HomeMy WebLinkAboutCatton/McCutcheon Electrical Construction Inc; 1985-07-18; 3006-3Etheir terms, exclusions and conditions and is not alte-ed by any requirement, term
may be issued.
TYPE OF POLICY CERT. EXP. DATE POL I CY NUMBER
WORKERS
COMPENSATION 12/31/85 WC2-531-964611-014
B ::(IMPREPREHENSIVE
0 SCHEDULE FORM
PRODUCTS COM- I 2 z B LETED OPERATIONS
12/31/85 KF2-531-964611-044 a- wi t 2 INDEPENDENT CON- (3 1 TRACTORSKONTRAC- TORS PROTECTIVE
CONTRACTUAL er] LIABILITY Blanketed
x Ob er] OWNED 5 2 N NON-OWNED 12/31/85 AS1-531-964611-034
Q 5 D HIRED
E Umbrella
g Liability
Excess 12/31/85 LE1-531-964611-024
LOCATION(S) OF OPERATIONS 8 JOB # (If Applicable)
*NOTE: You will NOT be notified onnually of the continuation of this coverage. You will be notified if this coverage
or condition of any contract or other document with respect to which
LIMITS OF LIABILITY-
COVERAGE AFFORDED UNDER W.C. LAW OF THE FOLLOWING STATES: COV. B
BODILY INJURY BY 1
$500 , 000
$500,000
California BODILY INJURY BY [
BODILY INJURY BY C
$500,000 BODILY INJURY PROPER1
EACH $ OCCURRENCE $
$ AGGREGATE $
COMBINED SINGLE LIMIT
BODILY INJURY AND PROPERTY DAM/
$ 500,000 EACH OCCl
$ 500,000 AGGREGAT
EACH ACCIDENT-SINGLE LIMIT-B.I. AI
EACH PERSON EACH ACCIDENT OR OCCURRENCE $
$500,000
$
$
$1,000,000
DESCRIPTION OF OPERATIONS:
IS terminated or reduced.
POLICY AND DOES NOT AMEND, EIXTEND, OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW. r- *-
their terms, exclusions aid conditions and is not oitered by ony requirement, term
may be issued.
TYPE OF POLICY CERT. EXP. DATE POLICY NUMBER
WORKERS
COMPENSATION 12/31/85 WC2-531-964611-014
EgZiREHENSIVE
SCHEDULE FORM
PRODUCTS COM- w LETED OPERATIONS <z 0 E- Lui 5 2 INDEPENDENT CON- 12/31/85 KF2-531-964611-044 a 7 m TRACTORSKONTRAC- TORS PROTECTIVE
CONTRACTUAL LIA ILITY ! Bf anke t ed
> 0 k m OWNED 5 2 w NON-OWNED 12/31/85 AS1-531-964611-034
Q 5 w HIRED
E Umbrella 1 5 Excess 12/31/85 LE1-531-964611-024
Li ab il it p
LOCATION(S) OF OPERATIONS & JOB iY (If Applicable)
I-
*NOTE: You will NOT be notlfled annually of the coniinuation of this coverage. YOU will be notified if this coverage
or condition of any contract or other document with respect to which t
LIMITS OF LIABILITY-
COVERAGE AFFORDED UNDER W.C.
LAW OF THE FOLLOWING STATES: COV. B BODILY INJURY BY A
$ 500,000
s 500,000
$ 500,000
BODILY INJURY BY D
California
BODILY INJURY BY D
BODILY INJURY PROPERT
EACH $ OCCURRENCE $
$ AGGREGATE $
. COMBINED SINGLE LIMIT
BODILY INJURY AND PROPERTY DAMP
EACH OCCll
AGGREGAT $ 500,000
$ 500,000
$500,000 EACH ACCIDENT-SINGLE LIMIT-B.I. AI
EACH PERSON $ EACH ACCIDENT
OR OCCURRENCE $ $
$1,000,000
DESCRIPTION OF OPERATIONS:
1s terminated or reduced.
.h
i
Catton/McCutcheon Electrical Constn
Bidder's Name
CITY OF CARLLbSAD
SAN DIEGO COUNTY
CAL ZFORNIA
BIDDING DOCUENTS
FOR
PUBLIC SAFETY AND SERVICE CENTER
CONTRACT NO. 3006
BID PACKAGE NO. 3-E
FOR: RE-BID - ELECTRICAL
For information relative to this project contact:
KOLL CONSTRUCTION COMPANY
7330 Engineer Road
San Diego, CA 92111
Steve Mahoney, Project Manager
(619) 292-5550
b
9
h
x TE 1200 ELM AVENUE CARLSBAD, CA 920081989 (81s
&it2 of CarZSbab
PURCHASING DEPARTMENT
May 23, 1985
ADDEXDJII NO. 1 - Dated April 26, 1985
PRoJEjcT: PfJBLIC SAF?nY AND SERVICE CENTER
BID PACKAGE NO. 3-E REBID - EXECTRJCAL
This addendum, receipt ackmwledged, mt be attached to pmpsdl
fom when bid is submitted.
TktR Fikt&, k.i) CITY OF CARLSBAD
L acknowledge receipt of Addendum No. 1 to Bid Packaqe No. 3-E -
Rebld - Electrical.
-_-. Bidcloy A*@ ti Siqnature &LL
*\
I
1200 ELM AVENUE RECEIVE9 ??:I c 6 ?!la
CARLSBAD, CA 92008-'1989 (1
Gltp sf CarIs'bab
PURCHASING DEPARTMENT
Play 23, 1985
ADDENDUM NO. 2 - Dated May 23, 1985
PROJECT: PUBLIC SAFETY AND SERACE CENTER BID PACKAG NO, 3-E P;EBID - EL;EcTRIcFL
Tnis addendum, receipt acknowledged, must be attached to proposal
Form when bid is submitted.
-L?&QT-. (e) CITY OF CARLSBAD
I acknowledge receipt of Addendum No. 2 to CZ %&age No. 3-E -
Rebid - Electrical.
A 4-@ kG& Bidder' s Siqnature
N R-ECEIVED JUM 0 7 53f35
<
1200 ELM AVEINUE TELE
CARLSBAD, CALIFORNIA 92008 (71 4)
Cltp of CarMJab
PURCHASING DEPARTMENT
June 6, 1985
ADDENDCM No. 3
PROJMTI’: FUBLIC m Am SERVICE CENTER
BID PACKAGE NO. 3-E REBID - ELEXYFUG4L
This addendum, receipt ackmwledged, must be attached to proposal
form when bid is submitted. q:?&L4 OF CARLSBAD’ L,LiL\ -
- Bidder Ai@/& ’ s Signatbe
I acknowledge receipt of Addendum No. 3 to Bid Package No. 3-E Rebid -
Electrical.
$
<
TABLE OF CONTENTS
Pac - Item i
NOTICE INVITING RIDS 1-
PROPOSAL 5-
BIDDER'S WND TO ACCOMPANY PROPOSAL 9
DESIGNATION OF SUBCONTRACTORS IC
BIDDER'S STATEMENT OF FINANCIAL RESPONSIRILITY 11
BIDDER'S STATEMENT OF TECHNICAL ABILITY AND EXPERIENCE 1;
CONTRACT 13 -
LABOR 4ND ENTERIALS BOND 17 -
PE RFORMAEICE ROND 19 -
GENERAL PROVISIONS 21 -
CERTIFICATE OF COMPLIANCE 25
SPECIAL PROVISIONS/SPECIFLC4TlONS 29 -
LIST OF CONTRACT DOCUWNTS 3'
#
3
4
Paqe
CiTY OF CARLSRAD
PUBLIC SAFETY AND SERVICE cF.NTEY
tdOTICE IIIVITING RIDS
The City of Carlsbad invites bids for performing the followinq work:
Rid Packaqe C3-E - Electrical
1. Sealed bids for performing the work shall be received at the office of
Purchasing Agent, City tidll, 1200 Elm Avenue, Carlsbad, California, unt
4:OO PI4 on the 13th day of 3une, 1985 at which time they will be opened
read aloud.
2. The work shall be performed in strict conformity with the specificdtion
therefor as approved by the City Council of the City of Carlsbad on fil
the Engineering Department. Reference is hereby mdde to said
specifications for full Darticuldrs and description of the work.
3. The work, a portion of the totdl Public Safety and Service Center Proje
involves complete sitework development of twenty-six (26) acres includi
grddinq, underground utilities, and surface improvements, etc. A fully
improved Police and Fire Adrninistrdtion Building, Vehicle Maintenance
Facility, car wash and fuel island shall also be constructed as a part
the Phase One construction proqram.
4. Koll Construction ComDany will provide construction management services
the City of Carlsbad and shall organize, monitor, coordindte and direct
phases of the construction at the public Safety and Service Center.
5. Plans, specifications and bidding documents may he obtdined dt tbe
Purchasing Department, City Hall, Carlsbad, California, after April 8,
to licensed Contractors for d non-refundable fee ds follows. Please ca
ahead to reserve your documents, (619) 438-5601.
* Bid Packaqe No cost
Complete Set, Specifications Included $50 .OO Electrical (E-I thru E-2n) 10 .oo
Complete documents are available for review at the following lodctions:
Construct ion Pldn Rooms
Koll Construction Company, 7330 Engineer Road, San Diego, CA 92111
* No charge to bidders of Mdy 2, 1985 bid opening.
s
?
3
4
Paqe
4 pre-bid conference will be held on June 4, 1985 at 2:OO PF1 to discuss
biddinq requirements.
If information is required regarding the bid package, drawings and/or
specifications, the bidder SYALL NOT contact the City of Carlsbad nor th
architect. 411 questions and requests for information shall be directed
Koll Construction Company, (619) 292-5550, Steve Mahoney.
6.
7.
8. Uo bid will be received unless it is made on the proposal form included
with these bidding documents. Each bid must be accompanied by cash,
certified check or bidder's bond made Dayable to the City of Carlsbad fa
dn amount equal to at least ten percent (10%) of the amount of bid; said
guarantee to be forfeited should the bidder to vhom the contract is awar
fdil to furnish the required bonds and to enter into a contract with the
City within the lseriod of time provided for by the bid documents, The
bidders' security of the second and third lowest responsive bidders mdy
withheld until the contract has been fully executed. The cash, cdshier'
check or certified checks submitted by all other unsuccessful bidders st
be returned to them within ten (IO) days after the receipt of bids, and
their bidders' bond shall he of no further effect.
