Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
BSN Sports LLC; 2016-10-14; PKRC580
CITY OF CARLSBAD MINOR PUBLIC WORKS CONTRACT BASKETBALL BACKBOARD REMOVAL AND INSTALLATION]..,, ,...,....'"""""""""1"""1'lr!Tr'lrr"''!'~--- This agreement is made on the } ~ day of Q) mC)i2A......, , 201J..t! by the City of Carlsbad, California, a municipal corporation, (hereinafter called "City"), and BSN Sports, LLC whose principal place of business is 1180-A California Avenue, Corona, CA 92881 (hereinafter called "Contractor"). City and Contractor agree as follows: DESCRIPTION OF WORK. Contractor shall perform all work specified in the Contract documents for the project described by these Contract Documents (hereinafter called "Project"). PROVISIONS OF LABOR AND MATERIALS. Contractor shall provide all labor, materials, tools, equipment, and personnel to perform the wor-k specified by the Contract Documents unless excepted elsewhere in this Contract. CONTRACT DOCUMENTS. The Contract Documents consist of this Contract, exhibits to this Contract, Contractor's Proposal, the Plans and Specifications, the General Provisions, addendum(s) to said Plans and Specifications, and all proper amendments and changes made thereto in accordance with this Contract or the Plans and Specifications, all of which are incorporated herein by this reference. When in conflict, this Contract will supersede terms and conditions in the Contractor's proposal. LABOR. Contractor will employ only skilled workers and abide by all State laws and City of Carlsbad Ordinances governing labor. WARRANTY. Contractor warranties all labor and materials furnished and agrees to complete the Project in accordance with directions and subject to inspection approval and acceptance by: Kyle Lancaster (City Project Manager) WAGE RATES. The general prevailing rate of wages for each craft or type of worker needed to execute the Contract shall be those as determined by the Director of Industrial Relations pursuant to Sections 1770, 1773 and 1773.1 of the Labor Code. Pursuant to Section 1773.2 of the Labor Code, a current copy of the applicable wage rates is on file in the Office of the City Engineer. Contractor shall not pay less than the said specified prevailing rates of wages to all workers employed by him or her in execution of the Contract. Contractor shall be responsible for insuring compliance with provisions of section 1777.5 of the Labor Code and section 4100 et seq. of the Public Contracts Code, "Subletting and Subcontracting Fair Practices Act." The City Engineer is the City's "duly authorized officer" for the purposes of section 4107 and 4107.5. The provisions of Part 7, Chapter 1, of the Labor Code commencing with section 1720 shall apply to the Contract for work. A contractor or subcontractor shall not be qualified to bid on, be listed in a bid proposal, subject to the requirements of Section 4104 of the Public Contract Code, or engage in the performance of any contract for public work, unless currently registered and qualified to perform public work pursuant to Section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations Contractor and any subcontractors shall comply with Section 1T76 of the California Labor Code, which generally requires keeping accurate payroll records, verifying and certifying payroll records, and making them available for inspection. Contractor shall require any subcontractors to comply with Section 1776. BASKETBALL BACKBOARD REMOVAL AND INSTALLATION; CONT. NO. PKRC580 Page 1 of 9 City Attorney Approved 2/29/2016 Tracking#: FALSE CLAIMS. Contractor hereby agrees that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that California Government Code sections 12650 et seq., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of the information. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. Contractor hereby acknowledges that the filing of a false claim may subject the Contractor to an administrative debarment proceeding wherein the contractor may be prevented from further bidding on public contracts for a period of up to five years and that debarment by another jurisdiction is grounds for the City of Carlsbad to disqualify the Contractor or s cp~ctor from participating in contract bidding. Signature: ~"---&_1_, _/1_,..