HomeMy WebLinkAboutC-8674-1 - M/RSA for Civic Center Chiller Maintenance and Repair, Amendment No. 1CITY OF NEWPORT BEACH
949 W. 161^ Street
Newport Beach, California 92663
949 644-3011 1949 646-5204 FAX
newportbeachca.gov/municipaloperations
February 9, 2022
Attn: Victoria Baaten
Envise
12131 Western Ave.
Garden Grove, CA 92841
RE: Notification of 2022 CPI Adjustment to Billing Rates for contract C-8674-1, Civic Center Chiller
Maintenance and Repair
Per section 4.2 of the contract, Exhibit B (Schedule of Billing Rates) shall be adjusted by an annual
increase of 2.0%. The updated schedule of billing rates shall be applied to all work completed on
or after the anniversary of the effective date March 23. A breakdown of the CPI adjustment is
detailed below. Please note that these rates are for the original contract, as Amendment No. One
already provides for a CPI increase on those rates.
2022 Billing Rates
ITEM
DESCRIPTION
QUANTITY
2022 UNIT
COST
2022 TOTAL
AMOUNT
1
Series R Chiller Quarterly Inspection
3
Quarterly
$522.44
$1,567.33
2
Series R Chiller Annual Inspection
1
Annual
$6,965.86
$6,965.86
3
Mechanical -Draft Cooling Tower
Quarterly Inspection
3
Quarterly
$130.61
$391.83
4
Mechanical -Draft Cooling Tower
Annual Inspection
1
Annual
$833.41
$833.41
5
Pump Running Quarterly Inspection
3
Quarterly
$326.52
$979.57
6
Pump Running Annual Inspection
1
Annual
$653.04
$653.04
7
Air Handlers Quarterly Inspection
3
Quarterl
$908.04
$2,724.13
8
Air Handlers Annual Inspection
1
Annual
$2,350.98
$2,350.98
9
Boilers Quarterly Inspection
3
Quarterl
$211.47
$634.40
10
Boilers Annual Inspection
1
Annual
$1,044.88
$1,044.88
11
Return Fans Quarterly Inspection
3
Quarterly
$304.32
$912.95
12
Return Fans Annual Inspection
1
Annual
$301.71
$301.71
13
Liebert Split System Quarterly
Inspection
3
Quarterly
$195.91
$587.73
14
Liebert Split System Annual
Inspection
1
Annual
$391.83
$391.83
15
Exhaust Fans Quarterly Inspection
3
Quarterl
$261.22
$783.67
16
Exhaust Fans Annual Inspection
1
Annual
$522.44
$522.44
17
Fan Coil Units Quarterly Inspection
3
Quarterly
$588.54
$1,765.62
18
Fan Coil Units Annual Inspection
1
Annual
$1,188.81
$1,188.81
19
A/C Units Quarterly Inspection
3
Quarterly
$588.54
$1,765.62
20
A/C Units Annual Inspection
1
Annual
$1,188.81
$1,188.81
21
Refrigerant Monitor Maintenance &
Calibration Annual Inspection
1
Annual
$329.63
$329.63
22
Variable Frequency Drive Annual
Maintenance
1
Annual
$653.04
$653.04
•
•
23
On -Call Hourly Rate
Hourly
$142.80
N/A
24
On -Call After Hours Hourly Rate
Hourly
$214.20
N/A
1
S
00 AMENDMENT NO. ONE TO
MAINTENANCE/REPAIR SERVICES AGREEMENT
v WITH ENVISE FOR CIVIC CENTER CHILLER MAINTENANCE AND REPAIR
THIS AMENDMENT NO. ONE TO MAINTENANCE/REPAIR SERVICES
AGREEMENT ("Amendment No. One") is made and entered into as of this 14th day of
September, 2021 ("Effective Date"), by and between the CITY OF NEWPORT BEACH, a
California municipal corporation and charter city ("City"), and ENVISE, a California
corporation ("Contractor"), whose address is 12131 Western Avenue, Garden Grove,
California 92841, and is made with reference to the following:
RECITALS
A. On March 23, 2021, City and Contractor entered into a Maintenance/Repair
Services Agreement ("Agreement") for fixed and on-call maintenance and repair
services for the Civic Center Chiller and related equipment ("Project").
B. The parties desire to enter into this Amendment No. One to reflect additional
Services not included in the Agreement, and to increase the total compensation.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties
as follows:
1. SERVICES TO BE PERFORMED
Exhibit A to the Agreement shall be supplemented to include the Scope of
Services, attached hereto as Exhibit A and incorporated herein by reference ("Services"
or "Work"). Exhibit A to the Agreement, and Exhibit A to this Amendment No. One shall
collectively be known as "Exhibit A." The City may elect to delete certain Services within
the Scope of Services at its sole discretion.
2. COMPENSATION TO CONSULTANT
Exhibit B to the Agreement shall be supplemented to include the Schedule of
Billing Rates, attached hereto as Exhibit B and incorporated herein by reference. Exhibit
B to the Agreement, and Exhibit B to this Amendment No. One shall collectively be known
as "Exhibit B."
Section 4.1 of the Agreement is amended in its entirety and replaced with the
following: "City shall pay Contractor for the Services on a time and expense not -to -exceed
basis in accordance with the provisions of this Section and the Schedule of Billing Rates
attached hereto as Exhibit B ("Billing Rates") and incorporated herein by reference.
Except as otherwise provided herein, no rate changes shall be made during the term of
this Agreement without the prior written approval of City. Contractor's compensation for
all fixed maintenance Services performed in accordance with this Agreement, including
all reimbursable items, shall not exceed Fifty Thousand Four Hundred Ninety Dollars
and 75/100 ($50,490.75) for the initial one-year term. Contractor's total compensation for
all Services performed in accordance with this Agreement, including on-call
compensation and all reimbursable items, shall not exceed a total of Two Hundred Sixty
Seven Thousand One Hundred Eighty Nine Dollars and 00/100 ($267,189.00), without
prior written amendment to the Agreement."
The total amended compensation reflects Consultant's additional compensation
for additional Services to be performed in accordance with this Amendment No. One,
including all reimbursable items and subconsultant fees, in an amount not to exceed One
Hundred Seventeen Thousand One Hundred Eighty Nine Dollars and 00/100
($117,189.00).
3. INTEGRATED CONTRACT
Except as expressly modified herein, all other provisions, terms, and covenants
set forth in the Agreement shall remain unchanged and shall be in full force and effect.
[SIGNATURES ON NEXT PAGE]
ENVISE Page 2
IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be
executed on the dates written below.
APPROVED AS TO FORM:
CITY ATTO Y'S OFFICE
Date: % 20
By
�w
aron C. a
City Attorney
ATTEST: n ��
Date: �j
By: %K'
Leilani I. Brown
City Clerk
�EV(/PO
10p
�OFORr''
Attachments:
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
By:
Brack,Ajery
Mayor
CONSULTANT: ENVISE, a California
corporation
Date:
Signed in Counterpart
Theodore Docharty Lynch
Chief Executive Officer
Date:
Signed in Counterpart
By:
Rebecca Jeanne Reyes
Secretary
[END OF SIGNATURES]
Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
ENVISE Page 3
IN WITNESS WHEREOF, the parties have caused this Amendment No. One to be
executed on the dates written below.
APPROVED AS TO FORM:
CITY ATTOO?7 OFFICE
Date:
B
aron C. a
City Attorney
ATTEST:
Date:
in
Leilani I. Brown
City Clerk
Attachments
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
By:
Brad Avery
Mayor
CONSULTANT: ENVISE, a California
corporation q f �U ?
Date:
By.
Theodore Docharty L ch
Chief Executive Officer
Date: R /15 /z I
By:_
Rebecca Jeanne tRjayes
Secretary
[END OF SIGNATURES]
Exhibit A — Scope of Services
Exhibit B — Schedule of Billing Rates
ENVISE Page 3
EXHIBIT A
SCOPE OF SERVICES
AMENDMENT NO. 1
CIVIC CENTER CHILLER MAINTENANCE AND REPAIR
Contractor shall provide maintenance, repair and new sequencing services for the City's
Alerton Controls System. Contractor shall provide dedicated control technicians that have
all been Alerton Factory trained.
Building Automation Program Overview
• Monthly Controls Maintenance
• Four (4) additional visits which may be utilized at the beginning of contract in
order to onboard Envise Controls technicians and familiarize with the City of
Newport Beach system.
• Remote Support (with Client Permission)
• Discounted Service and Labor Rates
• Dedicated Primary and Secondary Technicians
• 24-hour Emergency Response
Preventative Maintenance Scope of Work
Equipment Covered: Alerton Control System
Parts and Materials: This agreement excludes replacement of any Alerton components
including, but not limited to, motors, flow meters, damper actuators, wiring, control
panels, computer parts, fuses and motors. In the event that an Alerton controller fails,
Envise would replace with compatible BacNet controller.
Labor: Included in the agreement price is all labor to perform corrective and
preventative maintenance services as recommended in this proposal. All Service
Agreement deliverables are assumed to be executed Monday thru Friday during normal
Envise business hours.
Preventative Maintenance: Envise will provide a critical component to improved
equipment life expectancy and help your facility operate at peak efficiency, as frequent
maintenance is important to ensure proper site operations. The Preventative
Maintenance routines defined below will be executed on a monthly basis (12 visits a
year) by Envise's trained professionals and will be executed as follows:
• System Backup: Data, programming, and system file losses can be costly to
your facility. During each Preventative Maintenance visit, our technician will
perform (1) full system backups, one kept onsite at your facility and the second
archived at our facility for safekeeping.
ENVISE Page A-1
• Facility Maintenance Review: Our technician will review with the onsite facilities
manager and review the current operating system and determine any current
issues and/or deficiencies.
• Network Communication Review: Reliable Network communication is critical
for your Building Automation System to function and operate as designed. Our
technician will analyze communication between your front-end server, system
and field level controllers, plus verify communication between all configured
facilities.
Alarm Log Review: Our technician will document all equipment and points
generating excessive alarms and make recommendations to correct the faults
that are triggering the alarms. During the alarm log review, our technicians will
also make recommendations in ensuring that enough alarms are configured in
the BAS system to help protect your equipment and cover your needs.
• System and Field Level Device Review: Envise will review all system and field
level controllers and document all devices that are not communicating and/or
operating correctly on the network and make recommendations on how to correct
the issue, if applicable.
• BAS Failed Points Review: Envise's technician will review the entire BAS
system for failed points, which may be indicators of equipment and control
devices needing corrective maintenance. Additionally, the technician will make
recommendations for cause of these failed points.
• General System Operational Review: Our technician will review the BAS
system, as a whole, from the front-end server to field controllers, and ensure the
system is configured and operating as desired. Any discrepancies, such as
graphical errors, will be documented and recommendations will be reviewed with
the client.
• System Presentation and Review: Upon completion of each Preventative
Maintenance routine, a written report and presentation of the technician's
analysis and solutions will be provided to Facilities Personnel by Envise's
Operations Team.
BUILDING AUTOMATION SERVICE & MAINTENANCE TASKS
MONTHLY WORKSTATION OPERATIONAL
• Review control system operations with building lead operator/technician.
• Review system for critical and off-line status indications.
• Review system for override, and disabled status indications.
• Review event and alarm log for critical or recurring instances and possible
operational issues.
ENVISE Page A-2
• Review trend logs for need and operator use.
• Perform database maintenance on the software application, if applicable.
• Save/copy network workstation database, including custom graphics and system
controller point data, schedules, alarms and trend -log.
• Perform network analysis tasks analysis tasks as required to confirm
communications with all networked controllers and 3rd party devices.
• Confirm proper time sync of all system controllers with workstation, if applicable.
QUARTERLY WORKSTATION OPERATIONAL
• Review chiller plant system controllers and field modules, verify proper operation
of controls processes, if applicable.
• Review heating hot water plant system controllers and field modules, verify
proper operation of controls processes, if applicable.
• For all the AHU/RTU/FCU application/control modules, verify setpoints, proposer
operation of critical controls process and points associated with unit, if applicable.
• For all terminal equipment/control modules, verify setpoints, operation of critical
controls processes and associated points with unit, if applicable.
• Verify all override switches are on auto and review findings on all system
controllers.
• Review findings with building lead operator/technician.
• Provide written suggestions for system repairs, upgrades, enhancements and
energy improvements.
QUARTERLY FIELD OPERATIONAL
• Check system controllers and system managers to verify proper device
properties, DC power levels. Communication, and possible error code
indications.
• Verify all override switches are on auto and review findings on all systems
controllers.
• Remove excessive dust from internal surfaces of control panels.
• Verify current copy of the as -built drawings exist at control panels.
• Review findings with building lead operator/technician.
• Provide written suggestions for system repairs, upgrades, enhancements and
energy improvements.
SEMI-ANNUAL WORKSTATION OPERATIONAL
• Check and verify system start/stop schedules and temperature min/max set
points and adjust per design or written building schedule of operation.
-[ ]-
ENVISE Page A-3
EXHIBIT B
SCHEDULE OF BILLING RATES
AMENDMENT NO. 1
CIVIC CENTER CHILLER MAINTENANCE AND REPAIR
Monthly Building Automation System Maintenance Program
Year 1 (October 1, 2021 — September 30, 2022) $22,513
Included in Year 1 are four (4) additional visits which may be utilized at the
beginning of contract in order to onboard Envise Controls technicians and
familiarize with the City of Newport Beach system.
Year 2 (October 1, 2022 — September 30, 2023)
$22,964*
Maintenance Agreement coverage will begin following Program Year 1.
Year 3 (October 1, 2023 — March 31, 2024)
$11,711.50*
Maintenance Agreement coverage will begin following Program Year 2, but end
March 31, 2024 to coincide with final agreement term date. Year 3 cost is half the
$23,423 annual rate.
Preferred Maintenance Agreement Client Controls T&M Rates**
2 hours minimum for normal business days, 4 hours minimum for overtime or Holidays
On -Call Hourly Rate: Work under this item includes the hourly rate for any as -needed
repair or maintenance work during regular business hours, outside of the monthly
maintenance visits.
Straight -time (M -F 7:00am to 3:30pm)
$165.00 per hour
On -Call After Hours Hourly Rate: Work under this item shall include the hourly labor rate
for any as -needed repair or maintenance work outside of regular business hours,
outside of the monthly maintenance visits.
Overtime (M -F 3:30pm to 7:00am; Saturdays) $247.50 per hour
Sundays & Holidays $330.00 per hour
Vehicle Charge $55.00 per truck, per day
*This cost includes the ANNUAL 2% CPI increase per Agreement; also includes four (4) additional
visits (only 2 visits for Year 3) that may be utilized for repairs and/or system sequencing.
**T&M labor rates are subject to change based upon Union negotiations and Envise's field
operating costs.
ENVISE Page B-1
► MAINTENANCE/REPAIR SERVICES AGREEMENT
t`n WITH ENVISE FOR `•�,�
O CIVIC CENTER CHILLER MAINTENANCE AND REPAIR
THIS MAINTENANCE/REPAIR SERVICES AGREEMENT ("Agreement") is made
and entered into as of this 23rd day of March, 2021, by and between the CITY OF
NEWPORT BEACH, a California municipal corporation and charter city ("City"), and
ENVISE, a California corporation ("Contractor"), whose address is 12131 Western
Avenue, Garden Grove, California 92841, and is made with reference to the following:
RECITALS
A. City is a municipal corporation duly organized and validly existing under the laws
of the State of California with the power to carry on its business as it is now being
conducted under the statutes of the State of California and the Charter of City.
B. City desires to engage Contractor to perform fixed and on-call maintenance and
repair services for the Civic Center Chiller and related equipment ("Project").
C. Contractor has been determined by City to be the lowest responsible bidder and
Contractor's bid, and the compensation set forth in this Contract, is based upon
Contractor's careful examination of all Bid documents, line items, and
specifications.
D. Contractor possesses the skill, experience, ability, background, certification and
knowledge to provide the maintenance and/or repair services described in this
Agreement.
E. Contractor has examined the location of all proposed work, carefully reviewed and
evaluated the specifications set forth by City for the Project, is familiar with all
conditions relevant to the performance of services, and has committed to perform
all work required for the compensation specified in this Agreement.
NOW, THEREFORE, it is mutually agreed by and between the undersigned parties
as follows:
TERM
The term of this Agreement shall commence on April 1, 2021 ("Effective Date") and
shall terminate on March 31, 2022, unless terminated earlier as set forth herein. The term
shall automatically renew by an additional one (1) year period each April 1 unless the City
provides Contractor with written notice of nonrenewal at least seven (7) days prior, or
unless terminated earlier as set forth herein. In no event shall this Agreement extend
beyond March 31, 2024.
2. SERVICES TO BE PERFORMED
2.1 Contractor shall diligently perform all the services described in the Scope of
Services attached hereto as Exhibit A and incorporated herein by reference ("Services"
or "Work"). As a material inducement to City entering into this Agreement, Contractor
represents and warrants that Contractor is a provider of first class work and Contractor is
experienced in performing the Work contemplated herein and, in light of such status and
experience, Contractor covenants that it shall follow community professional standards
with the ordinary degree of skill and care that would be used by other reasonably
competent practitioners of the same discipline under similar circumstances, in performing
the Work required hereunder, and that all materials will be of good quality.
2.2 Contractor shall perform all Work required to be performed, and shall
provide and furnish all the labor, materials, necessary tools, expendable equipment and
all utility and transportation services necessary for the Project.
2.3 With respect to the on-call Services described in Exhibit A, upon written
request from the Project Administrator as defined herein, Contractor shall provide a letter
proposal for Services requested by the City (hereinafter referred to as the "Letter
Proposal"). The Letter Proposal shall include the following:
2.3.1 A detailed description of the Services to be provided;
2.3.2 The position of each person to be assigned to perform the Services,
and the name of the individuals to be assigned, if available;
and
2.3.3 The estimated number of hours and cost to complete the Services;
2.3.4 The time needed to finish the specific project.
2.4 No on-call Services shall be provided until the Project Administrator has
provided written acceptance of the Letter Proposal. Once authorized to proceed,
Contractor shall diligently perform the duties in the approved Letter Proposal.
3. TIME OF PERFORMANCE
3.1 Time is of the essence in the performance of Services under this Agreement
and Contractor shall perform the Services in accordance with the schedule included in
Exhibit A. In the absence of a specific schedule, the Services shall be performed to
completion in a diligent and timely manner. The failure by Contractor to strictly adhere to
the schedule set forth in Exhibit A, if any, or perform the Services in a diligent and timely
manner may result in termination of this Agreement by City.
3.2 Notwithstanding the foregoing, Contractor shall not be responsible for
delays due to causes beyond Contractor's reasonable control. However, in the case of
any such delay in the Services to be provided for the Project, each party hereby agrees
to provide notice within two (2) calendar days of the occurrence causing the delay to the
other party so that all delays can be addressed.
3.3 Contractor shall submit all requests for extensions of time for performance
in writing to the Project Administrator as defined herein, not later than two (2) calendar
days after the start of the condition that purportedly causes a delay. The Project
ENVISE Page 2
Administrator shall review all such requests and may grant reasonable time extensions
for unforeseeable delays that are beyond Contractor's control.
3.4 For all time periods not specifically set forth herein, Contractor shall respond
in the most expedient and appropriate manner under the circumstances, by fax, hand -
delivery or mail.
4. COMPENSATION TO CONTRACTOR
4.1 City shall pay Contractor for the Services on a time and expense not -to -
exceed basis in accordance with the provisions of this Section and the Schedule of Billing
Rates attached hereto as Exhibit B ("Billing Rates") and incorporated herein by reference.
Except as otherwise provided herein, no rate changes shall be made during the term of
this Agreement without the prior written approval of City. Contractor's compensation for
all fixed maintenance Services performed in accordance with this Agreement, including
all reimbursable items, shall not exceed Twenty -Seven Thousand Nine Hundred
Seventy -Seven Dollars and 75/100 ($27,977.75) for the initial one year term.
Contractor's total compensation for all Services performed in accordance with this
Agreement, including on-call compensation and all reimbursable items, shall not exceed
a total of One Hundred Fifty Thousand Dollars and 00/100 ($150,000.00), without prior
written amendment to the Agreement.
4.2 Upon the first anniversary of the Effective Date and upon each subsequent
anniversary, the Billing Rates shall be increased by 2.0%.
4.3 This compensation includes.-
4.3.1
ncludes:
4.3.1 Any loss or damage arising from the nature of the Work;
4.3.2 Any loss or damage arising from any unforeseen difficulties or
obstructions in the performance of the Work; and
4.3.3 Any expense incurred as a result of any suspension or discontinuance
of the Work, but excludes any loss resulting from earthquakes of a magnitude in excess
of 3.5 on the Richter Scale and tidal waves, including tsunamis, and which loss or
expense occurs prior to acceptance of the Work by City.
4.4 Contractor shall submit monthly invoices to City describing the Work
performed the preceding month. Contractor's bills shall include the name and/or
classification of employee who performed the Work, a brief description of the Services
performed and/or the specific task in the Scope of Services to which it relates, the date
the Services were performed, the number of hours spent on all Work billed on an hourly
basis, and a description of any reimbursable expenditures. City shall pay Contractor no
later than thirty (30) calendar days after approval of the monthly invoice by City staff.
4.5 City shall reimburse Contractor only for those costs or expenses specifically
identified in Exhibit B to this Agreement and the Letter Proposal, or specifically approved
in writing in advance by City.
ENVISE Page 3
4.6 Contractor shall not receive any compensation for Extra Work performed
without the prior written authorization of City. As used herein, "Extra Work" means any
Work that is determined by City to be necessary for the proper completion of the Project,
but which is not included within the Scope of Services and which the parties did not
reasonably anticipate would be necessary at the execution of this Agreement.
Compensation for any authorized Extra Work shall be paid in accordance with Exhibit B
and the Letter Proposal.
5. PROJECT MANAGER
5.1 Contractor shall designate a Project Manager, who shall coordinate all
phases of the Project. This Project Manager shall be available to City at all reasonable
times during the Agreement term. Contractor has designated Victoria Baaten to be its
Project Manager. Contractor shall not remove or reassign the Project Manager or any
personnel listed in Exhibit A or assign any new or replacement personnel to the Project
without the prior written consent of City. City's approval shall not be unreasonably
withheld with respect to the removal or assignment of non -key personnel.
5.2 Contractor, at the sole discretion of City, shall remove from the Project any
of its personnel assigned to the performance of Services upon written request of City.
Contractor warrants that it will continuously furnish the necessary personnel to complete
the Project on a timely basis as contemplated by this Agreement.
6. ADMINISTRATION
This Agreement will be administered by the Public Works Department. City's
Director of Public Works or designee shall be the Project Administrator and shall have the
authority to act for City under this Agreement. The Project Administrator shall represent
City in all matters pertaining to the Services to be rendered pursuant to this Agreement.
7. CITY'S RESPONSIBILITIES
To assist Contractor in the execution of its responsibilities under this Agreement,
City agrees to provide access to and upon request of Contractor, one copy of all existing
relevant information on file at City. City will provide all such materials in a timely manner
so as not to cause delays in Contractor's Work schedule.
8. TYPE AND INSTALLATION OF MATERIALS/STANDARD OF CARE
8.1 Contractor shall use only the standard materials described in Exhibit A in
performing Services under this Agreement. Any deviation from the materials described
in Exhibit A shall not be installed or utilized unless approved in advance and in writing by
the Project Administrator.
8.2 All of the Services shall be performed by Contractor or under Contractor's
supervision. Contractor represents that it possesses the personnel required to perform
the Services required by this Agreement, and that it will perform all Services in a manner
commensurate with community professional standards and with the ordinary degree of
skill and care that would be used by other reasonably competent practitioners of the same
discipline under similar circumstances. All Services shall be performed by qualified and
ENVISE Page 4
experienced personnel who are not employed by City. By delivery of completed Work,
Contractor certifies that the Work conforms to the requirements of this Agreement, all
applicable federal, state and local laws and legally recognized professional standards.
8.3 Contractor represents and warrants to City that it has, shall obtain and shall
keep in full force and effect during the term hereof, at its sole cost and expense, all
licenses, permits, qualifications, insurance and approvals of whatsoever nature that is
legally required of Contractor to practice its profession. Contractor shall maintain a City
of Newport Beach business license during the term of this Agreement.
8.4 Contractor shall not be responsible for delay, nor shall Contractor be
responsible for damages or be in default or deemed to be in default by reason of strikes,
lockouts, accidents, acts of God, or the failure of City to furnish timely information or to
approve or disapprove Contractor's Work promptly, or delay or faulty performance by City,
contractors, or governmental agencies.