9. The documents included within the sealed bids which require completion c
execution are the following:
1. Proposal
2. Bidder's Rond
3. Oesignation of Subcontractors
%. Bidder's Statement of Financial Responsibility
5. Bidder's Statement of Technical Ability and Experience
The entire bid package shall be executed and submitted prior to the time
for the bid openinq.
Said document shdll be affixed with the appropriate notarized signatures
and titles of the persons siqning on behalf of the bidder. For
corporsltions, appropridtely notarized siqnatures of the person authorizc
by the corporate by-laws are required and the corporate seal shall be
affixed to all documents requirinq signatures. In the case of a
partnership, the properly notarized signature of at Least one qeneral
partner is required.
No bid shall be accepted from a Contractor who has not been licensed in
accordcince with the provisions of Chapter 9, Division 3 of the Rusiness
Professions Code. The Contractor shall state his/her license nuder dnc
cldssificdtion in the proposal.
The City of Carlsbad reserves the right to reject any or all bids and tc
waive my minor irregularity or informality in such bids. IO.
\
*
Paqe
11. Rids shall not modify or contain any recapitulation of the work to be dc
Alternate proposals will not be considered unless called for. No ordl (
telegrdphic changes to the biddina documents will be considered.
12. The amount of bond to be given for the fdithful performance of the conti
for said work shall be one hundred percent (100%) of the contract price
therefor, and an additiondl bond in the amount equal to fifty Dercent ('
of the contract price for said work shall be given to secure the paymenl
the claims for any mdterial or supplies furnished for the performance o
the work contracted to be done by the Contractor for any work or labor I
any kind done thereon. Bonds shall be preoared on the forms included
within the bid package. Sureties shall be Licensed and registered in tl
State of California and subject to approval by the City.
13. Partia.L and final payments on this contract shall qenerdlly be in
accordance with Section 9 of the 1979 edition of "Standard Specificatio,
For Public Works Construction", as herein modified.
The Construction Manaqer will, after dward of contract, establish a clo
date for the purpose of making monthly proqress payment.
Each month, the Construct ion Manager will make dn approximate measureme
of the work performed to the closure date and as a basis for mdking mon
payments, estimate its value based on the contract breakdown furnished
the Contrdctor dnd mproved by the Construction Mandger.
From each mogress estimate, ten percent (10%) will be deducted and
retained by the agency, and the remainder less the amount of all previo
payments will be paid to the Contrdctor. After fifty percent (50%) of
work hds been completed and if progress on and quality of the work is
satisfactory as determined by the Construction Elanager , the deduction t
mdde from the remaining progress payments and from the final payment wi
be limited to $500 or ten percent (109) of the first hdlf of the total
contract amount , whichever is greater.
Final payment for value of work comDleted under this contract, imless
Notice of Leins or unpaid bills are on file with the City, shall be mad
thirty-five (35) calendar days after acceptdnce of the completed work.
City Council approval dnd filing of d Notice of Completion shall consti
said acceptance. Application for payments and dispersement of funds wi
be made through the Construct ion Mandger.
The Contractor may, at his/her option, substitute securities, as sDecif
by Government Code Section 16340, for the retention held on this contrd
At the request dnd expense of the Contractor, securities equivalent to
amount withheld may be deposited with the City or with a state or feder
chartered bank as the escrow agent who shall pay such monies to the
Contractor upon satisfactory comoletion of the contract. The Contrdctc
shall be the beneficial owner of any securities substituted for monies
withheld and shall receive any interest on the monies.
<
Paqe
14. The bid documents are intended to be complementary so that any work cal
for in one and not mentioned in the other, or vice versa, is to be execi
the sane as if mentioned in all said documents. The intention of the
doculnents is to include all ldbor, mdteridls, equipment, transportdtion
services necessdry for the proper execution of the work.
15. If any person contemplatinq submittinq d bid for the proposed contract
in doubt as to the true meaning of any part of the plans, specification:
other proposed contrxt documents, or finds discrepancies in, or omissic
from the drdwings or specification, a request mdy be submitted to the
person named on the title paqe of the contract documents for the
interpretation or correction thereof. Any interpretation or correction
the proposed documents will be made by addendum duly issued by the City
and a copy of such addendum will be mailed or delivered to each person
receiving a set of such documents. The City will not be responsible fo
any other explanation or interpretation of the proposed documents.
16. Any addenda issued by the City during time of bidding, or forming a par
the documents delivered to the Ridder, shall be covered in the bid and
shall be made d part of the Contrdct. Bidders are advised to verify thr
issuance of all addenda and receipt thereof one day prior to bidding.
Submission of bids without acknowledqement of addenda may be cause for
rejection of bid.
17. No person, firm or corporation shall be allowed to make or file or be
interested in mre than one (1) bid for the sdme work, unless alternate
bids are called for. 4 Derson, firm or corporation submitting a
subproposal to a bidder, or who has quoted prices on materials to a Rid
is not thereby disqualified from submitting a subproposal or quoting pr
to other bidders.
18. Bidders are required to inform themselves fully of the conditions relat
to construction and labor under which the work will be or is now beinq
performed, dnd so fdr ds possible, the Contrdctor must employ such methc
and means in carryinq out the specified work ds will not cause any
interrupt ions or interference with any other Contractor.
The Contractor shall comDly with the provisions of California Labor Codc
Part 7, Chapter 1, commencing with Section 1720.
19.
20. The Contractor shall not pay less thdn the specified prevailing rdtes 0
wages estdblished pursudnt to Section 1773.2 of the Cdlifornia Labor Cot
A copy of the current dpplicdble waqe rdtes is on file in the Office of
Cdrlsbad City Clerk.
ADproved by the City Council of the City of Cdrlsbad, California, by Resolut
NO. 8030 , adopted on the 21st day of play 19 85. -- ----’ -
1 fu___ 3 I - klfL- &g! 4LETHA L. RAUTWKR
.
4
Oage
CITY OF CARLSRAD
PlJSLIC SAFETY AND SERVICE ENTER
CONT94CT tI0. 3006
PROPOSAL
City Council
City of Carlsbad
1200 Elm Avenue
Carlsbad, CA 92008
The undersiqned declares he/she has carefully examined the location of the wo
read the Notice Invitinq Bids, examined the olans and snecifications, and her
proposes to furnish all labor, materials, equipment, transport dtion and servi
required to do a11 the work to complete Contrdct 110. 3006 in accorddnce with
the Plans and Specifications of the City of Carlsbad, and the special
provisions, to wit:
The followinq oroposal form includes work associated with the buildinq bid
pdckaqe #3 items E-I throuqh E-2.
1. Prooosals for the work shall include separdte Drices for each item of wo
bid: Rid 63A, or rjid P30, etc. A proposal for work may include a bidde
combination for any or all items of work, but mist dlso include bids for
each separate item. Award on d Combination bid will only he made if it
the lowest of dny possible combindtion of bids dnd is lower. than the tot
bids of the lowest responsible bidders on the particular items of work
mdkinq UD that combination bid. The City reserves the right to (d) dwdr
sepdrate contrdcts for each hid item, or edch combination of bids, or (b
mdke no dward at all.
-
Mote: If not bidding on dn item of work, the bidder shdll state "no bid
2. Proposals for the work in edch bid packaqe shall be complete per the pld
soecificdtions and contract documents. Items listed in the special
provisions are for cldrifcation only and shall not he considered as a
complete list of dl1 the required work.
3. Quantities of mdteridls and earthwork used on the nldns are for permit
purooses only. All bidding contractors are required to complete their 01
qudntity tdke offs, and submit lumo sum bids for dl1 work unless specific
unit prices are requested within the soecial rsrovisions.
4. 4ddendum(a) hlo(s). 1, 2 & 3 haslhave heen received and is/are
included in this uroposal.
I
\
4.
Page
I3 id
Item W -
ELECTRICAL
Complete electrical work for the lump sum amount of
._ sixty-four thousand, ninmd-lalars. six hundred - 7-
3E- 1
A- _w_ 4 -- -- _- w -A- - --$- 664aOAO0 __
3E-2 Deductive cost from bid item 3E-1 for concrete pole bases for the lt,
_--I -. sum amount of -- ten thousand dollars , -- - --- I/-.- -
1-- P _y- - -a --
-0.00
-. -- ---uI---yL-_- --- I_-
/ c !/
P ., / /Lo y,
'rt : , '7
nJ f -" &
& q ..2/ ?:--" s@
/ i 3 /'$/ -J
t ?IY
*
9
c
Paqe
5. All bids are to be comnuted on a lump sum bdsis with separated unit pric
when requested, as indicdted in this proposal. In case of a discrepanc!
between words and figures, the words shall prevdil.
6. The undersigned hds checked carefully all of the above figures and
understands thdt the City will not be responsible for any errors or
omissions on the part of the undersigned in makinq up this bid.
7. The undersigned aqrees that in case of default in executing the requirec
contract with necessary bonds and insurance po.ticies within twenty (20)
days from the date of award of contract by City Council of the City of
Carlsbad, the proceeds of check or bond accompanying this bid shall becc
the property of the City of Carlsbad.
8. Contractors shall be licensed in accordance with the Statutes of the St<
of California providing for the registration of Contractors.
9. The undersigned bidder hereby represents as follows:
a. Thdt no Council Vemher, officer, agent or employee of the City I
Carlsbad is personally interested, directly or indirectly, in tl
contract, or the compensation to be paid hereunder; that no
representation, oral or in writing, of the City Council, its
officers, agents or employees, has induced him/her to enter intc
this contract, excepting only those contained in this form of
contract and the papers made a part hereof by its terms; and
b. That this bid is made without connection with any person, firm
corporation making d bid for the same work, and is in all respe
fair and without collusion or fraud.
IO. The untiersiqned is aware of the provisions of Section 3700 of the Labor
Code which require every employer to he instired against liability for
worker!;' compensation or to undertake self-insurance in accordance with
provisions of that code, and agrees to comply with such provisions befo
commencinq the performdnce of the work of this contract.
