Loading...
HomeMy WebLinkAboutC-3876 - Purchase of Five ”No Smoke” Exhaust Filtration Systems for fire apparatus.07/13/2006 10:58 6443388 NEWPORT BEACH FIRE PAGE 02/14 CONTRACT WITH WARD DIESEL FOR PURCHASE AND INSTALLATION OF WARD DIESEL FILTER SYSTEM ON FIRE APPARATUS THIS CONTRACT is made and entered into a$ of this /3 day of 2006, by and between the CITY OF NEWPORT BEACH, a Munlclps Corpora #i0 4t_V and WARD DIESEL FILTER, whose principal place of business is 133 Philo Road West, Elmira, New York, 14902 ( "Contractor "), 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 is planning to purchase and install Ward Diesel Filter System on fire apparatus. C. City desires to engage Contractor to install the Ward Diesel Filter System. D. Contractor has examined the location of all proposed work, carefully reviewed and evaluated the Specifications set forth by the City for the Project, and is familiar with all conditions rdlevant to the performance of services and has committed to perform all work required for the price specified in this Contract. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: 1. . SCOPE OF WORK Contractor shall install "No Smoke" Diesel Exhaust Removal System as directed. As a material inducement to the City entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow the highest Professional standards in performing the work and services required hereunder and that all materials will be of good quality. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized by one or more first -class firms performing similar work under similar Circumstances. Contractor shall perform - everything 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. TIME OF PERFORMANCE Time is of the essence in the performance of services under this Contract and Contractor shall complete the Work within the time set forth in this Section. The failure by Contractor to meet this deadline may result in termination of this Contract by City and assessment of damages as outlined in Section 2.1. Contractor shall complete ail work no later than "Wet @*Faws../ oob depending on the availability of equipment, 07/13/2006 10:58 6443388 NEWPORT BEACH FIRE PAGE 03/14 2.1 The parties agree that It is extremely difficult and impractical to determine and fix the actual damages that City will sustain should the Contractor fail to complete the Project within the time allowed. Should Contractor fail to complete the work called for In this Contract on the date outlined above, Contractor agrees to the deduction of liquidated damages in the sum of Two Hundred Fifty Dollars and 00/100 ($250.00) for each calendar day beyond the date scheduled for completion provided above in this Agreement assuming that the Contractor has access to the space on February 21, 2006 as described herein. Execution of this Agreement shall constitute agreement by the City and Contractor that Two Hundred Fifty Dollars and 001100 ($250,00) per calendar day's the minimum value of the costs and actuai damage caused by the failure of the Contractor to complete the work within the allotted time. Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. 3• COMPENSATION As full compensation for the performance and completion of the Project as required by the Scope of Work City shall pay to Contractor and Contractor accepts as full payment the sum of F s o 100 ($42,040.00). Contractor shall not receive any additional compensation unless approved in advance by the City in writing. 4. ADMINISRA MyQf a _ �4 3, 7a A 6 d This Contract will be administered by the Fire Department. Pete Hadley sh a the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or his/her authorized representative shall represent City to all matters pertaining to the services to be rendered pursuant to this Contract. 5. TYPE AND INSTALLATION OF MATERIALS /STANDARD OF CARE 5.1 Contractor shall use only the standard materials in performing Contract Services, Any deviation from the materials shall not be installed unless approved in advance by the City Administrator. 5.2 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 Contract, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. 6. RESPONSIBILITY FOR DAMAGES OR INJURY 6.1 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 subconcontractors, or its workers, or anyone employed by either of them. 07/13/2006 10:58 6443388 NEWPORT BEACH FIRE PAGE 04/14 S 6.2 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 the Contractor. 