9. RESPONSIBILITY FOR DAMAGES OR INJURY
9.1 City and all officers, employees and representatives thereof shall not be
responsible in any manner for any loss or damage to any of the materials or other things
used or employed in performing the Project or for injury to or death of any person as a
result of Contractor's performance of the Services required hereunder; or for damage to
property from any cause arising from the performance of the Project by Contractor, or its
subcontractors, or its workers, or anyone employed by either of them.
9.2 Contractor shall be responsible for any liability imposed by law and for
injuries to or death of any person or damage to property resulting from defects,
obstructions or from any cause arising from Contractor's Work on the Project, or the Work
of any subcontractor or supplier selected by Contractor.
9.3 To the fullest extent permitted by law, Contractor shall indemnify, defend
and hold harmless City, its City Council, boards and commissions, officers, agents,
volunteers, and employees (collectively, the "Indemnified Parties") from and against any
and all claims (including, without limitation, claims for bodily injury, death or damage to
property), demands, obligations, damages, actions, causes of action, suits, losses,
judgments, fines, penalties, liabilities, costs and expenses (including, without limitation,
attorneys' fees, disbursements and court costs) of every kind and nature whatsoever
(individually, a Claim; collectively, "Claims"), which may arise from or in any manner relate
(directly or indirectly) to any breach of the terms and conditions of this Agreement, any
Work performed or Services provided under this Agreement including, without limitation,
defects in workmanship or materials or Contractor's presence or activities conducted on
the Project (including the negligent and/or willful acts, errors and/or omissions of
Contractor, its principals, officers, agents, employees, vendors, suppliers, consultants,
subcontractors, anyone employed directly or indirectly by any of them or for whose acts
they may be liable or any or all of them).
9.4 Notwithstanding the foregoing, nothing herein shall be construed to require
Contractor to indemnify the Indemnified Parties from any Claim arising from the sole
negligence or willful misconduct of the Indemnified Parties. Nothing in this indemnity shall
ENVISE Page 5
be construed as authorizing any award of attorneys' fees in any action on or to enforce
the terms of this Agreement. This indemnity shall apply to all claims and liability
regardless of whether any insurance policies are applicable. The policy limits do not act
as a limitation upon the amount of indemnification to be provided by Contractor.
9.5 Contractor shall perform all Work in a manner to minimize public
inconvenience and possible hazard, to restore other work areas to their original condition
and former usefulness as soon as possible, and to protect public and private property.
Contractor shall be liable for any private or public property damaged during the
performance of the Work by Contractor or its agents.
9.6 To the extent authorized by law, as much of the money due Contractor
under and by virtue of the Agreement as shall be considered necessary by City may be
retained by it until disposition has been made of such suits or claims for damages as
aforesaid.
9.7 The rights and obligations set forth in this Section shall survive the
termination of this Agreement.
10. INDEPENDENT CONTRACTOR
It is understood that City retains Contractor on an independent contractor basis
and Contractor is not an agent or employee of City. The manner and means of conducting
the Work are under the control of Contractor, except to the extent they are limited by
statute, rule or regulation and the expressed terms of this Agreement. No civil service
status or other right of employment shall accrue to Contractor or its employees. Nothing
in this Agreement shall be deemed to constitute approval for Contractor or any of
Contractor's employees or agents, to be the agents or employees of City. Contractor
shall have the responsibility for and control over the means of performing the Work,
provided that Contractor is in compliance with the terms of this Agreement. Anything in
this Agreement that may appear to give City the right to direct Contractor as to the details
of the performance of the Work or to exercise a measure of control over Contractor shall
mean only that Contractor shall follow the desires of City with respect to the results of the
Services.
11. COOPERATION
Contractor agrees to work closely and cooperate fully with City's designated
Project Administrator and any other agencies that may have jurisdiction or interest in the
Work to be performed. City agrees to cooperate with Contractor on the Project.
12. CITY POLICY
Contractor shall discuss and review all matters relating to policy and Project
direction with City's Project Administrator in advance of all critical decision points in order
to ensure the Project proceeds in a manner consistent with City goals and policies.
ENVISE Page 6
13. PROGRESS
Contractor is responsible for keeping the Project Administrator informed on a
regular basis regarding the status and progress of the Project, activities performed and
planned, and any meetings that have been scheduled or are desired.
14. INSURANCE
Without limiting Contractor's indemnification of City, and prior to commencement
of Work, Contractor shall obtain, provide and maintain at its own expense during the term
of this Agreement or for other periods as specified in this Agreement, policies of insurance
of the type, amounts, terms and conditions described in the Insurance Requirements
attached hereto as Exhibit H, and incorporated herein by reference.
15. BONDING — FIXED MAINTENANCE
15.1 For all Fixed Maintenance Work as described in Exhibit A, Contractor
shall obtain, provide and maintain at its own expense during the term of this Agreement:
(1) a Labor and Materials Payment Bond in the amount of one hundred percent (100%)
of the amount payable to the Contractor as set forth in this Agreement and in the form
attached hereto as Exhibit D which is incorporated herein by this reference; and (2) a
Faithful Performance Bond in the amount of one hundred percent (100%) of the total
amount to be paid Contractor as set forth in this Agreement in the form attached hereto
as Exhibit E which is incorporated herein by this reference.
15.2 The Labor and Materials Payment Bond and Faithful Performance Bond
shall be issued by an insurance organization or surety (1) currently authorized by the
Insurance Commissioner to transact business of insurance in the State of California, (2)
listed as an acceptable surety in the latest revision of the Federal Register Circular 570,
and (3) assigned a Policyholders' Rating A (or higher) and Financial Size Category Class
VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -
Casualty.
15.3 Contractor shall deliver, concurrently with execution of this Agreement,
the Labor and Materials Payment Bond and Faithful Performance Bond, a certified copy
of the "Certificate of Authority" of the Insurer or Surety issued by the Insurance
Commissioner, which authorizes the Insurer or Surety to transact surety insurance in the
State of California.
16. BONDING — ON-CALL SERVICES
16.1 For any Letter Proposal accepted by City of over Twenty Five Thousand
Dollars and 00/100 ($25,000.00), Contractor shall obtain, provide and maintain at its own
expense during the term of this Agreement: (1) a Labor and Materials Payment Bond in
the amount of one hundred percent (100%) of the total amount to be paid Contractor as
set forth in any Letter Proposal accepted by City of over Twenty Five Thousand Dollars
and 00/100 ($25,000.00), and in the form attached hereto as Exhibit F which is
incorporated herein by this reference; and (2) a Faithful Performance Bond in the amount
of one hundred percent (100%) of the total amount to be paid Contractor as set forth in
any Letter Proposal accepted by City of over Twenty Five Thousand Dollars and 00/100
ENVISE Page 7
($25,000.00), and in the form attached hereto as Exhibit G which is incorporated herein
by this reference.
16.2 The Labor and Materials Payment Bond and Faithful Performance Bond
shall be issued by an insurance organization or surety (1) currently authorized by the
Insurance Commissioner to transact business of insurance in the State of California, (2)
listed as an acceptable surety in the latest revision of the Federal Register Circular 570,
and (3) assigned a Policyholders' Rating A (or higher) and Financial Size Category Class
VII (or larger) in accordance with the latest edition of Best's Key Rating Guide: Property -
Casualty.
16.3 Contractor shall deliver, concurrently with City's approval of any Letter
Proposal over Twenty Five Thousand Dollars and 00/100 ($25,000.00), the Labor and
Materials Payment Bond and Faithful Performance Bond, a certified copy of the
"Certificate of Authority" of the Insurer or Surety issued by the Insurance Commissioner,
which authorizes the Insurer or Surety to transact surety insurance in the State of
California.
17. LABOR AND PREVAILING WAGE REQUIREMENT
17.1 Contractor shall comply with all applicable provisions of State and Federal
law including, applicable provisions of California Labor Code, and the Federal Fair Labor
Standards Act.
17.2 Whenever Contractor has knowledge that any actual or potential labor
dispute is delaying or threatens to delay the timely performance of this Agreement,
Contractor shall immediately give notice to City, including all relevant information.
17.3 This agreement shall be paid in accordance with Section 1770 of the
California State Labor Code and in accordance with the tenus of the Southern California
Master Labor Agreement, which has established a prevailing rate of per diem wages to
be paid in the performance of this agreement. The Director of Industrial Relations has
ascertained the general prevailing rate of per diem wages in the locality in which the work
is to be performed for each craft, classification, or type of workman or mechanic needed
to execute the agreement. A copy of said determination is available by calling the
prevailing wage hotline number (415) 703-4774, and requesting one from the Department
of Industrial Relations. All parties to the agreement shall be governed by all provisions of
the California Labor Code Relating to prevailing wage rates (Sections 1770-7981,
inclusive). The Contractor is required to obtain the wage determinations from the
Department of Industrial Relations and post at the job site the prevailing rate or per diem
wages. It shall be the obligation of the Contractor or any subcontractor under him/her to
comply with all State of California labor laws, rules and regulations and the parties agree
that the City shall not be liable for any violation thereof.
17.4 Unless otherwise exempt by law, Contractor warrants that no contractor or
subcontractor was listed on the bid proposal for the Services that it is not currently
registered and qualified to perform public work. Contractor further warrants that it is
currently registered and qualified to perform "public work" pursuant to California Labor
Code section 1725.5 or any successor statute thereto and that no contractor or
ENVISE Page 8
subcontractor will engage in the performance of the Services unless currently registered
and qualified to perform public work.
18. PROHIBITION AGAINST ASSIGNMENTS AND TRANSFERS
Except as specifically authorized under this Agreement, the Services to be
provided under this Agreement shall not be assigned, transferred contracted or
subcontracted out without the prior written approval of City. Any of the following shall be
construed as an assignment: The sale, assignment, transfer or other disposition of any
of the issued and outstanding capital stock of Contractor, or of the interest of any general
partner or joint venturer or syndicate member or cotenant if Contractor is a partnership or
joint -venture or syndicate or cotenancy, which shall result in changing the control of
Contractor. Control means fifty percent (50%) or more of the voting power or twenty-five
percent (25%) or more of the assets of the corporation, partnership or joint -venture.
19. SUBCONTRACTING
The subcontractors authorized by City, if any, to perform Work on this Project are
identified in Exhibit A and the Letter Proposal. Contractor shall be fully responsible to
City for all acts and omissions of any subcontractor. Nothing in this Agreement shall
create any contractual relationship between City and any subcontractor nor shall it create
any obligation on the part of City to pay or to see to the payment of any monies due to
any such subcontractor other than as otherwise required by law. City is an intended
beneficiary of any Work performed by the subcontractor for purposes of establishing a
duty of care between the subcontractor and City. Except as specifically authorized herein,
the Services to be provided under this Agreement shall not be otherwise assigned,
transferred, contracted or subcontracted out without the prior written approval of City.
20. OWNERSHIP OF DOCUMENTS
Each and every report, draft, map, record, plan, document and other writing
produced (hereinafter "Documents"), prepared or caused to be prepared by Contractor,
its officers, employees, agents and subcontractors, in the course of implementing this
Agreement, shall become the exclusive property of City, and City shall have the sole right
to use such materials in its discretion without further compensation to Contractor or any
other party. Contractor shall, at Contractor's expense, provide such Documents to City
upon prior written request.
21. CONFIDENTIALITY
All Documents, including drafts, preliminary drawings or plans, notes and
communications that result from the Services in this Agreement, shall be kept confidential
unless City expressly authorizes in writing the release of information.
22. RECORDS
Contractor shall keep records and invoices in connection with the Services to be
performed under this Agreement. Contractor shall maintain complete and accurate
records with respect to the costs incurred under this Agreement and any Services,
expenditures and disbursements charged to City, for a minimum period of three (3) years,
ENVISE Page 9
or for any longer period required by law, from the date of final payment to Contractor
under this Agreement. All such records and invoices shall be clearly identifiable.
Contractor shall allow a representative of City to examine, audit and make transcripts or
copies of such records and invoices during regular business hours. Contractor shall 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 to Contractor
under this Agreement.
23. WITHHOLDINGS
City may withhold payment to Contractor of any disputed sums until satisfaction of
the dispute with respect to such payment. Such withholding shall not be deemed to
constitute a failure to pay according to the terms of this Agreement. Contractor shall not
discontinue Work as a result of such withholding. Contractor shall have an immediate
right to appeal to the City Manager or his/her designee with respect to such disputed
sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of
return that City earned on its investments during the time period, from the date of
withholding of any amounts found to have been improperly withheld.
24. CITY'S RIGHT TO EMPLOY OTHER CONTRACTORS
City reserves the right to employ other contractors in connection with the Project.
25. CONFLICTS OF INTEREST
25.1 Contractor or its employees may be subject to the provisions of the
California Political Reform Act of 1974 (the "Act") and/or Government Code §§ 1090 et
seq., which (1) require such persons to disclose any financial interest that may
foreseeably be materially affected by the Work performed under this Agreement, and (2)
prohibit such persons from making, or participating in making, decisions that will
foreseeably financially affect such interest.
25.2 If subject to the Act and/or Government Code §§ 1090 et seq., Contractor
shall conform to all requirements therein. Failure to do so constitutes a material breach
and is grounds for immediate termination of this Agreement by City. Contractor shall
indemnify and hold harmless City for any and all claims for damages resulting from
Contractor's violation of this Section.
26. NOTICES
26.1 All notices, demands, requests or approvals, including any change in
mailing address, to be given under the terms of this Agreement shall be given in writing,
and conclusively shall be deemed served when delivered personally, or on the third
business day after the deposit thereof in the United States mail, postage prepaid, first-
class mail, addressed as hereinafter provided.
26.2 All notices, demands, requests or approvals from Contractor to City shall be
addressed to City at:
ENVISE Page 10
Attn: Director of Public Works
Public Works Department
City of Newport Beach
100 Civic Center Drive
PO Box 1768
Newport Beach, CA 92658
26.3 All notices, demands, requests or approvals from City to Contractor shall be
addressed to Contractor at:
Attn: Victoria Baaten
Envise
12131 Western Ave.
Garden Grove, CA 92841
27. CLAIMS
27.1 Unless a shorter time is specified elsewhere in this Agreement, before
making its final request for payment under this Agreement, Contractor shall submit to City,
in writing, all claims for compensation under or arising out of this Agreement. Contractor's
acceptance of the final payment shall constitute a waiver of all claims for compensation
under or arising out of this Agreement except those previously made in writing and
identified by Contractor in writing as unsettled at the time of its final request for payment.
Contractor and City expressly agree that in addition to any claims filing requirements set
forth in the Agreement, Contractor shall be required to file any claim Contractor may have
against City in strict conformance with the Government Claims Act (Government Code
sections 900 et seq.).
27.2 To the extent that Contractor's claim is a "Claim" as defined in Public
Contract Code section 9204 or any successor statute thereto, the Parties agree to follow
the dispute resolution process set forth therein. Any part of such "Claim" remaining in
dispute after completion of the dispute resolution process provided for in Public Contract
Code section 9204 or any successor statute thereto shall be subject to the Government
Claims Act requirements requiring Contractor/Consultant to file a claim in strict
conformance with the Government Claims Act. To the extent that Contractor's claim is
not a "Claim" as defined in Public Contract Code section 9204 or any successor statute
thereto, Contractor shall be required to file such claim with the City in strict conformance
with the Government Claims Act (Government Code sections 900 et seq.).
28. TERMINATION
28.1 In the event that either party fails or refuses to perform any of the provisions
of this Agreement at the time and in the manner required, that party shall be deemed in
default in the performance of this Agreement. If such default is not cured within a period
of two (2) calendar days, or if more than two (2) calendar days are reasonably required
to cure the default and the defaulting party fails to give adequate assurance of due
performance within two (2) calendar days after receipt of written notice of default,
specifying the nature of such default and the steps necessary to cure such default, and
ENVISE Page 11
thereafter diligently take steps to cure the default, the non -defaulting party may terminate
the Agreement forthwith by giving to the defaulting party written notice thereof.
28.2 Notwithstanding the above provisions, City shall have the right, at its sole
and absolute discretion and without cause, of terminating this Agreement at any time by
giving no less than seven (7) calendar days' prior written notice to Contractor. In the
event of termination under this Section, City shall pay Contractor for Services
satisfactorily performed and costs incurred up to the effective date of termination for which
Contractor has not been previously paid. On the effective date of termination, Contractor
shall deliver to City all reports, Documents and other information developed or
accumulated in the performance of this Agreement, whether in draft or final form.
29. LABOR
29.1 Contractor shall conform with all applicable provisions of state and federal
law including, but not limited to, applicable provisions of the federal Fair Labor Standards
Act ("FLSA") (29 USCA § 201, et seq.).
29.2 Whenever Contractor has knowledge that any actual or potential labor
dispute is delaying or threatens to delay the timely performance of this Agreement,
Contractor shall immediately give written notice to City, and provide all relevant
information.
29.3 Contractor represents that all persons working under this Agreement are
verified to be U.S. citizens or persons legally authorized to work in the United States.
29.4 To the fullest extent permitted by law, Contractor shall indemnify, defend,
and hold harmless City, its City Council, boards and commissions, officers, agents,
volunteers, and employees from loss or damage, including but not limited to attorneys'
fees, and other costs of defense by reason of actual or alleged violations of any applicable
federal, state and local labor laws or law, rules, and/or regulations. This obligation shall
survive the expiration and/or termination of the Agreement.
30. STANDARD PROVISIONS
30.1 Recitals. City and Contractor acknowledge that the above Recitals are true
and correct and are hereby incorporated by reference.
30.2 Compliance with all Laws. Contractor shall, at its own cost and expense,
comply with all statutes, ordinances, regulations and requirements of all governmental
entities, including federal, state, county or municipal, whether now in force or hereinafter
enacted. In addition, all Work prepared by Contractor shall conform to applicable City,
county, state and federal laws, rules, regulations and permit requirements and be subject
to approval of the Project Administrator and City.
30.3 Waiver. A waiver by either party of any breach, of any term, covenant or
condition contained herein shall not be deemed to be a waiver of any subsequent breach
of the same or any other term, covenant or condition contained herein, whether of the
same or a different character.
ENVISE Page 12
30.4 Integrated Contract. This Agreement represents the full and complete
understanding of every kind or nature whatsoever between the parties hereto, and all
preliminary negotiations and agreements of whatsoever kind or nature are merged herein.
No verbal agreement or implied covenant shall be held to vary the provisions herein.
30.5 Conflicts or Inconsistencies. In the event there are any conflicts or
inconsistencies between this Agreement and the Scope of Services or any other
attachments attached hereto, the terms of this Agreement shall govern.
30.6 Interpretation. The terms of this Agreement shall be construed in
accordance with the meaning of the language used and shall not be construed for or
against either party by reason of the authorship of the Agreement or any other rule of
construction which might otherwise apply.
30.7 Amendments. This Agreement may be modified or amended only by a
written document executed by both Contractor and City and approved as to form by the
City Attorney.
30.8 Severability. If any term or portion of this Agreement is held to be invalid,
illegal, or otherwise unenforceable by a court of competent jurisdiction, the remaining
provisions of this Agreement shall continue in full force and effect.
30.9 Controllinq Law and Venue. The laws of the State of California shall govern
this Agreement and all matters relating to it and any action brought relating to this
Agreement shall be adjudicated in a court of competent jurisdiction in the County of
Orange, State of California.
30.10 Equal Opportunity Employment. Contractor represents that it is an equal
opportunity employer and it shall not discriminate against any subcontractor, employee
or applicant for employment because of race, religious creed, color, national origin,
ancestry, physical handicap, medical condition, marital status, sex, sexual orientation,
age or any other impermissible basis under law.
30.11 No Attorneys' Fees. In the event of any dispute or legal action arising under
this Agreement, the prevailing party shall not be entitled to attorneys' fees.
30.12 Counterparts. This Agreement may be executed in two (2) or more
counterparts, each of which shall be deemed an original and all of which together shall
constitute one (1) and the same instrument.
[SIGNATURES ON NEXT PAGE]
ENVISE Page 13
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed
on the dates written below.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date: 0311 S/ Z
By: A(!')
ron C. Harp
City Attorney
ATTEST-
Date:
Alai Date:
By: As
Leilani I. Brown
City Clerk
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
By:
Br ery
Mayor
CONTRACTOR: ENVISE, a California
corporation
Date:
Signed in Counterpart
By:
Theodore Docharty Lynch
Chief Executive Officer
Date:
Signed in Counterpart
By:
Rebecca Jeanne Reyes
Secretary
[END OF SIGNATURES]
Attachments: Exhibit A — Scope of Services / Service Specifications
Exhibit B
— Schedule of Billing Rates
Exhibit C
— Bid Submittal Documents
Exhibit D
— Labor and Materials Payment Bond (Fixed Maintenance)
Exhibit E
— Faithful Performance Bond (Fixed Maintenance)
Exhibit F
— Labor and Materials Payment Bond (On -Call Services)
Exhibit G
— Faithful Performance Bond (On -Call Services)
Exhibit H
— Insurance Requirements
ENVISE Page 14
IN WITNESS WHEREOF, the parties have caused this Agreement to be executed
on the dates written below.
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date:_ b3/ 1 V Z (
By: (�,)
ron C. Harp
City Attorney
ATTEST:
Date:
In
Leilani I. Brown
City Clerk
CITY OF NEWPORT BEACH,
a California municipal corporation
Date:
By.-
Brad
y:
Brad Avery
Mayor
CONTRACTOR: ENVISE, a California
corporation
Dater 2-1
By: "- g ��
Theodore Docharty Lynch
Chief Executive Officer
Date -.—,3,/30 /21
By:
Rebecca Jean n eyes
Secretary
[END OF SIGNATURES]
Attachments: Exhibit A
– Scope of Services / Service Specifications
Exhibit B
– Schedule of Billing Rates
Exhibit C
– Bid Submittal Documents
Exhibit D
– Labor and Materials Payment Bond (Fixed Maintenance)
Exhibit E
– Faithful Performance Bond (Fixed Maintenance)
Exhibit F –
Labor and Materials Payment Bond (On -Call Services)
Exhibit G
– Faithful Performance Bond (On -Call Services)
Exhibit H
– Insurance Requirements
ENVISE Page 14
EXHIBIT A
SCOPE OF SERVICES /
SERVICE SPECIFICATIONS
ENVISE Page A-1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
SPECIAL PROVISIONS
CIVIC CENTER CHILLER MAINTENANCE AND REPAIR
REQUEST FOR BID No. 21-15
All work necessary for the completion of this contract shall be done in accordance with
these Special Provisions.
Award and Selection
Contract shall be awarded to lowest responsible bidder based on the estimated amounts
listed in the Proposal/Line items for a term period of (3) years.
Contractor Licensing
At the time of the award and until completion of work, the Contractor must possess the
following Contractor License: "C-20." At the start of work and until completion of work,
the Contractor and all Subcontractors shall possess a valid Business License issued by
the City.
Equipment
Equipment
Series RT11 Water -Cooled Chillers
Qty
2
Trane
..-
Number
RTWD..
Ass - a.
CH -1,2
Pumps (Chilled Water,
Condenser Water, and Heating
Hot Water
6
Bell & Gossett
Size 1510
P-1-6
Hot Water Boilers
2
RayPak
H7-0850
B-1,2
Chillgard® LE Refrigerant Monitor
1
MSA
A -LE -D-4-1...
n/a
Return Fans — Direct Drive
3
Alliance
4VN-AS-PF
RF -1,4-5
Return Fans — Belt Driven
2
Greenheck
QEI...
RF -2,3
Air Handling Units
5
Alliance
4VN...
AHU-1-5
Cooling Tower
1
BAC
15177
CT -1
Split -System Precision Cooling Units
3
Liebert
BF067A...
CU-12A,12B,18 AC-
12A,12B,18
Library AHU-1R
Alliance
4BN-17.7-AS
1608AHUR1
Ill
Unit Notes
Split system indoor fan coil
Mitsubishi
.•
PEFY-P48NMAU-E
18W01002
Split system indoor fan coil
Mitsubishi
PEFY-P08NMAU-E
15W01476
Split system indoor fan coil
Mitsubishi
PEFY-P18NMAU-E
15W01392
Split system indoor fan coil
Mitsubishi
PEFY-P08NMAU-E
15W01475
Split system indoor fan coil, washable
filters
Mitsubishi
LGH-F1200RX3-E,
D10682770
No grease, no oil, no belts
Greenheck
SQ -120 -B -X
12679907-
1112
No grease, no oil, no belts
Greenheck
SQ -130 -VG -7-X
13385499-
1308
Expansion tank/air separator
Bell and
Gossett
R -3F
227438
Split system condensing unit
Mitsubishi
PUY-Al2NHA4
16U03046C
Split system condensing unit
Mitsubishi
MUY-D36NA
2001663T
Packaged AC unit
Mitsubishi
PEA-Al2AA4
13M00104
Packaged AC unit
Mitsubishi
PEA-Al2AA4
13M00098
Condensate pump system.