11. The undersigned is aware of the provisions of the State of California L
Code, Part 7, Chapter 1, Article 2 relative to the qenerdl prevailinq r
of waqes for each crdft or type of worker needed to execute the contrac
and dgcees to comply with its provisions.
a
Page
------*I_---- Accompanying this proposal is
in an amount of not less than ten percent (10%) of the total bid price.
TG-fied Check, 9ond or Cashier’s Check
Cat t on /mSheo_n El ec-t r ic& 466806 - - 3 3-0059 3 2AA Bidder’s Name State License No. Employer 1.0. h
-I__ - - -- -- G. A. CATTON- 741 W. 4th Avenue Bidder’s Address
%ondido. CA,,m-- - - Authorized S ig n atu re
(6l9) 741-8317 . June 13. 1985 R. P. Mc.CutGheoh Phone No. Ddte Name
f ‘ -Y& ’‘/:-r,--/, Ld -A d “”,” - - Cor por a~a.-- -YY-- L- Type of Organizat~~ndividual, Authorized Signature
Corporation, Pdrtnership)
List below rimes of President; Secretary; Treasurer; and Manager, if a
corporation, and names of all partners, if a partnership:
GilbeLt A. Cbm-PLesident- - Robert, P. J&&-
Cheryl A. CaLtmes- . Shellv -T._T_homr-urer - 4
.- -Y- -- --- -- _A_- AI
(NO1 Oti.i,4L ACKNOWEDCEMENT OF EXECUTIOV RY
ALL PRLNCIF’ALS MUST BE ATTACHED)
( CI;RPCIP,AT E !;Ee.L)
c
Page
BIDDER ' S BOND -. TO ACCOMPANY PROPOSAL
KNOW ALL PERSONS BY THESE PRESENTS:
, as Principal, c That we, __
asTurety, are held and firmly boL
unt'b- the Cicyyf Chrls~d~alifor~i~the sum of
Dollars ($ >, lawful money
the UnitedTItates for theTayment of which sumTem to be made, we bind ourselves, jointly and severally, firmly be these presents.
THE CONDITION OF THE FOREGOING OBLIGATION IS SUCH:
That if the proposal of the above-bounden principal for:
-
--- -
Y- - -...
in the City of Carlsbad, is accepted by the City Council of said City, and il
the above-bounden Principdl shall duly enter into and execute a contract
includinq required bonds and insurance policies within twenty (20) days from
ddte of award of contrdct by the City Council of the City of Carlsbad, being
duly notified of said award, then this obligation shall become null and void:
otherwise, it shall be and remain in full force and effect, and the amount
specified herein shall be forfeited to the said City.
In the event any Principal above named executed this bond as an individual,
is agreed that the dedth of any such Principal shall not exonerate the Suret)
from its obligations under this bond.
IN WITNESS WIEREOF, we hereunto set our hands and seals this - day (
19 --- --' -_*
.L - ---uIy ----a L_- --- - Surety Principal
-- -__^__I___ ___ -_y -u -- ---
BY --&A - By- - c--- -
- Title
--_----A-
Title
( At t dch ac know Ledqeme nt of
Attorney in Fact)
(Not dr i a1 ac Icn o w led geme nt of e -- I_- execution by all PRINCIPALS and
SURETY must be attached.) - I .-
(Corporate Seal if corporation)
c
State of CALIFORNIA On TTTNE 7. 1985 , Der0
Courrty of SAN DIEGO -\ - ss. DEBRA J. BUXCEL
the undersigned Notary Pllbl IC, personal ly appeared
JACK G. LUPIEN a personally known to me u proved to me on the basls of satlsfactory
ev idence.
to be the person(s) who executed the wlthfn instrument as
naned, and acknowledged to m that the corporation executed 1s-
WITNESS my name and off lclal seal.
ATTORNEY-IN-FACT ci- on the behalf of the corporatior
n-rr, i ,i (-1 L -LLLLt?, /y L;-lLC/LC c.. /(
Notary's Slgnature 3
~ "--T-Wb + 1 OFFICIAL SEAL DEBRA J, BUXCEL
SAN DIEGO CWMY
p': ' ~ KOTARY PUBLK: . CAUFORNIA -Lks' 3 My Comm Exptre, Mo& 3, 1997, -+-?7.,-
~
a
9
- -. - -e-- - ---- - INSURANC st. €
A Capital S
RECEjYE.0 SUN 1 0 EEi F91.gC3UI Pppet+&hhllh/ *insurance
BID BOND NO. 40( BID BOND
Approved by The American Institute of Architects,
A. I. A. Document A 310 Feb. 1970 Edition
&AJow ALL MEN BY THESE PRESENTS, that we CATTON/MCCUTCHEON ELECTRICAL CONSTRUCTI(
as Principal, hereinafter called
and the ST. PAUL FIRE AND MARINE INSURANCE COMPANY, a corporation duly organized under t
State of Minnesota as Surety, hereinafter called the Surety, are held and firmly bound unto THE CITY (
CARLSBAD
as Obligee, hereinafter callec
in the sum of TEN PERCENT OF THE MOUNT BID-------------------------------------------
($ lo% OF B1D---), for the payment of which sum well and truly to be made, the said Principal and thi
bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by t
WHEREAS, the Principal has submitted a bid for PUBL1C SAFETY AND SERV1CE CENTER PHASE I2 p(
DEPARTMENT FIRE ADMINISTRATION HEADQUARTERS AND VEHICLE MAINTENANCE BUILDING
NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall
contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may k
the bidding or contract documents with good and sufficient surety for the faithful performance of such COI
the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the
Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the c
to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the
in good faith contract with another party to perform the work covered by said bid, then this obligation sha
void, otherwise to remain in full force and effect.
___-_ A. Signed and sealed this 7TH day of JUNE
CATTON/MCCUTCHEON ELECTRICAL cmsmuci
(pnncipal) PA (Title) &ESior t AD-
St. Paul Fire and Marine Insurance Company
-X+?K LL&dL/
Mtness)
CHERYL ALBRECHT (Witness)
13250 Rev. 5-79 Prlnted in U.S.A. Printed with permission of The American Institute
puwuum
RcpeN&bdblllV . lmurane . 385 Washington Street, St. Paul, Minnesota 55102
(Original on File at Home Office of Company. See Certification.) GENERAL POWER OF ATTORNEY - CERTIFIED COPY ..
KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Maxine Insurance Company, a corporation organized and existing under tk
of Minnesota, and having its principal office in the City of St. Paul, Minnesota, does hereby constitute and appoint:
A. Philip Merrill, Jack A. Lupien, Dale G. Harshaw, Martha H.
Buffington, Roy E. Erwin, Sioux Munyon, individually, San Diego,
California
its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recogniz
indemnity and other writings obligatory in the nature thereof, which are or may be aliowed, required or permitted by law, statute, rule, reg1
otherwise,
NOT TO EXCEED IN PENALTY THE SUM OF TEN MILLION ($10,000,000) EACH
and the execution of all such instrument(s) in pursuance of these presents, shall be as binding upon said St. Paul Fire and Marine Insurance
and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principa
This Power of Attorney is executed, and may be certified to and may be revoked, pursuant to and by authority of Article V,-Section 6(( adopted by the Board of Directors of ST. PAUL FIRE AND MARINE INSURANCE COMPANY at a meeting called and held on the 23rd da) of which the following is a true transcript of said Section 6(C):
"The President or any Vice President, Assistant Vice President, Secretary or Resident Secretary shall have power and authority (1)To appoint Attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Comp;
(2) To appoint special Attorneys-in-fact, who are hereby authorized to certify to copies of any power+f-attorney issued in
(3) To remove, at any time, any such Attorney-in-fact or Special Attorney-in-fact and revoke the authority given him."
and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and
section and/or any of the By-Laws of the Company, and
Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adoptec
called and held on the 6th day of May, 1959, of which the following is a true exerpt:
"Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid an(
Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon th
future with respect to any bond or undertaking to which it is attached."
IN TESTIMONY WHEREOF, St. Paul Fire and Marine Insurance Company has caused this instrument to be signet
seal to be affixed by its authorized officer, this 2nd day of January, A.D. 1980.
ST. PAUL FIRE AND MARIKE INSUR @
*
STATE OF MINNESOTA ss. County of Ramsey
, 1%1 , before me came the individual who executed the preceding On this 7th day of December personally known, and, being by me duly sworn, said that he/she is the therein described and authorized officer of St. Paul Fire and Marine Ir
that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and hisiher signature were duly
the Board of Directors of said Company.
t
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the city of St. Paul, h and year first above written. (0 o t?~.@Jq.T ;;cr @ t& ,
V.C. INNES, Notary Public, Ra
+CO"d My Commission Expi
P /p&
CERTIFICATION
I, the undersigned officer of St. Paul Fire and Marine Insurance Company, do hereby certify that 1 have compared the foregoing copy of the 1
and affidavit, and the copy of thc Section of the By-Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS
HOME OFFICE OF SAID COMPANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that
Attorney has not been revoked and is now in full force and effect.
~ IN TESTIMONY 7TH WHEREOF, day of I have hereunto JUNE set my hand this ,19 85.. "".;r."
Only a certified copy of Power of Attorney bearing the Certificate of Authority No. printed in red on the upper right corner is binding. Pt copies or other reproductions of this document are invalid and not binding upon the Company.
ANY INSTRUMENT ISSUED IN EXCESS OF THE PENALTY AMOUNT STATED ABOVE IS TOTALLY VOID AND WITHOUT ANY VAL
For verification of the authenticity of this Power of Attorney, you may telephone toll free 800-328-9821 and ask for the Power of Attorney ' to the above Certificate of Authority No. and the above named individual(s).
29550 Ed. 8-80 Printed in U.S.A.
.
Page
DE S I GNAT I 0 N 0 F S U RCON T R 4CT 0-RS
The undersiqned certifies he/she has used the subbids of the following listed
Contractors in making up hisfher bid and that the subcontrdctors listed will
used for the work for which they bid, subject to the dpprovdl of the City
Engineer, dnd in dCCOrddnCe with applicable provisions of the specifications.