6.3 Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against: (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damage, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of Improper materials in performing this Project; including, without limitation, defects in workmanship or materials and/or design defects or (3) any and all claims asserted by Contractor's subconcontractors or suppliers on the Project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. However, nothing herein shall require Contractor to Indemnify City from the sole negligence or willful misconduct of City, ifs officers or employees. 6A Contractor shall perform all Project 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 Project work. 6.5 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract 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. 6.6 Nothing in this section shall be construed as authorizing any award of attorney's fees in any action to enforce the terms of this Contract, except to the extent provided in Section 6.3 above. 6.7 The rights and obligations set forth in this Section shall survive the termination of this Contract. 7. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of the 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 express terms of this Contract. No civil service status or other right of eri3ployment shall accrue to Contractor or its employees. 07/13/2006 10:58 6443388 NEWPORT BEACH FIRE PAGE 05/14 ! • 8. 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 the Contractor on the Project. 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 Contract, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certitl f / surance. Contractor shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of Insurance shall be kept on file with City's at all times during the term of this Contract. B• na . A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Accenfable 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. D. Coverage eauirements. i• Wo Com en Ni Contractor shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California. in addition. Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non- renewei of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (10 calendar days written notice of non - payment of premium) prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. ii. General Llahrl& Careraoe, Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to the work to be performed under this Contract, or the 07/13/2006 10:58 6443388 NEWPORT BEACH FIRE PAGE 06114 general aggregate limit shall be at least twice the required occurrence limit. AulomoWle Liability Covera g. Contractor shall maintain automobile insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. E. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: i. The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Contractor. ii. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Contractor's operations or services provided to City. Any insurance maintained by City, including any self- insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against City, Its elected or appointed officers, officials, employees, agents and volunteers. V. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days (10 calendar days written notice of non- payment Of premium) written notice has been received by City. F. Lely Notice of Claims. Contractor shall give City prompt and timely notice of claim Made or suit instituted arising out of or resulting from Contractor's performance under this Contract. G. A @MLO al In ranee. 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. 10. BONDING. Contractor shall obtain, provide and maintain at its own expense during the term of this Contract: a tabor and Materials Payment Bond in the amount of one hundred percent (100%) of the total amount to be paid Contractor as set forth in this Agreement and In 07/13/2006 10:58 6443388 NEWPORT BEACH FIRE PAGE 07114 the form attached hereto as Exhibit A which is incorporated herein by this reference; and 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 Exhibits B which is incorporated herein by this reference. 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 Bas's Key Rating Guide•,Provedyy Casualty The 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 Sate of California. 11. PREVAILING WAGES. Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime work for each craft or type of workman needed to execute the work contemplated under the Agreement shall be paid to all workmen employed on the work to be done according to the Agreement by the Contractor and any subcontractor. 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 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. 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, 12. SUBCONTRACTING City and Contractor agree that subcontractors may be used to complete the work outlined in the Scope of Services provided the Contractor obtains City approval prior to the subcontractor performing any work. Contractor shall be fully responsible to City for all acts and omissions of the subcontractors, Nothing in this Contract shall create any contractual relationship between City and 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. 