '. • � � ���'.. Tracking #: . _._. _ LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR Set forth below is the full name and location of the p{ace of business of each sub-contractor whom the Contractor proposes to subcontract portions of the Project in excess of one-half of one percent of the total bid, and the portion of the Project which wiil be done by each sub-contractor for each subcontract. NOTE: The Contractor understands tha# if it fails fo specify a sub-contractor for any portion of fihe Project to be performed under the contract in excess of one-half of one percent of the bid,'the contractor shall be deemed to have agreed to perform such portion, and that the Contractor shall not be permitted to sublet or subcontract that portion of the wor€c, except in cases of public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constitufiing the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act {Section 4100 et seq. of the California Public Gontract Code). If no subcontractors are to be employed on the project, enter the word "1VONE." SUBCONiRACTORS Portion af Project to Business Name and Address DIR Registration License No., % of be Subcontracted No. Classification & Total Expiratian Date Contract Tbtal % Subcontracted: REPLACEMEN7 OF BEACH DRINKING FOUNTAINS CONT. NO. PKRC570 Page 5 of 6 Cifiy Attorney Approued 10/6/15 Tracking #: EXHIBIT B JOB QUOTATION Nissho of California, Inc. will replace 3 concrete water fountains along the beach wall on Carisbad Boulevard, south of Tamarack State Beach. All work shall be performed in accordance with #he attached Contractor's proposal dated January 21, 2016. ITEM Ql`Y D.ESCRIPTION = Mater�als PRICE ': Ho. � 1 Concrete Cutting $1,209A0 2 1 Concrete Boxes and 3/" Gravel $316.44 3 1 Cement, Concrete, Concrete Nails, Blades $222.26 4 1 PlumbEng Supplies $169.92 5 1 Equipment $391.94 TOTAL* $2,309.56 _ _ _.. .. ... _ __ . . _ _ _ _ _ _ __.. . _ _ tTEM QiY DESCRII'TIC1N - Labor Prevailing V11age . PRtGE f��. 1 1 Demolition Labor $270.45 2 1 ioningfClearing of existing drain line $'183.30 3 1 lnstallation of 2 Clean Out Boxes $360.60 4 1 [ns#allation of 3 Drain Boxes $270.45 5 1 fnstallation of 3 new Base Plates and 3 New Fountains $2,618.00 TOTAL'� $3,702.80 *Includes taxes, fee's, expenses and all other costs. Grand Totat Not To Exceecf $6,012.36 REPLACEMENT OF BEACH DRINKENG FOUNTAINS CONT. NO. PKRC570 Page 6 of 6 Cify Attorney Approved 90/6/15 NlSSH❑ a� CA�lFaRNIA, INC. 79(]2 5auth 5anta Fe Avenue, Vsta, Califorr �:a 92D83 Phone 780.72T.9719 Fax TSfl.727.$T�8 Licer.se #598372 W�3RK QRDEFt � 1.0 9 Re� Nisshn [nstall f3E�Ch Fountain F26piacament City of Carlsbad Nissho Internal Oniy Pro;ect Nar�e C!ient Name {Maintenancc E]epartmeN] 760-034-294'� Ky�e Lancaster ^` Tom Baird �.2f.2D�8 Client f'hone # Authariaed by �Print} Pr�ject Manager Sprint} Date Lartic�sf�rsa?�ai Ist�atfc� erna+l Aut�rized by (Sign} Date Sa�ss Rep App�ovai [5ipn} Mgmt Appro�al �ETAILED OESCRIPTIQN QF Wd�K T[3 BE PERFQRA+I�b issl�Q wifl replaoe 3 o!d concrete Watsr F�untains ala the beach wali ors Carishad 81vd, south of Tamarack State Beaci�. 'lease see attached Maa]. Water wiil be tumed off. the old fnuntHir�s wi3i �e demal�shed and removed. iVead. the existino ter founiain drain p I�e hDxes with lack 3 af the baxes that Model 44D5M NiATERIALS be seczared in new concrete. For Fountains #1 &#2, �ancrete cuts wil! be made aboWe the existi s, i"hese cuts wil! aifow far the placement nf a"CEean Out"_fixture tv be irsstalled alon� wittr concrete sfee] plate coWers. Ail three fo�r►tains drain pipes terminate in plar�tars, Nissho wifl replace �teci the drain waier �ipes. 7he cirain boxes for fountains #1 ,#2 and #3 �viil be car�eta fa pre�ent roat aes in earh planter. Once the ahor�e ectivns are taken, Nisshq will lnstal3 the 3 New Water fcut sheets supplied t�y Mpf�tan Rockdale] already purchased Gy the CitY af Carisbad, Cvncrete Cutfing Cvncrete Soxes and 314" LABOR Prevaiiing Wager �,rfng of existing drai�► line_ vf 2 C�esn Out Boxes of 3 L7raEn 6oxes af 3 Tfew Base Plates and 3 QTY PRICE TOTRL Q $ - $ - 1 $ 1,209.i}D $ 1,2Q9.00 1 $ 396.44 $ 318.44 � $ arz.�s $ 22a.zs 1 $ 'lfi9.92 $ 1fi9.92 1 $ 391.94 $ 391.94 $ - $ - $ - $ - $ - $ - f �TA� $ 270.45 $ 'I83.3� � 36a.60 � ,� _ -- � - ---- ---- --- -- - — - -- - tY�n��� � � '� - ��: :�;g+ ;�r�;:�-,:� $ 8,412.36 � - ---�-- ----- --. -- , . ... - - ��i :r- i��P��`.'' �� .- . _ . - - . ._ .. - . , - r.:� . ' 7HE E1IVOERSIGMER R�PFt�SF[vTAT IVF. k i i�AS C3��� �� i eRMIh�D THAj �'�E ��S'ALI.AT;�V k5 ly AGC�Ri }Ah; � VViTN 7�{E PLAT�iS QR THE RGREED iJPpN SP�CIFICATidNS $Y 7FtE Q�VELpPEf�FCLIENT AlVd NISSliD O� CALIFORNfA, lNC. Plsssho af Califvrnia Tom Baird RepneserEative nnt igrt �"at'e^ C�ient Representa�ive rint ign �ate P �i' . �.^�...�_--�:. ,�:� , ;�Y�` � - �; . �. , :.�:i-_ . '�;' �,� , :; : ;< . -,�_C.. _::, . �. .� :� .� _ '�y �. - 1�, : ..��.. � � `.�f �'� ; k�"' ';, T� _ - .S" �� • �� . �i�� _ -. . -"°"`�" ..±�,.�' it: •� i�� ' '(+�- x:�.':-.�- ��� . ..� . M �. S - + .4.. �,. � � �p,,� S _ . - � i.%.y � . . � :-.-:`:� - . j`1" �'' � .' "j[ i _ , �::. ., - - y�:: �'.�1 J �' -,e�� �.' . _ . • . -7R'�..:_ — . .�' .. �—' '. "' ^` • i . .�r'� .r��� :�= i' �' y • .. ...�. • - •�3w 'G ,'� . ' ti� . - x � ���. r�,.- � �; L�,: - . �.. .- �!�� •:�.,�,���'�•,�� y. - .,��5-• � : �;".•�`•:..; : �„'_- ='��':;r -. . :. ' �?.vT- r��e . , � ;-�: . _'� �. _ �: :'; _ ;" ` . • :,. �:: , - �. � . ' ' _ • . , � � ��,,. .- . . ;° - � .�. �,�.t,,.... _ . . . _ � �' _ - 'a4:::�•: r�wiiy' ...:i'pn?=:.: ..... -. . - --•�-- ---• .-_.._.•'.-_._... . - -' •4 •, ��k,.�� i�• ;'k;,,7_�Gy, . �w. f P �' . . �,� � , .. ' 4 - - . " � . � �'�'�:••��i.TSy ��T-�l:�i..::.. � . . _ - .' .. . _ r ..�r�., . • ��? . _ . . . . . �;"�' - � �.�;:`��H.• ' • .- '...• :� _ , �-.:. F.� :f: '� ,'' �_ �.� ;r'�n '�'. �'•�' ' ;ti-�'.. '•i : . _ . . . � .. : ��•:�-� •;:�': �P�."!�?"?: +~ • - � . -. �. _ . .'1� =.� � . - : ���:: ��. ` ���' - ` y �. - - .. -.. � � �._ � . y . . • .,�3^?�: �:' vi�� ` . , _+i: _ ' �1�. , •z �•� - - - •`�. : - - — - --,�c:�:�� 'V._.��_ ;;�.•-T,• :it `:' ��';- ~ k`_�i;;'- - - }= - .. - -r,`—j--.;: ,.�;>_.�;�'.. , — .. - �y , . "'�"` '�f � _,.. ;a.� - • �: �,:b'- `.; .�. :�., ,.\ ' -i� - rx..: ��' [.• - t. _ r•. P .'ti "'�Y.: `ei. .�. _ ,�., , �� _ r r., � . ._._ r'•z. y Sx. ^f- - ". ��.'� � � . , 1 • •�L � Y=Sv` ••�, �• -.��' ' � ..11'' �� -i� • ;�� ' _ � _ ; "_" ' :' 1..I� _ .:�i V.'C,�y �-� �. � ' , ,-r.sr1 .. . . - . - - r � F..�- . . . . . � , �.. :;� ; "{7.�: _ �i _'...� . ��F ti, _ _ . �= ,� ,j � ' 1�.L':"�� :.��,-., - :.e�:: '��-i:u ;� - �i- - 'H�•'•.��i.cr � �'•''il..� . . . t _ - . — - f 'jT..i".J:- - . ��'[: ' "!,:'Y.. :`C �Y� ' ..� � .. . �- _._}:..�i..::w.?iY :��,a�x_':»�. „• �� ��t' �� �"�._`_- - �._gc�� f '.<_ -.. �:�..�.+:.•.-... _�-,---+-.�� �'. J. • ..� - ._ ••- - •-• ..• ;:� iry'�-. . •,,:i,�; . �. .- ;� - . :_"..g:�kr:,s�;": ' ��?.r,,.�,.� �w- _ . . 'F' �"^'' ' .. .. ' _ti;-n:'�.trF � .� ��.i:aL'krJ'I 7� '..l'..� _ . . . °{'�.�x.l�x.' �•/ ..i'. ..:��`�.y�. . ..j''.�y'r'r'aM•�..:=i5:�~i;�#' f'Y` ^�♦ '' :. . . � �':.�1 � "S..iF rsi?:'^'c'� f'�� ei'.T.F ':.�:4.�,. : `�.,Cry�_- .' . _ �;�T�;y.':.n �7i" � •-:. �•, �:.i„�,;:•y,�- ,}.'.�., • Ss(s.�•,h'+•,. `�...�..�, ..YsF �r�_3'� �_ x "�`i�: . n �. _... .. i �.;t�" .- . k. -.��:�•:-��1 � _..�--:". .L� ..:I .. ' S.'� . ' � �' _ "�'.�-�•.T�`•' . •"'�,.=::'..'.. ' ._� " ' '_ . - . . .. . •.i-.a` • -:�_•r�il:.ti.: .�. - : • ' `:.�.f.. ' _•'- ' _ :f � . _ ' .�. 'i.. �:[r .�'.^ - �y '�.�i; .v � • _.•', . ' '.: � . .,� ��' c_ �� y�V_ ..� - �y� - • . '`� ' , • ' _ ' ':'_ ". _ . ' 4"L-tv :.1�e.> ?'y��ry�is . �'��F.XI....�.}��� � �' �' .. . �� - -� - - -�-� - ������ ' - ,•�s�.� �.;.�._``:. -- - --r• : ' �_ _..:,?.�._ �..�.- _ � _ - y_ :�xx:��= - . - :: •�-.• ...�; ::�`��.:�;: . �,� - .- . �;' _ .� 3 ;. - �"' -�, ::• : r-:f: -'� p - `� '� _'.'�- ' :k, •• " . ' :_ �•' • •`r��;A:�;�T� --.•�,-''�- _•���� � • � • - � '�� ��A.. - . �[ "" • ' :S� �.'Ff}�ai�:' . '.1' .`C� � . . _ ..�. �. � .. . . f �' �-':":L:NW�.{L :S'J, t .-- : i' .?�, � ..� -,. . -�- _ �- � - .-. n+t^�*����:..��•: • ' � T�.;j:. ": '"^ . . ' �~` �u':�.:�i_. -:i � - - - -. . . -- '. a a _ r �.. .. � , _ :---^+���YYi - _� _ i�tti i'r= b,.�:�_:« .. ...r. �` . . �� �'!'. �• ..,.. � i.,,� '. s �"3 � r,� r � ,:� � �r�� � �'� , � �5� ��x '� � � . ""'` '��'�� ;t�. � s �'" �... ,� � p, s� � ' �. � � � � .. ' ��� � �. � �� �, � � � � ��� � �"' � '� � � ,� x ��� L� � � � �� .� �R � ��,::��^ � � ��f � #,,,�r�. ��� ��.' �� ��� � , Ar � `J � �. �.�,.> , �§ � �=� � � a . �°�I� � � � t"� ►'. � r� � r k � � � ""�, °�.. <!� ��� � ;� � i� .�„ �.�;-' x � a, , „ �.� �j�4 A 3 i4 ik �� i' S `ap '" 6 .,:;1� � �.�:; �" p, m �4� � .4 � �. �� $ �� 5`. i p � �k ./ �� �.�d 4 `� �i�� � �� _ .� .� k t�� d � b '� • � � �� `� 1�} � ��- '�. '�' y � , ��.r'� .: �-., � — ' �� w . * , �,. � �. � - ; � �� `� : � � _ � � � d.� ! ��° ���t�or� 9, CatifornF� Prc���s�ti�an 6 and t1�� Federal ��fe t�rink�rag UVaier Ac�. Ltad free by atf 6�,nown d�frr�iitar�s ir.eh�dlrrgANSl,tPdS�sFanda�3b l, ����"�1�'IFfl���AEST�k�.. >s , .�,�; i • _ - - r a r s , s : • . ,� �� ;� ,��;T,4�t��.>�5���'���'�3���'A�. s - . _ _ - . . a . � , �...� f ��� - t - . .�" s� 1� gaug� electro��ac��ished st�i�less s�eel bow4; BQ�+I a�r�r3a�rs pe��stal� r�rev�r��ir�g b�aitd���a �� residu� in vis�s�� dr��k�ng area. C+ptic�na� �S ��swi Stra�ner recc�mrrt�rsded �� ar�as avit�s sar�c3. "' Siai�dess st�cf ,�n�t-sa,t�=.rt h�ad (r,�eig�t�n� ��c��nd a�d a half} mc����ed witF� Ic�cie s�ut antf washe� tt� prevent �asn`peri��. l�csck n�t p�n h��ds �ubka��r ir� {�ac�C�c� pa�;i�€�» to �sreven: twistar�g +�r turn�ng, �"�t� NI[?F bu�ab��r head's �an�c{�s€� d�s��ra fe�t�res a c�r�star�t s�eady �tr��rr� ts�aj��tary an� a b�ii� in �at�ral shi�Bc� frarn c�r�tamir��t��n. (Mc�s� ��penc�ab§� Fc�urata�r�s, i�c.?�' ertc�s�rages k�w�bCer c�srspas��s�ac�) ' �'' 3i}� st�irtless st��l vsr�t� circtarn�er�rsce �xc�e��r�g �,6': lV�t�shrQcam s�s�� pas��a #�ar tsver�aps ar�c� pre�ersts s��d a�d ather ob��cts fram ,sti���r�g �u�h ba� ir� t�se €)h! p�sEt"sesrs. Siainless ste�3 hous`sn� s�anda�d cs�s �ot� st�neiard arad staircless s��ef p�dest�Ss. �'°+ ' R�q�€ires I�ss Lhan 5 I�s: tc� a�era�e. Rlar�-car�rid�e {?-rirag va�ve ��iiv�a-s steady st��am t��water thr�€�gh f4ow xeg�€lator, No adjustrr�en� r�eces��ry.This �ra�ve d�sigrs is tc� ��ae�ate ar�c� fursc���n at 3i� }a �ti P56.ldeal o�,erat�r►g press�re �s ��? �SI. t ' `• � s , M�inter�anee-�r�� reinf�rc�d �y1c�b�aic€ �ubint� ��d �S�ings, ���-61 cerii#�ecf. �his tu�+ing �s €��t p{ast"sc. Sup�a�i�€� v+r�t� a�d'z" Atll� �E���aded s�sE�t ar�+�t�a � st�in��ss steei st�ainer. ��sion fi��n�s at eve�y cc�ns��ctian. Ss����y f€�ee stt�ps �l��v� �ra�i�. ��ie sixteen p�swt��r coac c�ifors iisted are a� �c� �dd'st�anal c��rge, �e G��ars are: ❑ r��-ee°n, C9 bluea CI k�r�wrs, �%i��k, C7 ��d, CI y��l��v; C� ota���, II w�i�e arad C1 �e�us��d er�r�er���i, �1 sa�s�hire, L7 �yrite, i� bl�c�, Cf bur��a�dy, Ci gc�lc� vei�s, Cl cr��per a�sd � s�r�cis�c�n�, �ta�n�ess st��f fc��ir�tai�s ��-e pcsw�#�r co�teci �c�r ac�t��� �rc�t�ctiar� a�,c� a!� col�rs �ist�d �r� av�ilab3e, ° i�ix"sch�dul� �t� AV� p�pe.ltVaste Bin� s��ps �b�ve �r�de, ' UVnrk�ng �arts accessi�ie tiarc�€�gh bow� c�� f��ant��� f�r ��sy s�rv3ee. �����y ar�c� was+:e cc�r�rs�ctians �re thrcac�g� t3�e �6ave �r�d� ac�ess d�svr. �,I� �ccess p,at�s, brack�ts, va� s�a€ res€s��nt t�c�lts and s�r�rvs are st��€�4�ss stee!< : � `� S�:�face lUl�s�nt f��ntains �raeh�sr to a��ne�ete pa� the�ug� � vve3d�d rric�urz�Ing �S9ate, S$ surf�c� carri�rs recssmmen�ed fcar al{ n�v,r ir�stai�at's�r�s, Fi�ss�r a�� n�t�r €ar existins� �upp�y 9'sr=�s pricsr t� i�s�allat��n. � ' F� Shut �ff water and drain dc�wrs. ' `' ' �e�� ye�r tnrarra�ty. �a�t�r r�ot i€�c�r�d�d. • g !1�{o�4e6 4(9q Sl�....:,.,F.........1 �� lbs, M�de� �£lS�+i�' ........... .... � 5tl I�s. !�{od�i �0[15�J#55 ..,,..... � �� Ibs, Mas��l 4�� SMSS�`,.......... i 5C3 9�rs. Mo�t�6 �€i t7 5l�fE ...... .........15fl ��s. Pi+lode� �9� SM�' ., .. ... ..15{3 6bs, hhadel 41€l Sd1d�S5,,,........».1 St� �bs, IU�o�e9 493 51V�55� ......,.,15� 1bs, xrr�ee�s A�7�t f�ar �€i�h a�d Lc�w NC}i�: When ssrderirc�< �€ease speci�y sa�;r�l�ss s��*�i �y S5. Alw�ys ��este yau� cn#�ar �1-,�ace �rci Qpt�or�s wher� appkic�ble. (G��iQrs �cided at �n �ddi€;�ra� cast cc� ehe ��ascor�er.} ;�xar�pi�:5pecify 4�(1 Ste��S Cc� cird4r �C� Surf�ce #+�nuni StalnC�s� Sce�i. P€��se cail �vz;�� t� �ssist yvu wit�� �r�ferdny, q�csta�c� anc� si�,p�ing. �, ��,� �a�, ,�y �, .�+ ,. .* � .�, f�.F� � �.'. i �. •: �i 1.f i i;'� � I� # `� Vi � i • � i� �i���` ;�. ,� _ . Y C "` �� .: �� �, � x � 4� � '� r ��. �; . ��: = � � `_ �� � {`� ; � wsw 98" � � _ — ��3 (I E� f� €� �! {P 81t2p [ � ��� ��� �f 9 - �.�...._._..W...�� €! � Q � �1 AC��SS �� C3(7tJR E � � 0 0 � ACGE�S �t�OR ELEVATiC��i � :• '` ,. ��. . �...� . _.. �t+�.. _ , �. � � � � �, � � ,� ��, s �, � x �= �' �>� 318° �iYLt�1 R�I�'Ff�RGEi3 idYL�Na3RAID TU�i�G 1^dt tiZ" �isP fSU3�PZY t�fAl°�t3j i �12" P'�'C �� �r • � . e F, i' �' I� t i .c._ ..�...a �. �lz" k i�� z�{�c P�.��1� �oQ —� I � � � � � � �ra��r� --�-...o-��' �v� a��r�s --�-�- � -- c� �e• � ���� � g � .. � � � �� �� � � �.. �� �a � ����s: �, ���� ���: s������-r�c��i�. �. �� r�r��- s�a+�.� �r��v�ir��s. 3. BNSYAL�A`��t3�'�C? �� �f?�PE����Q E�i A�C�I�i�A�ICE U4��TE{ tV��4�tJ�A�T!1RER'� SP�C�FiC�'iT1C)�35. �4. C3PTiC��lA� ST'Ad�L�SS 5i���: ��RFAC�,�RRI�€� RECQf�M��lC3�[�, �,- ;�; ��� � . �-° � ;�,r -� .�� �t�.. .a. �,�+�: r � ... i .�' r. : , ,. ; , .: -, � a �. �" M ,k � .: � y :' - . .. . �. a.. k ..,�_,.. .�-�s��r.• r �-s�.. AGREEMENT FOR LANDSCAPE ARCHITECTURAL SERVICES SCHMIDT DESIGN GROUP, INC. .� f THIS AGREEMENT is made and entered into as of the �� day of , 20�, by and between the CITY OF CARLSBAD, a municipal corporation, ("City" , d Schmidt Design Group, Inc., a corporation, ("Contractor"). � RECITALS A. City requires the professional services of a landscape architecture firm that is experienced in landscape architectural design. B. Contractor has the necessary experience in providing professional services and advice related to landscape architectural design. C. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of two (2) years from the date first above written. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term shall not exceed thirty-four thousand nine hundred dollars ($34,900.00). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as City Attorney Approved Version 4/1/15 necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship befinreen any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with perFormance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest BesYs Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. City Attorney Approved Version 4/1 /15 10.1 CoveraQe and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 10.1.1 Commercial General Liabilitv Insurance. $2,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liabilitv. (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Emplover's Liabilitv. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liabilitv. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as clai.ms-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coveraqe. If Contractor fails to maintain any of these insurance coverages, then City will have the op�ion to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. City Attorney Approved Version 4/1/15 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For Citv For Contractor Name Kyle Lancaster Title Parks Services Manager Name Jeffrey T. Barr Title Principal Department Parks & Recreation City of Carlsbad Address 799 Pine Avenue, Suite 200 Carlsbad, CA 92008 Phone No. 760-434-2941 Address 1111 Sixth Avenue, Suite 500 San Diego, CA 92101 Phone No. 619-236-1462 Email jtbarr@schmidtdesign.com Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. City Attorney Approved Version 4/1 /15 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has pertormed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide City Attorney Approved Version 4/1/15 employee, any fee, commission, percentage, brokerage fee, gift, or any ather consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 ef seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTION AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. // // // // // // City Attorney Approved Version 4/1/15 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR CITY OF CARLSBAD, a municipal corporation of the State of California By: - (sign here) � � �L�mil.� j ' . - .'� (print name/t I By: ---> (sign here) , � t;�,� �,i`1 �, �""' - � �� � , �� (print nam title) By: Parks & �e r irector ATTEST: ^ �� � �-� � / " /}rY1�:2�'� ' • � "�/ �vL'tr � , JZ.%Z_ BARBARA ENGLESON City Clerk If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ���Gz�-�'E �4ssis�artt City Attorney � City Attorney Approved Version 4/1 /15 EXHIBIT "A" SCOPE OF SERVICES Schmidt Design Group, Inc. (SDG) will provide conceptual design services for one (1) new restroom facility, to include approximately 300 square feet of restrooms and approximately 100 square feet of loft storage, for a total of approximately 400 square feet. The future facility will be located at the Grand Avenue beach access point. Pre-Desiqn/Concept Desiqn 1. Dahlin Group (Architect) will review the program provided by the City to determine the requirements of the project. This program should include overall project objectives, site data, and non-standard requirements of governmental agencies having jurisdiction over the project. 2. The Architect will review the City's development requirements based upon project program, zoning requirements, and site parameters. 3. SDG and the Architect will attend one (1) project kick-off meeting with City staff and will make one (1) site visit to become familiar with the general and visible site conditions. 4. The Architect will develop a concept plan and 3-D SketchUp model based on the program and City development requirements. 5. SDG will update the previously prepared rendered Landscape Concept Plan. This concept plan will depict the proposed structure, landscape, and hardscape features of the site based on the 100% construction documents. 6. SDG and the Architect will attend one (1) meeting with City staff to review the concept plan and 3-D model. Schematic Desiqn 1. The Architect will refine the concept plan and SketchUp model as per the comments received from City staff. 2. SDG and the Architect will attend one (1) meeting with City staff to review the refined design including plans, 3-D model, and proposed colors and materials. 3. Based upon the approved design, the Architect will incorporate comments from the City and prepare final schematic design presentation drawings to include the following: a. Building plans at %4" scale or larger showing significant features, room names, overall dimensions, room sizes, and square footages; b. Colored building elevations of all sides including dimensions and exterior material indications; c. Building sections to describe the relationship and height of the various levels of the project. d. Colored rendering clips of the 3D Sketchup model to adequately illustrate the exterior building design. e. SDG will update the rendered Landscape Concept Plan using the building plan provided by the Architect. 4. Color & Material Selections — the Architect will note proposed finish materials for exterior of the building and will provide one (1) set of color samples for one (1) color scheme per building, including paint, trim, accent colors, and roofing materials. 5. SDG and the Architect will attend up to two (2) community meetings/presentations as directed by the City. City Attorney Approved Version 4/1/15 5. SDG and the Architect will attend up to two (2) community meetings/presentations as directed by the City. Proiect Assumptions and Exclusions 1. City shall provide a copy of the geotechnical report and recommendations for the site. 2. Promptly notify SDG and the Architect of any changes or revisions in the project (site conditions, proposed improvements, etc). 3. Dry utility, civil engineering, and geotechnical submittals are not included. If necessary they shall be provided by the City's consultants. 4. Unless specifically included above, artist's renderings, colored presentations of the floor plans, animations, and other exhibits are excluded. These items can be provided by the Architect and invoiced as additional services if requested in writing. 5. Signs and graphic design services are excluded. 6. Plan processing through the City will be managed by the City of Carlsbad Parks & Recreation Department. 7. Preparation of design development drawings, construction documents, and construction administration services. 8. Cost of obtaining permits and fees. 9. Attendance at any community or any other additional meetings not already identified in the scope. Additional meetings will be billed on a time and materials basis. 10. Additional submittals or revisions not specifically outlined in this scope of work. 11. Project entitlement and processing is excluded. 12. Preparation of probable cost of construction estimate. Reimbursable Expenses Reimbursable expenses such as reproduction printing, delivery service, soils testing, permits, parking, project specific supplies, etc., will be marked up by 15%. In-house plotting will be charged per square-foot at the following rates: bond $2.00 per square- foot, vellum $3.00 per square-foot, mylar $4.00 per square-foot, color $5.00 per square-foot. In- house color laser prints will be charged at $.50 for letter size, $.75 for legal size, and $1.00 for ledger size. Mileage in the interest of the City will be charged at the current U.S. General Services Administration Privately Owned Vehicle Mileage Reimbursement Rates. Time spent in travel in the interest of the City will be charged at hourly rates. A minimum of one hour will be charged for any site visit. No more than eight (8) hours of travel time will be charged in any one day. Subsistence will be charged when it is necessary for personnel to be away from the office overnight. Rates may be adjusted annually. Hourly Time and Material Fee Schedule Fees will be charged for technical work, consultation, and additional services. Charges will be made for ryping, as in the preparation of reports, and for time and costs of printing. No direct charges will be made for normal secretarial service, office management, or general accounting; these items are included in overhead. City Attorney Approved Version 4/1/15 Principal Landscape Architect / President .................................................... $225 / hour Principal Landscape Architect ...................................................................... $185 / hour Associate Landscape Architect ................................................................... $130 / hour Senior Project Manager / Licensed Landscape Architect ............................ $110 / hour ProjectManager ............................................................................................. $85 / hour LandscapeDesigner ...................................................................................... $75 / hour LandscapeDrafter ......................................................................................... $65 / hour Clerical/ Typist .............................................................................................. $65 / hour Consultant Fees will be at their standard hourly rates with a 15% coordination charge. Summary of Fees Agreement amount shall not exceed $34,900.00. A. Pre-Design/Concept Design - Lump Sum $13,600.00 B. Schematic Design - Lump Sum $20,400.00 C. Reimbursable Expenses $900.00 Grand Total: $34,900.00 10 City Attorney Approved Version 4/1/15 " � � DATE �MMIDDIYYYY) A�� o CERTIFICATE OF LIABILITY INSURANCE 12/28/2017 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER NAMEACT C@ItIfCBt@ D2 artment Cavignac & Associates PHONE FAx 450 B Street, SUIt2 1800 • 619-744-0574 ac No : 619-234-8601 San Diego CA 92101 AD R�ESS: CBRIfCBYBS cavi nac.com INSURED SCHMDES-01 Schmidt Design Group 1111 6th Avenue, Suite 500 San Diego, CA 92101 INSURER�S) AFFORDING COVERAGE Travelers Property & Casualty Company of XL Snecialtv Comoanv I INSURER E : INSURER F : COVERAGES CERTIFICATE NUMBER: 641108072 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTIMTHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR ADDL SUBR POLICY EFF POLICY EXP LIMITS LTR TYPE OF INSURANCE POLICY NUMBER MM/DD/YYYY MM/DDIYYYY A X COMMERCIALGENERALLIABILITY Y 6805H959099 1/1/2018 1/1/2019 EACHOCCURRENCE $2,000,000 DAMAGETO RENTED CLAIMS-MADE %� OCCUR PREMISES Ea occurrence S 1,000,000 MED EXP (Any one person) $ 10,000 PERSONAL&ADVINJURY $2,000,000 GEN'LAGGREGATELIMITAPPLIESPER: GENERALAGGREGATE $4,000,000 POLICY � PR� � LOC PRODUCTS-COMP/OPAGG $4,000,000 JECT OTHER: Deductihle $ � A AUTOMOBILE LIABILITY BA5G389226 1/1/2018 1/1/2019 COMBINED SINGLE LIMIT $ Ea accident 1 000 000 X ANY AUTO BODILY INJURY (Per person) $ ALL OWNED SCHEDULED BODILY INJURY (Peraccident) $ AUTOS NONOWNED PeOaE�R�TntDAMAGE $ X HIREDAUTOS X AUTOS $ A X UMBRELLA LIAB X OCCUR CUP6G528554 1/1/2018 1/1/2019 EACH OCCURRENCE $ 1,000,000 EXCESS LIAB CLAIMS-MADE AGGREGATE $1,000,000 DED X RETENTION $ $ q WORKERS COMPENSATION UBOJ495455 1/1/2018 1/1/2019 X AND EMPLOYERS' LIABILITY �, � N STATUTE ER ANY PROPRIETOR/PARTNER/EXECUTIVE ❑ N � A E.L. EACH ACCIDENT $ 1,000,000 OFFICER/MEMBER EXCLUDED? (Mandatory in NH) E.L. DISEASE - EA EMPLOYE $ 1,000,000 If yes, describe under DESCRIPTION OF OPERATIONS below EL DISEASE - POLICY LIMIT $ 1,000,000 B Professional Liability DPR9920207 1/1Y2018 1N/2019 Ea Claim & Aggr �imit $2,000,000 DESCRIPTION OF OPERATIONS / LOCATION51 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) Re: Landscape Architectural Services. Additional Insured coverage applies to General Liability for City of Carlsbad per policy form. Primary and Non-Contributory coverage applies to General Liability per policy form. Professional Liability - Claims made form, defense costs included within limit. If the insurance company elects to cancel or non-renew coverage for any reason other than nonpayment of premium Cavignac & Associates will provide 30 days notice of such cancellation or nonrenewal. CERTIFICATE City of Carlsbad 799 Pine Avenue, Suite 200 Carlsbad CA 92008 11[�7► SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE O 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014/01) The ACORD name and logo are registered marks of ACORD Poliry Number: 6805H959099 COMMERCIAL GENERAL LIABILITY THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. BLANKET ADDITIONAL INSURED (ARCHITECTS, ENGINEERS AND SURVEYORS) This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART 1. The following is added to SECTION II — WHO IS AN INSURED: Any person or organization that you agree in a "written contract requiring insurance" to include as an additional insured on this Coverage Part, but: a. Only with respect to liability for "bodily injury", "property damage" or "personal injury"; and b. If, and only to the extent that, the injury or damage is caused by acts or omissions of you or your subcontractor in the performance of "your work" to which the "written contract requiring insurance" applies, or in connection with premises owned by or rented to you. The person or organization does not qualify as an additional insured: c. With respect to the independent acts or omissions of such person or organization; or For "bodily injury", "property damage" or "personal injury" for which such person or organization has assumed liability in a contract or agreement. The insurance provided to such additional insured is limited as follows: e. This insurance does not apply on any basis to any person or organization for which coverage as an additional insured specifically is added by another endorsement to this Coverage Part. f. This insurance does not apply to the rendering of or failure to render any "professional services". g. In the event that the Limits of Insurance of the Coverage Part shown in the Declarations exceed the limits of liability required by the "written contract requiring insurance", the insurance provided to the additional insured shall be limited to the limits of liability required by that "written contract requiring insurance". This endorsement does not increase the limits of insurance described in Section III — Limits Of Insurance. h. This insurance does not apply to "bodily injury" or "property damage" caused by "your work" and included in the "products- completed operations hazard" unless the "written contract requiring insurance" specifically requires you to provide such coverage for that additional insured, and then the insurance provided to the additional insured applies only to such "bodily injury" or "property damage" that occurs before the end of the period of time for which the "written contract requiring insurance" requires you to provide such coverage or the end of the policy period, whichever is earlier. The following is added to Paragraph 4.a. of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: The insurance provided to the additional insured is excess over any valid and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to the additional insured for a loss we cover. However, if you specifically agree in the "written contract requiring insurance" that this insurance provided to the additional insured under this Coverage Part must apply on a primary basis or a primary and non-contributory basis, this insurance is primary to other insurance available to the additional insured which covers that person or organizations as a named insured for such loss, and we will not share with the other insurance, provided that: (1) The "bodily injury" or "property damage" for which coverage is sought occurs; and (2) The "personal injury" for which coverage is sought arises out of an offense committed; after you have signed that "written contract requiring insurance". But this insurance provided to the additional insured still is excess over valid and collectible other insurance, whether primary, excess, contingent or on any other basis, that is available to the additional insured when that person or organization is an additional insured under any other insurance. GG D3 81 09 15 O 2015 The Travelers Indemnity Company. All rights reserved. Pdge 1 of 2 Includes the copyrighted material of Insurance Services O�ce, Inc., with its permission Policy Number: 6805H959099 COMMERCIAL GENERAL LIABILITY 3. The following is added to Paragraph 8., Transfer Of Rights Of Recovery Against Others To Us, of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS: We waive any right of recovery we may have against any person or organization because of payments we make for "bodily injury", "property damage" or "personal injury" arising out of "your work" performed by you, or on your behalf, done under a"written contract requiring insurance" with that person or organization. We waive this right only where you have agreed to do so as part of the "written contract requiring insurance" with such person or organization signed by you before, and in effect when, the "bodily injury" or "property damage" occurs, or the "personal injury" offense is committed. 4. The following definition is added to the DEFINITIONS Section: "Written contract requiring insurance" means that part of any written contract under which you are required to include a person or organization as an additional insured on this Coverage Part, provided that the "bodily injury" and "property damage" occurs and the "personal injury" is caused by an offense committed: a. After you have signed that written contract; b. While that part of the written contract is in effect; and c. Before the end of the policy period. Page 2 of 2 O 2015 The Travelers Indemnity Company. All rights reserved. CG D3 81 09 15 Includes the copyrighted material of Insurance Services Office, Inc., with its permission PWL17-87GS CITY OF CARLSBAD PUBLIC WORKS LETTER OF AGREEMENT C/TY HALL THERMOSTAT/C VALVE REPLACEMENT This letter will serve as an agreement between Seaside Heating and Air Conditioning, Inc., a California corporation (Contractor) and the City of Carlsbad (City). The Contractor will provide all equipment, material and labor necessary to replace a failed thermostatic expansion valve, per Exhibit "A" and City specifications, for a sum not to exceed one thousand five hundred fifty seven dollars fifty four cents ($1,557.54). This work is to be completed within Five (5) working days after issuance of a Purchase Order. ADDITIONAL REQUIREMENTS 1. City of Carlsbad Business License 2. The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its agents, o�cers, officials, employees, and volunteers from all claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of this Contract or work; or from any failure or alleged failure of the contractor to comply with any applicable law, rules or regulations including those relating to safety and health; except for loss or damage which was caused solely by the active negligence of the City; 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 this Contract, unless the loss or damage was caused solely by the active negligence of the City. The expenses of defense include all costs and expenses, including attorney's fees for litigation, arbitration, or other dispute resolution method. 3. Contractor shall fumish policies of general liability insurance, automobile liability insurance and a combined policy of workers compensation and Employers' Liability in an insurable amount of not less than one million dollars ($1,000,000) each, unless a lower amount is approved by the Risk Manager or the City Manager. Said policies shall name the City of Carlsbad as an additional insured. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. Insurance is to be placed with California admitted insurers that have a current BesYs Key Rating of not less than "A-:VII",; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest BesYs Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. Proof of all such insurance shall be given by filing certificates of insurance with contracting department prior to the signing of the contract by the City. 4. The Contractor shall be aware of and comply with all Federal, State, County and City Statues, Ordinances and Regulations, including Workers Compensation laws (Division 4 Califomia Labor Code) and the "Immigration Reform and Control Act of 1986" (8USC, Sections 1101 through 1525), to include but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants that are included in this Contract. 5. The Contractor may be subject to civil penalties for the filing of false claims as set forth in the Califomia False Claims Act, Gove� �me,nt Code section 12650, et se4., and Carlsbad Municipal Code Sections 3.32.025, et sea. ---�-�,r�- init ----�� init 6. The Contractor hereby acknowledges that debarment by another jurisdiction is rounds for the City of Carlsbad to disqualify the Contractor from participating in contract bidding. _��init init " ci �� 7. The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. City Hall Thermostatic Valve Replacement - 1- City Attorney Approved 2/29/2016 PWL17-87GS 8. The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the work covered by this Letter of Agreement. Contractor and any subcontractors shall comply with Section 1776 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. 9. City Contact: Michael O'Brien. x2996 _ Contractor Contact: Charlie Balcar. 760-643-1100 CONTRACTOR Seaside Heating and Air Conditioning, Inc., a California corporation 1359 Rocky Point Dr Oceanside, CA 92056 P: 760-643-1100 F: 760-433-3904 cb@seasidehvac.com By: (sign here) -�l c�w�- �.wt ��' CJ 2'(J r r.,c�3 �d'�'S (print name/title) CITY OF CARLSBAD, a municipal corporation of the State of Califomia By: � �� Elaine Lukey / lic Works Director as authorized by the City Manager By: Dated: �� �t�--� �'/ � ' � � (sign here) c�,�-,-rt.� ��- <��� ��U (print name/title) (Proper notarial acknowledgment of execution by Contractor must be attached. Chairman, president or vice-president and secretary, assistant secretary, CFO or assistant treasurer must sign for corporations. Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. ) APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: Deputy City Attorney City Hall Thermostatic Valve Replacement - 2- City Attorney Approved 2/29/2016 PWL17-87GS EXHIBIT A Contractor will replace the inoperable thermostatic expansion valve at the City Hall located at 1200 Carlsbad Village Dr. in Carlsbad. The replacement of the faulty York Thermostatic Expansion Valve (TXV) P#025-40900001 will be with a new Title 24 compliant TXV. Scope includes labor, torch rental, shipping and evacuation chiller valve pipe/joint. Cost includes all equipment required to perform the replacement and disposal/recycling of inoperable hardware. The completed repair will retum the chiller system to optimum working and controllable condition. ITEM' UNR- `�l DESCRIPTIQN ' PRI�E NC1. ` 1 LS 1 Replace faulty thermostatic expansion valve (TXV) $1,557.54 TOTAL* $1,557.54 "Inc�udes taxes, tees, expenses and an otner costs City Hall Thermostatic Valve Replacement - 3- City Attorney Approved 2/29/2016 CITY OF CARLSBAD PERFORMANCE AGREEMENT FOR LIVE EVENT Ronald T. Shaheen THIS CONTRACT is made on � , 2017 by and between the City of Carlsbad (City) and N/A (Representative), who warrant that he/she/it has the authority to represent and contract on behalf of Ronald T. Shaheen (Performer), for a live performance as specified below, and upon the following terms and conditions: 1. Event Name of event: O�era Previews hereinafter referred to as "performance". Description of performance: Series of four (4) lectures/discussions on topics relating to productions of the San Diego Opera's 2017-18 season. Venue site: Carlsbad City Library, Schulman Auditorium, 1775 Dove Lane, Carlsbad, CA 920ll . Representative's Phone No.: 619-297-5954 (Home), 619-436-8121 (Cell) Date(s) of performance (If contract consists of multiple performances, workshops or seminars, please include the whole schedule of performances as part of this contract): October 14, 2017, January 27, February 24 and March 17. 2018 Start-time: 10:00 a.m. End-time: 11:00 a.m. Expected arrival time: 9:00 a.m. Access to venue/stage: 9:00 a.m. No. of sets/workshops: One L) per performance Length of each sets/workshop: 60 minutes Number/length of Breaks: None Parking - Reserved 3. Lodging/Meals - Reserved 4. Performance Fee Performer shall be entitled to a Flat Performance Fee in the amount of two thousand, four hundred dollars 2 400 plus City of Carlsbad business license expenses related to this specific performance series in the amount not to exceed thirty one dollars ($31� for a total not- to-exceed fee of two thousand, four hundred thirty-one dollars ($2,431 � in two installments. City will advance Performer the first installment of the Flat Perfortnance Fee and Carlsbad business license expense on October 7, 2017 in the amount of one thousand ei�ht hundred thirtyone dollars ($1,831�. The second installment of the Flat Performance Fee will be paid on March 17, 2018 in the amount of six hundred dollars ($6001. If Performer does not provide the performance contracted herein, Performer shall return to City the one thousand eight hundred thirty-one dollars advance payment paid by the City to Performer. If any unperformed portion of the event or event series is cancelled due to the Performer's inability to perform, the unperformed portion of the event or event series may be, if feasible, rescheduled to a new date(s) that is/are mutually agreeable to City and Performer. If a replacement performance cannot be rescheduled, the fee(s) due to the Performer may, at City's sole discretion, be reduced on a pro-rata basis by the value of the performance(s) not performed. City will make all checks payable and addressed to: City Attorney Approved Version 08.15.13 Name of Performer/Representative: Dr. Ronald T. Shaheen Address: 4568 New York Street. San Diego CA 92116 5. Sound City will provide a sound amplification system that is in good working order and capable of conforming to the size of the audience, acoustics of the Venue Site and producing quality sound reproduction. In the event that Performer is providing the sound system and special electrical needs are required, Performer shall notify City of its needs at least 30 days in advance of the first Performance date. Failure to timely notify the City will result in Performer assuming all the responsibility of providing its own electricity for the sound system. If required by state or local laws, Performer will obtain all necessary permits and approvals associated with the provision of electricity. 6. Stage Lighting City will provide stage lighting that is in good working order and capable of conforming to the size of the audience, Venue Site and the needs of the Production. In the event that Performer is providing the stage lighting system and special electrical needs are required, Performer shall notify City of its needs at least 30 days in advance of the first Performance date. Failure to timely notify the City will result in Performer assuming all the responsibility of providing its own electricity for the stage lighting system. If required by state or local laws, Performer will obtain all necessary permits and approvals associated with the provision of electricity. 7. Venue Hospitality - Reserved 8. Concession Sales Performer shall have the right to offer limited items for sale at the Performance (e.g. books, CDs, DVDs, and audio/video tapes) at a rate of 0% commission (City's fee based on gross revenue from sales). Performer agrees to refrain from offering for sale or distributing material that is derogatory or critical of the City, contains sexually explicit actions or gestures, expletives and/or other obscenities, or contains racial slurs ar is otherwise derogatory of any race, religion, sexual orientation, age or national origin. City reserves the right to pre-approve items offered far sale by Performer, both before and during the performance. 9. Publicity Performer may provide publicity and promotional materials to City for advertising the Performance. Performer and/or Representative represents and warrants that City may use all promotional materials received from Performer or Representative to promote the Performance in all advertising media, including without limitation, print, TV, radio, Internet, etc., without being in violation of any third party intellectual property rights. Performer agrees to be available for personal interviews. City reserves the right to photograph the Performance for the purpose of publicizing, advertising, or promoting the City of Carlsbad and/ar programs (collectively "Usage"). Performer(s) waive the right to any fees, royalties, or control, now or in the future, and Performer(s) grant full permission for the use of Performer(s)' image, including without limitations, name, likeness, and biography related City's Usage. Performer(s) relinquish any right that Performer(s) may have to examine or approve the completed product or products or the advertising copy or printed matter that may be used in conjunction therewith or the use to which it may be applied, including in all media now in existence or may come into existence in the future. 2 City Attorney Approved Version 08.15.13 10. Radio and Television Coverage Performer agrees to permit reasonable Radio or Television news coverage of the Performance. City will try, but is not required, to let Performer know whether Radio or Television news coverage is planned or will be occurring during the Performance. City is not responsible for securing prior consent of Performer for said Radio or Television coverage. City is not responsible for obtaining copies of any footage that is broadcasted on any Radio or Television station for the benefit of Performer. City will assist Performer in trying to identify which Radio or Television station is on scene. In the event that Performer does not desire to have any Radio or Television coverage of the Performance, Performer shall be solely responsible for notifying the Radio or Television station(s) of this desire. If unauthorized taping or broadcasting of Performance occurs, City shall not be deemed in breach of this contract. 