No ChdngeS may be made in these subcontractors except upon the prior approval
the City Engineer or the City of Cdrlsbad. The following information is
required for edch subcontrdctor. Additional pages can be attached, if
required :
Company Name -- -- Work
- Section 16705 Mu-- Power Communication SJscems, Inc. __
&aion 1672L ----- - Power Communi-n- Systems, Inc . __
&LtionZL__ - - -- u--- Power C-unicaun Systems ,-JnCn
Aa6L3L--- -Y Po&omnication&Svstems, Inc.
-
Sect iU-@ --__u - 1_- Power Communic_a_tion Syztem_s_, Inc :,,,
2Sa-i.L ------A- - PQwm-tSs 1 IE,--
3gS:tiod.L 6 L,, - eQweComtion- Sums, Inc.
I__- -- u_yY___ ---- -up-
-- _-- - -A - - - *yI-Yuy --
1_- Y-P - _u
A ---- --u --- --- - I_--*-__.___
Ip _--a --_--.__*-
- u.-- -- e- lyLy --uI --- -
- .- - - -----I- - I
-e-- U-Y -- ----- - --- -
-- ____ 4- - -I -_uy -
Siandture G. A. CATTON
*
CQ*V..+ +.*+ @ 4m oa**
***
Dealer 3M
Sound Products
"OZ" Foreground
Music
Background Music
Sales - Lease
Service
Intercom Systems
Drive-Th ru
Systems
***
Fire Alarm
Systems
Public Address
Systems
***
***
Nurse Call
Systems
***
Television
CCTV
Systems
RECEIVED'JMi : *? 198!j
POWER COMMUNICATION SYSTEMS, I
COMMERCIAL AND INDUSTRIAL COMMUNICATION SYSTE
(61 9) 583-0622 License No. 4;
June 7, 1985
TO : WHOM IT MAY CONCERN
RE : CITY OF CARLSBAD PUBLIC SAFETY SERVICE CENTER
SUBJECT:STATE OF QUALIFICATION
Power Communication Systems, Inc., is a licen:
bonded communications contractor holding California C-
No. 420382. Incorporated in 1981, they have personnel
staff fully qualified in the design, installation, rei
service of various types of communications systems suc
specified here.
Installations in the past three years includec
Name System
Vista Grande School Fire Alarm, Intercom,
San Onofre Nuclear Power
Pacific Telephone Multi-zone Fire Alarm
Security Door Access
Mercy Hospital Multi-zone Fire Alarm,
Intercom and paging
GrossmonL Medical Arts Fire Alarm, Nurse Cal:
Microprocessor, Inter(
Grossmont Hospital Multi-zone Fire Alarm
Enlisted Housing, Camp
Pend le t on Multi-zone Fire Alarm,
Parkway Terrace Fire Alarm, Nurse Cal:
Power Communications has a reputation for intc
formance, quality, and expertise that guarantees satir
We will be bidding Sections 16721, 16727, 16732, 1676(
and 16775, fully installed to your conduit system and
taxes. We appreciate your support and look forward tc
with you on this project,
Plant Public Address
Intercom
e& Ernest Power, President
7401 Princess View Drive, Suite B Son Diego, Colifoi
?
.
Page
BIDDER'S STATEMENT OF f INAbICIAL RESPONSIBILITY
The undersiqned submits herewith a notarized or sealed statement of his/her
financidl resoonsibility. Either a current audited income tax or profit/los:
statement .
SEE ATTACHED STATEMENT__- -.-- -I - --
_- - c --
-6 I
- u --
-0 y._ IL---- - _uI --
- LU- ----- -u-LY.u--*-YIyII--
-u_---u--.LI-u---p --- ..yI-----Y- - - -
- _.. --- -4 -.-.-ul-..--.-L1_1.-- -Y u_
-- -- - -u_-a-P - --
-yIy-_u ---, - ---- - - - _w- --
LY - -_I y1 -A- - -- u
_--.__-A - ------_II1__ .uIIIY --uLy
- --Y-L----Y-o- - -I- - -- -1
I_ --- I- a_-- -
.__ -6 -Y-----------)---UU.
--I - _--- - _----- --II-YuLI- --A-
- I_- LY- -- _L--uu__- I_*
--A^___- -- - -1. -
4- S ig n -J-&- d - tu r e gk -- --
(blot arirc oir Coiporatc (;ea11
*
DIEHL. EVANS AND COMPANY
A PA.FITNERSH P OF ACCObY'4NCY CORPORATIONS OTUER OFFICES AT
ELLIS C DIEHL C PA I1925 19561 CERTIFIED PUELlC ACCOUNTANTS cqvu a EVANS CPA
PH LIP n HOLTKAMP c PA
THOMAS M PERLOWSKI C PA
2965 ROOSEVELT STREET 120 WEST WOODWARD AVENUE
CARLSBAD, CALI FORN IA 92ooa-z38s ESCOND'Do* CAL'FoRN'A 92025
(619) 741-3141
WIN G PETERS CPA 1619) 729-2343 619) 744-4411
DONAL3 H PETERSON CPA
DONALD E CALLAHAN CPA
L PETER SCHERER C PA
RODNEY K McDANIEL CPA (714) 542-4453
RALPH H WEINTRAUE C PA
,9,0 NORT~ ausY 5-REET
SANTA ANA, CALIFORNIA 92706
May 1, 1985
ACCOUNTANTS' COMPILATION REPORT
To the Board of Directors
Catton/McCutcheon Electrical Construction, Inc.
Escondido, California 92025
We have compiled the accompanying statement of income of CATTON/MC CUTCHEON
ELECTRICAL CONSTRUCTION, INC. for the three months ended March 31, 1985, in
accordance with standards established by the American Institute of Certified
Public Accountants.
A compilation is limited to presenting in the form of financial statements
information that is the representation of management. We have not audited or
reviewed the accompanying statement of income and, accordingly, do not express
an opinion or any other form of assurance on it.
Management has elected to omit substantially all of the disclosures required
by generally accepted accounting principles. If the omitted disclosures were
included in the statement of income, they might influence the user's conclusions
about the Company's financial position. Accordingly, this statement of income
is not designed f'or those who are not informed about such matters.
oa,u +
I-cccc----c
CATTON/MC CUTCHEON ELECTRICAL CONSTRUCTION, INC.
, STATEMENT OF INCOME
For the three months ended March 31, 1985
EARNED REVENUES
COST OF EARNED REVENUES
GROSS PROFIT
GENERAL AND .ADMINISTRATIVE EXPENSES:
Off ice sa1,aries $ 12,228 Repairs and maintenance 3 , 927
Autos and trucks 4,921
Depreciation 768
Advertising and promotion 352
L ic enses 659
Dues and subscriptions 137
Telephone 2,525
Uti1 ities 653
Rent (net of rental income of $ 720) 360
Legal expense 50
Pay r ol 1 tax 891
Insurance 2,106
Off ice supplies 706
Miscellaneous 722
Estimating and billing expense 344
INCOME FROM OPERATIONS
OTHER EXPENSE:
Inter es t expense
NET INCOME BEFORE PROVISION FOR INCOME TAXES
PROVISION FOR INCOME TAXES :
Current 200
Deferred 568
NET INCOME
Unaudited; see accompanying accountants' compilation report.
I
_.__ ~ ._-_.__
'o~,I~~'I : :;(,ci~ tic>t II C:citiiot.rii;~ Kti i::oii
1. i .ii ((.J(J !.lL,sa E~~lti
'.,~l [I I: I t:-tllt'Il I I' , (:?
\,<r,,: I.'! ( L~III I.IC'L~JI: l$~;f'i~:i~(i I~I~;IIIL~~S
010 llcx >ii.
>;,I:: Ft.1 il.i!I!~ ,', i:i\ (9 I 'iAO
'. i 1 ..! L l. i : <',11 i i
! (I~N li:. in I <:ii 0<ilL:, !I j ,, /I .
(i I t.1111,i 1 t , C:A 'J I20 I
<;ii~ I .ti : ?\!I,:,II~~! .$; '$ 'i 5 , 000 . I 1, I
1o:i
~'~~I,,~J~~:I .ioIt Vl<iy, I'j8~)
.I I It 1'1 .IS1 It's . . . . . . . _--__ . . ..
.!,t>i ; !!I(' ~'I,I:>I i,.s
.10i I 'ti. !ijO~.l~ St.
/t,i t 11ii.i'~ (:.I !JO')O4
.,, :!('I ,i! t ,,;!i t .II i (a[.: I4iiNI'
'I 1 : :, ; : I . , : :\!I[{ 1.:
$ 'j:! , ')?!IO . 0:) .. ' !.! !i ,I , .\
ti 1) .::
, !I< jis~ i < jI t'<t,!i;f 1 I'I i il~~ >1.;1.~ 11, I Oh ,
,. ,, 1' ' . ,111, . i'! . .- .__ ._--._. . . . .. -. - . . - . . .- .
'..I!. ; : I 4 I (. 0 I- i:,i i I I :I r ii I &I
~ i j I..( j ,j 1 : I 7 ti
I.,. l,lli,~~ill~!, I..\ $):.is05
, .,i ,! 1 ./'I I .is I oi : 'i'. 15- lJl~~P~I[~t~ 1% SONS, lN(:.
i ' I j ! i (.I i; H .'I ..' ii
.'... tit 0 i "~cI. i :; 92 1\12
,, .I ,. , :: C' !ii ( ,I! i I tti II i.1
i. ;,i.j; /.,-I)
. 1 . k ii i \)I ('?I 'i'i
. It .I:, I 1, :ii, I,.', 7. 1 t,
1, I II I,.' , 1 1) .:
., c I .. , 8,
I. i, 0
b
P
..
' 1.1 I~;~II,.N'1 ;It:\' 5(;o~liA ..,,:,
__-__-I_-
I]\, i!t'i : I<.IIII(,.I~<I LJii i t'i CJ Sc hC)IJ 1 1) I ',( I' ic c
I L; Io Ilor1 I cc .i L I> K(I ~
i\,~riior~~~, CA 02(16S
ii<.iii IK<I I I ~)II I I'<I< I 01': Mil 1 I<. t-i~ I I , I II< .