13. 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 tarts of this Contract. Contractor shall not discontinue work as a result of such withholding. Contractor shall have an Immediate City to appeal to the Manager or his/her designee with respect to s Ch disputed sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of 07/13/2006 10:58 6443388 NEWPORT BEACH FIRE PAGE 08/14 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. 14. CONFLICTS OF INTEREST The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Contractor shall 'conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractors violation of this Section. 15. NOTICES All notices, demands, requests or approvals to be given under the terms of this Contract shall be given in writing, to City by Contractor and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United All States mail, postage prepaid, first -class mail, addressed as hereinafter provided. All notices, demands, requests or approvals from Contractor to City shall be addressed to City at. Attn: Pete Hadley Fire Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92660 Phone: 949 -644 -3114 Fax 949 -644 -3388 All notices, demands, requests or approvals from to Contractor at: CITY to Contractor shall be addressed Attention: Bertha Tunis- Holton WARD DIESEL 133 Philo Road West Elmira, NY 14903 Phone: 800 - 845 -4665 Fax 607- 739 -7092 16. TERMINATION In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in-default in the performance of this Contract. 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, the non - defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. . 07/13/2006 10:58 6443388 NEWPORT BEACH FIRE PAGE 09/14 0 0 Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving 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 materials purchased in performance of this Contract. 17. 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. 18. WAIVER A waiver by City of any term, covenant, or condition in the Contract shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 19. 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. 20. INTEGRATED CONTRACT This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and Contracts Of whatsoever kind or nature are merged herein. No verbal Contract or implied covenant shall be held to vary the provisions herein. 21. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Contract and the Scope Of Services, the terrns of this Contract shall govern. 22. AMENDMENTS This Contract 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. 23. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract by Contractor is a representatlon that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has taken into consideration these factors in submitting its Project Proposal and Scope of Work. 07/13/2006 10:58 6443388 NEWPORT BEACH FIRE PAGE 10/14 24. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated In a court of competent jurisdiction in the County of Orange. 25. WARRANTY 25.9 Contractor agrees that the Ward Diesel Filter System installed pursuant to this Contract shall be covered by a 1 year parts and labor warranty. IN WITNESS WHEREOF, the parties have caused this Contract to be executed on the day and year first written above. APPROVED As TO FORM: OM.�.. riv►� -� Aaron C. Harp Assistant City Attorney for the City of Newport Beach ATTEST. LaVonne Harkless, City Clerk CITY OF NEWPORT BEACH. A Corporatio 1nA B' WARD DIESEL: on Webb Mayor for the City of Newport Beach Attachments., Exhibit A -Labor and Materials Payment Bond Exhibit 8 - Faithful Performance Name: g /Z7y1A )V Title: WARD DIESEL: By: Name: Title: Bond CERTIFIC8& OF LIABILITY INSURA E DATE(MMIDDIYYYY) 1 07/17/2006 PRODUCER (607) 734 -6283 FAX ) 734 -6430 Swan & Sons -Morse Co., Inc. 309 East Water Street P.O. Box 179 Elmira, NY 14902 THIS CERTIFICATE IS FMUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. INSURERS AFFORDING COVERAGE NAIC# INSURED Meier Diesel Filter Systems Inc. DBA: Ward Diesel Filter Systems 133 Philo Road Elmira, NY 14903 INSURERA: Travelers Indemnity Co of Conn 25682 INSURERS: Travelers Prop Casualty Ins Co 36161 INSURER C: 11/01/2005 INSURER D: EACH OCCURRENCE INSURER e IeiHll ]:LTN ]:' THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR 4DO'N TYPE OF INSURANCE POLICY NUMBER POLICY EFFECTIVE PIRATIO POLICY EXN LIMITS GENERAL LIABILITY 6604036B261 11/01/2005 11/01/2006 EACH OCCURRENCE $ 1,000,000 X COMMERCIAL GENERAL LIABILITY CLAIMS MADE rjj OCCUR DAMAGE TO RENTED $ MED EXP (Any one person) S 5,00 