-;--------=----- A$ USI/Ai ssr. s~~ Print Name: /--~~~~~~~~-L-L~~--- REQUIRED INSURANCE. The successful contractor hall provide to the City of Carlsbad, a Certification of Commercial General Liability and Property Damage Insurance and a Certificate of Workers' Compensation Insurance indicating coverage in a form approved by the California Insurance Commission. The certificates shall indicate coverage during the period of the contract and must be furnished to the City prior to the start of work. The minimum limits of liability insurance are to be placed with California admitted insurers that have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California's List of Approved Surplus Line Insurers (LASLI) with a rating in the latest Best's Key Rating Guide of at least "A:X"; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report. Commercial General Liability Insurance of Injuries including accidental death, to any one person in an amount not less than ........ $1 ,000,000 Subject to the same limit for each person on account of one accident in an amount not less than ....... $1 ,000,000 Property damage insurance in an amount of not less than ........ $1 ,000,000 Automobile Liability Insurance in the amount of $1,000,000 combined single limit per accident for bodily injury and property damage. In addition, the auto policy must cover any vehicle used in the performance of the contract, used onsite or offsite, whether owned, non-owned or hired, and whether scheduled or non- scheduled. The automobile insurance certificate must state the coverage is for "any auto" and cannot be limited in any manner. The above policies shall have non-cancellation clauses providing that thirty (30) days written notice shall be given to the City prior to such cancellation. The policies shall name the City of Carlsbad as an additional insured. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. WORKERS' COMPENSATION AND EMPLOYER'S LIABILITY. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. INDEMNITY. The Contractor shall assume the defense of, pay all expenses of defense, and indemnify and hold harmless the City, and its officers and employees, from all claims, loss, damage, injury and liability of BASKETBALL BACKBOARD REMOVAL AND INSTALLATION; CONT. NO. PKRC580 Page 2 of9 City Attorney Approved 2/29/2016 Tracking#: every kind, nature and description, directly or indirectly arising from or in connection with the performance of the Contract or work; or from any failure or alleged failure of Contractor to comply with any applicable law, rules or regulations including those related to safety and health; and from any and all claims, loss, damages, injury and liability, howsoever the same may be caused, resulting directly or indirectly from the nature of the work covered by the Contract, except for loss or damage caused by the sole or active negligence or willful misconduct of the City. The expenses of defense include all costs and expenses including attorneys' fees for litigation, arbitration, or other dispute resolution method. JURISDICTION. The Contractor agrees and hereby stipulates that the proper venue and jurisdiction for resolution of any disputes between the parties arising out of this agreement is San Diego County, California. Start Work: Contractor agrees to start within 30 working days after receipt of Notice to Proceed. Completion: Contractor agrees to complete work within 60 working days after receipt of Notice to Proceed. CONTRACTOR'S INFORMATION. BSN Sports, LLq ____ _ (name of Contractor) 1014517 (Contractor's license number) C-61 /D-M,_?_:_/3~1_:_::/2"-"0-'-1 _;::_8 ---'--- (license class. and exp. date) II II II II II II II II II II II II II 100004433 (DIR registration number) 6/30/2017 (DIR registration exp. date) BASKETBALL BACKBOARD REMOVAL AND INSTALLATION; CONT. NO. PKRC580 Page 3 of9 1180-A California Avenue -----··-------·--···------------------·· ··----·---···-----------(street address) ·---·_g_Sl_CQ.rJa,_ g;; ~2~?