Hartell
AZ-X-1965DV
Split system condensing unit
Mitsubishi
PUY-Al2NHA4
15U025700
Split system condensing unit
Mitsubishi
PKA-A24KA4
12M00920
No grease, no oil, no belts
Greenheck
G -143 -VG -7-X
12679819
1201,
No grease, no oil, no belts
Greenheck
G -143 -VG -7-X
12679820
1201,
Split system condensing unit
Mitsubishi
PUY-A18NHA4
14UO2251 C
Constant volume AC unit
Mitsubishi
SDV5-004
767858 -
001-
001
No grease, no oil, no belts
Greenheck
SA -85 -D -X
12679912
1112,
Split system condensing unit
Mitsubishi
PUY-Al2NHA4
15UO2680C
Split system condensing unit
Mitsubishi
PURY-P168TGMU-A
88W00189
Unit 19W00980, filter type FBM2-1
Mitsubishi
PEFY-P30NMAU-E
19W00980
Unit 19W00980, filter type FBM2-1
Mitsubishi
PEFY-P36NMAU-E
19W01215
Washable filters
Mitsubishi
PKFY-P24NKMU-E
11 M00093
[2]
Split system condensing unit
Mitsubishi
PUY-A24NHA4
3ZU14359A
Split system condensing unit
Mitsubishi
PUY-A24NHA4
19UO4867D
Split system condensing unit
Mitsubishi
PUY-A24NHA4
19UO4826D
Split system indoor fan coil
Mitsubishi
PLA-A24BA4
02AO0710B
Split system indoor fan coil/washable
filter
Mitsubishi
PKA-A24KA4
12MO1083
No grease, no oil, no belts
Greenheck
CVE-121-VG-5-6
12679822-1201
Split system condensing unit
Mitsubishi
PUY-Al2NHA4
16UO3047C
No grease, no oil, no belts
Greenheck
SQ-12C-A-X
12679905
No grease, no oil, no belts
Greenheck
SQ-85-D-X
12679910-1112
No grease, no oil, no belts
Greenheck
SQ-95-V6-4-X
2679906-1112
Split system indoor fan coil/washable
filter
Mitsubishi
PKA-Al8HA4
02AO0928A
No Access
Mitsubishi
SDV5-002
767858002-001
Computer Room Units
Precision Cooling
BF042ADAM01902S
Computer Room Units
Precision Cooling
BF042ADAM01902S
Computer Room Units
Precision Cooling
BF042ADAM01902S
Scope of Work
Scheduled Maintenance
Scheduled number of specific service events and associated labor performed during normal business hours
as outlined in the Equipment Coverage and Services section of this Agreement. Basic materials and
supplies determined necessary by the Contractor's Technician for the normal performance of Scheduled
Maintenance are covered by the annual fee and include grease, cleaning solvents, and wiping cloths.
Refrigerant Management
This scope includes:
Refrigerant Replacement at 0% of Charge per unit per year
Technicians will capture and track all refrigerant activity performed for each piece of Covered
Equipment
Refrigerant Usage Reports can be generated annually
Laboratory Analysis
[3]
Contractor's Chemical Laboratory performs routine analysis and trending of oil, absorption solutions, and
refrigerants as required.
Cooling Contingency Planning
Contractor's emergency preparedness personnel will provide, free of charge upon request, Cooling
Contingency Planning to anticipate and respond to unusual or unplanned cooling needs. Planning will
address temporary chillers, portable auxiliary power units, and recommendations for facility modifications
to prepare your system for temporary cooling.
Services to be Performed
Description
Quantity Per Term
Series RTM Chiller Annual Inspection
1
Series RTM Chiller Operational Quarterly Inspection
3
Refrigerant Monitor Maintenance & Calibration
1
Annual Mechanical -Draft Cooling Tower Inspection
1
Quarterly Mechanical -Draft Cooling Tower Inspection
3
Mechanical -Draft Cooling Tower Variable Frequency
1
Annual Pump Maintenance
1
Quarterly Pump Running Inspection
3
Pump Variable Frequency Drive Maintenance
1
Annual Air Handler Maintenance
1
Quarterly Air Handler Maintenance
3
Air Handler Variable Frequency Drive Maintenance
1
Annual Boiler Maintenance
1
Quarterly Boiler Inspection
3
Annual Return Fan Maintenance
1
Quarterly Return Fan Inspection
3
[4]
Return Fan Variable Frequency Drive Maintenance 1
Annual Liebert Split System Maintenance 1
Quarterly Liebert Split System Inspection 3
Annual Exhaust Fan Maintenance 1
Quarterly Exhaust Fan Inspection 3
Fan Coil Unit Inspection 4
Annual A/C Unit Maintenance 1
Quarterly A/C Unit Inspection 3
WATER-COOLED ROTARY CHILLERS:
Comprehensive Annual Inspection
• Report in with the Customer Representative.
• Record and report abnormal conditions, measurements taken, etc.
• Review customer logs with the customer for operational problems and trends.
General Assembly
• Leak -test the chiller and report the leak check results.
• Repair minor leaks as required (e.g. valve packing, flare nuts).
• Visually inspect condenser tubes for cleanliness.
Controls and Safeties
• Inspect the control panel for cleanliness.
• Inspect wiring and connections for tightness and signs of overheating and discoloration.
• Verify all settings in the electronic control panel.
• Test the oil pressure safety device. Calibrate and record setting. .
• Test the high motor temperature safety device. Calibrate and record setting.
• Test the operation of the chilled water pump and condenser water pump starter auxiliary contacts.
• Verify the setting of the current control device.
• Test the operation of the optical oil sensor.
Condenser Tube Brushing
• Isolate the condenser water side of the chiller and drain water (condenser isolation valves must
hold)
[5)
• Drop the condenser heads
• Inspect tubes, check for scaling.
• Brush all condenser tubes
• Replace condenser head gasket with new OEM Trane part
• Open isolation valves and fill chiller with water
Lubrication System
• Pull oil sample for spectroscopic analysis.
• Test the oil for acid content and discoloration. Make recommendations to the customer based on
the results of the test.
• Change the oil filter.
• Verify the operation of the oil heater. Measure amps and volts and compare the readings with the
watt rating of the heater.
Motor and Starter
• Clean the starter and cabinet.
• Inspect wiring and connections for tightness and signs of overheating and discoloration.
• Check tightness of motor terminal connections.
• Check condition of the contacts for wear and pitting.
• Check contactors for free and smooth operation.
• Check the mechanical linkages for wear, security and clearances.
• Meg the motor and record readings.
• Verify the operation of the electrical interlocks.
• Measure voltage and record. Voltage should be nominal voltage ±10%
Mid -Season Running Inspection
• Check the general operation of the unit.
• Log the operating temperatures, pressures, voltages, and amperages.
• Check the operation of the control circuit.
• Check the operation of the motor and starter.
• Analyze the recorded data. Compare the data to the original design conditions.
• Review operating procedures with operating personnel.
• Provide a written report of completed work, operating log, and indicate any uncorrected
deficiencies detected.
AIR COOLED CHILLERS:
Comprehensive Annual Inspection
• Report in with the Customer Representative.
• Record and report abnormal conditions, measurements taken, etc.
• Review customer logs with the customer for operational problems and trends.
General Assembly
• Inspect for leaks and report leak check result.
[6]
• Repair minor leaks as required (e.g. valve packing, flare nuts).
• Check the condenser fans for clearances and free operation.
• Check tightness of condenser fan motor mounting brackets.
• Check the set screws on the fan shafts.
• Visually inspect the condenser coil for cleanliness.
• Verify the performance of the fan control inverter VFD, if applicable.
• Grease bearings as required.
Controls and Safeties
• Inspect the control panel for cleanliness.
• Inspect wiring and connections for tightness and signs of overheating and discoloration.
• Verify the working condition of all indicator/alarm lights and LED/LCD displays.
• Test oil pressure safety device (as required). Calibrate and record setting.
• Test the operation of the chilled water pump starter auxiliary contacts.
Lubrication System
• Pull oil sample for spectroscopic analysis.
• Test oil for acid content and discoloration.
• Make recommendations to the customer based on the results of the test.
• Verify the operation of the oil heaters.
Motor and Starter
• Clean the starter cabinet and starter components.
• Inspect wiring and connections for tightness and signs of overheating and discoloration.
• Check the condition of the contacts for wear and pitting.
• Check contactors for free and smooth operation.
• Check all mechanical linkages for wear, security and clearances.
• Verify tightness of the motor terminal connections.
• Meg the motor and record readings.
• Verify the operation of the electrical interlocks.
• Measure voltage and record. Voltage should be nominal voltage ±10%.
Quarterly Running Inspection
• Check the general operation of the unit.
• Log the operating temperatures, pressures, voltages, and amperages.
• Check the operation of the control circuit.
• Check the operation of the lubrication system.
• Check the operation of the motor and starter.
• Analyze the recorded data. Compare the data to the original design conditions.
• Review operating procedures with operating personnel.
• Provide a written report of completed work, operation log and indicate any uncorrected
deficiencies detected.
[!l
AIR HANDLING UNITS:
Comprehensive Annual Inspection
• Report in with the Customer Representative.
• Record and report abnormal conditions, measurements taken, etc.
• Review customer logs with the customer for operational problems and trends.
General Assembly
• Inspect the unit for cleanliness.
• Inspect the fan wheel and shaft for wear and clearance.
• Check the sheaves and pulleys for wear and alignment.
• Replace Belts
• Verify tight bolts, set screws, and locking collars.
• Check dampers for wear, security and linkage adjustment.
• Verify clean condensate pan.
• Verify proper operation of the condensate drain.
• Replace all air filters.
• Verify clean coils.
• Verify proper operation of the spray pump, if applicable.
• Verify smooth fan operation.
• Log operating conditions after system has stabilized.
• Provide a written report of completed work, operating log, and indicate any uncorrected
deficiencies detected.
Lubrication
• Lubricate the fan shaft bearings, if applicable.
• Lubricate the motor bearings, if applicable.
Controls and Safeties
• Test the operation of the low temperature safety device, if applicable.
• Test the operation of the high static pressure safety device, if applicable.
• Test the operation of the low static pressure safety device, if applicable.
• Check the thermal cutout on electric heaters, if applicable.
• Check the step controller, if applicable.
• Check and record supply air and control air pressure, if applicable.
• Verify the operation of the control system and dampers while the fan is operating.
Motor and Starter
• Clean the starter and cabinet.
• Inspect the wiring and connections for tightness and signs of overheating and discoloration. This
includes wiring to the electric heat, if applicable.
• Check the condition of the contacts for wear and pitting.
• Check the contactors for free and smooth operation.
• Meg the motor and record readings.
Scheduled Running Inspection
• Check the general condition of the fan.
• Verify smooth fan operation.
• Check and record supply and control air pressure, if applicable.
• Verify the operation of the control system.
• Replace pre -filters.
• Verify that post/box filters are in good condition.
• Log the operating conditions after the system has stabilized.
• Review operating procedures with operating personnel.
• Provide a written report of completed work, operating log, and indicate uncorrected deficiencies
detected.
COOLING TOWER, BELT DRIVEN:
Comprehensive Annual Inspection
• Report in with the Customer Representative.
• Record and report abnormal conditions, measurements taken, etc.
• Review customer logs with the customer for operational problems and trends.
General Assembly
• STRUCTURE
o Disassemble all screens and access panels for inspection.
o Inspect the conditions of the slats, if applicable.
o Inspect the condition of the tower fill.
o Inspect the condition of the support structure.
o Inspect the condition of the basins (upper and lower) and/or spray nozzles.
o Verify clean basins and strainer(s).
o Verify the condition and operation of the basin fill valve system.
• MECHANICAL
o Replace belts.
o Verify correct belt tension. Adjust the tension as necessary.
o Inspect sheaves and pulleys for wear, condition, and alignment.
o Inspect fan shaft and bearings for condition.
o Inspect fan assembly for condition, security, and clearances. (e.g. blade tip clearance).
Lubrication System
• Lubricate motor bearings.
• Lubricate fan shaft bearings.
[9]
Motor and Starter
• Clean the starter and cabinet.
• Inspect wiring and connections for tightness and signs of overheating and discoloration.
• Check the condition of the contacts for wear and pitting.
• Check the contactor(s) for free and smooth operation.
• Meg the motor(s) and record readings.
• Check disconnect terminal block for wear, tightness and signs of overheating and discoloration.
• Check the condition and operation of the basin heater contactor(s).
Mid -Season Running Inspection
• Check the general operation of the tower.
• Verify clean basins and strainers. If cleaning needed, technician to provide quote to building
engineer on site.
• Verify proper water level in the basin.
• Verify proper operation of the water level control device.
• Verify smooth operation of the fan(s).
• Verify proper operation of the bypass valve(s), if applicable.
• Review operating procedures with operating personnel.
• Provide a written report of completed work, operating log, and indicate any uncorrected
deficiencies detected.
PUMPS:
Annual Inspection
• Report in with the Customer Representative
• Record and report abnormal conditions, measurements taken, etc.
• Review customer logs with the customer for operational problems and trends.
General Assembly
• Check motor shaft and pump shaft for alignment, if applicable.
• Inspect the coupling for wear.
• Verify that the shaft guard is in place and tight, if applicable.
• Verify water flow through the pump.
• Check for leaks on the mechanical pump seals, if applicable.
• Verify proper drip rate on the pump seal packing, if applicable.
• Verify smooth operation of the pump.
• Provide a written report of completed work, operating log, and indicate any uncorrected
deficiencies detected.
Lubrication
• Lubricate the motor bearings as necessary.
• Lubricate the pump bearings as necessary.
[10]
Motor and Starter
• Clean the starter and cabinet.
• Inspect wiring and connections for tightness and signs of overheating and discoloration.
• Meg the motor.
• Verify tight connections on the motor terminals.
• Check the condition of the contacts for wear and pitting, if applicable.
• Check the contactors for free and smooth operation.
• Verify proper volts and amps.
Running Inspection
• Verify smooth operation of the pump.
• Check for leaks on the pump seal.
• Lubricate the motor bearings as necessary, if applicable.
VARIABLE FREQUENCY DRIVES.-
Annual
RIVES:
Annual Maintenance Procedure
• Report in with the Customer Representative.
• Record and report abnormal conditions, measurements taken, etc.
• Review customer logs with the customer for operational problems and trends.
• Clean the heat sink.
• Inspect wiring and connections for tightness and signs of overheating and discoloration.
• Visually inspect panel for loose or damaged parts or wiring; also check for any accumulation of
dirt and/or moisture.
• Verify proper operation of the unit.
• Verify proper DC buss voltage.
REFRIGERANT MONITORS.-
Annual
ONITORS:
Annual Maintenance Inspection
• Report in with Project Manager
• Record and report abnormal conditions.
• Check chassis mounting in enclosure.
• Check operation of Clear Language Display.
• Replace sampling filter element /elements at sensing points.
• Provide Zero and Span calibration to accuracy within 1 PPM.
• Visually check photo -acoustic sensing device.
• Check periodic re -zeroing if applicable.
BOILERS:
Comprehensive Annual Inspection
• Report in with Project Manager
• Record and report abnormal conditions, measurements taken, etc.
• Review customer logs with the customer for operational problems and trends.
General Assembly
• Check the heating surfaces and water side for corrosion, pitting, scale, blisters, bulges and soot.
• Inspect the refractory.
• Check the expansion tank and drain if needed.
• Clean the fire inspection glass.
• Check the blow -down valve packing and lubricate.
• Check and test boiler blow -down valve.
• Perform hydrostatic test, if required.
• GAS TRAIN BURNER ASSEMBLY
o Check the gas train isolation valves for leaks.
o Check the gas supply piping for leaks.
o Check the gas pilot solenoid valve for wear and leaks.
o Check the main gas and the pilot gas regulators for wear and leaks.
o Test the low gas pressure switch. Calibrate and record setting.
o Test the high gas pressure switch. Calibrate and record setting.
o Verify the operation of the burner fan air flow switch.
o Inspect and clean the burner assembly.
o Inspect and clean the pilot igniter assembly.
o Inspect and clean the burner fan.
o Run the fan and check for vibration.
o Inspect the flue and flue damper.
o Burner Control Panel:
■ Inspect the panel for cleanliness.
■ Inspect wiring and connections for tightness and signs of overheating and
discoloration.
• Clean burner fan wheel and air dampers. Check the fan for vibration.
• Verify tightness of the linkage set screws.
• Check the gas valves against leakage (where test cocks are provided).
Controls and Safeties (all if applicable)
• Disassemble and inspect the low water cutoff safety device.
• Reassemble the boiler low water cutoff safety device with new gaskets.
• Clean the contacts in the program timer, if applicable.
• Check the operation of the low water cutoff safety device and feed controls.
• Verify the setting and test the operation of the operating and limit controls.
Quarterly Running Inspection
• Check the general condition of the unit.
• Inspect the burner.
• Adjust the burner controls to obtain proper combustion.
• Check the operation of the pressure relief valve.
• Check the operation of the low water cutoff and feed controls.
• Check the setting and test the operation of the operating and limit controls.
• Check the operation of the modulating motor.
• Lift the safety/relief valves with at least 70% of rated pressure.
• Blow down and try gauge cocks to confirm glass water level.
• Check and test boiler blow down valve.
• Log operating conditions after the system has stabilized.
• Review operating procedures with operating personnel.
• Provide a written report of completed work, operating log, and indicate uncorrected deficiencies
detected.
LIEBERT SPLIT -SYSTEMS:
• Includes (4) PM inspections scheduled between 8am- 5pm, Monday -Friday, (excluding national
holidays). Belts & Filters included and replaced on an "as needed basis."
• All other parts & labor is provided on a time & material basis.
• Performed by Liebert Factory Trained Technicians.
Quarterly Maintenance
Filters
• Check for restricted airflow.
• Replace air filters as needed
• Examine filter switch.
• Wipe entire section clean
Blower Section
• Verify that impellers are free of debris and move freely.
• Check belt for condition and proper tension.
• Replace belts as needed.
• Verify that the bearings are in good condition.
• Check the fan safety switch for proper operation.
• Check the pulleys and motor mounts for tightness and proper alignment.
Water/Glycol Condenser (If Applicable)
• Check cleanliness of copper tubing.
• Confirm that the water regulating valves are functioning properly.
• Check the glycol solution level.
• Check glycol freeze protection level
• Check for water/glycol leaks
[13]
Glycol Pump
• Examine for any glycol leaks.
• Determine proper pump operation.
Steam Generating Humidifier (If Applicable)
• Check the canister for any deposits.
• Check the condition of all steam hoses.
• Examine the water make-up valve for any leaks.
• Check and adjust potentiometers for optimal performance
Infrared Humidifier (If Applicable)
• Check the pan drain for any type of blockage.
• Examine the humidifier lamps for proper operation.
• Check the pan for any type of mineral deposits.
Refrigerant Cycle/Section
• Examine refrigerant lines for leaks or damage.
• Using the sight glass, check lines for moisture.
• Monitor suction pressure.
• Monitor head pressure.
• Monitor discharge pressure.
• Check superheat.
Electric Panel, Controls, and Ancillary Items
• Check fuses
• Check electrical connections
• Check contactors for pitting
• Using microprocessor controls, ensure proper operation of the unit components
• Inspect leak detection cabling (if connected to unit)
FAN COIL UNITS:
Quarterly Maintenance
• Report in with Project Manager
• Record and report abnormal conditions.
• Verify clean water coil.
• Verify tightness of fan set screws
• Verify smooth fan operation.
• Verify clean condensate pan.
• Verify the operation of the condensate pump, if applicable.
• Verify proper operation of the temperature control and fan control device.
[14]
• Verify proper operation of the changeover valve, if applicable.
Bidding And Payment
The unit cost bid prices for each item of work shown on the Proposal shall include full
compensation for furnishing the labor, materials, tools, and equipment to perform the
necessary work.
The Contract will be awarded based on the lowest bid amount.
NOTE: Contractor shall submit Proposal Line Items via Line Items tab contained in
PlanetBids in order to be considered for award. The following bid items included in the
Proposal are as follows:
BID ITEMS:
Item No. 1 Quarterly Inspection: Work under this item shall include, but not be limited
to, all labor, tools, and equipment to inspect and maintain the following systems per
specifications in the scope of services on a quarterly basis approximately (3) quarters per
year. (Annual inspection to take place at 4th quarter):
• Series R Chiller
• Mechanical -Draft Cooling Tower
• Pump Running Inspection
• Air Handlers
• Boilers
• Return Fans
• Liebert Split System
• Exhaust Fans
• Fan Coil Units
• A/C Units
Item No. 2 Annual Inspection: Work under this item shall include, but not be limited to,
all labor, tools, and equipment to inspect and maintain the following systems per
specifications in the scope of services for a comprehensive annual inspection (1) time per
year:
• Series R Chiller
• Mechanical -Draft Cooling Tower
• Pump Running Inspection
• Air Handlers
• Boilers
• Return Fans
• Liebert Split System
• Exhaust Fans
• Fan Coil Units
• A/C Units
• Refrigerant Monitor Maintenance & Calibration
[16]
• Variable Frequency Drive Maintenance for applicable units
Item No. 3 On -Call Hourly Rate: Work under this item shall include the hourly labor
rate for any as -needed repair or maintenance work during regular business hours (7am
— 3:30pm), outside of the quarterly and annual inspections.
Item No. 4 On -Call After Hours Hourly Rate: Work under this item shall include the
hourly labor rate for any as -needed repair or maintenance work outside of regular
business hours (after 3:30pm and weekends), and outside of the quarterly and annual
inspections.
[17]
RFP N0. 21-15
Civic Center Chiller
Maintenance and Repair
Equipment List with Photos
Issued with Addendum No. 4
1-11-2021
AHU-2 AHU-3 AHU-3 AHU-1 AHU-1
F
SECOND FLOOR
IgNal
AHU-4
AHU-2 AHU-2 AHU-2
FIRST FLOOR
LOWER LEVEL
AHU-1 AHU-1
ID Tag Location Manufacturer Model
AHU-R1 Library Alliance 4BN-17.7-AS-SX-PF-AS-EC-FF-PF-DX-SX-AS
1of4
ID Tag Location Manufacturer Model
AHU-R1 Library Alliance 4BN-17.7-AS-SX-PF-AS-EC-FF-PF-DX-SX-AS
2of4
ID Tag Location Manufacturer Model
AHU- Alliance 4BN-177.7-AS-SX-PF-AS-EC-FF- 3 Of 4
R1 Library PF -DX -SX -AS
�1 ■
ID Tag Location Manufacturer Model
AHU- Alliance 4BN-177.7-AS-SX-PF-AS-EC-FF- 4 Of 4
R1 Library PF -DX -SX -AS
.0
City Hall Basement
Water Cooled Chiller
CH -1 Rm 0022 Trane RTWD150F2B 2 Of 2
Jb
.�LIP_
Lip
i
City Hall Basement
Water Cooled Chiller
RTWD090 2 Of 2
CH -2 Rm 0022 Trane F2B
City Hall Basement
CHILLER ROOM OVERVIEW
Rm 0022
2of2
City Hall Basement
Air Handling Unit 1 of 5
AHU-1 RM 0034 Alliance 4VN-68.8-MB-FF-HW-CW-PF
City Hall Basement
Air Handling Unit 2 of 5
AHU-1 RM 0034 Alliance 4VN-68.8-MB-FF-HW-CW-PF
City Hall Basement
Air Handling Unit 3 of 5
AHU-1 RM 0034 Alliance 4VN-68.8-MB-FF-HW-CW-PF
Exhaust Fans —AHU-1
SF -1
RF -1
Rm 0034 Greenheck
Rm 0034 Alliance
SQ -100 -VG
4VN-AS-RF 4 of 5
QRP�S
1392 E. Palomar 8t M403-222 Chula Vista, CA 91913
Unit Tag Mfr. Date —
Serial No. — Job No. —
Model
Max. Ampere Rating of Supply Fuses: _
Min. Supply Conductor Ampacily:
HP voltage Phase F.L.A. Oly.
Supply Fan _ ■
Return Fan MWF —
W.Wdo Fen
Pump
FurnacalHlr.