[)[) 130 x rJ ;$
LLI (:aiikida, i \ 01t~I I
'It t Iil I C'L \ : :-,I I l;11iin/h'yrriii,! & AS.->(,[ itlI.cs
l01,i I I<o.-;t.l le St . , :;II i [ C; 200
:,,Ill !I I <!Kt), (:A 42 ! ? I
*' . (11 i .I< 1 \tii1.11111t 5; ?60, 09'3. [)ti
',,
\,, ilL \iji I L~\i i'o~~lplt:i io11 .IUIL(.:, I$)'-'.- 1) 1
~lh~k'~. I ;:. !I I r:lI s(.:flool,
(. , . .!i li I C. ! c 74x
--.-.---. . . - ._____ - __
'.I : I.:.!III~III I (lit i t i il(1 :;\ IIOO 1 Ij i :, i I' i ('t
,,
jI iti't.!! I <lilt I,I( tc~r: bliil it t',iI t, !I!(..
1'0 IiC.)X Oh
1,iI (:ilIliliiil, <:>% 9 IO 11
't. . < L; I i cii i : 5 I 1 1 ,~iil II / i? \; lii<! II S A
I l:I(jy i 1;)) ,t I I I: :;t . , ,ii i L if ?(JO
:t 111 il i <';;[I, (';\ 9-1 I '.I I
. , ., 8, , 1j i it: >.i',; 'j .'):? j !I 1 (I . ()I)
L: , < ?_11
: I I,, !,,!c 1 1, It. I i(ill iull~,'3 i(tb<>
. i',\[.O?l:\[< ktO>I'l'I';Il. P:\RKLN(: CARAC;E h'1'1'11 ffE1,I:~l'OP - ___ .'
:)i,iit2~.: Lk,rtlit~r 11 Sa11 Diego COIIIIL y tlospi tal. Dis: r.ic.1 ::is S. Ilickory, SU~CLS :SI(J
S.\III I) i cg~, (:A 02025
~,t~l~L.t.~~ I I ,,rii r.~(.k.t)r: M. 11. (.;Olcl)l,,Y
1'0 &3(jx 8UOt;ij
Sa11 Di eg~), {';A 02 138-0068
.AI (.h i iiI., : : i'1(,:1 i (.<)/St ic.11 Ii'i. AI( :i i t ('L L:;
I450 1q'razt.c K(1. , ht~ I L c: 310
S <I 11 1) i c 2 i) , C: A 9 2 1 (.) :i
(.'tJll L I <{\ t :!IIl(JIIli i $"99,977.00
'St ill,ifii 1 e11 (:o~~~,, i ?I. ioii August- , 10h:s '>OX \',
,i ( : I ill [J 1 lf i (2
. ;;+; . . ~~~~~~l~~~~l~,l~.~'l~ 1 ON FA(; I I. I1'Y
\j,.lac I : 'IIIc. . (11 itol-iii~t St<iti. lli~iv~t-sity
_.__ __ -.-
-'io0 iiol ,i<'It :~tl(Il'P
I t,li;< I;t~,lc.h, (:A OOH(i2
!L'I II c ,ii[i:i([or: (.'I-~J~,~II Ct)ii~i.i~.~jng Co., 111~.
1)O IJOX 2-'t L(
~~l.!~lI~lIl C;r-iJ', I., (:,% '12045
'1: j i, i i L.i I : i .]I t ~'1. t,:ilg ~IICC~ s
I ()Lo(.) \di 1. LOW (:r CC!k l<C1 .
:<.,I! il i ego, C!\ 02 I 'i I
! ta81t I &it i -\Ilir.iliiii $'io 1. , 052 .(IO
. \ 0iii11 I (.i !' '3 ti X
." lit-<iii II,*i C;(>III\II<'L iork .J(lly, 1.0~5
,'.I! ,/ .. ,'!'.'$!I 10;); i/i'L i~:'~!'~l:
.-- . .__ -. .. - -. . . __ - -. - - . .... . -__ .
. . j , . !I$'! : i , I I/ I I :;,ill lJicxgs~
I .!-I:! i. i r :.,i !\L~*IIII~A
.,, (Li 'j.!I[JI
I\ ,.\'I ,t I i',..!i . !, I oi : Ci tjrjii (:(1111 I <I( t i11g
i'ti tl0.Y ?A4
I,<,!I~~)II (CI ti\'( ~ (;A Y'LCJA5
'!.I /I; ;\ : : 1 1 ,.. 3 ! \ A .I
I .' , .'1i5 ?;i, v I'<i i.Ic 1: 1 i ,I . , Y:II i L tl I.OU
j I . I I,(') (:A 01!7 1 it
('( 1.i I ,is ' ',..!~,,::I!I $3 I , 700. (Ill
t oil: ij 1 L' I i' t) -'t ;:
. ' ,..Iiiit : (t,i,!i.i~,t it){! :l;)r i I, [').7',
: i (: 1 OK 1 :I ' h b I:C;KI.. 1 I_,._ .___
a O:,I~~.I : \ i<,~oria's Secret .- one L,t.(I. l"1r.kway
(>.) 1 lI1,lb~iS 7 Oil 4'j23U
I, \I, ;,a,,L (: I,iiiiiit~~l Si.r.vic(:s (:oI~),
Oiic 1.~~1. Pai.k~v'ity c: C) 1 I1 (11 b LI s , 0 [1 -/t '3 2 '3 c 1
~,ciit~i~'t i : oil[ i <IC i or: Qual 1 t y Colistruct:ion Mauagers 7 Iiii .
10005-A MU I i 1 ,211ds Parkway
lrv intt, CA 027 1.4
~:<)II t ~.;ic. t i'ii~i<~~~~l t $ I I, 346.00
Di~t tl 01. t?i,illpl~'t io11 Scptei:ibE'I., lOh4 'S of \io1 I.; ~~oiiij)/t~~e(l with UWII Voices .I.OO%
1, \,5'.1 i'OtlN 1') 1;i c: 1 ONAI., CI'N'I'Eil C:OCIi~NI~:I?A'l' ION F'ACILITY _- __- -.- __~_____c
OK;I~,I : ('0111it y of Skill Iliftgo
i)i.1).11 I li~c'ilt <>I' C;i,iic~.iiL ';<.I' v ices
-> 1')'; 0vr.L.l 'Iilrl bve11uc
5.111 IIiego, CA 92123
il < I! I i I,.. 1 : (:Lil Lt'I' F,fIgiJiC!C'l.S
~O~(J(J \\ii.i I I~W i:r-eck KII.
Sail 1) i cigv, (:A 921 20
iI. II,~I ti 1 c 1.111 [.;I( 'I OK : 1Jii i vi'1.s i t y
PO 150); 20210
S.I~I LIiL!go, CA 92.120
Plc:char].ic:i I
I iiiii I rii i ,';I!!~)IIII~ $04 7458.00
- ,I1 ii,ti I.; (:<jililJ~c~.<' ivi~ii our OWII I"(Jr~es 100%
lllplt>t ;<>I; .\~If;ust , IOtj~t
;i) !;~,.i~,ii;i 10A . - - __ .._ . _.. . - . - .... .- - - .- -
i \*i 0 i'li!. LIL'
.'~;!t I i! I I il
(1 I .I~i.I i ilv, i .!
'8: , I I i I ! : I(,,li 'lt'<)
.>IJIJ 1.1siil I iic' ;\'b'i'II~Iit
~~~>f't,~lri tl<'l PILii , (:A 'JZI)>5
.I ,I I (.,,I I ,/ 101 : I . 1:. l'<'ill< 1, i; S(Ji15
I'(J /3Ox 8425
:>t11, l)1t:go, I ,*\ 92102
L ~j , .r+ 'j 7
' ~ ! ,, 1 L ,,l: i;l<.L<'%i :.a I I! !,,.'I1 . ijl) I 8:' ,.:-i . 1 C)(Jx Q I; I 11c1i
?I :! ,. I j t . I; ib ! t'i I -*!! j III\<*, ! 'iKit
.+' -\ljI~I'I'1ii% ;:'.! S.AN YSIDKO MIDD[,E S(.~liOC)L
~J~,IIC:I.: !:;&III Ysidro School. DisL i- ic't
----_I_ -_
i+3/tTj Otay Mesa Rd.
:;an YsitiIo, CA
'I:-( I, i L l'c ! : flut'I)atier, Iliiniptirey X W01.t-hi.rigt IJII
2 148 i\viriii tl;i de tu I'lapii
!..i Jl)lit.l, CA 020j7
L.~ ii('i.,l i i it i.i.ic:I {JI.: Ilavid I.1ad i :,oil Cciiistr.uct.io11
I865 Keycs lid. H ,. 'I ill o il ti , (: A 9 20 6 5
(.:oilL 1';lC.t ;~111~11111t $3 6 ,3 3 9 . 00
11;it.c 01' (ioriipIct ion Ljtinu:iry, 1984
;L 01' \J<i~.k Complete with OUL- ewii Forces 100%
;r;, KI<IY Ro.11) IIK I ll(;ti ___ ____ - -_-
(.)wii~r~ : (' i I y of O(.ttcirisi de
7~14 1'1-1ii-d St .
Ot C,IIL,Z: i tle, CA
.. -:! t ii I : ,aj i : 14 i 1 I (liiii h.-,soc i ~1t.t::.
'3t)'j:; C;;IIII i iio tic. I t< i:i SOU^ 11, Stir.tc 207
S<~II I)i C;I,LJ , [.'A 92 106
i.t'IIQ.i ,I I i'ii~~t.~'.i( I or : I~I-~ILOL.(..J Lii~;iiieeriiig
1'0 fiox 4 2 lJ
tS'('11t ii11i1, (.:A 0233s
C'\,ii L I ~IL' i .\IIIO~.III L. $37,05H. 2il
it., I c' (,I {'c,iiij) I c:t i ijii .~i)r. i I , I (It54
,.)I- \\'til I C;[,:I,~) I ('I ct(I id I t 11 (.it~i- o'~', 11 Fo~c~ j Ii!OX
i'i i'>iKh __- - .. .-._ _-
(:..I.~ , : i:i I \' {.)i k:ordii<~d~
,5 2 5 !; I I ,lii(i W,I y
t (11 OIl~ld<?, (:;\ 02 1 L8
',.i L il I! l.i : : l'tJt1111 iit'y S 'I OIIII~, ! 11,. .