_1 ___________ _ (city/state/zip) 760-729-0727 (telephone no.) 1-800-986-6275 (fax no.) _______ _ --~§_~!):@tomark.com~ ________ _ (e-mail address) City Attorney Approved 2/29/2016 Tracking#: AUTHORITY. The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent al)<f)varrant that they have the legal power, right and actual authority to bind Contractor to the terms andfo~itions of this Agreement. CONTRACTOR CITY OF CARLSBAD, a municipal corporation of the State of California 1 y , Deputy City Manager or Department Director as authorized by the City Manager If required by City, proper notarial acknowledgment of execution by Contractor must be attached. !f._§ corporation, Agreement must be signed by one corporate officer from each of the following two groups: Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY:~ Assist~ft!: City Attorney i)q;~ BASKETBALL BACKBOARD REMOVAL AND INSTALLATION; CONT. NO. PKRC580 Page 4 of 9 City Attorney Approved 2/29/2016 Tracking#: EXHIBIT A LISTING OF SUBCONTRACTORS BY GENERAL CONTRACTOR Set forth below is the full name and location of the place of business of each sub-contractor whom the Contractor proposes to subcontract portions of the Project in excess of one-half of one percent of the total bid, and the portion of the Project which will be done by each sub-contractor for each subcontract. NOTE: The Contractor understands that if it fails to specify a sub-contractor for any portion of the Project to be performed under the contract in excess of one-half of one percent of the bid, the contractor shall be deemed to have agreed to perform such portion, and that the Contractor shall not be permitted to sublet or subcontract that portion of the work, except in cases of public emergency or necessity, and then only after a finding, reduced in writing as a public record of the Awarding Authority, setting forth the facts constituting the emergency or necessity in accordance with the provisions of the Subletting and Subcontracting Fair Practices Act (Section 4100 et seq. of the California Public Contract Code). If no subcontractors are to be employed on the project, enter the word "NONE." SUBCONTRACTORS Portion of Project to Business Name and Address DIR Registration License No., %of be Subcontracted / / I-- I-- / / <""/ Total % Subcontracted: BASKETBALL BACKBOARD REMOVAL AND INSTALLATION; CONT. NO. PKRC580 Page 5 of9 No. Classif=t& Total Expiraf ate Contract -~ ~ ~ - City Attorney Approved 2/29/2016 Tracking#: EXHIBIT B SCOPE OF WORK BSN Sports, LLC will remove and dispose of backboards, extensions and hardware from basketball posts at Pine Avenue, La Costa Canyon, Cannon and Laguna Riviera Parks. New polycarbonate backboards, rims, extensions and hardware will be installed on existing basketball posts. All work shall be performed in accordance with the attached Contractor's proposal dated May 1, 2016. Pine Avenue Park ITEM UNIT QTY DESCRIPTION PRICE NO. 1 $45.00 1 BA-778DBHDWR $45.00 2 $470.00 2 BA-778A-ARM $940.00 3 $1,350.00 2 BA42UC Polycarbonate Backboard $2,700.00 4 $180.00 2 BA32-Fiex Rim $360.00 5 $50.00 2 BA780ADPT -Adaptor $100.00 6 1 Installation $1,800.00 TOTAL $5,945.00 La Costa Canyon Park ITEM UNIT QTY DESCRIPTION PRICE NO. 1 $710.00 2 BA-781A-ARM $1,420.00 2 $1,350.00 2 BA42UC Polycarbonate Backboard $2,700.00 3 $180.00 2 BA32-Fiex Rim $360.00 4 $50.00 2 BA 780AD PT -Adaptor $100.00 ---·-----~~- 5 1 Installation BASKETBALL BACKBOARD REMOVAL AND INSTALLATION; CONT. NO. PKRC580 $1,800.00 TOTAL $6,380.00 Page 6 of9 City Attorney Approved 2/29/2016 Tracking#: Cannon Park ITEM UNIT QTY DESCRIPTION PRICE NO. 1 $290.00 2 BA780-H-Hardware $580.00 2 $1,350.00 2 BA42UC Polycarbonate Backboard $2,700.00 3 $180.00 2 BA32-Fiex Rim $360.00 4 $50.00 2 BA 780ADPT -Adaptor $100.00 5 1 Installation $1,800.00 TOTAL $5,540.00 Laguna Riviera Park ITEM UNIT QTY DESCRIPTION PRICE NO. 1 $710.00 2 BA781A-ARM $1,420.00 2 $50.00 2 BA780ADPT-Adaptor $100.00 3 $1 ,350.00 2 BA42UC Polycarbonate Backboard $2,700.00 4 $180.00 2 BA32-Fiex Rim $360.00 5 1 Installation $1,800 00 TOTAL $6,380.00 Additional Expenses ITEM DESCRIPTION PRICE NO. 1 Freight $1,500.00 2 Sales Tax $1,363 60 TOTAL $2,863.60 Grand Total Not To Exceed $27,108.60 BASKETBALL BACKBOARD REMOVAL AND INSTALLATION; CONT. NO. PKRC580 Page7of9 City Attorney