Cunlrul Tran^.. _
Ovcrnll Elnc. rtuflnt�, 'f . _
Ovnlall [arc R:rlinu. I ,
www.pllianrenlr roducts.com
City Hall Basement
Exhaust Fans
EF -6 Restroom Hall (Attic) Greenheck
EF -7 Hall 0010 Greenheck
EF -8 Hall 0030 Greenheck
EF -12 Rm 0031 Greenheck
SQ -95-D 1 of 4
SQ -120-B
SQ -95 -VG
SQ -140 -B -X
Exhaust Fans
EF -6
EF -7
EF -8
EF -12
City Hall Basement
Restroom Hall (Attic)
Hall 0010
Hall 0030
Rm 0031
Greenheck
Greenheck
Greenheck
Greenheck
SQ -95-D
SQ -120-B
SQ -95 -VG
SQ -140 -B -X
2of4
Exhaust Fans
EF -6 Restroom Hall (Attic) Greenheck
EF -7 Hall 0010 Greenheck
EF -8 Hall 0030 Greenheck
EF -12 Rm 0031 Greenheck
SQ -95-D
SQ -120-B
SQ -95 -VG
SQ -140 -B -X
3of4
Exhaust Fans
EF -6
EF -7
EF -8
EF -12
Restroom Hall (Attic)
Greenheck
SQ -95-D
Hall 0010
Greenheck
SQ -120-B
Hall 0030
Greenheck
SQ -95 -VG
Rm 0031
Greenheck
SQ -140 -B -X
4of4
Condensing Boiler
B-1 Rm 0033 Raypak XFYRE-H70850
B-2 Rm 0033 Raypak XFYRE-H70850
1 of 2
Condensing Boiler
B-1 Rm 0033 Raypak XFYRE-H70850
B-2 Rm 0033 Raypak XFYRE-H70850 2 Of 2
Condensing Units (outdoor)
CU -1 Basement Airway Mitsubishi RXYQ144PATJ(RXYQ72PATJx2)
1of3
.A�
__------ OQ R UNIT , �T�► , , i
MODEL PURY Pl68TGMU-A •
UNIT SUPPLY >s: MAX.VOLTAGL ..,-
NEt!230 :S_ R(1 MIN.VOLI'AG1. lilil
APPROVED FOR RACR BREAKERS OR TIME. DELAY FUSES
✓ IAr FUSE "VI30 AMPS MIN.CIRCUIT AMPACITY 5W5;, -,, \A-rA
. ... 1.011"G4i�0tif R, A W � . �.',��'• Lfecfro Frrr w "
FAN MOTOR 1..___.41`9_i.__._."_3-._2�3__..�,:;__..__ +ll0 106742.5
5 !��
FAN MCIrL�R 2 0-r1.`OI 3... O OS ' { _ t li
0 1 0 � 1 � HARNRlG 1 S,gVi d 1�1Si1N�';,`
r
C,ONIPRESSOR 14'P �8 d7 ^i0' ? dljK OF - CPl 'wT
Ct?M PRESSOR '.
N1WEK skim. A 1ES WOO SER
Ri FFii ER;1NT H-4 10.4 1 I_8 kc 26 LBS_.! ..OZ wF1 R11SSE oiT
F ECti11CJu a CNV
FAG it7#iY C;FiARI 1:17 1 RISQ A DE GtI0G5 '
r (tgPt� ( 601 PSIQ.HI SIDE £S f1rp a�
pEtiiGrN PHt, t If,r:S l 1 .. Mp1 _ 320 PSIG LU SIDF. Tot vE5 pIESSURC+
1 ci SCA,'IiGES �' 41VE1i A'
21 COUPFR —
SI AU ATICIN. 8 8 W D C I it gISTAt F ,vw 4 �euAVPw�
SE.iiTAIALE FCR OU 1 D00 kN SERIAL N0 wasxaea
ail 1 K T 3i�W0 LEIS ;�.M1TSU81SNI ELECTRIC CORPOflAr
W��iLrH, a
Condensing Units (outdoor)
CU -1 Basement Airway Mitsubishi
RXYQ144PAT1(RXYQ72PATJx2)
2of3
Condensing Units (outdoor)
CU -1 Basement Airway
Mitsubishi RXYQ144PAT1(RXYQ72PATJx2)
3 of 3
Spilt System AC Unit
(Indoor)
AC -1
AC -2
AC -3
AC -4
AC -5
AC -6
AC -7
AC 3-5 located inside ceiling attic
Rm 0002
Mitsubishi
Rm 0002
Mitsubishi
Rm 0005
Mitsu
Rm 0004
Mitsu
Rm0003
Mitsu
Rm 0026
Mitsu
Rm 0023
Mitsu
PEFY-P36NMAU-E
PEFY-P30NMAU-E
PEFY-P07NMAU-E
PEFY-P18NMAU-E
PEFY-P07NMAU-E
PEFY-P48NMAU-E
PKFY-P24NKMU-E
1of9
Spilt System AC Unit
(Indoor)
AC -1
AC -2
AC -3
AC -4
AC -5
AC -6
AC -7
AC 3-5 located inside ceiling attic
Rm 0002
Mitsubishi
Rm 0002
Mitsubishi
Rm 0005
Mitsu
Rm 0004
Mitsu
Rm0003
Mitsu
Rm 0026
Mitsu
Rm 0023
Mitsu
PEFY-P36NMAU-E
PEFY-P30NMAU-E
PEFY-P07NMAU-E
PEFY-P18NMAU-E
PEFY-P07NMAU-E
PEFY-P48NMAU-E
PKFY-P24NKMU-E
2of9
Spilt System AC Unit
(Indoor)
AC -1
AC -2
AC -3
AC -4
AC -5
AC -6
AC -7
AC 3-5 located inside ceiling attic
Rm 0002
Mitsubishi
Rm 0002
Mitsubishi
Rm 0005
Mitsu
Rm 0004
Mitsu
Rm0003
Mitsu
Rm 0026
Mitsu
Rm 0023
Mitsu
PEFY-P36NMAU-E
PEFY-P30NMAU-E
PEFY-P07NMAU-E
PEFY-P18NMAU-E
PEFY-P07NMAU-E
PEFY-P48NMAU-E
PKFY-P24NKMU-E
41"
MWr
3of9
Spilt System AC Unit
(Indoor)
AC -1
AC -2
AC -3
AC -4
AC -5
AC -6
AC -7
AC 3-5 located inside ceiling attic
Rm 0002
Mitsubishi
Rm 0002
Mitsubishi
Rm 0005
Mitsubishi
Rm 0004
Mitsubishi
Rm0003
Mitsubishi
Rm 0026
Mitsubishi
Rm 0023
Mitsubishi
PEFY-P36NMAU-E
PEFY-P30NMAU-E
PEFY-P07NMAU-E
PEFY-P18NMAU-E
PEFY-P07N MAU-E
PEFY-P48NMAU-E
PKFY-P24NKMU-E
W O E
Spilt System AC Unit
(Indoor)
AC -1
AC -2
AC -3
AC -4
AC -5
AC -6
AC -7
AC 3-5 located inside ceiling attic
Rm 0002
Mitsubishi
Rm 0002
Mitsubishi
Rm 0005
Mitsubishi
Rm 0004
Mitsubishi
Rm0003
Mitsubishi
Rm 0026
Mitsubishi
Rm 0023
Mitsubishi
PEFY-P36NMAU-E
PEFY-P30NMAU-E
PEFY-P07NMAU-E
PEFY-P18NMAU-E
PEFY-P07NMAU-E
PEFY-P48NMAU-E
PKFY-P24NKMU-E
5of9
Spilt System AC Unit
(Indoor)
AC -1
AC -2
AC -3
AC -4
AC -5
AC -6
AC -7
AC 3-5 located inside ceiling attic
Rm 0002
Mitsubishi
Rm 0002
Mitsubishi
Rm 0005
Mitsubishi
Rm 0004
Mitsubishi
Rm0003
Mitsubishi
Rm 0026
Mitsubishi
Rm 0023
Mitsubishi
PEFY-P36NMAU-E
PEFY-P30NMAU-E
PEFY-P07NMAU-E
PEFY-P18NMAU-E
PEFY-P07NMAU-E
PEFY-P48NMAU-E
PKFY-P24NKMU-E
6of9
Spilt System AC Unit
(Indoor)
AC -1
AC -2
AC -3
AC -4
AC -5
AC -6
AC -7
AC 3-5 located inside ceiling attic
Rm 0002
Mitsubishi
Rm 0002
Mitsubishi
Rm 0005
Mitsubishi
Rm 0004
Mitsubishi
Rm0003
Mitsubishi
Rm 0026
Mitsubishi
Rm 0023
Mitsubishi
PEFY-P36NMAU-E
PEFY-P30NMAU-E
PEFY-P07NMAU-E
PEFY-P18NMAU-E
PEFY-P07NMAU-E
PEFY-P48NMAU-E
PKFY-P24NKMU-E
7of9
Spilt System AC Unit
(Indoor)
AC -1
AC -2
AC -3
AC -4
AC -5
AC -6
AC -7
AC 3-5 located inside ceiling attic
Rm 0002
Mitsubishi
Rm 0002
Mitsubishi
Rm 0005
Mitsubishi
Rm 0004
Mitsubishi
Rm0003
Mitsubishi
Rm 0026
Mitsubishi
Rm 0023
Mitsubishi
PEFY-P36NMAU-E
PEFY-P30NMAU-E
PEFY-P07NMAU-E
PEFY-P18NMAU-E
PEFY-P07NMAU-E
PEFY-P48NMAU-E
PKFY-P24NKMU-E
i • �
Spilt System AC Unit
(Indoor)
AC -1
AC -2
AC -3
AC -4
AC -5
AC -6
AC -7
AC 3-5 located inside ceiling attic
Rm 0002
Mitsubishi
PEFY-P36NMAU-E
Rm 0002
Mitsubishi
PEFY-P30NMAU-E
Rm 0005
Mitsubishi
PEFY-P07NMAU-E
Rm 0004
Mitsubishi
PEFY-P18NMAU-E
Rm0003
Mitsubishi
PEFY-P07NMAU-E
Rm 0026
Mitsubishi
PEFY-P48NMAU-E
Rm 0023
Mitsubishi
PKFY-P24NKMU-E
9of9
Hydronic Pumps
P-1
Rm 0022
B & G
1510-2-1/2BB
P-2
Rm 0022
B & G
1510-2-1/2BB
P-5
Rm 0033
B & G
1510-1-1/4BC
P-6
Rm 0033
B & G
1510-1-1/4BC
1 of 4
Hydronic Pumps
P-1
P-2
P-5
P-6
Rm 0022 B & G 1510-2-1/2BB
Rm 0022 B & G 1510-2-1/2BB 2 Of 4
Rm 0033 B & G 1510-1-1/48C
Rm 0033 B & G 1510-1-1/4BC
Hydronic Pumps
P-1
Rm 0022
B & G
1510-2-1/2BB
P-2
Rm 0022
B & G
1510-2-1/2BB
P-5
Rm 0033
B & G
1510-1-1/4BC
P-6
Rm 0033
B & G
1510-1-1/48C
3 of 4
Hydronic Pumps
P-1
Rm 0022
B & G
1510-2-1/2BB
P-2
Rm 0022
B & G
1510-2-1/2BB
P-5
Rm 0033
B & G
1510-1-1/4BC
P-6
Rm 0033
B & G
1510-1-1/4BC
4of4
all illillir
ET_�
I
h ',t
E{ 3 e
11
�r�
Heat Recovery Ventilation
HRV-1 Hall 0010 Mitsubishi LGH-F1200RX3-3 1 Of 2
Heat Recovery Ventilation
HRV-1
Hall 0010 Mitsubishi LGH-F1200RX3-3 2 Of 2
Air Separator
AS -1 Rm 0033 Rolairtrol
AS -2 Rm-0022 Rolairtrol
R-6
R-6 1 Of 2
Air Separator
AS -1 Rm 0033 Rolairtrol
AS -2 Rm-0022 Rolairtrol
R-6
R-6 2 Of 2
LEVEL 1&2 BAY D/E
Split System AC Units (Indoor)
AC -08
Rm 1053
Mitsubishi Electric
PEAD-A18AA
AC -10
Rm 1054
Mitsubishi Electric
MSY-D36NA
AC -12A
Rm 1052
Liebert
BF067A
AC -12B
Rm 1052
Liebert
BF067A
AC -13
Rm 2053
Mitsubishi Electric
MSY-D36NA
AC -TM
Rm 2155
Mitsubishi Electric
1of6
LEVEL A2 BAY D/E
Split System AC Units (Indoor)
AC -08
Rm 1053
AC -10
Rm 1054
AC -12A
Rm 1052
AC -12B
Rm 1052
AC -13
Rm 2053
AC -TM
Rm 2155
Mitsubishi Electric
Mitsubishi Electric
Liebert
Liebert
Mitsubishi Electric
Mitsubishi Electric
PEAD-A18AA
MSY-D36NA
BF067A
BF067A
MSY-D36NA
2of6
Mitsubishi Electric
Mitsubishi Electric
Liebert
Liebert
Mitsubishi Electric
Mitsubishi Electric
PEAD-A18AA
MSY-D36NA
BF067A
BF067A
MSY-D36NA
3of6
LEVEL 1&2 BAY D/E
Split System AC
Units (Indoor)
AC -08
Rm 1053
AC -10
Rm 1054
AC -12A
Rm 1052
AC -126
Rm 1052
AC -13
Rm 2053
AC -TM
Rm 2155
Mitsubishi Electric
Mitsubishi Electric
Liebert
Liebert
Mitsubishi Electric
Mitsubishi Electric
PEAD-A18AA
MSY-D36NA
BF067A
BF067A
MSY-D36NA
3of6
LEVEL A2 BAY D/E
Split System AC Units (Indoor)
AC -08 Rm 1053
AC -10
AC -12A
AC -12B
AC -13
AC -TM
Rm 1054
Rm 1052
Rm 1052
Rm 2053
Mitsubishi Electric
Mitsubishi Electric
Liebert
Liebert
Mitsubishi Electric
Rm 2155 Mitsubishi Electric
PEAD-A18AA
MSY-D36NA
BF067A
BF067A
MSY-D36NA
4of6
LEVEL 1&2 BAY D/E
Split System AC Units (Indoor)
AC -08
Rm 1053
AC -10
Rm 1054
AC -12A
Rm 1052
AC -12B
Rm 1052
AC -13
Rm 2053
AC -TM
Rm 2155
Mitsubishi Electric
Mitsubishi Electric
Liebert
Liebert
Mitsubishi Electric
Mitsubishi Electric
PEAD-A18AA
MSY-D36NA
BF067A
BF067A
MSY-D36NA
5of6
LEVEL 1&2 BAY D/E
Split System AC Units (Indoor)
AC -08
Rm 1053
AC -10
Rm 1054
AC -12A
Rm 1052
AC -12B
Rm 1052
AC -13
Rm 2053
AC -TM
Rm 2155
Mitsubishi Electric
Mitsubishi Electric
Liebert
Liebert
Mitsubishi Electric
Mitsubishi Electric
PEAD-A18AA
MSY-D36NA
BF067A
BF067A
MSY-D36NA
6of6
LEVEL 1&2 BAY D/E
VAWCV Terminal Units (Under Floor)
UFT -1 Rm 1016
UFT -2 Rm 2018
UFT -3 Rm 2008
Price FDBU - 60
Price FDBU - 30
Price FDBU - 20
PHOTOS NOT AVAILABLE (UNDER FLOOR)
1of1
LEVEL 1&2 Bay D/E
Perimeter Terminal Unit Heater (under floor)
PTU -1 Level 1 Bay A-E Price LFGH-RC Custom
PTU -2 Level 2 Bay A-E Price LFGH-RC Custom
PHOTOS NOT AVAILABLE (UNDER FLOOR)
XofX
Rooftop Bay D/E
Exhaust Fans
EF -1 Rooftop
EF -9 Rooftop
i
Greenheck G -143 -VG 1 of 3
Greenheck SQ -120-A
Exhaust Fans
EF -1
EF -9
Rooftop Bay D/E
Rooftop Greenheck G -143 -VG 2 Of 3
Rooftop Greenheck SQ -120-A
Rooftop Bay D/E
Exhaust Fans
EF -1 Rooftop Greenheck G -143 -VG 3 of 3
EF -9 Rooftop Greenheck SQ -120-A
Rooftop Bay D/E
Condensing Units
CU -08
Rooftop
Mitsubishi
CU -10
Rooftop
Mitsubishi
CU -12A
Rooftop Bay E
Liebert
CU -12B
Rooftop Bay E
Liebert
CU -13
Rooftop
Mitsubishi
1
•
w
�c
El
OA
PUY-A24NHA4 1 of 3
PUY-A24NHA4
TCSV104-A
TCSV104-A
PUY-Al2NHA4
Rooftop Bay D/E
Condensing Units
CU -08
Rooftop
Mitsubishi
CU -10
Rooftop
Mitsubishi
CU -12A
Rooftop Bay E
Liebert
CU -12B
Rooftop Bay E
Liebert
CU -13
Rooftop
Mitsubishi
PUY-A24NHA4 2 Of 3
PUY-A24NHA4
TCSV304-A
TCSV104-A
PUY-Al2NHA4
Rooftop Bay D/E
Condensing Units
CU -08
Rooftop
Mitsubishi
PUY-A24NHA4
CU -10
Rooftop
Mitsubishi
PUY-A24NHA4
CU -12A
Rooftop Bay E
Liebert
TCSV104-A
CU -12B
Rooftop Bay E
Liebert
TCSV104-A
CU -13
Rooftop
Mitsubishi
PUY-Al2NHA4
3of3
Air Handling Units
AH U-2
AHU-3
LEVEL 1&2 BAY B/C
Rm 1252
Rm 2252
Alliance 4VN-54 MB -FF -HW -CW -PF 1 of 6
Alliance 4VN-32.1 MB -FF -HW -CW -PF
� j f I
+f4
Air Handling Units
AHU-2
AHU-3
LEVEL 1&2 BAY B/C
Rm 1252 Alliance 4VN-54 MB -FF -HW -CW -PF 2 Of 6
Rm 2252 Alliance 4VN-32.1 MB -FF -HW -CW -PF
Air Handling Units
AHU-2
AHU-3
LEVEL 1&2 BAY B/C
Rm 1252 Alliance 4VN-54 MB -FF -HW -CW -PF 3 of 6
Rm 2252 Alliance 4VN-32.1 MB -FF -HW -CW -PF
Air Handling Units
AH U-2
AHU-3
LEVEL 1&2 BAY B/C
Rm 1252 Alliance 4VN-54 MB -FF -HW -CW -PF 4 of 6
Rm 2252 Alliance 4VN-32.1 MB -FF -HW -CW -PF
Air Handling Units
AH U-2
AH U-3
LEVEL 1&2 BAY B/C
Rm 1252 Alliance 4VN-54 MB -FF -HW -CW -PF 5 of 6
Rm 2252 Alliance 4VN-32.1 MB -FF -HW -CW -PF
Air Handling Units
AHU-2
AHU-3
LEVEL 1&2 BAY B/C
Rm 1252 Alliance 4VN-54 MB -FF -HW -CW -PF 6 of 6
Rm 2252 Alliance 4VN-32.1 MB -FF -HW -CW -PF
LEVEL 1&2 BAY B/C
Split System AC Unit (indoor)
AC -9 Rm 1254
AC -11 Rm 1253
AC -14 Rm 2253
Mitsubishi Electric PEA-Al2AA4
Mitsubishi Electric MSY-D36NA
Mitsubishi Electric PKA-A24KA4
1of2
LEVEL 1&2 BAY B/C
Split System AC Unit (indoor)
AC -9 Rm 1254
AC -11 Rm 1253
AC -14 Rm 2253
Mitsubishi Electric PEA-Al2AA4
Mitsubishi Electric MSY-D36NA
Mitsubishi Electric PKA-A24KA4
2of2
1of5
LEVEL 1&2 BAY B/C
Exhaust Fans
EF -2
Rooftop A/B
Greenheck
G -143 -VG
EF -15
RooftopA/B
Greenheck
GB -180
RF -2
Rm 1252
Greenheck
QEI 40-1-50-X
RF -3
Rm 2252
Greenheck
QEI 30-1-30-X
1of5
2of5
LEVEL 1&2 BAY B/C
Exhaust Fans
EF -2
Rooftop A/B
Greenheck
G -143 -VG
EF -15
Rooftop A/B
Greenheck
GB -180
RF -2
Rm 1252
Greenheck
QEI 40-1-50-X
RF -3
Rm 2252
Greenheck
QEI 30-1-30-X
2of5
3of5
LEVEL 1&2 BAY B/C
Exhaust Fans
EF -2
Rooftop A/B
Greenheck
G -143 -VG
EF -15
Rooftop A/B
Greenheck
GB -180
RF -2
Rm 1252
Greenheck
QEI 40-1-50-X
RF -3
Rm 2252
Greenheck
QEI 30-1-30-X
- 0
i
3of5
4 of 5
LEVEL 1&2 BAY B/C
Exhaust Fans
EF -2
Rooftop A/B
Greenheck
G -143 -VG
EF -15
Rooftop A/B
Greenheck
GB -180
RF -2
Rm 1252
Greenheck
QEI40-1-50-X
RF -3
Rm 2252
Greenheck
QEI 30-1-30-X
4 of 5
LEVEL 1&2 BAY B/C
Exhaust Fans
EF -2
Rooftop A/B
Greenheck
G -143 -VG 5 of 5
EF -15
Rooftop A/B
Greenheck
GB -180
RF -2
Rm 1252
Greenheck
QEI 40-1-50-X
RF -3
Rm 2252
Greenheck
QEI 30-1-30-X
Condensing units (outside)
CU -TM
CU -09
CU -11
CU -14
LEVEL 1&2 BAY B/C
Inside Mech Rm 2252
Rm 2252 Rooftop Bay B
Rm 2252 Rooftop Bay B
Rm 2252 Rooftop Bay B
Mitsubishi Electric
Mitsubishi Electric
Mitsubishi Electric
Mitsubishi Electric
PUY-A24NHA4
PUY-Al2NHA4
MUY-D36NA
PUY-A24NHA4
1of4
Condensing units (outside)
CU -TM
CU -09
CU -11
CU -14
LEVEL 1&2 BAY B/C
Inside Mech Rm 2252
Rm 2252 Rooftop Bay B
Rm 2252 Rooftop Bay B
Rm 2252 Rooftop Bay B
Mitsubishi Electric
Mitsubishi Electric
Mitsubishi Electric
Mitsubishi Electric
PUY-A24NHA4
PUY-Al2NHA4
MUY-D36NA
PUY-A24NHA4
2of4
Condensing units (outside)
CU -TM
CU -09
CU -11
CU -14
LEVEL 1&2 BAY B/C
Inside Mech Rm 2252
Rm 2252 Rooftop Bay B
Rm 2252 Rooftop Bay B
Rm 2252 Rooftop Bay B
Mitsubishi Electric
Mitsubishi Electric
Mitsubishi Electric
Mitsubishi Electric
PUY-A24NHA4
PUY-Al2NHA4
MUY-D36NA
PUY-A24NHA4
3of4
Condensing units (outside)
CU -TM
CU -09
CU -11
CU -14
LEVEL 1&2 BAY B/C
Inside Mech Rm 2252 Mitsubishi Electric PUY-A24NHA4 4 of 4
Rm 2252 Rooftop Bay B Mitsubishi Electric PUY-Al2NHA4
Rm 2252 Rooftop Bay B Mitsubishi Electric MUY-D36NA
Rm 2252 Rooftop Bay B Mitsubishi Electric PUY-A24NHA4
4
Mr
AH U-4
Community Room 2 Of 3
Rm 2503 Alliance 4VN-16-MB-FF-HW-CW-PF
AH U-4
Community Room 3 of 3
Rm 2503 Alliance 4VN-16-MB-FF-HW-CW-PF
Community Room
Split System AC Units (indoor)
AC -15 Rm 1506
AC -16 Rm 2502
Mitsubishi Electric PKA-A18HA4 1 Of 2
Mitsubishi Electric PEA--Al2AA4
Community Room
Split System AC Units (indoor)
AC -15 Rm 1506 Mitsubishi Electric
AC -16 Rm 2502 Mitsubishi Electric
PKA-A18HA4 1 Of 2
PEA—Al2AA4
Community Room
Condensing Units (outdoor)
CU -15 Rooftop Rm2503
CU -16 Rooftop Rm2503
Mitsubishi Electric
Mitsubishi Electric
PUR-A18NHA3-BS 1 of 1
PUR-A18NHA3-BS
Community Room
Exhaust Fans
EF -4 Rm 2503
RF -4 RM 2503
EF -5 Rooftop
Greenheck SQ -120-A
1of3
Alliance 4VN-AS-PF
Greenheck SQ -95-D
Exhaust Fans
EF -4
RF -4
EF -5
Community Room
Rm 2503 Greenheck SQ -120-A
RM 2503 Alliance 4VN-AS-PF
Rooftop Greenheck SQ -95-D
2of3
Community Room
Exhaust Fans
EF -4 Rm 2503
RF -4 RM 2503
EF -5 Rooftop
Greenheck SQ -120-A
Alliance 4VN-AS-PF
Greenheck SQ -95-D
PHOTO NOT AVAILABLE
3of3
Community Room
Pumps Schedule
P-7 Radiant Floor Rm 2503
P-8 Radiant Floor Rm 2503
P-9 Radiant Floor Rm 2503
P-10 Radiant Floor Rm 2503
B&G NRF -22
B&G NRF -22
B&G NRF -22
B&G NRF -22
1 of 1
Community Room
Radiant Heat Exchanger
HE -1 Rm 2503 Alfa Laval CB52-20H
HE -2 Rm 2503 Alfa Laval CB27-10L
1 of 1
Community Room
Expansion Tanks 1 of 1
ET -4 Rm 2503 B&G D60
Council Chamber
Air Handling Unit 1 of 1
AHU-5 Rm 1602 Alliance 4VN-20-MB-FF-HW-CW-PF
Exhaust Fans
EF -13
EF -14
SF -2
RF -5
Council Chamber
Rm 1602 Greenheck SQ -140C
Rm 1602 Greenheck GB -180
Rm 1602 Greenheck SQ -140B
Rm1602 Alliance 4VN-AS-PI
1 of 4
2of4
Council Chamber
Exhaust Fans
EF -13
Rm 1602
Greenheck
SQ -140C
EF -14
R m 1602
Greenheck
GB -180
SF -2
R m 1602
Greenheck
SQ -140B
RF -5
Rm1602
Alliance
4VN-AS-PI
2of4
Exhaust Fans
EF -13
EF -14
SF -2
RF -5
Council Chamber
Rm 1602 Greenheck SQ -140C
Rm 1602 Greenheck GB -180
Rm 1602 Greenheck SQ -1408
Rm1602 Alliance 4VN-AS-PI
3of4
4of4
Council Chamber
Exhaust Fans
EF -13
Rm 1602
Greenheck
SQ -140C
EF -14
Rm 1602
Greenheck
GB -180
SF -2
Rm 1602
Greenheck
SQ -140B
RF -5
Rm1602
Alliance
4VN-AS-PI
4of4
Council Chambers
Condensing Units 1 Of 2
CU -17 Rm 1602 Mitsubishi Electric PUY-A18NHA3
CU -18
Rm 1602 Liebert BO-224A-A2LS902
Condensing Units
CU -17
CU -18
Council Chambers
Rm 1602
Rm 1602
Mitsubishi Electric PUY-A18NHA3
Liebert BO-224A-A2LS902
2of2
Council Chambers
Split System AC Units (indoor)
AC -17 Rm 1608 Mitsubishi Electric PEA-Al2AA
AC -18 Rm 1602 Liebert BF042AD
1of3
Council Chambers
Split System AC Units (indoor) 2 Of 3
AC -17 Rm 1608 Mitsubishi Electric PEA-Al2AA
AC -18
Rm 1602 Liebert BF042AD
Council Chambers
Split System AC Units (indoor)
AC -17 Rm 1608 Mitsubishi Electric PEA-Al2AA
AC -18 Rm 1602 Liebert BF042AD
3of3
Cooling Tower
CT-1 BAC 15177 2 Of 4
SSF-1 Lakos B0150
i
i
Cooling Tower
CT -1 BAC 15177 3 of 4
SSF-1 Lakos B0150
1 ��
Cooling Tower
CT -1
SSF-1
BAC 15177 4 of 4
Lakos 80150
Cooling Tower
Hydronic Pumps
P-03
P-04
B&G Size 1510
B&G Size 1510
1 of 1
HVAC Equipment List
Newport Beach Civic Center City Hall, Community Room & Council Chambers REV 1-08-2021
ID Tag
Location
Manufacturer
Model
SQ -95-D
EF -7
Hall 0010
Greenheck
AHU-R1
Library
Alliance 4BN-17.7-AS-SX-PF-AS-EC-FF-PF-DX-SX-AS
Con -R1
Library
Aa o n
C FA -018 -C -A -3 -DJ O E L
Greenheck
City Hall Basement
SF -1
Rm 0034
Water Cooled Chiller
SQ -100 -VG
RF -1
Rm 0034
CH -1
Rm 0022
Trane
RTWD150F26
CH -2
Rm 0022
Trane
RTWD090F213
Air Handling Unit
Raypak
XFYRE-H70850
Condensing Units (outdoor)
AHU-1
RM 0034
Alliance
4VN-68.8-MB-FF-HW-CW-PF
Exhust Fans
EF -6
Restroom Hall (Attic)
Greenheck
SQ -95-D
EF -7
Hall 0010
Greenheck
SQ -120-B
EF -8
Hall 0030
Greenheck
SQ -95 -VG
EF -12
Rm 0031
Greenheck
SQ -140-13-X
SF -1
Rm 0034
Greenheck
SQ -100 -VG
RF -1
Rm 0034
Alliance
4VN-AS-RF
Condensing Boiler
B-1
Rm 0033
Raypak
XFYRE-H70850
B-2
Rm 0033
Raypak
XFYRE-H70850
Condensing Units (outdoor)
CU -1 Basement Airway Mitsubishi RXYQ144PATJ(RXYQ72PATJx2)
Spilt System AC Unit (Indoor) AC 3-5 locate inside ceiling attic
AC -1
Rm 0002
Mitsubishi
PEFY-P36NMAU-E
AC -2
Rm 0002
Mitsubishi
PEFY-P30NMAU-E
AC -3
Rm 0005
Mitsu
PEFY-P07NMAU-E
AC -4
Rm 0004
Mitsu
PEFY-P18NMAU-E
AC -5
Rm0003
Mitsu
PEFY-P07NMAU-E
AC -6
Rm 0026
Mitsu
PEFY-P48NMAU-E
AC -7 I
Rm 0023
Mitsu I
PKFY-P24NKMU-E
Hydronic Pumps
P-1
Rm 0022
B & G
1510-2-1/2613
P-2
Rm 0022
B & G
1510-2-1/266
P-5
Rm 0033
B & G
1510-1-1/413C
P-6
Rm 0033
B & G
1510-1-1/413C
Expansion Tanks
ET -1
Rm 0033
B & G
D60V
ET -2
Rm 0022
B & G