A X PERSONAL S ADV INJURY $ 1,000,000, GENERAL AGGREGATE S 2,000 000 GEHL AGGREGATE LIMIT APPLIES PER: POLICY PRO- JECT OC PRODUCTS - COMPIOP AGG S 23000,000 AUTOMOBILE X LIABILITY ANY AUTO 8104036B261 11/01/2005 11/01/2006 COMSINEOSINGLELIMIT (Ea accident) $ 1,000,0 BODILY INJURY (Per person) $ B ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Pm accident) $ GARAGE LIABILITY AUTO ONLY - EA ACCIDENT $ ANY AUTO OTHER THAN EA ACC S AUTO ONLY. AGG $ EXCESSIUMBRELLA LIABILITY OCCUR ❑ CLAIMS MADE CE $ $ S DEDUCTIBLE $ RETENRON S PAGGREGATE $ WORKERS COMPENSATION AND OTHEMPLOYER5 LIABILITY NT S ANY PROPRIETORIPARTNERf ECUTIV E OFFICER/MEMSER EXCLUDED9 If yea, deecdbe erMer EMPLOYE $ E.L. DISEASE POLICY LIMB $ SPECIAL PR below O DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES I EXCLUSIONS ADDED BY ENDORSEMENT I SPECIAL PROVISIONS ith respect to installation of no -smoke filters for certificate holder, the City of Newport Reach Fire Department is added as additional insured for general liability coverage. City of Newport Beach Fire Department 3300 Newport Boulevard Newport Beach, CA 92660 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES W CANCELLED BEFORE THE EXPIRATION DATE THEREOF, THE ISSUINO INSURER WILL ENDEAVOR TO MAIL 30 DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT, BUT FAILURE TO MAIL SUCH NOTICE SHALL IMPOSE NO OBLIGATION OR LIABILITY OF A" KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORIZED REPRESENTATIVE ARrrnA je ✓f etyp, Daneen Phill inc/DPHTI ACORD 25 (2001108) CACORD CORPORATION 7888 IMPORTANT If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). DISCLAIMER The Certificate of Insurance on the reverse side of this form does not constitute a contract between the issuing insurer(s), authorized representative or producer, and the certificate holder, nor does it affirmatively or negatively amend, extend or alter the coverage afforded by the policies listed thereon. ACORD 25 (2001108) 0 0 CITY OF NEWPORT BEACH FIRE DEPARTMENT WARD DIESEL. FILTER SYSTEM ON FIRS APPARATUS BOND NO. 6402335 WHEREAS, the City Council of the City of Newport Beach, State of C&fflomte, by motion adopted, has awarded to WARD DIESEL hereinafter designated as the 'Principal," a contract for the installation of the Ward Diesel Ftlter System on Fire Apparatus, in strict conformity with the Contract on file with the office of the FIro Department of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute the Contract and the terms thereof require the furnishing of a bond, providing that If Principal or any of Pdndpal'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 wilt pay the same to the extent hereinafter set forth: N TJIFR1 =Fl�RF ur.. +k .._�_— :_�" First National Insurance " .uuc,a,U,lv4 rrinupal, and Company of America duly authorized to transact business under the laws of the State of California, as Surety, (referred to herein as "Surety') are held firmly bound unto the City of Newport Beach in the sum of 721 60 lawful money of the United States of Amedca, sold sum being equal to 100% of the estimated amount payable by the City of Newport aeaoh under the terms Of itte Contract; 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 OBLf6ATiON IS SUCH, that If the Principal or the Pdno�w's subcontractors, fail to pay for any materials, provisions, or other supplies, implements or machinery used In, upon, for, or about the performanos 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 Wit pay for the same, in an amount not exceeding the sure specified in this Bond, and also, in case suit is brought to enforce the obligations of this Bond, a reasonable attorneys fee, to be ked by the Court as required by the provisions of Section 3250 of the Civil Code of the ,$tats of California. The Bond shall inure to the benefit of any and ail persons, companies, and corporations entitled to file claims under Section 3151 of the California CH 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 3247 at seq. of the Civil Code of the State of Callfornia, And Surety, for value received, hereby stipulates and agrees that no change, extension of time, alterations or additions to the terms of the Contract or to the vmrk to be performed thereunder shalt in any Wise affect its obligations on this Bond, and it does change, extension of time, alterations or additions to the terms of the he Contract or a work or to the specifications. 