Approved 2/29/2016 Bond No. 2216604 Tracking#: EXHIBITC LABOR AND MATERIALS BOND WHEREAS, the City Council of the City of Carlsbad, State of California, has awarded to BSN Sports, LLC (hereinafter designated as the "Principal"), a Contract for: BASKETBALL BACKBOARD REMOVAL AND INSTAllATtON CONTRACT NO. PKRC580 in the City of Carlsbad, in strict conformity with the drawings and specifications, and other Contract Documents now on file in the Office of the City Clerk of the City of Carlsbad and all of which are incorporated herein by this reference. WHEREAS, Principal has executed or is about to execute said Contract and the terms thereof require the furnishing of a bond, providing that if Principal or any of its subcontractors shall fail to pay for any materials, provisions, provender or other supplies or teams used in, upon 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, BSN Sports, LLC, as Principal, (hereinafter designated as the "Contractor''), and North American Specialty Insurance Company as Surety, are held firmly bound unto the City of Carlsbad in the sum of twenty seven thousand one hundred eight dollars and sixty cents ($27,108.60}, said sum being an amount equal to: One hundred percent (100%) of the total amount payable under the terms of the Contract by the City of Carlsbad, and for which payment well and truly to be made we bind ourselves, our heirs, executors and administrators, successors, or assigns, jointly and severally, finmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH that if the Contractor or his/her subcontractors fail to pay for any materials, provisions, provender, supplies, or teams used in, upon, for, or about the performance of the work contracted to be done, or for any other work or labor thereon of any kind, consistent with California Civil Code section 9100, or for amounts due under the Unemployment Insurance Code with respect to the work or labor performed under this Contract, or for any amounts required to be deducted, withheld, and paid over to the Employment Development Department from the wages of employees of the contractor and subcontractors pursuant to section 13020 of the Unemployment Insurance Code with respect to the work and labor, that the Surety will pay for the same, and, also, in case suit is brought upon the bond, reasonable attorney's fees, to be fixed by the court consistent with California Civil Code section 9554. This bond shall inure to the benefit of any of the persons named in California Civil Code section 9100, so c;~s to give a right of action to those persons or their assigns in any suit brought upon the bond. Surety stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the work to be performed hereunder or the specifications accompanying the same shall affect its obligations on this bond, and it does hereby waive notice of any change, extension of time, alterations or addition to the terms of the contract or to the work or to the specifications. BASKETBALL BACKBOARD REMOVAL AND INSTALLATION; CONT. NO. PKRC580 Page 8 of9 City Attorney Approved 2!29/2016 Tracking#: In the event that Contractor is an individual, it is agreed that the death of any such Contractor shall not exonerate the Surety from its obligations under this bond. Executed by CONTRACTOR this --'i_3o!L_ ___ day of ,.} w\j ,zoJ1_. CONTRACTOR: BSN Sports, LLC . (r~~~ of Contractor) av:.-~~ (Stgn nere) 7evVf-t1fe m I ~1 I }o._ (print name here) Executed by SURETY this _ ___,8.,_.th..._ __ day of ___ Ju_l...._ ______ _,20~. SURETY: North American Specialty Insurance Company (name of Surety) 475 North Martingale Rd., Ste. 850 Schaumburg, IL 60173 (address of Surety) 847-273-1210 P('Q§rol~ ];SI.V s~) g.c__ By: ~~~~"--+-::...+->-~~~I:Cl (title azrg. ization of signatory) By:----."----~--+....