D260V
Heat Recovery Ventilation
HRV-1 Hall 0010 Mitsubishi LGH-F1200RX3 3
Air Seperator
AS -1 Rm 0033 Rolairtrol R-6
AS -2 Rm-0022 Rolairtrol R-6
ID Tag Location Manufacturer Model
LEVEL 1&2 BAY D/E
Split System AC Units (Indoor)
AC-08
Rm 1053
Mitsubishi Electric
PEAD-A18AA
AC-10
Rm 1054
Mitsubishi Electric
MSY-D36NA
AC-12A
Rm 1052
Liebert
BF067A
AC-12B
Rm 1052
Liebert
BF067A
AC-13
Rm 2053
Mitsubishi Electric
MSY-D36NA
AC-TM
Rm 2155
Mitsubishi Electric
VAV/CV Terminal Units
(Under Floor) No Photo N/A
UFT-1
Rm 1016
Price
FDBU - 60
UFT-2
Rm 2018
Price
FDBU - 30
UFT-3
Rm 2008
Price
FDBU - 20
Perimeter Terminal Unit Heater (under floor) N/A No Photo
PTU-1 Level 1 Bay A-E
Price
LFGH-RC Custom
PTU-2 Level 2 Bay A-E
Price
LFGH-RC Custom
Rooftop Bay D/E
Exhaust Fans
EF-1
Rooftop
Greenheck
G-143-VG
EF-9
Rooftop
Greenheck
SQ-120-A
Condensing Units
CU-08
Rooftop
Mitsubishi
PUY-A24NHA4
CU-10
Rooftop
Mitsubishi
PUY-A24NHA4
CU-12A
Rooftop Bay E
Liebert
TCSV104-A
CU-12B
Rooftop Bay E
Liebert
TCSV104-A
CU-13
Rooftop
Mitsubishi
PUY-Al2NHA4
LEVEL 1&2 BAY B/C
Air Handling Units
AHU-2
Rm 1252
Alliance
4VN-54 MB-FF-HW-CW-PF
AHU-3
Rm 2252
Alliance
4VN-32.1 MB-FF-HW-CW-PF
Split System AC Unit (indoor)
AC-9
Rm 1254
Mitsubishi Electric
PEA-Al2AA4
AC-11
Rm 1253
Mitsubishi Electric
MSY-D36NA
AC-14
Rm 2253
Mitsubishi Electric
PKA-A24KA4
Exhaust Fans
EF-2
Rooftop A/B
Greenheck
G-143-VG
EF-15
Rooftop A/B
Greenheck
GB-180
RF-2
Rm 1252
Greenheck
QEI 40-1-50-X
RF-3
Rm 2252
Greenheck
QEI 30-1-30-X
Condensing units (outside)
CU-TM Inside Mech Rm 2252
Mitsubishi Electric
PUY-A24NHA4
CU-09 Rm 2252 Rooftop Bay B
Mitsubishi Electric
PUY-Al2NHA4
CU-11 Rm 2252 Rooftop Bay B
Mitsubishi Electric
MUY-D36NA
CU-14 Rm 2252 Rooftop Bay B
Mitsubishi Electric
PUY-A24NHA4
ID Tag ILocation IManufacturer I Model
Community Room
AHU-4 Rm 2503 Alliance 4VN-16-MB-FF-HW-CW-PF
Split System AC Units (indoor)
AC-15
AC-16
Rm 1506
Rm 2502
Mitsubishi Electric
Mitsubishi Electric
PKA-A18HA4
PEA--Al2AA4
Condensing Units (outdoor)
CU-15
CU-16
Rooftop Rm2503
Rooftop Rm2503
Mitsubishi Electric
Mitsubishi Electric
PUR-A18NHA3-BS
PUR-A18NHA3-BS
Exhaust Fans
EF-4
RF-4
EF-5 N/A No photo
Rm 2503
RM 2503
Rooftop
Greenheck
Alliance
Greenheck
SQ-120-A
4VN-AS-PF
SQ-95-D
Pumps Schedule
P-7 Radiant Floor
P-8 Radiant Floor
P-9 Radiant Floor
P-10 Radiant Floor
Rm 2503
Rm 2503
Rm 2503
Rm 2503
B&G
B&G
B&G
B&G
NRF-22
NRF-22
NRF-22
NRF-22
Radiant Heat Exchanger
HE-1
HE-2
Rm 2503
Rm 2503
Alfa Laval
Alfa Laval
CB52-20H
CB27-10L
Expansion Tanks
ET-4 Rm 2503 B&G D60
Council Chamber
Air Handling Unit
AHU-5 Rm 1602 Alliance 4VN-20-MB-FF-HW-CW-PF
Exhaust Fans
EF-13
EF-14
SF-2
RF-5
Rm 1602
Rm 1602
Rm 1602
Rm1602
Greenheck
Greenheck
Greenheck
Alliance
SQ-140C
GB-180
SQ-140B
4VN-AS-PI
Condensing Units
CU-17
CU-18
Rm 1602 Mitsubishi Electric PUY-A18NHA3
Rm 1602 Liebert BO-224A-A2LS902
Split System AC Units (indoor)
AC-17
AC-18
Rm 1608
Rm 1602
Mitsubishi Electric
Liebert
PEA-Al2AA
BF042AD
Cooling Tower
CT-1
SSF-1
BAC
Lakos
15177
80150
Hypdronic Pumps
P-03
P-04
B&G
B&G
Size 1510
Size 1510
EXHIBIT B
SCHEDULE OF BILLING RATES
ITEM
FIXED MAINTENANCE
DESCRIPTION
QUANTITY
UNIT
AMOUNT
1
Series R Chiller Quarterly Inspection
3
$512.20
$1,536.60
2
Series R Chiller Annual Inspection
-Quarterly
1
Annual
$6,829.27
$6,829.27
3
Mechanical -Draft Cooling Tower Quarterly
Inspection
3
Quarterly
$128.05
$384.15
4
Mechanical -Draft Cooling Tower Annual
Inspection
1
Annual
$817.07
$817.07
5
Pump Running Quarterly Inspection
3
Quarterly
$320.12
$960.36
6
Pump Running Annual Inspection
1
Annual
$640.24
$640.24
7
Air Handlers Quarterly Inspection
3
Quarterly
$890.24
$2,670.72-
8
Air Handlers Annual Inspection
1
Annual
$2,304.88
$2,304.88
9
Boilers Quarterly Inspection
3
Quarterly
$207.32
$621.96
10
Boilers Annual Inspection
1
Annual
$1,024.39
$1,024.39
11
Return Fans Quarterly Inspection
3
Quarterly
$298.35
$895.05
12
Return Fans Annual Inspection
1
Annual
$295.79
$295.79-
13
Liebert Split System Quarterly Inspection
3
Quarterly
$192.07
$576.21
14
Liebert Split System Annual Inspection
1
Annual
$384.15
$384.15
15
Exhaust Fans Quarterly Inspection
3
Quarterly
$256.10
$768.30-
16
Exhaust Fans Annual Inspection
1
Annual
$512.20
$512.20
17
Fan Coil Units Quarterly Inspection
3
Quarterly
$577.00
$1,731.00
18
Fan Coil Units Annual Inspection
1
Annual
$1,165.50
$1,165.50
19
A/C Units Quarterly Inspection
3
Quarterly
$577.00
$1,731.00
20
A/C Units Annual Inspection
1
Annual
$1,165.50
$1,165.50
21
Refrigerant Monitor Maintenance &
Calibration Annual Inspection
1
Annual
$323.17
$323.17
22
Variable Frequency Drive Annual
Maintenance
1 Annual
ANNUZTOTAL
$640.24
$640.24
$27,977.7-5
COMPLETED WORK AND INVOICING DETAILS
• The unit cost prices for each fixed cost item of work shown on the Billing
Rates shall include full compensation for furnishing the labor, materials,
tools, and equipment to perform the necessary inspection work.
• No additional or extra fees shall be charged outside of the rates shown in
this Exhibit for fixed cost items. No additional or extra fees shall be
ENVISE Page B-1
charged for any on-call/as-needed services, unless otherwise approved in
advance by City.
Contractor invoices for on-call services shall detail cost broken down by
laborer hours and title, equipment hours, and material quantities. City
shall reserve the right to validate quality, quantities effort of work
performed prior to approval and payment of invoices.
Reimbursement for any and all parts shall require receipts upon request,
including, but not limited to, filters, hoses, etc. If receipts are requested,
City shall not consider reimbursement for materials charged to City without
the provision of such receipts or any other documentation that would
otherwise provide proof of material cost.
Materials markup: Cost plus Max 15%
ENVISE Page B-2
EXHIBIT C
BID SUBMITTAL DOCUMENTS
ENVISE Page C-1
CITY OF NEWPORT BEACH
NOTICE INVITING BIDS
Sealed bids shall be submitted electronically via PlanetBids to office of the City Clerk,
100 Civic Center Drive, Newport Beach, CA 92660
By 10:00 AM on the 31d day of November, 2020,
at which time such bids shall be opened and read for
CIVIC CENTER CHILLER MAINTENANCE AND REPAIR
RFB 21-15
$250,000
Engineer's Estimate
06-1 James M. HOultian
Deputy PWD/City Engineer
,0,tom.0,
Prospective bidders may obtain Bid Documents, Project Specifications and Plans
via PlanetBids:
hftp://www.planetbids.com/g)ortal/portal.cfm?CompanvlD=22078
Contractor License Classification(s) required for this project: "C-20"
For further information, call Kyle Brodowski, Project Manager at (949) 644-3464
BID INFORMATION IS AVAILABLE ON THE CITY WEBSITE:
http://newportbeachca.clov/aovernment/open-transparent/online-services/bids-rfps-
vendor-registration
City of Newport Beach
CIVIC CENTER CHILLER MAINTENANCE AND REPAIR
RFS 21-15
INSTRUCTIONS TO BIDDERS
1. The following documents shall be completed, executed, uploaded and received by the City Clerk
via PlanetBids in accordance with NOTICE INVITING BIDS;
INSTRUCTIONS TO BIDDERS
BIDDER'S BOND (Original copies must be submitted to the City Clerk's Office in Sealed
Envelope)
DESIGNATION OF SUBCONTRACTORS ACKNOWLEDGEMENT (Subcontractor information
to be submitted via PlanetBids)
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
INFORMATION REQUIRED OF BIDDER
ALL ADDENDA TO PLANS AND SPECIFICATIONS AS ISSUED BY AGENCY PRIOR TO BID
OPENING DATE (if any; Contractor shall confirm via PlanetBids)
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
NON -COLLUSION AFFIDAVIT
DESIGNATION OF SURETIES
PROPOSAL ACKNOWLEDGEMENT (Line Items to be completed via PlanetBids)
The City Clerk's Office will open and read the bid results from PlanetBids immediately
following the Bid Opening Date (Bid Due Date.)
The Bid Results are immediately available to the public via PlanetBids following the Bid
Opening Date (Bid Due Date). Members of the public who would like to attend this reading
may go to Bay E, 2nd Floor of the Civic Center (Located at 100 Civic Center Dr.)
2. Cash, certified check or cashier's check (sum not less than 10 percent of the total bid price) may
be received in lieu of the BIDDER'S BOND. The title of the project and the words "Sealed Bid"
shall be clearly marked on the outside of the envelope containing the documents. Original copies
must be submitted to the City Clerk's Office.
3. The City of Newport Beach will not permit a substitute format for the Contract Documents listed
above. Bidders are advised to review their content with bonding and legal agents prior to
submission of bid.
3. BIDDER'S BOND shall be issued by an insurance organization or surety (1) currently authorized
by the Insurance Commissioner to transact business of insurance in the State of California, and
(2) listed as an acceptable surety in the latest revision of the Federal Register Circular 570. The
successful bidder's security shall be held until the Contract is executed. Original, sealed
copies must be submitted to the City Clerk's Office by the Bid Opening Date (Bid Due Date.)
The title of the project, Contract Number and the words "Sealed Bid" shall be clearly marked on
the outside of the envelope containing the documents.
4. The estimated quantities indicated in the PROPOSAL are approximate, and are given solely to
allow the comparison of total bid prices.
3
5. Bids are to be computed upon the estimated quantities indicated in the PROPOSAL multiplied
by unit price submitted by the bidder. In the event of discrepancy between wording and figures,
bid wording shall prevail over bid figures. In the event of error in the multiplication of estimated
quantity by unit price, the correct multiplication will be computed and the bids will be compared
with correctly multiplied totals. The City shall not be held responsible for bidder errors and
omissions in the PROPOSAL.
6. The City of Newport Beach reserves the right to reject any or all bids and to waive any minor
irregularity or informality in such bids. Pursuant to Public Contract Code Section 22300, at
the request and expense of the Contractor, securities shall be permitted in substitution of
money withheld by the City to ensure performance under the contract. The securities shall
be deposited in a state or federal chartered bank in California, as the escrow agent.
7. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial
Relations has ascertained the general prevailing rate of per diem wages in the locality in which
the work is to be performed for each craft, classification, or type of workman or mechanic needed
to execute the contract. A copy of said determination is available by calling the prevailing wage
hotline number (415) 703-4774, and requesting one from the Department of Industrial Relations.
All parties to the contract shall be governed by all provisions of the California Labor Code —
including, but not limited to, the requirement to pay prevailing wage rates (Sections 1770-7981
inclusive). A copy of the prevailing wage rates shall be posted by the Contractor at the job site.
9. The Contractor shall be responsible for insuring compliance with provisions of Section 1777.5 of
the Labor Code Apprenticeship requirements and Section 4100 et seq. of the Public Contracts
Code, "Subletting and Subcontracting Fair Practices Act".
10. No contractor or subcontractor may be listed on a bid proposal for a public works project
(submitted on or after March 1, 2015) unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5 [with limited exceptions from this requirement
for bid purposes only under Labor Code section 1771.1(a)].
11. No contractor or subcontractor may be awarded a contract for public work on a public works
project (awarded on or after April 1, 2015) unless registered with the Department of Industrial
Relations pursuant to Labor Code section 1725.5.
12. This project is subject to compliance monitoring and enforcement by the Department of Industrial
Relations.
13. All documents shall bear signatures and titles of persons authorized to sign on behalf of the
bidder. For corporations, the signatures shall be of a corporate officer or an individual authorized
by the corporation. For partnerships, the signatures shall be of a general partner. For sole
ownership, the signature shall be of the owner.
14. Pursuant to Public Contract Code section 9204, for any demand by contractor, whether on
behalf of itself or a subcontractor that lacks privity of contract with the City but has requested
that contractor proceed on its behalf, sent by registered mail or certified mail return receipt
requested for a time extension, payment by the City for money or damages arising from work
done by, or on behalf of, the contractor and payment for which is not otherwise expressly
provided or to which the claimant is not otherwise entitled, or for payment of an amount that is
disputed by the City, the following is a summary of the claims resolution process to be applied:
A. The City shall review the claim and, within 45 days, shall provide a written statement
identifying the portions of the claim that are disputed and undisputed. This time period may
11
be extended by mutual agreement. The claimant shall furnish all reasonable
documentation to support the claim, If the City needs approval from its City Council to
provide the written statement and the City Council does not meet within the prescribed time
period, the City shall have up to 3 days following the next regular meeting of the City
Council to provide the written statement. Payment of the undisputed portion of the claim
shall be made within 60 days after the City issues its written statement,
B. If the claimant disputes the City's written statement or if the City does not issue a written
statement in the prescribed time period, the claimant may demand in writing an informal
meet and confer conference, which shall be scheduled within 30 days of receipt of
claimant's demand.
C. Within 10 business days of the meet and confer conference, if a dispute remains, the City
shall provide a written statement identifying the portion of the claim that remains in dispute
and the undisputed portion. The City shall pay any remaining amount of the undisputed
portion within 60 days. Any disputed portion of the claim shall be submitted to nonbinding
mediation or similar nonbinding process, with the City and claimant sharing the costs
equally and agreeing to a mediator within 10 business days. If the parties cannot timely
agree on a mediator, each party shall select a mediator and those mediators shall select a
qualified neutral third party to mediate the remaining disputed portion. If mediation is
unsuccessful, any remaining disputed portion shall be addressed using procedures outside
of Public Contract Code section 9204.
D. Failure by the City to meet the time requirements herein shall result in the claim being
rejected in its entirety and shall not constitute an adverse finding with regard to the merits of
the claim or the responsibility or qualifications of the claimant.
The signature below represents that the above has been reviewed.
1005262 B, C20, C36, C4,C16,C10
Contractor's License No. & Classification
1000030376; 6/30/2022
DIR Registration Number & Expiration Date
Envise
Bidder
E
xecutive Vice President
,Authdrized Signature/Title
1/19/2021
Date
City of Newport Beach
CIVIC CENTER CHILLER MAINTENANCE AND REPAIR
RFB 21-15
BIDDER'S BOND
We, the undersigned Principal and Surety, our successors and assigns, executors, heirs
and administrators, agree to be jointly and severally held and firmly bound to the City of Newport
Beach, a charter city, in the principal sum of Ten Percent Total Amount Bid
Dollars ($ 10% Total Amount Bid ), to be paid and forfeited to the City of
Newport Beach if the bid proposal of the undersigned Principal for the construction of Civic Center
Chiller Maintenance and Repair, RFB 21-15 in the City of Newport Beach, is accepted by the
City Council of the City of Newport Beach and the proposed contract is awarded to the Principal,
and the Principal fails to execute the Contract Documents in the form(s) prescribed, including the
required bonds, and original insurance certificates and endorsements for the construction of the
project within thirty (30) calendar days after the date of the mailing of "Notification of Award",
otherwise this obligation shall become null and void.
If the undersigned Principal executing this Bond is executing this Bond as an individual, it
is agreed that the death of any such Principal shall not exonerate the Surety from its obligations
under this Bond.
Witness our hands this 29th day of October 2020.
ENVISE
Name of Contractor (Principal)
FEDERAL INSURANCE COMPANY
Name of Surety
2026 Hall's MITI Road, Whitehouse Station NJ 08889
Address of Surety
213.612.5753
Telephone
r� CFO/Treasurer
Authorized Sign�itle
Authorized Agent Signature
Donna Garcia, Attorney -in -Fact
Print Name and Title
(Notary acknowledgment of Principal & Surety, must be attached)
6
CALIFORNIA ACKNOWLEDGMENT
CIVIL CODE § 1189
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 California 1
County of Orange J}
On November 2, 2020 before me, Chrystal Palacios, Notary Public
Date Here Insert Name and Title of the Officer
personally appeared Tony Wang
Nome(s) of Signer(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed
to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their
authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity
upon behalf of which the person(s) acted, executed the instrument.