11. City Audio/Video Recording City reserves the right to audio and/or video record any lecture, reading or speaking engagement; but not any musical concert or musical Performance. City may retain the recording in its files, may replay the recordings for its employees, and may make the recording available for non-circulation use at its library facilities. City shall make no more than three copies of the recordings. City shall not sell the recording. City shall provide a copy of the recording to the Performer, upon the Performer's request. 12. Weather and Other Types of Cancellations Re: Performance If Performance is canceled by City due to inclement weather, acts of God, acts or any other reason, while Performer is traveling to or is already at Venue Site, but has not yet performed, City will pay Performer Performer's out-of-pocket travel expenses to the Venue Site. In the event that a storm should develop while Performer is at the Venue Site and has already set up ar is in the process of setting up Performer's equipment, City and Performer will discuss whether the Performance should be cancelled. If the Performance is cancelled, Performer shall be entitled to full payment. 13. General Cancellation The City reserves the right to cancel this engagement for any reason at any time priar to 30 days preceding the engagement, voiding this contract and excusing the City from any payment or other compensation. If this contract is canceled by the Performer less than 30 days prior to the scheduled engagement, the Performer will reimburse the City the amount of $300.00 to help defray the production, promotion and labor costs that are incurred up to the date of the cancellation. 14. Performance Content The Performer represents and warrants that its Performance in all aspects (including any sheet music, lyrics or script as may be desired or required by City) will not violate any copyright, and that all necessary approvals to perform copyrighted works have been obtained. Performer agrees to indemnify, defend and save harmless the City against any copyright claim, demand, liability or expense caused by or arising out of its Performance. Performer shall be solely responsible for the content of the Performance. 15. Losses It is understood and agreed that the City shall not be responsible for any loss of or damage to the property of the Performer, or for the acts or omissions of the audience. 3 City Attorney Approved Version 08.15.13 16. Independent Contractor The Performer(s) and/or Representative are independent contractors and not employees of City. No Performer(s) or his/her employees or Representative or his/her/it employees are or shall hold themselves out as an agent or employee of the City. The Agent or Performer shall have no authority to make any commitment on behalf of the City. Performer and/or Representative shall be responsible to pay all applicable state, local and federal taxes associated with this agreement. 17. Subject Matter Performer agrees to refrain from presenting or performing material that is derogatory or critical of the City, contains sexually explicit actions or gestures, expletives and/or other obscenities, or contains racial slurs or is otherwise derogatory of any race, religion, sexual orientation, age or national origin. Should such material be presented or performed, City, in its sole discretion, may immediately ternunate the Performance. In the event City ternunates the Performance of Performer because of violation of this paragraph, City shall not be liable to Performer for the balance owed under this Agreement and all monies paid to Performer shall be full and complete payment of Performer's services. In the event of this occurrence, City shall not be deemed to be in breach of this agreement. 18. Indemnification Performer and its agents, employees, successors and assigns, agrees to indemnify, hold harmless, protect and defend the City and its elected officials, agents, and employees, from all claims, reasonable attorneys' fees and court costs, out-of-pocket expenses, damages (including compensatory and punitive damages) and liabilities, arising from or relating to the Performer's presentation of the Performance ar to its obligations under this Agreement. This indemnification provision shall survive the expiration or termination of this Agreement. 19. Insurance If required by City, Performer will be required to show proof of general liability insurance to the City before commencement of any performance required pursuant to this Agreement, in a minimum amount of one million dollars, to be kept in full force and effect during the term of this Agreement. City shall be named as an additional insured by endorsement. Performer is encouraged to maintain any additional insurance(s) policies that Performer, in its own discretion, feels it should maintain in force and effect throughout the term of this Agreement. If required, Workers Compensation Insurance shall be provided as required by the State of California. Performer must also show evidence of Workers' Compensation coverage in accordance with the laws of the State of California. The Worker's Compensation policy must contain a waiver of subrogation of rights against the City of Carlsbad. 20. Production Rights The Performer agrees that the right to produce the event(s) which are the subject matter of this Agreement belongs solely to the City and Performer has no right to independently produce or sell rights of any kind to this event. Further, Performer agrees that Performer will not acquire any independent, individual ar joint rights with the City to the event(s) which are the subject matter of this Agreement. The Parties agree 4 City Attorney Approved Version 08.15.13 that this event(s) is a"work for hire" business arrangement under the United States Copyright Act of 1976 [17 U.S.C. §§ 101, et seq.] and any other applicable law. 21. Complete Contract This is a fully integrated contract. It is further understood that this Agreement contains the whole Agreement between Performer and Purchaser and this document supersedes any other terms, agreements, obligations, covenants, representations, statements or conditions, oral or otherwise or any kind whatsoever concerning this contract, not expressly set forth herein. Furthermore, it is understood and agreed that this contract may not be changed, modified, or altered except by mutual agreement of both parties. All changes to the contract for this engagement must be signed by authorized signatories of both parties. 22. Governing Law This Agreement shall be governed by and construed exclusively in accardance with the laws of the State of California. If any term or provision of this Agreement shall be held illegal, unenforceable, or in conflict with any 1aw governing this Agreement, the validity of the remaining portions of this Agreement shall not be affected thereby. Venue far purposes of enforcing any provision of this Agreement shall be San Diego County. (Remainder of Page Intentionally Left Blank) City Attorney Approved Version 08.15.13 23. Signing Authority The individual on his/her own behalf or the representative for each party signing on behalf of a corporation, partnership, joint venture or governmental entity hereby declares that authority has been obtained to sign on behalf of the corporation, partnership, joint venture, or entity and agrees to hold the other party or parties hereto harmless if it is later determined that such authority does not exist. Performer / Representative: City: � 2'° ��( , �l � � 9 11-�l � Performer/Representative signature Date Library & Cultural Director Date Name Printed: Ronald T. Shaheen Address: 4568 New York St. San Diego, CA 92116 Email: ron@ronaldshaheen.com Phone: (h) 619-297-5954 Fax #: N/A Cell: 619-436-8121 Name Printed: HEATHER PIZZUTO Address: 1775 Dove Lane Carlsbad, CA 92011 Email: Heather.pizzuto@carlsbadca.gov Phone:(w) 760-602-2011 Fax #: 760-602-7942 Cell: N/A Approved as to Form: CELIA A. BREWER, City Attorney B : V ` Y Deputy/Assistant City Attorney 0 ATTEST: By: - ij(/ /�i�� BARBARA ENGLESON City Clerk City Attorney Approved Version 08.15.13 EXHIBIT "A" SCOPE OF SERVICES Ronald T. Shaheen, Performer, will perform all research and develop computer-based multimedia presentation materials for each of four (4) performances based on productions of the 2017-18 season of the San Diego Opera Association. Performer will present four (4) one-hour performances on the specific dates listed herein. Performer will provide the staff of the Library and Cultural Arts Department with digital files to incorporate the multimedia materials into the performances. City will perform all advertising and promotional activities for the lectures. A111ectures take place in the Schulman Auditorium at the Dove Library, 1775 Dove Lane, Carlsbad, CA 92011, at 10 a.m. � Saturday, October 14, 2017 • Saturday, January 27, 2018 • Saturday, February 24, 2018 • Saturday, March 17, 2018 Pirates ofPenzance Maria de Buenos Aires Turandot Florencia en el Amazones Ciry Attorney Approved Version 08.15.13 WAIVER REQUEST FORM FACTORS IN SUPPORT OF REQUEST TO MODIFY INSURANCE REQUIREMENT(S) Generally, a modification to the coverage requirement will be accepting a lower limit of coverage or waiving the requirement(s). Requested by: Megan Gilby, Community Coordinator, Library & Cultural Arts Dept. Au�ust 17, 2017 (Name and Department) (Date) Proposed modification(s) to the General l.iability requirement(s) for Ronald T. Shaheen (Type of insurance) ❑ Reduce coverage to the amount of: � Waive covera�e ❑ Other: FACTOR(S)1N SUPPORT OF MODIFICATION(S) (check those that apply) (Name of contract) nSignificance of Contractor: Contractor has previous experience with the City that is important to the efficiency of completing the scope of work and the quality of the work-product. [explainJ (�Significance of Contractor: Contractor has unique skills and there are few if any alternatives. [explain: include number of candidates RFP sent to and number responded if applicableJ ❑Contract Amount/Term of Contract: $ Work will be completed over a period of ❑Professional Liability coverage is not available to this contractor or would increase the cost of the contract by $ [explainJ. �Other (e.g. explain why exposures are minimal, how exposures are covered in another policy, exposure control mechanisms, and any other information pertinent to ,your request): All performances on this a�reement are speaking and instructional at the Schulman Auditorium at Dove Library, 1775 Dove Lane, Carlsbad for events on Oct. 14, 2017 and Jan. 27, Feb. 24, March 17, 2018. (Signature) Ii:\WORD\Insurance\Admin Order #68.doc � � � �( � (Date) 06/15/2006 27 AGREEMENT FOR SCULPTURE RESTORATION SIGNATURE SCULPTURE, INC. D.B.A. SIGNATURE SCULPTURE THIS AGREEMENT is made and entered into as of the '� day of , 2017, by and between the CITY OF CARLSBAD, a municipal corporation, " it "), and Signature Sculpture, Inc. d.b.a. Signature Sculpture, a California corporation, " ontractor"). RECITALS A. City requires the professional services of a contractor that is experienced in sculpture restoration and conservation in providing services for the City's public art maintenance. B. Contractor has the necessary experience in providing professional services and advice related to sculpture restoration and conservation. C. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in Exhibit "A", attached and incorporated by this reference in accordance with the terms and conditions set forth in this Agreement. 2. TERM This Agreement will be effective from the date first written above, for a period of one (1) year. The City Manager may amend the Agreement to extend it for 3 additional 1 year periods or parts thereof in an amount not to exceed three thousand, six hundred dollars ($3,600) per Agreement year. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 3. COMPENSATION The total fee payable for the Services to be performed shall not exceed three thousand, six hundred dollars ($3,600) per Agreement year. No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or the Services specified in Exhibit "A." Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 4. STATUS OF CONTRACTOR Contractor will perform the Services as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under the control of City only as to the results to be accomplished. 5. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, o�cials, employees and volunteers from and against all claims, damages, losses and expenses including attorney's fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 6. INSURANCE Contractor will obtain and maintain policies of commercial general liabifity insurance, automobile liability insurance, a combined policy of workers' compensation, employers liability insurance, and professional tiability insurance from an insurance company authorized to transact the business of insurance in the State of California which has a current Best's Key Rating of not less than "A-:Vlt"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non- admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report, in an amount of not less than one million dollars ($1,000,000) each, unless otherwise authorized and approved by the Risk Manager or the City Manager. Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims- made coverage. The insurance will be in force during the life of this Agreement and will not be canceled without thirty (30) days prior written notice to the City by certified mail. City will be named as an additional insured on General Liability which shall provide primary coverage to the City. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. Contractor will furnish certificates of insurance to the Contract Department, with endorsements to City prior to City's execution of this Agreement. 7. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 8. CONFLfCT OF INTEREST If requested by City, Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. 9. COMPLIANCE WITH LAWS Contractor will comply with all applicable local, state and federal laws and regutations prohibiting discrimination and harassment and will obtain and maintain a City of Carlsbad Business License for the term of this Agreement. 10. TERMINATION City or Contractor may terminate this Agreement at any time after a discussion, and tendering thirty (30) days advance written notice to the other party. City will pay Contractor's costs for services delivered up to the time of termination, if the services have been delivered in accordance with the Agreement. 11. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees it may be subject to civil penalties for the filing of false claims as set forth in the California False Claims Act, Government Code sections 12650, et seq., and Carlsbad Municipal Code Sections 3.32.025, et seq. Contractor further acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to terminate this Agreement. 12. JURISDICTIONS AND VENUE Contractor agrees and stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this Agreement is the State Superior Court, San Diego County, California. 13. ASSIGNMENT Contractor may assign neither this Agreement nor any part of it, nor any monies due or to become due under it, without the prior written consent of City. 14. AMENDMENTS This Agreement may be amended by mutual consent of City and Contractor. Any amendment will be in writing, signed by both parties, with a statement of estimated changes in charges or time schedule. 15. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR gy: �- (sign here) ��'"�G � ���D� [e�/►'�-��✓' , (print ame/title) ��� � By: (sign here) CITY OF CARLSBAD, a municipal corporation of the State of California B: ! ATHER PIZZU Library & Cultural Arts Director ATTEST: ,� ' ` �- .� �,�,�-c_� BARBARA ENGLESON City Clerk (print name/title) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups: Group A. Chairman, President, or Vice-President Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney B : ��j 11 ' Y Assistant City Attorney . . . . •. _a, .w.. _� .a..s. ...a .ca,_a _a..T. _�._r _s�e_T. _�. _..Z_�..cwc� .ca ,.�...T .�. _s� _� ..A _�. _c�.. _z� _T. _a _ .� .� .s. _w ..s� .� _�. _a, _w a,. _c� _c�. _ A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of C� rnia �� ) County of � � ) �� �� �.� � � �i�r2� ,���,�� �� ����� ��c��i� r On i �> � before me, , � � !/� � � C,o , Date ., ��,/_ Here Insert Name and Title of the Officer personally appeared Name(s) of Signer(s) who proved to me on the basis of satisfactory evidence to be th person(s) whose nam� is re s scribed to the within instrument and acknowl ged to me tha�she/they executed the same in his her/their authorized capacity�.es�and that b is er/their signature�on the instrument the person(s� r the entity upon behalf of which the person( acted, executed the instrument. .IOANNA DUENAS ConMnission #� 2058005 NWny Pub�c - C�lilorni� � t�vas�e Counq► - tie �s, zo�a I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and o� ial �-- Signature / �W � —' � / Signature of otary Public Place Notary Seal Above OPTIONAL Though this section is optional, completing this information can deter a/teration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Document Title or Type of Document: Document Date: Number of Pages: Signer(s) Other Than Named Above: Capacity(ies) Cl�i��d � Signer(s) Signer's Name. � v��ii CI Corporate Officer — Title(s): i-1 Partner — ❑ Limited ❑ General �ndividual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator f-1 Other: Signer Is Representing: � `�!A'� Signer's Name: ❑ Corporate Officer — Title(s): ❑ Partner — ❑ Limited ❑ General ❑ Individual ❑ Attorney in Fact ❑ Trustee ❑ Guardian or Conservator ❑ Other: Signer Is Representing: � •�✓ •.vi-ri '.vi�.•✓g�✓..�✓�'✓.'.v,-�%.'✓.'a6�.�_✓. '✓S'yi'.✓.'✓ '� 'd.�5'✓ '�r '✓ •rr �.w4'•✓ •.✓ 'a. 'ei•�✓.'ei '✓.'yi'v6'ri:'✓4'�.'ed �.v:'eii-.vS .vi-�i-ri ' � � � • • . � • • • • . • • i�� � � � i�� i � •i �� EXHIBIT "A" SCOPE OF SERVICES Restoration and maintenance of Roundabout Sculpture created by artist Roger Stoller, located at the Coastal Trail Roundabout, at the north entrance to Carisbad within the area encompassed by the corner of Carlsbad Blvd. and State Street. The roundabout metal sculpture requires restoration and ongoing maintenance to retain and preserve the sculpture. i � �..- �.., t; w � M � ^� � . M :`'� � . �, 2 Y ^_,S'�'A�� ' 1� � .� ,..., ,.. . , �� .. . , _ a��% .. s.""S-. ` � ��� � � �� �� � �� �� Image of Site �,:�.��,�„���� �;��, =�- � �� I_ocation � ,� �---'"'�' ,. �. �, � � � t � �� ;`���`,�"� =� Photo of , �:� � �„� b� _ Roundabout ��#���.�t `�� r��}r.� Scuipture �. , ..� . > � Task 1 - Restoration Clean/remove rust and oxidation from outdoor metal sculpture. Apply a protective coat of clear metal oil and wax as a preventative measure for future protection for the scuipture from the environmental contaminants, such as the marine environment. All work will be conducted on- site at the Coastal Traii Roundabout. Contractor will conduct a 3 month intervai evaluation to verify and observe the refurbished sculpture. Annual Restoration Cost: $2,600 Task 2 - Maintenance Perform ongoing maintenance as needed and requested by Cultural Arts Manager or designee. Maintenance costs will be billed at an hourly rate of One hundred fifty dollars per hour ($150/hour). Annual Maintenance Cost Not-to-Exceed: $1,000 The Contractor shall perform to the standards required in this jurisdiction and will be expected to work closely with Cultural Arts Manager or designee throughout the duration of this Agreement. The Contractor bears the sole burden for ensuring that all legally required licenses and permits are obtained and renewed as specified by the regulating agency. This information is provided as a guide only. The Contractor must verify and comply with all Federal, State, and Local requirements, whether listed here or not. Pavment Schedule: Task 1— Restoration of Metal Sculpture $2,600 1. An amount of $1,200 will be paid upon the execution of the Agreement and upon annual renewal of this Agreement, if any. 2. An amount of $1,200 will be paid upon the completion of the initial maintenance (and subsequent annual maintenance, if any) of the sculpture, in a manner acceptable to the Culturai Arts Manager or Designee. 3. Per the Contractor's request to assure that the work performed provided sufficient restoration of the damage caused by environmental conditions, an amount of $200 will be paid after the three (3) month interval evaluation conducted by the Contractor and in a manner acceptable to the Cultural Arts Manager or Designee. Task 2 — Maintenance Not-to-exceed $1,000 PerForm ongoing maintenance as needed and requested by Cultural Arts Manager or designee. Maintenance costs will be billed at an hourly rate of One hundred fifty dollars per hour ($150/hour). All invoices shall be submitted at the conclusion of each required maintenance session to the Cultural Arts Manager or designee. All fees will be paid as specified above. Contractor's invoice(s) will be submitted at the completion of each task. Invoices shall be sufficiently detailed to include related activities for approval by City. PEM 1363 AGREEMENT FOR GAF ROOFING INSPECTION AND MAINTENANCE SERVICES FOR THE SAFETY TRAINING CENTER SYLi/ESTER ROOFING COMPANY, INC. �� ��"� THIS AGREEMENT is made and entered into as of the a�°`'� `�.~�� day of ��. .. �.;�,���� , 20 ,�� �; by and between the CITY OF CARLSBAD, a municipal corporation, ("Ci�") and SYLVESTER ROOFING COMPANY, INC., a California corporation, �(�'Contractor").� ` � RECITALS A. City requires the professional services of a roofing maintenance and repair service provider that has the experience and certifications to conduct GAF roof inspections, preventative maintenance and repairs. B. Contractor has the necessary experience in providing these professional services and advice related to providing commercial roof inspections and repairs which include following the warranty and inspection guidelines set forth by the GAF Materials Corporation. C. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK Cety retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in Exhibit "A", attached and incorporated by this reference in accordance with the terms and conditions set forth in fhis Agreement. 2. TERM This Agreement will be effective for a period of one (1) year from the date first above written. The Caty Manager may amend the Agreement to extend four (4) additional one (1) year periods or parts thereof in an amount based on time and materials not to exceed ten thousand dollars ($10,000) per Agreement year. Extensions will be based upon a satisfactory review of C�ntractor's performance, City needs and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and the length of the extended Agreement. 3. COMPENSATION The total fee payable for the Services to be performed will be based on time and materials in an amount not to exceed ten thousand dollars ($10,000). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or the Services specified in Exhibit "A." 4. WAGE FaATES The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by ihe Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City Engineer. The contractor to whom the contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the contract. City Attorney Approved Version 4/1/15 PEM1363 5. STATUS OF CONTRACTOR Contractor will perform the Services as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under the control of City only as to the results to be accomplished. 6. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys' fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 7. INSUR�►NCE Contractor will obtain and maintain policies of commercial general liability insurance, automobile liability insurance, a combined policy of workers' compensation, employers liability insurance, and professional liability insurance from an insurance cornpany authorized to transact the business of insurance in the State of California which has a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non- admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report, in an amount of not less than one million dollars ($1,000,000) each, unless otherwise authorized and approved by the Risk Manager or the City Manager. Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims- made coverage. The insurance will be in force during the life of this Agreement and will not be canceled without thirty (30) days prior written notice to the City by certified mail. City will be named as an additional insured on General Liability which shall provide primary coverage to the City. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. Contractor will furnish certificates of insurance to the Contract Department, with endorsements to City prior to City's execution of this Agreement. 8. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. 9. COMPLIANCE WITH LAWS Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment and will obtain and maintain a City of Carlsbad Business License for the term of this Agreement. 10. TERMINATION City or Contractor may terminate this Agreement at any time after a discussion, and written notice to the other party. City will pay Contractor's costs for services delivered up to the time of termination, if the services have been delivered in accordance with the Agreement. City Attorney Approved Version 4/1 /15 PEM1363 11. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees it may be subject to civil penalties for the filing of false claims as set forth in the California False Claims Act, Government Code sections 12650, et seq., and Carlsbad Municipal Code Sections 3.32.025, et seq. Contractor further acknowledges that debarment by another jurisdiction is grounds for the City of Carlsbad to terminate this Agreement. 12. JURISDICTIONS AND VENUE Contractor agrees and stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this Agreement is the State Superior Court, San Diego County, California. 13. ASSIGNMENT Contractor may assign neither this Agreement nor any part of it, nor any monies due or to become due under it, without the prior written consent of City. 14. AMENDMENTS This Agreement may be amended by mutual consent of City and Contractor. Any amendment will be in writing, signed by both parties, with a statement of estimated changes in charges or time schedule. /// /// /// /// /// /// /// /// /// /// /// /// /// /// /// City Attorney Approved Version 4/1 /15 3 PEM1363 15. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR SYLVESTER ROOFING COIVIPANY, INC., a California corporation y�.s By: �� � - ___.. (sign he CITY OF CARLSBAD, a municipal corporation of the State of California �� �u�;;�;;;�. Thomas ublic Works Director Anthony Zaffuto/ CEO - President (print name/title) By: � (sign here) Wesley Sylvester / Secretary - CFO (print name/title) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups: Group A. Chairman, President, or Vice-President Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney By: (���'�%'��'��.i��'�.�, � ��i�t City Attorney :�'����g� City Attorney Approved Version 4/1/15 4 PEM1363 EXHIBIT "A" SCOPE OF SERVICES Sylvester Roofing Company, Inc., will provide the following services at the Carlsbad Safety Training Center (STC) located at 5750 Orion Street, Carlsbad, California 92010: Task #1: Sylvester Roofing Maintenance and Repair Program: Conduct annual inspection to include repairs WITH materials covered as set forth under the GAF Materials commercial roofing inspections and outlined in Exhibit "B". • Inspect Heating, Ventilation and Air Conditioning (HVAC) duct work, joint sealants, condensate pipes and joints. • Inspect HVAC sheet metal gaskets. • Inspect HVAC equipment base flashing tie-ins. • Inspect all Pitch pans & Penetrations. Fill, seal or top off as required. • Inspect drainage system. Clean out all drain areas, check clamping rings & reseal if needed. • Inspect field of roof to include all seams. Fix, patch or replace as needed. • Inspect base flashings. Check attachment points, counter flashings. Re-attach as needed. • Inspect roof edge deterioration and repair as needed. • Inspect coping for deterioration. • Report all inspection findings to GAF Materials Corporation. • Provide copy of inspection reports to the STC Facility Manager. Annualcost .........................................................................................$4.500.00 Task #2: Repair and check the following items WITH EXTRA CHARGES for labor and materials tracked with Time and Material Tickets upon approval by the Facility Manager and based off of attached rate sheet in Exhibit "C": • Missing flashings. • Interior roof deck repairs from deterioration related to water intrusion. • Inspection and repair of ceiling leaks if requested while onsite. • Repair of expansion joints damaged frorn deterioration. • Painting of rusted metal. • Installation of joint sealants. • Emergency repair services. • Repairs to roof systems as deemed necessary by the facility manager. • Inspect and repair damaged roofing on the residential live fire burn prop. Annual cost for Task #2 ... ... ... ... ........................... ... ........................... ... $5,500.00 Total cost per agreement year (not to exceed) ............................................ $10,000.00 City Attorney Approved Version 4/1/15 5 PEM1363 **Notes: Labor rates shall be in accordance with the attached rate sheet. Compensation for materials used in making repairs shall be made as follows: the cost of all necessary replacement and repair materials reported shall be at invoice or lowest current price at which such materials are locally available and delivered to the job site in the quantities involved, plus sales tax, freight and delivery. A markup for all necessary replacement or repair materials, for all overhead and profits of 10% shall be added to the contractor's costs. 2. Contractor will coordinate and schedule all repairs and maintenance services with the Safety Training Center Facility Manager. City Attorney Approved Version 4/1/15 PEM1363 � � `� � � �, �� ������ ��,,,� _ ��I, ' � , ���"� � � �_�_�� ��� � �:� c �c: � �; � � �=,v�;� �:: � ����� ���`��� �m� ��a��� f"�.+�m ., �`�'�;�.� ��� �T � � �������a c�s� ������ �- ����€�` ���-��E��k� �� F�� i;����; ���-�� r;� San Diego County Service Rate Sheet The following rates represent hourly rates for service electricians Labor Rates Minimum 2 hour Charge Standard Rate $ 85.00 $170.00 Over-time Rate $127.50 $255.00 Double-time Rate $170.00 $340.00 • Service truck fee per day applied to all service calls. Currently @$80.00 per day and is subject to change. • Standard Hourly rates apply for Service Work performed between the hours of 7:00 a.m. and 3:30 p.m. Mondaythrough Friday. • Over-time Hourly rates apply for Service work performed between the hours of 3:30 p.m. and 730 p.m. Mondaythrough Friday and Saturdayfrom 7:00 a.m. to 3:30 p.m. • Double-time rates will apply to all hours worked outside of the above referenced time frames and after 3:30 p.m. emergency call outs. • Service hourly rates will include travel time both ways to and from site. City Attorney Approved Version 4/1 /15 EXHIBIT "B" �l7��"�'�7"�'g tr�e%��t� �� ��� �.�i�';F'ar�it,�r �'�,�t 7`�pe� �1f I'Btin�� �arr �as��� l�e'�matur� ,�'c��f ��ilu�� Pe'ttf+���i�'t� Y�rut� Rat�f �ttvestmen� b/bl�t%L'e� ��7i` �.'U't/�/'E't� �'y R�tof �1/'�rr�nti� �u�r/i#y I;ar��-- Insp�c�ira►� � l'�%it�tert�tr+�� L�,�►� ,t�%ain%enanc� Ch�ck%i5t� ���crr� � Ycr�r Can Tr�Est Since 78Ei1i � ...frvm Nor�h �Fimerica s La►�est�loo/inr� ca��,urEnw�s 1V7�nulactur�r coRPaaaTwr� ` Ie > � < . iy .� , , $ c �I.- .v � . You've made a wise in��stment— and yQu'r� no# alone! Mare Nor�kh American 'k property owr�ers have chosen GAF Materials Gorparation than any other roofing system. Choosin� the right roofing system noi only helps t� profiect y�ur pr�perfiy, but may aiso reduGe the chances .of consfiructian-r�lated litigation. Did you know that roofing repres�nts just 4% af tE�e construcfii4n cosi of a building—but as much as 75% of the 1itigation cost! Much of thi� litigatian might hav� been avqided with a properly-selected and maintained r�ofing sysfiem ir,stalled by a prof�ssionaf roofing coniractor. GAF's promfse ta property owners is to be yc�ur "best and safest c#�oiee" ir� raafing. Vile deliv�r on that promise by providing you nvt only wi�h - �u�3ity �r�r�ue�s - in�t�flecl 4�y ��rt�ii�d ro��3r�� ��r1����t��y�, but wi�h �he �a���mrm��'s��t �s�u �a�ed �� �a�lp a�aini��� y��ar new rmo� �ae�d g�aar��tee y�u�' �a�ver�ge) �t�� many y�a�'s t� ce�rra�. Pie�se read through this baaklet carefufly. if you have any questiQns about how to best maintain your new roof, p{ease �antact us at: n � (1-80Q-766-3�11) �, ."_ . *. ,� 5 .ro � ���� ��� � �� , � �"�� �.����� �t�z, �•� ����� �'a������ �4� �G'°7`1�.�'E j/°,?�1 fvGll� �c�,G�i't*7 �?C?Vl! ECJ OileZ'il�alr k' C"r !"�u N l'.f1CJI, �C''lia� Si'F',�L.t'PG�` iJE�,�I; 1�✓A�t s 2 c,ruic,� r��,��w �r�zl:�e �ypes r�f`�fair�c�s ��atc�r� sE�cr��n �i�e Jife a��yr�:��r�oca���r� it�v�s<ra��ri (��d ��� s��l� �r������ �'�� gv��� ����da���' ���9 ��s ������a����. �,;k�� � �� � �. �`t�� a �. - . � .� _-' -� � � ��: �; ' �� -��.����. 1.����. ��'��+'�;��:;,�� �� _ '� �� r�� �,� �.� � � ,�.����'¢���.o. Eii:her lang-term ex�osure a �'��p�,��� ������p��..a fio ttte efements (sun, waier, �reeze-ii�aW} Ligh�ning, high 1Ninds, haii, or sY�orter-term ex{�osure to damag(ng drenching rains that overflow air pollutants and chemicals ihe fiashing heights � ��������� c��������.Ag Suc� �� building settiemen� pr e�pans�on/c�ntr�cti�r� not accommodated by fhe i�aofiing syst2st� � ,���9��0��� ����'�... �uch as vegetatic�r� in areas af standing wa�er or algae � �'�����et�� �����'����'� � � Ir�nroperlyatltled equipment or ofiher items improperly added �r� the roof (items added by i��an1s are a very common source of rooiing problems) 4 ��� �v:��er�� �������� �'�����9,� �. � ����� ����,��..� ihese can add up �o a much shorter roof lifie— Punc�ures, holes, etc, caused e.g., i# a smali prabfem is noi re�aired, �I�en by trades other than your a large amount ofi insulation can be clar�agecl roofing contracior � ����F,�S�f��e�,� ����W. ��e�Mc���(uP�>')pf This is �erhaps,�he sin Ir,;�e bic�9es� cause of �remati�re roof failure a t��ia���� 6�� �'9�� $�'�� �� �'1�� ���'���67t�A.. e.g,, an increase in the interior relative h�midi�ty of a building can cause seUere condens�tion prc�f�f�ms within the roofiing system � ���������� �����# � � Vandalism or accidental damage...even a small f�oEe can let a large amount af wa�er into tiie roofing system � �. t � �� *g. �� ���i�� �� _� . � :� r�'�ii.�,�r,�f.f ., d� � �'GAW��` iP�vr"� t'.�::s: c"3 ��'Z�J �a'F' S3: U � ;r , 1' �� rs�'� ; �d'`z,� Y "' '�'`�a��t ,, � � �d'� p�� r%.r.F3 9d r�a fi a €dk�Pa:s � ;;{�w° v���.�i�` f���r� i.r;��rs��p���P,�r ���zs��e���P G�'��`y �}i;� ��� L���y����� ,�c���A� a�4 ��'���� . �f ,. - e i �" � � : ir�p. . d �� � �►r � : . r � � r� r r . ��. ����� ��� �1 m ��f�i �����(1�9 �t�(����� �n��lll���LLOLL i��i��➢�➢� 0������6��� �o������� ���� ������ �E��$�fl�fP � ���� ���E� �� ��@ ������� i�t'.���t'3� i�? `�6�1� G��y 6��➢�r�e�ag..� � ��� ���ca���� � 9�d�����Q�SCP �°���e'�:s � �'���� ��fld �a�,is�f��arra�� ��l�� � ��e��r��� ��r���raa�$��� �r�uv°s��s, ����c����Eo�s�� �a�d ��av�s��s �,�° �� 1���� ���� ��� ����' �f���� ��r ���� as ���ic���, ��d���� �r� �&�� s����g� a�� �aH@�` � ��s����ao� rd:�F���e���a�� ��€��l,l'¢s�s �r� �r����c� �� �h�� ��i�� c�° A���'�s 9t�s�e�a`i�:� a��'w 7�C' �rG�u�� c���i ��Ub�'� �e��he3` �a��� �s:E��sG- ���Q'��; i'��:��/} �'�9d"c5, �u9��6 °�197��Sa �i�. � �'G��s� ������� ��� �� �:�� ��6��u9 ���r�� ���� �� �a��� ����� �v��� �a� �c��� a�a��- ���d7r�� ���9d�9r7����' ��C��� �� �GE� �6d�: � ��s� s��I��a�� ���e� ��'s �llti�PG' '�@� 9'L�'�'�'8�� — Ss�i�'d["i�' ��rlP �` 93�Pr"J �:/�de��`';i �� k�d� �� s���� ��� ������ ���� ���� � ��'� ���d���� �°��,��� ..�a� ��� s�c��a�, ���a ���r� �� ��a��E� ��e' ��� a������M �aa���� a���� ���� ���. k�� ������d�a� f�� �'a� e�a�m��r�� ������a — a�a� 9�II �� �r��da �&�QB'�'G: �������� �� ���� ��a�'� ��'� C'i�G�� Ba �'�'c�d�� �� ,�� 4r����1J��3 ��G�' �J����B' �a����� . � ���� ������� ����a� a� �'�i� �'m9�ii �e"�g 36� 8���'��'iC 9t�B�.°�alJ'a ��� if'd�F�i� �Pe�S�'�� 1��'�66s ������'� � U�ld� SQ��t�ff ?��� l/�u���.� �9�� &3�C1��s �J� ���a���r ��'�� �����rr �a��: � ��.� � �� �� � �� �19�' �' �I� ����i�a� ����is°s ���� �e p�c- g c����°����, ��pr�p�� @ ��� ��$B� ��scr►�� bv � ��� �����r6���, r�����s �are � �s��a��� _ NB����� �� ����e� ������ ��a���� �a��� ��'r���',��ta��e��... ��n����t�r, �a��l�sd�r�� r�pa�rs ��r ��ad �are �as,� �� �����$ � �s��-��a����a��d .�a�d�fs�¢�� �.����➢ ���'� ��t�a�l� � �i�(�� �� ������ er° V��C{� ��p�ics vu�i� �,A� Caaa�����I�, ��Il��via�g ��r ��r���� �e�a�a g����9cra�s ��r �h�: fyP� a�� ������y o� �m��� i�s��9l�� � A�vu�y� r�m��� ����os.���� �°���.>. s�,�h ws: n ������,,���������, �'s�� �����, 6������s, � ������ ar� ������ ���� ��&��� �'�a�ny�,. ���, �' �;��� gutt�rs, ��uv�as���as, ������, �������s, ��� �� s����ur�d��ag. ���� ar��� �9��s� �� �r�su�� �r����: �ra9�sa�� (�4���� a�' ���r��e a81 c����t f@�s�i�gs� ����� ��u�teP �I�sh6�gs, ���a�si�� j��a�#�w �� ���9� ���`,�i��� �������� f��..> Q���������➢ ° ���� n ������r�e�� �� �a���� g �u�E�'i�C7��:� S�w��i�� � �ea��ac� ���s� �����r�r�, rep9a�� 5v^�a9�Dtl� �� 1c�(°i���"GP�y 74�r4"''d9@° C�6�1c10 �s: �����s��y; ��d ������°� ��� ��i�� ���� ��as�r� ����a9 �"�a�h ��ad'��b��s ��a� ���s� ��a� ��d� ��s�i� �S�aC�a �� ���a��'ur�s� �a� #�� ,r�����,� �ys���, 6�� e��a a�s�a �� � ��e��'a�l $��2�9'�, ��P:s ��� �a�ag� f�c��:si�a,��� "�s���'� i��z�rds ��a �����ce�9P,� �tr��- ���¢�i�ag<t�e s���c���� �i�� c��rrsesre p���'e��+ �uaf�� �'���a ePrag��d.��°a�a�s � B��t�! c�s���r����s �€� � r��af a�� � ��r��r�� p�en� �f w���� era�ry � �� d��sea'� ma�er �r���r ��dJdi �ld1 �S' B'Od�b'��Q� S�lS'$�9� @s t� ��� �dj���g�� ����� @a� ����I6�"�i/���9' fd��Q �%� ��eP���ar� ��t���� ����3 � "1� �����LL � Q� ���� ��[��6'�Q�3�i �� �11'�➢�'��D�i3 ������ `�(����a1�Q(�f�$ �V��IQ����l ��1�� (�c��t�u�� Q� ��t����� �kLfn LLYdW�G{1tl�QG:tLf ������ ���Q� ����� � �xa.�ti�� mas��ry vu�l�s �n� copc�gs fm�,.. 0 Cr��1�� and bad r��r�a�° ��rir��� � �erer�o�ated sealan� � Loose mas��r�/coPi�g st���ss � �ndica�i�ns �f wa��r abs�r�ti�n �" �epair ail scach c4r�ditions t� ���uett� tara�er i.n�iltra�i�a� s� �a;amine r��� �p equ��as�eni ��r as�y pr�b�er�s 4ha� may �9l��u v�ater infii���i�� - �c�c9ud���: � f�i� c��tp6�i��er�, ven�s, �nd d�ct w��Ef � E�u��a�en�-s�a�i�� �a �cre��s � Sk�jBig��s � 5��e!lifi�'dis���, �nxe���� �� Eli�iina�� a�y �pid9ag� a� c��6a��, �ils, �r�as�, e��: and rep�pr s��f r��r��r�ne ifi af€��t�d, 6�' �:t���Yilt�E �f(3�EC'�@U� OQ��5t�5 C��S3� ���"aR �T9�f �i3"�t �iS'i�69� .A�P1���g.� aiis�ered �; vu�rn �reas vu't� a c��n�a��i�l� GA� r��i ��ati�g �' �i�ir�d�� ���i��� �raf�ie ��s sis�i#i�g �cGe�s i� necessar� peC��nc�el: On1� � �i������� a ra�r ac�ess' ��� s� �na� y�� ��� as�;��dai� �rh� �aa� �een �n �9�e .r�Q► a� �h� ev��� o� �ar�ag� i� �h� c�o� ���� �f��� �r�des �����!� �������� � E������ ������ �'��,re� .����a;�;�. s i� a� �aa�s� �� :������y a�ab- �a�c�' �ae �� e���v���d� .�''�,� .. �� C�e��o�� ��v� �+���Is, ���u�e��, e��. �rr����e��� �9sm ���� � �i��,� ��r�r�/ ��v �'������� �'�� ���Bdde�� B���S-�e��� Q ��s� �s �� �re�� ����s �c't1G986��.'G�c"�6�rC�'s �'QB �Q�'S �'�`u&' .� ���¢�,�,���� z�F���'� �� �h� ���a:� � �� s�a•� �� r��d�r� ��� �s�:��W �`���idd ��'' Z ED��9d�$�'6�e�,��'� ���m����d��e���° p������r� ��� ���r.r��s c����'s ��� ��a�� ����r ��t,� ������� ��Bds ��� 6PEC'��G? �P�G'c $�B� �IDID� Gl�S6�'� C��,�� ���e��ee�a0�� daaa��,g�� � ��of �������� �a����;� ��a� a�aea������ �'��ra�a ���� ��c��a �'i�����7L ��l f�� Ll�'G�19�'36�s ., �rr�a1, e� ���'����e��, ��s� ���-: ��s�� ��r��� ������� �,��c����s ��r �8�� b�i�d���. P�����e�g �d ����� �ai����6s �ar����� ��v� ���aa�Pa,�� ��d ��6��� e� �� ����� ���a�� i� �szt� � ��a��� ��� ����� �� ����� �',�'���d' ��9�:..�6��, Pd �B'�d��d'��' G���6��d�'&�� �c�� �'RP�'B: r ��' a�� ��c���a�a� ���a��r ����. �sa� ��m�� ����'� ��� ��� m��s���� ��� �,�d�, �a�� ��������, 6c��v�-���'� ���,��w �;�� �n���� ��� a rr��� � ��� �������' ���� �� ������i� f��vu� ��� a� a����� e� �� ����� ����6� �� �� a���� C�P�� �+",JBA'tY' 'W'w���� ��'�'�'9 ��➢�'�'� ��Q���Q�j ��� ���9��'�� �� ��f�'� ��d��"�9ia`��f���' ��,� ��°� ��e�e��B,�, �����a�� u��� �e�� m� �� �i�� ����,. ������ �h��a � ���fe���o�'s ����ra�d ��a�eeed,� �P���e �e�e ��iir�,�,� ���' �����'� ���,�a�� � ��a ��e ; p�a���c� �g�a�� ���ag� %,� ��� �� ���'��s����'� ���a� �a�e ���s�°�: a� �� u�✓�e��d I�k� r�� .��a�r� ���������d ���� �b�u� � ���ce�p� �s��, ��� ��16 ��� ���'6�� �`������' � ��� m�r��a��� ��ds���asa�� �ae� �t� �'2a��� ���° ���'�� ����6� b� �aa��: a���riz�aB �����a��� t ��" �� Q ��c����a���,�.����,..6a�c�d9�g m��s���� � ��"��������� � ���a�r������.., d�a��, �r�r�s��s���°��, �A� d�� ����s���o��aa��, �u� � ������a��v �a� ��� ������a� �,� ������� �6a��+�����, �����,/a � ��p9 ��,�r���� " � iWGiYYp��GI.IiP�Gi(1 i$YfW ��.IJLYF�Y 1W.iYYY{lldi��e11 � � , ���a����a�4� ��,��l��a��� ����,����� � ������rv� ���6� �r� �� ���� �' ���Ei�t�,�9S�r i�F&�C`3. &i� �°B'636� �C���B,�� 1�1�9,��.' .9�,.� [��������� (����a� %��� ��r� ���� ���� � 9Gp i��'v� �ak�r� tfa� d��� r�������n�� guess�ork c�ut at` ��� �d� ��s����e��� ha�ry ta keep ��¢� ����d��r���a�� u�-��-o'ate on tl�e �� ��a��a�a��� insp�ctior� and ��+�s����v�6� ' maintenance wc�rB� �a����d �����u�� i �or your roof,( �8t,'E�f�'�dd�d�r�d`5 � if��+ �o/l��rving p���y � �aro�r'c�� a siruc�ctr�c� c:� guic�e fr�r rnain�ain- inc� your� roc�f �ut befor� ,ycru �ump rn, l�'1�'S C{i17S1L$Ei'' �/f'f� should do Fhis v�✓or�c—arrc� �lV'HY. �,��a,� �s �'d�� ��� �����'��� ��s,���- ��� ��� o������� ���ee� a'�¢����� �'�'�$�'�a'�� � �0t°r ��'s �A�e�a9� — �a�� ��� ��'������ ������ ��� ��e� �� � ��e�e��f ��� r�� �r�a�� �e�ea� �'a� �r�- ���� ���� ����i���� er�����' aa� ���d�v�g ��'�i �'�� ��@@y�d�f�'�:�Ec�6'P9F. ���',� �666d�d� ��'�d!!� ��:���ae��� ���,� �� ,������a �r���� ���ir.� �,�� ��,� ���v� � �ca�t�� t����� ���r����d�r�� �e� 6�d9tJ'./ �dD "�c�i'A9S�' �dt� �a���'° �� �� e������,� :� e�a�����? �f �� . ,a ����� � �� �� _� �� �r�� ��� f���l��� �r��� .._. WI�aiTd lnsp�ct� MaintEr�ance/�hec6< d�equired � No[es And Commen�s Exterior WaUs for leaks, staining, missing mortar Interior Roof Deck for signs ofieaks or deteriaration Ceiling far signs of leaks tnt�rior Waps for signs of leaks Roof Edge for deterioraUon Fascia/Coping far tleterioration Expansion Joints far signs af ersessive movement, leaks, tleterioration HvaG ^ check duct work, housings, condensate lines, pipes � inspaci sheet metal cabinets and. gaskeis � inspect equipment hase/tie-in �� � u P�netrations ^ fill all pitch pans, inspect pipe boo(5 Drainag� System R clear all gutters, downspouks, scuppers � clean out drains n make sure tlrains are working properly 4 eheclt stralners�and clamping rings field Of Roof I ° redistribute any ballas4 across bare spots ��,note any deficiencies ordamage and contact GAF � inspecicoating if'prasent and recoat as~necessar�� Base Fiashings � check atlachment and repair as necessary � check counter flashings � inspect for signs of movement Metal • checkattachmenTantl repair as necessary __ _�. _.� ..�..e_______ � paint any �usted metal Other check for oil tleposiislsur�ce contaminatinn, saft areas, vandafism, ponding water, etc. Signaturec Date: n�........ /�n............. ��(�� �l� �'➢������ Bf������ ��� R�f�����,�qC�� d m �, Whaf To lnsp�ct� Mainterlanc�>Gheclt h�eguir�d � Notes �!nd Commcnts � Exterior Walls for leaks, staining, missing mortar � Interior I�oof Deck for signs af leaks or detecio�a�ion I � C�iling forsignsofleaits j Interior Walls for signs of leaks iRaof Gdge for deterioration FascialCoping ior de�erioration Expansion Jaints for signs oi excessive mouernent; leals5; tleterioration ' HVA� ^ check duct work, hausings, cnntlensate lines, pipes � � inspect sheet metai cabinets and gaskets ; � inspect equipment pasellie-in � , i Penetrations � fill all pitch pans, inspect pipe boots : Drainage Systom ^ clear all guiters,. downspouts, scuppers M clean out drains < make sure �irains are worlcing properly ��� ��� �' � remove any debris -_�..___._.._.- -- ---.---____._....__._.� _�_�.._. Fieid Of Roof > retlistnbute any ballasl acrass bare spots � note any tleflcien�ies or damage antl contack GAF ����'�_R___ �____�_ � inspect coating if present antl recoatas necessary ������� �� ��� Base:Fiashings ° check attachment and repair as necessary � a check counter ilashi�gs T� �w I r inspecPfar signs af mo�ement � �^ ^ ; Metal °checkattaohmentandiepairasnecessary --+ --_.�..___ _..._.�.. m..�P_..�._._._------�— _�� � pa�ntany�rusted�metal ____.._ ____...... . .