OI~O bIlh:;itli! GOL~,L, k(I., Suite 219
5%j11 i,j v:',,), t,:\ 02 I ..!I
,.,,'i;,.i,!; 1'.1i!1 I.I< ioi : Vistii Si(2t 1.~1 COIISL~UCI-~O~~
077 Fli:;sit,~! (:out I.
l'!il,l2 '<l:,I .:, (:<\ 02010
i i :! I ?~~ll~'l~ll~ $(a, 17/J.*b
ii li 'j ..j 1 ~1::1itIt31 io11 h<xijt C'tiiijc'r-, i<l?i'j
j,It I(<; 't:~~Ij (,I!; (1,. z i,.'tJi(-t:5 1CtCI:l
*&
>i ( ' i', S A N 0 N 0 F' R H W A I< E: t 10 I I S - E
O~,~ICI.: S~.)u~hern Cal .i ~CJI-II Lii b:d i >.uii
14'300 Mesa Kd.
Sail Cleuie~ite, CA
A t.i.11 i t t:t i : None
Cellera I (:oiitr'a~tor: Nalar 1.ndLl:;t r ics
PO t30X 15443
Sartta Ana, CA 92705
(:l.J[Itr'aL: I L\lnoLlllt $16,435.00
lja~t. of CI1lllllle~ion August, 1983 ;z LJ~' Work Coii~~~lcL~ with UWCI For~t's LO(J%
i 15% ITIY Mi$:[) I CAI., AI:TS
I .. ___. .- . .--
(J\..iIt-i.: CIL~ssj dy lnvtisLii!eiit Cot-p. -:cis Cassi dy
O,.t:~.li~~i (IC, (:A
..lr'( 1iiit.i t: Hissell !\rc-liitt:ct:s
'Vt:3& Viii Lido, Stiittt 2SU
i'iewl~or t- I3cacl1, CA 92663
t~L~lic~~~~.l I ~:i,il t L'~IC L(J~: Lotlet LO COI~SE~UC. t::i(>n
2534 E. \dil::;iii.ngt.uii Avt:.nue
Escondido, CA c)2(J27
\ 1 LJ 1) L I '1 L. [
I)<ti.c cii (:onLp I ttt ioir ;;cptt?iiiber, l0&3
,': uf \$or-~ i:cJrnp~.<Lt:eti wi~.ti owl1 ~~'.>ri;es LOOP
:'t 111 0 11 1) t $.L62,130.0'3
: ! !,\,'l,.l< >,'I K;\$Jl) s'llA'rl< l\t~:r\c:li ._.__-- --.-
\jt,iit.i : 5j:.:it c' (it- (:<i I i i.(~~[i ia PO 1501 lo70
:;:IC rciliil:rito, (:A 058(J5
11.. 11 1 I ('t I : .i;'llue.. ;I>; CjKIl<!i
(#c.,it.'r <I I t.'~iit I-LI~ ((]I-: '1'. 13. Periii I. & Sons
l'(J L1(J.K $/t;?:;
S~III 1) i C~(J , (1:i 02 I.(J? 0 \ , 111 [rir I ."ii;:~~t111t $56,93i .62
- L>1 \<,,I I.\ ( c,~~~i)I~.[t ,I wi~ II ow11 b'iji '. !:s .iCiOX
!j.i:(h <)I ('>,II~III~'L io11 Aiig~ist , IOH'i
s
9
\I
:\t;Ii'i ti HK!):"\i,\d!\?.' - S'['l<Lt?'l' I NI'KOL'EMI*:N'i' - '
O\.,i,e1.: (;it j' ot. IIscoiiilidi~
Io(:) V;ll-ley BlV(I.
i,.sc.L!~l(I i (io, (::I !J202.,?
.?,I <:!I i t ck( t : 5.cirnci as Owrier
i.:t-.rit'i..ii /~IIL i~i(.i,~i.: GI-! tfit-ti (:!I.
1'0 I3OX 3'3Itj7
Sari Uic?gc), Ci\ 92103
~:OIILI-~I< I Ajili~~l~lL $7 , 80(1. ti0
l),ii t. <ti (:oi;i~J et i ori P1arci1, 198H
o 01 KCji.I, Co~i~plc~t: wi~h C)I.IT FCJI i..r:~ .lOOX :I
iil I-()(- '1, l~'1l'iI.l~~ __- t~~lTl.Di~(~S PIIRA IIOS'I'A _.^__ (~OLI,k~CF __--
<,)I~ ii t' I' : ?,I i I- .I C i) s I i.t C o 1 I c' 1; c
k.1 11 (2 t3 i.i r' it ii t- d 1) I- i v e
(l(.c<.liis i ~1~1, (.:A
I., iLitili I: :\i~.I~itc!( t PIiIiirit:~.:~
2191 I:] (:aiiiino Kt.;iI , :;ii.i t if 208
0 c t' a 11 s i (1 e , C A Y 2 0 ,-; 4
::i ~:<:L.I I j i:ii\ L.'ICL\I[': AI.~IIIC:II, t[~i'*
5'18-5 Sevi.1. 1 I1 lir.
t*a.l Mes:1, (.:!I 02041
'~ ,fl!i 1 <I.. I At~lll~~lll 'r; tj (.J , 2 -/ 4 . 1, I I
i).,Lc' (11 C~;i!t~)l~!t i(;ii K<)v~iiil;<~r~, I'd-!
.: ,~t i,CL ; I/ (~oritl) i t'i t.,i iv i t 11 ONII I.'
j-,' 'ti; '$ '{I 1 i 'I l'(!~,~l~~~~~~~)~l~~~, . - . . . ____ - __..- ._.-..- .-- .- ___ _.__ -
i: ,..tri I : : . a ,iitii,I,' '.Iiii (;11 \%:'.It ii ,I.
'20 %. r\:.,t1 st .
i. .-, L8~~Li j (lo, (:A 02027
.. . i ;I I ; i : . : \l!l2?l iI 1 1 i
I io I,,;. (' :;: i !.'<.I., :,il! ! <' (,oij
:-..iii IJi, ;:!, i A OLl[!l
',\ I!<,, :I 1 i .I{ : /,I : L't. I t :.: ?\. ;j,lt iittrit
iJ0 15(1'; (>i)!,',
, (.';i '):!lo?
:. -! 3 ? , t ;cj :! . ij ( i
1; ;i ( , L < :,III\; i i.1 i i,t: '.<>;IL i'lii!,t.r , ! ";?$
,'i K ,: I I,(. j,it'i,.3i i. IL~I o\ii: iiii:c <.> IOO?
.3
L'II;~:~,~~. 1 Il;j i i, 1) lJ;iCK~1(~E S'I'OliE:
\L L' .z 1. c' t.11 1) i v i s i (1 11
i'O iiCiS 727
5%1[i Iiriino, CA OAOoG
-...__-_I_-- ..-
i; , ,., ii p I. :
?;,i";i i F'.. ct( . I ' . t it. . itts Kitg i [IC c'i i [I); Ciiinrnao(i
.',; x !I i LT.~ : : IIt~r!i~~iii Li Il;;i:~i~ A.s:.;c,t iail es '):34(j iiickey>; St.
5'111 DI <.:go, (:A 92 I i 1
II c' I '1 I (' ; 11 t. t'ii c' I i) r : 1);i v .L ci R .
186'5 Keyvs l<d,
Riimoiia, LA c.)Z065
FI<l .I i :j o ti C c) 11 s t 1- 11 c: t i (I II
(:<,[it L~C t Aiii~i~iit $HZ : 834.2 1
1),!1 th of Cuiiii~le~i~in b'el)r-i.itiry, icjS'i .>, . ., i,L L'(.JI I.; (:cJili[> I C( (?(I wil. tI ow11 b'ur i'es LOU%
'j 1) I b.1;Ii 1 1'0 I1 I ti11 ~~:liool.
t I I. ! ! ci I- :
__ --
!; Li !,
i'iii I :i i { ;IS, (',A
I I i c g II i t o II I I i t ) II I1 i i; tj :: t 11 (J o 1 lj i. s t r -i. c t
',.It !iiic-(.i : 'I~I[.\>~II C; K'IL~:I~~ (;oi~,.,iiItii~g Hiigiriec!t::;
11Ai ASi! St., S1.iII.e ICJ2
:.iLi!i I) I ='go, t:ii (j2 I I) 1
g,,.;lL~.l .! I C',III[ I Llc.t t~r: 1<11:;sc~I 1 PI1 ;'. & Construi:t.iorl
l-'+(JO R. Ci,wii's St.
l.(iIlg I<t~.lC.ll, CIZ 90813
<',:,I I !'.I1 1 ~~ill~l~llll. :)& ,0()2. 5'j
:i.,i (' ail. i..~~:,/;Ii:i ikiii .ji111t., I'JH2
!>I :Y,,! I. (.',31i.l) i l:t c: :., 1 L I: tl~,~ll t:(, i ( ,.:, i oOX
. i:i:L :'I ii 1.i *\ .', IO . - .. . . . _.. - .. . . .- - ___-- _._ - .. - __
.,.: ('i : t.!,iii, j: .,I .I~':,tl>, (:tar i:;t ! 1,<11 I i'r I)iAy Sitiiit:, .. ',ij I,,! :;I ?,!),I I ti 'l'<.j!ij> 1 :I C:i .
:'~1 I I i,<11.,~2 ( I I y, 11'1' :$!+ I ):J
i. , !! I i :'. ! : ,. , i,;ii I . '.'.iiL 01 11c.1:
;I=; :\{ I j i.:'.~ ;'II 1'1.