CHRYSTAL PALACIOS
0 COMM. 112240743
a » Notary Public • Califomis p
= Orange County -
CAfntn. Ell Iles
Place Notary Seal and/or Stamp Above
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 official seal.
Signature
Sign Lure of Notary Public
Completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document.
Description of Attached Document
Title or Type of Document: Bidders Bond
Document Date: October 29, 2020 Number of Pages: 1
Signer(s) Other Than Named Above: N/A
Capacity(ies) Claimed by Signer(s)
Signer's Name: Tony Wang
® Corporate Officer — Tltle(s): CFO / Treasurer
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer is Representing: Envise
02019 National Notary Association
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian or Conservator
❑ Other:
Signer is Representing:
ACKNOWLEDGMENT
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 California
County of I ss.
On , 20 before me, ,
Notary Public, personally appeared ,
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
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 official seal.
Signature
OPTIONAL INFORMATION
Date of Document
Type or Title of Document
Number of Pages in Document
Document in a Foreign Language
Type of Satisfactory Evidence:
Personally Known with Paper Identification
Paper Identification
Credible Witness(es)
Capacity(ies) claimed by Signer(s):
Trustee
Power of Attorney
CEO/CFO/COO
President / Vice -President / Secretary / Treasurer
Other:
Other Information:
7
(seal)
Thumbprint of Signer
❑7
Check here if
no thumbprint
or fingerprint
is available.
ACKNOWLEDGMENT
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 California
County of )SS.
On , 20 before me,
Notary Public, personally appeared ,
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
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 official seal.
Signature (seal)
ACKNOWLEDGMENT
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 California
County of ) ss.
On , 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
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 official seal.
Signature
(seal)
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
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 California
County of Los Angeles
On A r Z 5 C before me, Meghan Hanes, Notary Public, personally appeared
onna arcia who proved to me on the basis of satisfactory evidence to be the person(s)
whose name(s) is/are subscribed to the within instrument and acknowledged to me that
he/she/tlw-y executed the same in hiss/her/tlieir authorized capacity0es4, and that by-Eris/her/
signature( on the instrument the person(s), or the entity upon behalf of which the person(s)
acted, executed the instrument.
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 official seal.
MEGHAN HANES
COMM, #2280722 z
Notary Public - California
Los Angeles County
" My Comm Expires Mar. 12, 2023 Signatur A4_
eg ganHanes Signature of Notary Public
CHUBS"
Power of Attorney
Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company
Westchester Fire Insurance Company I ACE American Insurance Company
Know AH by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New fork corporation, PACIFIC
INDEMNITY COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the
Commonwealth of Pennsylvania, do each hereby constitute and appoint Rosa E. Rivas of Irvine, California; Bernadette Aleman, Tracy Aston, Lisa Crall,
Samantha Fazzini, Donna Garcia, Simone Gerhard, April Martinez, Edward C. Spector, Marina Tapia and KD Wapato of Los Angeles, California;
Celeste Austria, Thomas Branigan, Catherine A. Rueter, Paul Rodriguez, Nathan Varnold and William F. Ward of San Francisco, California ----------
each as their true and lawful Attorney -in -Fact to execute under such designation In tlieir names and to affix their corporate seals to and deliver for and on their behalf as surety
thereon or otherwise, bonds and undertakings and other writings obligatory In the nature thereof (other than ball bonds) given or executed in the course of business, and any
Instruments amending or altering the same, and consents to the modification or alteration of any Instrument referred to in said bonds or obligations.
In Witness Whereof, said FEDERAL. INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE
COMPANY acid ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents
saand
daffixed tnh^eir corporate seals on this 191" day of December, 2019.
, 0-t—�
Day.n \I. Chloros. A sivant SLrreeuy Sicphoi M. I I:mcy-.1'ice Ptti_sident
00G)TO /
STATE OF NEW JERSEY
County of Hunterdon ss.
On this 19'h day ofDecember, 2019, before me, a Notary Public of New Jersey, personally came Dawn M. Chloros and Stephen 41. Haney, to me known to be Assistant Secretary and
Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE
COMPANY and ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros and Stephen M. Haney,
being by me duly sworn, severally and each for Herself and himself did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE
COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FiRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and
know the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and
that their signatures as such officers were duly affixed andsubscribed by like authority.
Notarial Seal ?
CrAgYO N
KATHERINE E R ,LGA
NOTARY PUBLIC OF NEW JERSEY
PUBLIC
No.2316085
Commisalon Expires JWy 10, 2024 Ndary Public
J Rs
CERTIFICATION
Resolutions adopted by file Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016;
WESTCHESTER FIRE INSURANCE COMPANY on December ll, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20,2009:
`RESOLVCD, that the following authorizations relate to the execution, for and on behatf of the Company, ofbonds, undertakings, recognizances, contracts and other written commitments of the Company
entered hhto In the ordinary course of busluess (each a'Wdtten Commitment"):
(1) Each of the Chairman, the President and the Vire Presidents of die Company Is hereby authorized to execute any Written Commitment for and onbehairoftheCompany, tinder the
seal of rite Company or otherwise.
(2) Each duly appointed attorney-in-fact of the Company Is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or
otherwise, to the extent that such action is authorized by the grant ofpowers provided for In such person's written appointment as such attorney -in -face.
(3) Each of the Chairman, one President and die Vice Presidents or the Company Is hereby authorized, for and un ihehalfofdie Company, tuappohit ht wr l ung any person the auoutey-
in-facl of die Company with full power and authority to execute, for and on bebalfofthe company, under the seal oftheCompany orotherwise, such written Commitments ofthe
Company as may be specified in such written appointment, which spectficadon may be by general type or class of Written Commitments or by specification of one or more particular
written Commitments.
(4) Each of the Chairman, die President mrd rhe Vice Presidents of the Company is hereby authorized, fur andonbehalfuftire Cumpany,todelelpmeIII wrirhigtoany other officerurthe
Company the authority to execute, for and an behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are specified in such
written delegation, which specification may be by general type or class of Written Commitments or by specification ofoneormore particular Written Commitments.
(5) The signature of any of er or other person exmiingany Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of rite Company, may be affixed by
facsimile cot such Written Commitment or written appointment urdelegation.
FURTHER RESOLVED. that the foregoing Resolution shag not be deemed to bean exclusive statement of the powers and authority ofofitcers, employees and other persons to act for and on behalf'of
the Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested."
1, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY. VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE
INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that
(t) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect,
(11) file foregoing Power of Attorney Is true, correct and in full force and effect.
Given under my hand and seals of said Companies at Whitehouse Station, ij, this
OCT 2 9 Bozo
I/,Iw,11 U. Chloros. 7-V T mt Srx.ttuny
IN THE EVENT YOU WISH TO VERIFY THE AUTHEN!'ICrrYOF THIS BOND OR NOTIFY US OF ANY OTHER NIA17M PLEASE CONTACT US AT.
Tele (hone (908) 903-3493 Fax(908)903-3656 e-mail: sure gxihubb.cm7
Combined: FED-VIG-PIMPIC-AAIC (rev. 11-19)
City of Newport Beach
CIVIC CENTER CHILLER MAINTENANCE AND REPAIR
RFB 21-15
DESIGNATION OF SUBCONTRACTOR(S) - AFFADAVIT
State law requires the listing of all subcontractors who will perform work in an amount in excess of one-
half of one percent of the Contractor's total bid. If a subcontractor is not listed, the Contractor represents that
he/she is fully qualified to and will be responsible for performing that portion of the work. Substitution of
subcontractors shall be made only in accordance with State law and/or the Standard Specifications for Public
Works Construction, as applicable,
Pursuant to Public Contract Code Section 22300 appropriate securities may be substituted for any
monies to be withheld to ensure performance under the Contract.
The Bidder, by signing this designation, certifies that bids from the subcontractors as listed in the
Bidder's electronic bid have been used in formulating the bid for the project and that these subcontractors will
be used subject to the approval of the Engineer and in accordance with State law. No changes may be made
in these subcontractors except with prior approval of the City of Newport Beach. Bidders must also include
DIR registration numbers for each subcontractor.
Envise
Bidder
E
Executive Vice President
/uthofized Signature/Title
City of Newport Beach
CIVIC CENTER CHILLER MAINTENANCE AND REPAIR
RFB 21-15
TECHNICAL ABILITY AND EXPERIENCE REFERENCES
Contractor must use this form!!! Please print or type.
Bidder's Name Envise
FAILURE OF THE BIDDER TO PROVIDE ALL REQUIRED INFORMATION IN A
COMPLETE AND ACCURATE MANNER MAY BE CONSIDERED NON-RESPONSIVE.
For all public agency projects you have worked on (or are currently working on) in the
past 2 years in excess of $120,000, provide the following information:
No. 1
Project Name/Number District -wide HVAC Maintenance Program
Project Description Maintenance program including filter changes for 34 sites
Approximate Construction Dates: From September 2020 To: August 2021
Agency Name Compton Unified School District
Contact Person Nathaniel Holt
Telephone (310) 438.9855
Original Contract Amount $446,443 Final Contract Amount $ 446,443
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
RM
10
No. 2
Project Name/Number District -wide HVAC Project
Project Description Installation of new HVAC throughout the District over 3
summers
Approximate Construction Dates: From 2018 To: 2020
Agency Name Culver City Unified School District
Contact Person Chris Dunne
Telephone (213) 494-6407
Original Contract Amount $21,100,000Final Contract Amount $ 34,311,845
If final amount is different from original, please explain (change orders, extra work, etc.)
This project was done over 3 phases and each phase delivered money back
at one point and then that money was used to include more scope from the
owner.District added Phase 2 and 3 to get to total amount. Additional information upon request.
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
N0
No. 3
Project Name/Number Lynwood High School HVAC & Lighting Replacement Project
Replacement of lighting throughout campus, DDC upgrade
Project Description throughout campus, replacement of all HVAC serving the main
instructional buiing.
Approximate Construction Dates: From February 2019 To: August 2019
Agency Name Lynwood Unified School Distrct
Contact Person Gus Gonzalez Telephone (31 Q 279-7935
Original Contract Amount $ 7,035,661 Final Contract Amount $ 7,018,020
If final amount is different from original, please explain (change orders, extra work, etc.)
Some of the allowances were not needed, so the District was billed for less.
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
No
11
No. 4
Project Name/Number Campus EMS Migration Project
Project Description Upgrade of EMS system throughout entire campus
Approximate Construction Dates: From January 2020 To: Current (Estimated to be
complete February 2021)
Agency Name Cerritos College
Contact Person Jimmy Riordan Telephone (95i 712-2659
Original Contract Amount $2,012,379 Final Contract Amount $ 2,213,511
If final amount is different from original, please explain (change orders, extra work, etc.)
Client added scope
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
No
No. 5 Campus Server Room HVAC Replacement
Project Name/Number
Project Description Emergency replacement of HVAC serving critical server room
space prior to summer Feat
Approximate Construction Dates: From May 2020 To: July 2020
Agency Name Chaffey College
Contact Person Troy Ament
Telephone Q09) 238-3764
Original Contract Amount $ 223,655 Final Contract Amount $ 223,655
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
No
IiE
No. 6
Project Name/Number HVAC Maintenance Program
Project Description Maintenance program for Central Plant
Approximate Construction Dates: From September 2019 To: August 2024
Agency Name Golden West College
Contact Person Joe Dowling Telephone 014 469-1523
Original Contract Amount $409,051 Final Contract Amount $ 409,051
If final amount is different from original, please explain (change orders, extra work, etc.)
Did you file any claims against the Agency? Did the Agency file any claims
against you/Contractor? If yes, briefly explain and indicate outcome of claims.
No
Attach additional sheets if necessary.
Attach to this Bid the experience resume of the person who will be designated as
General Construction Superintendent or on-site Construction Manager for the
Contractor.
Upon request, the Contractor shall attach a financial statement and other information
sufficiently comprehensive to permit an appraisal of the Contractor's current financial
conditions.
00,
Envise V1Executive Vice President
Bidder fAuthorized Signature/Title
13
City of Newport Beach
CIVIC CENTER CHILLER MAINTENANCE AND REPAIR
RFB 21-15
NON -COLLUSION AFFIDAVIT
State of California )
) ss.
County of ��=)
being first duly sworn, deposes and says that he or she is
>S<_ i, (wc c, of c ro, sc , the party making the
foregoing bi ;that the bid is not made in the interest of, or on behalf of, any undisclosed person, partnership,
company, association, organization, or corporation; that the bid is genuine and not collusive or sham; that party
making the foregoing bid; that the bid is not made in the interest of, or on behalf of, any undisclosed person,
partnership, company, association, organization, or corporation; that the bid is genuine and not collusive or
sham; that the bidder has not directly or indirectly induced or solicited any other bidder to put in a false or sham
bid, and has not directly or indirectly colluded, conspired, connived, or agreed with any bidder or anyone else
to put in a sham bid, or that anyone shall refrain from bidding; that the bidder has not in any manner, directly
or indirectly, sought by agreement, communication, or conference with anyone to fix the bid price of the bidder
or any other bidder, or to fix any overhead, profit, or cost element of the bid price, or of that of any other bidder,
or to secure any advantage against the public body awarding the contract of anyone interested in the proposed
contract; that all statements contained in the bid are true; and, further, that the bidder has not, directly or
indirectly, submitted his or her bid price or any breakdown thereof, or the contents thereof, or divulged
information or data relative thereto, or paid, and will not pay, any fee to any corporation, partnership, company
association, organization, bid depository, or to any member or agent thereof to effectuate a collusive or sham
bid.
I declare under penalty of perjury of the laws of the State of California that the foregoing is true and correct.
Envise 9-1-1, Executive Vice President
Bidder Autfiorized Signature/Title
Subscribed and sworn to (or affirmed) before me on this 19 day of January , 2020
by S, s •- 9 h L. , proved to me on the basis of
satisfactory evidence to be the person(s) who appeared before me.
certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing
paragraph is true and correct.
1
Nota Public
[SEAL] �—�
JULIE ANNfAHRNKOPP M Commission Expires:
10 "' NotaryPublic-California Y p
Orange County
Commission. � 2225144
My Comm. Expires Jan 8, 2tli2
14
City of Newport Beach
CIVIC CENTER CHILLER MAINTENANCE AND REPAIR
RFB 21-15
DESIGNATION OF SURETIES
Bidder's name Envise
Provide the names, addresses, and phone numbers for all brokers and sureties from
whom Bidder intends to procure insurance and bonds (list by insurance/bond type):
Chubb Group of Insurance Companies/Federal Insurance Company
555 S. Flower Street, Los Angeles CA 90071
Mike Destiche, Surety Manager
mdestiche@chubb.com
Phone: 213-612-5574
15
City of Newport Beach
CIVIC CENTER CHILLER MAINTENANCE AND REPAIR
RFB 21-15
CONTRACTOR'S INDUSTRIAL SAFETY RECORD
TO ACCOMPANY PROPOSAL
Bidder's Name Envise
Record Last Five (5) Full Years
Current Year of Record
The information required for these items is the same as required for columns 3 to 6, Code 10,
Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102.
16
Current
Record
Record
Record
Record
Record
Year of
for
for
for
for
for
Record
2019
2018
2017
2016
2015
Total
2020
No. of contracts
209
332
386
306
211
147
1,591
Total dollar
Amount of
Contracts (in
Thousands of $)
63,682.267
101,654.817
128,384.82
100,864.283
57,521.277
32,782.388
484,889.852
No. of fatalities
0
0
0
0
0
0
0
No. of lost
Workday Cases
0
0
0
0
1
0
1
No. of lost
workday cases
involving
0
0
1
0
0
0
1
permanent
transfer to
another job or
termination of
employment
The information required for these items is the same as required for columns 3 to 6, Code 10,
Occupational Injuries, Summary --Occupational Injuries and Illnesses, OSHA No. 102.
16
Legal Business Name of Bidder Envise
Business Address: 12131 Western Ave. Garden Grove CA 92841
Business Tel, No.:
State Contractor's License No. and
Classification:
714-657-1032
1005262 B, C20, C36, C4,C16,C10
Title
The above information was compiled from the records that are available to me at this time
and I declare under penalty of perjury that the information is true and accurate within the
limitations of those records.
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
Signature of
bidder
Date
Title
executive Vice President
Signature Requirements: If bidder is an individual, name and signature of individual
must be provided, if doing business under a fictitious name, the fictitious name must be
set fort along with the County. If bidder is a partnership or joint venture, legal name of
partnership/joint venture must be provided, followed by signatures of all of the
partners/joint ventures or if fewer than all of the partners/joint ventures submit with
evidence of authority to act on behalf of the partnership/joint venture. If bidder is a
corporation, legal name of corporation must be provided, followed by signatures of the
corporation President or Vice President or President and Secretary or Assistant
Secretary, and the corporate seal, or submit with evidence of authority to act on behalf of
the corporation. All must be acknowledged before a Notary Public, who must certify that
such individuals, partners/joint ventures, or officers were proven on the basis of
satisfactory evidence to be the persons whose name are subscribed to and
acknowledged that they executed the same in their authorized capacities.
[NOTARY ACKNOWLEDGMENT and CORPORATE SEAL MUST BE ATTACHED1
17
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT CIVIL CODE § 1189
A notary public or other officer completing this certificate verifies onlythe 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 California
County of Q r'c-, , e
On before me, �, 1-- L.v" y ,, /U
Date `` tt Here Insert'Name and Title of the Officer
personally appeared cJ L) xQ
Name(s) of Slgner(s)
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s), is/are subscribed
to the within instrument and acknowledged to me that he/sheAhey executed. the same in his/hey/their
authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s); or the entity
upon behalf of which the person(s) acted, executed the Instrument,
y
JULIE ANN FAHRNKOPF
Notary Pubiic - Califomis
Orange County >
Commissior, # 2225144
Aly Comm. Expires Jan B. 2022
Place Notary Seal and/or Stamp Above
I certify under PENALTY OF PERJURY. under the
laws of the State of California that the foregoing
paragraphAs true and correct.
WITNESS my hand and offcial seal.
SignatureA-4
Signature of Notary Public
UP, I1UNA .
Completing this information can deter alteration of the document or
fraudulent reattachment of this form to an unintended document,
Description of Attached Document
Title or Type of Document:
Document Date:
Signer(s) Other Than Named Above:
Capacity(les) Claimed by Signer(s)
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual ❑ Attorney in Fact
❑ Trustee ❑ Guardian of Conservator
❑ Other:
Signer Is Representing:
Number of Pages:
Signer's Name:
❑ Corporate Officer — Title(s):
❑ Partner — ❑ Limited ❑ General
❑ Individual Ei Attorney in Fact
❑ Trustee ❑ Guardian of Conservator
❑ Other:
Signer is Representing:
.3..t 7, 5_i...: .;R 77777
17
(02017NationalNotary• •
City of Newport Beach
CIVIC CENTER CHILLER MAINTENANCE AND REPAIR
RFB 21-15
ACKNOWLEDGEMENT OF ADDENDA
Bidder's name Envise
The bidder shall signify receipt of all Addenda here, if any, and attach executed copy
of addenda to bid documents:
Addendum No.
Date Received Signature
1
November 2nd 2020
2
November 13 2020
3
December 2 2020
4
Januar 12 2021
m
City of Newport Beach
CIVIC CENTER CHILLER MAINTENANCE AND REPAIR
RFB 21-15
INFORMATION REQUIRED OF BIDDER
Bidder certifies under penalty of perjury under the laws of the State of California that the
following information is true and correct:
Name of individual Contractor, Company or Corporation:
Envise
Business Address:12131 Western Ave, Garden Grove CA 92841
Telephone and Fax Number: 714-657-1032 : 714-891-5015
California State Contractor's License No. and Class: 1005262 B, C20, C36, C4,C16,C10
(REQUIRED AT TIME OF AWARD)
Original Date Issued: 07/07/2015 Expiration Date: 07/31/2021
List the name and title/position of the person(s) who inspected for your firm the site of the
work proposed in these contract documents:
Greg Gonta - Service Supervisor
The following are the names, titles, addresses, and phone numbers of all individuals, firm
members, partners, joint ventures, and company or corporate officers having a principal
interest in this proposal:
Name Title Address Telephone
Ted Lynch President 13150 Mid -Atlantic Blvd. Suite 200 Laurel, MD 20708 (571) 612-4643
Ryan Nagle Vice President 21670 Ridgetop Circle Suite 100 Sterling, VA 20166 (703) 834-5570
Anthony Roner Vice President 9530 Padgett Street Suite 107 San Diego, 92126 (858)-805-7708
Tony Wang CFO/Treasurer 12131 Western Ave, Garden Grove CA 92841 (714) 230-7941
Travis Fletcher Branch Manager 12131 Western Ave, Garden Grove CA 92841 (303) 521-8916
Corporation organized under the laws of the State of California
Rebecca Reyes Secretary 12131 Western Ave, Garden Grove CA 92841
(714) 230-7405
19
The dates of any voluntary or involuntary bankruptcy judgments against any principal
having an interest in this proposal are as follows:
N/A
All company, corporate, or fictitious business names used by any principal having interest
in this proposal are as follows:
Southland Industries
For all arbitrations, lawsuits, settlements or the like (in or out of court) you have been
involved in with public agencies in the past five years (Attach additional Sheets if
necessary) provide:
Provide the names, addresses and telephone numbers of the parties;
N/A
Briefly summarize the parties' claims and defenses;
N/A
Have you ever had a contract terminated by the owner/agency? If so, explain.
No
Have you ever failed to complete a project? If so, explain.
No
For any projects you have been involved with in the last 5 years, did you have any claims
or actions by any outside agency or individual for labor compliance (i.e. failure to pay
prevailing wage, falsifying certified payrolls, etc.)? Yes / No
20
Are any claims or actions unresolved or outstanding? Yes / No
If yes to any of the above, explain. (Attach additional sheets, if necessary)
Failure of the bidder to provide ALL requested information in a complete and accurate
manner may be considered non-responsive.
Envise
Bidder
Joe Cvetas
(Print name of Owner or President
of Corporation/Company)
u (orized Signature/Title
Executive Vice President
Title
1/19/2021
Date
on 1 / l')/,�1 before me, _ JA (' Z, L_ Vi. o � , Notary Public, personally appeared
;1.)�',Q[I c.-iz-t,s , who proved to me on the basis of
satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and
acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that
by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s)
acted, executed the instrument.
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 official seal.
No ry Public in and for said State
My Commission Expires: ) / NQ—,
JULIE ANN FANRNKOPF
< it L) Notary Public -California =
± Orange county
Commissio,. 4 2225144
My Comm. Expires Jan 8.2022
UZI,, I
21
Mr. Gonto has 23 years of experience working with HVAC systems, specifically
installation, start-up and preventative maintenance of various types of HVAC
equipment. In servicing our maintenance contracts, he has enhanced skills toMr
troubleshoot and repair equipment with minimal impact to the customer. Mr.
Envise Proposal for City of Newport Beach
quickly
onto has
working knowledge of all hydronics systems, and has worked on some of the largest
Experience Since
chilled water systems in Southern California.
1997
Mr. Gonta has been an area foremen and supervisor for the lost four years. He
With Firm Since
takes pride in his work and strives hard to ensure that all machines are running
2009
at peak performance to satisfy the customer. He is also a member of the Envise
emergency on-call team.
Education
Mt. San Antonio College,
RELEVANT PROJECT EXPERIENCE
Accredited HVAC Program
Kaiser Fontana I Fontana, CA
Journeyman Classes, Local
Performed post -construction maintenance on equipment and resolved warranty issues.
250
Trane Factory Training
Riverside Convention Center I Riverside, CA
Performed complete overhaul of York YT low pressure centrifugal chiller.
Registrations/
Certifications
Martin Luther King Hospital I Compton, CA
AQMD Universal
Performed post -construction maintenance on equipment and resolved warranty issues.
Refrigerant Handling
License
Agua Caliente Resort I Rancho Mirage, CA
Certified General Foreman
Replaced compressor shaft seal assemblies on all chillers.
Training
MSCA Stor Certified
Paseo Colorado Mall I Pasadena, CA
Performed post -construction maintenance on HVAC equipment, including York and
Carrier centrifugal chillers.
Westwood Gateway I Santa Monica, CA
Responsible for the overhaul of both 1,200 -Ton Trane Centrifugal Chillers. Maintained
project schedule with minimal plant interruptions.
Hoag Hospital I Newport Beach, CA
Installed MRI chiller; duties included: installation and start-up.
Cottage Hospital I Santa Barbara, CA
Performed post -construction maintenance on equipment and resolved
warranty issues.
Kaiser Sand Canyon I Irvine, CA
Managed the installation of chilled water plant from installation phase to startup
during normal business hours with no interruptions to facility operations.