� __ �________._�_._.._._._-� ---- i> re�caullc as necessary ' Other check for oif deposits/surface cpntamination, saft areas, � � vandalism, pantling water, etc. � SPEClAL G6�1S,lDCRI�i 1QN�: The raof has be�n thir,ough its fir�i f�all y�2r. Pay ciose ai�ention to anyfihing that shauid have been fiasten2d but may have t�2en miss�d: Also check for any moue- n�en� of ballast or surfacing that may be Gaused 6y tiviric sa fihat'you can reposition ifi necessan� or consitler additional siepsta prevent wind"scour. date: ��...,.,.. r.a�4,�_„a.» �� � ° �•pQ,����� c �� �����:.� ��� ��������� � ��� ... VUhat ToJns�eci� Maintenance�Check Re�uirec! � IVote$ /�nd �orr�merits Exterior Wal(s for leaks, staining, missing mortar interior Roof Deck fnrsigns of leaks or deterioration Ceiling far signs of leaks Interior Walfs for signs of leaks Eloof Edge for delerioration FascialCoping fordeterioration Expansion Jaints for,signs oi excessive movemsnt, leaks, deferioration HVAC ° check duct work, housings, condensats (ines, pipes � inspect sheet metal cabinels and gaske#s � inspect equipment 6aseliie-in I�enecrations e(ilC:afl pitch pans, inspect pipe boots Drainag� System p clear all gutters, downspouts, seuppers ^ cleao out drains � �� Field Of Roof Base F'lasl7ings Metal � n make sure drains are warking pra�eriy � check strainers and clamping rings ^ redistribuke any bailast across �are spots 4 nate any deficiencies or damage and coniact GAF � inspeci coaiing if present antl recoat as necessary � checlt attaehment antl repair as necessary ^ dleck counter flashings �� � � inspect for signs of movemenl * sheck attachment and repair asrtecessary ��(��° � ���f�9 0������ ��� ���Q�����1[��noa tNh��t i� lnspectj MaintenaricelCh�ck Requir�d � Noi�s And Corrim�nfs Exterior Walis lnterior Roof D�ck , Geiling Interior Walls � Roof Edge � �ascialCoping Expansion Joints HVAC r for lealcs, staini�g, missing mar�ar for signs of leaks pr deteriaration for signs of leaks for signs of leaks for deterioration for tleterioration ior signs of excessive movement, leaks, detenoration a eh�ck duct work, housings,'contlensaie lines, pipes' e inspect sheek metal cabinets and gaskets a inspect equipment base/tie•in Penetrations ^ fill ai! pitch pans, inspect pipe bonts � Drainage System � clear al� guiiers, dawnspnuts, scuppers p ciean out tlrains � __.__....__._.._.....___----_..__._.____,___------------.--- � make sure dtains are vdorking pr�perly � check strainers and ciamping rings �v�T Field Of Roof ^retlistribute any ballast across bare spocs � note any deficieocies or damage and co�tact GAF ^ paint any rusted metal __._�.��...._.,.�.��_______,_ _._,.,_.. ....._�..�._..�.__�_._---._._.__ ._..,..�__.____.. ...____..___ __ ^ re-caulk as necessary Other cheek for oil deposils(surface contamination, soft arsas, � vandalism, panding water, etc. _-----___ ^__._____.__.—._..�__�_._�.___..______.__._.__._..._.._.._._ SPCCIAL C0�!�IDERA.TIONS: lf this is a wl7i�c� roa'r', is ii szill wPii�e or d�es it neetl clean- inc�? �o you neeel to clean on � regular b�sis to I{eep tl�e berieii�s: of a whPte r�of� : Base Fiashings �. 'r � � inspect caaiing if present and recoaEas necessary • cheek attachment antl repair as necessary ��cbeckcauntorffashings �������"Y4ry�� � p inspectfor signs nf mnvement Metal • checic attachment antlxepair as necessary ..._._._.._.__....._._._..._._...,......_...._........__._.....,_._.._._.._._.____..._.__.._..�__.�_._.�Y�_.,� _,__,�..... _._� � paint any rusted melal _. __�—�---- ___.._ . ___._ _.__- --- --------------......---_ V � re-ca�lk as necessary Other check for oil depasitslsuriace contaminatian, soft areas; va�tlalism, pondiog water, stc: �Sf'ECI,�L CONSIDE4�l�i"i0��i�::Check��pifcl7 Pans cacefull�; �a�ier ihre� years or ��vet� b��for�, � they may need maintenance and filling. Date: 1 �� � � �����.� �:�, � �� �������� �l��� i�������� � ��� .. _ U'uhat To lnspect� Ivlainten�nc�/Ci��ck Required � 1�'oPeS �nd Gomments .. ___....___._ __._._. Exteriar Walis interior Roof Ceiling Interior Walis for leaks; staining,-r�issing mortar for signs of leaks ordeterioration iorsigns ofleaks for signsof leaks Roof Edge for detatinration Fascia/Coping ior detsriaration �xpansion Joints ior signs ot excessive movement, leaks, deterioralion HVAC e check ducr work, housings, condensate lines, pipes � inspect sheet metai ca�ineis and gaskets ___y_._�..� _ �___..�_�---....--- — — --- 4 inspect equipment baseltie-in Penetratians ^ fill �ll pitch pans, inspen� pipe boot� Drainage System ^ clear afl gutters, �Iawnspouts, scuppers � clean outdraihs Field df Roof 6ase Flashings Metal � make sure tlrains are working properfy 4 cheok strainers and clamping rings • redistrifrufe any ballast across bare spots ��nate any deficiencies'ar damage antl contact GAF � inspect coating if present and recoat as necessary ^ check attachment and repair as necessary = check counter flashings � inspect for signs af movement ^ check attachment and repair as necessary _m.,�_.. _..W.�._.y..._ ��..__.____.._._.. _ � paintany rus�ed metal a re•caulk as necessary other eheck#or oil deposi�slsudace contamination, soEtareas, uandalism, ponding water, etc; . �PCCI�L �ON�IDERATIOIV�: Ifi ihis is a whit� r�afi, is it still wiii�e or aoes it need CI��r�- ina? �o yWu n�ed fio clean on a rec�ular k�asis to kec� the bene#i�ts ofca wl7i�e roai? Dat�: � GI't3�\38� � ��W��� �L�14����� ���� ������LI ���tl � G �✓hai T`� lnsp�ci� Nlaeaten�ncel�h�c� Ree�uirect � NVotes And Gomments Exterior Walis Interior Roof � Ceiling � Interior Walis fflr leaks, staining, missing mortar fnr signs of leaks or deterioratiQn fnr signs of leaks f4r signs of lealcs Raof Edge for deteriofation Fascia/Coping for tleterioration Expansioa Joints far signs of excessive movement; leaks, deteriotatian HVAC � check ducl work, housings, condensate lines, pipes a inspect sheet metal cabineis and gaskets a in5p�ct equipment basel8e•in P�netra#ions � tilf all pitoh pans, lr�specf pipe boots brainage System 4 ciear ali gutters, tloavnspouis, snuppers � clean out drains � make,s�re drains aro warking properlp +checkstrainersar�dclampingrings � Field Of Roof • redistribule any bailast across bare spots _...._._....�...._.. .� _._._, � r�oteany tleficiencies or damage and canlact GAF ' � inspect coating if present and recoat as necessary Bas� Flashings ° check attachment and repair as necessary � chedt counter fiashings " Metal • re-caulk as necessary � � 0#her eheck for oil depositslsurface con#amination, sott areas, Y__�____� vantlalism, panding water, etc. ; l S�ECII�L C�NSIDERAi'l��Y�. r�re �il�ere any:signs or° iraffic �a�`Lern� r�rr GY�e �o�ii� �o y�u nee� w�ll<��,�ys or ail�er pro�C�ction-wearing'sur�faces instaliecl �ta proxect �the mamprane'� r�ate: ni.�...,,. � inspect for signs of movemenf � check atiachment and repair as necessary �� paint any rusted metal Y44W�.���. V wy V. r.�.Y,..�.,.. ����� � �G���� Q������ ��(� ���Q�����om�, What To Inspee�{ M�intenancelCai�ck f�equirerl 1 �+otes Arid Comrnerrts I Exterior Walls ior lealcs, staining, missing mortar � lnterior Paof Deck for signs of leaks or deterioration Ceiling for sign& oi leaks Interiar 1Nalis for signs of feaks Roof Edge for deterioratian Fascia/�Coping for tleierioraGan Expansion Joinis far signs of excessive movement,leaks, delerioration FIVAC ° check duch work, housings; condensate lines, pipes __ ,_.._.....�._ ----v___. _..,.___ _ ___.._....__..._. ..__._..... _. ..._ __ .._ a inspect sheet metaf cabinets and gaskets __ _._ . .__ ._. ___�..__..._._.._.._.__ _._ ___._...._.�.. . . _� _.__ _ _ ___ _ ^ inspect equipment base/tie-in Penetrations ^ fill all'pitch pans, inspeck pipe bonts Drainage 5ystem e clear all gutters, downspou#s, scuppers ---__.�.-.--. ,._.__...._____._...._.._.---------._..___�__...____.....__ ..__..._ .. ^ clean out drains _. _.___------ -_M._._...__._. J,.___ _ �...-- -- . _.. ... ^ make sure drains are working properly 4 check strainers and clamping rings � � � Fieid Of Roof • redistribute any bailast across bare spots _..�____.____. __ _.__._ ._......._ _.._.—. _.._ .._. _.. . ._ �.. � note any defisiencies or damage and contact GAF .,.._...._..,.m..._ _ � ..__ _� �..�_._._____ _ . .. , . __ ___......._--- — _ . _ _ . � in&pecf coating if present antl recoat as necessary Sase Plashinc�s � check attachment and repair as necessary ..___----...�.___._..._._-----_ __..______.____.... ..,_. _.._._.____.__...__...._...._..._._._. ... a check counterflashings � inspect for signs of movement Metai ^ check attachment and repair as necessary � .___.�_�— ------------�—.__. .__ ..__.-- ------- . ^ paint any rustetlmetal _.-.------.__ ____.___._._..___._ _._ ____�____.�_____---_.____._._____...._ .._.._ __: ^ re-caulk asnecessary Other check for oii tlepositslsurface contamination, soft areas, vandalism, pontling watcr, etc. SPECII�L �QNv1�ERATION�: if yau haven'� repl�ced any c�uii�s or seaiants, b� sure: �4 c�ieck and make sure They are stiii providing � seai �gains�i ihe weatl�er. Q��P� � ���1G�� �I������ 1��(� �i���m�flq��noQ W17a2 T� lnspeW� Marntenance/�Heck �3egurred � Noteg A�id Comr»�rt�� _�.__ _._. ._..�._..,_.__..___ . _..,_�_._. .�_ ................... .__. ,_----_--._. _._. _ ___..... ._._._ . e_. _.. ._ 9 9 Exterior Walls forleaks, siainin , misSin moriar Int�rior Root Deck for signs of leaks or deterioration � Ceiling for signs of leaks Int�rior Wails forsigns of leaks � Fioof Edge for de�erioration FascialCoping fordeterioration Expansion Jaints for signs.of excessive mavement, leaks, deterioration i-IVAC ^ check ducl Ndark, housings; condensate lines, pipes a inspest sheet metai eabinets and gaskats �� �� ^�^��r�YLL_� _ _ ____..�.____�____. �_.____W_ ___ ___ ______. _.__ �___.__.._..__ .. __._._. . ._,.....__..___.. � inspect equipment base/tie-in Penetrations � fill all pitch pans, inspectpipe 6aots brainag� System- ^ clear all gutters, downspouts, s0uppers � _. _..._----_ __�� .e_�_a_.m_..._...__._..___.._______.�_ � ciean nuk tlrains i _._ � _..- . --_ ... _ _..---- .. ..___�__._,__ . ._ __ ___ _ _.. _. _.,. _....._ _ ___... ._......_ ^ make sure dCains are working properly � _. _ _.._.__._.—._._...._._ ..............._..___._______----_,_.. __..... .__. _.,_r.__ _._.._...._._.._ > checkstrainers dntl clamping rings Field Of Roaf ^ redistribute. any ballast across bare spo�s • nole any tlefisiencies or damage and contact GAF ��T,_.__ __�. _ .. ... ..� .� . ....._.. ._ ..._�_ M ,.___._ _... ...._. _.. ... _ _..,___. __�._.,._.�._. . _......_�_...._... ^ inspectcoafing ii present and recoat as necessary ; � Base �'lashings ° check attaahment antl repair as neeessa�y ... . _.______._ . ..............._._.._....._.____..._._.._..._...___...___ ....__._._-----.--------------.-._._.__._...----....---_.__ .___...._ ._. .._. ^ checic counter flashings n inspec# for signs of movement ' Metal • check atiachment and repair as necessary . _____�---__ ___.---.---_ _ ... ._.__..__�_,.�.__._______,_ _._.�__.... .____ ___�......,_. .._.. • painf any rusted rnetal ^ re-cau4k as necessary �'.— �� __ ��__ _ .._.______�... Oiher clteck for oil tlepositslsur(ace contamination, soft areas, vantlalism, ponding water, etc. S�EC1�1L COf�SiDEf,�Tll7iVS� l��fihi� i� a smooth surfaced ro��f with a caatinr�, �ar�siticr re- coatinc� with an C��E�cvSTa�'" rated coating I�ath to protect tl�e membrane and c�et the ben- efits �f an ��ergy efficient Co�ting.. Signature: Date: Signature: Date: Name: l^.mm�arnr Nam�' r'.mm�anv ^i � ��r�� � � �3 ���a1.t �� v C�Y���� � �� ... Vllh�t 7a lnsp�ct� Mar'nferranceiChe�tr ����atr�d �I:1 'k'di `�7� L+4+ ���IJC�G%:� ������45 W'�� ��'Shc'���L1lJ�L����Gtf9�G7 Wh�fi i`o lnspect� MaiiitenarrcelCh�cic F�ec�ur'r�d � N'ofes An� �arnn��n�s IVof�s Arro' Commenis; _ ___... ___------______ .. �__,..__ . .._. ___ _ __._.__ _ .. . _... __ ... ._. _ _ _.._ _ ....---- � Ea�terior Wall�s Forleaks, shaining, missin4 mortar Interior Roof Deck for signs of leaks or (1eteCioration Geiling ior signs of leaks Interior Walls for signs of leaks Roof Edge far tleterioration Fascia/Coping fordeteriora#ion Expansiorr Joints for signs �f excessive movement, (ealcs, deteri0ration FIVAC ° check tluct vvork, housings, contlensatelines, pipes _��._,_._,. _�—_._�.___.__...........,�..___,___ .._. _.,_ � inspect sheet metai ca6inets antl gaskets _. _.__._______ �__--------____.._�_ __ � . �.___._ __.. > inspect equipment basel6e-in Penetrations ^ fill all pitch pans, inspect pipe 600ts Drainage System = clear all gutters, dawnspouts, scuppers 4 ciean out drains i� ._ ���� � make sare drains are warking properly �" """� �'."""��M'.�"_.___�.___—_�. ^ check strainers and ciamping rings Field Of Roof • redistri6ule aoy ballast acrossbare spols � note any deficiencies or damage and contacC GAF �� �� .__.._.. _ ._.---- __ _____. _. �a� inspect-coating �if-present and recoat�as�necessary � ����� .��� Eas� Fiashings � check attachment and repair as necessary � _____Y____�. _ _.._.,. _ ____._.._�__.__ ._._.. �_ � check counter fiashings � ^ inspect iar signs of m�vement Metal � check attachment and repair as necessary __�._.__.._------_.._..__r.__.__..�._____. __ _.____._...��_----_. ^ paint anytusted metal <re•caulkas;necessary � � -�������`��M�T Other check for oil depositstsurface contamination, soft areas; vantlalism, ponding water, etc. j _--- --- -- - --._._._.___ __ Sr ECI�1L �'�NSI�ERATIONS: �e sure io checic `ror any deterio��tior� o; rrie�Cal; betier t� clean, prime and �r�zec�t now than have to repiace later. Exterior Walls lnterior Roof neck � Ceilint� lnterior Walls Roof Edge Fasci�IGoping Expansion Joints HVAC Penetrations Drainage 8ystem Field Cif Roof Base Flashings Meta! C�ther far leaks; staining, missing markar for signs of leaks or deterioralion for signs of (eaks for signs of lealcs for deterioratian for deterioration iar signs of excessive movement, leaks, deterioration ^ oheek duct work, housings, contlensate lines, pipes � inspect sheet metal caBinets and gaskets ° inspect equipment base(tie-in � fiii aif pitch pans, inspecr pipe boots � clear all gutters, downspouts, scuppers � clean aut tlrafns � � �� � make sure drains are warking properly J� p.check strainers and clamping rings � redislribute any--ballast across bare spois. � note any�deficiencies or damage;and contact GAF � fnspect coating if present and recoat as necessary 9 check attachmant and repair as necessary � cheok caunierfifashings � inspeet for signs of movemenk � chedc a�achment and repaic as nec�ssary • p�int any rusted metal � , • re-caulic as necessary � �� check for oil depositslsurface contami�ation, soft areas, vandalism, ponding water, etc. 5ignature. �LI �'�JU� � � ����t�r ��� � ' ��� 4��� ������ 1�.�����.'7 W ❑ Whai T� lnspecfi � MaintenancelCheck Re-quire� _..... .._ _ _ -- - --- Exterior Walls for leaks, slaining, missic�g moctar Int�rior Roof Deck tpr 5igns of lealcs or deteriotatiop Geiting for signs of leaks Interior Walis for signs of lealcs Floof Edge for deterioration Fascia/Coping far deterioration Expansion Jo(nts for signs of excessive movement; leaks, deterioration FIVAC � check tluct work, housings, cpndensate lines, pipes ----_._____._..---___._ ___.__._ ___.__. � inspect sheet melal cabinefs antl gaskets _. _..... .._ _. .. _... . . __�.. __ ._.... = inspect equipment haseltie•in Penetratians � tiil all pilch pans; inspect pipe boois Drainage System ° clear all gutters, dawnspouts, scuppers �ield Of Roof Bas� Flashings Metal ���3A� lJ W ��4S/JU6d.r� �li1W����� 444u�� ���p��7u���q��7�cJ Wliat ry lns,oect; il%7airitenancslChecic f�equire� � Notes l�nd �omment� _..__._.____.__._____ _.... ... _ �. _ _ �xterior Walls Interior Roof Deck � Ceiling i �7nterior Wa11s Roof Edge ' Fasci�/Coping Expansion Joints I�IVAG __ _ _ F�enetrations Drainage System NoPes AncJ �omm�nis a clean out draios ; __.__. _._._._��_____._ ___ ____ _, __._ a make sure drains are working properly -- -- _— — --I-- ^ chec� strainers and clamping rings � redistribute any ballest acrass bare spofs � note any deticiencies�or damage and cantact GAF - ---------------- -- _._ ..__ _.. . . .. ,.. . _ . � inspeck coating iE present antl recoai as necessary • check attachment and repair as n�cessary ____.._ . .._..._ _.._.__....._._�...._._ � check counter flash�ngs ^ inspec# for signs of movement w check attachment antl repair as necessary paint any rusted metai � re•cauik as necessary �.., —._..— --._� _,_w_ w__.� �. __ ._. _ __ _ _ Other check ior oil deposiislsudace contamination, soft areas, � vandalism, ponding water, etc. SPECII�L �ONSIDER/�TIDiVS: �i0 ye�rs is a long time; �onsec�er res�i.orinr� yaur roafi wl�ih an elastomeric �oating to �rotec� your �nvestmen� and, extenc �lie li�e ot ��ie raof. Fi�id Of Roof � redistribute any ballasi across bare spois for leaks, siaining, missing mo�tar for signs of]eaks ar d�teripration for.signs ofleaks for signs of lealts for deterioration for deterioration far signs of excessive movemenk, leaks, deierioratipn � check duct work, housings, contlensate lines, pip�s ^ inspect sheet metal cabinets and gaskets �.� ___ ..... _, _.__ _._.�,. ._ _...._ _ - __ ^ inspect equipment baseRie m a fill all pifch pans, inspect pipe bools 4 clear ali guriers, tlown�pauts, scuppers b clean outtlrains __ _ ..__... _ _____ _.._._._..__ _ --- _. .-- -- ---�--- __ _... � make sure ticains are working ptoperly _ _ . ...._. .....,.. . _ ,..._._..._ ......... .... .. �. . .._ e_�. . . . > check strainers and clamping rin_gs s note any deiicienaies or damage and cont�ot GAF _. _ _._-- _ .._. __ .__.____ ._._.�w..� . . � inspecf.coating iFar�sent and recoat as necessa� Base Fiasl7ings ^ check attachment and rspair as necessar� _.. ..._.. ..__..._.._.. __ ._.�_._�_ _ __. ._--.._ _.__._._ _ p check counter flashings a inspecx tor signs of'movement � Metaf * checlt attachment antl repair �s nec�ssary __.__ __._ __. _�—_ .�� _ ____._._ , � paini any rusied meta� _.. . _.. __._. ._., ._. . . �, , _ _, __._ _ . ______. _.—_�_. ____ —.. . . " � re•caullc as necessary pkher � checic for oil depositslsurEace coniamination, soffareas, vandalism, pontling water, etc. SPEG[AL CO(�SID�RAT6�NS: lf Yau haven't [e�laced anY caulkS 4r s�al�nts, be sur� �a chec� �n�! malce sure fih�y �re stili provitleng a sea! ae�arnst fhe v�reatlier. Signatur�: Date: Signatur�: t7ate: LJ'Y�L 61�u L7� ����i�'. ���l���� ��� ����� V�����G II L7 eJ 1Nhat Ta Ir,spe�:tl ILfainienance�Check I�s'Vquir�� i, Noies And �ornm�nis -r . ___ __..... _ � E�ctErior Wails Interior Roof Deck Ceiling lnterior Walls. � R04f �d�E Fascia/Cn�ing Expansion Joints HVAC for leaks staining; miss�ng mor�ar for signs of1eaks or deterioration for signs of leaks for signs oE leaks for deterioration forsigns �f excessive mavement, isaks, deterioration � check duct worlc, liousings, condensate lines, pipes < inspect sheet metal cabinets and gaskets .... _____�--------._.._......_.___._ _� ___,..____ ___.�.�._._.._.__.__.__....__ 9 inspect equipmeni baseltie-in Penetraiions <fill ail pitch pans, inspect pipe boots. Drainage System � clear all gutters, tlownspouts, scuppers • ciean out drains ��, �—w� __ w�� w make sure drains are working properly ---------.____..._..___. a checicstrainers and clamping rings � ��� Field Of Ftoof ° Cetlistri6ute.any ballast across.Bare spoks _._ .�.._a_�_.��..___�___ __.._._ ._._._._.___.._.___._.____.__�.u..._�..__.__--- � nole any deficiencies or damage aad contact GAF _.-.-.-- -�.__.__..a_ .. ..�____..._._..__._.�_.,._ _,_ ...._.� .___ .... ._.. _.__-- -- ._.. _ . _.._...__.. a inspect coating iE present and recoat as necessary Base Flashings a check attachment antl repair as necess�ry _._ _.— __..--------._._....__.�...._.____._..._.� � check counier flasliings • inspect for signs of moveme�t Metal ^ eheck attachmenk and repair as necessary ..._.......---.._.._____...__k,.__._ _ ..�.��_....m. —.,_.,._.._.____.---. _.._... ^paintany rusted metal ._.___....__...._ �.a_.��_ __�___.,___._. ______�___.__..._._...,�._ • re•caulk as necessary Other check for oil deposifslsurface contamination, soft areas, vandalism, ponding water, etc, Sr �C1AL �ONSIDER&TlONS: I� #h�� is a white roof; is it s�ii( ��vhii� ar does if �e�a cleaning'? �o you need to cle�n on a re,c�ular basis,t� lcee� the be��eiits nf � wiiiie e�of? �'A � �. �`� • � fl� � � E.� ...•. . � � �� ��� �.v� �v .. 6 � 0.r ffi.'� � � �'A � � �� . n w Wh�t 7a lrrrpe�P� (vJ�ini�t��r�celCt�i�e�c }���uirLd" Exterior Walis for leaks, s�aining, missing morfar interior Roof Deck for signs of feaks ordekenoration '� Ceiling fpr signs o� IQ�k� Interfor Walis f�rsigns of leaks Rpof Edge Eor deterioration fiascialCoping for deteriaration �xpansion Jaints for signs.af excessive mouement, lealcs, delerioralion HVAC ^ checic ciuct work, housings, condensate lines, pipes ^ inspect sheet metai cabinets anr! gaskets a inspect equipment baseltie•in Penetrations ° fill all pitch pans, inspect pipe boofs Drainage System ° clear ali gutters, tlownspouts, scuppers a clean out drains ^ make sure drains are working properly p checfc strainers antl clamping rings Fieid Of Roof � retlistriquleany ballast aeross bare spots • note any deficiencies or damage and contact GAF ^ inspect coating it p�esent antl reaoa# as necessary Base Flasliings ° check attachment and repair as necessary • check counter 1lashings � inspect for signs af movement N�etal � check aitachment antl repair as necessary a paint any rusted metal `�-�`�-"�"`__ � re-caulk as necessary � � � Other checkfor oii depositslsurface Contaminetinn; soft areas, vandalism, pontling water, etc, tV(3�N.a;�f'U ,�sC'1�1('�i C(lt,.�^''. Signature: Date. Signature: Dat�: 4NW�:i�� �� ���W��� �����V�`tS �UIJ� �����������G.6Q O� ir1�'n�t To tns�ectl �t�tai�ten�nc�l�",hd�.k ���uir�d � Nc?i�s And Comrr��nfs ;; E�erior Walls Inicri�r Roaf Deck GeiGng i Interior Walis Roof �dg� Eascia/Coping Expansion.Joints HVAC Penetrations �rainag� System Fi�ld C?f Raof Sase Flashings for leaks, staining, missing mortar for signs of leaks or tleterioratinn for signs Qf leal<s Eor signs of leaks (or detezioration for deteriorafion forsigns oE excessive mnvement, leaks, tleteriarafion o check tluct �n�ork, housings, condansate lines, pipes _..___ . ____.__...._..___ ._____..._ ._..__...._...____.a_..._.._ ._ .. ^ inspect sheet metal cabinets and gasl<ets _._.__.__._.__.�__._._.....__.......___.._...._.._ .__.._ > inspect equipment 6aseltie-in 4 fill all pitch pens; inspect pipe poots ^ elear all gutters, downspouts, scuppers n clean out tlrains � make sure drains are svorking properly � check strainers and clamping rings > redistri6ute any bapast across bare spats --_.__ .__._ _r_._._ __.___._ �a.._.. ^ nate any de6iciencies or damage and contacl GAF � inspect�oating rf present and recoat as necessary ^ check attachment antl repair as necessary � checl� counter flashings ' � �.Y•�i . f � ���R v! n ! �� �D �n YJ , �� �,ko l'��W�'i 9 ��I& . c n R What To Inspecd� MaintenancefCh�ck F7eqi�ired ;.IVvtes Anrl Cornm�nt� Exterior Walis � forleaks, slaining, missing mortar lnterior Roof Dsck! (�r signs of leaks or deterioration � Coiiing for signs of leaks Interior Walts ior signs of leaks Rnof Gdge for de�erioration FascialCoping fordeterioration Expansion Joints for signs af exeessive movement, leaks, deterioration HVAC ° check duct work, hausings, condensate lines, pipes • insnect sheet metal cabinets and gaskefs J�� • inspact equipment 6aselfie-in � Penetratians � fill ai( pitch qans; inspect pipe bools Drainage System �° clear all gulters, dnwnspouts, scuppers�N� � clean out drains o make seure drainsare warking properly �� W _ _._____.�..._.........____...____, _.,._.______.._...__..._..._... p check strainers and clamping rings � Field Of., Fiaof ° re�isknbute any.hall�st aaross barespo.ts p noteany tleficiencies ordamage and contact GRF a inspect coating if present and recoat as necessary Base Flashings ° check atlaehment antl repair as necessary _.._ .. .�___�. �._.__.. .... _. _._.._......._ ........ ... .. _ < check counter flashings < inspect for signs of movement ^ inspect far signs of movement MeTai d check attachment and repair as necessary _____..____ _____� �.__....�... . � paint any rusked metal Other = re-caulk as necessary check for oi( tlepositsisudace contamination, soft areas, vandalism, ponding water, etc. � re�caulk as necessary Other. check for pil dep6si�slsurface cantaminatian; soft areas, vandaCsm, pontling watar, etc. ��C�i��. ����l�l��'i���'�Ji��: ,�!'� i�1�;1'p: all� Slt�'CIS fl'T T3'��ft� �1��C4;1'IT5 Oi"1 'Y�1L 1`CJCli7 QQ Y[iW i���ci ��.�ail:�r�y� �r �ther ��rat�ctic�n-�v�arin� �ui�a�;�� i�s��li�d t� �Ct�teu�k filie meml�o-ane`? Metai � check attachment antl reqair as n�eessary a paint a�y rusted metal ��� ��_ SPECIAL C.�I�SICJEP�,ATIDNS. Fifiteen year� oT ser�ice! �� s�re'ka ��y atte�ti�n tb �ny are� �hat may he seeing the most abu,e -fr�m atk«r tr�des, Mo�her IV�ture, etc. antl cheel< �!1 flashings anrJ aij�e boo�ts fo make sure they are-perf�rmin�. Signacure: �?t�: JJ'ul1J��� �� �e.!'7��5� L�t�OLy�Yd��6:t �IJL.1� ��LL��17����GIIG Nha# To lnsp�ct; Maintenance/Check Requi��ci � l��otes �1nJ Gommen�s Exterior Wails interior RaoP C Ceiling Interior Wails for leaks, staining, missing modar for signs of leaks or deterioratian for Signs of leaks for signs of (eak� Roof Edge tor deterioration Fascia/Cop;ng fordeieriaration Expansion Jaints 1or signs of excessive mflvement, Ieaks, deterioration HVAG ,� check tluct work, housings, condensate li�es, pipes p inspect sheet metai cabinets and gaskets ____w.�_..___...._----__.__..._____ a inSpect equipmant baselhe•in �enetrations • iiil all pitch pans, inspect pipe boots Drainage System ^ clearall gutters, tlownspou(s, scuppers ^ clean aut drains � Fieid Ofi Roaf Base Flashings ^ make sure drains are working properly ^ checic strainers and ciamping rings � redistnbute>any haliast across bare spots � note any de(iciencies or damage and cvntact GAF .�.�. ___�____�____..__ _._..__... � inspect coating if present and recoat as necessary � check attachment antl repair as necessary � check caunter flashings � � inspect for signs of movement Metai �aheck'attachmenYandrepairasneeassary •painianyrustedmetal �--�� —___.�... _._._,._.__. _._..__...._._ _. ___�..._.�—__....._.__. __...__. � � re-caulk as necessary C7ther check for oii depositslsurface contamination, solt areas, ,� vantlalism, ponding �vater, etc: - -�__--__. SP:EGIf�I..'C(lNS1D��RTI�f�S: IP you t��ven'C repi�ced any c�u'9Ecs rar �ealants, b� sur� �� checE< an� make sure they are stiU provitlinc� a s��l ���insi �Yiti wpather. ���LI � Ct ��G��� ��a3���iSGI'� �llf�� �����EJ`���`��=`�ca Wh�t 7'o Jnspect� Mainter�an�elCo`�eck Rec�crrr��1 � Not�s Anc! Grmr,��enf�. Exterior Walls for leaks, staining, missing mortar Interior Roof Deck for signs of leaks ar deterioration � Ceiling for signs of leaks Interior Walls for signs of leaks Roof Edge for tlatenoraiion Fascfa/Coping for deterioration Expansion Joints for signs of excessive mo�emsnt, leaks; deteric�ration HVAC ^ check tluct stiork, housings, condensate lines; pipes ^ inspect.sheet meial cabinets and gaskets • inspect equipment base/t(e-i� Penetrations � fill aII pitch Aans, inspect pipe baofs Drainage 5ystem ^ clear ail gutfers, dowospauts, scuppers � clean out.drains Fiefd Of Raof Base Flashings Metal � makesure drains are working properly � check strainers and clamping rings 4 redistri�uke any 6ailasi across_bare sp,ots a riote any deficiencies or damage and contact GAF � inspect coating if present an�l recoat as r�ecessary � check attachment and repair as necessary � check counter filashings • inspect ior signs of movement • check attachment and repair as necessary = paint any rusted metal �� ���_ �___....._ = re-caulk as-necessary Other check for oil deposiks/sur(ace contaminatiqn; soit arsas.; vandalism, ponding water, etc. SaEC1�1L Cf�NSiDER/�TI0ii1S: I� fihis is a vvlzii:e ruoT, is i� s�iii �vi�it� �r daQs ii ne�d cl�aning? Da you re�r! to ciean or� a reaulaC b�,sis �o kee}� i�e b�n�fi�s oi � white roG,i? Signature: Date: Signatur�: Daie: �� � 1• €��. �. ���� ���� ����� �c���l��� i ��+ .. _ �j1�12aC '�� In�,�sct� i'vJaint�n�nc��Ch2c,;c FiAquired � i�vtLS �ir�t� Cc�rrrrm�°r�ts ExteriorWalls for Ieaks, staining, missing mortar Interior Roof Deek for signs of leaks or dete�ioration Ceiling iorsigns nfi leaks InYerior Walis for signs �f feaks Roof �dge for deterinr�tion Fascia/Coping fortleterioration Expansion Joints for signs of excessive mavement, leaks,:deterioratian HVAC ^ check tluctwork, housings, contlensate lines, pipes � p inspect sheet me#a( cabinets and gaskets � 4 inspect equipmenl base/tie-in � Penetrations � fill all pifch pans, inspeck pipe boots Drainage System ^ clearall gutters; dawnspouts, scuppers � ciean out drains > make sure dr�ins are working properly � � checlt strainers and clamping rings Ficld Qf Roof ° retlistribute any ballast across.bare spnfs � note any deficiencies or damage and con�ac( GAF � inspect coating if present antl recoat as necessary� Base Flashings a check attachment and repair as necessary �� check counter flashings � � • inspeet for signs of movement Metal a check attachment and repairas necessary tl paint any rusled metal � 4 re-caulk as n�cessary ~ Other check for oil depositsEsu�face contaminatian, saft areas, vandalism, ponding water, ekc. �I�Fl;3A�L �� �(��IL'3�I�h1TI�T�I�: 1�� 5Uf'� t0 G11�CI�: '(�l' ��4� t��'i�1"IDi'�ll�n ��' f11P.#al; bEit�l' t� �!�aan, �ri���� anc� �ir�t�:�t �0��+;1(�a�1 h��c tn re;�iaee laf�r. �f��� 1�� ����� � �:������� ��� �������� � �c� .Aa What iv ir�specP� IUlalntG��nc�/�hc�ic F%qur�ea' � Naies And �ommerits E�erior Walls far leaks, staining, missing morlar Interior Roof neck for signs of leaks or deteriar2Gan � Ceiling Por signs of leaks Interior Walis for signs of.leaks Roof Edge for deterioration Fascia/Copirig fordeteripratian Expansion Joints for•signs of excessive movemenl, leaks, deterioration HVAC k check duct worR, housings, candensate {ines, pipes � inspectsheet metal cabineis antl gaskets Y�� �, p inspect equipment base/tie-in I'enetrations � fill all pitch pans, inspect pipe boots. ' l7rainage System � clea� all gutters, tlownspouts, scuppers � � dean ouCdrains ._ __..,__...__. � ___.__.____�� . ___...____,_..._____ _...__ < make sure tlrains are working pcoperly _ _.�_..--.--�..—_—._._ _....__^_.._....----_- � check stramers and clampir�g rings Field Of Roof � redistri6ute any ballast across bare spats �+ note any deficiencies or damage and canlact GAF�� _..... ._.____ _..__.._._ _..,.,.�.._ .�_.__.�_._---.. � inspect coating ii p,resent antl recoat a� necessary � Base Fiashings ° check attachment and repair as necessary .._ ___..._..__.___.,._,...._.._.._...,.__,..._.___..____..._..________..__._ < check counterfiashings � � inspeet for signs of movement Metal ° check attachment and repair as necessary __. . ...__.�_, _...___.___. _._._,__.__�_.._�._._.__. � paint any rusletl meiaf _., ._..._..._. ._.�....___..._.._,,___,._._.._____.,.____,_______._...._.- • ce�caulic as necessary Other check for oil deposits/surface contamination soft areas, vaodalism, ponding tivaler, ete. Sigr�ature: Date: Signature: d���� � �' � ��e� ����� :� � �� ���A t� � � � � � ��� 1 � ��� � �� �� r . . Wl�at To lnspect� Mainfenan�E�IGf��ck �equrre�' I Nntes �nd C�mments. ____ _._ ___. _---- —__..__...._.._._....---.--- Exterior Wafls forieaks, staining, missing mortar ln#erior Roof. Deek for signs oS leaks or deterioration Geiling torsignsof leaks Interin� Walls for signs of leaks Roof Edge for deterioration FascialCoping fordeterioratian Expansion .ioints #or signsof ezcessive movement, Isaks, tleterioratiorr HUAC � check duct tivork, housings, condensate lines, pipes � inspectsheet metal cabineis and gaslcets a inspect equipment baseltie-in �� � Penefcatians > fil( alLpitch pans, inspect'pipe boots Drainags System d clear all gutters, downspouts, seappers ; � clean out drains � � ti make sure drains are worlcing properly � check strainers and clamping rings ��1�7E1 !"-...a� ����k� �..Ii11JSOti+��t�"J� 4317WR3P Rt����LVGW�G74'J�11P7Q What �"D tns,a�ct( M�ir�2�riancelG'h�ck Rec�uir�d �� Nares �nrJ �'omments Exterior Walls far laaks, s�aining, missing mortar Interior Roof Decl< far signs of leaks or deterioration Ceiling for signs of leaks interior Wa(Is , for signs of leaks Roof Edge for deieTiaration Fascia/Coping ior deterioration Expansion Joints for sig�s of excessive mavement, lealcs, deterioration 1-lVAC � check duct wodc, housings, condensate lines, pipes � � inspect sheet metaf cabinets and gaskets �� d inspect equipment basellie-in F'enetrations 4 fiill aif pitch pans, inspect pipe boots ' Drainage Syst�m �° clear all gutters, downspouts, scuppers � p clean out tlrains p make sure drains are warking proper(y • check strainers and cfamping rings Field Of Roof ^ redistribute any ballast acrass 6are s�ots Field Of Roof -- __..._. _... __..._.�V.____ ...__...-,---�_____. __.___._.-- • note anydeficiencies or damage and contaet GAF _.a _._ _�....___ ._. ._.._ __...____----_ _..._ �_ � inspect coating if present and recoat as necessery Base Flashings � checic attachment and repair as necessary �' Base Flashings ____ � � __.__�i.__�___..._.__ _......._._.__._...__—._._._, a check counter flashings ( _._......:_...� � r_ --i----___ �._..__ --__...---- < fispecl for signs af movement � � Metai ^ check attachment and repair as necessary Metai �_.._. __.. �.�__..._------__.__ _. ._. _ae_...__.T _ ___._ . `paintanyrusted metal _._ ___..____-----�__._.----.__.��_�� � r�caulk as necassary Other check for oil tlepositslsudace contamination, soft areas, vantlalism, pantling �n�ater, etc, _^ _ ---.. _.___—_._.._— --._.w.._,..__ _.._....�. ._... _ SPE�IAL GONSIDERATIONS: �O years 'is � lon� time; cran�ider res�nri�7g yaur ronf with an elas�omeric cqaiing ;to pr.otect your tnvestment and extend th� l.ife oi the rouf, Signature- = redislribute any ballast acrass bare spois �� note any tle(iciencies or damage: and confact GAF � inspeckcoat�ng if pr,esenc and recoatias necessary a check attachment and repair as necessary ^ check counterflashings � � �A � � inspect for signs of m�vement o check ariachment and repair as neoessary � paint any_rusted metal • re-caulk as necessary Other check for oil deposilslsurface wn�amination, soft areas, vandalism, ponding waker, eic, __ _ Signature: Q���� n.��,.�,..,,... � �� - ��`� �.��, .' � �� �����p � � ��� ��� �� ��� � �� �� . � . V�I�at T� tras��ct� �J�int�n�nc�fCh�c�k �e:�uir�d Exterior Walls fpr lealcs, staining; missing modar tnterior Roof Deck far signs of leaks or deterioratian Ceiling f4r signs af leaks Interiar Wakis 3 for signs oP leaks Roof �dge (or deteri4rarion � Fascia/Caping for deterioration �xpans;on Joints for signs of excessive movement, leaks, detsriaration HVAC � check tluct work, housings, condensate lines, pipes ^ inspect sheet mstal cabineks and gaskets � inspect equipment base(tie-in Penetrations a tili alF pilch pans, inspecPpipe boots Drainage Systiem ^ cieaC al( gutters, downspou�s, scuppers 6 clean outdrains I� make sure drains are working properly � check strainers and clamping rings Field Of Roaf ° redistribuke any ba!last across bare spots a note any tlefieiencies ar damage antl contact GAF � inspect coating if present and recoat as necessary Base Fiashings ° checkaliachment and repair asnecessary e checfc caunter flashings Iv�vtes:and �o�nm�r�is ���� G'"m� `�CYi�1N�� �{s�����GY 'W�L1fW� �"����W�a��G�Ct'� Whaf 7"� Ins�ecfl Mainter�ancelCfieck Fiequir�rl � Notes<And Com�i�nts .: Extenor Walts . � � Interior Roof DeckG I Ceiling Interior Wails RaoP Edge � Fascia/Coping fxpansion Joints ' � HVAC I � _ Penetratians Drainage 5ystem far leaks, staining, missing mortar for signs of leaks or deterioration for signs pf teaks for signs af leaks for deterioration #or deteriaration for signs of excessive movement, leaks, dekerioratian � check duct worlc, housings, condensate lines, pipes ^ inspect sheet meia( cabinets and gaslcets. = inspect equipment ba5ellie•in d fill all pileh pans,`inspect pipe hoots 9 clear all gutters, dofrunspouts, scuppers. p make sute,drains are working pcoperly 9 check strainers antl clamping rings � Fiald Of (�oof a retlistribute any 6allast across qare spots ^ note any tleficienaies or damage antl eontact GAF > inspecl caating if presenl and recoat as necessary Bas� Fla�hings � checic att�chment end repair as necessary q checic counter flashings ---- - - - _ � inspect for signs of movement � � inspect for signs of movement Metal � check,attachment antl repair as necessary Metai check atfachment and repair as necessary � paint any rusted mekal � ��.' �..m��^�+ .m �-^. � re-caulk as necessary � Other check for oil depositslsurface contamination, soft areas, I vandalism, ponding water, etc. � � �� � �� SPEC9AL Cflt��Sl���'s�iii�t'�d�:.�re tllere a��y sic���s �� �r�fi�ic �a�C�rn,s �n t17� rt3��"� Eic� �c�u n�e���i tiv��F;v���s�o��. piB�,�r �ar��te�ti�n-�v��f�in,c9 sur�a�ces in��alled t� �i�o�E�ct�ti�� membrane? Signatur�; Date: � a pamt any rusted metal .. ..________.. . ._ .. _.. .. __ • re•cauik as necessary Other check for oi{ deposits/surface conlaminaiion, soft areas, vantlalism, ponding water etc _. __.._ _ - ---___ _...___ __.._. __....,_�. -- ------ ���LI,�L CONSf�EI�ATi�NS: i� �h�� is a whiie r�o�, is it still wl�ite �r tlo�s 's: ���d �lean`sng� Da you �ieed to clean on a regui�r basis to keep tl�e k�en�efits of a white ��oot? Signature: �a��' NamrJ• G'Ofl7peil�V: � �� �:�� .� � �� ���°A�p t ��� ��������� � ��� _.. What To inspeci� A�aintenar�ce/Cr��ck R�quired � N�fes An� Comr��enfs E�erior Walls Interior Roof D Ceiling Interior Walis Roof Edge Fascia/Coping Expansion,Jai hIVAC Fe�etratians Drainage System Field Of Roof Base Flashings Metal Other #or)ealcs, staining, missing mortar for signs o( leaks or deterioration fot signs of ieaks tor signs af leaks ior deterioration ior tleterioration forsigns ol excessive movemenl, leaks; deterioralion � check duck work, housinas, condensate Gnes, p1p85 � inspect sheet metal cabinets and gaskets � inspect equipment �aseltie in �� vV~ � �w� ��� ,4 5 Y y e fill ali pifch pa�s, inspect pipe boots � alear all gutters, downspouis, scuppers ��TT� T�^ __ �_.____ .___.__.T._.________ � cfean out tlrains i _,._,_�` �— �-- 9 make sure dtains are working properly p chack strainers antl c(amping rings � redistributa anybaliasf across bare spots __...._ __._._ _....______._..__, . ._. _ .._�_. ___._.�._.__ �... _ _._.__ . ___ .__,_. . ... _ r � note any deficiencies or damage and coniact GAF �■�inspect coating i( present�antl recoat as necessary * check:attachment antl tepair as necessary ------ — ------ --- - ^ check counter fiashings , _.V_._...__________..._._._._�._. _.�_�_._._._.,.._._.___�_._._-------..._._.._._.�.__....__._...._-------_._.___._ ^ inspect far signs of movement • check attaclimenC and repair as necessary ... . _. 9 paint any rusted mefal .._ ,.,_.,.___.__..._. ._____ .__._..__._..___I______..__ ...._�._.__�.__.W _, :..__ _... ....,. = re•caulk as necessary I checkfor oil tleposifs(surface cantamination, soit areas, vandalism, ponding water, etc. SPECIAL CONSlDERA,1`10�5: If you h�ven't ireplac�ei any caulks or se�l�n�t�; be sure to check�antl naake sure �hey ar.e stil( �rovtdin� a seai ac�ainsi tlie w��fher. Signature: C7ate. n i _ .-- -. - n,........,..� .. _ L"±41��7� �� ��SD��� I��l�ioW��C46'� ��� LIV"64�'�l�l�`IG71:111�`�^�a.co Whaf'% l�rspeet� Maint�nance/GFaeck Required` ( Nates And Commer7fs, Exter�or Walls for leak's, staining, missing monar i Interior Roof Deck for signs of leaks ar deterioration Ceiling 'forsigns of Jeaks Interior Wafls for signs of leaks Roof Edge fardelerioration Fascia/Coping for deteriaratian Expansion Joints � for signs of excessive movement, leaks; dekerioratipn ; HVAC • check duct vdork, housings, condensate lines, pipes I� inspectsheet metal cabinets and gaskets � � .__ _ �__..._ _._�_ �_ —.a.. --_ � = inspect equipment 6aseltie-in Penetrations � fiU all pitch pans, inspeCt pipe boots Drainage System !° clear all gutters, dawnspouts, scuppers � • clean out tlrains y _ _ !� make sure tlrains are vrorking properly � check strainers and clamping rings Field 4f Roof + redlstribute any 6allast across:bare spots ^ note any deficiencies aFdamage and qoniact GAF � ^� � �. ._..._ ., ..... ,..... �...,._ .u.._. _____.__ • inspect coaling if present antl recoat as necessary Bass �lashings ° check attachment antl repair as necessary � ._,. �� T.�. __ a check counter flashings > inspect for signs af mouement Metai < check attachment and repair as nece5sary . ._..�_.._.__...�__�.__,.___...._.___...._�_______� .. � paint any rusted metal � • re•caulh as necessary _ . n .. _._,�M. �m.�._...____ _ . _ dther checkfor oil depasitslsuriace cantaminallon, soft areas, —�� vandalism, po�ding water, etc, mm�_�F� �q ^�_y - Sf���IAL.�QNSIUEP�1�Tf�NS: Twerit}j-fiiv� y��rs of servic.e! �e sure fio �ay a�tentian �ro any areas tl��t may be seein� th� rnast`abuse -fram other trades; m�ther nature; e�c. antl check all $lashings and pipe b�ot� to mak� sur� thel are perf�rmihc�. 1fi you uvoultl like additional: mainienan�e checkiis�s, r�leas� contact usP Signature: Date: .�- — - � r,...,.....�.,. �.0Ci3�lUit; �Wilt;P;,� _ Gpnt��#: _ _ '; A�chitectJCoi�suitar�t. s - � - -- ��i��r�l ��n�r�ctor; Roati��� Co��tractt�r. _ ._. _ �oaf Ar��: �c�s ft. �ate Ins#all�ci: Gortsiruc#ia�t: � �yp�: �N�w �T��r-Ofit �i�e-��uer Insulatior7: ; �o�� I:��ck: �. - - ! li��ait�����. _ � ' Sla��e: I��cli�sftaot �AF 3r��c No.: _ 4, � �cr�ii�y �"'ac�r �`�r� �',��s� �ir��� �8t#�., . � �'�nt�r 1Ur��th �In��i�� °s LaY��st ��rr�fi�t,� lYlar�u�ac��r��r ���� GOflPOflA'IION Q2003 GA� Matorials Corpar�#iort 11fQ3 GOMGN119 , ENV 1606 AGREEMENT FOR ENVIRONMENTAL PROGRAM DESIGN AND IMPLEMENTATION SERVICES FOR FOOD WASTE RECYCLING PILOT PROGRAM THE ECOLOGY CENTER THIS AGREEMENT is made and entered into as of the � I� day of ��� � , 2017, by and befinreen the CITY OF CARLSBAD, a municipal corporati ,("City"), and THE ECOLOGY CENTER, a private, non-profit California Corporation, ("Contractor"). RECITALS A. City requires the services of a professional that is experienced in the needs assessment, development, and implementation of environmental pragrams. B. Contractor has the necessary experience in providing professional services and advice related to food waste reduction and recycling programs. C. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in accordance with this AgreemenYs terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of one (1) year from the date first above written. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be twenty thousand dollars ($20,000). No other compensation for the Services will be allowed. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as City Attorney Approved Version 4/1/15 ENV1606 necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any af the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship befinreen any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Cantractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right ta employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of Califomia's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 10.1 Coveraqe and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage City Attorney Approved Version 4/1/15 ENV1606 will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are. adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 10.1.1 Commercial General Liabilitv Insurance. $2,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liabilitv. (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 10.1.3 Workers' Compensation and Emplover's Liabilitv. Workers' Compensation limits as required by the California Labor Code. Workers" Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaratian stating this. 10.1.4 Professional Liabilitv. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 10.3 Providinq Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coveraae. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. City Attorney Approved Version 4/1/15 ENV1606 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For Citv Name Avecita Jones Title Management Analyst Department Public Works City of Carlsbad Address 1635 Faraday Avenue For Contractor Name Evan Marks Title Executive Director Address 32701 Alipaz Street Phone No Carlsbad CA 92008 Phone No. 760-602-7542 Email San Juan Capistrano CA 92675 949-443-4223 evan theecotogycenter.org Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 16. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for City Attorney Approved Version 4/1/15 E NV 1606 employment of ail agents, employees, subcontractors and consultants whose senrices are required by this Agreement. 18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement befinreen the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resalution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the wark or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal City Attomey Approved Version 4/1/15 ENV1606 prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attomey's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTION AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent af City, which shall not be unreasonably withheld. 25. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding befinreen the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. 26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. /// /// !// !t/ /// /// /// /// /// City Attomey Approved Version 4/1/15 6 ENV1606 CONTRACTOR THE ECOLOGY CENTER, a private, non- profit California corporation CITY OF CARLSBAD, a municipai corporation of the State of California By: BY: .2'tir (sign here) Elaine Lukey, Public orks Director as authorized by the City Manager �VG�vt /l��i �'-�'�S � ��(�'Cvi �/'d2 Uiy"PC�zr✓ (pri�t name/title) (sign here) � �� �`� �j� � �� � �� ��� (print name/title) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corqoration, Agreement must be signed by one corporate officer from each of the following finro groups. Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: �� - Deputy City Attomey City Attorney Approved Version 4/1/15 ENV1606 EXHIBIT "A" SCOPE OF SERVICES OVERVIEW The Ecology Center (Contractor) will design and execute a replicable model of a food waste diversion and recycling program. Ideally the program will be completed in the 2017 calendar year and the material recovered will be composted and used for beneficial use within the City of Carlsbad. The Ecology Center aims to create food waste reduction and composting programs that will continue to run past the pilot program's initial timeframe. It is the assumption of The Ecology Center that the long-term sustainability of the programs may require city employees, facility staff, and 1 or partner organizations to facilitate and manage the programs once the pilot program is complete. The recommendations of The Ecology Center during the pilot program may also include minor facility or infrastructure improvements (i.e. composting system) necessary for the long-term management of the programs. It is the assumption of The Ecology Center that the cost and installation, of any agreed upon improvements, will be the responsibility of the City of Carlsbad. TASK 1— PHASE 1 ASSESSMENT The first step would be to get a lay of the land - to understand the food waste landscape amongst city owned community centers or local businesses. This will allow us to understand the overall problem and to set measurable targets to work towards in food waste reduction. Steps will include: 1. Investigate, research, gather data and report on food waste at a chosen location/business 2. Survey and interview facility staff, Waste Management utility providers; produce distributors, and consumers 3. Survey site location and possible other locations where composting is possible 4. Report on the practices, behaviors, lifestyle choices, and operations that are producing food waste at the chosen location to inform our program design Timeline: One Month Cost: $5,000 TASK 2— PHASE 2 PROGRAM DESIGN The Ecology Center will produce a custom food waste reduction and composting program plan for the chosen location. The plan will include: 1. Recommendations for a course of action 2. Elements of the pragram that can be replicated at other similar locations 3. How the material will be transported to the compost site 4. Who will be responsible for the actual composting of the material 5. Where the material will be composted in Carlsbad 6. How and where the material will be used for beneficial use in Carlsbad City Attorney Approved Version 4/1/15 ENV1606 7. What staff will be needed and who will need to be trained; and training curriculum on composting and food waste reduction best practices 8. A custom package that would include: a template for how to project manage the composting program, process for how to use the template, and a reporting template to put in gathered data Timeline: One Month Cost: $5,000 TASK 3— PHASE 3 PROGRAM IMPLEMENTATION Once all of the work has been completed to design the program, The Ecology Center will train and support the City Center/local business to implement the new program in various ways. 3.1 SUPPORT, MENTORSHIP AND EDUCATION A key component to ensure this pilot program is successful is for The Ecology Center to educate and empower the staff at the Community Center/local business with the knowledge about reducing food waste as well as how to compost effectively at their location. We propose providing three staff trainings on the best practices to reduce food waste and how to compost. In addition, we know that troubleshooting specific issues is equally important and therefore propose check- ins at least once per week (over a one month time period) befinreen The Ecology Center and the Community Centerllocal business staff to ensure that the material is being properly composted and address any issues that may arise. The Ecology Center staff will also be on call during the implementation phase to answer any questions participants in the pilot program may have with the goal of ensuring the material is composted properly so that the material can then be used for beneficial uses in Carlsbad. The Ecology Center will work with the Community CenteNlocal business to capture and track the amount of food waste reduced and composted. Timeline: One Month Cost: $5,000 3.2 DESIGNING ON-SITE SIGNAGE Masters of presenting information that inspires action, The Ecology Center would design signage that lives in the Community Center/local business kitchen and composting area for the staff to read as well as the common eating area for the community. Timeline: One Month Cost: $3,000 TASK 4 — SUMMARY REPORT The Ecology Center will provide a Summary Report within 1 month of the end of the pilot program, summarizing the services provided, key observations, and highlights of the composting program, as well as operational improvements, and quantity of food waste reduced. Timeline: One Month Cost: $2,000 Total amount of time: Approximately 3 Manths Total cost not-to-exceed: $20,000 City Attorney Approved Version 4/1/15 -� l � DATE (MMI�DlYYYY) ACOR� CERTIFICATE OF LIABILITY INSURANCE ,i26i2o1, TH� RTIFICATE IS iSSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE iSSUING INSURERfS�, AUTHORIZED REPRESENTAl1VE OR PRODUCER, AND THE CERTIFICATE HOLDER. iMPORTANT: If the certiflcate holder is an ADDITIONAL INSURED, the polfcy�fes) must be endorsed. If SUBROGA710N IS WAIVED, subject to the terms and conditions of the policy, certain policiss may require an endorsement. A statement on this certiflcate does not confer rights to the . certiflcate holder in Ileu of such endorsement�s). PRODUCER Comprehensive Insurance Services 26429 Raneho Parkway South Suite 120 Lake Forest CA 92630 INSURE� Ecology Center, The 32701 Alipaz St. Certificate Issuance Team �. �9a9% 709-880� (A1C No): (949)7Q9-1666 info@thecomprehensiveinsurance.com INSURER(S� AFFOR�ING COVERAGE NAIC �F NonArofits Ins Alliance of CA 11845 INSURER C : INSURER E : � San Juan Capistano CA 92675 INSURERF COVERAGES CERTIFICATE NUMBER:GL/Auto/SSP REVIStON NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NONUffHSTANDING ANY REQUIREMENT, TERM OR CONDITIaJ OF ANY CaVTRACT OR OTHER DOCUMENT WfTH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMffS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. �N� POLICY EFF POLICY EXP LIMITS �� TYPE OF INSURANCE POLICY NLMIBER MM1DDlYYYY MMlDDfYYYY j{ COMMERCIAL GENERAL LIABILfTY EACH OCCURRENCE $ 1� 000 � 000 DAMAG 0 N ED 500,000 j� CLAIMS-MADE � OCCUR PREMISES Ea occuRenoe� $ X 2017-25431-NPo 5/21/2017 5/21/2018 MED EXP (Any one personl $ 20, 000 PERSOrJaL3nDVIN.IURY $ 1,000,000 GEN'l. A��GFE� ATE LIMIT APPLIE� PER. GENERAL AGGREGATE $ 3� 000, 000 FOLICY' � PRO- � LGC PRODUCTS-COMP7QPAGG $ 3�000�000 JECT $ OTHER AUTOMOBILE LIABILITY �Ea exidert��N�L IM g 1, 000, 000 X ANVAUTO BOGILYINJURY(Perperson) $ A ALL OWIVEG SCHEDULED �AUTOS AUTOS 2017-25931-BPO SJ21/2017 5/21/2018 BODILY WJURY(Peracadenq $ PROPERTY DAMA6E - NON-OWNED Peracrident $ HIRED AUTOS AUTOS $ UMBRELLA LIAB OCCUR EACH OGCURRENCE $ _ EXCESSLIAB CLAIMSMADE .4G6REGATE $ DED RETENTIOPd$ $ FER OTH- WORKERSCOMPENSATION STATUTE EF _ . AND EMPLOYERS' LIABILITY Y � N ANY PROFRIETORIPARTNERJEXECLiTPJE E L EACH ACCIDENT $ OFFICER`MEMBEREXCLUDED? �NtA (Mandatory in NH} EL. GISEASE - EA EMPLuvEE $ If yes, descnbe under E L DISEASE - POLICY LIMIT $ DE�CRIPTION OF OPERATtONS beluw P, SOCidl SeY'V1Ce PYOfeSSlOnal 2017-25431-NPO 5/21/2017 5/21(2018 $1,GOOOOUAggl1,000,90GEaOc DESCPoPTION OF OPERATIONS f LOCATIONS 1 VEHICIES {ACORD 701, Additional Remarks Schedule, may be attached if more space is requfred� Additional Insured status applies automatically per written contract or agreement per attached endorsement NIAC E61. 30 day notice of cancellation with 10 day notice of cancellation for non-payment of premium per policy provision. �e�nTL1I�ATC �r,� r,eo CANCELLATION ..__ City of Carlsbad 1635 Faraday Ave. Carlsbad, CA 92008 ACORD 25 (2014I01) INS025 (zoiao i a BHOULD ANY OF THE ABOVE DESCRIBED POIICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN AGCORDANCE WITN THE POLICY PROVISIONS. AUTHORIZED REPRESEMATIVE C_-- �_-.r�:.�.,,.� _ ----�,.�ar-z._ , Jeremy Eynon/JEREM`i =-_ _--���� ''�' �-� OO 1988-2014 ACORD CORPORATION. Ali nghts reserved. The ACORD name and logo are registered marks of ACORD ���������� �����..'�t��� � .�1.[,E:1:'�C:[. C'i� C;;1L7if1EZ��A A M�a� fvr fnse�rQ�c�. �i H�art far ��i�n�r�afrr�. POLICY NUMBER: 2017-25431-NPO THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED PRIMARY AND NON-CONTRIBUTURY ENDORSEMENT F�R PUBLIC ENTITIES This endorsement modifies insurance provided under the following: COMMERCIAI GENERAL LIABILITY COVERAGE PART A. SECTION II — WHO IS AN INSURED is amended to include any public entity as an additional insured for whom you are performing operations when you and such person or organization have agreed in a written contract or written agreement that such public entity be added as an additionai insured(s) on your policy, but only with respect to liability for "bodily injury", "property damage" or "personal and advertising injury" caused, in whole or in part, by: 1. Your negligent acts or omissions; or 2. The negligent acts or omissions of those acting on your behalf; in the performance of your ongoing operations. No such public entity is an additional insured for liability arising out of the "products- Compieted operations hazard" or for liability arising out of the sole negligence of that pubiic entity. B. With respect to the insurance afforded to these additional insured(s), the following additional exclusions apply. This insurance does not apply to "bodily injury" or "property damage" occurring after: 1. Ali work, including materials, parts or equipment fumished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the additional insured(s} at the location of the covered operations has been completed; or 2. That portion of "your work" out of which injury or damage arises has been put to its Intended use by any person or organization other than another contractor or subcontractor engaged in pertorming operations for a principal as a part of the same project. C. The following is added to SECTION I11— LIMITS OF INSURANCE: The limits of insurance applicable to the additional insured(s) are those specified in the written contract between you and the additional insured(s), or the limits available under this policy, whichever are less. These limits are part of and not in addition to the limits of insurance under this policy. D. With respect to the insurance provided to the additional insured(s), Condition 4. Other Insurance of SECTION IV — COMMERCIAL GENERAL LIABILITY CONDITIONS is replaced by the following: 4. Other Insurance a. Primary Insurance This insurance is primary if you have agreed in a written contract or written agreement: NIAC E61 12 15 Page 1 of 2 {1) That this insurance be primary. If other insurance is also primary, we will share with all that other insurance as described in c. below; or (2} The coverage afforded by this insurance is primary and non-contributory with the additional insured(s)' own insurance. Paragraphs (1) and (2) do not apply to other insurance to which the additional insured(s) has been added as an additional insured or to other insurance described in paragraph b. below. b. Excess Insurance This insurance is excess over: 1. Any of the other insurance, whether primary, excess, contingent or on any other basis: (a) That is Fire, Extended Coverage, Builder's Risk, Installation Risk or similar coverage for "your work"; (b) That is fire, lightning, or explosion insurance for premises rented to you or temporarily occupied by you with permission of the owner; (c) That is insurance purchased by you to cover your liability as a tenant for "property damage" to premises temporarily occupied by you with permission of the owner; or (d) If the loss arises out of the maintenance or use of aircraft, "autos" or watercraft to the extent not subject to Exclusion g. of SECTION I— COVERAGE A— BODILY INJURY AND PROPERTY DAMAGE. (e) That is any other insurance available to an additionai insured(s) under this Endorsement covering liability for damages arising out of the premises or operations, or productscompleted operations, for which the additional insured(s) has been added as an additional insured by that other insurance. (1) When this insurance is excess, we will have no duty under Coverages A or B to defend the additional insured(s) against any "suit" if any other insurer has a duty to defend the additional insured(s) against that "suiY'. If no other insurer defends, we will undertake to do so, but we will be entitled to the additional insured(s)' rights against all those other insurers. (2) When this insurance is excess over other insurance, we will pay only our share of the amount of the loss, if any, that exceeds the sum of: (a) The total amount that all such other insurance would pay for the loss in the absence of this insurance; and (b) The total of all deductible and self-insured amounts under all that other insurance. (3) We will share the remaining loss, if any, with any other insurance that is not described in this Excess insurance provision and was not bought specifically to apply in excess of the Limits of Insurance shown in the Declarations of this Coverage Part. c. Methods of Sharing If all of the other insurance available to the additional insured(s} permits contribution by equal shares, we will follow this method aiso. Under this approach each insurer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. if any other the other insurance available to the additional insured(s) does not permit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of insurance to the total applicable limits of insurance of all insurers. NIAC E61 12 15 Page 2 of 2 .acoR � CERTIFICATE OF LIABILITY INSURANCE DATE(MMIDDlYYW) �...,--- oi�ssno�� THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE�OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMP RTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBRO ATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s►. PRODUCER _.. _._ Automatic Data Processing Insurance Agency, Inc. 1 Adp Bouievard Roseland, NJ 07068 INSURED ECOLOGY CENTER 32701 ALIPAZ ST San Juan Capistrano, CA 92675 INSURER(S) AFFORDING COVERAGE INSURER A: Employers Preferred Insurance Company INSURER B : INSURER D : INSURER E : NAIC # 10346 COVERAGES CERTIFICATE NUMBER: 775820 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR 7ypE OF INSURANCE POLICY EFF POLICY EXP �� INSD NND POLICY NUMBER MMIDD/YYYY MM/DD/YYYY LIMITS COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ CLAIMS-MADE � OCCUR PREMISES Ea occurcence $ MED EXP (Any one person) $ PERSONAL & ADV INJURY $ GEN'L AGGREGATE IIMIT APPLIES PER: GENERAL AGGREGATE $ PRO- POIICY JECT � LOC PRODUCTS - COMP/OP AGG $ OTHER: S AUTOMOBILE LIABILITY CO BINED SINGLE LIMIT $ Ea accident ANY AUTO BODILY INJURY (Per person) $ ALL OWNED SCHEDUIED BODILY INJURY Per accident $ AUTOS AUTOS ( � NON-OWNED PROPERTY DAMAGE HIRED AUTOS AUTOS Per accident $ $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAB CLAIMS-MADE AGGREGATE $ DED RETENTION $ g WORKERS COMPENSATION X PER OTH- AND EMPLOYERS' LIABILITY Y� N STATUTE ER A OFFICE� EIM ER/EXCLUDED7 ECUTIVE � N� A N EIG229413107 71106/2016 71/06/2017 E.L. EACH ACCIDENT $ ���0�,000 (Mandatory in NH) � E.L. DISEASE - EA EMPLOYE $ 1,00�,�00 It yes, describe under 1,000,000 DESCRIPTION OF OPERATIONS below E.L. DISEASE - POLICY LIMIT $ DESCRIPTION OF OPERATIONS! LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION City of Carlsbad Attn: Public Works 1635 Faraday Avenue Carlsbad, CA 92008 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE ��� ���� ��. AO 1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25 (2014101) The ACORD name and logo are registered marks of ACORD ���Yl_�Ic�'Z:� AGREEMENT FOR CIP CONTRACT DEVELOPMENT SERVICES VANDERHAWK CONSULTING, LLC THIS A EEMENT is made and entered into as of the /��� day of � , 2016, by and between the CITY OF CARLSBAD, a municipal corp ration, ("City"), and VANDERHAWK CONSULTING, a limited liability company, ("Contractor"). � RECITALS C;ity requires the professional services of an engineering consulting firm that is experier�ced in developing contract specifications. Contractor has the necessary experience in providinc� these professional services, has submitted a proposal to City and has affirmed its willingnEss and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City ret��ins Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in Exhibit "A", attached and incorporated by this reference in accordance with the terms and conditions set forth in this Agreement. 2. T'ERM This Agreement will be effective for a period of one (1) year from the date first above written. 3. GOMPENSATION The total fee payable for the Services to be performed will be ten thousand dollars ($10,000). No other compensation for the Services will be allowed except for items covered by subsequent amendm�ents to this Agreement. City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or the Services specified in Exhibit "A." 4. STATUS OF CONTRACTOR Contractor will perform the Services as an independent contractor and in pursuit of Contractor's indepencient calling, and not as an employee of City. Contractor will be under the control of City only as to the results to be accomplished. 5. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees aris,ing out of the performance of the work described herein caused by any negligence, reckless��ess, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly� employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compen;;ation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. City Attorney Approved Version 4/1/15 UTIL1396 6. INSURANCE Contrac1tor will obtain and maintain policies of commercial general liability insurance, automobile liability insurance, a combined policy of workers' compensation, employers liability insurance, and professi�onal liability insurance from an insurance company authorized to transact the business of insuranc:e in the State of California which has a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non- admitteci insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterl� listings report, in an amount of not less than one million dollars ($1,000,000) each, unless otherwise authorized and approved by the Risk Manager or the City Manager. Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims- made coverage. The insurance will be in force during the life of this Agreement and will not be canceled without thirty (30) days prior written notice to the City by certified mail. City will be named as an additional insured on General Liability which shall provide primary coverage to the City. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. Contractor will furnish certificates of insurance to the Contract Department, with endorsements to City prior to City's execution of this Agreement. 7. GONFLICT OF INTEREST Contracl:or shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investmE�nts or interests in all four categories. 8. COMPLIANCE WITH LAWS Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimiriation and harassment and will obtain and maintain a City of Carlsbad Business License for the tE�rm of this Agreement. 9. 1'ERMINATION City or C.ontractor may terminate this Agreement at any time after a discussion, and written notice to the c�ther party. City will pay Contractor's costs for services delivered up to the time of termination, if the services have been delivered in accordance with the Agreement. 10. GLAIMS AND LAWSUITS By signie�g this Agreement, Contractor agrees it may be subject to civil penalties for the filing of false claims as set forth in the California False Claims Act, Government Code sections 12650, et seq., an� Carlsbad Municipal Code Sections 3.32.025, et seq. Contractor further acknowledges that de�iarment by another jurisdiction is grounds for the City of Carlsbad to terminate this Agreemsnt. 11. JURISDICTIONS AND VENUE Contractor agrees and stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this Agreement is the State Superior Court, San Diego County, Californi;a. 12. pSSIGNMENT Contract.or may assign neither this Agreement nor any part of it, nor any monies due or to become due und�er it, without the prior written consent of City. City Attorney Approved Version 4/1 /15 UTIL1396 13. AMENDMENTS This A��reement may be amended by mutual consent of City and Contractor. Any amendment wiil be in writing, signed by both parties, with a statement of estimated changes in charges or time schedule. 14. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right ar►d actual authority to bind Contractor to the terms and conditions of this Agreement. CON�fRACTOR, VANDERHAWK CONSULTING, a limited liability company By: 2� . !v'��- By: �'' f 1 � Kv �� (print name/title) (sign here) � �.JNl7i E� �7 �u�rat _ __ (print name/title) y����t�������� f7 �,� �,��.;� . N) �� by M,4 resc7rl' �u�r�i N��t f=F povedbm Iheba�sofs ' xtayevidmceto Paaoa(s) app�nodl6doieme. If required by City, proper notarial acknowledgment of executio � If a corqoration, Agreement must be signed by one corporate from each of the followi two graups: Group A. Chairman, President, or Vice-President Group B. Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seat empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney � By: � eputy City Attorney CITY OF CARLSBAD, a municipal corporation of the State of California , BY:1 ��. � � �;� '� � �''�� �^�,-. Patrick A. Thoma / Public Works Director as authorized by the City Manager � `°r""'°'w"�" E N ca+w� NZ099AbZ = s No�a.p PrWic - GalHomfo M ��� � c,�..�►« F.e. , z, zoi v E City Attomey Approved Ve►sion 411/15 VanderHawk Consulting LLC Resolution March 21, 2016 Be it resolved that Mathew (Mat) Huff, President, has the authority to legally bind Va�nderHawk Consulting LLC. Signed, %� �j�'. (' � . � � Mat Huff President UTIL1396 EXHIBIT "A" SCOPE OF SERVICES 1.0 Asset Management Services The tasN; will involve providing various consulting asset management services to assist staff in developing Capital Improvement Program (CIP) projects. Additional action items under this task will involve such services as: 1.1 Dev�lop CIP Project Contract Templates 1.2 Video Assessments of Pipes 1.3 Gatf iering Bid Specifications 1.4 Draf�ing Contract Agreement Language 1.5 Other As-Needed Services The anti�cipated breakdown estimate for professional asset management services is listed below. Any cha�ges to this estimate will be subject to discussion and agreement by both the City and the Consultant. Project I�lanager 15% Database Specialist 5% Engineering Tech II 75% Clerical �5% PROJECT FEE & HOURLY RATES The project fee will be billed on a time-and-materials basis at the following hourly rate schedule. The coratract amount is not-to-exceed $10,000 without the expressed, written consent and authorization by the City of Carlsbad Utilities Manager. No additional services will be allowed except for items covered by subsequent amendments to this Agreement. Invoices will be submitted to the City under NET30 payment terms. Title Rate Per Hour 1 Project Manager $150.00 2 GIS Specialist $90.00 3 Database Specialist $90.00 4 Engineering Technician II $65.00 5 Engineering Technician I $55.00 6 Clerical Staff $40.00 City Attorney Approved Version 4/1/15 4 Donna Heraty From: Donna Heraty Sent: Tuesday, April 19, 2016 2:23 PM To: 'mathuff@vanderhawk.net' Cc: Rhonda Gasper-Heather; Janean Hawney Subject: FW: Form 700 - Conflict of Interest - It has been determined by the City Clerk's Office that you are not required to file a Conflict of Interest Statement Dear Consultant: Regarding your �greement with the City of Carlsbad for CIP contract development services, UTIL1396 - /f your agreement states: Contractor shall fi/e a Conf/ict of /nterest Statement with the City C/erk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interest in all four categories. It has been determined by the City Clerk's Office that you are not required to file a Conflict of Interest Statement for this agreement with the City of Carlsbad. A copy of this email will be added to your file memorializing this decision. Should you have any questions, please do not hesitate to contact the Clerk's Office. Kindest regards, � �1� t�M� ��rls�a� Donna Heraty, CMC Deputy City Clerl< City Clerk's Offic� City of Carlsbad 1200 Carlsbad Village Drive Carlsbad, CA 92008-1949 www.carlsbadca� 760-434-2808 �c���r���� ��s�t�� t�.� .�.Y.�...,_ Facebook � Twitt:er � You Tube ( Flickr � Pinterest � Enews • _�- Exhibit B Enrollment Form Complete this form and send it with your purchase order to Attention: Sandra Nanalis (County of Ventura) Fax: (805) 654-3394, E-mail Sandra.NanalisCa�ventura org And Attention: David Kennison (Gartner — So. California) Fax (866) 519-4740, E-mail: david.kennisonCc�qartner.com Attention: Winston Blackwell (Gartner — No. California E-mail: winston.blackwellCa�gartner.com � .� � ;�` � �� � lY'�jr�� , �����fn Payment should be made to: County of Ventura Information Technology Services Department 800 South Victoria Ave. L#1100 Ventura, CA 93009 County of Ventura TIN #: 95-6000944 Name: Nick Lourian Title: CIO Organization: _City of Carlsbad Address: _1635 Faraday Avenue City: _Carlsbad Zip Code: _92008_ Telephone #: 760-602-2454 Fax #: Email: _Nicholas.lourian@carlsbadca.gov The County of Ventura is the contract host, but the service is provided by Gartner, therefore, all questions regarding the service should be directed to Gartner. Service usage entitlements are governed by Gartner's usage guidelines which can be found at the following URL: Gartner Policies: Usage Guidelines . By signing below, I am agreeing to procure the above-referenced services from Gartner, Inc., via the County of Ventura Research & Advisory Services contract 4667, and agree to the terms and conditions of that agreement. By signing below, I also agree that services to be provided by Gartner to my agency shall be delivered only after the County of Ventura has confirmed receipt of payment or purchase order from my agency. This form should be used as your authorization for payment to County of Ventura. Payment and PO should be made out to "County of Ventura Information Technology Services Department" and sent to the address shown above. If your organization requires a separate invoice from County of Ventura, please check here: ❑ Sig'nature ���a--� � 1����4.� Printed Na � ^ � T- AUL G. EDMONSON �. Assistant City Attomey City of Carlsbad �'t � t�u � Date �i rt _ � i� : . ..� - \ Rev. 10/26/2015 Paae 1 of 3 2016 GARTNER SERVICES ORDER SCHEDULE _.._-------- --_--- - CaeResea�N . AOiisor � 58.93U � '� Ralerence St.810 -_ _CanCanneCUppraCe AQdsOr �I�� ,, H.� ..� fwCareR�eeuU�' _......._ .'._._._.___ _ .«_" _'""_._ �3.� '--_.._". ____'________"____. _.' _.._' ' . . Garh�erbrRExeaNves �. SiynaOve ���. Cp '�, Ea5.70D (5� S762UD M Es3eIlCals 557.100 (S155�.�0 M ���. pqey�g�• i39.DD0 �. �� WgJp„isaApp.on ' 510,200 __'__' . __... '______ ' � '__.__ .___"_ ,_'_ � __ ____ "__' IEW SEAYICES '�. _. _: _. ..-�� _ .._. .. -___ -. -__ ._. _ . _ .__ _ ___ . .. .._._ . . Twe SOYtlo�s ', ` '� �.� -.. _,,__ -� __ ___ ._.____ .;__- . _.-... EmaMaPtoOrxns � Leatler .... 578,40D L�aden�MOTem' : Dele4�'orDek9�LaaGM : f39.900 . Pxt�eraPaN�erUaWr �.� ��� ibAsaaAMsaUaax � 529.800 poss FunAan ' f21.500 RpN 515,300 -.____. Eaao�K�3 Ptopams _.- '��.__ U� __..--'_ __.:-_- SB� 700 __ _ .._.. :__ LeaartsMD ieam : Dels9� a� V� ��'� t48.�00 w#IblWstrlA0isM3eMtess PaMdorPYYlefLsaGBf f71.700 �. (OneM�bnfY7 �� /idlsaaACHsorleaCx . 5�.� GYossFUKion ��� t24.00D.. I Raie : ��� 57TS00 � .._.____..._._..____T--____ ..._..____........___._�.._.__'.-.-_____.....___ _._..._____..'.__ _.___�e/[LeaMnt�Team° : IJaEar �� '; iS7.tOQ � �. AOdsu �' �.� Gnssf� ... i18,6U0 qq� t10.100 �'� Essan�is ��' _ _ .....__.. �'� -- ' .. __... __.._...._____....._._'�____._______- .____ .: __. __...____ .-__ .........Eibrp�iseRUaaarshWTeam ; Leaaer ; �-�., f�.� : v�#�YW�7MumM'9�rvkes` . Misa %�t.700 �. (OneMBu'tY) ' Q'oasFun�ian '' 520.�0 Rpb 572,20D Esnet.als f7.900 �, , i �, kbtstY�o7SeMce9Team�� LeaGef ', f34.700 (Onetr�WStrY) �� . . .. �•� ' ...ClWsiurim. .. ; � �� SZO.i00 �'�. ' {tp�e , f12�OD EssaMak ' S7.900 ._._... � ......_ _______' ';�..... . _..__ _..___ _. _.__:__ ...._ "_'_'_ fiLeaEershMTe�n" LeaCer : t 527.300 . Adisar ��. 527.300 � Qoss FwK71m '�. 2 :'�. 516.600 ppN �� 510,100 ' Es..mais ' i I sa.eoo _ .!.--------- __ _--------- ;_ GaAierQorMaikeEn9lBaMrsTeam° UaCa �. 533.450 ,w.es« s37.a5n �e,q, an.eoo _----� ---- ----- -___'----- - __......._._..____i,....___;..._- ------ -__...__._.. ---- _ _----- -- - --- -- - --- ---- ----- - - - - - ------- rrdhr soY�o.s � : ._..._._. _.___._.._.._.._.....__ __._.,.. EnaMs ProP�� �� Yx�ar . ', SB4.100 (3A STs.700 (Y) bONRW9duims '�� ......WmDxBaic ' . .I S57.IOOf3).f5t.300M) '; � TvroOnsM�W�QnOSAOtron• ��� ! 515.000 i ___.___"--_�---_._..._-._...._..__ _.____ __.__�_ � EueaAues P'o�xna 4+dNCual9ohNona ; Yernt�r f92.�0U (S� f63.000 (Mq +Mnh�WYM�Mu79a�Mcas WmeerBasic f85.900(s6559.B00ry) �. i i (Qwt�Mh) � TwoOnslhYeeN9sA0M1ona � � 575.300 : .-'."_____�- ___ __ -:..__�_-______._'________'�_ ��R�e�e„ w+nor - sea,sootsxs�.�oom ; TwoOn�ib WMIn4sfabon' �'', '. f15.1W �', __._.. _______ _ . -__._ . . _____ _.._____ ,_,._.. _______ . __'__._ ___'_ y�y�y���yyge�os� /�p,isor � i13.300(S753a.700pq ron.neuer� ' aeeK.� �_ szs.2oot�.sso.aooa� - -- __ -- ----- ------- ;--- - - -- -: c,arnarrurziaaae.s' �+sa�- ; si�.000isxsz�.wom ;. ; Ree.�,n�e szs,soo �sx s,s.000 m -----�--- ------- _ --- -� -�- - - -- � _-------__ c«.conn.e ; ,eahor ; r.++3.aoo,s�sza.soom ... Rel�rence s�.zoo cs� s,zaoo a� � .._._. ' ._._." ___.. '_.._._. ' ._._..._. :,,._ . ._. __ t. 1616tsMs SalufOo . . : .._.__ ...___ . ... �____. _ ___... _- _,,__ ... __._ _ _ _ ..... - __ ..,.. .__GyYixOor Tedv�kal Prahsslanals : : WR�Y1 9M��'�ltEmpbfen .. M.isw ', 553.100 '� ... RNanfla '! �!! f�.'� . ApenC7<19cEmWuYe� � ... AOAsar .. j .. ;i ...f10�4.100.. ..,, RNatMCe '. AD.700 p�yy�qq ... �q f105.100 ; RNx�na : ��''; i70.700 ! ___.________-._'.____.____*.._._'._______ -.__'...___j.___..._._.__..__.._..___ __ .._. GalnvlorTKMWnO'Manner316 NmoAiYes , i53.100 Ifor/,qenq'rMVIcEmWoYees) ESSNM�:k-tiveama9Wt 5�5.000 Essxl�als-Broma�9es , . . i .. S3�`� . ; ElEsnYah-Wumod9f �'�. S2t.tOD '': ___. .__'____ _ LL_..__ _. ..____ ._____ _._ ._ .- _ � .._.._" . _____._ ..____�_ Ga�trrorbrTWuW�'Plainac N�s ; I . ... s1�'1�D .. : i��4+��'EmW�YNS) '; Essanfais-LmmoAWaS i I SBB.b00 �: Essa�Ys-1`oteiOaNs 56d� � Essa�a� �.. pie rtqdtle . . . 541.700 __.._____.......___-____ -.___-.__.__.._.__.._......_.-_..._...�.__�_____ _.. Ga�4�aflarT�idPrdessiaWsbr � Adisa . S53.t06 � k i t60�EGUr�onUrYNts14iC0Y�ge� �....... . -. . .;. i .. ... ... ... .. . .. .. . (WrU�s�Ou�EcamWs) ; ReMence : '�. i35.� : - - ... ----- - -- -- . __ ; -- - -- ----- ; v,r..e. s�s _ ---- ----- ----�_ _.._ ;- - - --- --- --- sYalep�,wesarsaMcas i r�y . ��: . . . 5/4,200 � Ra�qOt �. _._..... S7 tU0 : . ;_ _ _____ . __.' ___' '___'___ ..._._._.__. .�.___' _ . �.-- , E�wnl7i�iRt � 2D163lmposkrtn S� 000 . ... . 21114 Tt SwrmY t2750 � 2ots3um'd �� 52�0 20t6 3ertYnx 5255D 2014Cata¢st k �� � COntrac[ DaW �Su6tuta� jpNese N in the box aartiig MeM morehj '��Vemura Fee (25X d mNdal) nc,n�rm�F_mnnnn» :TOTAL: . Rev 10/26/2015 52� 300 53?,240 s�.wo �;r�i�i :� � �J�` �.�, +::;.� �� ... . I�+wO`i{.tsY: . ...{ r ,:� ,..e x.. . '. �M� f i�rail'i �l+w.{ i"' �`.� t -, : . tS S68 d00 vo„n - �v�riLiiYsai 1+,�, ` _, Page 2 of 3 CONDITIONS: 1. "Single-use�' applies to a buying center that has one individual license; "Multi-user" applies to a buying center that has at least two qualifying licenses within the same agency or municipality. To qualify for multi-user price levels, services must be ordered on the same Service Agreement or Purchase Order and reflect a common "Bill To" address. Strategic Advisory Services, Events, and Add-on services do not contribute towards multi- user pricing qualification. 2. The determination of "current users" for the purpose of the receipt of "Renewal Services" pricing shall be those actual users of the applicable service as of the specified date shown below and continuously renew the service thereafter: a. Core Research license holders as of February 29, 2012. b. IT Executive license holders as of April 30, 2015. 3. The Core Connect Advisor Upgrade is only available to Core Research Advisor license users. The upgrade fee is in addition to the Core Research Advisor annual fee and cannot be pro-rated. 4. Core Research to Gartner for IT Leaders or Industry Advisory Services promotional migration options may be available. Please check with your Gartner Account Executive for details. 5. Each Executive Programs Leadership Team must consist of one Leader and three (3) to ten (10) Team Members. A maximum of one Leader per Team. A Team with one Leader and less than three (3) Team Members is permissible so long as one of the Team Member is a Delegate or Partner. All Team Member licenses must be coterminous with the Leader license. Executive Programs Leadership Team with Industry pricing is for one industry and all licenses in an Executive Programs Leadership Team with Industry must purchase access to the same industry. 6. Each Team must consist of one Leader and three (3) to ten (10) Team Members. A maximum of one Leader per Team. All Team Member licenses must be coterminous with the Leader license. Industry Advisory Services Team pricing is for one industry and all licenses in an Industry Advisory Services Team must purchase access to the same industry. 7. Gartner for Technical Professionals services require a minimum spend on Gartner licenses. For agencies of 4,000 employees or less the minimum spend in Gartner licenses is $30,400, for agencies over 4,000 employees iYs $60,800 8. These products have limited availability and/or eligibility requirements. Please check with your Gartner Account Executive before ordering 9. Ticket prices apply to orders received by December 31 st of the Event year as indicated. For example, Symposium 2016 Unit Price applies to orders received on or before December 31, 2016. 2017 ticket prices have not be released; please check with account representatives for pricing at the time of purchase for 2017 ticket pricing. 10. Gartner Account Executive can provide multi-year pricing options upon ClienYs request. Any multi-year price quote is expressly conditioned upon the individual Client agreeing to waive its right to terminate for convenience (T for C). The pricing for Year 2 and Year 3 will be listed on the completed Enrollment Form. Year 1 will be listed in the Enrollment Form Order Schedule above; Year 2 and Year 3 will be listed at the bottom of the Enrollment Form. The order will contain the following terms: (a) This is a promotional offer for a[insert desired number of years] year, non-cancellable term. Upon Year [0] Contract Term End Date any additional or renewal purchases shall be at the then-current Gartner — Ventura County price. (b) Notwithstanding subsection (a) above, Client may terminate Years [2 and/or 3] of this enrollment form, upon at least thirty days prior written notice, in the event Client does not receive appropriated funds from its funding authority, as a result of ordering activity cut-backs. However, if in the event the Client invokes its termination right herein, Client may not re-order the Service at the migration price but will be subject to Gartner's then-current Ventura County pricing. 11. Upon request, Gartner Account Executive can provide a price quote for an initial subscription period for limited periods in excess of twelve (12) months (i.e. 13 — 15 months) to align new subscribers with this AgreemenYs annual renewal/refresh cycle. Rev. 10/26/2015 Paqe 3 of 3 CI'TY OF CARLSBAD PERFORMANCE AGREEMENT FOR LIVE EVENT MUSCUM OF MAKING MUSIC THIS CONTRACT is made on .�QI1. !�' , 20/sby and between the City of Carlsbad (City) and Carolyn Grant, Executive Director (Representative), who warrants that he/shelit has the authority to represent and contract on behalf of The Museum of Makin� Music, A Division of the NAMM Foundation, a non-profit corporation (Producer), for a live performance as specified below, and upon the following terms and conditions: 1. Event Name of event: International Guitar Night (hereinafter referred to as "performance") Description of performance: one concert by four guitarists. Venue site: Schulman Auditorium, Carlsbad City Library, 1775 Dove Lane, Carlsbad, CA 92071 Representative's Phone No.: 760-438-5996 (W) Date(s) of performance: Tuesday, February 17, 2015 Start-time: 7:00 p.m. End-time: 9:00 p.m. Expected arrival time: 2:00 p.m. Access to venue/stage: 2:00 p.m. No. of sets/workshops: One per performance date. Length of each sets/workshop: 120 minutes. Number/length of Breaks: One/20 minutes. 2. Parking - Reserved 3. Lodging/Meals - Reserved 4. Performance Fee Producer shall be entitled to a Flat Performance Fee in the amount of three thousand dollars ($3,000.00) payable to Producer on February 12, 2015. If any unperformed portion of the event or event series is cancelled due to the Producer's inability to perform, the unperformed portion of the event or event series may be, if feasible, rescheduled to a new date(s) that is/are mutually agreeable to City and Producer. If a replacement performance cannot be rescheduled, the fee(s) due to the Producer may, at City's sole discretion, be reduced on a pro-rata basis by the value of the performance(s) not perfor►ned. City will make all checks payable and addressed to: Name of Producer: The Museum of Making Music Address: 5790 Armada Drive, Carlsbad CA 92008 Ciry Attorney Approved Version 08.15.13 5. Sound City will provide a sound amplification system that is in good working order and capable of conforming to the size of the audience, acoustics of the Venue Site and producing quality sound reproduction. In the event that Performer is providing the sound system and special electrical needs are required, Performer shall notify City of its needs at least 30 days in advance of the first Performance date. Failure to timely notify the City will result in Performer assuming all the responsibility of providing its own electricity for the sound system. If required by state or local laws, Performer will obtain all necessary permits and approvals associated with the provision of electricity. 6. Stage Lighting City will provide stage lighting that is in good working order and capable of conforming to the size of the audience, Venue Site and the needs of the Production. In the event that Performer is providing the stage lighting system and special electrical needs are required, Performer shall notify City of its needs at least 30 days in advance of the frst Performance date. Failure to timely notify the City will result in Performer assuming all the responsibility of providing its own electricity for the stage lighting system. If required by state or local laws, Performer will obtain ali necessary permits and approvals associated with the provision of electricity. 7. Venue Hospitality - Reserved 8. Concession Sales Performer shall have the right to offer limited items for sale at the Performance (e.g. books, CDs, DVDs, and audio/video tapes) at a rate of 0% commission (City's fee based on gross revenue from sales). City reserves the right to pre-approve items offered for sale by Performer. 9. Publicity Performer may provide publicity and promotional materials to City for advertising the Performance. Performer and/or Representative represents and warrants that City may use all promotional materials received by Performer or Representative to promote the Performance in all advertising media, including without limitation, print, TV, radio, Internet, etc., without being in violation of any third party intellectual property rights. Performer agrees to be available for personal interviews. City reserves the right to photograph the Performance for the purpose of publicizing, advertising, or promoting the City of Carlsbad and/or programs (collectively "Usage"). Performer(s) waive the right to any fees, royalties, or control, now or in the future, and Performer(s) grant full permission for the use of Performer(s)' image, including without limitations, name, likeness, and biography related City's Usage. Performer(s) relinquish any right that Performer(s) may have to examine or approve the completed product or products or the advertising copy or printed matter that may be used in conjunction therewith or the use to which it may be applied, including in all media now in existence or may come into existence in the future. City Attorney Approved Version 08.15.13 10. Radio and Television Coverage Performer agrees to permit reasonable Radio or Television news coverage of the Performance. City will try to let Performer know whether Radio or Television news coverage is planned or will be occurring during the Performance. City is not responsible for securing prior consent of Performer for said Radio or Television coverage. City is not responsible for obtaining copies of any footage that is broadcasted on any Radio or Television station for the benefit of Performer. City will assist Performer in trying to identify which Radio or Television station is on scene. In the event that Performer does not desire to have any Radio or Television coverage of the Performance, Performer shall be solely responsible for notifying the Radio or Television station(s) of this desire. [f unauthorized taping or broadcasting of Performance described herein occurs as previously described, City shall not be deemed in breach of this contract. 11. City Audio/Video Recording - Reserved 12. Weather and Other Types of Cancellations Re: Performance If Performance is canceled by City due to inclement weather, acts of God, acts or any other reason, while Performer is traveling to or is already at Venue Site, but has not yet performed, City wiil pay Producer Performer's out-of-pocket travel expenses to the Venue Site. In the event that a storm should develop while Performer is at the Venue Site and has already set up or is in the process of setting up Performer's equipment, City and Producer will discuss whether the Performance should be cancelled. If the Performance is cancelled, Producer shall be entitled to full payment. 13. General Cancellation The City reserves the right to cancel this engagement for any reason at any time prior to 30 days preceding the engagement, voiding this contract and excusing the City from any payment or other compensation. If this contract is canceled by the Producer less than 30 days prior to the scheduled engagement, the Producer will reimburse the City the amount of N/A to help defray the production, promotion and labor costs that are incurred up to the date of the cancellation. 14. Performance Content The Producer represents and warrants that its Performance in all aspects (including any sheet music, lyrics or script as may be desired or required by City) will not violate any copyright, and that all necessary approvals to perform copyrighted works have been obtained. Producer agrees to indemnify, defend and save harmless the City against any copyright claim, demand, liability or expense caused by or arising out of its Performance. Producer shall be solely responsible for the content of the Performance. 