~ i .i V-!(JL-i
,, : i ,,, 1 .4 i 1 C.,ii , .ii'~ t8i : C~I(~.I!<~I~.SOII ~$.,ii>;t ~LI~L ioii
: :iiJ Avk:. , SII~ t c* (J
; i.\, , (:.4 Y?L+(.).'I
, i !GI, I .'\I~it,t!!it $tir;, /li i'.Oii
iJ.1 i i' :. ~ ~'.,IIIT.~ i iLI i 011 ;.~I>;IIS~ , iOE2 0 1; 1 :.'I ('11 .. i 1 11 I,;V 1, 1. Ij ::, 1 (l(J,i
.*
1. I :y('~~L.P4 5( l!C)Ol. :\Dl) I TI'ON -. __--
il L~ il cs I : 1's (: o n (1 i J i) lJ II i 1 j 11 !; (1 JI c) u I
'j ts 0 Ei . A :; 1-1 S t .
i::s~..(-~i~tiido, CA 02025
i i i :s L r i c t
..IIC.IIILI.~ I : ht-ctii~:c(-t I'lailritt~s
1207 b,lIll Avelluc.
C .I I' 1 >j 1) ;I (I , C i\ c) '.? O CJ H
t:t,lic~i ,I I (:UIILC,~C tijr: L<I:<OS COII:;~ ~rrict io11
2582 l.'J.i:t ( ~JC:I: 1'31.kway
kI Ca joii, (::I 92020
COIII t.,i( I Ai~lot~ri I. $12,755.34
i)~ r it tI I i'<~mp I et i 011 :I pr i !. , 1082
? of k~rL Coir~pIe~e(i wi~h UWII k'~~r~.cs 100%
Oi I) l'oi:;; ! ! .\Z,.\ ~t<S'l'~Jl<A'~'~()td --_ -.--_. . .. . --. .-.
~i\,.i~i~i : :'Jt.i~c. oL CtiIifot.ri.ia
1'0 I,lrS Iti79
'Itli I ,llIlCiit (3, (:4 115btJ')
' i . it I I <'< i : SLll!1c? (1:s O~~IIC:I.
it'! I, i ~,~jit[ I-~~c'IoI-: b'ri LZ A. !V.ii.haiit
\)O /io x HiiO 5
S:III 1) i cg,L1 , (::I (12 IO2
I ,Ji:i I I; i :\I!:! ,I $44 ,044 .Oil
;J,l I !.' ,I\ ~:(ifllli I c:1 I olk ~~~?p~~~~lll~~~~~, 1 '.,!ti.'
,, ,li \\\,I I, (.,oiiip I ti( iiiI N i I ir oL:ii I.$,( (. cs IODZ
1. c .i :I I :>: % iIt)I I I (iIi.1 I I:(; ... . . .____.. . . __ .... .-.. . - .- ..._._._ __ .-.
',,i;< : : :.!I I .: C<I:-[.I i <I I I: 'si' n
III~~. i .I~.l~,.~ (1 ilr I i~
I)(.<,<ll, itit , (.:I
I;, \. :* I l L s L : :-: i~!,~' <I;> (jib 1,~:i'
~,t':;g'! 1 I \!iii :.I( I 01.: !\oi!(a
:. i , ii i tj . '1 1;
!,,,I L' ., I\,:: I t~! , !tL1r y, :': ~ G 8, .. . ,,::I)!(.; ( ./ I,.,!! ti (l~it i.. I !.:, I~JO..'!
O('t ;!:4:, i i)II .. . .~.- -. -.
~it~,ic~~.: :>I.~I:. LJI C8il ifor~ti'~
i'i) !:(j\ lO'7(l
;.;.lL-r ~:iit~[~t~-,, (':! Llc>?;~)!j
I:, I I ii i L <'. t : .'~<~IIIL' ~l> O\~II,.I.
i,i ,,l..l\l! ; ilill1.iC it!r: I.yIt. 1';it.k:; li.., 11iC.
1'1.) 150 x 3 I I+ i,
1.d lla bra, (.:.\ 0063 1
{'L>:IL i-:ic I <\IIIU\I[IL. $1 .I i , Jb4. IO
!j ;I IJ iii t:(iIilp 1st ~C)II I:L[I\~'I~Y, 19&:!
3 <]I' \i;l,i I; t'uiii1jlt!t.c<i wi I ii owii b'o1.c t's I(i0X
. O>.IIL-I': ~:.,~II~JI <II! 1'1<.1:.iL<.r.
I i! L' ij.,i II~III I)r i "'c:
,'.,~11i !i.t I (.OS, CA 'iO.)OO
, :.. 1 ' ,. , , I L 5 ! : Xoil(:
I I :.i i:>l : h(,,iL!
I ,'I:! I _,. I .~lIl~~!!l,l i; 2 , 200 . -'{ 3
;).:I c~ i,/ < \1111;tl<'t IOI~ .5~~1~1<;iiiI~t~[~, !'],;I
>I :,. ,I ,.~~i,:;,It,~c~ riitii iirv'ii i(,:\<Xs IOCIX
.-._-__-__ ____ ._.._ -. __--__
t..~ : i, :I\ ~,II,I I <I(J iiii i 011 Sc.l~t)o I li i kit r i c. t
1 i <it) ~ t: \ iJ.!(l>Lj
'~,:lj N. !\si1 >it .
,. ,* !I.! I ! : '8: I jiiLt'l 1 l'l,!i!l!(!i.:>
I, 1 8 .. 0; 1. l //I :i\ L ,
1 .,i i :- I,,LLf , C',; \)20O?
., ,(I :' , ,1i1, , '..i: li. I\. O'I',d\'! I (.~III~~I.I'L!~~~~II~
1';) i;d:\. 1/01,
Vt!il I <I v I >>I ,I , (:i? 020 12- 17tJ:I
ti , .; 7 '; . ,,
/' ' ./;I 1 .
j; ,., ./ 1 I.c . ,';;,I,<.'i , I \I . i
1 __ , ~ I ~ :,I? :/ ,! \- I I I1 O',..l! ! 8,: I.?> ioo:?
-. _, \1:1. :>'l'';'l 1.: L\i~:~~cl~l -- .._ - . __-_ _-.- . . ! ,$' -__ __
~,.i;~ 1.: :;~~l[.~: (it' (;a1 1i01 1ii.1
1):) L50X 10?9
.5~l(.~ 'III!~I~C O, (:A (j580';
.'i: I, 11 i i i j I : 5,ii~ic CIS (jiriit.t-
1:i. iIC.i .. i j ,'I![ i <i,:i LJi : li. I<. iii I1 i lli;t.*f
240 NC~W~O~L (:c.ri t CL Dr. , SU i ~i: 2iiii
!4e\;l;0t[. E~~1t.11~ (:A 92660
4 141 , 'j 1 Y . (.li~ ,. \.Ii:lI i I\. I ,'.1i!01l~iL
it 1i.r' /SI i ,>~~I~J~<:LI~~II lV{j\~<:~l:I~c~~, l.Ogl
', Si[ >,oi I. c:oi!i/)l{.i~,c.!(j tJi LI. c)\<rI jii1.C k*:j IO(j:X
lip>, 1 ;'\ (:l<:i'[']<l( . . . __ . .____ .---
\'..il\ L : i'< till! )' uf Sa11 il1cgc1
lic.il,JI.i iitt:lli. ;,f 13Lt1~l<:, b: 121.r i tli.1~ io11
:..III I) i ego, (:A Cj2 12')
..
I I-i'i \ivcr.Iiji~il Avrt. , 11iiI;;. $2
,, : i :'i 1 : I'iil'< i: I I & l<Ii I i' ,' -IO(.,-(: Av(:iiicl:i tlta 1.1 l'Ii~.~.i.i
1. i ~l i; I 1 a! , (:A
-ti '1': 1 j I j,Il: I I\ I111 : L'l<.~Lildlllt L,ilSLI i1C.L loll
L'O li0.X lLt!,i
:)pi iiig \:it lt.:'7 (:A 92077
,./ I .I\ I ,'!Li!<~:~i:t $'i/ , -/,;()J+()
!,I:< (P! ~'~.!ii~ii~~~ I%,II .\i)i-! I, 1OHl
. I): \.*Jii, ct~l~+I~i~:[:~t ~YitIi oLuii ti.1, 1.2 IIJLJX
i I' i' \ 11'4 I :u 1 !-i'i 'i'IO!b/ I, . j i)l?j(i - - . ._ -.. . - __ . -__^ . .___ .__.___... I!._ ! ..-.- : I (;.,!i I -. . .__
s. .. 1 i t, >.i I. .,(.t~il\l i (ICi i: i I y iijl I 1
, .'! 1
I, ,~ .'I:$: I tiIr, C.', ')2lj'~5
i ,; I i (,I ii i \'(! .
',,,i~ii*..!, '.I . ' I. I):, I l1l.l x ;lL>:ioI i .Ii <.>,
',; !I ; -, I'
.. ~,i:-ii,!.,, (:,A ~.!O..!'J
>. 1'. I( Ollll LIII) 1: 1 ', 11 .
<.,'I ~ ,,; , ,. \ j ! : !.'. I.. ',%:c.:>:,*
, , !,I:< L7>,
i.:;I tlll\1 Ill(), (. '\ 'J?c)??
I. ,I ,. I 'j '1 , ti I) _I . 2 I .. ..,,
,._ 1%; ,,.it !,,ib, 1') ..
.I .,
, 4 j ,it!<'L?'%i \,lL!l <;\,,!! ! it, , ., I'~lil?
*
9
..
1 i !.. t !: 1 ,o I,)\ I. ><'I i' i.: h 'i' ti K SI: 1100 I ___- ..-.
(i,,y:j<b[ : ~Jc~~~ii~:+it\c Uiii f icd s(:liot,i 1)isLt'ict:
L; 1 1 i Hi ssi oil Avoiii.~t;
0 I' ['L? 11 s 1 (1 t! , c A
.i, . ti I L < , i : .:. L c !I i t i'c t i, I dliiit:i s
: i !J I 13.1. C~~IL i.no Kci.1 1 , Su I I cf 208
0i.caiis i (It: , CA 92cI5:i
L<.II<:~ .I I ~;*,I.,L ~.LIcL.<>I.: K. I.,. ',de>+:j(:l
PCI sox 278.i7
Esc 3ridi(lo, CA 92027
,: ,.I ; I .IC i AIiiolii:~. $ 104 , .) 17 . [)U
i1.1 i I I) I ~;oiiip I x%! i 011 l:t.*!)r clary, I Oti I
,, ot kc;r 1.~ I <>11i[)It:L6?(j v!IL.tI Ow11 fOI'(:PS l(JUZ . ..