Envise Proposal for City of Newport Beach
City of Newport Beach
CIVIC CENTER CHILLER MAINTENANCE AND REPAIR
RFB 21-15
NOTICE TO SUCCESSFUL BIDDER
The following Contract Documents shall be executed and delivered to the Engineer within
ten (10) days (not including Saturday, Sunday and Federal holidays) after the date shown on the
"Notification of Award" to the successful bidder:
• CONTRACT WITH REQUIRED INSURANCE CERTIFICATES AND ENDORSEMENTS
• LABOR AND MATERIALS PAYMENT BOND
• FAITHFUL PERFORMANCE BOND
The City of Newport Beach will not permit a substitute format for these Contract Documents.
Bidders are advised to review their content with bonding, insuring and legal agents prior to
submission of bid. Original Certificate(s) of Insurance, General Liability Insurance
Endorsement, and Automobile Liability Insurance Endorsement shall be provided as required
by the Contract documents and delivered to the Public Works Department within ten (10)
working days after the date shown on the Notification of Award to the successful bidder.
The Labor and Materials Payment Bond and Faithful Performance Bond shall be issued by
an insurance organization or surety (1) currently authorized by the Insurance Commissioner to
transact business of insurance in the State of California, and (2) listed as an acceptable surety in the
latest revision of the Federal Register Circular 570.
Pursuant to Public Contract Code Section 22300, appropriate securities may be substituted
for any monies to be withheld to ensure performance under the Contract.
Insurance companies affording coverage shall be (1) currently authorized by the Insurance
Commissioner to transact business of insurance in the State of California, and (2) assigned
Policyholders' Rating A (or higher) and Financial Size Category Class VII (or larger) in accordance
with the latest edition of Best's Key Rating Guide: Property -Casualty. Coverages shall be provided
as specified in the Standard Specifications for Public Works Construction, except as modified by the
Special Provisions. Certificates of Insurance and additional insured endorsements shall be on the
insurance company's forms, fully executed and delivered with the Contract. The Notice to Proceed
will not be issued until all contract documents have been received and approved by the City.
22
City of Newport Beach
CIVIC CENTER CHILLER MAINTENANCE AND REPAIR
RFB 21-15
SAMPLE CITY
CONTRACT
23
City of Newport Beach
CIVIC CENTER CHILLER MAINTENANCE AND REPAIR
RFB 21-15
PROPOSAL
(Contractor shall submit proposals via the PROPOSAL (Bid Line Items) contained in PlanetBids.
Contractor shall sign the below acknowledgement)
To the Honorable City Council
City of Newport Beach
100 Civic Center Drive
Newport Beach, California 92660
Gentlemen:
The undersigned declares that he has carefully examined the location of the work, has read
the Instructions to the Bidders, has examined the Plans and Special Provisions, and hereby
proposes to furnish all materials except that material supplied by the City and shall perform
all work required to complete RFB No. 21-15 in accordance with the Plans and Special
Provisions, and will take in full payment therefore the following unit prices for the work,
complete in place, to wit:
1/19/2021
Date
714-657-1032; 714-891-5015
Bidder's Telephone and Fax Numbers
1005262 B,C20,C36,C4,C16,C10
Bidder's License No(s).
and Classification(s)
1000030376
DIR Registration Number
Envise
Bidder
W,WZ-7n5�- Executive Vice President
B' der's Authorized Signature and Title
12131 Western Ave, Garden Grove CA 92841
Bidder's Address
Bidder's email address: vbaaten@enviseco.com
City of Newport Beach
Civic Center Chiller Maintenance and Repair (21-15), bidding on 01/26/2021 2:00 PM (PST)
Bid Results
Bidder Details
Vendor Name
Envise
Address
12131 Westerm Ave
Delivery Method
Garden Grove, California 92683
Bid Responsive
United States
Respondee
Jennifer Lee
Respondee Title
Business Development Manager
Phone
714-657-1032
Email
jlee@enviseco.com
Vendor Type
License #
1005262
CADIR
1000030376
Bid Detail
Bid Format
Electronic
Submitted
01/26/2021 10:25AM (PST)
Delivery Method
Bid Responsive
Bid Status
Submitted
Confirmation #
240924
Ranking
0
Respondee Comment
Buyer Comment
eBond Contract ID
Attachments
Page 1 of 4
Printed 01/26/2021
File Title File Name
File Type
Bid Bond_20201102.pdf Bid Bond_20201102.pdf Bid Bond
1.26.2021 City of Newport Beach - Envise - Bid 21-15.pdf 1.26.2021 City of Newport Beach - Envise - Bid 21-15.pdf General Attachments
PlanetBids, Inc.
City of Newport Beach
Civic Center Chiller Maintenance and Repair (21-15), bidding on 01/26/20212:00 PM (PST)
Subcontractors
No Subcontractors
PlanetBids, Inc.
Page 2 of 4
Printed 01/26/2021
City of Newport Beach
Civic Center Chiller Maintenance and Repair (21-15), bidding on 01/26/2021 2:00 PM (PST)
Line Items
Item #
Item Description
UOM
v BASE BID
Series R Chiller
1
Quarterly
Quarterly
Inspection
2
Series R Chiller
Annual
Annual Inspection
Mechanical -Draft
3
Cooling Tower
Quarterly
y
Inspection
Mechanical -Draft
4
Cooling Tower
Annual
Annual Inspection
Pump Running
5
Quarterly
Quarterly
Inspection
6
Pump Running
Annual
Annual Inspection
Air Handlers
7
Quarterly
Quarterly
Inspection
8
Air Handlers
Annual
Annual Inspection
9
Boilers Quarterly
Quarterly
y
10
Boilers Annual
Annual
Inspection
Return Fans
11
Quarterly
Quarterly
Inspection
12
Return Fans
Annual
Annual Inspection
Liebert Split
13
System Quarterly
Quarterly
Inspection
Liebert Split
14
System Annual
Annual
Inspection
Exhaust Fans
15
Quarterly
Quarterly
Inspection
16
Exhaust Fans
Annual
Annual Inspection
Fan Coil Units
17
Quarterly
Quarterly
Inspection
QTY
3
1
3
1
3
1
3
1
3
1
3
1
3
1
3
1
3
Planet Bids, Inc.
Page 3 of 4
Printed 01/26/2021
Unit Price Line Total Comment
$27,977.75
$512.20 $1,536.60
$6,829.27 $6,829.27
$128.05 $384.15
$817.07
$320.12
$640.24
$890.24
$2,304.88
$207.32
$1,024.39
$298.35
$295.79
$192.07
$384.15
$256.10
$512.20
$577.00
$817.07
$960.36
$640.24
$2,670.72
$2,304.88
$621.96
$1,024.39
$895.05
$295.79
$576.21
$384.15
$768.30
$512.20
$1,731.00
City of Newport Beach
Civic Center Chiller Maintenance and Repair (21-15), bidding on 01/26/2021 2:00 PM (PST)
18
Fan Coil Units
Annual
Annual Inspection
A/C Units
19
Quarterly
Quarterly
Inspection
20
A/C Units Annual
Annual
Inspection
Refrigerant
Monitor
21
Maintenance &
Annual
Calibration Annual
Inspection
Variable
22
Frequency Drive
Annual
Annual
Maintenance
v On -Call Hourly Rates
On -Call Hourly
23
Hourly
y
24
On -Call After
Hourly
Hours Hourly Rate
Grand Total
$28,327.75
1 $1,165.50 $1,165.50
3 $577.00 $1,731.00
1 $1,165.50 $1,165.50
1 $323.17 $323.17
1 $640.24 $640.24
$350.00
1 $140.00 $140.00
1 $210.00 $210.00
PlanetBids, Inc.
Page 4 of 4
Printed 01/26/2021
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ADDENDUM NO. 1
Civic Center Chiller Maintenance & Repair
Request for Bid No. 21-15
DATE: fl J&ZO BY:
D uty Public WoFks Director/City Engineer
TO: ALL PLANHOLDERS V
The following changes, additions, deletions, or clarifications shall be made to the
contract documents — all other conditions shall remain the same.
A. SPECIAL PROVISIONS
Some items have been removed or clarified in the Special Provisions. The
document attached to this Addendum supersedes the original on PlanetBids and
should be used instead.
B. MANDATORY PRE-BID MEETING
There will be a mandatory pre-bid site walk which will be held on November 17,
2020 at 7 AM at the Civic Center (100 Civic Center Dr. Newport Beach, CA 92660).
At the site walk, potential bidders will also be provided with a more detailed list of
equipment, location, and access points.
C. Q&A
Please see attached Question & Answer document for answers to the questions
posted in PlanetBids.
D. BID OPENING DATE
Please note that the bid opening date has been moved to November 24, 2020 at
10:00 AM.
E. SAMPLE AGREEMENT
Please see attached sample agreement which includes updates to the insurance
and bonding requirements.
ATTACHMENTS:
- Special Provisions
- Question & Answers
- Sample Agreement
Bidders must sign this Addendum No. 1 and attach it to the bid proposal. A bid
may be deemed unresponsive unless this signed Addendum No. 1 is attached.
I have carefully examined this Addendum and
have included full payment in my Proposal.
Envise
Bidder's Name (Please Print)
1/19/2021
Date
W///` Executive Vice President
"Authorized Signature & Title
Page 1 of 1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ADDENDUM NO. 2
CIVIC CENTER CHILLER MAINTENANCE AND REPAIR
Request for bid No. 21-15
DATE: It 1,3 2-D2o BY: ✓K�
ep ty PWD/City Engineer
TO: ALL PROSPECTIVE BIDDERS
The following changes, additions, deletions, or clarifications shall be made to the Contract
Documents — all other conditions shall remain the same.
A. RFP DUE DATE:
The Due Date for this RFP shall be extended to Tuesday, December 15, 2020 at
2:00 p.m.
B. PRE-BID MEETING:
Due to scheduling issues, the Pre -Bid Meeting for this Project, originally scheduled
on 11/17/2020, has been postponed to a date and time To Be Determined.
Bidders must sign this Addendum No. 1 and attach it to the bid proposal. Bid may
not be considered unless this signed Addendum No. 1 is attached.
I have carefully examined this Addendum and have
included full payment in my Proposal.
Envise
Bidder's Name (Please Print)
1/19/2021
Date
Executive Vice President
P69(oriz'ed Signature & Title
Page 1 of 1
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
Pp�
O� m
Y
;n
Cql/FO FOR P
ADDENDUM NO. 3
CIVIC CENTER CHILLER MAINTENANCE AND REPAIR
Request for Bid No. 21-15
DATE: .Z d BY:
. wwj
p ty PWD/City Engineer
TO: ALL PROSPECTIVE BIDDERS
The following changes, additions, deletions, or clarifications shall be made to the Contract
Documents — all other conditions shall remain the same.
A. RFP DUE DATE:
The Due Date for this Bid shall be extended to Tuesday, January 19, 2021 at 2:00
p.m.
Bidders must sign this Addendum No. 3 and attach it to the bid proposal. Bid may
not be considered unless this signed Addendum No. 3 is attached.
I have carefully examined this Addendum and have
included full payment in my Proposal.
Envise
Bidder's Name (Please Print)
1/19/2021
Date
Executive Vice President
Autlioriied Signature & Title
Page 1 of 2
CITY OF NEWPORT BEACH
PUBLIC WORKS DEPARTMENT
ADDENDUM NO. 4
CIVIC CENTER CHILLER MAINTENANCE AND REPAIR
Request for bid No. 21-15
DATE: 11Z0Z BY:
r7*
PWD/City Engineer
TO: ALL PROSPECTIVE BIDDERS
The following changes, additions, deletions, or clarifications shall be made to the Contract
Documents — all other conditions shall remain the same.
A. BID DUE DATE/BID OPENING DATE:
The Due Date for this Bid shall be extended to Tuesday, January 26, 2021 at 2:00 p.m.
B. PRE-BID MEETING:
Due to continued COVID restrictions and precautions, there will be no pre-bid meetings for
this Bid. Photographs various pieces of equipment have been included in this Addendum to
supplement the Special Provisions.
C. SPECIAL PROVISIONS
The Special Provisions shall be supplemented to include the attached equipment list with
photos
Bidders must sign this Addendum No. 4 and attach it to the bid proposal. Bid may not be
considered unless this signed Addendum No. 4 is attached.
I have carefully examined this Addendum and have
included full payment in my Proposal.
Envise
Bidder's Name (Please Print)
1/19/2021
Date
Executive Vice President
orized ignature & Title
Attachments:
Equipment List with Photo Package
EXHIBIT D
CITY OF NEWPORT BEACH
BOND NO. K4016585A
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to
ENVISE hereinafter designated as the "Principal," an agreement for
maintenance and/or repair services, in the City of Newport Beach, in strict conformity with
the Agreement on file with the office of the City Clerk of the City of Newport Beach, which
is incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute the Agreement and the
terms thereof require the furnishing of a bond, providing that if Principal or any of
Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies
used in, upon, for, or about the performance of the Work agreed to be done, or for any
work or labor done thereon of any kind, the Surety on this bond will pay the same to the
extent hereinafter set forth.
NOW, THEREFORE, We the undersigned Principal, and, FEDERAL INSURANCE COMPANY
duly authorized to transact business under the laws of the State of California, as Surety,
(referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach,
in the sum of Twenty Seven Thousand Nine Hundred Seventy Seven Dollars and
75/100 ($27,977.75), lawful money of the United States of America, said sum being equal
to 100% of the amount of the annual Agreement price, payable by the City of Newport
Beach under the terms of the Agreement; for which payment well and truly to be made,
we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly
and severally, firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the
Principal's subcontractors, fail to pay for any materials, provisions, or other supplies,
implements or machinery used in, upon, for, or about the performance of the Work
contracted to be done, or for any other work or labor thereon of any kind, or for amounts
due under the Unemployment Insurance Code with respect to such work or labor, or for
any amounts required to be deducted, withheld and paid over to the Employment
Development Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with
respect to such work and labor, then the Surety will pay for the same, in an amount not
exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the
obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required
by the provisions of Section 9554 of the Civil Code of the State of California.
The Bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 9100 of the California Civil Code so as
to give a right of action to them or their assigns in any suit brought upon this Bond, as
required by and in accordance with the provisions of Sections 9500 et seq. of the Civil
Code of the State of California.
ENVISE Page D-1
And Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the Agreement or to the Work to
be performed thereunder shall in any wise affect its obligations on this Bond, and it does
hereby waive notice of any such change, extension of time, alterations or additions to the
terms of the Agreement or to the Work or to the specifications.
In the event that any principal above named executed this Bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from its
obligations under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the above
named Principal and Surety, on the 9th day of March , 20 21 .
ENVISE
Name of Contractor (Principal)
FEDERAL INSURANCE COMPANY
Name of Surety
555 S. Flower Street, 41h Floor, Los Angeles, CA, 90071
Address of Surety
213.612.5753
Telephone
APPROVED AS TO FORM:
CITY ATTQRNF.Y'S OFFICE
Date:_ ///:3z 2-1
BV0i
4��
n C. rpAttor ey
Authorize Signatur itle
Fravi5 j . P lC-;-aher, V 16 poc"fAe-t-
ofiized Agent Signature
Donna Garcia, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE
ATTACHED
ENVISE Page D-2
ACKNOWLEDGMENT
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 California
County of )SS.
On .20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
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 official seal.
Signature (seal)
ACKNOWLEDGMENT
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 California
County of }ss.
On, 20 before me, ,
Notary Public, personally appeared ,
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
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 official seal.
Signature (seal)
ENVISE Page D-3
Oc. 2009-2015 Notary Learning Center - All Rights Reserved You can purchase copies of tl ..urvjeb site at *vAV.TheNotarysStore.corn
California All-Purpose Certificate of Acknowledgment
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 California
S.S.
County of Orange
On March 10, 2021 before me, Chrystal Palacios, Notary Public
Naine of Nota�., Public. Title
personally appeared Travis J. Fletcher
Narne gner ('!I)
Name of Signer (2'
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s)
is/are subscribed to the within instrument and acknowledged to me that he/she/they executed
the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws
V
of the State of California that the foregoing paragraph is
true and correct. CHRYSTAL PALACIOSo COMM. #2240743
Notary Public - Calitomis 0
WITNESS my hand ap4 official seal. = Crange
\TIW/ My ires .30.210f
PZ
gnature of Nomry Kubik.
OPTIONAL INFORMATION
Althoughhp inforniation in this section is not requited bylaw, it rouldprovent fraudulent removal and reattachment of
this acknowledgropi)t to an anautharized document and tray prove usefuillo re/ling on the, attached d ocament,
Description of Attached Document
The preceding Certificate of Acknowledgment is attached to a Method of Signer Identification
document titled/for the purpose of Proved to me on the basis of satisfactory evidence:
City of Newport Beach Payment Bond# K4016585A (1 form(s) of identification n credible Wtness(es)
containing 3 pages, and dated March 9 2021 Notarial event is detailed in notary journal on:
The signer(s) capacity or authority is/are as: Page #_ Entry #
El Individual(s) Notary contact:
El Attorney-in-fact
Ox Corporate Officer(s) Envise, Vice President Other
Additional Signer E] Signer(s) Thumbprints(s)
El
171 Guard ian/Conservator
171 Partner-Limited/General
0 Trustee(s)
0 Other:
representing:
Oc. 2009-2015 Notary Learning Center - All Rights Reserved You can purchase copies of tl ..urvjeb site at *vAV.TheNotarysStore.corn
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
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 California
County of Los Angeles
On MAR 9 7 r before me, Ethan Spector, Notary Public , personally
Donn
app a arcia who proved to me on the basis of satisfactory evidence to be the
person{} whose named) is/tee subscribed to the within instrument and acknowledged to me that
he/she/the-y executed the same in his/her/ties authorized capacity0e&}, and that bye/her/theme
signatures} on the instrument the persono), or the entity upon behalf of which the persons}
acted, executed the instrument.
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 official seal.
Signature
Signature of Notary Public
ETHAN SPECTOR
Notary Public - California
*my
Los Angeles CountyCommission
n 2308417
Comm. Expires Oct 11, 2023
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 official seal.
Signature
Signature of Notary Public
C iii U B B
Power of Attorney
Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company
Westchester Fire Insurance Company I ACE American Insurance Company
Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC
INDEMNITY COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the
Commonwealth of Pennsylvania, do each hereby constitute and appoint Rosa E. Rivas of Irvine, California; Bernadette Aleman, Tracy Aston, Lisa Crail,
Samantha Fazzini, Donna Garcia, Simone Gerhard, April Martinez, Edward C. Spector, Marina Tapia and KD Wapato of Los Angeles, California;
Celeste Austria, Thomas Branigan, Catherine A. Rueter, Paul Rodriguez, Nathan Varnold and William F. Ward of San Francisco, California -----------
each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as surety
thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any
instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations.
In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE
COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 19i1 day of December, 2019.
eq\_� At�- VL,�
I lawn 11.Chlorcrs. assistant tiarcttny
STATE OF NEW JERSEY
County of Hunterdon Ss.
Stephen 1I. I1,11ILY. Vice Ilresident
On this 1911 day of December, 2019, before me, a Notary Public of New Jersey, personally came Dawn M. Chloros and Stephen M. Haney, to me known to be Assistant Secretary and
Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE
COMPANY and ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros and Stephen M. Haney,
being by me duly sworn, severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE
COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and
know the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and
that their signatures as such officers were duly affixed and subscribed by like authority.
Notarial Seal KATHERINE J. ADELAAR
OTAgy y NOTARY PUBLIC OF NEW JERSEY
No.2316585
P�gUC Commission Expires July 16, 2024 Nmaryrubtie
J R9�
CERTIFICATION
Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016;
WESTCHESTER FIRE INSURANCE COMPANY on December Il, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20,2009:
"RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undertakings, recognizances, contracts and other written commitments of the Company
entered into in the ordinary course of business (each a "Written Commitment-):
(1) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the
seal of the Company or otherwise.
(2) Each duly appointed attorney-in-fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or
otherwise, to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney-in-fact.
(3) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company. to appoint in writing any person the attorney-
in-fact of the Company with full power and authority to execute, for and on behalf of the Company, under the seal of the Company or otherwise, such Written Commitments of the
Company as may be specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular
Written Commitments.
(4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the
Company the authority to execute, for and on behalf of the Company, under the Company's seal or otherwise, such Written Commitments of the Company as are specified in such
written delegation, which specification may be by general type or class of Written Commitments or by specification of one or more particular Written Commitments.
(5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by
facsimile on such Written Commitment or written appointment or delegation.
FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of
the Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authority otherwise validly granted or vested."
1, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE
INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that
(i) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect,
(ii) the foregoing Power of Attorney is true, correct and in full force and effect.
Given under my hand and seals of said Companies at Whitehouse Station, NJ, this MAIC 0 n 2021 . v J
�°"' ~` -` Iktwn \IChlortc;.:\ssistantScrr�tary�
IN THE EVENT WU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF ANY OTHER MATTER, PLEASE CONTACT LIS AT:
Telephone (908) 903- 3493 Fax (908) 903-3656 e-mail: suretyCaMiubb.coin
Combined: FED-VIG-PI-WFIC-AAIC (rev. 11-19)
EXHIBIT E
CITY OF NEWPORT BEACH
BOND NO, K4016585A
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ 250.00 , being at the
rate of $ 7.70 thousand of the Agreement price.
WHEREAS, the City of Newport Beach, State of California, has awarded to
ENVISE hereinafter designated as the "Principal," an agreement for
LANDSCAPE MAINTENANCE OF MEDIANS AND ROADSIDES, in the City of Newport
Beach, in strict conformity with the Agreement on file with the office of the City Clerk of
the City of Newport Beach, which is incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute the Agreement and the
terms thereof require the furnishing of a Bond for the faithful performance of the
Agreement.
NOW, THEREFORE, we, the Principal, and
FEDERAL INSURANCE COMPANY
, duly authorized to
transact business under the laws of the State of California as Surety (hereinafter
"Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of Twenty
Seven Thousand Nine Hundred Seventy Seven Dollars and 75!100 ($27,977.75),
lawful money of the United States of America, said sum being equal to 100% of the
amount of the annual Agreement price, to be paid to the City of Newport Beach, its
successors, and assigns; for which payment well and truly to be made, we bind ourselves,
our heirs, executors and administrators, successors, or assigns, jointly and severally,
firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the
Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and
well and truly keep and perform any or all the Work, covenants, conditions, and
agreements in the Agreement and any alteration thereof made as therein provided on its
part, to be kept and performed at the time and in the manner therein specified, and in all
respects according to its true intent and meaning, or fails to indemnify, defend, and save
harmless the City of Newport Beach, its officers, employees and agents, as therein
stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the
sum specified in this Bond; otherwise this obligation shall become null and void.
As a part of the obligation secured hereby, and in addition to the face amount
specified in this Performance Bond, there shall be included costs and reasonable
expenses and fees, including reasonable attorneys fees, incurred by City, only in the
event City is required to bring an action in law or equity against Surety to enforce the
obligations of this Bond.
Surety, for value received, stipulates and agrees that no change, extension of time,
alterations or additions to the terms of the Agreement or to the Work to be performed
thereunder shall in any way affect its obligations on this Bond, and it does hereby waive
ENVISE Page E-1
notice of any such change, extension of time, alterations or additions of the Agreement
or to the Work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the Principal
in full force and effect for one (1) year following the date of formal acceptance of the
Project by City.
In the event that the Principal executed this bond as an individual, it is agreed that
the death of any such Principal shall not exonerate the Surety from its obligations under
this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal
and Surety above named, on the 9th day of March , 2021
ENVISE
Name of Contractor (Principal)
FEDERAL INSURANCE COMPANY
Name of Surety
555 S. Flower Street, 4th Floor, Los Angeles, CA, 90071
Address of Surety
213.612.5753
Telephone
APPROVED AS TO FORM:
CITY ATTO NEY'S OFFICE
Date: 3 y/
B"onC.
T
City Attorne
zl��;�-'��
Authorized Signature/Title
Travis J . ale-Iztier, V i cP�l�resde��-
ufTiorized Agent Signature
Donna Garcia, Attorney -in -Fact
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
ENVISE Page E-2
ACKNOWLEDGMENT
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 California
County of )SS.
On , 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
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 official seal.
Signature (seal)
ACKNOWLEDGMENT
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 California
County of )ss.
On , 20 before me,
Notary Public, personally appeared
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
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 official seal.
Signature (seal)
BRIGHTVIEW LANDSCAPE SERVICES, INC. Page E-3
-..1. :. f1 � t 3`'<)c.i t.11t.\[i.\'3` �t t. �. ) til(:\tl.. l t< I.ti"t) 'i l:t )t.\t i:. iii t. \'()\i t.t t)a:. ll:�'1 ♦ \)I.t'E f.:ltl.'`-1 -1,t'—.19 .\<'i:.` —'I.t'I>a:—.\''1 .\l.l. .1, 1,1'1)(:
California All-Purpose Certificate of Acknowledgment
A notary public or other officer completing this certificate verifies only the identity of the individual who signed the i
document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document.