--------- (print name here) (title and organization of signatory) Catherine M. Krueger (printed name of Attorney-in-Fact) (attach corporate resolution showing current power of attorney) (Proper notarial acknowledgment of execution by CONTRACTOR and SURETY must be attached.) (President or vice-president and secretary or assistant secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: CELIA A. BREWER City Atto~:v ~ _/ By:~ J;:;:;;. ar, Artomey BASKETBALL BACKBOARD REMOVAL AND INSTALLATION; CONT. NO. PKRC580 Page 9 of9 City Attorney Approved 2/29/2016 CALIFORNIA ALL-PURPOSE 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 CaliforMia Texas County of _D_a_ll_as _________ _ On September 21, 2016 before me, Victoria A. Horne, Notary Date Here Insert Name and 77tle of the Officer personally appeared _T_e_r_re_n_c_e_M_. _B_a_b_il_la_,_P_r_e_si_d_e_n_t ________________ _ Name(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. I certify under PENALTY OF PERJURY under the laws of the State of Oa:lifot Mia that the foregoing paragraph is true and correct. ~ Texas WITNESS my hand and official seal. Signature of Notary Public Place Notary Seal Above ------------------------------oPTIONAL----------------------------- Though this section is optional, 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: __________ _ Number of Pages: Signer(s) Other Than Named Above: ____________ _ Capaclty(les) Claimed by Signer(s} Signer's Name:------------Signer's Name:--------- [J Corporate Officer -Title(s): _________________ _ [] Corporate Officer -Title(s): ______ _ [J Partner -[J Limited [J General l] Partner -D Limited D General [J Individual [J Attorney in Fact D Individual [J Attorney in Fact LJ Trustee [] Guardian or Conservator [J Trustee LJ Guardian or Conservator 0 Other: lJ Other: -------------- Signer Is Representing: ---------------------------Signer Is Representing: ----------- ~~~~~~~~~~~~~~~~~~~~~~~~ ©2014 National Notary Association· www.NationaiNotary.org • 1-800-US NOTARY {1-800·-876-6827) Item #5907 CALIFORNIA ALL-PURPOSE 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 County of ~\/..;:&.01~ On ~lb-1"' beforem~~ L.\A~~ ~~LIL Date Here Insert Name and Title of the Officer personally appeared ---3<\---\---"'...._,U..._~~~"""-" .... Jf-------,A/q~ ....... ~~.oJ .... ~~4=r---+-\ N--"--.3....___ _______ _ Name(s) of Signer(s) , bY1 QTl-\{:;1? s who proved to me on the basis of satisfactory evidence to be the personW whose name.(t'} is/afe subscribed to the within instrument and acknowledged to me that he/~/t~y executed the same in his/~/tm!lr authorized capacity(~). and that by his/l).et/thell' signature~ on the instrument the perso~, or the entity upon behalf of which the person(~ acted, executed the instrument. Place Notary Seal Above I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. ----------------------------------------------------------OPTIONAL----------------------------------------------------------- Though this section is optional, completing this information can deter alteration of the document or fraudulent reattachment of this form to an unintended document. Description of Attached Dopu,m~nt -"" ~~D Title or Type of Document: ~~~~ALS ~Document Date: ~lQ.-l(p Number of Pages: ~ Signer(s) Other Than Named Above: ~ ~ ~ Capacity(i~Cia!!Jle.d by Signer~~ \ M ~ Signer's Name: X~ ~G._\)s-rJ 't---1 [J Corporate Officer -Title(s): ______ _ [l Partner -U Limited lJ General D Individual D Attorney in Fact D Trustee D Guardian or Conservator lJ Trustee D Other: ~~~'/ [_] Other: ------,~------""------- Signer Is Representifl9:~ ~ii...±'b ' Signer Is Re ©2014 National Notary Association· www.NationaiNotary.org • 1-800-US NOTARY (1-800-876-6827) Item #5907 STATE OF OHIO COUNTY OF LUCAS ) )ss. ) On this 8th day of July, 2016, before me personally appeared Catherine M. Krueger, to me personally known who being by me sworn, did say that he is the Attorney-in-fact of North American Specialty Insurance Company, said Corporation being named in and which executed the within instrument, and that the seal affixed to said instrument is the corporate seal of said Corporation, and that said instrument was signed and sealed on behalf and by authority of said Corporation and that said Catherine M. Krueger acknowledges said instrument to be the free act and deed of the Corporation. CRYSTALL.GLEASON Notary Public, State of Ohio My Commission Expires 10-12-2019 ll . q~A otary Pubhc, Lucas County, Ohio My Commission Expires: ,.f) -/:;)._-~'2 NAS SURETY GROUP ~ORTH Al'v1ERICAN SPECIALTY INSURANCE COJ\1PANY WASHINGTON INTER.NA TJONAL INSURANCE COMP A:t\TY Vv"ESTPORT INSLTRANCE CORPORATION GE~ERAL POWER OF ATTORNEY K.'