0 0 In the avant that arty Principal above named wm outed this Bond as an Individual, R Is agreed that the death of any such Principal shall not exonerate the Surety from its obfigaWns under this Bond. IN WITNESS WHEREOF, this instrtrnent has been duly exawtsd by the above named Pdngpal and Surety, on the 14th day of July . zgpg, Ward Diesel Filter Systems Name of Contraotor (Pdndpal) First National Insurance Company Name of Surety 5792 Widewaters Parkway -J)ewitt. NY 13214 Address of Surety Telephone i Authorized Agent Signature Renee A. Manny, Attorney -in -Fact Print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 0 0 STATE OF NEW YORK COUNTY OF C ) Bond No. 6402335 C On this day of July, 2006 before me personally camet 6� 0 to me known, being sworn R by me, did depose an say th he /she resides in�D/j1Q �1 P that he /she is the f Ward Diesel Filter Systems O the corporation described in and which R executed the above instrument; that he /she knows the said seal of such A corporation; that the seal affixed to said instrument is such corporate T seal; and that it was so affixed by the order of the Board of Directors of I said corporation, and that he /she signed his /her name thereto by like order. 0 N Sworn to and acknowledged on the above date,(%�t�C rs KAREN L.HUGHSOW Notary PiMc State of Now York STATE OF NEW YORK ) Choi .mttrg, CotjWy No. 01HU5022368 COUNTY OF RENSSELAER) Commission Expires 1-10-10 S On this 14th day of July, 2006 before me personally came U RENEE A. MANNY to me known who resides in RENSSELAER, NY R and duly sworn and says that he /she is the Attorney -in -fact of E the FIRST NATIONAL INSURANCE COMPANY OF AMERICA T and knows the corporate seal and that it was affixed thereto by order of the Y Board of Directors by Power of Attorney of said Company; of which a certified copy is attached; and that he /she signed said instrument as an Attorney -in- Fact of said Company by like authority. ) ^ 1j I N D I V I D U A L Sworn to and acknowledged on the above date, STATE OF NEW YORK COUNTY OF ) FER S. VANAT Notary Public. State of New Yorh Qualified in Colur Reg.#01VA6 Commission ExWes 24, 20q On this day of 20 , before me personally came to me known and known to me to be the person described in and who executed the foregoing instrument and he thereupon acknowledged to me that he executed the same. Sworn to and acknowledged on the above date, 0 POWER C OF ATTORNEY PO Bo Insurance Companies PO Box 34526 Seaak,WA 98124 -1526 No. 12495 KNOW ALL BY THESE PRESENTS: That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint wwwsswsswsewssssssssss*ROBERTA F. ALLEN; DAVID W. COOPER; MILTON It KOTIN; JOAN L. MCELLIGOTT; Pittsford, New York; ALICE M. BUSMAN; STEPHEN J. DONNELLY; KEVIN J. GARRI TY; RENEE A. MANNY; CHRISTOPHER G. TERZIAN; JUDY TOMLINSON; East Greenbush, Now York; AUDREY J. DANIE.SEN; JOHN A. DEVITO; Watertown, New York; LORI A. FRANCETT; Glens Falls, New York; KAY D. FREDERICK; VIM L. LAVEAN; RAY G. WILSON; Poltsdam, New York; DAPHNE R. HARVEY; Plattsburgh, New York; ANN HUGHES; Kingston, New Yorkww sssww sw wwsswwwwswwsssssssswwwwswwwwwsw its We and lawful altomey(s)4n -fad, with full authority to execute on behalf of the company fidelity and surety bonds a undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duty executed by its regularly elected officers at Its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 28th day of September . 7005 'Q/ folltf A65� STEPHANIE DALEY WATSON. SECRETARY MIKE PETERS, PRESIDENT, SURETY CERTIFICATE Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Article V, Section 13. - FIDELITY AND SURETY BONDS ... the President, any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint individuals as attomeysin -fact or under other appropriate titles with authority to execute on behaff of the company fidelity and surety bonds and other documents of similar character issued by the company in the course of Its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking " Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, (i) The provisions of Article V, Section 13 of the By -Laws, and (ii) A copy of the power- of- attomey appointment, executed pursuant thereto, and (Iii) Certifying that said powerof- attorney appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof.' I, Stephanie Daley- Watson, Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney issued pursuant thereto, are We and correct, and that both the By -Laws, the Resolution and the Power of Attomey are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation SEAL ;1928, this 14th day of 4/'it/ rLKt- (kCI-/CXIf.�f/1Ll' STEPHANIE DALEY- WATSON, SECRETARY S -104MF 4105 Safeco and the Salem logo are registered trademarks W Safem Corporation. WEB POF n U �'cli>MCO . Assets Cash and Bank Deposits ............ ............................... 'Bonds — U.S Government ....... ............................... "Otter Bond *Stocks ....... Real Estate FIRST NATIONAL INSURANCE COMPANY OF AMERICA $ 0 49,432,115 ....117,389,208 ......24,103,137 Agents' Balances or Uncollected Premiums............ 