15. Losses It is understood and agreed that the City shall not be responsible for any loss of or damage to the property of the Producer, or for the acts or omissions of the audience. City Attorney Approved Version 08.15.13 16. Independent Contractor The Producer(s) and/or Representative are independent contractors and not employees of City. No Producer(s) or his/her employees or Representative or his/her/it employees are or shall hold themselves out as an agent or employee of the City. The Agent or Performer shall have no authority to make any commitment on behalf of the City. Performer and/or Representative shall be responsible to pay all applicable state, local and federal taxes associated with this agreement. 17. Subject Matter Producer agrees to refrain from presenting or performing material that is derogatory or critical of the City, contains sexually explicit actions or gestures, expletives and/or other obscenities, or contains racial slurs or is otherwise derogatory of any race, religion, sexual orientation, age or national origin. Should such material be presented or performed, City, in its sole discretion, may immediately terminate the Perforrnance. In the event City terminates the Performance of Producer because of violation of this paragraph, City shall not be liable to Producer for the balance owed under this Agreement and all monies paid to Producer shall be full and complete payment of Producer's services. In the event of this occurrence, City shall not be deemed to be in breach of this agreement. 18. Indemnification Producer and its agents, employees, successors and assigns, agrees to indemnify, hold harmless, protect and defend the City and its elected officials, agents, and employees, from all claims, reasonable attorneys' fees and court costs, out-of-pocket expenses, damages (including compensatory and punitive damages) and liabilities, arising from or relating to the Producer's presentation of the Performance or to its obligations under this Agreement. This indemnification provision shall survive the expiration or termination of this Agreement. 19. Insurance If required by City, Producer will be required to show proof of general liability insurance to the City before commencement of any performance required pursuant to this Agreement, in a minimum amount of one million dollars, to be kept in full force and effect during the term of this Agreement. City shall be named as an additional insured by endorsement. Producer is encouraged to maintain any additional insurance(s) policies that Producer, in its own discretion, feels it should maintain in force and effect throughout the term of this Agreement. If required, Workers Compensation Insurance shall be provided as required by the State of California. Producer must also show evidence of Workers' Compensation coverage in accordance with the laws of the State of California. The Worker's Compensation policy must contain a waiver of subrogation of rights against the City of Carlsbad. 4 City Attorney Approved Version 08.15.13 20. Production Rights The Producer agrees that the right to produce the event(s) which are the subject matter of this Agreement belongs solely to the City and Producer has no right to independently produce or sell rights of any kind to this event. Further, Producer agrees that Producer will not acquire any independent, individual or joint rights with the City to the event(s) which are the subject matter of this Agreement. The Parties agree that this event(s) is a"work for hire" business anangement under the United States Copyright Act of 1976 [ 17 U.S.C. §§ 101, et seq.] and any other applicable law. 21. Complete Contract This is a fully integrated contract. It is further understood that this Agreement contains the whole Agreement between Producer and Purchaser and this document supersedes any other terms, agreements, obligations, covenants, representations, statements or conditions, oral or otherwise or any kind whatsoever concerning this contract, not expressly set forth herein. Furthermore, it is understood and agreed that this contract may not be changed, modified, or altered ex�ept by mutual agreement of both parties. All changes to the contract for this engagement must be signed by authorized signatories of both parties. 22. Governing Law This Agreement shall be governed by and construed exclusively in accordance with the laws of the State of California. If any term or provision of this Agreement shall be held illegal, unenforceable, or in conflict with any law governing this Agreement, the validity of the remaining portions of this Agreement shall not be affected thereby. Venue for purposes of enforcing any provision of this Agreement shall be San Diego County. (Remainder of Page Intentionally Left Blank) City Attorney Approved Version 08.15.13 23. Siguing Authority The individual on his/her own behalf or the representative for each party signing on behalf of a corporation, partnership, joint venture or governmental entity hereby declares that authority has been obtained to sign on behalf of the corporation, partnership, joint venture, or entity and agrees to hold the other party or parties hereto harmless if it is later determined that such authority does not exist. Producer: �— �ti �$ �� at Name pr�iQed: C,�ROLYN GRANT, Executive Director Address: "�'he Museum of Making Music 5790 Armada Drive Carlsbad, CA 92008 EmaiL• C'aroitin��'ii'nan�m.c>r�; - � --v. Phone: (w): 760-438-5996 Fax: 760-438-8964 Cell: N/A City: � P� � � z �s ��gef � Division Director ate as authorized by the City Manager Heather Pizzuto Approved as to Form: CELIA A. BREWER, City Attorney .- � -�' : _�_ -�:.. ATTEST: : I �� I � ��' )� ► . .. �� ..�1 . ��'��'z ' 1 6 City Attorney Approved Version 08.15.13 . ' . 1, r �� , �a Date: January 26, 2015 Carlsbad Cultural Arts Office 1200 Carlsbad Village Drive Carlsbad CA 92008 Attn: Vincent Kitch =X�`)�C1Ci1�1,(_; Cnt'Ii1P.C�i.^_�i�Yi3 ai2C�pd�.-.�-i ��E?il("JIi°;, I �I.i"'Jfl l-(lt�� dt1C! i:f-tv !1 }�F�IC.1 tn, '-1�:'t? INVOICE #1 of 1 Production Service� for development and presentation of four (4) live performances at International Guitar Night on February 17, 2015 in the Ruby G. Schulman Auditorium, 1775 Dove Lane, Carlsbad CA 92011. Amount of Contract: Amount Invoiced to date: Amount of Curren� Invoice Amount Remaining on Contract: Please remit: Payable to: Thank you $3,000.00 0 $3;000.00 0 $3,000.00 Museum of Making Music � �� � A Division of the NAMM Foundation � 5790 Armada Dr., Carlsbad, CA 92008 • p. 760.438.5996 • f.760.438.8964 • www.museumofmakinc�music.org PWM16-97PEM . CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT DOVE LIBRARY ART GALLERY FLOOR RESURFACWG This agreement is made on the ���_ day of '�'a,� `� � , 2016, by the City of Carlsbad, Califomia, a municipal corporation, (hereinafter called �"City"), and KL Painting, fnc., a sole proprietorship, whose principal place of business is 725 Avocado Lane, Carisbad, CA 92008 (hereinafter called "Contractor"). City and Contractor agree as follows: DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the project described by these Contract Documents (hereinafter called "Project"). In summary, K L Painting will prep and resurface (paint) all interior floors of the City of Carlsbad Dove Library Art Gallery as identified in Exhibit B. PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, toofs, equipment, and personnel to perform fhe work specified by the Contract Documents unless excepted elsewhere in this Contract. CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract, Contractor's Proposal, the Plans and Specifications, the General Provisions, addendum{s) to said Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Gontract or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict, this Contract wi(I supersede terms and conditions in the Contractor's proposal. LABOR. Contractor will employ only skifled workers and abide by all State laws and City of Carlsbad Ordinances governing labor. GUARANTEE. Contractor guarantees alI labor and materials furnished and agrees to compiete the Project in accordance with directions and subject to inspection approval and accepfance by: Michael 0'Brien (City Project Manager) WAGE RATES. The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770, 1773 and 1773.1 of #he Labor Code. Pursuant to Secfion 1773.2 of the Labor Code, a current copy of the applicable wage rates is on file in the Office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all workers empfoyed by him or her in execution of the Contract. Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Acf." The City Engineer is the City's "duly aufhorized officer" for ihe purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Gode commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Coniract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Indusirial Relations. DOVE LIBRARY ART GALLERY FLOOR RESURFACING Page 1 of 6 CityAttorneyApproved 2/29/2016 PWM16�97PEM Contr2ctor and any subcontractors snall comply with Section 1776 of the California Labor Code, which generaify requires keeping accurate payroll records, verifying and certifying payroll records, and making them availabie for inspection. Cantractor shali require any subconfractors to comply with Section 1776. FALS� CLAIMS. Cantractor hareby agrees that any,contract alaim submitted to the City.must be asserfed as part of the contract process as set forth in this agreement and not in antieipation of litigation or in conjunction with litiga#ion.. Contractar acknowledges that California Government CodE 5ections 12650 et seq., the Faise Claims Act, provides for civil penalties where a persan knowingly submits a false claim to a public entity. These provisions include false cl�ims made with deliberate i�norance of the false information or in reckles5 disregard of the truth or fal5ity of ihe information. The provisians of Carisbad Municipal Code sections 3.32.025, 3.32.026, 3.32.Q27 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractor hereby acknowiedg�s th�t the filing of a false claim may subj�et the Can#ractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding or1 public contracts for a period of up to five years and that debarment by another jurisdiction is grounds for the Ciry af CarlSbad to disqualify the Contractor or subcontractor #rom arttcipating in contract bidding. ` ��� � . Signature: � Print Name: � €�. j � � � R�QUIRED INSU�ANC�. The successful contraCto� shali provide to the Gity of Carisbad, a Certification of Commerciai General Liability and properly Damage Insurance and a Certifica#e af Workers' Compensation Insurance indicating cover�ge in a form approved by the Cali€omia lnsurance Cammission. The certificates shatl indicate aoverage dur'rng the periad of the cantract and must be furnished to the City prior to the star# ot' work. The minimum limits of liabiliry insurance are to be placed with California admitted insurers that have a current Best's Key Rating of not less than "A-:Vll' ; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the I�test Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the Natianal Assaciation of tnsurance Commissioners (NAIC) latest quarterly listirtgs report, Commercial General �.iability tnsurance of Injuries including accidental death, to any one persan in an amount not less than.,......$1,000,000 Subject to the same timit for each persan on accaunt of one accident m an amvunt n4t less than .,.,...$1,000,000 t'roperty damage insurance in an amount of not less than..,.....$1,000,00� Automobile Liability lnsurance in the amount of $1,000,000 aambined singte {imit per accident for bodity injury and property damage, In addition, the auto poNcy must cover any vehicle used in the pertormance of the contract, used onsite or offisite, whether �wned, npn-owned or hired, and whether scheduled or non- scheduled. The automobile insurance ce�t�cate must state ihe coverage is for "any auto" and cannot be limitetl in any manner. The above policies shall have non-cancellation clauses providing that thiYty (30) d�ys written no#ice shall be givsn to the City prior to such cancetlation. The policies shall name the City of Carfsbad as an additional insured. The full limits availabfe to the named insured shall also be available and applicable to the City as an additional insured. WORKERS' COMPENSATION AND EMPLOYER'S LIABILI"fY. Workers' Compensation limits as requirEd by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and pravides, to Gity's satisfaction, a declaration stating �his.. DOV� LI�RARY ART GALLERY FLOOR RESURF'ACiNG Page 2 of 6 City Attor�ey Approved 2/29/2016 PWM16-97PEM fNDEMNITY. The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from ail claims, loss, damage, injury and liability of every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those refated to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. JURISDICTION. The Contractor agrees and hereby stipulates tha# the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. Start Work: Contractor agrees to start within fifteen (15) working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within twenty (20) working days after receipt of Notice to Praceed. CONTRACTOR'S INFORMATION. K L Painting (name of Contractor) 765 Avocado Lane (street address) 899963 (Contractor's license number) C-33 Painting and Decorating Exp: 7/31/2017 (license class. and exp. date) 1000031913 (DIR registration number) 6/30/2016 (DIR registration exp. date) /!/ /// /// /// /// /// Carfsbad, CA 92008 (city/state/zip) 760-613-9891 (telephone no.) 760-683-3332 (fax no.) Klpainting@gmail.com (e-mail address) DOVE LIBRARY ART GALLERY FLOOR RESURFACING Page 3 of 6 City Attorney Approved 2/29/2016 PWM16-97PEM AUTHORITY. The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each r�pres�nt and warrant that they have the legal �ower, right and actual authority to bind Contractor to the terms and conditions af this �greement. CONTRACTOR �y: �. sign here) „ � � � . � print name/ti le) By: -., CITY C?F CARLSBAp, a municipal carporation of the S te of California BY; ��` .- /{{�*� �}t (j•� . � ,��,�� li � �` , ., �V . patrick A. 7ho Public Works Director as authoriaed by the City Manager (sign here) (print name/title) If required by Ci#y, proper notarial acknowledgment of execution by Gantractar must be attached. f a c�r�oration, Agreement must be signed by ane corporate officer from each of the folbwing two groaps: Grou� A Chairman, P�esiden�, or Vice-President Gt'Oup � Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwi5e, khe corporation mus� attach a resolution certified by the secretary or assistant secretary under corporate seai empowering the offlcer(s) signing to bind the corporation. APPRI�VED AS TO �ORM: GELIA A. BR WER, City Attorney BY: Deputy City Attomey DQVE LIBRARY AR�' GALLERY F1.00R RESURFAClNG Page 4 of 6 City Attomey Approved 2/29/2016 PWM16-97PEM EXHIBIT A LIS'tING OF SUBCON7`RAC7QRS BY GENERAL CONTRACTOR Set forth below is the full nam� anr! location of the place of business of each sub-contractar whom the Contractor proposes to suhcontract portions of the Proaect in excess of one-half af one percent of the total bid, and the portion of the Project whicn will be dt�n� by each sub-contractor for each subcontract. NOTE: The Contractor understands that if it �'ails to specify a s�b-caniractor for any portion of the Project to be perFormed urtder the contract in excess of one-half of one percent of the bid, the contractar shall be deemed to have agreed to perform such porEion, and that the Contractor shall not be perrriitted to suble# or subcontract that portion ofi the work, except in cases of public emergency or necessity, and then anly after a finding, reduced in wrlting as a public record of the Awarding Authority, setting forth the facts consti#uting the emergeney or necessity in accordance with the pravisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq, of the California Public Contract Code). If na subcontractors are to be employed on the project, en#er the word "NONE." G� �Rr_nNrr�nr.r�Rs Partion of Praject to Business Name and Address DIR �tegistration License No., % of be Subcontracted No. Classificatian & Total Ex iration Date Contract �� . : Total % Subcantracted: _�� DOVE LIBRARY ART GALLERY FLOOR RESUF�FACING Page 5 of 6 City Attorney Approved 2/29l2016 PWM16-97PEM EXHIBIT B SCOPE OF WORK All work wilt be at the Dove Library Art Gallery, located at 1775 Dove Lane, Carlsbad, CA 92011. K L Painting will prep and resurfiac� (paint) ail interior floor space. Wark includes sanding of existing floor to remove previo�as finish, primer all sanded Floors and p�int with two coats. item 1: Floor Resurtacing/Painting of Art GaRery at Dove Preparation: Sanding tn remove existing floor►ng surface (machine and by hand if needed). Mask and protect all areas not to be painted, i.e. baseboards, etc. Resurfacing/Painting: Areas to be resurFacedlpainted include but not limited to; all floor space in the interior af the Art Gallery. �lean-Up and Campletion: Project waste and debris shall be removed from #he site daily. Contractar shall waik the site with City of Carisbad representative to identifiy and correct any scope oversights or clean�up items before the work is accepted. Paint materials, paint preparation, and painting application must be consistent with the specificat'rans described in the NGreenbook" 2012 edition. JOB QUOTATION DOVE LIBRARY ART GALLERY FLOOR RESURFACtNG Page 6 of 6 Ciiy Attorney Approved 2/29/2016 *Includes taxes, fees, expenses and aii other costs. BMW MOTORCY�L��S - �. OF GSCONUIUO . ��; 99 North Hale Avenue .-, �'-� SERVICE DEPARTMENT HOURS SCONDIDO,CA92029 �`���1 �� 2�15 v 9am-6pm7uesday-Friday Telephone: (760) 520-1288 9am - Spm Saturday � FBx:(760) 520-1287 �� �.I.. Glosed Monday and Sunday '-r�_..._ .l�.� .._._._.. �l ...�. . •� ��: Year � Make 1 . C ,� DESCRIPTION OF SERVICE f �: ���: t 1 R1200 RT 760-602-2400 RS . 11 . . ..-_.. 10/29/15 I 6029345 , Mileage In �� �� Service Advisor / Tag # WB10A1303GZ194122 ■- - ■. - �_ 10/29/15 10/29/15 ALPINE WHI #1 - 6100M: MISC. ELECTRICAL CITY CF CAP.LSBAL` REQLT�ST INSTALL�ATION OF REF„L' POWER SOCKET ATTACHED TO POWER MANAGEMENT MODULE. Caused by PER AGENCY REQUEST. ALL WORK LINES AUTHORIZED BY OFFICER ROD MORTENSON. Work performed by ARDEN FRIESEN (152) Installed 61 11 2 220 603 :Rear 12v Power Outlet 2 1@51.30 Installed 65 12 2 211 643 :Power Management Module 1@107.10 INSTALLED 12VOLT OUTLET AND POWER M1�NAGEMENT MODULE Sub Total: 256.40 #2 - 5100M: MISC. BODY EQUIPMENT AGENCY REQUEST PLEASE REMOVE, PAINT, AND REINSTALL FRONT FENDER, UPPER FAIRING, AND RADIO BOX LID. PAINT TO GLOSS BLACK. Caused by x�`` � L � 98.0 ,'�jz�'� 51.3 g �107.1 PER AGENCY REQUEST �S � Work performed by ARDEN FRIESEN (152) ��s��2'— 294.00'�, Work performed by PRAY001 : PRAYTHER Lab �"`� GV j�c�'`J, - 644. 00�'�� Work performed Rl�AY001 : PRAYTHER Par��S GE*** ����� � REMOVED BOD ORK FOR) PAINT THEN REINSTALLED *t�JQR i Sub Total. 938.00 � �����; � --------- -"�_------------------ --------------- — - — - #3 - 6500M: RADIO AND SPECIAL EQUIPMENT AGENCY REQUEST PLEASE INSTALL SUPPLIED RADIO � �� ZMS�. STRICTLV ChSH UNLESS ARRANGEMENTS ARE MA�E 'I nere0y autnorize ibe repan LABOR k nereinal�er io �e aone aiong wnn Ihe necessary mater�ai ana agree �hal you are nol respons- PARTS (or �oss or tlamage to veM1¢le or atl¢les lalt m ihe vehicie in case ol fve.��e1L oe eny other se �eyona your conlrol a!or any tlelays caused oy unavailaGill�y o! pans or ae�ays in pans DEDUCTIBLE imen�s by t�e sup0lier or Iranspotler. I here�y granl you or your emp!oyees permisvon Io rale Na venide M1erein descnbed an sUee�s, highways, or elsev�here !or �fte purpose ol Ies�ing SUBLET / mspeclion. An express mecnan¢'s I�en Is hereby acknovAaOgetl on a�ove veM1¢le lo secure amomt oRepays merem' SHOP SUPPLIES CLAIMER OF WARRANTIES. Any warranties on Ine pmtluds sala hereby are ihose matle by HAZARDOUS MATERIALS manufaqurer. Tne seiler nereby expressty tlisclalms all warranties eitner evpress or impiieq mclua� SALES TA% OR TAX I.D. any implletl warranry ol mercnamabillry or Glness for a Oadicular purpose, ana me seller nelmer $PECIAL ORDER DEPOSIT �mes nor aul��on:es any ot�er persan lo assvma (or Il any lia�ility m connecLon vuln Ihe sale o( ' prcou:is a�y limnaiiom m�tainea nerein tloes not aoP�Y�vhere oroMbuetl oy iaw DISCOUNTS TOTAL DUE �� ��� � � / � � X .i.....� . = n.� ni. _i..0�... 0:0 BMW NIOTORCYCLES �. OFESCONDIDOn i-;—�,��-.—,-�. a; 99 North Hale Avenue � �� ��� r'-` j. 1'� seawce oeanarmENr Hourzs SCONDIDO, CA 92029 ;�� ` 9am -6pm Tuesday- Friday Telephone:(760)520-128�',� NQU Q 3 2D�5 ���' 9am-5pmSawrday FaX:(760) 520-1287 �- �, �' Closed Monday and Sunday 1635 FARADAY AVE CARLSBAD, CA 92008 ���� �. .. . '.._ .. _.. -_ _. 760-602-2400 R1200 RT � RS 10/29/15 � 6029345 • � . Mileage In Mileage 0 �� Service Advisor / Tag # WB10A1303GZ194122 .- - �. - .. 10/29/15 10/29/15 ALPINE WHI Caused by CL?�i PER AGENCY REQUEST �� � Vlcrk performed by ARDEN FP,IESEN ;152) Installed 61 13 1 376 193 :Circular contact 2.5 6@1.77 Installed 61 13 1 378 106 :Plug housing 2@1.91 Installed 61 13 1 378 108 :Socket housing, black 2@2.51 Installed 971881 :ZIP TIE-M 20@.57 Installed 61 13 1 376 206 :Snap-in receptacle 2.5 6@1.66 INSTALLED RADIO AS REQUESETED /�ub Total: 334.82 ------------------------------------------------------- #4 - 7100M: MISC.ACCESSORIES AGENCY REQUEST PURCHASE OF NEW BATTERY CHARGER, AR-15 MOUNT, AND MOUNT ADAPTER. LABOR INCLUDED ON INITIAL BUILD. Caused by PER AGENCY REQUEST Work performed by ARDEN FRIESEN (152) Installed 65 14 2 153 836 :M4 Combat Assault Rifle 1@690.00 Installed 71 60 2 407 777 :Shotgun / Assault Rifle 1@53.10 Installed 77 02 8 551 897 :BMW Motorrad battery ch 1@147.84 INSTALLED ADDITIONAL ITEMS. NO ADDITIONAL LABOR AS ITEMS WERE INSTALLED AT TIME OF BIKE BUILD. Sub Total: 890.94 Zc� 3� 2 7�\ ���' � �294. , 10. ���1 3. `� `� 5. � 11 . 9. �� — 690 �;� � 5 3 ` ` 147 AiUl0UN1: 0 l - . ACCOUNT NO:�,j{.,Z�-(� �- ��f P.O. iVO: x\F'PROVED BY: IMS STRICT�Y CASH UNLE55 ARRANGEMENTS ARE MApE 'I �ereby aWhonre l�e repam LABOR � hereinalter m be done a'.ong wl�h tM1e necessary malenal and a5rec t�al you are no� respons- I i�XAb�G YOG F'i0 br loss or tlamage to vehmle or anmles lett in me veh�Ge m case o! hre. thelt or any other P�+RTS 1Q se �eyona your control or (ar any aelays caused by unavailabilily of parts or delays In parts OEDUCTI�E �8X 0/1 IOYOICC � OS �O menls by Ihe sopplier or IransOotler. I hereby grant you or your employees permission �o (li I10, SPtI(1 illvnifP �� Ginnn�n� rate Ihe veh¢le harein tlesoibad on sirae�s, high�vays, or alsevi�ere lor ihe purpose o( tesOng SUBLET � ror mspeceo� An exp.ess necnan�c's i�en is nzre�y acxnewietlqetl on above ven¢ie to secure SHOP SUPPLIES amount of reoays merem" CLAIMER OF WARRANTIES. Any warranties on �he O�otlucls soltl bereby are Nose matle by HAZARDOUS MATERIALS manuiacWrer The seller hereby expressly tlisclaims all viarranties ei�ner express or Im0lletl, inclutl� SALES TAX OR TAX I.D. I any imoLea viarran�y o! mercnantab�h�y or �une=s for a Oankular purpose, antl the seller nei�ner SPECIAL ORDER DEPOSIT �mes nor aulhonZes any o:M1zr pPrSo� 10 d55u19E (0! M1 8ny IidOilily �n connec�ion wJ� Ihe sale of IOmducis. Anyhmaaoonmrlalnednereinooesno�apnlywhere0rohi�iieabylaw. DISCOUNTS TOTALDUE A/R:10008 CITY OF CARLSBAD v�,l��� Ry�2�� E, E � 686.001 1090.16I . � Oj 644.00� . Q Q .�� 8%.21 .00 . � �I 2507.37j 2507.3'7 X CHECKED Npy 05 �N,1(��;� BMW MOTORCYCLES �., OI� ESCONDIDO 99 North Hale Avenue �scoNoi�o,cnszozs NOU 0 �3 Telephone: (760) 520-1288 Fax:(760)520-1287 � 1635 FARADAY AVE CARLSBAD, CA 92008 � 1 f��1i[:f� 1ui91 riE��iI��yy ��( �� SERVICE DEPARTMENT HOURS �0�� �; 9am-6pmTuesday-Friday -� 9am - Spm Saturday Closed Monday and Sunday 760-931-2287 ;i� Hxif : � #1 - 6100M: MISC. ELECTRICAL CITY OF CAR.T�SBnL nEQUEST I^ISTALL?�TIO^7 O�' P.EPP. POWER SOCKET ATTACHED TO POWER MIINAGEMENT MODULE. Caused by PER AGENCY REQUEST. ALL WORK LINES AUTHORIZED BY OFFICER ROD MORTENSON. Work performed by ARDEN FRIESEN (152) Installed 61 11 2 220 603 :Rear 12v Power Outlet 2 Installed 65 12 2 211 643 :Power Management Module INSTALLED 12VOLT OUTLET AND POWER MI�NAGEMENT MODULE Sub Total: 256.40 io/z9/is ' • • ' � io/so/is �'-'" � � RICK JO . • status Mileage Out � sor / Tag # � WB10A1301GZ194118 �- �- - � 10/29/15 10/29/15 ALPINE WHI 1@51.30 1@107.10 98.00 51.30, 107.10'i ------------------------- ------------------�w'��� eas � .,_ r #2 - S100M: MISC. BODY EQUIPMENT � �''_`,„� AGENCY REQUEST PLEASE REMOVE, PAINT, AND REINSTALL �� ����� FRONT FENDER, UPPER FAIRING, AND RADIO BOX LID. PAINT TO GLOSS BLACK. Caused by PER AGENCY REQUEST pOSTED Work performed by ARDEN FRIESEN (152) �f � 294.0 Work performed by PRAY001 : PRAYTHER Labor:: �IORGE 644.0 Work performed by PRAY001 : PRAYTHER Parts: REMOVED BODY WORK FOR PAINT THEN REINSTALLED Sub Total: 938.00 � --------------------------------- - ---- #3 - 6500M: RADIO AND SPECIAL EQUIPMENT /''�/`� AGENCY REQUEST PLEASE INSTALL SUPPLIED RADIO � ERMS: STRICTLY CASH UNLESS ARRANGEMENTS ARE MADE 'I nereby autM1orizelhe repan LABOR � y, 1y�� ork ner?inalter m ne aone aiong wim me necessary maienai ana agree ihal you are noi respons- PARTS \ /� —' X ile lorlcss or tlamage to veh¢le or atlicles IeL In ihe vebicle m case ol (Ire, ihelt. or any o�M1er \ [` ause beyond yom conVol or lor any tlelays caused by unavallabAlty ot paris or aelays in patls DEDUCTIBLE , nv v � �ipmenis by Ine suppller or Iransporter_ I hereby gran� you or your employees permissian �a � perate tne vebicm herain descri�etl on sireels, nignways, or eiseenmc for tne purpose ol Icsting $UBLET v ntl/o. inspoction An expross merhanlc's lien is hereby acknowlodgetl on above venlclo b secure ie amo�m of repams inerem" SHOP SUPPLIES ��� � aSC�niMER OP WARRnnlnF.S An warremies on ine HAZARDOUS MATERIALS / � y pmtlucls sold hereby are ihose matle by I manulacWrer Tne seller nereby expressly Olsclaims all warranlles either express or Impllea, mdutl- SALES TAX OR TAX I.D. r any Impued warranty ol marcnantaodl�y or fnness for a perticular pur0ose, antl Ine seller neimer SPECIAL ORDER DEPOSIT umes nor aulnonzes any etlter o�rson to assume tor It any La�ility in connecLon vutn Ilie sale of � o�caunr. nny i.rnna!io�. wma��etl nereln aoes notapply vmere pmm�nea oy ia�n DISCOUNTS TO7AL DUE �� � �u X BMW MOTORCYCLES �., OF ESCONDIDO - " 99 North Hale Avenue ��� sERviceoeanRrmENrHouas �SCONDIDO,CA92029 7�;, :�';� 9em-6pmTuesday-Friday Telephone:(760)520-1288:.�:���:, I�OU O 3 ZOIS ;,;;' 9am-SpmSaturday Fax:(760) 520-1287 � Closed Monday and Sunday z.-;?' CITY OF CARLSBAD 1635 FARADAY AVE CARLSBAD, CA 92008 2016 I BMW R1200 RT 760-931-2287 � Caused by (�� PER AGENCY REQUEST Work performed by lP.DEN E'RIESEN ;152) Installed 61 13 1 376 206 :Snap-in receptacle 2.5 Installed 61 13 1 378 108 :Socket housing, black Installed 971881 :ZIP TIE-M Installed 61 13 1 376 193 :Circular contact 2.5 Installed 61 13 1 378 106 :Plug housing INSTALLED RADIO AS REQUESETED Sub Total: 334.82 6@1.66 2@2.51 20@.57 6@1.77 2@1.91 ------ - — #4 - 7100M: MISC.ACCESSORIES AGENCY REQUEST PURCHASE OF NEW BATTERY CHARGER, AR-15 MOUNT, AND MOUNT ADAPTER. LABOR INCLUDED ON ITITIAL BUILD. Caused by PER AGENCY REQUEST Work performed by ARDEN FRIESEN (152) Installed 65 14 2 153 836 :M4 Combat Assault Rifle 1@690.00 Installed 71 60 2 407 777 :Shotgun / Assault Rifle 1@53.10 Installed 77 02 8 551 897 :BMW Motorrad battery ch 1@147.84 INSTALLED ADDITIONAL ITEMS. NO ADDITIONAL LABOR AS ITEMS WERE INSTALLED AT TIME OF BIKE BUILD. Sub Total: 890.94 �.NIOU�i':_��J�`� 3T l�CCUUNT P10;�2� J�! `+���_ . •.Q. iV(i: 294 9 5 11 10 3 690 53 147 4M5� STRICTLY CFSH UNLESS ARRANGEMENTS ARE MADE 'I here0y aulhorize �he repart LABOR �FFk�VED BY: 6 86 �k nereinafter io be done a�ong wilh lhe aecessary mareriai and agree iM1at you are no[ respons- PARTS � �J(a0�� —�Y(]5 w� 1 Q 9 � lor ioss or tlamage �o veh2ie or artiNes leli In ihe vehlcle m case o( fire, t�elt, or any other — ¢e beyon0 your mnlrol or (or any delays causetl by unavallabdl�y ot paris or aelays in patls DEDUCTIB65lC teX On in4oIC0 �S id0 �menls py ine suppller or Vanspotlec I hereby qran� you or your employees permission lo naie me �ercicie nerein descnbed on sVeets. nignweys, or elsewnere Ior me pmposa of lesting SUBLET ��T ^q 9^nd imJbiro t9 Fln,.n T�� 6t�!} I/or mspeclion. nn express mecnamc's lien is nereby acknowledgea on abwe venlcie io secure SHOP SUPPLIES CD amo�ni of reoalrs mere�o" �� 8/� p pj HAZARDOUS MATERIALS �1R�� .CLAIMER OF WARRANTIES. Any warranues on �he protluds soltl nereby are Ncse made Ey manulacWrerTheselernereoye.o�esslydisclaimsallwarrantiese�Inerexpressorimp6e0.incWd� $ALESTAXORTAXI.D. I 87 any Impeed warranty ef inercnantaeuny or Lmess tor a patlicular Ourpose, ana �he se!ler neitner SPECIAL ORDER DEPOSIT umes nor aulnonzes any other parson lo assume for It any IiabiLly m connecUon wilM1 Ine sale o! i proauas. nny limuabon contamed nerein tloes nol apply wnere prombitatl oy la��c DISCOUNTS TOTAL DUE 2 S O% A/R:10008 CITY OF CARLSBAD 2507 � V0� � g25 R�4�30D CHECKED NOV 05-E��QJ 10/29/15 � 6029346/ 10/30/15 Final _� 10 •10 RICK JOHNS/*W* • WB10A1301GZ194118 �- .. - � 10/29/15 10/29/15 ALPINE WHI 00 16 �� �� �� �� 21 001 Q �I 37I 3 7� TRAN 1344 AGREEMENT FOR ENVIRONMENTAL AND ENGINEERING SERVICES DUDEK ^�,THIS AGREEN�ENT is made � entered into as of the �/ / day of l7 i�% Yi,Yi �l ��, 20 /_5 , by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and DUDEK, a California corporation, ("Contractor"). RECITALS A. City requires the professional services of a firm that is experienced in engineering and environmental services. B. Contractor has the necessary experience in providing professional services and advice related to providing biological monitoring as required by project permits and engineering support and inspection during project construction. C. Contractor has submitted a proposal to City and has affrmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", whic�i is incorporated by this reference in accordance with this AgreemenYs terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern CaliforniaArea, and will use reasonable diligence and bestjudgmentwhile exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of six (6) months from the date first above written. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be twenty nine thousand five hundred and ten dollars ($29,510). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A". Incremental payments, if applicable, should be made as outlined in attached Exhibit "A". 6. WAGE RATES The general prevailing rate of wages, for each craft or type of worker needed to execute the contract, shall be those as determined by the Director of Industrial Relations pursuant to the Section 1770, 1773 and 1773.1 of the California Labor Code. Pursuant to Section 1773.2 of the California Labor code, a current copy of applicable wage rates is on file in the office of the City City Attorney Approved Version 4/1/15 If:7G1►fi[c • • Engineer. The contractor to whom the contract is awarded shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in the execution of the contract. 7. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election, City may deduct the indemnification amount from any balance owing to Contractor. 8. SUBCONTRACTING Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 9. OTHER CONTRACTORS The City resenres the right to employ other Contractors in connection with the Services. 10. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against aIl claims, damages, Iosses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination of this Agreement. 11. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor's City Attorney Approved Version 4/1 /15 ��\ �� agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest BesYs Key Rating Guide of at least "A:X'; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. 11.1 Coveraae and Limits. Contractor will maintain the types of coverage and minimum Iimits indicated below, unless the Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 11.1.1 Commercial General Liabilitv Insurance. $2,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. Ifthe submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 11.1.2 Automobile Liabilitv. (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. 11.1.3 Workers' Compensation and Emplover's Liabilitv. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 11.1.4 Professional Liabilitv. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 112 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 11.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 11.2.2 Contractorwill obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 11.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement. 11.3 Providinq Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor wili furnish certificates of insurance and endorsements to City. 11.4 Failure to Maintain Coveraqe. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase City Attomey Approved Version 4/1/15 TRAN 1344 replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 11.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete and certified copies of any or all required insurance policies and endorsements. 12. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 13. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 14. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 15. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 16. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For Ci For Contractor Name Sherri Howard Name George Litzinger Title Associate Engineer Department Public Works City of Carlsbad Address 1635 Faraday Avenue Carlsbad, CA 92008 Title Project Principal Address 605 Third Street Encinitas, CA 92024 Phone No. 760-942-5147 Email Glitzinger@dudek,com Phone No. 760-602-2756 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. City Attorney Approved Version 4/1/15 TRAN 1344 17, CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. 18. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed offederal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe a�d comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees; subcontractors and consultants whose services are required by this Agreement. 19. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment. 20. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. 21. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. City Attorney Approved Version 4/1/15 TRAN 1344 22. COVENANTS AGAINST CONTINGENT PEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation ofthis warranty, City will have the rightto annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 23. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth i� this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Co�tractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Co�tractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 24. JURISDICTION AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 25. SUCCESSORS AND ASSIGNS It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 26. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. /// // /// /// City Attorney Approved Version 4/1/15 ��:7_P►TiB • • 27. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR DUDEK, a California corporation CITY OF CARLSBAD, a municipal corporation of the State of California By: By: l n l/—Zo! ud�V'^I � i (sign here) Patrick A. Thomas ublic Works Director as directed by City Manager Frank Dudek / President (print name/title) By: �������� \ 1. \ q . 1 � � (sign here) June Collins / Secre (print name/title) �iude� �rsrae C�{tp��� ��rporai� ���°b���«�ry; If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corooration, Agreement must be signed by one corporate officer from each of the following two groups. Group A Chairman, President, or Vice-President Grouq B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ��lE'� �t�l�«, : t City Attorney � City Attorney Approved Version 4/1/15 City of Carlsbad PURCHASE QRDER P�F-1fi-140 TIME 15 dF THE ESSENCE ON THIS PLJRCHASE OROER SHIP T0: ALGA NORTE C�MMLJNITY PARK & AQUATIC CENTER CITY OF CARLS61aD CARL58A�, CA 9�0�9 VEiVOQR: ECONQMY RESTAIJRANT EQUIPMENT & SUPPLY CO 1111 GRANa AVE 5AN MARC�S, CA 920fi9 �R�ER �ATE: VEN�OR #: TELEPHdNE #: SHIP TO I�#: 61l2512016 V007839 {76fl} 471 - $647 CSDALG QUANTITY L1NIT dESCRIPTION 1.D6 EA FO�D T�PPING WARMER, CQUNTERTOP PER PROJECT CQ�E: 152210 DESCRIPTIDN MQQEL NQ.81140 1.D6 EA THREE C�MPARTMEfVT 51NK MQQEL ND 94-K6-18�-x PER PR�JECT C�DE: 1522'f0 �ESCRIPTIQfV 1.0a EA PRE-RINSE FAUCET ASSEMBLY, WITH ADD ON FAlJCET, FISHER MDOEL N�.53473, PER PROJECT COQE 15221D �ESCRIPTION ATTACHED 1.D6 EA WALLI5PLA5H M�UNT FAUCET FISHER MODEL NO. 60836 PER PROJECT CO�E 152210 �ESCRIPTIQN 2.Dp EA SHELVING, WALL MpUfVTEa AQVANCE TFlBGO MQaEL Nfl. W5-12-36 PER PROJECT CO�E 152210 �ESCRIPTIQN i.�p ER ICE CUBER HOSHIZAItI MdaEL Nd.KM-515MAH, PER PROJECT CO�E 152210 �ESCRIPTIdN i.�p EA ICE 61N MQflEL NO. 6-300PF PER PROJECT CO�E 15221p DESCRIPTIdIV 2.00 EA SHELVI�IG WALL M�IJNTE� A�VANCE TABCO MOQEL NQ. WS-12-48, PER PROJECT CO�E 152210 �ESCRIPTION 2.pp EA ECONOMY FDT HDaItS DRILL ANd AD� PQT HQOI(S 1.�Q EA SHAVEO ICE MACHiNE, CIJSTOM 11+1d�EL NO. HATSUYUKI SHAVEO ICE EvIACH€NE HC-$E, PER PROJECT Cp�E 152210 �ESCRIPTIQN 2.OQ EA REACH-EN UIVDERCdUNTER REFRIGERAT�R, TRUE F�O� SERVICE ECILJIP MO�EL Nd. TL1C-A8-LP, PER PROJECT Cq�E 152210 DESCRIPTIaN 2.00 EA 6AR BLE�IDER, VITAMI?C MO�EL NO. 748 PER PROJECT CODE 15221fl DESCRIPTI�N P13152A; ECflNLMY RESTALfRANT EQUIPMENT & SLlPPLY CO; 1 125120 1 6 2,425.68 355.89 126.{J4 '[ 2fl.44 2.478.60 772.74 135.94 5fl.flfl 1.53A.50 2,142.95 3A8.2A RE[�UESTER: LSWENCK E](TENDEd PRICE 366.12 2,425.68 356.89 126.04 240.8$ 2,4?8.60 7?2.?4 271.$8 10Q.�p 1,53A.50 4,285.90 696.A8 General Industrial 5afety Order 5'!94 requires Material 5afety Qata To conform with I.F2.5. regulations your 5ocial 5ecurity Number or 5heets {M505} be supplied, for applicable items, with the initiak order. Federal Tax I.�. Number must be included on y4ur invoice. CITY �F CARLSBA� PLJRCHA5ING DEPARTMENT 1635 FARA�AY AVENUE PURCHASE DRDER NUMBER: {Nl1M6ER TO APPEAR ON IFJVOICES, PACKING SLIPS, ETCy R131524 MAIL INVOICE IN ❑LIPLICATE TD: CITY QF CARLSBAD ATTN: ACCQl.1Ni5 PAYABLE 1635 FARA�AY AVENUE CARLSBA�, CA 92��8-7314 ACCEPTANCE aF TH15 ORDER 15 EXPRE55LY LIMITED Ta THE TERMS ANQ COND1T10N5 HEREI�1 Af�� QN THE REVERSE SI�E. PAYMEiVT TERMS ARE NET 30. REQUISITIOI� #: R47737 IJNIT PRICE 366.12 PURCHA5ING OFFICER CARLSBA�, CA 92008-7314 [76D} 6Q2-246Q [76DJ 6fl2-8556 FAX THIS flR�ER 15 V�I� WITHOUT AUTFiORIZE� SIGNATURE. 1.OQ EA HOT FOO� lNERCHANa15ER, GQL� MEdAL PROOUCTS MQOEL NQ. 555QPP, PER PRaJECT CQaE 152210 �ESCR]PTIDN 1.D6 EA REACH IN UNDERCaUNTER FREEZER, TRUE F00� SERVICE EG�UIPMENT Ma�EL fVa. TUC-48F-LP, PER PROJECT CO�E 15221Q �ESCRIPTIaN 2.D0 EA SHELVING, WALL MOUNTEa, ADVANCE TABCO MO�EL NO WS-12-24, PER PR�JECT CQQE 152210 QESCRIPTIDN 8.06 EA WIRE SHELV[NG, OLYMPIC MO�EL NQ. J1436C PER PRQJECT CODE'[522'ffl DESCRIPTIQN S.OQ EA J74C P05T 74 ENCH, STATIONARY, GROOVEd AT 1 INCH INTERVALS, IiVCLUDES LEVELING BpLT AN� CAP, CHRflME FIN15H 4.OQ EA WIRE SHELVING, �LYMPIC MODEL NO J2460C, PER PRflJECT CO�E 152210 C]ESCRIPTIdN 4.D6 EA J74C PdST 74 INCH, STATIONARY, GRDOVE� AT 1 INCH INTERVALS, IiVCLUDES LEVELING BOLT AND CAP, CHROME FINISH 1.D6 EA REACH-IN REFR�GERAT(�R, TRLJE FOOD SERVICE EQUIPMENT NIQOEL NO T-23-HC PER , PER PRQJECT CO�E 152210 �ESCRIPTIaN 1.DQ EA REACH-IN-FREEZER, TRUE FOOD SERVICE EQUIP MO�EL N�. T-23F-HC, PER PR�JECT CQQE 152210 QESCRIPTIDN 1.D6 EA MICROWAVE �VEfV, PANA50NIC MODEL N0. NE-1D54F, PER PROJECT CaDE 152210 aESCRIPTION 1.06 EA AIR Dd�R, CURT�N PRQaUCTS MOQEL Nfl AP-2-36-1-55 PER PROJECT CD�E 152210 DESCRIPTION 1.06 EA FRIEGHT P13152A; ECflNLMY RESTALfRANT EQUIPMENT & SLlPPLY CO; 1 125120 1 6 General Industrial 5afety Order 5'!94 requires Material 5afety Qata 5heets {M505} be supplied, for applicable items, with the initiak order. CITY �F CARLSBA� PLJRCHA5ING DEPARTMENT 1635 FARA�AY AVENUE CARLSBA�, CA 92008-7314 [76D} 6Q2-246Q [76DJ 6fl2-8556 FAX 1,097.25 2,468.24 1 fl9.29 13.fl5 6.79 26.09 fi.79 2,247.12 2,920.43 274.4fl 454.37 7fifi.fl1 Tax Pfl Total 1,09725 2,468.24 218.58 1 pA.AO 5A.32 104.36 27.16 2,247.12 2,920.43 274.40 454.37 766.01 1,951.38 26,343.73 To conform with I.F2.5. regulations your 5ocial 5ecurity Number or Federal Tax I.�. Number must be included on y4ur invoice. PURCHA5ING OFFICER THIS flR�ER 15 V�I� WITHOUT AUTFiORIZE� SIGNATURE. TERMS ANO CONOITIONS 1. THERE 15 Na ACICNdWLEOGEMENT C�PY �F THIS PLJRCHASE OR�ER. ANY �15CREPANCIES IN PRICE, C2UAAfTiTIES, ITEMS OR QELIVERY, MUST BE PHDNE� TO THE BUYER AT aUR PURCHA5ING �EPARTMENT WITHIN 48 HDURS �F Y�UR RECEIPT �F THIS PURCHASE QRQER. 2. ALL ARTW�RK, SPECIFICATIONS, T��LS, EQUIPMENT ANQ OTHER ITEMS FLJRNISHE� TD VEN�OR, OR PAI� FaR BY BUYER SHALL REMAIN BUYER'S PR�PERTY, BE SAFELY KEPT BY VENDOR IN GOOD AN� USABLE flROER AN� BE PRDMPTLY RETURNE� Ta BUYER LJPON REQLJEST. 3. VEN�aR IS PEftFORMING AS A�! lN�EPENaENT C�NTRACTOR AN�, THLJS, SHALL HOL� THE CITY, ITS QFFICERS, AGENTS ANa EMPLOYEES HARMLE55 FF2DM LIABILITY DF AiVY NATIJRE QR KiN�, ON ACCOLJNT DF ANY INVENTIDN, ARTICLE, DR PROCE55 lJSED AfVD FQR WORK ❑R LA6aR PERFQRNIE� 1.1N�ER THIS CaNTRACT. 4. FREIGHT: CHAF2GES FRdM R�UTING aTHER THAN THE RDUTING SPECIFIE� WILL 8E CHARGE� TD YdUR ACC�LlhlT. A PACKING L15T SHOWING OUR PLJRCHASE QRDER NUMBER MUST ACCOMPANY EACH CASE QR PARCEL. 5. REJECTI�NS: IF ANY OF THE G��DS ARE FQUNa AT ANY TIME TO BE �EFECTIVE IN MATERIAL flR WORKMANSHIP, �R aTHERWISE NOT IN CONFORMITY WITH THE REQUIREMENTS OF THE OR�ER, BUYER, IN A��ITION TO ANY CITHER RIGHTS WHICH IT MAY HAVE LJN�ER WARRANTIES �R dTHERWISE, SHALL HAVE THE RIGHT TO REJECT AN� RETURN SUCH GOQDS AT VEND�R'S EXPENSE WITHIN A REASDNABLE LENGTH ❑F TIME. SIJCH G00�5 SHALL NOT BE REPLACED WITHDUT WRITTEN ALJTHDRIZATION FROM BIJYER. 6. RESP�NS181LITY F�R SUPPLlES: VEND�R SHALL BEAR THE R15K OF L055 �F �R �AMAGE T� THE ARTICLES C�VEREa BY THIS QROER LJNTIL �ELIVERY OF SAI� SIJPPLIES AT THE LOCATION DE5IGNATE� BY BUYER OR AT SLJCH OTHER PLACE A5 MAY 8E OESIGNATEO HEFtEIN, REGAR�LESS OF F.d.B. POINT OR THE POINT OF Ih1SPECTIQN. VEN��R SHALL ALSQ BEAR THE RISK QF L�SS �R �AMAGE TO ITEMS CaVEREa BY �RDER AFTER BUYER GIVES VEN��R N�TICE DF F2EJECTI�N. 7. CHANGES: 6LJYE'R MAY 6Y WRITTEN ANalOR VERBAL OR�ER AT ANY TIME PRIQR T� FINAL OELIVERY AN� WITHOUT NOTICE TO SURETIES, MAKE CHANGES WITHIN THE GENERAL SCOPE OF TH15 OR�ER, IN ANY �F THE F�LLOWING: APPLICABLE ORAWINGS, �ESIGNS, qFt SPECIFiCATIONS, METH�d pF SHIPMENT OR PACKING ANO PLACE Oft T[ME OF OELIVERY. Td THE E}CTENT SIJCH CHANGE CAlJSES AN INCREASE OR �ECREASE ]N THE CqST aR TIME RECtIJIRE� �OFt PERFORNlANCE DF THIS OR�ER, AN APPRQPRIATE EC]iJITA8LE ADJUSTMENT IN TH15 OR�ER SHALL 6E MAOE, AN� CLAIM BY VENOOR FOR A�JlJSTMENT MlJST BE ASSERTE� WITHf�f FIFTEEN {15} DAYS DF RECEIPT OF THE CHANGE. FAILLJRE TO AGREE TD A�f AOJUSTMEiVT SHALL NQT EXCUSE THE VEN�OR FRdM PR�CEEaING WITH THIS ORQER As CHANGE�. 8. BLJYER SHALL HAVE THE RIGHT Ta CANCEL AT ANY TIME FOR VEN�OR'S BREACH DF ANY PRflVISIdNS �F THIS aR�ER, INCLU�ING FAILURE T� MEET THEIR STATEa aELIVERY SCHE�ULE. ALL OR ANY PDRTI�N �F TH15 OROER MAY BE CANCELLED 8Y BUYER IF VEN�OR, IN SUYER'S JUDGMENT, 15 FAILING TO MAKE SUFFICIENT PR�GRESS SO AS Td EN�AiVGER PERFaRMAfVCE OF TH15 DRDER IfJ ACCOR�A�fCE WITH IT5 TERMS. 9. IF VENQflR BREACHES TF€IS AGREEMENT AN� FAILS Tp dEL1VER THE GQOOS ANO MATEF2IALS PRqVI�EO FpR FiEREIN WITHIN THE TIME ABflVE SET FORTFi, QR 6Y FAILING Td MAKE SUFFICIENT PROGRESS SO AS Ta EN�ANGER PERFQRMANCE OF THIS OR�ER, THEN BLJYER MAY TERM[NATE THIS CONTRACT ANd PLIRCHASE THE GOOOS ANO MATERIALS FRQM WHATEVER SOURCE AND VEN��R SHALL BE LIABLE T� 8UYER FaR THE DIFFERENCE IN PRICE WHICH BUYER IS DBLIGATE� Td PAY, PLUS ALL �F IT5 COSTS AND EXPEN5E5 IN ENF�RCING IT5 RIGHTS HEREUNDER, INCLUDING REASONA6LE ATTORNEY'S FEES. FURTHER, BUYER MAY DFFSET ANY SUCH C�STS �R ExPEN5E5 AGAINST ANY OF THE MONI�ES WHICH MAY BE �WING Ta THE VENaQR. 1Q. VENQflR AGREES Tfl COMPLY WITH APPLICABLE FEdERAL ANO CALIFORNIA LAWS, INCLiJ01NG, 61JT N�T LfIvfITE� Td, THE CALIF�RNIA FAIf2 EMPLQYMENT AND HDU5ING ACT BEG]NNING WITH GOVERNMENT COO� SECTIOiV i29flq ET SEi� AN� WITH LAB�R Cfl�E SECTION 1735. [Af ADDITIaN, THE CQNTRACTOR AGREES THE C�NTRACTflR AGF2EE5 TO REQU€RE LIKE CflMPLIANCE BY ALL SU6 CONTRACT�RS EMPLQYEQ. 11. VENODR SHALL GUARANTEE THAT ALL G�ODS CQVERED BY TH15 OR�ER MEET ALL F2EClUIF2EMENTS F�R THE BUYER IN CaNFaRMANCE WITH ALL FEOERAL AN� STATE LAWS INCLUDING THE FAIR LABflR STAN�AR�S ACT AN� CALIFORNIA flCCUPATIflNAL SAFETY AN❑ HEALTH ADMIfV15TRATION. 