\IOW ALL MEN BY THESE PRESENTS. THAT North American Specialty Insurance Company. a corporation duly organized and existing under laws of the State of New Hampshire. and having its principal office in the City of Manchester, New Hampshire and Washington International Insurance Company a corporation organized and existing under the laws of the State of New Hampshire and having its principal office in the City of Schaumburg, Illinois, and WeslpOii Insurance Corporation. organized under the laws of the State of Missouri, and haYing its principal office in the City of Overland Park, Kansas t:ach does hereby make, constitute and appoint: DEI\1\IS G. JOHJ\SON, PAUL E. JOHJ\SON, JAMES N. LORTIE, CATHERINE M. KRUEGER and HOLLY R. CARVER JOINTI Y OR SEVERl'>LL Y Its true and la\1ful Attorney(s)-in-Fact, to make, execute, seal and deliver, for and on its behalf and as its act and deed. bonds or other writings obligatory in the nature of a bond on behalf of each of said Companies, as surety, on contracts of suretyship as are or may be required or permitted by Jaw. regulation, contract or otherwise. provided that no bond or undertaking or contract or suretyship executed under this authority shaiJ exceed the amount of: 01\TE HlJNDRED T\VENTY FIVE MILLION ($125,000,000.00) DOLLARS This Power of Attorney is granted and is signed by facsimile under and by the authority of the following Resolutions adopted by the Boards of Directors ofNorth American Specialty Insurance Company and Washington International Insurance Company at meetings duly called and held on March 24.2000 and Westp01i Insurance Corporation by written consent of its Executive Committee dated July !8, 201 I. '"RESOLVED, that any two of the President, any Senior Vice President. any Vice President. any Assistant Vice President, the Secretary or any Assistant Secretary be, and each or any of them hereby is authorized to execute a Power of Attorney qualifying the attorney named in the given Power of Attomey to execute on behalf of the Company bonds, undertakings and all contracts of surety, and that each or any of them hereby is authorized to attest to the execution of any such Power of Attorney and to attach therein the seal of the Company; and it is FURTHER RESOLVED, that the signature of such officers and the seal of the Company may be affixed to any such Power ofAttomey or to any certificate relating thereto by facsimile, and any such Power of Attorney or certificate bearing such facsimile signatures or facsimile seal shall be binding upon the Company when so affixed and in the future with regard to any bond, undertaking or contract of surety to which it is attached."" 4/7 BY u~-SH~~'co P. Anderson, Semor \ 1cr Pres1dent oi \\ ashmgton lnternattonallnsurance Company &: Senior \'icc President of 1\;orth American Specialt)· Insurance Company & Senior Yice President of Westport Insurance Corporation By _/11fi Mike A.-;1-;-:to"""'. S;:-:e.,-n;C"or::C\C'·;C::ce-;P;::,~:-:,;c;de.,-n7t -';ofc;\\2a"Csh::'7;n-:cg'":"toC"n-;ln-:t-:cem=-a:-:H:-:on-:cac;-l J;-n-su-r"""'an:-:cc'"'C""o:-n-1pany & Senior Yice President of North Americ:an Specialty Insurance Company & Senior Vice President of Westport Insurance Corporation IN WITNESS \\'HEREOF. North American Specialty Insurance Company, Washington International Insurance Company and Westport Insurance Corporation have caused their official seals to be herelmto affixed, and these presents to be signed by their authorized officers this this 9th day of October 20_15_. State of IIJinois County· of Cook On this 9th day of ss: 1\"ortb American Specialty Insurance Company \Yashington International Insurance Company \Y estport Insurance Corporation October , 20___!2. before me, a Notary Public personally appeared Steven P. Anderson , Senior Vice President of Washington lntemational Insurance Company and Senior Vice President ofNorth American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation and :vlichael A. Ito Senior Vice President of Washington Intemational Insurance Company and Senior Vice President of ""Jorth American Specialty Insurance Company and Senior Vice President of Westport Insurance Corporation, personally known to me, who being by me duly swom. acknowledged that they signed the above Power of Attorney as officers of and acknowledged said instrument to be the voluntary act and deed of their respective companies. f"V'""""""'...,...""'