29,676,324 Accrued Interest and Rents ......................... ......................2,289,562 Other Admitted Assets .............. ............................... 32.074.246 Total Admitted Assets ...... ............................... 5254.964.592 FINANCIAL STATEMENT —DECEMBER 31, 2005 Liabilities Unearned Premiums ................. ............................... $ 43,097,565 Reserve for Claims and Claims Expense ................ 98,198,046 Reserve for Dividends to Policyholders .................... 51,760 Additional Statutory Reserve ... ............................... _ Reserve for Commissions, Taxes and Otter Liabilities ........................... .............................39,087,295 Tot al ............................... ............................... S180,434,666 Capital Stock ............................. S 5,000.000 Paid in Surplus .......................... 581,836 Unassigned Surplus ................... 68.948.090 Surplus to Policyholders . ............................... 74529.926 Total Liabilities and Surplus .. ............................... 55592 • Bonds are stated at amortized or investment value; Stocks at Association Market Values. Securities carried at $40,920,330 are deposited as required by law. I, MICHAEL C. PETERS, President, Surety, First National Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2005, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the seal of said Corporation at Seattle, Washington, this 1st day of March, 2006. President, Surety S-t 738a 3706 Safeco and the Safeco logo are registered trademarks of Safety Corporation CiTY OF NEWPORT BEACH FiRE DEPARTMENT WARD DIESEL FILTER SYSTEM ON FIRE APPARATUS BOND NO. 6402335 FAITHFUL RFDRMAM BOND The premium charges on this Bond is $ at the rate of $ 25.00 per 093.00 being WHEREAS, the City Counct of the City of Newport Beach, State of Callfomia, by motion adopted, has awarded to WARD DIESEL hereinafter designated as the " Principal," a contract for the installation of the Ward Diesel Filter System on Fire Apparatus in strict conformity with the Contract on flte with the office of the Fire Department of the City of Newport Beach, which is incorporated herein by this reference. WHEREAS. Prinoipal has executed or is about to snob the Contraot and the terms thereof require the furnishing of a Bond for the faitlmrfui performance of the Contract; First National Insurance NOW, THEREFORE, we, the principal, and Co. of America duly authorized to transact business cinder the laws of the State of Califomts as Surety (hereinafter "Surety"), are held and firmly bound unto the City of Newport Beach, in the sum of $43,721.60 lawful money of the United States of America, said sum being equal to 1000A of the estjmated amount of the Contract, to be paid to the CRY of Newport Beach, its successore, and assigns; for Which payment well and truly to be made, we bind ourselves, our hails, 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 Prindpars 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 Contract Documents and any alteration thereof made as therein provided on ifs 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 me null and void. As a part of the obligation soured hereby, and in addition to the face amount specifed In this Performance Bond, there shall be included costs and reasonable expenses and fees, including reasonable attorneys fees, incurred by the City, only in the event the 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 tars of the Contact or to the work to be performed thermmder 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 Conirect or to the Worts or to the specifications. This Faithful Performance Bond shall be extended and makmtained by the Principal in full farce and effect for one (1) Year following the date of formal acceptance of the Project by the t,-Ti y. 0 9 In the event that the Principal w acuted this bond as an individual, tl is agread that the death of any such Principal shaft not ermnarate the Surety from its obligatIons under this Bond. IN WITNESS WHEREOF, WS instrument hag been duly executed by the Pftrrelpal and Surety above named, on the 14 day of July . 2a06. el Filter S stems Name of Contrac Ior ( Prncipal) First National Insurance Company Name of Surety of erica 5792 Widewaters Parkway DeWitt, NY 13214 Address of Surety Telephone Renee A. Manny, Attorney -in -Fact print Name and Title NOTARY ACKNOWLEDGMENTS OF CONTRACTOR AND SURETY MUST BE ATTACHED 0 STATE OF NEW YORK 9 COUNTY of Bond No. 6402335 the above date �f C On this ,.2,< day of July, 2006 before me personally O to me 'known, being sworn R by me, did depose an ay t he sh resides in h� P that he /she is the �'of Ward Diesel Filter Systems 0 the corporation described in and which R executed the above instrument; that he /she knows the said seal of such A corporation; that the seal affixed to said instrument is such corporate T seal; and that it was so affixed by the order of the Board of Directors of I said corporation, and that he /she signed his /her name there o by like order. 