12. THIS AGREEMENT 15 GOVERNEO AN� CONSTRUEd IN ACCOR�ANCE W1TH THE LAWS aF THE STATE OF CALiFORNIA, INCLU�ING THE IJNIFOF2M CQM{VIERCIAL CQ�E AfVD THE PIJBLIC CONTRACT CODE. 13. IN THE EVENT TN15 PLJRCHASE OR�ER RESLILTS FRdM A 81d OR A 4LJOTATION, THE GENERAL PROVI51QiVS OF THAT 81� dR C2UDTATIDN ARE fNCDRPORATEL� HEREIN AND FORM A PART OF THIS PLJF2CHASE �RDER. Invoice Joe D. Mobile Instalis 2365 Grand Forks rd. Chula Vista,Ca. 91945 (619)708-9720 joedimatulac@gmail.com Bill To: Carlsbad Fire 2480 Impala Drive Carlsbad.Ca. 92010 Date: 10/09/2015 Invoice No.: 5176 Due Date: 11/08/2015 Salesperson: Joe Customer PO: VEH#F465 WO#�0�6�8�-3— Ship To: �� " _ l `-'' ` 2480 Impala Drive Carlsbad,Ca. 92010 Qty Item Description Unit Price TAX % Total 25 UPFITTING EMERGENCY LIGHTING SYSTEM, SIREN, $65.00 $1,625.00 LABOR SIREN AMP, WHELEN LIGHT CONTROLLER, FRONT WINDSHEILD LED LIGHTS, REAR WINDOW LED LIGHTS, BEND BRACKETS FOR FRONTAND REAR WINDOW LEDS �� � � �. ,.� �>. n �/,1��5 � �-- --- �� ;'S�`��r-%'�/ � �1� ,, ... � Please contact us for more information about payment options. Thank you for your business. ��_ �5-�t2 �u�a�L4-- Total $1,625.00 Balance Due $1,625.00 CHECKED EHT � Invoice Joe D. Mobile Installs 2365 Grand Forks rd. Chula Vista,Ca. 91945 (619)708-9720 joedimatulac@g mail.com Bill To: Carlsbad Water Department Warehouse 1635 Faraday Ave. Ca rlsbad, Ca. 92008 Qty Item Description 6 9014C LED HIDEAWAY STROBES 1 5585C mini LED MINIBAR AMBER lightbar 1 ROCKER ROCKER SWITCH WITH LED SWITCH 1 MISC. PARTS SCREWS, NUTS AND BOLTS, ELECTRICAL TAPES, BUTT CONNECTORS, AND ZIP TIES 12 LABOR INSTALLED 6 HIDEAWAY LED STROBES, MINI LIGHTBAR F�"� `'' .ri. �.'�°-.� �'L, l,�J � I �. -,,.cou;- �� n � = o �,o i�.*�- ;,.; � �=, � � ��, .i Please contact us for more information about payment options. Thank you for your business. CHECKE�V 23,��1�� ��-{�2=-�s li� Date: 10/20/2015 Invoice No.: 5177 Due Date: 11/19I2015 Salesperson: Joe Customer PO: VEH#P464 WO#29�+638�--� Ship To: �il V- l J�� 1635 Faraday Ave. Carlsbad,Ca.92008 Unit Price TAX % $94.99 8% $299.00 8°/a $19.99 8% $50.00 8% $65.00 Total $569.94 $299.00 $19.99 $50.00 $780.00 '��'`��- �---I / ��� _ �� - , � — -'�i Subtotal $1,718.93 Sales Tax $75.11 Total $1,794.04 Balance Due $1,794.04 Invoice Joe D. Mobile Installs 2365 Grand Forks rd. Chula Vista,Ca. 91945 (619)708-9720 joedimatulac@gmail.com Bill To: Carisbad Water Department Warehouse 1635 Faraday Ave. Carlsbad,Ca. 92008 Qty Item Description 4 9014C LED HIDEAWAY STROBES 1 ROCKER ROCKER SWITCH WITH LED SWITCH 1 MISC. PARTS SCREWS, NUTS AND BOLTS. ELECTRICAL TAPES, BUTT CONNECTORS, AND ZIP TIES 10 LABOR INSTALLED 4 HIDEAWAY LED STROBES Date: 10/06/2015 Invoice No.: 5172 Due Date: 11/05I2015 Salesperson: Joe Customer PO: VEH#Z458 WO#2D 16-902- ShipTo: ����� 1635 Faraday Ave. Carlsbad,Ca. 92008 ^ � � �S Unit PriCe TAX % $94.99 8°/a $19.99 8°/a $50.00 8% $65.00 . ., _. :. .. �� .�. C � � .� Total $379.96 S 19.99 550.00 $650.00 ' , ��� - ����i _.._._-_-'�. Subtotal $1,099.95 Sales Tax 536.00 Total $1,135.95 � � �� � Balance Due $1,135.95 Please contact us for mo e mfo� ation about payment options. Thank you for your business. CHF_C���OV 2��1� I /ll Invoice Joe D. Mobile Installs 2365 Grand Forks rd. Chula Vista,Ca. 91945 (619)708-9720 joedimatulac@gmail.com Bill To: Carlsbad Water Department Warehouse 1635 Faraday Ave. C a rl sbad, Ca. 92008 Qty Item Description 4 9014C LED HIDEAWAY STROBES 1 ROCKER ROCKER SWITCH WITH LED SWITCH 10 LABOR INSTALLED 4 HIDEAWAY LED STROBES, SWITCH 1 MISC. PARTS SCREWS, NUTS AND BOLTS, ELECTRICAL TAPES, BUTT CONNECTORS, AND ZIP TIES ( - � . .. Date: 10/OS/2015 Invoice No.: 5171 Due Date: 11/04I2015 Salesperson: Joe Customer PO: VEH#Z461 WO#, 2{}1 g=81'5.. _. ��/ �- /3% � Ship To: 1635 Faraday Ave. Carlsbad,Ca. 92008 UNfPriCe TAX% $94.99 8% $19.99 8% $65.00 $50.00 8% Total 5379.96 $19.99 $650.00 $50.00 ��. A�✓�_�`, _ G�"'��'lr�:-.=_ �"D,L� �_ `� � ���a�� Please contact us for more information abo t payment options. Subtotal $1,099.95 Sales Tax 836.00 Total $1,135.95 Balance Due $1,135.95 Thank you for your business. CHEC�� �,� E� �c� DS-75 Folder/Inserter - 3 Station - High Capacity Upstacker WSCA - Contract # ADSP011-a000�411-4 , �� � � .�AnnuallVf�'i��et��nc���� ..�� s� �� �.. . $�;Ci��:��.� � �,�:�.Q,pl� � ��;,$� � ����'���� , � ��Y���-��� DS'`7S���tder ln�erte�; ' e e : � , � ° : � � e ��,_��� � I��� �� ,�,�� -�� � �-. < . ���. �-��,� Q�,��» " �`„� � _ � 1 ° : � 9 f ���,.� � ������ ;, r 0 � ���� �� s � ��� �� � ��� � r � � a : , � � � � ,�� �.3� E - � ��� _ �� _. _ ... - ; _ `." _: : . ::. . ; . :j. - '� 5 � � x �aTe t' � - �.- F � _ �. 4� � � � � , . . . � �- . . . . n ., ..., � .._ �.�.� , ..,., .u, z, •i :_�s�'�rr,� >�°". 3:: .. �� , °�, . �/. A-.:. •,/.,�, �j� \J� l. Y �3. ���ls�a�. �alifornia David Goodale, MDP, MDC Systems & Workflow Specialist 760-415-1217 d.�oodale@ neopost.com Chris Bezold Account Executive 858-663-9608 � c,bezold@neopost.com VIISCA Pricing - Contract # ADSP�11-OOODU411-4 S�atement of Confidentiality This proposal and supporting materials contain confidentiai and proprietary business information of Neopost USA. These materials may be printed or photocopied for use in evaluating the proposed project, but are not to be shared with other parties. Submitted by: Neopost guides and supports organizations in how they ��n�i and ►���i�� communications and goods, helping them to better �e��o��c� with their customers. Founded in 1924, Neopost has grown to become a global leader in mailing solutions, and a major player in digital communications and shipping solutions. Neopost provides a wide range of hardware, software, and services tailored ta organizations of all sizes. We believe that people are the key to business success Our decentralized operational philosophy fosters local customer relationships based on accessibility, responsiveness and trust. � �Cii�CC�WiC�� �G�Wfli� �g ' o Nortn '`�, '� America'"�� � �"'x° 39%a � of sales `~ � U y..,s �' � � �< � �� ` �� �� . � �� � �:.:� ��� �.Y `1 Solutions � Direct � distributed in � presence in � , over �� �� ; i countries countries ,�. ;: � �ver ��.�� in sales °�. � �: �"w�y �,,,N -t. �,,,,r- : -�.'�w ...✓ "� ����F V�: �� ��''>�� �' i �/j } . ;,1`�� x �;,'� 1 „3 � i �l',�:r r .r.: s s;� �`'. .^ ' 4,�°� _� � �f', ,, i t � , ; Over t � Y ,;' � � �,;, �L� . ' rr/ ' .✓y,; Q/��{ �{ /� j t'., X �s:Y . _ . Y . VV�V'�VUV U.S.locations iF >t � •-'� , - � �. �. ! iu=y customers , _ ... . , . _ ,, ,; �aoo t.� �� ,� r e� ; j. E. x x�w..} . r..� . employees �'y �' ,�..x : - � �. ��V •�j'; '\ R&D engineers � ; : „� , % . !•y, � ��-v �l�b�i �,over�c�� i1Vi�l�, � �tr�c���g L.t�c�i l�r��er��� Neopost is committed to customer satisfaction and stands behind all Mailing Systems and Document Handling equipment we manufacture and distribute. Neopost strives to deliver products that provide you with the dependable perfarmance you expect at the time of acquisition. �cg€�i��s���; ��Ba��a����p f�€a��-������ For all new products covered by a Neopost Maintenance Agreement, we unconditionally guarantee that our equipment will perform to specification. If for any reason our products do not pecform up to our published specifications and we cannot repair it, we will replace it with a comparable product. We will honor this commitment to maintain the equipment for the term of your Neopost Lease. �a�� ����ra�� �r�z����ti�� ��€ a�°��€z�� Under our Ra#e Change Protection Program, Neopost guarantees that you will never again have to pay for an unscheduled rate change during the commercial life of your equipment. The renewable Rate Change Protection guarantee covers uniimited rate changes for an annual or monthly fee. Ifsubscribed as part of a lease agreement, Rate Change Protection is guaranteed for the term of your Neopost Lease. In addition, should the USPS mandate a rate change within 90 days of your new equipment acquisition, you would automatically receive the rate upgrade, free of charge. �c�€�i�����t� Repl����a�r�� �`k���c��x 6�t�ar������ Neopost guarantees that when leasing a new product through Neopost Leasing, special upgrade options will always be available. The flexibility offered through leasing allows you to take advantage of all the technological changes that take place. Additionally, this allows you to always have state-of-the-art equipment as well as products that will meet ever-changing needs. �ix�r� �s�a��; ��.s�r�s�a�c�r� Neopost Leasing can provide a unique All-In-One Lease. This program offers a fixed payment term custom tailored to your needs, whlch can include equipment, maintenance, meter rentals, and rate change fees. Therefore, your first payment through your last payment will remain exactly the same. �€��a�� ���ra�a��;� Neopost will guarantee postage advances to ail credit approved customers who are utilizing the Postage-On- Call remote meter setting system. This will ensure that you never run out of postage again during normal working hours. Neopost works hard to make you a castomer and promises to work even harder to keep you as a satisfied customer. If for any reason our local office is unable to handie your need or concerns, please feel free to contact me at (510) 489-6800. Your satisfaction is the key to our suecess. Regards, 1..�r4�►' �, e Christopher M. OBrien Senior VP Sales and Service DS-?5 Document Fofdei•/Tnseri:er � Efficiency at your fingertips with an intuitive ful!-color touchscreen m Muiti-format FlexFeeders can process document sizes from full sheets to short inserts � Load'n Go� performs automated setup based on materials you place in the trays a With PowerFold� DS-75 can tri-fold up to 8 pages together and singfe-fold up to 10 � Ensures accurate mail piece contents with exclusive Secure'n Feed� technology a Non-stop cascade feeding and 25 available job presets enhance productivity Processing speed up to 3,600 envelopes/hr. Up to 2 FlexFeedets + 1 insert/BRE feeder Multi-sheet feeding _ Manua) feed mode Accumulate before folding Fold types: Letter, z-fold, single, double parailel 5tandard document sizes: Letter, legal ~Document feeder capacity: Up to 325 sheets M� (725 with high capacity option) Insert feeder capacity: Up to 50 BREs (325 with optional MaxiFeeder) Standard envelope sizes. #10, 6" x 9,5" Envelope feeder capacity: 325 Tip-to-tip enveiope sealing Multiple exit options �� � Measurements (Length x Depth x Height) 51" x 18" x 29" Weight Ibs. 165 S�e nd . R�cei ve , Can nect. Purchas e PO Inst�uctions WSCA - Contract # ADSP011-00000411-4 V4►S�AlNASRO "Purchase" Elrc�ers � Documentation must consist of one of the foiiov�ir�g: • Purchase Order made payabfe tc� IVecspc�st USA Inc. (address on followinq page� o You must reference the current V1aSCA/NASPO contract number ADSP011- 0000041 i-4 on the purehase arder �i � Y � i �'s , � � � � ����c:����� � i�� ��i�� � �� , , � v � � �. ,. � N� _ , . =rea � r # - „� '� � .� � �� ��� s a ��''� ' i � '1� , � � .!� Submit P0 to: David Goodale d. �aodate(ec?neopost.com Tele: (760) 415-1217 Fax: (858) 513-6333 d.4oadalena neaQost.cam 760-415-1217 �_ QU07'AiION ' NJPA PR/C/NG - Confract #060311-CNH SONSRAY Sonsray Machiery To: City Of Carlsbad - Attn: Steve Hodge 1475 Pioneer Way From: Paul Lull, Sales Consultant, Sonsray Machinery EI Cajon, CA 92020 Date: November 24, 2015 Store: 619-873-0123 Quote good for 30 days Cell: 858-864-2935 -----� - -���— - _.. --. _. _ -i„ r, � - ��� _ - - - - . _.-� -- - - � - rice ess QTY CODE DESCRIPTION Case MSRP 38%) 1 570N EP 4WD T4 Final Base Unit $ 89,300.00 $ 55,366.00 1 747899 Three Point Hitch $ 1,585.00 $ 982.70 1 8201110 12x16.5 Frt Tires $ - $ - 1 8401140 19.5Lx24 Rear Tires $ 344.00 $ 213.28 1 442082 ROPS Canopy $ - $ - 1 747851 Mech Sups, Vinyl w/ Armrests $ 573.00 $ 355.26 1 747863 82" 4x1 Bkt w/ Cuttin Ed e $ 6,686.00 $ 4,145.32 1 745136 4WD Drive Shaft Guard $ 196.00 $ 121.52 1 747874 Batte DisconnecUJump Start $ 177.00 $ 109.74 1 745163 PTO Read $ 1,555.00 $ 964.10 1 728758 Rotatin Beacon $ 273.00 $ 169.26 1 747735 Seat Belt, 3" Retractable $ 86.00 $ 53.32 1 747877 Dual Tilt w/o Holdin Valve' $ 1,825.00 $ 1,131.50 Total MSPR List I NJPA Net � 102,600.00 a 63,612.00 $ - $ - $ - Additionalltems $ - PDI $ 1,200.00 Frei ht $ 2,682.00 Manuals $ - Attachments - Gannon 84" H d Scraper $ 4,400.00 Delivery $ 500.00 Misc SUBTOTAL $ 72,394.00 -1 Tradeln: $ 11,539.00 Used Case 570LXT Tractor/Ldr/H d Scra er w/ 4wd, ROPS/Canop , 1,041 hours, ear: 1996. s/n JJG0223834 SUBTOTAL $ 60,855.00 Document Fees $ 375.00 Sales Tax 8% $ 5,791.52 Sub Total $ 67,021.52 TOTAL $ 67,021.52 �� SONSRAY �lli �� H i RV E I�dY Ship To: SAME AS BELOW SONSRAY MACHINERY LLC 1475 Pioneer Way • EI Cajon, CA 92020 619-873-0123 • Fax:619-873-0120 www.sonsreymachinery.com Invoice To: CITY OF CARLSBAD - FLEET MAINT ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD CA 92008 Branch 01 O1 - EL CAJON Date Time Page 11/24/2015 8:21:18 (0) 1 Account No Phone No Quote f�z CARLS003 7606022424 Q00188-01 Ship Via Purchase Order TBD Tax ID No Salesperson PAUL LULL 223 Attention: STEVE HODGES EQUIPMENT QUOTE / SALES ORDER Description ** Q U O T E** EXPIRY DATE: 12/23/2015 Amount Stock #: ? Serial #: (SPECIAL GOVT PRICING - BID TO CITY OF CARLSBAD) (NJPA Quote: Contract #060311-CNH) NEW CASE 570N EP LOADER BACKHOE WITH: * TIER 4 FINAL (T4B) DIESEL ENG * 4WD WITH SHAFT GUARD * 3 PT HITCH * 12X16.5 FRT TIRES * 19.5X24 REAR TIRES * CANOPY ROPS * MECH SUSP VINYL SEAT W/ ARMRESTS * 3RD VALVE ON LOADER LEVER * 82" 4IN1 LOADER BUCKET W/ BOLT ON CUTTING EDGE * BATTERY DISCONNECT/JUMP START * PTO READY * ROTATING BEACON * 3" SEATBELT * DUAL TILT W/O HOLDING VALVE (ON 3PT HITCH) * GANNON 84" HYD SCRAPER * MFG 1 YEAR FULL MACHINE WARRANTY Sale # O1 Subtotal: CA STATE 7 . 59s : TOTAL: Trade Ins Used Case model 570LXT Tractor/Loader/Hyd Scraper with 4wd, ROPS/Canopy. Year 1996, Hours: 1,041 Serial #: JJG0223834 72394.00 72394.00 5429.55 77823.55 11539.00- Miscellaneous Charges/Credits ----------------------------- ----------------------------- DOCUMENT FEES Qty: 1 Price: 375.00 375.00 NOTICE TO 1. Caution. Do not sfgn this contrect before you thoroughly read both pages 1 and 2 of it or ff it contains blank spaces, even if othervvise advlsed. 2. You are entitled to an exact and completely filled in copy of this Sales Order when you sign it. Keep it to protect yaur legal rights. PURCHASER 3. Store Manager signature required for final acceptance of Sales Order. THISAIiBFEMENTIS5UBIECTTOTHEADDRIONALTERMSANDCONDRIONSONiHEREYFRSESIDE CUSTOMERHASHADTHEOPPORiUNRYTOREADTHETERMSOFTHISAOREEMENTPRIORTOSI0NIN0. Purchaser's Signature Sales Consul�nt Date Print Name Date Accepted By Date. �� SONSRAY !�A IrlC H Y Nf E�Y SONSRAY MACHINERY LLC 1475 Pioneer Way • EI Cajon, CA 92020 619-873-0123 • Fax:619-873-0120 www.sonsraymachi nery.com Ship To: SAME AS BELOW Invoice To: CITY OF CARLSBAD - FLEET MAINT ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD CA 92008 Brench O1 O1 - EL CAJON Date Time Page 11/24/2015 8:21:18 (0) 2 Account No Phone No Quote I�q2 CARLS003 7606022424 Q00188-01 Ship Via Purchase Order TBD Tax ID No Salesperson PAUL LULL 223 Attention: STEVE HODGES EQUIPMENT QUOTE / SALES ORDER Description ** Q U O T E** EXPIRY DATE: 12/23/2015 Amount Trade In Total: Miscellaneous Charges/Credits Total: Authorization: Subtotal: CA STATE 7.5$: SAN DIEGO CO 0.5$: Quote Total: 11539.00- 375.00 61230.00 5429.55 361.97 67021.52 NOTICE TO 1. Caution. Do not sfgn this contrect before you thoroughly read both pages 1 and 2 of it or if it contains blank spaces, even if otherwise advised. 2. You are entitled to an exact and completely filled in copy of this Sales Order when you sign it. Keep it to protect your legal rights. PURCHASER 3. Store Manager signature required for final acceptance of Sales Order. THISAQREEMENTISSUBIECTTOiNEADDRIONAL'fERMSANDCOND1ilONSONTHERh11ERSESIDE CUSTOMERHASNADTHEOPPORTUNIIYTOREADiHETERMSOFTHISAfiREEMENTPRIORTOSI0HIN0. Purchaser's Signature Sales Consultant Date Print Name Date Accepted By Date Warranty on Equipment Warranty coverege on the equipment covered by this order, if any, has been explained to purchaser. The warranty coverege is outlined below and indicated by the box checked. NEW FACTORY PRODUCT WARRANTY or PURCHASED warranty, if qualified, is for the period offered ❑by the product manufacturer. WARRANTIES PROVIDED BYTHE SELLER ON NEW PRODUCTS SHALL BE GNEN TO PURCHASER UNDER SEPARATE AGREEMENT, THE RECEIPT WHEREOF IS HEREBY ACKNOWLEDGED BY PURCHASER. � NEW - Other Manufadures warrenty USED - When the equipment covered by this order is used equipment, THE PURCHASER STATES ❑THAT HE HAS EXAMINED THE EQUIPMENT and is buying the equipment AS IS and with NO REPRESENTATION OR WARRANTIES, unless otherwise speciflied UNDER SEPARATE AGREEMENT, THE RECEIPT WHEREOF IS HEREBY ACKNOWLEDGED BY PURCHASER. ADDITIONAL TERMS AND CONDITIONS 1. This is a cash trensaction. If the Purchaser so requests prior to acceptance, the Cash Due on Delivery may be financed as a time sale trensaction, subject to credit approval. If this trensadion becomes a time sale, Purchaser agrees (1) to make payments pursuant to the Sonsrey Machinery Accounts Receivable System Agreement, which is incorporated into this Purchase Order by reference, and (2) that Seller retains a security interest in the goods described herein until all obligations of Purchaser are paid in full and discharged. 2. When trede-in equipment is not to be delivered to the Seller until delivery of the equipment purchased by this order, the trede-in equipment may be reappreised at that time and such reappraisal value shall determine the allowance made for such trede-in equipment. When the reappreised value is less than the original trede-in allowance shown on this form, the purchaser may terminate this order; however, this right of termination must be exercised prior to delivery of the equipment by Seller and surrender of the trade-in equipment to Seller. 3. The prices which Purchaser will pay for the new equipment set forth on the reverse side hereof shall be based upon the Case dealer price in effect on date of delivery of the new equipment. In the event Case dealer's price is changed prior to delivery, the purchase price shall be adjusted accordingly. If such price change results in an increase, purchaser has the option of canceling the order in writing immediately on being notified thereof. 4. The Seller shall be excused if delivery is delayed or rendered impossible by differences with workmen, strikes, work stoppages, car shortages, delays in transportation, inability to obtain labor or materials and also by any cause beyond the reasonable control of Seller, including but not restricted to acts of God, floods, fire, storms, acts of civil and military authorities, war and insurrections. 5. Purchaser shall keep the property free of all liens, taxes, encumbrences and seizure or levy, shall not use same illegally, shall not damage, abuse, misuse, abandon or lose said property, shall not part with possession thereof, whether voluntarily or involuntarily or transfer any interest therein or remove same out of the county or filing district in which Purchaser resides as indicated herein without the prior written consent of Seller, shall keep said property insured in such amounts and with such insurer as may be acceptable to Seller with any loss payable to Seller as his interest in the property may appear. 6. Time is of the essence of this contrect and if purchaser fails to comply with any of the terms and conditions hereof or defaults in the payment of any installment hereunder or under any renewal or renewals hereof, or in the payment of interest or defaults in the payment of any installment due under any other indebtedness of contrect held by the Seller or Assignee, or if proceedings are instituted against Purchaser under any bankruptcy or insolvency law or Purchaser makes an assignment for the benefit of creditors or if for any reason the Seller deems himself insecure and so declares all payments heretofore made by Purchaser shall be retained by the seller and all indebtedness hereunder shall become immediately due and payable, with or without notice, together with all expenses of collection by suit or otherwise, including reasonable attorney fees and Seller may, without notice or demand, take possession of the equipment set forth on the reverse hereof, or any additions to, replacements of, or any proceeds from said equipment or may render the property unusable or Seller may require Purchaser to assemble the property and make it available at a place designated by Seller. Seller may resell the retaken property at public or private Sale in accordance with the Uniform Commercial Code or applicable state or provincial law. After deducting reasonable expenses for retaking, repairing, holding, preparing for sale, other selling expenses including attorney fees and legal expenses, the remaining proceeds of Sale shall be credited upon the amount of indebtedness remaining unpaid hereunder, and Purchaser agrees to pay any deficiency upon demand by Seller, any surplus, however, shall be paid to Purchaser. Said retaking or repossession shall not be deemed rescission of the contract. Seller may exercise any other rights and remedies provided by applicable law. 7. No waivers or modifications hereof shall be valid unless written upon or attached to this contrect. Waiver or conditions of any breach or default hereunder shall not constitute a waiver of any other or subsequent breach or default. Payments received by Seller are to be applied first to delinquent interest and then to principal. 8. The remedies provided for herein are not exclusive and any action to enforce payment shall not waive or affect any of the holder's rights to have recourse to the property. The trensfer of this contrect shall operete to pass a security interest in the property as security for the payment hereof. 9. Any provision of this contrect prohibited by the laws of any state, the United States, any province of Canada, shall be ineffective to the extent of such prohibition without invalidating the remaining portions of the contrect. 10. Each maker, endorser, guarentor and surety hereon severelly waives presentment, demand protest, and notice of non-payment and all defenses of want of diligence in collection and bringing suit. This contrect shall be binding upon and shall insure to the benefit of the parties hereto and their respective heirs, personal representative, successors, and signs. il. Buyer authorizes Seller to insert the Serial and/or model numbers of the goods set forth on the reverse side hereof for the purposes of identifying said goods. The seller may correct patent errors herein. Disdosure of Regu/ation Applicability: When operated in California, any off-road diesel vehic/e may be subject to the California Air Resources Board In-Use Off-Road Diesel Vehicle Regulation. It therefore cou/d be subject to retrofit o� acce/erated tu�nover requi�ements to reduce emissions of air po//utants. For more in(ormation, p/ease visit the California Air Resources Board website at http://www.arb.ca.gov/msprog/ordiesel/ordiesel.htm. Purchaser's Initials: Page 2 of 2 SN99QBRK Nev I014 06 13 CUSTOMER #: 25112 CITY#OFZCARLSBAD � � olG��i��+' BOB MARTINEZ 2480 IMPALA DRIVE CARLSBAD, CA 92008-7226 HOME:760-931-2192 CONT:760-931-2192 BUS: 760-931-2192 CELL:760-594-4004 347247 *INVOICE* PAGE 1 WESELOH CHEVROLET 5335 PASEO DEL NORTE CARLSBAO, CALIFORNIA 92008-4339 17601 438-1001 www.weseloh.com �r_�h 119��1Uif•7:L� � � c 1�i9•\:1:��7a I�Ci�t 7\i��'7_G��ilqJl 29NOV11 D 29NOV201 17:00 17NOV15 125.00 CHG R.O.OPENED BOOKED oPriaNs: ENG:6.0_Liter_SFI �,�, � V � i 13:25 lONOV15 16:01 18NOV15 LINE OPCODE TECH TYPE HOURS LIST NET A CUSTOMER STATES AC NOT BLOWING COLD CHECK AND ADVISE DO1D CUSTOMER STATES AC NOT BLOWING COLD CHECK AND ADVISE 436 CPC �; LL� 1h,'l� ��� 237.50 1 92265956 (S)HOSE y�G � 378.22 378.22 1 R134A UNITS �`� 19.44 19.44 PARTS: 397.66 LABOR: 237.50 OTHER: 0.00 TOTAL LINE A: 58489 2.50 INSPECT AC SYSTEM ALWAYS BLOWING HOT INSTALL AC GAUGES FOUND HAD LESS THEN .25 POUNDS OF 134R PERFORM PR ECHARGE LOOK FOR LEAKS FOUND AC LINE AT COMPRESSOR LEAKING RECOVER 139R k�EPLACE LINE VACUUMED SYST�M HOLDING FOR 30MIN. CHARGE TO SPECS AC MAX AT 41F. TEST DROVE OK AT THIS TIME ��������������� « ��������x��+�+�+���������*������+�: B Customer approved a tire pressure inflation service pursuant to California Regulation #95550 TP1 Customer approved a tire pressure inflation service pursuant to California Regulation #95550 '��_ � . 436 CPC p PARTS: 0.00 LABOR: 0.00 OTHER: 0.00 TOTAL LINE B: 58484 set front to 37psi and rear to 44psi � .�������r������**,c�����*:r++����*�x�����:r��+�����������. C Multi-point inspection � � � � z06 Multi-point inspection 436 CPC p PARTS: 0.00 LABOR: 0.00 OTHER: 0.00 TOTAL LINE C: 58484 PERFORM MPI SEE CHECK SHEET �����+�����������������,r���������������*����+�+�*�*� D** REPLACE FRONT AND REAR BRAKES PADS AND RESURFACE ROTORS CUSTOMER SUPPLIED PADS HOl BRAKES (GENERAL) �- 436 CPC ``�`� R�' 6¢�"S 380 1 92257988 (S)PAD KIT (!� 146.00 109 1 92265457 S PAD KIT 188.00 141 �.n.n,ane00000asna e.v.a>cnoso�sez�as onicinn�esriMnre nurHowzeonoomoNs DESCRIPTION ALL PFlNTS AflE NEW UNLE55 SPECIFIED OTHEFWISE. SUBJECT T� CONDrti0N5 ON REVEFSE SIDE OF THiS CONTRACT. S S LABOR AMOUNT CUSTOMEF ACKNOWLEDGES FECEIPT OF A COPY HEREOF. NOTICE TO CONSUMER: I ACKNOWLEDGE NOTICE AND ORAL APPPOVAL OF PLEASE FEAD IMPOflTANT INFOFMATION ON BACN. AN INCFEASE IN THE ORIGINAL ESTIMATE� PPICE. ALL PAflTS AND ACCESSORIES ANO LABOP ARE WFRRANTEO FOR 12,000 GA$ OIL WBE MILE$ OR 12 MONTHS. THIS WARRANTV IS IN LIEU OF ANV OTHER ExPRE55 OR iMPLIED NlARRANTV. x SUBLET AMOUNT POWEF OFATTOFNEY MISC. CHARGE$ T�e unde�signed, hereinafter calletl'Insured" br the considera,wn oi repai�s WE TRUST YOU WERE SERVED iN A COURTEOUS matle m'Inwred's" amomobile, made m'msuretl's enfve sa�Isiac�lon by qND Pa0FE55i0NAL MANNER. iF v0U HAVF qNv T TAL HAR ES WeseloM1 C�evrole� Hummer Co, does he�eby gram m WeseloM1 Clcwwlet QUESTi0N5, aLEPSE NOTIFV VOUR SERViCE LES W5. AOJ. Humme� Co. i soretl's power ol atmrney lo sign or endorse any �ecks, qOV150R IMMEDIATELV. antlmr aral�s matle paya0le io insuretl antl any releases Nerem, as seWemen[ $ALES TAX lor �nsu�ed's cla�im lor oamages ro tFe above desaibetl vehicle. SIGNED_ _ CUS�OMEa SIGNATURE PLEASEPAY INV. DATE 1 , ;if-rh 237.50' 378.22 ('��"ZS 19.44 i ��J` 635.16 00 0.00 0.00 00 0.00 0.00 •• �� 380.00 �p+��J� 109.50 ��v� 141.00 TOTALS X THIS AMOUNT ..�..,....,, . e�:'° 3�`�s��.,.w�.��a�,.,.��,.��<„�a,....,.�....�.,..,.�o„»���D,..Pe..a�e��,�.a��.mk.�,�o.,..,.aN�..ao,,..,,.,,.a„��.�.m.����,,,a..���...�...,..a,�m..�a��.�oo.m,.«,,,,�,.e�.�.,.,,, CUSTOMER #� 25112 CITY#OFZCARLSBAD � QRIGINAI� BOB MARTINEZ 2480 IMPALA DRIVE CARLSBAD, CA 92008-7226 HOME:760-931-2192 CONT:760-931-2192 BUS: 760-931-2192 CELL:760-594-4004 347247 *INVOICE* PAGE 2 WESELOH CHEVROLET 5335 PASEO DEL NORTE CARLSBAD, CALIFORNIA 92008-4339 17601 438-1001 www.weseloh.com �/_[e i:lC�7 25 1 PARTS� 250 Sp LABOR� 3nfl 0� OTHER: 0.00 TOTAL LINE 58484 4.00 replace front and rear brake pads and rotors top off brake fluid test drove ok at this time *��+��******���****�++.*�****+�+*��**********�*����* E** STALL 4 TIRES CUSTOMER SUPPLIED TIRES 4TIRE INSTALL 4 TIRES I� 436 CPC 80.00 PARTS: 0.00 L�BOR: 80.00 OTHER: 0.00 TOTAL LINE E: 58484 2.00 mount and balance 4 tires ***++�***����***■�x�**+**�*******�����*****��++��*** EST: 125.00 lONOV15 13:25 POSTED `*'JORGE`"* CHEVROLET CAPRICE 6GIMKST22BL565546 1266069 58484 58489 T5946 ATE WARR. EXP. PROMISED PO N0. RATE PAYMENT INV. DATE 29NOV201 17:00 17NOV15 125.00 CHG 19NOV15 aoOKeD oPrioNS: ENG:6.0_Liter_SFI � ��� 1AIo� Y9 �y,/_ 16 : Ol 18NOV15 ����� � LJYJ ]ODE TECH TYPE H( ���1 �� V v �� �� � � `�� �) � SA: 772 630.50 :� �� � �� WE ARE COMMITTED TO "FIXING IT RIGHT THE FIRST TIME" AND TO YOUR COMPLETE SATISFACTION WITH YOUR OVERALL SERVICE EXPERIENCE AT THIS DEALERSHIP. WE,WOULD APPRECIATE YOUR FILLING OUT AND RETURNING ALL,SURVEYS YOU RECEIVE. IF THERE IS A PROBLEM, PLEASE SEE YOUR SERVICE ADVISOR LISTED ABOVE IMMEDIATELY. THANK YOU. Nou 2 5 20�5 �;� y�2q5 '�fV10Ui`l�i: �✓-7 f , � 1 _—�p ACCOUNTNc): �o2.O'rJ��OO' �0�� P.O. �lO: - APPROVE6 BY:__ Taxabla_ ___ le' �7n Salu'axo�invoic� �',.: :I` OJ. S3I1� Ir:�ir.;.;,.. Yn c:•�^-�ro� -- —�—�—_ p.q.p.vq�1D000031G3 E.P.�.aCn0901J1131J5 OflIGWldESTIMPTE AUT�IOR2[O��pRI0N5 /aLL PARTS /aRE NEW UNLESS SPECIFIED OTHEflWISE. $ SUBJECT TO CON�ITIONS ON PNERSE SIDE OF THIS CONTPACT. S CUSTOMER ACKNOWLEDGES REC[IPT OF A COPV HEREOF. NOTICE TO CONSl1MEF: I ACKNOWLE�GE NOTICE AND ORAL APPROVAL OF PLEASE flFAD IMPOPTANT MFORMATION ON BACK. AN INCREASE iN THE OFIGINAL ESTIMATED PRICE. NLl PARTS FN� ACCESSOPoES AND LA�OR ARE WARRANTED FOR 12,000 MILES OR 12 MONTHS. THIS N�ARRFNTv IS W LIEU OF ANV OTHER EXPRESS OR IMPLIED WAflRANTV. X POWEN OF ATTORNEY The unoorsipned. M1ereinahei canotl "Insured' lor ihe cnnsiUerailon of re0airs WE TRUST v0U wERE SERVE� IN A COURiE0U5 matle m"Insuretl's" aummo�ile, matle ro insured's emire sa�islac�lon by AN� PFOFESSIONAL MANNER. iF VOU HqVE ANY Weseloh Chevrole[ Hummer Go. tloes heraby grant m Wesoloh Chevml¢[ QUESTIONS, P�EASE NOTIFV YOUR SERVIGE Hummer Co. insvretl's pa.ver ol mrorney m sign or entlorse anY checks, qOV150R IMMEDIATELV. antl'or tlraps matle paV�hle ro insuretl antl any releases �hereto, as set�lemen[ lor Insuretl's daim for damages �o the above describetl vehicle. CUSTOMER SIGNATURE NET TOTAL � � 1� � �1 SIGNEo PLEASE PAY BY X X THISAMOUNT 1397.51 wmexce�o ... �.s,.e , , ,. w:o:�o°w�",`:. i a:.. �....::8 ' s o d. v. ., ... .,��.<.,es.�...r..��is.:.�oe:�iszs. ��,,; r.,�, ,...,°1.�., A °.....,.,.___ ..."'�... i a..nm.��o .�w..o.,�. v r a �..,,am .�..e�.,a�o,.. a»n«wmo°.�, o,..�., WEST PACIFIC MEDICAL LABORATOR 10200 PIONEER BLVD. STE 500 SANTA FE SPRINGS, CA 90670-6008 �ss2� sos-szz� q � MY Y� ;W�ST P��I�IC MED�GAL ;: L.�BORATORY �� • ----_...._._,_ p r4ThC�tIIXCYI�"GOn1CSFEYSI�� DateBilled 10/31/2015 Invoice # 5224103115 Amount Due $3,257.15 Amount Enclosed CARLSBAD FIRE DEPT. . 4�A`�g��� CARLSBAD FIRE DEPT. ATTENTION: DEBORAH BAIRD 2560 ORION WAY N�� � 0 2015 CARLSBAD, CA 92010 Account Number: 5224 ������ Page 1 of 3 �I���e�remifpaym�entto: WEST PACIFIC MEDICAL LABORATORY PLEASE DETACH HERE RETURN TOP PORTION WITH YOUR PAYMENT ALL CHARGES ARE DUE AND PAYABLE UPON RECEIPT OF THIS STATEMENT — — — — — — — — — — — — — — — — — � _ _ _ — — _ — _ — — — — _ _'_ _ — _ _ _ _ _ _ _ _ _ — _ — _ _ DHTEREC PATIENTNAME ACCN# TESTCODE CPTCODE DESCRIPTION CHARGE CREDIT Previous B lances Previous Ba nce Due 09/30/2015 Invoice 52240 3015 2,150.81 Total Previ us Balance Due 2,150.81 Please refer o lhe original invoice on the date list d for fudher pa ent detail, or contacl the bill g department to provide you with an additio al copy of t e original invoice. Current Sta ement Activity 10/OS/2015 ACOSTA, MICHAEL R 15373278 3278 MULTI CUSTOM PROFILE 35.00 190 84153 PSA,TOTAL 21.00 349 36415 VENIPUNCTURE 1.00 10/OS/2015 BALDUS, RYAN 15373204 3278 MULTI CUSTOM PROFILE � 35.00 349 36415 VENIPUNCTURE 1.00 10/OS/2015 BERKLITE, MARK L 15373234 3278 MULTI CUSTOM PROFILE 35.00 349 36415 VENIPUNCTURE 1.00 190 84153 PSA,TOTAL 21.00 1 010 5/201 5 BESSANT, DREW W 15373249 3278 MULTI CUSTOM PROFILE 35.00 _.—... ..__.__ _.—__ .__—.... _.__. . . . 190 � �� 84153 PSA,TOTAL� � � � 21.00 349 36415 VENIPUNCTURE 1.00 10/OS/2015 BILBY, MATfHEW 15373228 3276 MULTI CUSTOM PROFILE 35.00 ' 349 36415 VENIPUNCTURE 1.00 10/05/2015 BIRSE, BRANDON R 15373188 3278 MULTI CUSTOM PROFILE 35.00 349 36415 VENIPUNCTURE 1.00 10/05/2015 CLARK, JOSH E 15373184 3278 MULTI CUSTOM PROFILE 35.00 � 349 36415 VENIPUNCTURE 1.00 10/O5/2015 DANTZER, BRAD P 15373238 3278 MULTI CUSTOM PROFILE 35.00 AMOUNT DUE $3,257.15 CURRENTDAVS OVER300AV5 OVER60�PYS OVER90DAY5 OVER1200AV5 Continued next page $1,106.34 $2,150.81 $0.00 � $0.00 $0.00 Account Number: 5224 CARLSBAD FIRE DEPT. Page 2 of 3 DATEREC PATIENTNAME ACCNq TESTCO�E CPTCO�E DESCRIPTION CHNRGE CREDIT 349 36415 VENIPUNCTURE 1.00 190 84153 PSA, TOTAL 21.00 10/05/2015 FEESS, JOHN 15373252 3278 MULTI CUSTOM PROFILE 35.00 349 36415 VENIPUNCTURE 1.00 190 84153 PSA, TOTAL 21.00 10/05/2015 GALLUCCI, JOSEPH 15373273 3278 MULTI CUSTOM PROFILE 35.00 349 36415 VENIPUNCTURE 1.00 10/OS/2015 GATES, DENNIS 15373242 3278 MULTI CUSTOM PROFILE 35.00 349 36415 VENIPUNCTURE 1.00 190 84153 PSA, TOTAL 21.00 10/05/2015 GRAHAM, JUSTIN A 15373220 3278 MULTI CUSTOM PROFILE 35.00 . � 349 36415 VENIPUNCTURE 1.00 10/OS/2015 HENSLEY, CHRISTOPHER J 15373257 3278 MULTI CUSTOM PROFILE 35.00 349 36415 VENIPUNCTURE 1.00 190 84153 PSA, TOTAL 21.00 10/OS/2015 HOLMES, TODD M 15373209 3278 MULTI CUSTOM PROFILE 35.00 � 349 36415 VENIPUNCTURE 1.00 10/05/2015 LAWRENCE, CHRIS 15373266 3278 MULTI CUSTOM PROFILE 35.00 190 84153 PSA, TOTAL 21.00 349 36415 VENIPUNCTURE 1.00 302 84154 PSA, FREE 20.34 10/O5/2015 LOPEZ, MIGUEL A 15373281 3278 MULTI CUSTOM PROFILE 35.00 349 36415 VENIPUNCTURE 1.00 190 84153 PSA, TOTAL 21.00 10/05/2015 NELSON, KYLE J 15373262 3278 MULTI CUSTOM PROFILE , 35.00 349 36415 VENIPUNCTURE 1.00 � 190 84153 PSA, TOTAL 21.00 10/O5/2015 OSUNA, LUIS R 15373268 3278 MULTI CUSTOM PROFILE 35.00 ___ _ _.-_. _ . . . ___._ ____ ._-___ _._._. .___. __... . ._-__ _.-. ._ __._. . __._ 190 64153 PSA, TOTAL 21.00 349 36415 VENIPUNCTURE 1.00 10/OS/2015 PACHEK, JEFFREY E 15373245 3278 MULTI CUSTOM PROFILE 35.00 349 36415 VENIPUNCTURE � 1.00 790 84153 PSA, TOTAL 21.00 10/OS/2015 PEARSON, NATHAN 15373199 � 3278 MULTI CUSTOM PROFILE 35.00 349 36415 VENIPUNCTURE 1.00 190 84153 PSA, TOTAL 21.00 10/OS/2015 SCHAEFER, DANIEL T 15373215 3278 MULTI CUSTOM PROFILE 35.00 AMOUNTDUE $3,257.15 CURRENTDAVS OVER30DAY5 OVER60DAVS OVER9pDAYS OVER120DAV5 Continued next page $1,106.34 $2,150.81 $0.00 $0.00 $0.00 Account Number: 5224 CARLSBAD FIRE DEPT. Page 3 of 3 DATEREC PATIENTNNME ACCN# TESTCODE CPTCODE OESCRIPTION CHARGE CREDIT 349 36415 VENIPUNCTURE 1.00 10/OS/2015 SCHEIBE, PABLO N 15373195 3278 MULTI CUSTOM PROFILE 35.00 349 36415 VENIPUNCTURE 1.00 190 84153 PSA, TOTAL 21.00 Unresulted ests within the current month will ppear on next month's state ent. Total Curre t Invoice 5224103'115 Activity - � � � $1,106.34 � AMOUNT DUE $3,257.15 CURRENT DAVS OVER 30 DAYS OVER 60 DAYS OVER 90 DAYS OVER'120 OAVS $1,106.34 $2,150.81 $0.00 � $0.00 $0.00 A ��� �c��e��ray Marketing Assefi Management 23C?� �araday f�venue � Carlsb�d, CA 920C18 t 760.�38,9�11 � f 760.438.13�9 I zuzaMAM.com CITY OF CARLSBAD PURCHASING 1635 FARADAY AVE CARLSBAD, CA 92008 , �� Invoice Account: Invoice Number: Invoice Date: Reference: PO Number: CARLS10 PW-1237 12/14/15 KRISTINA � �, _ r. F, ��.�- ` . � . _ �:� �� CITY OF CARLSBAD 1635 Faraday Ave Carlsbad CA 92008-7314 NET 30 DAYS 4/4 Recycling Guide 6pg ` r t (t b � �: _ ���_� � �_ � � ; �� �-� _��ZZ��L ���`��. ���`���.F.w..M.�_ �� � ����� ����$: r ��F: � '��t.� '.-�.� �._�„����r.. � - - �.,� . ; � , ���a.: ���� ;,,f_: r[ ,• �-g �,^ �'4 �gq � }� y'� i°5��.......,.,.,.-_.w.-.._e ..:.............�.:.,.v«.a.-_ R � <.. �,.,�..,M-,..,_.--... y.._.......-.—=__.-y { ���;`� !�"��z �` � �„ _.4$ � � �� � ��x �F�.'9('�'� ��. Please reference our invoice number on your check. 12/10/15 Please pay from this invoice. A 2% per month charge will be made on past due accounts. Overruns or Underruns not to exceed 10% of the amount ordered shall constitute an acceptable delivery and the excess or deficiency shall be charged or credited to the customer proportionately. Sub Total Discount Freight Postage Sales Tax Invoice Total Deposit Balance Due Page 1 of 1 Lynn Watts _�_ Shipped Unit Price 1,000 $1,647.00 Per M � 1 �:�. '� .. �; � � ��a 4� � � ,,� � � �u �� �"� �,�, �� ��'�����`� �.:��� �'a� �����:���`�"��� ?� �� ���' ���`E;�"�`� 1 /13/2016 $1,647.00 $1,647.00 $0.00 $0.00 $0.00 $131.76 $1, 778.76 $0.00 $1,778.76 City of Carlsbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKINQ SUPS, ETC.) P129388 SHIP TO: UTILITIES DEPARTMENT CITY OF CARLSBAD 1635 FARADAY AVENUE CARLSBAD CA 92008-7314 VENDOR: MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 MARC BOOGAY CONSULTING ENGINEER 326 MAIN STREET VISTA CA 92084 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: VENDOR #: 01/05/15 V000960 TELEPHONE #: (760) 407-4000 SHIP TO ID #: UTILFAR REQUISITION #: R44450 REQUESTER: MARK BISKUP QUANTITY UNIT DESCRIPTION UNIT PRICE 1 JOB ORIGINAL AGREEMENT DATED 12/29/14 FOR THE ASSESSMENT 1,250.00 RELATING TO ASBESTOS AND LEAD-CONTAINING PAINT SERVICES EXTENDED PRICE 1,250.00 5127000-9060 39491-9063 Tax 0.00 PO Total 1,250.00 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be Included on your Invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHOUT ALlTHnRl7Pr» SI^^MAT. .PC City of Carlsbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKINO SUPS, ETC.) P129389 SHIP TO: VENDOR: P.E.M. FLEET MAINTENANCE DIV. CITY OF CARLSBAD 2480 IMPALA DRIVE CARLSBAD CA 92010 ALTEC INDUSTRIES INC 2882 POMONA BLVD POMONA CA 91766 MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/05/15 VENDOR #: V000733 TELEPHONE #: (909) 444-0444 SHIP TO ID #: CSDFLE REQUISITION #: R44466 REQUESTER: AMY HAZEN QUANTITY UNIT 1 1 1 DESCRIPTION UNIT PRICE S186-LABOR TO INSTALL NEW BOOM AND REPLACE NEEDED PARTS 3,103.00 ETC. S186-PARTS NEEDED TO REPLACE BOOM (INCLUDES APPROX. 1.924.15 TAXES) S186-MISC CHARGES (ENVIRONMENTAL FEES/FREIGHT) 338.50 EXTENDED PRICE 3.103.00 1.924.15 338.50 6205460-7820 Tax 153.93 PO Total General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. 5.519.58 To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be Included on your invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHOUT AUTHORIZED SIGNATURE. City of Carlsbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKING SLIPS, ETC.) P129390 SHIP TO: P.E.M. FLEET MAINTENANCE DIV. CITY OF CARLSBAD 2480 IMPALA DRIVE CARLSBAD CA 92010 VENDOR: MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 ALTEC INDUSTRIES INC 2882 POMONA BLVD POMONA CA 91766 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/05/15 VENDOR #: V000733 TELEPHONE*: (909) 444-0444 SHIP TO ID «: CSDFLE REQUISITION #: R44467 REQUESTER: AMY HAZEN QUANTITY UNIT 1 1 1 DESCRIPTION P193-LABOR TO INSTALL BOOM OUT OF STOW SWITCH AND REPLACE DAMAGED ITEMS, INCLUDING TRAVEL TIME ETC. P193-PARTS TO COMPLETE REPAIRS P193-MISC CHARGES (ENVIRONMENTAL,FREIGHT) UNIT PRICE 1,160.00 272.58 61.25 EXTENDED PRICE 1,160.00 272.58 61.25 6205460-7820 Tax 21.81 PO Total 1.515.64 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be Included on your invoice. PURCHASING OFFICER THIS ORDER IS VOID WITHOUT AUTHORIZED SIGNATURE. City of Carlsbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKING SLIPS. ETC.) P129391 SHIP TO: PROPERTY & ENVIRONMENTAL MANAGEMENT CITY OF CARLSBAD 405 OAK AVENUE CARLSBAD CA 92008-3009 VENDOR: MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 SPEC-7 INC. P.O. BOX 904 YORBA LINDA CA 92885-0904 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/05/15 VENDOR #: V024813 TELEPHONE #: (714) 720-4293 SHIP TO ID #: PEM REQUISITION #: R44456 REQUESTER: JESSE ZUNKE QUANTITY UNIT DESCRIPTION UNIT PRICE 1 JOB ORIGINAL MINOR PW CONTRACT DATED 12/30/14 FOR THE LAS 11.500.00 PALMAS STOREFRONT SEALANT PROJECT EXTENDED PRICE 11.500.00 0015310-7230 Tax 0.00 PO Total 11.500.00 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be Included on your invoice. PURCHASING OFFICER THIS ORDER IS VOID WITHOUT AUTHORIZED SIGNATURE. City of Carlsbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKING SLJPS, ETC.) P129392 SHIP TO: INFORMATION TECHNOLOGY CITY OF CARLSBAD 1635 FARADAY AVENUE CARLSBAD CA 92008-7314 VENDOR: MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 TRACE3 7565 IRVINE CENTER DRIVE, STE 200 IRVINE CA 92618 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/05/15 VENDORS: V023655 TELEPHONE #: (949) 333-2400 SHIP TO ID #: IT REQUISITION #: R44417 REQUESTER: LISA VANTE QUANTITY UNIT DESCRIPTION 1 EA CISCO SMARTNET RENEWAL PER QUOTE 120814 DATED 12/8/2014 UNIT PRICE 10.865.70 EXTENDED PRICE 10.865.70 6401711-7216 Tax 0.00 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. PO Total 10,865.70 To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be Included on your invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHOUT AUTHORIZED SIGNATURE. Date: 12/8/2014 Customer: Lisa Vante Company: City of Carlsbad Address: 1200 Carlsbad Village Dr Carlsbad, CA 92008 Phone: 7606022792 Email: lisa.vante@carlsbadca.gov *Quote: 120814 City of Carlsbad Cisco Rnwl 05-JAN-16 TRACES Corporate Remit to: PO Box 843000 Los Angeles, CA 90084-3000 P; 480-236-0582 F: 949-333-5615 www.trace3.com Item Quantity Part Number Description UnitPrice Total 1) Qsco Smartnet Renewal C0N-SAU-LMSE7K MSE Virtual Appliance PRODUa NUMBER: L-MSE-7.0-K9 SERIAL NUMBER : BEGIN DATE: 06-Jan-15 END DATE; 05-Jan-16 $4,047.30 $4,047.30 2) C0N-ECMU-P112LF1H WCS to Prime Infrastructure 1.2 Migration 100 Device PRODUa NUMBER: L-W-PI12-100-M SERIAL NUMBER: BEGIN DATE: 06-Jan-15 END DATE: 05-Jan-16 $1,619.10 $1,619.10 3) CON-ECMU-P112LF50 WCS to Prime Infrastructure 1.2 Migration 50 Device PRODUa NUMBER: L-W-PI12-50-M SERIAL NUMBER: BEGIN DATE: 06-Jan-15 END DATE : 05-Jan-16 $953.10 $953.10 4) CON-SNT-LCT50A 50 AP Adder License for the 5508 Controller (eDelivery) PRODUCT NUMBER: L-LIC-a5508-50A $2,514.60 $2,514.60 BEGIN DATE: 06-Jan-15 END DATE : 05-Jan-16 5) CON-SNT-LCT25A 25 AP Adder License for the 5508 Controller (eDelivery) PRODUCT NUMBER: L-UC-CT5508-25A $1,461.60 $1,461.60 BEGIN DATE: 06-Jan-15 END DATE : 05-Jan-16 6) CON-SNT-C362IA 802.11n CAP w/CleanAir; 4x4:3SS; Mod; Int Ant; A Reg Domain PRODUCT NUMBER: AIR-CAP3602I-A-K9 SERIAL NUMBER : FrX1744R0EC BEGIN DATE: 06-Jan-15 END DATE; 05-Jan-16 $54.00 $54.00 •Witlmul a separale agreemenl. equipmenl/senrfces are provided subject to applicable terms al http.//ww«.lrace3,co(ii;teg8! Quoted amounts exclude sales taxes, to be charged on aN U.S. shipments. Submit exemption certificatBs (or lax-exempt purchases. Item I Quantity! Part Number | Date: 12/8/2014 Customer: Lisa Vante Company: City of Carisbad Address: 1200 Carlsbad Village Dr Carlsbad, CA 92008 Phone: 7606022792 Email: lisa.vante(Scarlsbadc3.gov •Quote: 120814 City of Carlsbad Cisco Rnwl 05-JAN-16 TRACE3 Corporate Remit to: PO Box 843000 Los Angeles, CA 90084-3000 P: 480-236-0582 F: 949-333-5615 www.trace3.com Description UnitPrice Total 7) 1 CON-SNT-C362IA 802.11n CAP w/CleanAir; 4x4:3SS; Mod; Int Ant; A Reg Domain PRODUCT NUMBER: AIR-CAP3602I-A-K9 SERIAL NUMBER: FrX1744R0EF BEGIN DATE: 06-Jan-15 END DATE: 05-Jan-16 $54.00 $54.00 8) 1 CON-SNT-C362IA 802.lln CAP w/CleanAir; 4x4:3SS; Mod; Int Ant; A Reg Domain PRODUa NUMBER: AiR-C:AP3602l-A-K9 SERIAL NUMBER: FTX1744R0EW BEGIN DATE : 06-Jan-15 END DATE: 05-Jan-16 $54.00 $54.00 9) 1 CON-SNT-C362IA 802.11n CAP w/CleanAir; 4x4:3SS; Mod; int Ant; A Reg Domain PRODUCT NUMBER: AIR-CAP36021-A-K9 SERIAL NUMBER: FrX1744GHU6 BEGIN DATE : 06-Jan-15 END DATE : 05-Jan-16 $54.00 $54.00 10) 1 CON-SNT-C362IA 802.11n CAP w/CleanAir; 4x4:3SS; Mod; Int Ant; A Reg Domain PRODUCT NUMBER: AIR-CAP3602I-A-K9 SERIAL NUMBER : FrX1744R0DA BEGIN DATE : 06-Jan-15 END DATE: 05-Jan-16 $54.00 $54.00 Please send Purchase Orders to renewals@trace3.com or fax to 949-333-5615 Andrea McKnight TRACE3 Renewals Team amcknight@trace3.com renewals(gtrace3.com Customer Confidential - Please do not fonvard Sub-Total: $10,865.70 Sales Tax: *See Note Terms: Net 30 (UAP) Shipping: FOB Origin Quote Expiration: 30 Days TOTAL: $10,865.70 •Without a separate agreemant. equipmem/services are provided subject to appUcable terms at http:«ww«.trace3.comfle9al. Quoted Bmounls exclude sales taxes, lo be charged on allU.S. shipments. SubmS exemption certiflcates for tax-exempt purchases. a^uu City of Carlsbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKINQ SLIPS, ETC.) P129393 SHIP TO: INFORMATION TECHNOLOGY CITY OF CARLSBAD 1635 FARADAY AVENUE CARLSBAD CA 92008-7314 VENDOR: MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 EN POINTE TECHNOLOGIES 18701 S. FIGUEROA STREET GARDENA CA 90248-4506 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/05/15 VENDOR #: V001178 TELEPHONED: (800) 694-4394 SHIP TO ID#: IT REQUISITION »: R44419 REQUESTER: KELLY DEMILLE QUANTITY UNIT EA MS PROJECT DESCRIPTION PER EA AGREEMENT UNIT PRICE 490.15 EXTENDED PRICE 980.30 QUOTE 30139746 DATED 1/7/14 MS ENTERPRISE AGREEMENT AB 21.426 DATED 11/19/13 0013110-7730 Tax 78.42 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. PO Total 1.058.72 To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be Included on your invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHOUT AUTHORIZED SIGNATURE. City of Carlsbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKINO SUPS, ETC.) P129394 SHIP TO: VENDOR: INFORMATION TECHNOLOGY CITY OF CARLSBAD 1635 FARADAY AVENUE CARLSBAD CA 92008-7314 ESRI 380 NEW YORK STREET ATTN: PETE BENNETT REDLANDS CA 92373 MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FAFIADAY AVENUE CARLSBAD. CA 92008-7314 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: VENDORS: 01/05/15 V003801 TELEPHONE #: SHIP TO ID #: (888) 377-4575 ext IT REQUISITION #: R44422 REQUESTER: KARL VON SCHLIEDER QUANTITY UNIT DESCRIPTION 1 EA ESRI DEVELOPER NETWORK (EDN) STANDARD TERM LICENSE PER QUOTATION 20461806 DATED DEC. 22, 2014 UNIT PRICE 1,500.00 EXTENDED PRICE 1,500.00 0019009-7730 95321-7730 Tax 0.00 PO Total 1,500.00 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the Initial order. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-73U (760) 602-2460 (760) 602-8556 FAX To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be Included on your invoice. PURCHASING OFFICER THIS ORDER IS VOID WITHOUT AUTHORIZED SIGNATURE. esrr ENVJRONMENTAL SYSTEMS RESEARCH INSTITUTE, INC. 380 New York St Redlands, CA 92373-8100 Phone: (909) 793-2853 Fax: 909-307-3049 DUNS Number: 06-313-4175 CAGE Code: 0AMS3 To expedite your order, please attach a copy of this quotation to your purchase order. Quote is valid from: 12/22/2014 To: 03/22/2015 Quotation #20461806 Date: December 22,2014 Customer # 1697 Contract # City of Carlsbad Information Technology Dept 1635 Faraday Ave Carlsbad, CA 92008 ATTENTION: Karl von Schlieder PHONE: (760) 602 2434 FAX; 760-602-8555 Material Qty Description Unit Price Total 108562 1 Esri Developer Network (EDN) Standard Term License 1,500.00 1,500.00 Item Total: 1.500.00 Subtotal; 1,500.00 Sales Tax; 0.00 Estimated Shipping & Handling(Surface Delivery): 0.00 Contract Pricing Adjust: 0.00 Total: $1,500.00 Once your order is processed, you will receive an email with your software authorization number(s) along with instructions on how to download the software and complimentary data & maps from http://customers.esri.com. Esri may charge a fee to cover expenses related to any customer requirement to use a proprietary vendor management, procurement, or invoice program. For questions contact: Erin Fair Email: efair<5)esri.com Phone: (909)793-2853x1263 The Items on this quotation are subject to the terms set forth herein and the tenns of your signed agreement with Esri, if any, or, w/here applicable, Esri's standard terms and conditions at www.esri.com/Iegal, which are incorporated by reference. Federal government entities and government prime contractors authorized under FAR 51.1 may purchase under the terms of Esri's GSA Federal Supply Schedule. Acceptance Is limited to the terms of this quotation. Esri objects to and expressly rejects any different or additional terms contained in any purchase order, offer, or confirmation sent to or to be sent by buyer. All terms of this quotation will be incorporated into and become part of any additional agreement regarding Esri's products and services. If sending remittance, please address to: Esri, File No. 54630, Los Angeles, Ca 90074-4630 ^f^^^'E. This offer Is limited to the terms and conditions incorporated and attached herein. Marie Aslie-Nutter From: Karl von Schlieder Sent: Monday, December 22, 2014 1:25 PM To: Marie Ashe-Nutter Cc: Sherry Remington Subject: FW: Esri Quote#20461806 Attachments: 20461806.pclf Follow Up Flag: Follow up Flag Status: Flagged Hi Marie - would you please order this software and charge it to this account? -1109009/7730 95321. Thanks, Karl From: Erin Fair [mailto:efair@esri.com] Sent: Monday, December 22, 2014 10:56 AM To: Karl von Schlieder Cc: Tim Craig Subject: Esri Quote#20461806 Hello Karl: Thank you for your interest in Esri and our software solutions, i have attached the quote you requested. When you're ready to place your order, you may use your credit card by calling us at 1.800.447.9778 option 2. To use a Purchase Order, you may e-mail (serviceg)esri.com) or fax the signed PO to 909-307-3083. Please reference your quote number or include the quote with the PO. Esri requires that we receive a copy of your Purchase Order document with the following information: P0# Shipping Address Billing Address Item Descriptions and Total Amount Authorized Signature Date of Purchase If you will be using a check, you may send it in to the following address: ESRI File No. 54630 Los Angeles, CA 90074-4630 Please make the check out to "ESRI" and attach a copy of the quote to your check. Payment via check takes approximately 2 weeks to process. Once you have submitted payment information or a PO, the order will be processed by our customer service department. You may call customer service at 888-377-4575 or visit our Customer Care Portal for order, license, registration, maintenance, and support information. City of Carisbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKING SUPS, ETC.) P129395 SHIP TO: UTILITIES DEPT. ADMIN. DIVISION CITY OF CARLSBAD 2560 EL CAMINO REAL CARLSBAD CA 92008-8802 VENDOR: MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 RICOH AMERICAS CORPORATION 404 CAMINO DEL RIO SOUTH, STE SAN DIEGO CA 92108 300 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/05/15 VENDORS: V023984 TELEPHONE #: (619) 725-8218 SHIP TO ID #: UTILADM REQUISITION #: R44445 REQUESTER: Ligeia Heagy QUANTITY UNrr 3 DESCRIPTION Short-term rental for EPSON T7270D-44 Color Plotter. Rented front RICOH for 3 months at $375.45 a month. Additional funds may be added to this PO should extension be required. (plotter falls into the Ricoh Managed Print Services when contract starts). Maintenance charges are: .10 per linear foot B/W .30 per linear foot color UNIT PRICE 375.45 EXTENDED PRICE 1,126.35 180.00 180.00 "This Purchase Order incorporates by reference the terms and conditions outlined in the U.S. Communities Equipment Sale and Maintenance Agreement of U.S. Communities Contract No. 4400003732, attached to the Acceptance Agreement dated 02/11/13 and located at the following webpage: http://www.uscommunities.org/suppl iers/ricoh/ricoh-cont ract/ which terms and conditions shall supersede all conflicting applicable terms and conditions of this Purchase Order, whether annexed or incorporated into this Purchase Order." 5116310-7715 Tax 0.00 PO Total 1,306.35 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be included on your Invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHOUT AUTHORIZED SIGNATURE. RICOH imagine, change. Proposal for EPSON T7270D-44" Color Document Solution PREPARED BY: Oscar Weathersby, Color Production Specialist Phone: (619) 725-8383 Amber Wood, Account Executive Phone: (760) 815-6604 Fax: (619) 220-0501 PREPARED FOR: City of Carlsbad Solution Option RICOH imagine, change. EPSON T7270D-44" Pricing Includes 1- EPSON T7270D-44" EQUIPMENT MONTHLY RENTAL COST INCLUDES: 1- EPSON T7270D-44" WF Color Digital Imaging system & Dual Roll 1-Multi Functional Scanner 1- Equipment Stand US Communities Rental Cost $375.45/mth EQUIPMENT MONTHLY COST $375.45/mth Initial installation includes toner startup kit "(It is recommended that an additional Ink cartridge supply ordered is placed ASAP) Manufacturer's 12 month on-site service included N/C Phone support included Monday thru Friday 12 Month Warranty includes parts and labor *Total monthly cost TBD based on maintenance volume plan. ©2012 Ricoh Americas Corporation. All Rights Reserved. www.ricoh.com Please direct any questions on this proposal to: Oscar Weathersby, Color Production Specialist Phone: (619) 725-8383 Amber Wood, Account Executive Phone: (760) 815-6604 ©2012 Ricoh Americas Corporation. All Rights Reserved. John Perego From: Amber.Wood@ricoh-usa.com Sent: Friday, January 02, 2015 10:13 AM To: John Derego Cc: Randy Lagman; Michael.Luther@ricoh-usa.com Subject: Re: FW: WIDE FORMAT APPROVAL-Ricoh Hello John, Yes, the service rates will need to be added. (Below). As for the plan, there has not been one selected, this will take place when we meld into the MDS solution. • $.10 per linear foot • $.30 per linear foot Toner will need to be purchased within the first 30 days as it is not included. I will work directly will the end user in assisting with this task. Please feel free to contact me via ceil if you have any questions. Regards, Amber Wood Amber Wood Account Executive RICOH AMERICAS CORPORATION 404 Camino Del Rio South Suite 300 San Diego, CA 92108 Phone: 619-725-8218 Cellular: 760-815-6604 amber. wood(a)ricoh-usa.com www.ricoh-usa.com RICOM imagine, change. From: John Derego <John.DeRego@carisbaclca.gov> To: "Amber.Wood@ricoh-usa.com" <Amber.Woocl@ricoh-usa.com> Cc: Randy Lagman <Randy.Lagman@carisbadca.gov> Date: 12/30/2014 09:16 AM Subject: FW: WIDE FORMAT APPROVAL-Ricoh Amber, Are there any other costs that need to be added to the PO for the attached quote besides the monthly rental fee? It mentions "Total monthly cost TBD based on maintenance volume plan". Is a plan been selected? Is there a per page (or square foot) charge that should be included on the PO? Thank you, Ccityof Carlsbad John DeRego Buyer & Contract Administrator Finance Department 1635 Faraday Avenue Carlsbad, CA 92008-7314 john.derego@carlsbadca.gov PH: 760-602-2467 Fax: 760-602-8556 From: Randy Lagman Sent: Tuesday, December 16, 2014 1:01 PM To: Kirsten Plonka; Terry Smith Cc: Karl von Schlieder; Amber Wood; John Derego Subject: Fwd: WIDE FORMAT APPROVAL-Ricoh Kirsten, Terry, Please see the attached proposal from Ricoh for a wide format device for your area. This device will meet your functional needs, and is available on a short-term rental from Ricoh. Ricoh will be our enterprise Managed Print Services provider, and once we execute that contract in the next 2-3 months, this device will be folded into that contract and the rental costs will be replaced by usage-based billing per the enterprise agreement. If you approve, please work with Amber Wood from Ricoh and John DeRego to create a PO for this short-term rental. Once the PO is sent to Amber, she will coordinate the deployment of the device. Please let me know if you have any questions or concerns. Happy Holidays. [attachment "imageOOl .gif' deleted by Amber Wood/C/VRCUS] [attachment "ATT00001 .htm" deleted by Amber Wood/CA/RCUS] [attachment "Mall Attachment.gif' deleted by Amber Wood/C/VRCUS] [attachment "ATT00002.htm" deleted by Amber Wood/C/VRCUS] [attachment "Epson Proposal 12-16-14.pdf' deleted by Amber Wood/C/VRCUS] [attachment "ATT00003.htm" deleted by Amber Wood/CA/RCUS] City of Carlsbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKING SUPS, ETC.) P129396 SHIP TO: VENDOR: RECREATION ADMINISTRATION CITY OF CARLSBAD 799 PINE AVENUE, SUITE 200 CARLSBAD CA 92008 RBF CONSULTING 5050 AVENIDA ENCINAS #260 CARLSBAD CA 92008 MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/06/15 VENDOR #: V004219 TELEPHONE*: (760) 476-9198 SHIP TO ID #: RECADM REQUISITION #: REQUESTER: R44402 LKETABIAN/KTROJANOWS QUANTITY UNIT EA DESCRIPTION CALAVERA HILLS COMMUNITY PARK GATEWAY IMPROVEMENTS PROJECT 4510: CONTRACT CA898: PER TASK DESCRIPTION #5 UNIT PRICE 76.750.00 EXTENDED PRICE 76.750.00 0014510-7490 Tax 0.00 PO Total 76,750.00 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be included on your invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHOUT AUTHORIZED SIGNATURE. City of Carlsbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKING SLIPS, ETC.) P129401 SHIP TO: UTILITIES DEPT. WATER DIVISION CITY OF CARLSBAD 5950 EL CAMINO REAL CARLSBAD CA 92008-8802 VENDOR: MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 NRC ENVIRONMENTAL SERVICES 2950 KURTZ STREET SAN DIEGO CA 92110 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/06/15 VENDOR #: V013686 TELEPHONE #: (619) 235-3320 SHIP TO ID #: UTILWTR REQUISITION #: R44451 REQUESTER: MATT JACOBS QUANTITY UNIT DESCRIPTION 1 JOB ORIGINAL AGREEMENT DATED 12/29/14 FOR THE HAZARDOUS WASTE REMOVAL SERVICES UNIT PRICE 10.000.00 EXTENDED PRICE 10,000.00 5016310-7550 Tax 0.00 PO Total 10.000.00 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be included on your Invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHOUT AUTHORIZED SIGNATURE. City of Carlsbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKING SLIPS, ETC.) P129402 SHIP TO: VENDOR: CITY MANAGER CITY OF CARLSBAD 1200 CARLSBAD VILLAGE DRIVE CARLSBAD CA 92008 THE STEVE ALEXANDER GROUP 1375 CAMINITO ARRIATA LA JOLLA CA 92037 MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/06/15 VENDOR #: V023698 TELEPHONE #: (858) 539-0011 SHIP TO 1D#: MGR REQUISITIONS: REQUESTER: R44400 KATHY DODSON QUANTITY UMrr 1 EA DESCRIPTION PUBLIC AGENCY LEADERSHIP CONSULTING SERVICES PER CONTRACT DATED 12/19/2014 UNIT PRICE 25,000.00 EXTENDED PRICE 25.000.00 0011010-7490 Tax 0.00 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. PO Total 25.000.00 To conform with f.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be Included on your Invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX PURCHASING OFFICER THi.t npr^FP ig wnin WITU/M IT «• .-r, ./^r..-,-,^ ... City of Carlsbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKING SUPS, ETC.) P129403 SHIP TO: RECREATION ADMINISTRATION CITY OF CARLSBAD 799 PINE AVENUE, SUITE 200 CARLSBAD CA 92008 VENDOR: MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 HEWLETT PACKARD ATTN: GEM ORDER ENTRY 10810 FARNAM DR OMAHA NE 68154 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/06/15 VENDOR*: V017580 TELEPHONE #: 549-2190 SHIP TO ID #: RECADM REQUISITION #: REQUESTER: R44461 MICK CALARCO QUANTITY UNTT DESCRIPTION UNIT PRICE EXTENDED PRICE BIG DEAL NUMBER 90889754 CONTRACT: CA-STATE OF CALIFORNIA (WSCA/NASPO) (B2164-CA) 1 EA CONFIGURABLE - HP ELITEBOOK REVOLVE 810 G2 W/INTEL CORE 17-4600U PER ATTACHED QUOTE NUMBER 8975473-6 DATED 11/21/2014 1 EA D9Y32AA#ABA. HP ULTRA-SLIM DOCK 2013. 1 EA U7861E. 9X5 NEXT-BUSINESS-DAY ON-SITE, 5 YEARS ELECTRONIC PACK 1 EA CA RECYCLING FEE 1,479.45 129.00 215.00 3.00 1,479.45 129.00 215.00 3.00 0014510-9006 Tax 128.68 PO Total 1.955.13 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be included on your Invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHOUT AUTHORIZED SIGNATURE. CAPITAL OUTLAY REQUEST FORM Pricuffinent information Date 112/17/14 Fiscal Year FY 14-15 Org key-Object Code 6411710-9006/92201-9006 and 0014510 1DO^«P Funding Source {Other (Describe) Description of purchase j Laptop Type of purchase jl.T. Replacement •MM Year Purchase [ZlBudget Process Request Please note that If a mid-year I T. purchase Is approved your block w\\ be reduced the following budget year by an amount equal to the annual mair^t. and repl. costs. Vehicle Description Fleet Committee Approved? lApproval Signature: Type of Vehicle Purchase Vehicle being replaced (unit #) Type of vehicle it is being replaced with Associated Equipment (describe) Information Technology Type of IT Purchase Laptop Description (If replacement include the asset number it is replacing) Replacing desktop 4222 with a laptop.J&8$S has been collected for replacement and will come from account code 6411710-9006/92201-9006. The remainder will come from account 001-4510. This Is an existing dovico no additional mBlntenance will bo ooHootod. (3>tli>rSCapltal^Pijneha8e Description Cbsts AcqulsltloifYear Yearl Year 2 Years Quantity 1 Unit Cost 13 1,479.45 Other Costs Per Unit Total'costs Cumulative costs $2,443 91 $2,443.91 $486.781 $488»78 $3,910.25 -n,$3,421,47 Describe the specific City Coutfcll; xl^wrtmerital br%>r^ capital Item Is needed Require for mobile work environment What alternatives are available? Evaluate renting, leasing and utilization of existing vehicles/equipment in terms of fiscal and operational !; Impacts None Signatures Approved/N ot Approv Requested By Fleet Approval (Fleet must approve the maint./repl.costs on this form) MickCalarco ,\A,^CJ^(^^ Info. Tech. Approval (IT must approve of the maint./repl. costs on this form) Finance (Mid-Year I.T. pucchases mujt be approved by Finance)^!^ Dept Head Approval City Manager Team (CM, ACM or DCM) (Required if any single item is greater than $10,000) 12/17/201410:16 AM PRICE QUOTATION Quote Number: 8975473-8 Quote Date: November 21,2014 Revised Date: November 21, 2014 Expires: December 21, 2014 Provided by: Valerie Herrera de RE Page 1 of 3 Andy Chang CITY OF CARLSBAD Big Deal Number: 90889754 Contract; CA - STATE OF CALIFORNIA (WSCA/NASPO) (B27164-CA) Product availability and product discontinuation Is aubject to Changs witliout notice. Tlie prlcei In thli quotation are valid for 30 days from quote date above. Please Include the quote number and contract from thi« quote on the corresponding purchase order. HP PROPRIETARY INFORMATION FOR CUSTOMER USE ONLY. DO NOT SHARE. Part No. Description Unit Price Extended Group: 1 $215.00 1 $129.00 $129.00 1 $1,479.45 $1,479.45 1. U7861E 9x5 Next-Business-Day On-Site, 5 Years - Electronic Pack 2. D9Y32AA#ABA HP UltraSlim Dock 2013 3. Configurable - HP EliteBook Revolve 810 G2 w/lntel Core i7-4600U F1J34AV F1J34AV Product - HP EliteBook Revolve 810 G2 with Intel Core I7-4600U (2.1GHz w/Turbo, 4MB L3 Cache) Processor and Intel HD Graphic 4400 F2L62AV#ABA Operating system - Windows 7 Professional 64 (available through downgrade rights from Windows 8.1 Pro) OS Label - No OS Label needed for Win 8.1 or Win7DG64/32 OS selections (select this option if Win 8.1 or Win7DG64/32 is selected) Processor - Intel® Core'™ i7-4600U (2.1GHz w/ Turbo, 4MB Cache) Processor D5U73AV Processor label - Intel Core i? vPro Label XU979AV ENERGY STAR® label - Estar Label - If any (MSGS) is selected, then MISC eStar label (XU979AV) must be selected F2G90AV Gut-of-Band Management - Intel® vProTM Technology Enabled \AA<B23AV Touch Module Design - Touch Model ID - BIOS configuration for multi-touch F2D54AV Display -11.6-inch diagonal LED HD UWVA Anti-Glare (1366x768) for Webcam F2D95AV Integrated camera - Integrated 720p HD Webcam Video/graphics - Intel® HD Graphics 4400 F2D57AV Memory - 8 GB 1600 MHz DDR3 SDRAM (ID +4 GB On Motherboard) F2D59AV Internal Storage -128 GB Solid-State Drive (SSD) mSATA III F2E67AV#ABA Keyboard - TouchPad Backlit Keyboard F2G83AV Wireless LAN - Intel 802.11 a/b/g/n (2x2) + Bluetooth 4.0 LE333AV HP Mobile Broadband - No HP Mobile Broadband F2D89AV AC Adapter - 45 Watt Smart nPFC AC Adapter F6J14AV#ABA Power Cord - Power Cord -1.8 Meters Note: For detailed warranty information, please link to "URL" for mora information www.hp.com/qo/specificwarrantvlnfo. Sales taxes added where applicable. Freight Is FOB Destination. California law requires collection of an advance recycling fee for certain products. Applicable mandatory advance recycling fees may be added to your Invoice. For more Information, please go to www.hp.com/qo/hwrecvclB. $215.00 PRICE QUOTATION Quote Number; 8975473-6 Quote Date : November 21. 2014 Revised Date: November 21,2014 Expires: December 21, 2014 Provided by: Valerie Herrera de Hi Page 2 of 3 Andy Chang CITY OF CARLSBAD Big Deal Number 90889754 Contract: CA-STATE OF CALIFORNIA (WSCA/NASPO) (B27164-CA) Product availability and product discontinuation Is subject to change without notice. The prices In this quotation are valid for 30 days from quote date above. Please include the quote number and contract from this quote on the corresponding purchase order. HP PROPRIETARY INFORMATION FOR CUSTOMER USE ONLY. DO NOT SHARE. Item Part No. Description Qtv. Unit Price Extended F2D53AV Battery - 6-cell (44 WHr) Polymer battery F2D92AV#ABA Warranty - 3/3/0 V\fen-anty F2D49AV#ABA Country Kit - Destination Country Kit Localization - NA English F2K53AV Recovery media - Driver DVD for Win 8.1 without OS Media Slots - MicroSD slot, Micro-SIM Note: - Additional accessories added from categories below will ship and invoice separately. SUB TOTAL: $1,823.45 CA Recycllna Fee Total: $3.00 TOTAL PRICE : $1,826.45 To ensure the accurate and timely processing of your order, please include quote # 8975473-6 on your Purchase Order. GET MORE FOR YOUR MONEY Make the most of your budget and protect against technology obsolescence. Lease these HP products with a purchase price of $1,823.45 for 36 months for as little as $56.62 per month. At the end of the lease, send the equipment back to HP Financial Sen/ices and upgrade to new technology or purchase the equipment at its fair market value.* GET MORE WITH HP FINANCIAL SERVICES For more information, call Hewlett-Packard Financial Services Company at 1-888-277-5942 and talk to a financial sen/ices representative who specializes in supporting government and education entities. * The monthly payment amount is for a lease commencing on or before 12/21/2014 with a tenn of 36 months and a fair market value purchase option at the end of the lease term. This and other leasing and financing options are available through Hewlett-Packard Financial Sen/ice Company (HPFSC) or one of its affiliates to qualified education and state and local customers in the U.S. and subject to credit approval and execution of standard HPFSC documentation. Fees and other restrictions may apply. This is not a commitment to lease. Rates and payments are subject to change at any time without notice. Leasing and financing options for Federal governmental agencies (subject to a $50,000 minimum) are available from Hewlett-Packard Company. Note: For detailed warranty Information, please link to "URL" for more information www.hp.com/go/speclficwarrantvlnfo. Sales taxes added where applicable. Freight is FOB Destination. California law requires collection of an advance recycling fee for certain products. Applicable mandatory advance recycling fees may be added to your invoice. For more Information, please go to www.hp.com/qo/hwrecvcle. City of Carlsbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKING SLIPS, ETC.) P129404 SHIP TO: RECREATION ADMINISTRATION CITY OF CARLSBAD 799 PINE AVENUE. SUITE 200 CARLSBAD CA 92008 VENDOR: MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 HEWLETT PACKARD ATTN: GEM ORDER ENTRY 10810 FARNAM DR OMAHA NE 68154 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/06/15 VENDOR #: V017580 TELEPHONE #: 549-2190 SHIP TO ID #: RECADM REQUISITION #: REQUESTER: R44462 BONNIE ELLIOH QUANTITY UNrr DESCRIPTION UNIT PRICE EXTENDED PRICE BIG DEAL NUMBER 90889754 CONTRACT: CA-STATE OF CALIFORNIA (WSCA/NASPO) (B2164-CA) EA CONFIGURABLE • HP ELITEBOOK 850 Gl NOTEBOOK PC INTEL i5-4200/UMA GRAPHICS PER ATTACHED QUOTE NO. 9964320 DATED: 11/13/2014 1.153.01 1,153.01 1 EA UF223E, 9X5 PICK-UP & RETURN COVERAGE FOR NOTEBOOK WITH 244.00 ACCIDENTAL DAMAGE PROTECTION SERVICES, 5 YEARS 1 EA D9Y32AA#ABA, 2013 HP ULTRASLIM DOCKING STATION 129.00 1 EA CA RECYCLING FEE 4.00 244.00 129.00 4.00 0014510-9006 Tax 102.56 PO Total 1,632.57 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be Included on your Invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-6SS6 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHOUT AUTHORIZED SIGNfflCUBE^ CAPITAL OUTLAY REQUEST FORM Procurement Information •Mid Year Purchase HBudget Process Request Date 12/17/14 Please note that if a mid-year I.T. purchase is approved your block will be reduced the following budget year by an amount equal to the annual maint. and repl. costs. Fiscal Year FY 14-15 Please note that if a mid-year I.T. purchase is approved your block will be reduced the following budget year by an amount equal to the annual maint. and repl. costs. Orq key-Obiect Code 6411710-9006/92201-9006 and 0014510 ^OOC? Please note that if a mid-year I.T. purchase is approved your block will be reduced the following budget year by an amount equal to the annual maint. and repl. costs. Funding Source Other (Describe) Please note that if a mid-year I.T. purchase is approved your block will be reduced the following budget year by an amount equal to the annual maint. and repl. costs. Description of purchase Laptop Type of purchase I.T. Replacement Vehicle Description Fleet Committee Approved? A^roval Signature: Type of Vehicle Purchase i Vehicle beina replaced (unit #) | Type of vehicle it is being replaced with 1 1 Associated Equipment ^descritie) j Inforrnation Technology Type of IT Purchase .Laptop Description (If replacement include the asset number It is replacing) iReplacIng desktop 4471 pci (Bonnie Elliott) with a laptop.-teas'has been collected for replacement and will come from account code 6411710-9006/92201-9006. The remainder will come from account iOOI-4510. This Is an oKlatIng devlee ao no additienal maintenanos will be ooll86tBd> 1 -f ySP.S? ^ftofA OOIH<IO - %0L, - ptheriCapltal Purchase Total costs CumulatWe costs $1,999.-46, $399.89. 52,799.25 $399.89 15?l59l4 Descrlbe the specific City Council, departmental or program goal or ottlectlve which supports why this capital Item Is needed Require for mobile work environment VVhat alternatives are available? Evaluate renting; leasing and utilization of existing vehicles/equipment In terms of fiscatand o impacts None Signatures 4. m'M^ Approved/Noti Approv Reason for Denial Requested By j Bonnie Elliott I _4 Fleet Approval (Fleet must approve the maint./repl.costs on this form) Info. Tech. Approval (IT must approve of j the maint./repl. costs on this form) Finance (Mid-Year I.T. purchases mus be approved by Financai]i3»S ^jt^ j Dept Head Approval City Manager Team (CM, ACM or DCM) j (Required if any single item is greater than S10,000) 12/17/2014 9:01 AM PRICE QUOTATION Quote Number: 9964320 Quote Date : November 13, 2014 Revised Date: November 13, 2014 Expires: December 13, 2014 Provided by: Valerie Herrera de Rg Page 1 of 3 Andy Chang CITY OF CARLSBAD Big Deal Number: 90889754 Contract: CA-STATE OF CALIFORNIA (WSCA/NASPO) (B27164-CA) Product availability and product discontinuation is subject to change without notice. The prices In this quotation are valid for 30 days from quote date above. Please Include the quote number and contract from this quote on the corresponding purchase order. HP PROPRIETARY INFORMATION FOR CUSTOMER USE ONLY. DO NOT SHARE. Item Part No. Descriotion Qtv. Unit Price Extended Group: D8H44AV F6Q95AV#ABA E6E80AV C7S06AV XU979AV FG972AV D8T93AV D8U08AV D1F67AV F0U07AV D8T95AV D8H39AV#ABA D8U10AV E6U97AV Configurable - HP EliteBook 850 Gl Notebook PC Intel I5-4200U/UMA Graphics DBH44AV Product Config Notes - For Ultrabook Configuration Select - Ultrabook silver labels + (Win7 OS, Win7DG32 or Win7DG64) + WLANJntel + GAM + (non BED SSD or (non BED HDD + FlashCache) + 50Whr battery Product - HP EliteBook 850 Gl Notebook PC with Intel i5-4200U (1.6GHz w/Turbo, 3MB Cache) Processor, and Intel HD Graphics 4400 Operating system - Windows 7 Professional 64 (available through downgrade rights from Windows 8.1 Pro) OS Label - No OS Label needed for Win 8 or Win7DG64/32 OS selections (select this option if Win 8 or Win7DG64/32 is selected) Processor - Intel® Core™ i5-4200U (1.6GHz w/ Turbo. 3MB Cache) Processor and Intel HD Graphics 4400 Processor label - Intel Core t5 Silver Label Intel Ultrabook Label - Intel Ultrabook Silver US Label ENERGY STAR® label - Estar Label - If any (MSOS) is selected, then MISC eStar label (XU979AV) must be selected Intel® vPro Technology - no vPro Technology support Display -15.6 inch LED HD SVA Anti-Glare flat (1366x768) for Webcam Integrated camera - Integrated HD Webcam (Must be selected for Ultrabook configuration) Video/graphics - Intel® HD Graphics 4400 Memory - 8 GB 1600 MHz DDR3 SDRAM (ID) Internal Storage -128 GB SATA Solid-State Drive - Not available if (FLASH) is selected Mini Card - Not selecting Mini Card SSD as on optional Internal Storage device Flash Cache - No Flash Cache Keyboard - Back-lit DualPoint Keyboard Wireless LAN - Intel 802.11 a/b/g/n/ac (2x2) + Bluetooth 4.0 HS Combo with WiDi Support HP Mobile Broadband - No HP Mobile Broadband $1,153.01 $1,153.01 Note: For detailed warranty informatton, please link to "URL" for more information www.hD.com/ao/specificwarrantvinfo. Sales taxes added where applicable. Freight is FOB Destination. California law requires collection of an advance recycling fee for certain products. Applicable mandatory advance recycling fees may be added to your invoice. For more information, please go to www.hD.com/ao/hwrecvcle. PRICE QUOTATION Quote Number: 9964320 Quote Date : November 13, 2014 Revised Date: November 13,2014 Expires: December 13,2014 Provided by: Valerie Herrera de Rs Page 2 of 3 Andy Chang CITY OF CARLSBAD Big Deal Number: 90889754 Contract: CA - STATE OF CALIFORNIA (WSCA/NASPO) (B27164-CA) Product availability and product discontinuation Is subject to change without notice. The prices in this quotation are valid for 30 days from quote date above. Please Include the quote number and contract from this quote on the corresponding purchase order. HP PROPRIETARY INFORMATION FOR CUSTOMER USE ONLY. DO NOT SHARE. Part No. Description Unit Price Extended D8T96AV E5B65AV E5B71AV#ABA D8H26AV#ABA D8T86AV D8Y11AV#ABA B3M72AV F6G05AV Security - No Integrated Fingerprint Reader AC Adapter - 45 Watt Smart nPFC AC Adapter Power Cord - Power Cord -1.8 Meters Country Kit - Destination Country Kit Localization - NA English Battery - 3-cell (50 WHr) Polymer/Prismatic battery Long Life (this battery must be selected if Ultrabook configuration) Warranty - 3/3/0 Warranty Misc Warranty Documentation - Warranty 3 YR Battery Documentation- - Required if {BATT3yr) and(WARR3yrUS) is selected Recovery media - Drivers for Windows 8.1 (Recovery Media) Note: - Additional accessories added from categories below will ship and invoice separately. 2. UF223E 9x5 PIckup&Retum Coverage for Notebooks with Accidental Damage Protection Service, 5 years 1 $244.00 $244.00 3. D9Y32A/»#ABA 2013 HP UltraSlim Docking Station [INFO] 1 $129.00 $129.00 SUBTOTAL: $1,526.01 CA Recycling Fee Total $4.00 TOTAL PRICE : To ensure the accurate and timely processing of your order, please include quote # 9964320 on your Purchase Order. $1,530.01 GET MORE FOR YOUR MONEY Make the most of your budget and protect against technology obsolescence. Lease these HP products with a purchase price of $1,526.01 for 36 months for as little as $47.38 per month. At the end of the lease, send the equipment back to HP Financial Services and upgrade to new technology or purchase the equipment at its fair market value.* GET MORE WITH HP FINANCIAL SERVICES For more information, call Hewlett-Packard Financial Services Company at 1-888-277-5942 and talk to a financial services representative who specializes in supporting government and education entities. Note: For detailed warranty information, please link to "URL" for more Information www.hp.com/ao/SDecificwarrantvlnfo. Sales taxes added where applicable. Freight is FOB Destination. Califomia law requires collection of an advance recycling fee for certain products. Applicable mandatory advance recycling fees may be added to your invoice. For more information, please go to www.hp.com/qo/hwrecvcle. City of Carisbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKING SLIPS, ETC.) P129405 SHIP TO: RECREATION ADMINISTRATION CITY OF CARLSBAD 799 PINE AVENUE, SUITE 200 CARLSBAD CA 92008 VENDOR: MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 HEWLETT PACKARD ATTN: GEM ORDER ENTRY 10810 FARNAM DR OMAHA NE 68154 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/06/15 VENDOR #: V017580 TELEPHONE #: 549-2190 SHIP TO ID#: RECADM REQUISITION #: REQUESTER: R44463 KYLE LANCASTER QUANTITY UNIT DESCRIPTION UNIT PRICE EXTENDED PRICE BIG DEAL NUMBER 90889754 CONTRACT: CA-STATE OF CALIFORNIA (WSCA/NASPO) (B27164-CA) EA EA EA EA CONFIGURABLE HP ELITEBOOK REVOLVE 810 G2 W/INTEL CORE i7-4600U PER ATTACHED QUOTE NUMBER 8975473-6 DATED: 11/21/2014 D9Y32AA#ABA. ULTRA-SLIM DOCK 2013 U7861E, 9X5 NEXT-BUSINESS-DAY ON-SITE. 5 YEAR ELECTRONIC PACK. CA RECYCLING FEE 1,479.45 129.00 215.00 3.00 1.479.45 129.00 215.00 3.00 0014510-9006 Tax 128.68 PO Total 1,955.13 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be Included on your invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760)602-2460 (760) 602-8556 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHOUT AUTHORIZED SIGNAIUBE- City of Carlsbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKING SUPS, ETC.) P129406 SHIP TO: VENDOR: FINANCE CITY OF CARLSBAD 1635 FARADAY AVENUE CARLSBAD CA 92008-7314 BRUCE W HULL & ASSOCIATES INC. SUITE 204 1056 EAST META STREET VENTURA CA 93001 MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/06/15 VENDOR #: V010017 TELEPHONE #: (805) 641-3275 SHIP TO ID #: FIN REQUISITION #: R44482 REQUESTER: A.BEANAN QUANTITY UNrr DESCRIPTION 1 EA APPRAISAL SERVICES PER AGREEMENT DATED 12/23/2014. UNIT PRICE 25,000.00 EXTENDED PRICE 25,000.00 COPY IN JOHN'S MAIL SLOT. NOT SCANNED INTO DMS YET. 4211340-7490 Tax o;oo PO Total 25.000.00 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the Initial order. To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be Included on your Invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHOUT AUTHORIZED SIGNATURE CAPITAL OUTLAY REQUEST FORM Procurement Information Date H2/17/14 Fiscal Year jFY 14-15 Org key-Object Code 16411710-9006/92201-9006 and 0014510 Funding Source ! Other (Describe) Description of purchase 1 Laptop Type of purchase !l.T. Replacement •MW Year Purchase [ZlBudgct Process Request Vehicle Description Fleet Committee Approved? Type of Vehicle Purchase Vehicle being r^laced (unit #) Type of vehicle it is beina replaced with Associated Equipment (describe) lApproval Signature: Please nn'p thai if •» —i-" '" lase IS jal to Information Technology Type of IT Purchase Laptop Description (If replacenrient include the asset number it is replacing) iReplactng desktop 3566cc with a laptop. $920 has been collected for replacement and will come jfrom account code 6411710-9006/92201-9006. The remainder will come from account 001-4510HRM».. jtean OMlctlnH daviea ac ne additional inBlrHananes will Iw c-UltomW. Other Capital Purchase Description Cbsts Acquisition Year Quantity Unit Cost 1,479.45 Other Costs Per Unit 129.00 i Other Non Per Unit Costs Other Nontaxable Costs 218.00 Est. Annual Vehicle Mileage/Hours Per Mile/HR's Charge Annual Maintenance Cost $0 00 i SC.OO 50 00 Annual Replacement Cost Total costs $468.78 $2,443.91 i $488178 5488 78: $488.76 Cumulative costs $2.443.9lC $488,781 $488.78} $438 76 $3.910.25 $3,421.47 Describe the specific City Council, departmental orprbgramlgoalioi-jdiaQaiveiW^^ this caplULItem is, needed Require for mobile work environment What alternatives are available? Evaluate renting, leasing and utilization of existing vehicles/equipment in terms of fiscal and operational Impacts None Signatures Approved/Not Approv Reason for Denial Requested By Kyle Lancaster Fleet Approval (Fleet must approve the malnt./repl.costs on this form) Info. Tech. Approval (IT must approve the maint./repl. costs on this form) ^lfl\ff\' Finance (Mid-Year I.T. purchases must t)e approved by Finanog^^jfo Dept Head Approval IIUSl Jt City Manager Team (CM, ACM or DCM) (Required if any single item is greater than $10,000) 12/17(201411:24 AM L 3 PRICE QUOTATION Quote Number: 8975473-6 Quote Date: November 21,2014 Revised Date: November 21,2014 Expires: December 21,2014 Provided by: Valerie Herrera de RE Page 1 of 3 Andy Chang CITY OF CARLSBAD Big Deal Number: 90889754 Contract: CA-STATE OF CALIFORNIA (WSCA/NASPO) (B27164-CA) Product availability and product discontinuation It subject to change witliout notice. The prices in this quotation are valid for 30 days from quote date above. Please Include the quote number and contract from this quote on the corresponding purchase order. HP PROPRIETARY INFORMATION FOR CUSTOMER USE ONLY. DO NOT SHARE. Item Part No. Description Qtv. Unit Price Extended Group: 1 $215.00 1 $129.00 1 $1,479.45 1. U7861E 9x5 Next-Business-Day On-Site, 5 Years - Electronic Pack 2. D9Y32AA#ABA HP UltraSlim Dock 2013 3. Configurable - l-IP EliteBook Revolve 810 G2 w/lntel Core i7-4600U F1J34AV F1J34AV Product - HP EliteBook Revolve 810 G2 with Intel Core i7-4600U (2.1GHz w/Turbo, 4MB L3 Cache) Processor and Intel HD Graphic 4400 F2L62AV#ABA Operating system - Windows 7 Professional 64 (available through downgrade rights from Windows 8.1 Pro) OS Label - No OS Label needed for Win 8.1 or Win7DG64/32 OS selections (select this option if Win 8.1 or Win7DG64/32 is selected) Processor - Intel® Core™ i7-4600U (2.1 GHz w/ Turbo, 4MB Cache) Processor D5U73AV Processor label-Intel Core i7vPro Label XU979AV ENERGY STAR® label - Estar Label - If any (MSOS) is selected, then MISC eStar label (XU979AV) must be selected F2G90AV Out-of-Band Management - Intel® vProTM Technology Enabled WK823AV Touch Module Design - Touch Model ID - BIOS configuration for multi-touch F2D54AV Display -11.6-inch diagonal LED HD UWVA Anti-Glare (1366x768) for Webcam F2D95AV Integrated camera - Integrated 720p HD Webcam Video/graphics - Intel® HD Graphics 4400 F2D57AV Memory - 8 GB 1600 MHz DDR3 SDRAM (ID +4 GB On Motherboard) F2D59AV Internal Storage -128 GB Solid-State Drive (SSD) mSATAIII F2E67AV#ABA Keyboard - TouchPad Backlit Keyboard F2G83AV Wireless LAN - Intel 802.11 a/b/g/n (2x2) + Bluetooth 4.0 LE333AV HP Mobile Broadband - No HP Mobile Broadband F2D89AV AC Adapter - 45 Watt Smart nPFC AC Adapter F6J14AV#ABA Power Cord - Power Cord -1.8 Meters Note: For detailed warranty Information, please link to "URL" for more information www.hp.com/qo/SDeeificwarrantvinfo. Sales taxes added where applicable. Freight is FOB Destination. California law requires collection of an advance recycling fee for certain products. Applicable mandatory advance recycling fees may be added to your invoice. For more information, please go to wvvw.hp.com/qo/hwr8cvcle. $215.00 $129.00 $1,479.45 PRICE QUOTATION Quote Number: 8975473-6 Quote Date : November 21, 2014 Revised Date: November 21,2014 Expires: December 21, 2014 Provided by: Valerie Herrera de Rs Page 2 of 3 Andy Chang CITY OF CARLSBAD Big Deal Number: 90889754 Contract: CA- STATE OF CALIFORNIA (WSCA/NASPO) (B27164-CA) Product availability and product discontinuation is subject to change without notice. The prices In this quotation are valid for 30 days from quote date above. Please Include the quote number and contract from this quote on the corresponding purchase order. HP PROPRIETARY INFORMATION FOR CUSTOMER USE ONLY. DO NOT SHARE. Part No. Description Unit Price Extended F2D53AV Battery - 6-cell (44 WHr) Polymer battery F2D92AV#ABA V\feirranty - 3/3/0 Warranty F2D49AV#ABA Country Kit - Destination Country Kit Localization - NA English F2K53AV Recovery media - Driver DVD for Win 8.1 without OS Media Slots - MicroSD slot, Micro-SIM Note: - Additional accessories added from categories SUB TOTAL: $1,823.45 CA Recycling Fee Total: $3.00 TOTAL PRICE: $1,826.45 To ensure the accurate and timely processing of your order, please include quote # 8975473-6 on your Purchase Order. GET MORE FOR YOUR MONEY Make the most of your budget and protect against technology obsolescence. Lease these HP products with a purchase price of $1,823.45 for 36 months for as little as $56.62 per month. At the end of the lease, send the equipment back to HP Financial Sen/ices and upgrade to new technology or purchase the equipment at its fair market value.' GET MORE WITH HP FINANCIAL SERVICES For more information, call Hewlett-Packard Financial Services Company at 1-888-277-5942 and talk to a financial services representative who specializes in supporting government and education entities. * The monthly payment amount is for a lease commencing on or before 12/21/2014 with a term of 36 months and a fair market value purchase option at the end of the lease term. This and other leasing and financing options are available through Hewlett-Packard Financial Sen/ice Company (HPFSC) or one of its affiliates to qualified education and state and local customers in the U.S. and subject to credit approval and execution of standard HPFSC documentation, Fees and other restrictions may apply. This is not a commitment to lease. Rates and payments are subject to change at any time without notice. Leasing and financing options for Federal governmental agencies (subject to a $50,000 minimum) are available from Hewlett-Packard Company, Note: For detailed warranty Information, please link to "URL" for more information wvw.hp.com/qo/speclficwarrantvinfo. Sales taxes added where applicable. Freight is FOB Destination. California law requires collection of an advance recycling fee for certain products. Applicable mandatory advance recycling fees may be. added to your invoice. For more information, please go to www,hp.com/go/hwrecvcle. City of Carlsbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKING SLIPS, ETC.) P129408 SHIP TO: VENDOR: ADMINISTRATION CARLSBAD POLICE DEPARTMENT 2560 ORION WAY CARLSBAD CA 92010 REEVES COMPANY INC. 51 NEWCOMB ST BOX 509 AHLEBORO MA 02703-0009 MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD. CA 92008-7314 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: VENDOR #: 01/07/15 V000645 TELEPHONE #: (508) 222-9316 SHIP TO ID #: POLADM REQUISITION #: REQUESTER: R44484 MIKE WHALEY QUANTITY UNrr DESCRIPTION UNIT PRICE EXTENDED PRICE ACCOUNT #CA25C--PER QUOTE ON 12/1/14. 70 EA 96 EA N8ISPRC: #N8 SILVER POLISHED ENGRAVED NAMETAG WITH REGULAR CLUTCH FASTENER RNDSP: #RD SILVER POLISHED ENGRAVED ATTACHMENT WITH VOLUNTEER PATROL AND HOURS 7.71 9.02 539.70 865.92 66 EA RNDSP: #RD SILVER POLISHED ENGRAVED ATTACHMENT WITH PATROL LEADER AND HOURS 1 POSTAGE & HANDLING VIA UPS GROUND 9.02 24.43 595.32 24.43 0012122-7852 Tax 160.08 PO Total General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. 2,185.45 To conform with l,R,S. regulations your Social Security Number or Federal Tax l,D, Number must be included on your Invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX PURCHASING OFFICER THIS ORDER l.t Mcr, wiTHni .T . • .T^^^..,^,. _ 12/01/2014 15:06 15082229316 REEVES CO PAGE 01/01 QUOTE Acct#CA25C Carlsbad Police Dept Volunteer Coordinator 2560 Orion Way Carlsbad, CA 72010-7240 Attn: Mike Whatey E-MAIL ADDRESS: DATE: CONTACT: TERMS: FOB: Product ID N8ISPRC RNDSP RNDSP Tax P&H Quantity 70 96 66 V000(^^45 reevesco(greevesnamepins.com December 1,2014 DaleBowdin CREDIT CARD AtUeboro, MA 02703 Description Unit Price #N8 Silver polished engraved nametag with Regular Clutch fastener $7.71 #RD Silver polished engraved attachment with Volunteer Patrol and hours $9.02 #RD Silver polished engraved attachment with Patrol Leader and hours $9.02 Carlsbad, CA Sales Tax (6%) Postage & Handlfaig via UPS Ground to Carisbad, CA TOTAL DUE Net Amount $539.70 $865,92 $595.32 $160.08 $24.43 US $2,185.45 Signed: Dale Bowlin Date: December 1,2014 Reeves Company, Inc., 51 Newcomb St Box 509 AWeboro, MA 02703-0009 - Tele 508-222.2877 Fax 508-222.9316 ORDER FORM - UNIFORM NAMEPINS & RECOGNITION AWARDS UHUcn rv^mw ^^p^^y^ ^^^^ ^^^^ ^^met^, MA 027034)719 THIS ORDER SUBMITTED BY: Q MAIL Q FAX (508-222-^ ON 19 MNOtY FORWARD ITEMS SHOWN. PAYMENT wax BE. OR IS AS CHECKH3 BELOW: • OPGNACCOUNT • OSCX .Q VISA Q MONEY ORDER .Q MASTERCARO •IF CHEOrr CARD COMPLETE THE FOLLOWWCfc MERCHMOISETOTM. * HASSSMJESTAX $ CMJFSMESTMt S KHTAQEA HANOIMQ $ (MOER TOTAL < SHIP TO: • WLVBR • <WtD OS«.VHB • <XXO OUOTDNE POU8HBO • flATW PWBACK B_, ReacuncH L " uMocuncHl scnewsACK " POCMETOr • DOOTONB • POUSHEO • SAIM mCBUItlQBUCIt QBROWN •nciLUE^neo ! BROWN RED [pINaACX nEacuncHl UMOCUnCHI 6CREWMCK POOOTCUP- IBtACKyoiCimif loou nancwM mvenQnn iMBaBLUS a«ucK DBROWH •WHrm •ORBEN •ncfluieORa) • • 1 t IMPORTANT: Make enough cop/es of above master to submit presetJland future orders, t 11. km mm iii «3I CD Name Tag Order information for Reeves Co., Attleboro, MA. 02703: #N8 all metal (silver) Name In black. Two each D. Bucci S. Burgess B. Butchko J. Clements FTO L Engel FTO B. Fitzpatrick M. Foster G. Gardner J. Green FTO A. Guerrero FTO S. Harris R. Hogan FTO C. Hunter FTO D. Karinen C. Kloss R. Knight FTO M. Kroopkin J. Labeaune FTO D. Lawrence C. Lemoine M. McKinley R. Milam J. Ollivier J. Painter J. Sanders S. Schechner FTO M. Shakter K. Short FTO B. Siggins FTO T. Silva N. Sprung M. Whaley FTO D. Whisnant FTO E. Zvonek RD to fit N8 silver Volunteer Patrol Number Patrol Leader Number 500 Hours X0 500 Hours 4 1000 Hours 10 1000 Hours 4 1500 Hours 10 1500 Hours 4 2000 Hours 8 2000 Hours 6 2500 Hours 8 2500 Hours 8 3000 Hours 8 3000 Hours 6 3500 Hours 6 3500 Hours 4 4000 Hours 6 4000 Hours 6 4500 Hours 4 4500 Hours 2 5000 Hours 2 5000 Hours 2 5500 Hours 2 5500 Hours 2 6000 Hours 2 6000 Hours 2 6500 Hours 2 6500 Hours 2 7000 Hours 2 7500 Hours 2 8000 Hours 2 8500 Hours 2 9000 Hours 9500 Hours 10000 Hours 7000 Hours 2 7500 Hours 2 8000 Hours 2 8500 Hours 2 9000 Hours 2 9500 Hours 10000 Hours 4 City of Carlsbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKING SUPS, ETC.) P129412 SHIP TO: PROPERTY & ENVIRONMENTAL MANAGEMENT CITY OF CARLSBAD 405 OAK AVENUE CARLSBAD CA 92008-3009 VENDOR: MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 EBERHARD BENTON ROOFING 3691 HANCOCK STREET SAN DIEGO CA 92110 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/07/15 VENDOR #: V024716 TELEPHONE #: (619) 291-6340 SHIP TO ID #: PEM REQUISITIONS: R44485 REQUESTER: JESSE ZUNKE QUANTITY UNIT DESCRIPTION 1 JOB EMERGENCY ROOF REPAIRS AT OAK FACILITY AND CALAVERA HILLS COMMUNITY CENTER UNIT PRICE 5.000.00 EXTENDED PRICE 5,000.00 0015310-7230 Tax 0.00 PO Total 5.000.00 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. To conform with I.R.S. regulations your Social Security Number or federal Tax I.D. Number must be Included on your invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8SS6 FAX PURCHASING OFFICER THIS ORDER IS Vf^if^ w.THr^i IT A. - • BENTON KOOfi; General, Roofing & Sheet Metal Contractor Lie. No. B, C39, C43- 731742 Owner's .Name: City of Carlsbad Owner's Address 455 Oak Ave Owner's City Carlsbad, CA Owner's Zip Code 92008 Owner's Home Phone 760-317-3508 Owner's Work Phone Project Address 2997 Glasgow Drive Project City Carlsbad, CA Project Zip Code 92010 BID PROPOSAL 3691 Hancock Street San Diego, CA92110 Phone 619.291.6340 Fax 619.681.1144 Toll Free...800.585.4335 www.EberhardCo.com Project Phone Date 1-6-15 a. Scope of Work: Eberhard Benton Roofing hereby submits the following specifications and estimates: Repairs on Calavera Hills Commurtity Center . Remove tile from the left side of the valley. Find out wher^iij^.J^akjji.g:and_^ga^ o : d r.i'. OS a.nd repl ace any broker, ones KG vjarrantics on repair vjcrk . b. Not Included: This proposal does not Include The rest of the roof ing, only by the valley. c. WE PROPOSE to furnish material, equipment and labor in accordance with the above specifications for the sum of: 2.483.00 dollars NOTE: This proposal may be withdrawn if not accepted within 30 days from 1-6-15 . date Respectfully submitted by: Company Representative d. WE ACCEPT the prices, specifications, and terms as stated in this bid proposal are approved. We authorize you to draw up all necessary contract documents so work can begin. approved and accepted (owner or owner's authorized agent) approved and accepted (second ow^ner - if any) date date Form BP1-C Copyright © 1996-2006 ACT Contractors Forms (800) 820-5656 www.calform.com Page 1 of _1 Total Pages BENIONIIOOnNG General, Roofing & Sheet Metal Contractor Lie. No. B. C39, C43- 731742 Owner's Name: Owner's Address City of Carlsbad 455 Oak Ave Owner's City Owner's Zip Code Owner's Home Phone Owner's Work Phone Carlsbad, CA 92008 760-317-3508 BID PROPOSAL 3691 Hancock Street San Diego, CA92110 Phone 619.291.6340 Fax 619.681.1144 Toll Free...800.585.4335 www.EberhardCo.com Project Address 455 Oak Ave Project City Carlsbad, CA Project Zip Code 92008 Project Phone Date 1-6-15 a. Scope of Work: Eberhard Benton Roofing hereby submits the following specifications and estimates: __Re£aixsj3n_ 4 55_OaJs_A^^ a^utJ30^frpin.t^e_drl^^^ the f i bnrgiass pane.! and the metal panel overlap. 