State of California
County of Orange S. S. e
March 10, 2021 Chrystal Palacios, Notary Public
before efore me, ,
Laine of Notary Public, Title
personally appeared Travis J. Fletcher
Mar le' oo
Name of :Signe.' ,
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) _
is/are subscribed to the within instrument and acknowledged to me that he/she/they executed
the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the
instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the
instrument.
I certify under PENALTY OF PERJURY under the laws
_
of the State of California that the foregoing paragraph is
true and correct. CHRYSTAL PALACIOS
COMM.
#2240743 z
sNotary Public • California
WITNESS my hand a o Pcial seal. = Orange County e
Comm. Expires . 30 2022
j
Seal
S"gnatura of-Notarf
OPTIONAL INFORMATION
Although the information in this section is not required by /aw, it could prevent fraudulent removal and reattaci)ment (.ifthis
acknowledgment to an unauthorized document and may prove useful 10 persons relying on the laftache�d dor.: mpnt,
Description of Attached Document
The preceding Certificate of Acknowledgment is attached to a Method of Signer Identification
z document titled/for the purpose of Proved to me on the basis of satisfactory evidence:
City of Newport Beach Performance Bond # K4016585A form(s) of identification
() ❑ credible witness(es)
r
containing 3_ pages, and dated March Q 2021 Notarial event is detailed in notary journal on:
Page # Entry# r
The signer(s) capacity or authority is/are as:
❑ Individual(s) Notary contact: -
❑ Attorney-in-fact
Corporate Officer(s) Envise, Vice President other
r Titra(s' Additional Signer ❑ g ❑ Signer(s) Thumbprints(s)
❑ Guardian/Conservator _
❑ Partner - Limited/General
❑ Trustee(s) '
❑ Other:
representing: r
NFm�(s) of Perscn(s; rf, t ties; Sight is Representing -
`r
�: 2009-20,15 Notary yearning Center -rill Rights Reserved You can purchase copies of this form from \3Ur iveb site at e nv.TheNotarysStore.cem
CALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT
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 California
County of Los Angeles
MAR 0 9 2021
On before me, Ethan Spector, Notary Public , personally
appeared Donna Garcia who proved to me on the basis of satisfactory evidence to be the
persons} whose names} is/ar-e- subscribed to the within instrument and acknowledged to me that
he/she/they executed the same in hi-s/her/diefr authorized capacity{}, and that bye/her/t
signature(} on the instrument the person(o, or the entity upon behalf of which the person(R)
acted, executed the instrument.
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 official seal.
of ETHAN SPECTOR
Notary Public -California z
Los Angeles County
County n
z= Commission2 8 4 7
~ C'O[IFOpNP My Comm. Expires Oct 11, 2023 Signature
Signature of Notary Public
CHUBBa
Power of Attorney
Federal Insurance Company I Vigilant Insurance Company I Pacific Indemnity Company
Westchester Fire Insurance Company I ACE American Insurance Company
Know All by These Presents, that FEDERAL INSURANCE COMPANY, an Indiana corporation, VIGILANT INSURANCE COMPANY, a New York corporation, PACIFIC
INDEMNITY COMPANY, a Wisconsin corporation, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY corporations of the
Commonwealth of Pennsylvania, do each hereby constitute and appoint Rosa E. Rivas of Irvine, California; Bernadette Aleman, Tracy Aston, Lisa Crail,
Samantha Fazzini, Donna Garcia, Simone Gerhard, April Martinez, Edward C. Spector, Marina Tapia and KD Wapato of Los Angeles, California;
Celeste Austria, Thomas Branigan, Catherine A. Rueter, Paul Rodriguez, Nathan Varnold and William F. Ward of San Francisco, California -----------
each as their true and lawful Attorney -in -Fact to execute under such designation in their names and to affix their corporate seals to and deliver for and on their behalf as sure[,
thereon or otherwise, bonds and undertakings and other writings obligatory in the nature thereof (other than bail bonds) given or executed in the course of business, and any
instruments amending or altering the same, and consents to the modification or alteration of any instrument referred to in said bonds or obligations.
In Witness Whereof, said FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE
COMPANY and ACE AMERICAN INSURANCE COMPANY have each executed and attested these presents and affixed their corporate seals on this 1911 day of December, 2019.
esti��n� �r-. VLj g�,
I I:r•;:n NI Chlurrn. r\ssistant ticYrct:uy
STATE OF NEW JERSEY
County of Hunterdon ss.
Stephen NI. Ilancy. Vice President
Is 0-14" * 13
On this 1911 day of December, 2019, before me, a Notary Public of New Jersey, personally came Dawn M. Chloros and Stephen M. Haney, to me known to be Assistant Secretary and
Vice President, respectively, of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE
COMPANY and ACE AMERICAN INSURANCE COMPANY, the companies which executed the foregoing Power of Attorney, and the said Dawn M. Chloros and Stephen M. Haney,
being by me duly sworn, severally and each for herself and himself did depose and say that they are Assistant Secretary and Vice President, respectively, of FEDERAL INSURANCE
COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY and
know the corporate seals thereof, that the seals affixed to the foregoing Power of Attorney are such corporate seals and were thereto affixed by authority of said Companies; and
that their signatures as such officers were duly affixed and subscribed by like authority.
Notarial Seal
OIaRy KATHERINE J.R
O NEW
.� NOTARY PUBLIC OF NEW JERSEY
~�~ No. 2316686
yPUBU6 CommlSSion Expires July 16, 2024 Notaq'Psh[Ic
JERg�
CERTIFICATION
Resolutions adopted by the Boards of Directors of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, and PACIFIC INDEMNITY COMPANY on August 30, 2016;
WESTCHESTER FIRE INSURANCE COMPANY on December 11, 2006; and ACE AMERICAN INSURANCE COMPANY on March 20,2009:
"RESOLVED, that the following authorizations relate to the execution, for and on behalf of the Company, of bonds, undertakings, recognizances, contracts and other written commitments of the Company
entered into in the ordinary course of business (each a "Written Commitment"):
(1) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the
seal of the Company or otherwise.
(2) Each duly appointed attorney-in-fact of the Company is hereby authorized to execute any Written Commitment for and on behalf of the Company, under the seal of the Company or
otherwise, to the extent that such action is authorized by the grant of powers provided for in such person's written appointment as such attorney-in-fact.
(3) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to appoint in writing any person the attorney-
in-fact of the Company with full power and authority to execute, for and on behalf of the Company, under the seal of the Company or otherwise, such Written Commitments of the
Company as may be specified in such written appointment, which specification may be by general type or class of Written Commitments or by specification of one or more particular
Written Commitments.
(4) Each of the Chairman, the President and the Vice Presidents of the Company is hereby authorized, for and on behalf of the Company, to delegate in writing to any other officer of the
Company the authority to execute, for and on behalf of the Company, under the Compan)'s seal or otherwise, such Written Commitments of the Company as are specified in such
written delegation, which specification may be by general tpeor class of Written Commitments or by specificadon of one or more particular Written Commitments.
(5) The signature of any officer or other person executing any Written Commitment or appointment or delegation pursuant to this Resolution, and the seal of the Company, may be affixed by
facsimile on such Written Commitment or written appoinmient or delegation.
FURTHER RESOLVED, that the foregoing Resolution shall not be deemed to be an exclusive statement of the powers and authority of officers, employees and other persons to act for and on behalf of
the Company, and such Resolution shall not limit or otherwise affect the exercise of any such power or authorityotherwisevalidly granted or vested."
1, Dawn M. Chloros, Assistant Secretary of FEDERAL INSURANCE COMPANY, VIGILANT INSURANCE COMPANY, PACIFIC INDEMNITY COMPANY, WESTCHESTER FIRE
INSURANCE COMPANY and ACE AMERICAN INSURANCE COMPANY (the "Companies") do hereby certify that
(f) the foregoing Resolutions adopted by the Board of Directors of the Companies are true, correct and in full force and effect,
(ii) the foregoing Power of Attorney is true, correct and in full force and effect. (� [�
Given under my hand and seals of said Companies at Whitehouse Station, NJ, this MA in V J 2021
,l 1. i ,f► _ !�1 iI
Dawn M. (:hluros.:V'6W:mt Secretary
IN THE EVENT YOU WISH TO VERIFY THE AUTHENTICITY OF THIS BOND OR NOTIFY US OF AN)' OTHER MATTER, PLEASE CONTACT US AT:
Telephone (908) 903- 3493 Fax(908)903-3656 e-mail: sure @chubb.com
Combined: FED-VIG-PI-WFIC-AAIC (rev. 11-19)
EXHIBIT F
CITY OF NEWPORT BEACH
BOND NO.
LABOR AND MATERIALS PAYMENT BOND
WHEREAS, the City of Newport Beach, State of California, has awarded to
hereinafter designated as the "Principal," an agreement for
maintenance and/or repair services, in the City of Newport Beach, in strict conformity with
the Agreement on file with the office of the City Clerk of the City of Newport Beach, which
is incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute the Agreement and the
terms thereof require the furnishing of a bond, providing that if Principal or any of
Principal's subcontractors, shall fail to pay for any materials, provisions, or other supplies
used in, upon, for, or about the performance of the Work agreed to be done, or for any
work or labor done thereon of any kind, the Surety on this bond will pay the same to the
extent hereinafter set forth.
NOW, THEREFORE, We the undersigned Principal, and,
duly authorized to transact business under the laws of the State of California, as Surety,
(referred to herein as "Surety") are held and firmly bound unto the City of Newport Beach,
in the sum of Dollars and 00/100 ($ ),
lawful money of the United States of America, said sum being equal to 100% of the
amount of any Letter Proposal accepted by City of over Twenty Five Thousand Dollars
and 00/100 ($25,000.00), payable by the City of Newport Beach under the terms of the
Agreement; for which payment well and truly to be made, we bind ourselves, our heirs,
executors and administrators, successors, or assigns, jointly and severally, firmly by
these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal or the
Principal's subcontractors, fail to pay for any materials, provisions, or other supplies,
implements or machinery used in, upon, for, or about the performance of the Work
contracted to be done, or for any other work or labor thereon of any kind, or for amounts
due under the Unemployment Insurance Code with respect to such work or labor, or for
any amounts required to be deducted, withheld and paid over to the Employment
Development Department from the wages of employees of the Principal and
subcontractors pursuant to Section 13020 of the Unemployment Insurance Code with
respect to such work and labor, then the Surety will pay for the same, in an amount not
exceeding the sum specified in this Bond, and also, in case suit is brought to enforce the
obligations of this Bond, a reasonable attorneys' fee, to be fixed by the Court as required
by the provisions of Section 9554 of the Civil Code of the State of California.
The Bond shall inure to the benefit of any and all persons, companies, and
corporations entitled to file claims under Section 9100 of the California Civil Code so as
to give a right of action to them or their assigns in any suit brought upon this Bond, as
ENVISE Page F-1
required by and in accordance with the provisions of Sections 9500 et seq. of the Civil
Code of the State of California.
And Surety, for value received, hereby stipulates and agrees that no change,
extension of time, alterations or additions to the terms of the Agreement or to the Work to
be performed thereunder shall in any wise affect its obligations on this Bond, and it does
hereby waive notice of any such change, extension 'of time, alterations or additions to the
terms of the Agreement or to the Work or to the specifications.
In the event that any principal above named executed this Bond as an individual,
it is agreed that the death of any such principal shall not exonerate the Surety from its
obligations under this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the above
named Principal and Surety, on the day of , 20
Name of Contractor (Principal)
Name of Surety
Address of Surety
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date:
Aaron C. Harp
City Attorney
Authorized Signature/Title
Authorized Agent Signature
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE
ATTACHED
ENVISE Page F-2
ACKNOWLEDGMENT
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 California
County of }ss.
On 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
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 official seal.
Signature (seal)
ACKNOWLEDGMENT
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 California
County of )SS.
On 20 before me,
Notary Public, personally appeared
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
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 official seal.
Signature (seal)
ENVISE Page F-3
EXHIBIT G
CITY OF NEWPORT BEACH
BOND NO.
FAITHFUL PERFORMANCE BOND
The premium charges on this Bond is $ , being at the
rate of $ thousand of the Agreement price.
WHEREAS, the City of Newport Beach, State of California, has awarded to
hereinafter designated as the "Principal," an agreement for
LANDSCAPE MAINTENANCE OF MEDIANS AND ROADSIDES, in the City of Newport
Beach, in strict conformity with the Agreement on file with the office of the City Clerk of
the City of Newport Beach, which is incorporated herein by this reference.
WHEREAS, Principal has executed or is about to execute the Agreement and the
terms thereof require the furnishing of a Bond for the faithful performance of the
Agreement.
NOW, THEREFORE, we, the Principal, and
duly authorized to
transact business under the laws of the State of California as Surety (hereinafter
"Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of
Dollars and 00/100 ($ .00)
lawful money of the United States of America, said sum being equal to 100% of the
amount of any Letter Proposal accepted by City of over Twenty Five Thousand Dollars
and 00/100 ($25,000.00), of the Agreement, to be paid to the City of Newport Beach, its
successors, and assigns; for which payment well and truly to be made, we bind ourselves,
our heirs, executors and administrators, successors, or assigns, jointly and severally,
firmly by these present.
THE CONDITION OF THIS OBLIGATION IS SUCH, that if the Principal, or the
Principal's heirs, executors, administrators, successors, or assigns, fail to abide by, and
well and truly keep and perform any or all the Work, covenants, conditions, and
agreements in the Agreement and any alteration thereof made as therein provided on its
part, to be kept and performed at the time and in the manner therein specified, and in all
respects according to its true intent and meaning, or fails to indemnify, defend, and save
harmless the City of Newport Beach, its officers, employees and agents, as therein
stipulated, then, Surety will faithfully perform the same, in an amount not exceeding the
sum specified in this Bond; otherwise this obligation shall become null and void.
As a part of the obligation secured hereby, and in addition to the face amount
specified in this Performance Bond, there shall be included costs and reasonable
expenses and fees, including reasonable attorneys fees, incurred by City, only in the
event City is required to bring an action in law or equity against Surety to enforce the
obligations of this Bond.
Surety, for value received, stipulates and agrees that no change, extension of time,
alterations or additions to the terms of the Agreement or to the Work to be performed
ENVISE Page G-1
thereunder shall in any way affect its obligations on this Bond, and it does hereby waive
notice of any such change, extension of time, alterations or additions of the Agreement
or to the Work or to the specifications.
This Faithful Performance Bond shall be extended and maintained by the Principal
in full force and effect for one (1) year following the date of formal acceptance of the
Project by City.
In the event that the Principal executed this bond as an individual, it is agreed that
the death of any such Principal shall not exonerate the Surety from its obligations under
this Bond.
IN WITNESS WHEREOF, this instrument has been duly executed by the Principal
and Surety above named, on the day of , 20
Name of Contractor (Principal)
Name of Surety
Address of Surety
Telephone
APPROVED AS TO FORM:
CITY ATTORNEY'S OFFICE
Date:
Aaron C. Harp
City Attorney
Authorized Signature/Title
Authorized Agent Signature
Print Name and Title
NOTARY ACKNOWLEDGMENTS OF
CONTRACTOR AND SURETY MUST BE ATTACHED
ENVISE Page G-2
ACKNOWLEDGMENT
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 California
County of }ss.
On 20 before me,
Notary Public, personally appeared
who proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
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 official seal.
Signature (seal)
ACKNOWLEDGMENT
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 California
County of }ss.
On 20 before me,
Notary Public, personally appeared
proved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are
subscribed to the within instrument and acknowledged to me that he/she/they executed the same
in his/her/their authorized capacity(ies), and that by his/her/their signatures(s) on the instrument
the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument.
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 official seal.
Signature (seal)
ENV ISE Page G-3
EXHIBIT H
INSURANCE REQUIREMENTS — MAINTENANCE/RE PAIR/JANITORIAL SERVICES
1. Provision of Insurance. Without limiting Contractor's indemnification of City, and
prior to commencement of Work, Contractor shall obtain, provide and maintain at
its own expense during the term of this Agreement, policies of insurance of the
type and amounts described below and in a form satisfactory to City. Contractor
agrees to provide insurance in accordance with requirements set forth here. If
Contractor uses existing coverage to comply and that coverage does not meet
these requirements, Contractor agrees to amend, supplement or endorse the
existing coverage.
2. Acceptable Insurers. All insurance policies shall be issued by an insurance
company currently authorized by the Insurance Commissioner to transact
business of insurance in the State of California, with an assigned policyholders'
Rating of A- (or higher) and Financial Size Category Class VII (or larger) in
accordance with the latest edition of Best's Key Rating Guide, unless otherwise
approved by the City's Risk Manager.
3. Coverage Requirements.
A. Workers' Compensation Insurance. Contractor shall maintain Workers'
Compensation Insurance, statutory limits, and Employer's Liability
Insurance with limits of at least one million dollars ($1,000,000) each
accident for bodily injury by accident and each employee for bodily injury by
disease in accordance with the laws of the State of California, Section 3700
of the Labor Code.
Contractor shall submit to City, along with the certificate of insurance, a
Waiver of Subrogation endorsement in favor of City, its City Council,
boards and commissions, officers, agents, volunteers and employees.
B. General Liability Insurance. Contractor shall maintain commercial general
liability insurance and, if necessary, umbrella liability insurance, with
coverage at least as broad as provided by Insurance Services Office form
CG 00 01, in an amount not less than one million dollars ($1,000,000) per
occurrence, two million dollars ($2,000,000) general aggregate. The policy
shall cover liability arising from premises, operations, products -completed
operations, personal and advertising injury, and liability assumed under an
insured contract (including the tort liability of another assumed in a business
contract).
C. Automobile Liability Insurance. Contractor shall maintain automobile
insurance at least as broad as Insurance Services Office form CA 00 01
covering bodily injury and property damage for all activities of Contractor
arising out of or in connection with Work to be performed under this
Agreement, including coverage for any owned, hired, non -owned or rented
ENVISE Page H-1
vehicles, in an amount not less than one million dollars ($1,000,000)
combined single limit each accident.
D. Umbrella or Excess Liability Insurance. Contractor shall obtain and
maintain an umbrella or excess liability insurance policy with limits of not
less than one million dollars ($1,000,000) that will provide bodily injury,
personal injury and property damage liability coverage at least as broad as
the primary coverages set forth above. Such policy or policies shall include
the following terms and conditions:
• A drop down feature requiring the policy to respond in the event that
any primary insurance limits are exhausted by paid claims;
• Pay on behalf of wording as opposed to reimbursement;
• Concurrency of effective dates with primary policies;
• Policies shall "follow form" to the underlying primary policies; and
• Insureds under primary policies shall also be insureds under the
umbrella or excess policies.
4. Other Insurance Requirements. The policies are to contain, or be endorsed to
contain, the following provisions:
A. Waiver of Subrogation. All insurance coverage maintained or procured
pursuant to this Agreement shall be endorsed to waive subrogation against
City, its City Council, boards and commissions, officers, agents, volunteers
and employees or shall specifically allow Contractor or others providing
insurance evidence in compliance with these requirements to waive their
right of recovery prior to a loss. Contractor hereby waives its own right of
recovery against City, and shall require similar written express waivers from
each of its subcontractors.
B. Additional Insured Status. All liability policies including general liability,
products and completed operations, excess liability, pollution liability, and
automobile liability, if required, shall provide or be endorsed to provide that
City, its City Council, boards and commissions, officers, agents, volunteers
and employees shall be included as insureds under such policies.
C. Primary and Non Contributoa. All liability coverage shall apply on a primary
basis and shall not require contribution from any insurance or self-insurance
maintained by City.
D. Notice of Cancellation. All policies shall provide City with thirty (30)
calendar days notice of cancellation (except for nonpayment for which ten
(10) calendar days notice is required) or nonrenewal of coverage for each
required coverage.
ENVISE Page H-2
5. Additional Agreements Between the Parties. The parties hereby agree to the
following:
A. Evidence of Insurance. Contractor shall provide certificates of insurance to
City as evidence of the insurance coverage required herein, along with a
waiver of subrogation endorsement for workers' compensation and other
endorsements as specified herein for each coverage. Insurance certificates
and endorsement must be approved by City's Risk Manager prior to
commencement of performance. Current certification of insurance shall be
kept on file with City at all times during the term of this Agreement. The
certificates and endorsements for each insurance policy shall be signed by
a person authorized by that insurer to bind coverage on its behalf. At least
fifteen (15) days prior to the expiration of any such policy, evidence of
insurance showing that such insurance coverage has been renewed or
extended shall be filed with the City. If such coverage is cancelled or
reduced, Contractor shall, within ten (10) days after receipt of written notice
of such cancellation or reduction of coverage, file with the City evidence of
insurance showing that the required insurance has been reinstated or has
been provided through another insurance company or companies. City
reserves the right to require complete, certified copies of all required
insurance policies, at any time.
B. City's Right to Revise Requirements. City reserves the right at any time
during the term of the Agreement to change the amounts and types of
insurance required by giving Contractor sixty (60) calendar days advance
written notice of such change. If such change results in substantial
additional cost to Contractor, City and Contractor may renegotiate
Contractor's compensation.
C. Right to Review Subcontracts. Contractor agrees that upon request, all
agreements with subcontractors or others with whom Contractor enters into
contracts with on behalf of City will be submitted to City for review. Failure
of City to request copies of such agreements will not impose any liability on
City, or its employees. Contractor shall require and verify that all
subcontractors maintain insurance meeting all the requirements stated
herein, and Contractor shall ensure that City is an additional insured on
insurance required from subcontractors. For CGL coverage,
subcontractors shall provide coverage with a format at least as broad as CG
20 38 04 13.
D. Enforcement of Agreement Provisions. Contractor acknowledges and
agrees that any actual or alleged failure on the part of City to inform
Contractor of non-compliance with any requirement imposes no additional
obligations on City nor does it waive any rights hereunder.
E. Requirements not Limiting. Requirements of specific coverage features or
limits contained in this Section are not intended as a limitation on coverage,
ENVISE Page H-3
limits or other requirements, or a waiver of any coverage normally provided
by any insurance. Specific reference to a given coverage feature is for
purposes of clarification only as it pertains to a given issue and is not
intended by any party or insured to be all inclusive, or to the exclusion of
other coverage, or a waiver of any type. If the Contractor maintains higher
limits than the minimums shown above, the City requires and shall be
entitled to coverage for higher limits maintained by the Contractor. Any
available insurance proceeds in excess of the specified minimum limits of
insurance and coverage shall be available to the City.
F. Self-insured Retentions. Any self-insured retentions must be declared to
and approved by City. City reserves the right to require that self-insured
retentions be eliminated, lowered, or replaced by a deductible. Self-
insurance will not be considered to comply with these requirements unless
approved by City.
G. City Remedies for Non -Compliance. If Contractor or any subcontractor fails
to provide and maintain insurance as required herein, then City shall have
the right but not the obligation, to purchase such insurance, to terminate this
Agreement, or to suspend Contractor's right to proceed until proper
evidence of insurance is provided. Any amounts paid by City shall, at City's
sole option, be deducted from amounts payable to Contractor or reimbursed
by Contractor upon demand.
H. Timely Notice of Claims. Contractor shall give City prompt and timely notice
of claims made or suits instituted that arise out of or result from Contractor's
performance under this Agreement, and that involve or may involve
coverage under any of the required liability policies. City assumes no
obligation or liability by such notice, but has the right (but not the duty) to
monitor the handling of any such claim or claims if they are likely to involve
City.
Contractor's Insurance. Contractor shall also procure and maintain, at its
own cost and expense, any additional kinds of insurance, which in its own
judgment may be necessary for its proper protection and prosecution of the
Work.
ENVISE Page H-4
From:
Reyes, Raymund
To:
Morgan, Shelby
Subject:
FW: Compliance Alert -Vendor Number FV00000425
Date:
Tuesday, April 20, 20217:56:35 AM
-----Original Message -----
From: Customer Service <customerservice aebix.com>
Sent: Wednesday, April 14, 2021 5:55 PM
To: Reyes, Raymund <rreves@newportbeachea.gov>; Insurance <insurance(�.newportbeachca.gov>
Cc: sagaraebix.com
Subject: Compliance Alert -Vendor Number FV00000425
[EXTERNAL EMAIL] DO NOT CLICK links or attachments unless you recognize the sender and know the content
is safe.
This Account has moved from non-compliant to CONIPLIANT status and is currently in compliance for certificate
of insurance requirements. FV00000425 Envise
Sent by Ebix, designated insurance certificate reviewer for the City of Newport Beach.