0 N Sworn to and acknowledged on the above date, L 6 Y� I STATE OF NEW KAPUT L. Ht CHSON Wxy hex fate of ` m"? ' I n* STATE OF NEW YORK ) ?'s{``� V CCrninlsSlon Expires-4-10-16 COUNTY OF RENSSELAER) S On this 14th day of July, 2006 before me personally came U RENEE A. NANNY to me known who resides in RENSSELAER, NY R and duly sworn and says that he /she is the Attorney -in -fact of E the FIRST NATIONAL INSURANCE COMPANY OF AMERICA T and knows the corporate seal and that it was affixed thereto by order of the Y Board of Directors by Power of Attorney of said Company; of which a certified copy is attached; and that he /she signed said instrument as an Attorney -in- Fact of said Company by like authority. I I /% 1 „f Sworn to and acknowledged on the above date iyIniniflivi uluiram JEN IFER S. VANAT Notary Pu tic, State of Nev, yon, Qualified in Columbia County Reg. u01VA6135808 24, 200% I STATE OF NEW YORK ) Commission Expires Oct. N COUNTY OF } D I On this day of 20 before me personally came V to me known and known to me to be I the person described in and who executed the foregoing instrument and D he thereupon acknowledged to me that he executed the same. U A Sworn to and acknowledged on the above date, L ° POWER OF ATTORNEY Para �ln226 Companies Seattle, Wh 98124 -15M No. 12495 KNOW ALL BY THESE PRESENTS: That FIRST NATIONAL INSURANCE COMPANY OF AMERICA, a Washington corporation, does hereby appoint +ss + +r+ + + ++r + + +w++s+ss*ROBERTA F. ALLEN; DAVED W. COOPER; MILTON H KOTIN; JOAN L. MCELLIGOTT; Pittsford, New York, ALICE M. BUSMAN; STEPHEN J. DONNELLY; KEVIN J. GARRITY; RENEE A. MANNY, CIMSTOPHER G. TERTIAN; JUDY TOMLINSON; East GrMbush, New York; AUDREY J. DANIELSEN; JOHN A DEVITO; Watertown, New York; LORI A. FRANCETI; Glens Falls, New York; KAY D. FREDERICK; VUQQ L. LA VEAN; RAY G. WILSON, Ponsdam, New York; DAPHNE R. HARVEY; Plattsburgh, New York, ANN HUGHES; Kingston, New York•++++++ ss +s +s +s ++ + ++ + +r + +ssssrs + ++ +s + + ++ its true and lawful attomey(s)- in4act, with full authority to execute on behalf of the company fidelity and surety bonds or undertakings and other documents of a similar character issued by the company in the course of its business, and to bind FIRST NATIONAL INSURANCE COMPANY OF AMERICA thereby as fully as if such instruments had been duty executed by its regularly elected officers at its home office. IN WITNESS WHEREOF, FIRST NATIONAL INSURANCE COMPANY OF AMERICA has executed and attested these presents this 28th STEPHANIE DALEY-WATSON, SECRETARY day of September . 2005 Az�z� MIKE PETERS, PRESIDENT, SURETY Extract from the By -Laws of FIRST NATIONAL INSURANCE COMPANY OF AMERICA: "Article V. Section 13. - FIDELITY AND SURETY BONDS ... the President any Vice President, the Secretary, and any Assistant Vice President appointed for that purpose by the officer in charge of surety operations, shall each have authority to appoint Individuals as attomeys -in -fad or under other appropriate titles with authority to execute on behalf of the company fidelity and surety bonds and other documents of similar character issued try the company in the course of its business... On any instrument making or evidencing such appointment, the signatures may be affixed by facsimile. On any instrument conferring such authority or on any bond or undertaking of the company, the seal, or a facsimile thereof, may be impressed or affixed or in any other manner reproduced; provided, however, that the seal shall not be necessary to the validity of any such instrument or undertaking." Extract from a Resolution of the Board of Directors of FIRST NATIONAL INSURANCE COMPANY OF AMERICA adopted July 28, 1970. "On any certificate executed by the Secretary or an assistant secretary of the Company setting out, () The provisions of Article V, Section 13 of the By -Laws, and (it) A copy of the power-of- altomey appointment, executed pursuant thereto, and (i) Certifying that said power -of- attomey appointment is in full force and effect, the signature of the certifying officer may be by facsimile, and the seal of the Company may be a facsimile thereof." I, Stephanie Daley- Watson. Secretary of FIRST NATIONAL INSURANCE COMPANY OF AMERICA, do hereby certify that the foregoing extracts of the By -Laws and of a Resolution of the Board of Directors of this corporation, and of a Power of Attorney Issued pursuant thereto, are true and correct, and that both the By -Laws, the Resolution and the Power of Attorney are still in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the facsimile seal of said corporation SEAL L1926,,� this 14th day of July •_2996_ STEPHANIE DALEY- WATSON, SECRETARY S- 10490F 405 Salem and the Safeeo logo are registered trademarks of Safety Corporation. WEB POF 11 ,- FIRST NATIONAL INSURANCE COMPANY OF AMERICA �d Assets Crib and Bank Deposits ...................... ............................... S 0 *Bonds —U.S Cmvemment ....... ............................... 