3 coarse with elasto.-nastic and fabric. Then coat the area wi th coat.i r.g No warrant ies or. repair work. b. Not Included: This proposal does not Include c. WE PROPOSE to furnish material, equipment and labor in accordance with the above specifications for the sum of: 1.119.00 dollars NOTE: This proposal may be withdrawn if not accepted within 30 days from 1-6-15 . date Respectfully submitted by: Company Representative d. WE ACCEPT the prices, specifications, and terms as stated in this bid proposal are approved. We authorize you to draw up all necessary contract documents so work can begin. approved and accepted (owner or owner's authorized agent) approved and accepted (second owner - if any) date date Form BP1 -C Copyright © 1996-2006 ACT Contractors Forms (800) 820-5656 www.calform.com Page 1 of _1 Total Pages City of Carlsbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKING SUPS, ETC.) P129414 SHIP TO: VENDOR: TRANSPORTATION DEPARTMENT CITY OF CARLSBAD 1635 FARADAY AVENUE CARLSBAD CA 92008-7314 FEHR & PEERS INC 401 WEST A ST., STE 900 SAN DIEGO CA 92101 MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/07/15 VENDOR #: V018242 TELEPHONE #: (949) 859-3200 SHIP TO ID #: TRANS REQUISITIONS: R44416 REQUESTER: DOUG BILSE QUANTITY UNrr 1 JOB DESCRIPTION PTD&FA #4 DATED 12/15/14 FOR THE CARLSBAD BLVD. MULTI-MODAL CORRIDOR PLAN AND TECHNOLOGY ASSESSMENT; MASTER AGREEMENT DATED 11/28/12. UNIT PRICE 98.500.00 EXTENDED PRICE 98.500.00 0018610-7556 Tax 0.00 PO Total 98,500.00 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be Included on your invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8SS6 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHOUT AI .TunpiTcn C.^MAX. .01= City of Carlsbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKING SLIPS, ETC.) P129415 SHIP TO: PARKS CITY OF CARLSBAD 1166 CARLSBAD VILLAGE DRIVE CARLSBAD CA 92008 VENDOR: MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 MOST DEPENDABLE FOUNTAINS PO BOX 587 5705 COMMANDER DR ARLINGTON TN 38002-^587 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: VENDOR #: 01/07/15 V004480 TELEPHONE U: (800) 552-6331 SHIP TO ID #: CSDPAR REQUISITION #: R44496 REQUESTER: KESSLER/ROCKDALE QUANTITY UNIT DESCRIPTION UNIT PRICE EXTENDED PRICE PRICED PER ATTACHED QUOTE #QTE29456. 1 EA 440 SMSS, 440 SS SURFACE MOUNT FOUNTAIN 1 EA PET FTN ATT SMS, PET FOUNTAIN ATTACHED TO SM SS 1 EA FREIGHT FTN 2.268.00 801.00 385.00 2,268.00 801.00 385.00 3007000-9060 45081-9066 Tax 245.52 PO Total 3,699.52 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be Included on your Invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1636 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHOUT AUTHOPi7Pn kinM ATI IPF Quote <1V Quote QTE29456 Date 1/7/2015 Page 1 5705 Commander Dr. Arlington, TN 38002-0587 (901)867-0039 (800)552-6331 Fax (901) 867-4008 Bill To: CITY OF CARLSBAD PARKS DEPT 1166 CARLSBAD VILLAGE DRIVE CARLSBAD CA 92008 Ship To: CITY OF CARLSBAD PARKS DEPT 1166 CARLSBAD VILLAGE DRIVE CARLSBAD CA 92008 Purchase Order No. Customer 10 760-434-2849 Shipping Method UPS GROUND Payment Terms NET 30 Rtq Ship Date 0/0/0000 Master No. 64,949 Quantity 1.000 1.000 Item Number 440 SMSS PETFTNATT.SMS QUICK SHIP CA SALES TAX Description 440 SS SURFACE MOUNT FOUNTAIN 131 LBS BLACK PET FOUNTAIN ATTACHED TO SM SS FTN. QUICK SHIP RUSH CHARGE - 7 WORKING DAY PRODUCTION CA SALES TAX 8.% UOM EA EA EA ^HEDULE EA Discount S252.00000 S89.00000 Unit Price 2,520.00 890.00 0,00 245.52 Ext Price $2,268.00 $801,00 $0.00 $246.52 -I ONE YEAR WARRANTY. LABOR NOT INCLUDED PRICES SUBJECT TO CHANGE WITHOUT NOTICE Original Subtotal Freight Total $3,314.52 $385.00 $3,699.52 f^'^itfl^! Iter" KX-f V'-^A tifwuspB Vrw^\i City of Carlsbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKING SLIPS, ETC.) P129416 SHIP TO: VENDOR: INFORMATION TECHNOLOGY CITY OF CARLSBAD 1635 FARADAY AVENUE CARLSBAD CA 92008-7314 MAINLINE INFORMATION SYSTEMS INC. 1700 SUMMIT LAKE DRIVE TALLAHASSEE FL 32317 MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD. CA 92008-7314 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIIWITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/08/15 VENDORS: V023622 TELEPHONE #: (850) 219-5050 SHIP TO ID #: IT REQUISITION #: REQUESTER: R44428 RANDY LAGMAN QUANTITY UNIT DESCRIPTION UNIT PRICE EXTENDED PRICE SUPPORT RENEWAL FOR THE STORAGE SYSTEMS 1 EA ANNUAL PAYMENS WITH 5-YR TERM, HARDWARE MAINTENANCE 24X7X4 1 EA SOFTWARE MAINTENANCE 1 EA REMOTE TECHNICAL SUPPORT 9.010.00 8.163.00 5,110.00 9,010.00 8,163.00 5,110.00 PER QUOTE NUMBER 9RTL9K-1-1 QUOTE DATE 12/15/2014 IBM MAINTENANCE 2015 6401711-7216 Tax 0.00 PO Total 22.283.00 General Industrial Safety Order S194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be included on your Invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-85S6 FAX PURCHASING OFFICER THIS ORDER I.*; wf^in wiTuni IT «• ,-rur^„.-. ^ Mainline IBf OHMAtlOX STB1EMS •mitt Carisbad - «M Maintenance 3015 aieitt: City al CaHsbad Quote Number 9RTL9K-M Prepared For: Randy la|man Quote Date: 12/15/2014 (7S0) 602-27S9 randy Ia|man9car)sbadca .gov Prepared By: Brian Houlihan 1619)446-6705 brian.houlihan9m»inline com CONHOCNTIAL fietSe NOTE Th*i 8fipB*»Jeent»iitt,Y»ttm«n*iC«f«(oi,, pncing, .Adelhv,kuiiMU lMirm»t on (hrt iu*t«iii ritvt)e»td by Malniint InfarmMittrf tyium* 'ni: Vtlr^ pfflpffttirv'ncth«4vet=«itfttfwa la e'a.Mt apUnui wutlaftits vaurfamrtbtiilflm nce^iiivMAM ttpraiMd thtmta ui TtiaMarmMisn t»n1i»te htrti^lf thanlaracaaltdcntia^ln nMwra andli ta tftafaaai faur tirn, wobW trait t't awacen*a«ntlai infafmatnn atttf net tfKlaiatfta any ttRplavea af yatjr firm nat Kav^af 1 naad to tawnw ar inyoaa wha I, rvat w amaiayaa at yaaf'iot.aat-iaut au* a.am. wrllaa ptm-lttwi Product Code Product Natne Annual Payments w/ S Year Term Hardware Maintenance 24x714 Qty umtSalei bitendedSalci Serial« Service Start Date Senrica Cnd Date 2491824 IBM System Slorafe SAN24B-4 Expreu I $629 00 5629 00 0010359NE 01/03/2015 01/02/2016 24» B24 ISM System Storafe SAN24B-4 Eapreu 1 $629.00 S629 00 0010359FN 01/03/2015 01/02/2016 3S76^.sa TS3310rap« Ubiaiy 1 54,386 00 54,386 00 000023576 01/06/2015 01/O2/201E 3S76-t9U T53310 Tape Ettpanilon Moduli! w/ 2 «IToe 1 52,921 00 52.821 00 000084739 01/O6/201S 01/02/2016 3576-£9U TS33 to Tape Ettpaitslon Module 1 5545.00 $545 00 000084731 01/06/2015 01/02/2016 2076-324 IBM Stonvite V7000 Disk Contiol Enclosure 1 N/C N/C OO0OIIF7PW 01/06/2017 2076124 IBM Stotwtte V7000 Disk Expansion Enctosttre 1 N/C N/C OOOOUfMTF 01/06/2017 2072 S2C IBM SlonMie V570O SFF Dual Conliol Enclosure 1 N/C N/C 007823564 01/09/2017 Software Maintenance 2076-324 IBM Slorvylie WOOO Software V7 1 53,!!O0O S3,5»O0O 00008F7PVU O1/05/20I5 01/02/2016 2076-324 IBM Storwiie V7000 Rcntete Mirrortn| Software 1 S994 00 S994 00 0000IIF7PW 01/05/2015 01/02/2016 2076 224 IBM Stonivfie V7000 Software V7 1 53,589 00 $3.589 00 OOOORFHTF 01/04/2015 01/02/2016 Remote Technical Support 249S G24 SupportLine For Storage Area Networleni SAN82 1 S431 00 543100 0010353PN 01/03/2015 01/02/2016 249S 024 Account Adtrocate For SAN24B 1 $904 00 $904 00 00ia3S9PN 01/03/2015 01/02/2016 249«e24 SuppottLlne for Storage Area Netwofidng SANG2 1 $43100 S431 00 00I035SIIE 01/03/2015 01/02/2016 2491 B24 Account Advocate For SAN24B 1 S304 00 S904 OO 001D359f<E 01/03/2015 01/02/2016 3576 LS9 Account Advocate For TS3310 1 51,019 00 S1.019 00 000023576 01/03/1015 01/03/2016 357615B Suppo>tUneForTS3310 1 $41100 £41100 OC0023576 01/03/2015 01/02/2016 2076 324 Account Ativocate For WOOO 1 Sl.OlOOO Sl.OIO 00 OOOOdf7PW 01/CE/201S 01/02/2016 Qient's slfnature bctow indicates acceptinca erf this offer subject to the terms and conditions of the Mamtine Customer Pureh«e Agreement, which ts incorporated herein fay this reference and rnede a part hereof, except as otherwise agreed to by the parties. Execution of this proposal authorizes Mainline to place on order, ship, and Invoice any equipment, third party products and/or services identified in this proposal. Client is responsible for shipping costs. Ma nline retimt risV of loss and Utie to equipment until delivery. When app))cab)e, Mainline will state shtpptng costs in this proposal, as w^l as on Client invoice. Expedited shipping requests wilt result In Client incurring additionat shipping fees. Price is vatid for 30 days and subject to applicable taies. Payment terms are net 30 days. The pricing set forth in the proposal is based upon the apiirieab^e manufacturer's current pricing matrix and the application of all charges and/or credits Mainline vnii advise Client in writing prior to shipment of any changes in pricing by the manufacturer that would affect this proposal. for hardware maintenarvce renewals, the inventory presented in this proposal Is based on Client's current maintenance contract and information prodded by Client. Client Is responsible for ensuring that the inventory presented is all inclusive of the current mstaiied environment and that applicable software is updated to current supported levels. Only the inventory presented wifl be covered for hardware maintenance and/or services as stated in tiie proposal. Please return an executed copy of this Proposal Acceptance and Signature Page to me via mail or fax at 88S-381-6S51 Thank you for your confidence in Ma nline information Systems. City of CaHsbad Representative's Authoriied Slgnature/Tftl« Cty of Carlsbad Representative's Print Name/Title Mainline Representative's Authohzed Sgnature/Titte City of Carlsbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKINO SLIPS, ETC.) P129417 SHIP TO: VENDOR: INFORMATION TECHNOLOGY CITY OF CARLSBAD 1635 FARADAY AVENUE CARLSBAD CA 92008-7314 MAINLINE INFORMATION SYSTEMS INC. 1700 SUMMIT LAKE DRIVE TALLAHASSEE FL 32317 MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/08/15 VENDOR #: V023622 TELEPHONED: (850) 219-5050 SHIP TO ID #: IT REQUISITION #: R44460 REQUESTER: RANDY LAGMAN QUANTITY UNIT 2 EA 4 EA DESCRIPTION IBM SECURITY KEY LIFECYCLE MANAGER BASIC EDITION INSTALL SW SUBSCRIPTION & SUPPORT RENEWAL IBM SECURITY KEY LIFECYCLE MANAGER FOR TAPE CLIENT DEVICE ANNUAL SW SUBSCRIPTION & SUPPORT RENEWAL UNIT PRICE 428.80 65.33 EXTENDED PRICE 857.60 261.32 PER QUOTE 959Q4A-1-1 DATED 12/29/2014 SERVICE DATE 1/1/2015 - 9/30/2015 6401711-7216 Tax 0.00 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. PO Total 1,118.92 To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be Included on your Invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8566 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHOUT AUTHORIZED SIGNATURE. % m 3 ° S a 3 ^ cr > D 1 ! s 3 - i- i 3 - 5: 3 " 5 & 1 Is "I S a •< • " 5 B 5- " » K M M -t i! ° 3 III S3" 2. - :1 5 2- 5 o Q. g < 1 w g 3' K S. 13 = • S. 3 • ? 5 «, =• 3 if ell 1.1. 5 3 s •o *r O. I i I 3 ? S 5 3 3 S B 3 a 2 "» TO " i :i o _ w ••Si" •J 3 10 3 1 g i s i ir 5 s- i S 2 | = f K !• 3 ( i3 Q. 111 3^ 2" Q *» ^ n *> m - 3. K w if' 3 I 2 5 ; 2- 5 S- n. 3 ?: a I s ^5-; f Z i lis II- i, s S 3 a 4 S ? S I-s 1 K 3 ? S 5 K " S 3 S -3 2- ^1 =1 Sf 0 3. O" g. 5 s 3 a 3 «5 0 S s s City of Carlsbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKING SUPS, ETC.) P129418 SHIP TO: INFORMATION TECHNOLOGY CITY OF CARLSBAD 1635 FARADAY AVENUE CARLSBAD CA 92008-7314 VENDOR: MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 RAPID? LLC SUITE 500 898 N. SEPULVEDA BLVD EL SEGUNDO CA 90245 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/08/15 VENDORS: V017703 TELEPHONE #: (310) 760-4640 SHIP TO ID #: IT REQUISITION«: REQUESTER: R44474 J STEPHENSON QUANTITY UNIT DESCRIPTION UNIT PRICE EXTENDED PRICE PER RENEWAL QUOTE REFERENCE # Q130161 DATED: 12/30/2014 255 EA NEXPOSE ENTERPRISE IP LICENSE FOR SPECIFIED IP RANGE 1 EA NEXPOSE CONSOLE SYSTEM W/WEB SCANNER & PCI TEMPLATE 14.3325 8,085.00 3,654.79 8,085.00 SERVICE START: 11/9/2014 SERVICE END: 11/8/2015 6401711-7215 Tax 0.00 PO Total 11,739.79 General Industrial Safety Order S194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be Included on your invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHf^llT />. .TU»O.^I=,, e,^>,.T. RAPIDB RENEWAL QUOTE Rapid? LLC Lock Box PO Box 34737? Pittsburgh, PA. 15251-4377 (857) 288-7389 - Acct Rec Phone Tax ID #74-3111935 Bill To Attn: Accounts Payable City of Carlsbad 1635 Faraday Ave Carlsbad CA 92008-7314 United States Date Reference # Terms Expires Sales Rep Subsidiary Service Start Service End Currency Ship To Attn; Accounts Payable City of Carlsbad 1635 Faraday Ave Carisbad CA 92008-7314 United States 12/30/2014 Q130161 Net 30 1/29/2015 Ngoon, Amy C Rapid? LLC 11/9/2014 11/8/2015 USD (United States) 255 1 1' Unit Year RNXENTIP RNXENTWP CI Subtotal NEXPOSE ENTERPRISE IP LICENSE FOR SPECIFIED IP RANGE NEXPOSE CONSOLE SYSTEM WITH WEB SCANNER & PCI TEMPLATE (Customer Check One) Customer has issued purchase order number , attached hereto. Customer's internal business practice does not require a purchase order in support of the products and/or services included on this Product Order Form. The invoice for such products and/or services should be mailed to the address below and will be paid within terms Included on this Product Order Form. Attn: Accepted and agreed. Signature 14.3325 8,085.00 3,654.79 8,085.00 11,739.79 Total $11,739.79 Terms and condiUons: By signing above of issuing & purchase order referencing liie quote number above. CusVomer arAnowledgos and agrees tirat use al ihe products and/or services iisted above are governed by the applicable terms and conditions located al wwur.rapldT.comfeuts (terms for Userlnslght or Mobilisafe products are at wwv*.rapid7 conVeula-ui or vw«w,rapid7,com/eula-mbun, respectively), or professional services terms of use located at http://vnsw.rapid7.com/lerm5ofservrce City of Carlsbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKING SUPS, ETC.) P129419 SHIP TO: INFORMATION TECHNOLOGY CITY OF CARLSBAD 1635 FARADAY AVENUE CARLSBAD CA 92008-7314 VENDOR: MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAYAVENUE CARLSBAD. CA 92008-7314 GARTNER INC PO BOX 911319 DALLAS TX 75391-1319 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/08/15 VENDOR #: V010060 TELEPHONED: (239) 561-4545 SHIP TO ID#: IT REQUISITION #: R44489 REQUESTER: KERRY JEZISEK QUANTITY UNIT DESCRIPTION UNIT PRICE 1 EA PER AGREEMENT DATED 12/29/2014 FOR STRATEGIC ADVISOR 26.600.00 SERVICES EXTENDED PRICE 26.600.00 6401710-7490 Tax 0.00 PO Total 26,600.00 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be Included on your invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHOUT Al iTHnpiTcr. C.«MAT. .01= Gartni^V ixuc Service Aprtsemmt for City of Carlsbad ("QicBt") This Service Agrocmcat {*^"), including Uie Qenmi TBBTO and ^^itcable aerrfce D«ssaj{^j(m^ cwtsixEiites flw cw^tte j^e^wnt bcttswoj Oaraiar, of 5« Top (kllantloa^ Sterna, CT <^(M fi3m«ei^ wd Cip jrfGwSbaa ««f ms Fatadafy Avawe Gart^»a, CA 920m {tMear') Sovices (as deised b<*)w)u CSkm ^ees to sid^ra^ K> the foltowii^ Scrviscs ibc tem and fees set foiib bdow. Semcar soedicmilHCTq^ioii-basedmKaidi ami {«taMs«9rvk^ iKJScii^t^CI«»it Sdtedide ts^lowasid d«»it)«d in ttie Snvice D^arq^lMm, SmiccHatiies iand l^^of AC:<^MC <^^ (]te^iniO^{K»ibdlcal^up(fc^tlie i^^ Mivo^ites &r cadt Sorvkc If (Bntt aidfcs Scsvices o» i^grades fte lews! of s»vice or access, m ad^cai^ Service Affwmem. wift be reqnined. specific ScrvieCi Son^ J>!scd|Xi(»is fte S«vKses puidtttsed B> ftis SAmiO'TJC vievi*d mS dcmloaded flm^ &e loqjeriin)^ listed in Na«eaf1}«ertoiie Oniti'aet T«MFee i i T«MFee i 0ate i T«MFee i Strst^c Advisor &srvices 2 TinaSteJfea mmis I201/2»15 mm X SERVICE vmcmrtKm: Service Narae/ Level ^ Acce» S«'vi«« De^iition URL $tr«i^ Mviscr Services - Intoial 3. PAYMIKr TERMS Gatter will invoice Clieni nt ad^mce fer alt fevices. P^mmt & due 30 di^is fttsn tte invoice dte. Qfent diaii pig? any sales, use, value- aided, 0C «i«ier te or dbai^ iiBp<^ or ^ssemA by my govenwieotel eiaity iqjon srfc. use or reos^ <rf Senrices, with the aa»^>tion of any tms iii^iKsed (m tlie set income of Gartno-. Plc^ mm3k ms reqrtrcd Pwtec fkder Clfi") to this SA and «aasw ^ PO fwiste tx^ow. If an maosi PO ss reqaired fcr i!a»lti-ye» cwffiw^s, aieat will 'mx Ae new PO «leaa 30 days priwr to tt« bt^janii^ Of ea(% sibseqiteflt c(^i»« yew. Any ^}?!mmi or ^ttii^ coMraattOBSinel^^onthePOSteJiheHii^HcaMeaA^ ThisSAnmybe%nedinC(»tttwpam. 4. CLIENT BILLING INIitNtMATION PurehasK (Mer fhmher SiBlHgAddresi Imiemt KeeipientName Invoice Sec^mEmoM Immiee Ree^ia Tel. No. 5. AUTHORIZATKKSr Garmr, jSic. - Sen>iai:Aff^emm im Gemsa Term - Version mil- Page 142 Gartner ^, ,,,, Client Initials: SERVICE DESCRIPTION Attachment to the Service Agreement STRATEGIC ADVISORY SERVICES INTERNAL ADVISORY SESSION Strategic Advisory Services ("SAS") Internal Advisory Session (the "Service") enables Client to directly engage a Gartner Analyst for knowledge-based advisory or evaluation purposes at a Client-selected site. DELIVERABLES Client may receive any of the following Deliverables: • A 30-minute (thirty-minute) pre-Presentation phone call between Analyst and Client to agree upon engagement content. • An onsite Analyst visit ("Presentation") at a Client-selected site for up to eight (8) hours of interaction between Analyst and Client employees to be scheduled to occur within a single day and including, but not limited to: 1. A Presentation on Client-selected topics, which may include additional research required to support the topic, as defined by, and agreed to, by the participating Analyst. 2. Facilitation by Analyst of Client's internal workshops. 3. Review of a vendor marketing or product strategy. 4. Document review and interactive or written feedback session. 5. Strategy session on the vendor selection process or contract negotiations. SCHEDULING OF ENGAGEMENT Specific dates and details of the Presentation(s) will be worked out between Client and the SAS Scheduler at the time each Presentation is scheduled. Gartner will send Client a confirmation e-mail prior to each Presentation. Gartner caimot guarantee that a specific Analyst or date will be available. Client must make its scheduling preferences known to Gartner at least eight (8) weeks in advance of Client's preferred Presentation dates in order to improve the likelihood of desired Analyst participation. If, for any reason, the scheduled Analyst becomes unavailable, Gartner will either provide another qualified Analyst or work with Client to reschedule the Presentation. If, for any reason, the Client cancels the originally scheduled date after such date has been confirmed by Gartner, the Client shall reimburse Gartner for any expenses incurred by Gartner in connection with the original date (for example, change fees for airline travel). If the cancellation occurs less than seven (7) business days before the confirmed, scheduled date. Client will pay Gartner an additional rescheduling fee of 15% (fifteen percent) of the cost of the individual engagement. SAS Schedulers may be contacted at one of the following region-specific e-mail addresses: sas.schedulingna(a),gartner.com. sas.schedulingemea@,gartner.com: or sas.schedulingapac@,gartner.com ADDITIONAL TERMS & CONDITIONS All Presentations must occur within 12 (twelve) months of the start date set forth in the relevant Service Agreement, or else the fees paid will be forfeited. Gartner Analyst will not participate in formal, scheduled individual meetings with Client employees, prospects or invited guests. Presentations are confidential and for use/attendance by Client employees only. Presentations may be distributed electronically to attendees at the time of the Presentation. No further distribution of Gartner content is allowed. Recording of Presentations is expressly prohibited. Unless otherwise provided above, use of this Service is governed by the Usage Guidelines for Gartner Services, which are accessible on the Policies section of gartner.com. Senice Description: SAS Internal Advisory Session, Version 5.0, January 2013 — Page 1 ofl City of Carlsbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKING SLIPS, ETC.) P129420 SHIP TO: UTILITIES DEPT. WASTEWATER DIV. CITY OF CARLSBAD 5950 EL CAMINO REAL CARLSBAD CA 92008-8802 VENDOR: MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 PLUMBERS DEPOT INC 3921 WEST 139TH STREET HAWTHORNE CA 90250 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/08/15 VENDOR #: V011141 TELEPHONE #: SHIP TO ID #: UTILWW REQUISITIONS: R44505 REQUESTER: JESSE CASTANEDA QUANTITY UNrr 1 EA DESCRIPTION VACTOR,SEWER SLITHER HOSE QUOTE #13128 DATED 1/7/15 UNIT PRICE 1,572.72 EXTENDED PRICE 1,572.72 5116310-7899 Tax 125.82 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. PO Total 1,698.54 To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be Included on your Invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1636 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHOUT AUTHORIZED SIGNATURE^ PLUMBERS DEPOT INC. Phone:(866)422-2156 Fax: (310)355-1711 3921 W. 139th Street Hawthorne, CA 90250 Name / Address City of Carlsbad Attn: Account Payable 1635 Faraday Avenue Carlsbad,C A 92008-73141 $1% (e» 3 lO yt- Ship To City of Carlsbad Attn: Jesse Castaneda 5950 El Camino Real Carlsbad, CA 92008 Quote Date Estimate # 1/7/2015 13128 Rep VAF Serial # Item Description Qty Price Total 54456-P6-F Hose, Sewer 1" X 600' 2500PSI Piranha (Slither HoSe) 1,572.72 1,572.721 Subtotal $1,572.72 Sales Tax (8.0%) $125.82 JAN -7 2015 CITY OF CARLSBAD WASTEWATER Total $1,698.54 Signature and Na.. Fax# (310)355-1711 City of Carlsbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKINO SUPS, ETC.) P129424 SHIP TO: RECREATION ADMINISTRATION CITY OF CARLSBAD 799 PINE AVENUE. SUITE 200 CARLSBAD CA 92008 VENDOR: MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 LOGO PRODUCT EXPERTS 1042 N. EL CAMINO REAL. ENCINITAS CA 92024 #B371 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/09/15 VENDOR #: V011294 TELEPHONE #: (760) 931-2633 SHIP TO ID #: RECADM REQUISITION #: R44509 REQUESTER: BELLIOTT QUANTITY UNIT 64 EA EA EA 55 EA EA DESCRIPTION UNIT PRICE TWO TONE SOFT SHELL JACKETS. NAVY/GRAPHIC PER ORDER 50.06 APPROVAL S.O. #4720 J794 MENS 2 S. 8 M. 26 LG. 18 LX; WOMENS L794 1 SM. 3 M. 3 LG. 3XL MENS & WOMENS TWO TONE SOFT SHELL JACKET. NAVY/GRAPHIC 51.66 SIZES 2XXL. MENS J794 (2); WOMENS L794 (1) MENS J794 TWO TONE SOFT SHELL JACKET. NAVY/GRAPHIC, 54.86 XXXL NE 1010 UNSTRUCTURED STRETCH COTTON CAP. NAVY. 10 S/M. 11.98 45 L/XL C874 COOL RELEASE CAP ONE SIZE FITS ALL. NAVY 9.28 EXTENDED PRICE 3.203.84 154.98 54.86 658.90 46.40 0014510-7852 Tax 329.52 PO Total General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, witti the initial order. 4,448.50 To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be included on your invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHOUT AUTHORIZED SIGNATURE. 1CM2 N. El Camino Real, #B371, Encinitas, CA 9202t Ph# 760-931-2633 Fax# 760-931-5976 ipromoS An Independent Affiliate ORDER APPROVAL Date S.O. No. 12/18/14 4720 Bill To City Of Carlsbad Parks & Recreation Dept. Accounts Payable 799 Pine Ave., Ste. 200 Carlsbad, CA 92008 Ship To City of Carlsbad Parks & Recreation Dept. Kristie Young 799 Pine Ave., Ste. 200 Carlsbad, CA 92008 P.O. No. Due Date Ship Via Contact Contact Phone Contact Fax Contact Email 1/9/15 Ground Ser.. Kristie Young 760-434-2853 760-434-5088 kristie.young@carlsba... Description Quantity Price Each Amount J794 Men's Two Tone Soft Siieil Jacket, Navy/Graphic, 2 Sm, 8 Med, 26 Lg, 18 XL 1794 Men's Two Tone Soft Sliell Jacket, Navy/Graphic, 2 XXL 1794 Men's Two Tone Soft Shell Jacket, Navy/Graphic, 1 XXXL L794 Meo:s Two Tone Soft Shell Jacket, Navy/Graphic, 1 Sm, 3 Med, 3 Lg, 3 XL L794 Men^ Two Tone Soft Stiell Jacket, Navy/Graphic^^j^^'- Full Color City of Carisbad logo embroidered on Front Left Chest. NE 1010 Unstructured Stretch Cotton Cap Color: Navy 10 S/M, 45 L/XL C874 Cool Release Cap One Size Fits All Color: Navy Size; 5 54 2 1 10 1 55 5 50.06 51.66 54.86 50.06 51.66 11.98 9.28 2,703.24T 103.32T 54.86T 500.60T 51.66T 658.90T 46,40T Thank you for your order. We appreciate your business! This is NOT an invoice. Please do not pay from this order approval. An invoice will be issued once the order is complete. Due to printing variations on promotional products there may be up to a 10% over or under run and it will be billed accordingly. Sionatur^/^/ •Date Subtotal Sales Tax (8.0%) Total $4,118.98 $329.52 $4,448.50 City of Carlsbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKING SLIPS, ETC.) P129425 SHIP TO: PROPERTY & ENVIRONMENTAL MANAGEMENT CITY OF CARLSBAD 405 OAK AVENUE CARLSBAD CA 92008-3009 VENDOR: MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 I LOVE A CLEAN SAN DIEGO 2508 HISTORIC DECATUR ROAD. SAN DIEGO CA 92106 STE 150 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/09/15 VENDOR #: V021932 TELEPHONE*: (619) 291-0103 SHIP TO ID* PEM REQUISITION* R44499 REQUESTER: CRADDOCK STROPES QUANTITY UNIT 1 JOB DESCRIPTION ORIGINAL AGREEMENT DATED 12/31/15 FOR ENVIRONMENTAL PROGRAM EDUCATION AND OUTREACH SERVICES UNIT PRICE 20,000.00 EXTENDED PRICE 20,000.00 5206388-7490 Tax 0.00 PO Total 20,000.00 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D.JjumberniustjgJncju^^ Invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHOUT AUTHORIZED SIGNATURE. City of Carlsbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, RACKING SLIPS, ETC.) P129426 SHIP TO: UTILITIES DEPT. WASTEWATER DIV. CITY OF CARLSBAD 5950 EL CAMINO REAL CARLSBAD CA 92008-8802 VENDOR: MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 RICK POST WELDING 3863 SUMMAC SUMMIT FALLBROOK CA 92028 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/09/15 VENDORS: V000503 TELEPHONE #: (760) 598-1186 SHIP TO ID #: UTILWW REQUISITION U: R44500 REQUESTER: MATT JACOBS QUANTITY UNrr 1 JOB DESCRIPTION UNIT PRICE MINOR PW CONTRACT DATED 12/31/14 FOR VALVE INSERTION 22.600.00 SERVICES AT OAK AVE * VALLEY STREET & P HIGHLAND DRIVE. EXTENDED PRICE 22,600.00 5016310-7550 Tax 0.00 PO Total 22,600.00 General Industrial Safety Order S194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be Included on your Invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHOUT AUTHORIZED SIGNATURE. City of Carisbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKINO SUPS, ETC.) P129427 SHIP TO: UTILITIES DEPT. WASTEWATER DIV. CITY OF CARLSBAD 5950 EL CAMINO REAL CARLSBAD CA 92008-8802 VENDOR: MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 ROBOTIC SEWER SOLUTIONS nil FOOTHILL BLVD. STE B LA CANADA CA 91011-3207 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/09/15 VENDOR #: V023386 TELEPHONE «: (310) 505-4101 SHIP TO ID #: UTILWW REQUISITION #: R44501 REQUESTER: DON WASKO QUANTITY UNIT 1 JOB DESCRIPTION PW LETTER OF AGREEMENT DATED 1/5/15 FOR TRENCHLESS SEWER REPAIR AT 1450 BUENA VISTA WAY UNIT PRICE 1,500.00 EXTENDED PRICE 1,500.00 5157000-9060 55031-9066 Tax 0.00 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. PO Total 1,500.00 To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be Included on your Invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHOUT AUTHORIZED SIGNATURE. City of Carisbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKINQ SLIPS, ETC.) P129428 SHIP TO: HOUSING & NEIGHBORHOOD SERVICES CITY OF CARLSBAD 1200 CARLSBAD VILLAGE DRIVE CARLSBAD CA 92008 VENDOR: MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 DEKRA-LITE 3102 W ALTON AVE SANTA ANA CA 92704 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/09/15 VENDOR #: V001577 TELEPHONE #: (714) 436-0705 SHIP TO ID #: HS6 REQUISITION*: R44487 REQUESTER: COURTNEY ENRIQUEZ QUANTITY UNrr JOB DESCRIPTION DECORATIVE BANNER SERVICES PER AGREEMENT DATED DECEMBER 16. 2014 UNIT PRICE 24.575.00 EXTENDED PRICE 24.575.00 3007000-9060 40191-9066 Tax 0.00 PO Total 24.575.00 General industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, witti the initial order. To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be included on your invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHOUT AUTHORIZED SIGNATURE. City of Carisbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKING SLIPS, ETC.) P129429 SHIP TO: TRANSPORTATION DEPARTMENT CITY OF CARLSBAD 1635 FARADAY AVENUE CARLSBAD CA 92008-7314 VENDOR: MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD. CA 92008-7314 RBF CONSULTING 5050 AVENIDA ENCINAS #260 CARLSBAD CA 92008 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/09/15 VENDOR*: V004219 TELEPHONE #: (760) 476-9198 SHIP TO ID #: TRANS REQUISITION #: R44498 REQUESTER: SHERRI HOWARD QUANTITY UNrr 1 JOB DESCRIPTION UNIT PRICE PTD&FA #7 DATED 1/5/15 FOR THE NW QUADRANT STORM DRAIN 4,000.00 PROGRAM - MADISON STREET; MASTER AGREEMENT DATED 11/28/12 EXTENDED PRICE 4,000.00 1527000-9060 66082-9067 Tax 0.00 PO Total 4,000.00 General industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be Included on your invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHOUT AUTHORIZED SIGNATURE. City of Carisbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKING SUPS, ETC.) P129430 SHIP TO: TRANSPORTATION DEPARTMENT CITY OF CARLSBAD 1635 FARADAY AVENUE CARLSBAD CA 92008-7314 VENDOR: MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 LSA ASSOCIATES INC SUITE 200 20 EXECUTIVE PARK IRVINE CA 92614 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/09/15 VENDOR #: V015021 TELEPHONES: (949) 533-0666 SHIP TO ID#: TRANS REQUISITION #: R44497 REQUESTER: SHERRI HOWARD QUANTITY UNIT DESCRIPTION UNIT PRICE 1 JOB ORIGINAL AGREEMENT DATED 1/5/15 FOR THE ROMERIA STREET 20.872.00 DRAINAGE IMPROVEMENTS PROJECT EXTENDED PRICE 20,872.00 1527000-9060 60241-9072 Tax 0.00 PO Total 20,872.00 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be Included on your invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-«556 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHOUT AUTHORIZED SIGNATURE. City of Carisbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKING SLIPS, ETC.) P129432 SHIP TO: VENDOR: INFORMATION TECHNOLOGY CITY OF CARLSBAD 1635 FARADAY AVENUE CARLSBAD CA 92008-7314 ALLIED DIGITAL SERVICES LLC 680 KNOX STREET, STE 200 TORRANCE CA 90502 MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN; ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/12/15 VENDOR S: V024647 TELEPHONES: (310) 431-2375 SHIP TO ID S: IT REQUISITION S: R44307 REQUESTER: RANDY LAGMAN QUANTITY UNIT DESCRIPTION 1 EA ITIL FOUNDATION TRAINING PER CONTRACT DATED 1/5/2015. UNIT PRICE 29.500.00 EXTENDED PRICE 29,500.00 6401711-7490 Tax 0.00 PO Total 29,500.00 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be Included on your Invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHOUT AUTHORIZED SIGNATURE. City of Carisbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKING SLIPS, ETC.) P129433 SHIP TO: HOUSING & NEIGHBORHOOD SERVICES CITY OF CARLSBAD 1200 CARLSBAD VILLAGE DRIVE CARLSBAD CA 92008 VENDOR: MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 INTERFAITH COMMUNITY SERVICES FISCAL AGENT FOR ARS 550 W. WASHINGTON AVENUE ESCONDIDO CA 92025 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/12/15 VENDOR S: V015393 TELEPHONES: SHIP TO IDS: HSG REQUISITION S: R44411 REQUESTER: P CRESCENTI QUANTITY UNrr 1 DESCRIPTION UNIT PRICE AGREEMENT FOR MANAGEMENT SERVICES TO OPERATE THE HIRING 88,976.00 CENTER DATED 11/21/2014. FOR THE TERM OF 9/15/2014 THROUGH 6/30/2015. EXTENDED PRICE 88.976.00 0012520-7490 Tax 0.00 PO Total 88.976.00 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. CITY OF CARLSBAD PUROHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be Included on your invoice. PURCHASING OFFICER THIS ORDER IS VOID WITHOUT AUTHORIZED SIGNATURE. Carlsbad Hiring Center 2014 RFP Evaluation The City will evaluate each proposal and consider the need for Contractor interviews. The City will make a decision on the selection of a Contractor that best fits the needs of the City. A rating system will be utilized as outlined below: SER ICS Qualifications and experience - 40 points 40 40 Approach to scope of work - 35 points 20 35 Cost for Services/Budget - 20 points 15 20 Small, minority, women or Section 3 firm - 5 points 5 TOTAL 80 0 95 IS .a^-f^ ^-cU^ Gr^^J^Ci-^ City of Carisbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKING SUPS, ETC.) P129434 SHIP TO: HARDING COMMUNITY CENTER CITY OF CARLSBAD 3096 HARDING STREET CARLSBAD CA 92008 VENDOR: MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 CITY OF VISTA - 101 WAVE DRIVE VISTA CA 92084 WAVE WATERPARK ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/12/15 VENDOR #: V1611 TELEPHONE #: SHIP TO 1D#: CSDHAR REQUISITION #: R44517 REQUESTER: KGRANSE/MBODMAN QUANTITY UNIT DESCRIPTION 162 EA REGUALR ADMISSIONS TO WATERPARK ON JULY 10, TRIP 162 EA ADULT MEALS 1 EA CABANA RENTALS 2015 - CAMP UNIT PRICE 13.95 7.00 275.00 EXTENDED PRICE 2.259.90 1,134.00 275.00 EXPECTED ARRIVAL ON JULY 10, 2015. REGULAR ADMISSION AND ADULT MEALS FOR 162. INCLUDES CABANA RENTALS 0014528-7899 Tax 0.00 PO Total 3.668.90 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be included on your invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-«556 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHOUT AUTHORIZED SIGNATURE. PURCHASE REQUISITION / ^ VENDOR NO. CITY OF CARLSBAD Date Department Dept. Reg. No. Date Needed P.O. Number /\ssigned Blanket Open Conf. 1/5/15 Recreation 4/1/15 SHIP: TO Harriinq r:fimmiinity Canter REMIT TO: TO ADDRESS 3096 Harding Street CITY& STATE CARLSBAD CA 92008 ADDRESS C1TY& STATE Attn: Michael Bodman RECOMMENDED VENDOR: _T0 The Wave Watemark ADDRESS 101 Wave Drive "CITY& STATE Vista, CA 92083 TELEPHONE NO. 760-726-1340 ext. 1551 Item QuantK y Unit of Measure Description Account Number Unit Price Amount 1 162 each Regular Admission 001-4528-7899 $13.95 -$2,2g3r44— 2 162 each Adult Meals 001-4528-7899 $7.00 $1,134.00 3 1 each Cabana Rentals 001-4528-7899 $275.00 $275.00 Intended Date of Amval: July 10, 2015 Sole Source Total • $3,672.14 - QUOTATIONS FROM VENDORS Item Vendor's Name Price Item Vendor's Name PfKe Requisitioned By: Michael Bodman /?/ , // ^ 7/ /I Approved By: City of Carlsbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKING SLIPS, ETC.) P129520 SHIP TO: INFORMATION TECHNOLOGY CITY OF CARLSBAD 1635 FARADAY AVENUE CARLSBAD CA 92008-7314 VENDOR: MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 THIRD WAVE CORPORATION 11400 WEST OLYMPIC BLVD #200 LOS ANGELES CA 90064 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/27/15 VENDOR #: V002785 TELEPHONES: (310) 312-9513 SHIP TO ID #: IT REQUISITION #: R44642 REQUESTER: SHERRY REMINGTON QUANTITY UNIT DESCRIPTION 1 EA PROFESSIONAL SERVICES AGREEMENT FOR ECMS TAXONOMY SERVICES DATED JANUARY 26, 2015 UNIT PRICE 18,440.00 EXTENDED PRICE 18,440.00 0019009-7490 95321-7490 Tax 0.00 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. PO Total 18.440.00 To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be included on your Invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHOUT AUTHORIZED SIGNATURE. City of Carisbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKING SUPS, ETC.) P129521 SHIP TO: PROPERTY & ENVIRONMENTAL MANAGEMENT CITY OF CARLSBAD 405 OAK AVENUE CARLSBAD CA 92008-3009 VENDOR: MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD. CA 92008-7314 AYAU ENGINEERING 5753 E. SANTA ANA CANYON RD. ANAHEIM CA 92807 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/27/15 VENDORS: V022261 TELEPHONES: (714) 823-7179 SHIP TO ID #: PEM REQUISITION #: R44643 REQUESTER: JESSE ZUNKE QUANTITY UNIT 1 JOB DESCRIPTION UNIT PRICE MINOR PW CONTRACT DATED 1/26/15 FOR THE TAMARACK BEACH 5.300.00 BATHROOM CONCRETE SEWER STRUCTURE REHABILITATION PROJECT EXTENDED PRICE 5,300.00 3007000-9060 45081-9069 Tax 0.00 PO Total 5,300.00 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be included on your Invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX PURCHASING OFFICER THIS ORDER IS VQin WITHOI IT fll •Tur.pi-r.rr^ City of Carlsbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKING SUPS, ETC.) P129522 SHIP TO: PROPERTY & ENVIRONMENTAL MANAGEMENT CITY OF CARLSBAD 405 OAK AVENUE CARLSBAD CA 92008-3009 VENDOR: MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 RELIABUILT FENCE COMPANY 31916 DEL CIELO ESTE, #20 BONSALL CA 92003 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/27/15 VENDORS: V024116 TELEPHONES: (760) 295-8776 SHIP TO IDS: PEM REQUISITION S: R44644 REQUESTER: JESSE ZUNKE QUANTITY UNIT DESCRIPTION UNITPRICE 1 JOB ORIGINAL PW LETTER OF AGREEMENT FOR THE TAMARACK BEACH 2.460.00 BATHROOM FENCE ADDITION PROJECT EXTENDED PRICE 2,460.00 3007000-9060 45081-9069 Tax 0.00 PO Total 2.460.00 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be Included on your invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHOUT ai lTMr.pi7cn CI^-MATI ma City of Carlsbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKINQ SLIPS, ETC.) P129524 SHIP TO: RECREATION ADMINISTRATION CITY OF CARLSBAD 799 PINE AVENUE, SUITE 200 CARLSBAD CA 92008 VENDOR: MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD. CA 92008-7314 NISSHO OF CALIFORNIA INC 1902 SOUTH SANTE FE VISTA CA 92083 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/27/15 VENDORS: V012955 TELEPHONES: (760) 727-9719 SHIP TO ID S: RECADM REQUISITION S: R44562 REQUESTER: KLANCASTER QUANTITY UNIT 1 EA DESCRIPTION UNIT PRICE MAXTON BROWN PARK IMPROVEMENTS PKRC539 - INSTALLATION 32,880.75 OF SPLIT RAIL FENCING, MOW CURBS, NEW PLANT MATERIAL AND MODIFIED IRRIGATION EXTENDED PRICE 32,880.75 3007000-9060 40191-9066 Tax 0.00 PO Total 32.880.75 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be included on your invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHOUT AUTHORIZED SIGNATtlRF SHIP TO: City of Carlsbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOKES, PACKING SUPS, ETC.) P129525 P.E.M. FLEET MAINTENANCE DIV. CITY OF CARLSBAD 2480 IMPALA DRIVE CARLSBAD CA 92010 VENDOR: MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 WESELOH CHEVROLET 5335 PASEO DEL NORTE CARLSBAD CA 92008 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/27/15 VENDOR S: V035900 TELEPHONES: 438-1350 SHIP TO IDS: CSDFLE REQUISITION S: R44645 REQUESTER: AMY HAZEN QUANTITY UNIT DESCRIPTION 1 F145-LAB0R TO REPAIR BMPR,LMPS.FRNT DOOR 1 F145-FABRICATION LABOR & PARTS FOR REPAIRS UNIT PRICE 1,282.50 300.50 EXTENDED PRICE 1,282.50 300.50 6205460-7223 Tax 24.04 PO Total 1.607.04 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be Included on your invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHOI IT fll ITnr.pi-7cn CI/^MATI IOE City of Carlsbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOKES, PACKING SUPS, ETC.) P129526 SHIP TO: P.E.M. FLEET MAINTENANCE DIV. CITY OF CARLSBAD 2480 IMPALA DRIVE CARLSBAD CA 92010 VENDOR: MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAY AVENUE CARLSBAD. CA 92008-7314 WESELOH CHEVROLET 5335 PASEO DEL NORTE CARLSBAD CA 92008 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/27/15 VENDORS: V035900 TELEPHONE S: 438-1350 SHIP TO ID S: CSDFLE REQUISITION S: R44647 REQUESTER: AMY HAZEN QUANTITY UNIT DESCRIPTION 1 A315-LABOR TO REPAIR P/U BOX,REAR LAMPS & BUMPER 1 A315-FABRICATION LABOR & PARTS FOR REPAIRS UNIT PRICE 1,480.50 538.30 EXTENDED PRICE 1,480.50 538.30 6205460-7223 Tax 43.06 PO Total 2.061.86 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be included on your invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHOUT AllTHORl7Fn .^ir.MflTi IPF SHIP TO: City of Carlsbad PURCHASE ORDER TIME IS OF THE ESSENCE ON THIS PURCHASE ORDER PURCHASE ORDER NUMBER: (NUMBER TO APPEAR ON INVOICES, PACKING SLIPS, ETC.) P129529 TECHNICAL SERVICES CARLSBAD CITY LIBRARY 1775 DOVE LANE CARLSBAD CA 92009-4048 VENDOR: MAIL INVOICE IN DUPLICATE TO: CITY OF CARLSBAD ATTN: ACCOUNTS PAYABLE 1635 FARADAYAVENUE CARLSBAD. CA 92008-7314 DATA2 222 TURNER BLVD SAINT PETERS MO 63376 ACCEPTANCE OF THIS ORDER IS EXPRESSLY LIMITED TO THE TERMS AND CONDITIONS HEREIN AND ON THE REVERSE SIDE. PAYMENT TERMS ARE NET 30. ORDER DATE: 01/29/15 VENDORS: V001939 TELEPHONES: (636) 278-8675 SHIP TO IDS: LIBTEC REQUISITION S: R44660 REQUESTER: CHRIS PICKAVET QUANTITY UNIT 8 M DESCRIPTION GP ITEM # 30299 CD/DVD LABEL SET (DONUT -i- BARCODE) PER ATTACHED PROPOSAL 012215LB-4 DATED 1/22/15 BY LINDA BLEVINS/JOAN SWOFFORD UNIT PRICE 84.40 EXTENDED PRICE 675.20 TEXT: CARLSBAD CITY LIBRARY START NUMBER: 3 1245 01092 306# ESTIMATED FREIGHT 30.00 30.00 0014040-7715 Tax 54.02 PO Total 759.22 General Industrial Safety Order 5194 requires Material Safety Data Sheets (MSDS) be supplied, for applicable items, with the initial order. To conform with I.R.S. regulations your Social Security Number or Federal Tax I.D. Number must be included on your Invoice. CITY OF CARLSBAD PURCHASING DEPARTMENT 1635 FARADAY AVENUE CARLSBAD, CA 92008-7314 (760) 602-2460 (760) 602-8556 FAX PURCHASING OFFICER THIS ORDER IS VOID WITHOUT AUTHQRI7gn RirtM&TURF 0> KJ O c 3 a> —I CO (D 3 I g 52 m = s O H m m Is 3 n <» O (I) S « o » > 3 </) ?? m O :^ o m 7J ^ i CD •. Q. 01 3 (D S5" s- a. 0) c .-^ O O O 3 3" 0) ° S2 3 " o 5. (D (D IU 3 O <ff 3 C 3 cr n> -1 zr O O n < CD ^ O OQ ^ & — (0 £ CD 1/5 (fil s ^ :^ M Ol 0. £ c CJ O © 3 9 9 S a MM"-' S S3 ,? S O) - w :i y 3. QJ o> 3. -D O 01 O w o> <o 75 -e o •V 3 •a o « IO o ro ^> Ui ^ CD at o a e. m o <z> ii ? §• cr -"^ S (7 o ? a f s o 5. a s .51 o S 3 a o -< m O T) TJ o -I C Z IQ ID •o CO » CO = CD O 1 §• K < CD i ° s- •5 g. o o It 3 O m -> (Q fe •< ft CD S O T5 a 3 & > 10 r- 3. o & Z (I CO 3 w 5 O S =° o • o m c X o cn o o z a to S 0 » 1 3 m m ^ c B CO a> • • 3 1 o 2 Q. P- 1 a § 3" «> 3 i — s m 0) a. a. CT. 0) ffl o CJ. S" (D O' C7 O „ c 3 = * CO a 3 °- i. CD CO = S " * Q i; § ? i f ^col » o 2. M ° CD CO 0) > 3 ^ o > > (A > O -0 7S O •o O (A >