.-.;-,""'"""""""'""") OFFICIAL SEAL M V.ENNY NOTARYPUBUC, STATE OF ILLINOIS MY COMMISSION EXPIRES ; 2104/2017 "---"' \ M. Kenny, :-.iotary Public ··,, L Jeffrey Goldberg . the duly elected Vice President and Assistant Secretary of North American Specialty Insurance Company, Washington Intemationalinsurance Company and Westport Insurance Corporation do hereby certifY that the above and foregoing is a true and correct copy of a Power of Attorney given by said North American Specialty Insurance Company, Washington Intemationaiinsurance Company and Westport Insurance Corporation which is still in full force and effect. IN WITNESS WHEREOF, I haYe set my hand and affixed the seals of the Companies this 8th day of July . 202016. ;~/~~(f::.~ ~;~~:~~·- Jeffrey Goldberg, V1ce President & Assistant Secretary ofWashmgton International Insurance Company & )iorth American Srer:ialty Insurance Company & Vice Pres:1dent & Ass1stant Secretary of Westport Insurance CorporatJo11 1180-A Cal~omia Avenue Corona, CA 92881 Quote Quote#: 20809785 Purchase Order#: Cart Name: Quote Date: 05/0112016 Quote Valid-to: 06/0112016 Payment Terms: NT30 ShipV'ta: Tel: Hl00-959-1844 Fax: 1 800 986 6275 Visit us at www.bsnsports.com Ordered By: RODNEY NISHIMOTO Contact Your Rep Paul Truxaw Email:ptruxaw@bsnsports.com I Phone:1-800-959-1844 Sold to 1038216 CITY OF CARLSBAD Rodney Nishimoto 1635 FARADAY AVE CARLSBAD CA 92008-7314 Item Description Ship To 1939219 Tomark Sports 1180-A California Ave CORONA CA 92881 USA SERVICE NOT AX-INSTALL-PINE AVE PARK Item#-SERVICE NOT AX BA778DBHDWR Item #-NSPHG BA-778A-ARMS Item #-NSPHG BA42UC POL YCARBONATE BACKBOARDS Item #-NSPHG BA32 -FLEX RIMS Item #-NSPHG BA780ADPT -ADAPTORS Item #-NSPHG SERVICE NOT AX-INSTALL-LA COSTA CANYON Item#-SERVICE_NOTAX BA-781A-ARMS Item #-NSPHG BA780ADPT -ADAPTORS Item # -NSPHG BA42UC POL YCARBONATE BACKBOARDS Item #-NSPHG BA32 -FLEX RIMS Item #-NSPHG SERVICE NOT AX-INSTALL-CANNON PARK Item#-SERVICE NOT AX BA42UC POL YCARBONATE BACKBOARDS Item #-NSPHG BA32 -FLEX RIMS Item # -NSPHG BA780ADPT-ADAPTORS Item #-NSPHG BA780-H-HARDWARE Item # -NSPHG SERVICE NOT AX-INSTALL -LAGUNA RIVIERA P Item#-SERVICE NOT AX BA-781A-ARMS Item #-NSPHG BA780ADPT -ADAPTORS Item # -NSPHG BA42UC POL YCARBONATE BACKBOARDS ltem#-NSPHG BA32 -FLEX RIMS Item #-NSPHG Payer 1038216 CITY OF CARLSBAD 1635 FARADAY AVE CARLSBAD CA 92008-7314 USA Qty Unit Price 1 EA $ 1.800.00 1 EA $ 45.00 2EA $ 470.00 2EA $ 1,350.00 2EA $ 180.00 2EA $ 50.00 1 EA $ 1,800.00 2EA $ 710.00 2EA $ 50.00 2EA $ 1,350.00 2EA $ 180.00 1 EA $ 1,800.00 2EA $ 1,350.00 2EA $ 180.00 2EA $ 50.00 2EA $ 290.00 1 EA $ 1,800.00 2EA $ 710.00 2EA $ 50.00 2EA $ 1,350.00 2EA $ 180.00 Check your order at www.bsnsports.com/?&ProgramiD=20809785&zip=92881 Total $ 1,800.00 $ 45.00 $ 940.00 $ 2.700.00 $ 360.00 $ 100.00 $ 1,800.00 $ 1,420.00 $ 100.00 $ 2,700.00 $ 360.00 $ 1,800.00 $ 2,700.00 $ 360.00 $ 100.00 $ 580.00 $ 1,800.00 $ 1,420.00 $ 100.00 $ 2,700.00 $ 360.00 1180-A California Avenue Corona. CA 92881 Quote Quote#: 20809785 Purchase Order#: cart Name: Quote Date: 05/0112016 Quote Valid-to: 06/01/2016 PaymentTenns: NT30 ShipV'"m: Tel: 1-800-959-1644 Fax: 1 800 986 6275 Visit us at www.bsnsports.com Ordered By: RODNEY NISHIMOTO Item Description Quote Requested By Name Rodney Nishimoto Tel 760-802-4568 From Paul Truxaw 760-729-0727 pault@tomark.com rodney.nishimoto@carlsbadca.gov LABOR: REMOVE THE EXISTING BACKBOARDS, EXTENSIONS AND HARDWARE OFF THE BASKETBALL POSTS AND DISPOSE OF. INSTALL NEW BA42UC 42" X 72" POLYCA Qty Subtotal: Other: Freight: Sales Tax: Order Total: Payment/Credit Applied: Order Total: RBONATE BACKBOARDS, RIMS, EXTENSIONS AND HARDWARE ON THE EXISTING BASKETBALL POSTS .. NOTE: QUOTE IS A PREVAILING WAGE RATE. Check your order at www.bsnsports.com/?&ProgramiD=20809785&zip=92881 Unit Price Total $24,245.00 $0.00 $1,500.00 $1,363.60 $27,108.60 $0.00 $27,108.60