49,432,115 *Other Bonds ................... ............................................... 117,389,208 *Stocks .............................................. ............................... 24,103,137 RealEst ate .............................................. . ............................. :. . Agents' Balances or Uncollected Premiums............ 29,676,324 Accrued Interest and Rents ..................... .......................... 2,289,562 Other Admitted Assets .............. ............................... . 32.074146 Total Admitted Asset s ........ .. .............. ............ 9IDid9fid_592 FINANCIAL STATEMENT— DECEMBER 31, 2005 Liabilities Unearned Premiums ................. ............................... S 43,097,565 Reserve for Claims and Claims Expense ................ 98,198,046 Reserve for Dividends to Policyholders .................... 51,760 Additional Statatory Reserve ... ............................... _ Reserve for Commissions, Taxes and Other Liabilities .... ............................... .....................39.087.295 Total ......................... ... ..... S180,434,666 Capital Stock ............................. $ 5,000,000 Paid in Surplus .......................... 581,836 Unassigned Surplus ................... 68948.090 Surplus to Policyholders ....... _...._..._.......... 74,529,926 Total Liabilities and Surplus ... ........... ... .. --........ S r4 ' Bonds are stated at amortized or investment value; Stocks at Association Market Values. Securities carried at 540,920,330 are deposited as required by law. I, MICHAEL C. PETERS, President, Surety, First National Insurance Company, do hereby certify that the foregoing is a true, and correct statement of the Assets and Liabilities of said Corporation, as of December 31, 2005, to the best of my knowledge and belief. IN WITNESS WHEREOF, I have hereunto set my baud and affixed the seal of said Corporation at Seattle, Washington, this Iat day of March, 2006. S-1 138a 3106 President, Surety Safeco and the Safeco logo are registered trademarks of Safeco Corporation • CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT U Agenda Item No. $29 April 25, 2006 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Fire Department Tim Riley, 644 -3101, tdley @city.newport- beach.ca.us SUBJECT: Purchase of Ward "No Smoke" Exhaust Filtration Systems for Fire Apparatus (Phase 3) RECOMMENDATION: The City Council approve the purchase of five Ward "No Smoke" Exhaust Filtration Systems for fire apparatus. During the start -up and return to station operations of fire apparatus, diesel exhaust fumes and particulate matter collect in the apparatus bay of the stations. Diesel exhaust is suspected of being hazardous and therefore poses a threat to the fire crews working and living in the station environment. In 2002 and 2004, City Council approved funding for the purchase and installation of the Ward "No Smoke" Diesel Exhaust Filtration System to be installed on all fire apparatus. Seventeen units were outfitted with the filtration system. Fire apparatus that were scheduled to be replaced were excluded from the installation and $52,933 was re- budgeted in Capital Improvement Project— Fire Station Apparatus Diesel Exhaust System (7271- C2320626) to outfit the new equipment when it arrived. On the units that the filters have been installed, the system has shown to be very effective in reducing exposure to diesel exhaust fumes. Five units are scheduled to be outfitted this year. With this installation, all fire apparatus will be outfitted with the diesel exhaust system. In the future, the exhaust devices will be part of the manufacturer specification. Environmental Review: This Staff Report has no requirement for Environmental Review. Purchase of Ward No Smoke" Exhaust Filtration System For Fire Apparatus (Phase 2) April 25, 2006 Page 2 Funding Availability: In 2005 -2006 CIP budget, $52,933 was re- budgeted in Capital Improvement Project — Fire Station Apparatus Diesel Exhaust System (7271- C2320626). The cost for this contract is $42,040. Prepared by: Submitted by: L T szewski Timothy Riley Fire Support Services Manager Fire Chief r L 4