I 1 :;I :. I .%\ i IO,\ !J i;< - .. . - ._ . ._ __ ..- - - ___.__ .-- - __
ii'..t., i : ('!I I' i:I :;<iii tJit!;;o
,I, L C 11 ii o i i! 2 L I,' i : 3 t
5:Iil 11 I t->;;o, (:A
' i I,, I 3 i : l<\)IiC,i I A. i;r-;i(it
25'; A St., :-i!i~ie ilij',
:;,I II I) i cy.;^ , (:A 92 IO I
i.c~,,~~l.,i I c'<>II! i :ic:~ 01 : ?di.)[ii:oyii C:(,jii:;t ruct io11
Siiii I1 i cgt), [')I 92 I .I 1.
1.1 8 4 2 .J i I I i I I e 1 (1: o LI r t'
t < i 11 I 1 .1 < L .I &:lo il !! I
'!:I i5.11 I~:!I:', lijiiO ,',,io <.! t ,
$'jO, 087 .!+(I
I.
j : ,.- I~ , , ,,.: I I I t~%i ,: i I ii .#L,II ! /.. i c':) 1 OOX
:I 'iii I: ~ t:tiOtii. Ai)')I i'ioEl . .. ...-. .-- ___. .- ___ - - .___._-. _-.__-
c.i : j .,c i!iill I ,!i~ I! i ;,!I :if !I[~(J I I; I i I li I
: -t ('1 :, . :I .. i' j L. >; i *
!,:-;,!,:.I 1 .[ti, i ,'; L):!O~~)
I,' . I :
,oii ?I I :i.. I ('!I vi1 I I(:!' i <.ii~.c.~' kc::,(
::.> 5 j rq c ' 5 , 1 , .,,.I ! ... !\..I : 1:. 1'- ijllr i, I
['(J i;i.),'\ ..'t>
?I(I L t 1c.i (,, (' .. (j2'iOI!
i , I. I .I( i <~!~ZS,i!Il~ .$ 1 'it, , liO(i, iio
:I , , s .I, I ,,,.;i ! (.i 1 OII ; :iii<:, 1 'i(iIJ
, ,,. , i : o: L I <.t t $1 i, ! i /I ii:,. ii I <I: . a,''> I OO%
.-
I 11.; i.1 :;cri] I' 1 (j?; ;;' ._.__ _--
i j $, i I c': 1. : :; .I 11 Pi '1 r c o s
; 1.1 i. i ret) i r-tl LtiiIt.!
f,' i I- c i' 1' (.a v CI 11 I i ( 1 ii 1) i s L r i. c L
111 r1L1r~os, (:A 02009
:.I , t;i 1 <.( : : :;,iflie ;A:; (.)ki~ii't.
(aL'~ie~-Q1 I t .>IIL t .i~.[.i;~.: N(j[li:
{'Liiil I si( i \;II<;I~LI~ .$?6,97?.O(J
i!,i(.t; :,I \ Lj[lipl.~~ioil JLjliu'iry, IOljO
'.'; (;L I,OL.L (conipit.ti:ci with owii !'or i c's IOOX
:1 \ 1.N I Kii:\Ni:!*. ~. & I<()1J1 I~NLV'I' S'l'A'I'10N - _-
0 i,' I I (A I. : 5 I ;J L e
i'0 k$(l x 1 07 0
o f C ti 1 i f iu L- 11 i ;.I
":.I < I' ;? 111 t.' 1': 1 tJ , (: 11 '-1 .5 8 i) 5
!,it.ii~\t.>, I : 'I'ti~~kL'r, S;itl.let ti A,,:;()( .ia~es
,, I .: 't 1. I ? iI <i is v C'Il tI e
:;Li~i I1.i ct;~, (:?I
i,l,,,t'i..i i <'ciilL I.$~(.L~)L : 'l'~.t:[~i.t- (.;OII:;L I I.!( t,i.o[i 9 100 C: I L~ I c ('[ii~)~~ t NCS~ 13 lv(1 .
<' .)<l!I . I) I iigij, i!;l 92 I23
i',,IlI.l ..is I .'~L!lltl\lilt $&'3 ! , 5 'i I . ('10
!).,I c (I! ~.',~;ii,~i~~\.~~,,Ii JIIIY, lOh!.J
I/i :,l \\<J<;, (:oiiii)I~~l et1 with owrl 1 OL ( CL:~ 1.00%
', ~~.~d'l;:?, I 'I 'I ,',!,lJ 1'1 Oii ;:.!PI JJ ! l.jl)l,:fl V!\I,l.i.'I PI J DDLK SCI~lOOl~ . - ________- -. ....- -~ _-_.. __-.---- ~.- -------_I-
/. L!,,, /I Lb I : I t1i1~1 I,I,\, Oiiioil Sc.!it,oi iii:>L~'iCt
\i5i/ X. !\:,I!
! ..>, ,,I: I i \:>), ( .\ j20':''~ -)
:'\ i ~ !i I i I t I : i) * i 0 11 II I!,
,,!: 1 c~i;~s ;it i!, SI I ;.(.t
L\l5 A I L <>S,
i8L.i!<.i..;! ,'.)i11 I I~.L,)I : I.<,II~-L I o (:-ti:-,t I \i(.t ~OII
!#: :., ( ,) ii &i i (1 iI ,
3 ir; , !+Lt7 . i)'J .,S i : !:: I.,,. c ',<.',.~t, !I i
fp-3 c ij.:It' \ii '. ,,[,,!,!:.[ ~~ii: ~~I~~LI'II.\,, i'"')
.:I , , I ! 1 i.: IaiI \ii t 11 O,II- ,;',,ii I (J~.I'(..-; ItJOZ
Pagc CONTRACI - 4-4 THIS AGREEMENT, made and entered into this \d day of . tu^&, 15 by and between the City of Carlsbad, California, a municipal cor oration
(hereinafter called "City"), and ~~N~~oN Kmm dNSTWmoN~ -
(hereinafter called "Contractor".-
City and Contractor agree as follows:
1. Descri.pt.ion of Work. Contractor shall perform all work specified in tt
contract documents for:
Contract No. 3006-3E - Electrical - Public Safety and Service Center
(herei.naf ter called "project")
2. Provision,s of Labor and Materials. Contractor shall provide all labor
materials, tools, equipment and personnel to perform the work specifiec
the cclntract documents.
3. Contract Documents. The contract documents consist of this contrdct; t
bid documents, including the notice to bidders, instructions to bidders
contractors proposal; the plans and specifications and dl1 proper
amendments and changes made thereto in accordance with this contract OK
plans and specifications; and the bonds for the project; all of which c
incorporated herein by this reference.
4. Payment. As full compensation for Contractors performance of work unde
this contract, City shall make payment to Contractor per the terms out1
in the Notice Invitinq Bids, Item 13. Contract amount Six Hundred Si>
Four_lEhousand Nine Hundred and-00- 3ZZZOm- -
Payment of undisputed contract amounts shall be contingent uDon Contrac
furnishing City with a reledse of all claims against City amd Construct
Mandger arisinq by virtue of this contrdct as it relates to those amour
Extra compensation equal to 50 percent of the net savings may be paid t
Contractor for cost reduction changes in the plans or specifications m;
pursuant to a proposal by Contractor. The net sdvings shall be determj
by City. EJo payment shall be made unless the change is approved by the
City.
5. Independent Investigation. Contractor has made an independent
investigation of the jobsite, the soil conditions under the ,jobsite, ar
all other conditions that might affect the progress of the work, and i:
aware of those conditions. The contract price includes payment for all
work that may he done by Contrdctor in order to overccme unanticipated
underground conditions. Any information that may have been furnished I
Contractor by City about underground conditions or other job conditions
for Csntractor's convenience only, and City does not warrant that the
conditions are as thus indicated. Contractor is satisfied will all jot
conditions, including underground conditions ad has not relied on
infcrniation furnished by City.
-.
Paqe
6. Contractor Responsible for Unforeseen Conditions. Contractor shall be - responiible for all -loss or ddmdlJe arising out Tf the nature of the work
from the action of the elements or from any unforeseen difficulties whic
may arise or be encountered in the prosecution of the work until its
acceptance by the City. Contractor shall also be responsible for expens
incurred in the suspension or discontinuance of the work. However,
contractor shall not be responsible for reasonable delays in the cmplet
of the work caused by acts of God, stormy weather, extra work, or matter
which the specifications expressly stipulate will he borne by City.
7. Change Orders. City may, without affecting the validity of this contrac
order changes, modifications, delet ions and extra work by issuance of
written change orders. Contractor shall make no change in the work with
the issuance of a written chdnge order, and Contractor shall not be
entitled to compensation for any extra work performed unless the City h(
issued a written change order designating in advance the amount of
additional compensation to be paid for the work. If a change order delt
any work the contract price shall be reduced by a fair and reasonable
amount, If the parties are unable to agree on the amount of reduction i
work shall nevertheless Droceed dnd the amount shall be determined by
arbitration or litigation. The only person authorized to order charges
extra work is the City Engineer. However, no change or extra work ordei
excess of $5,000.00 shall be effective unless approved by the City
Council.
8. Prevailing Waqe. Pursuant to the Labor Code of the State of California
the City Council has ascertained the qeneral prevailing rates of per dit
wages for each craft or type of worker needed to execute the contract ai
schedule containing such information is in the City Clerk's office and 1
incorporated by reference herein. Pursudnt to Labor Code Sect ion 1774
contractor shall pay prevailing wages. Contractor shall post copies of
applicdble prevdiling wages on the job site.
9. Indemnity_. Contractor shall indemnify, bold harmless dnd defend the - Construction Manager and the City and its officers dnd employees, and e(
of them, from any and a11 liability or loss resulting from any suit, cl
or other action brought aqainst the City, or for any other losses of
whatever nature, directly or indirectly arising from the acts of Contra or its officers, employees or aqents done in the construction of this
project or in the oerformance of this contract regardless of responsibi
for negligence. The expenses of defense include all costs and expenses
including attorneys fees, of litiqation, arbitration or other dispute
resolution method. Nothing in this Daragrdph shall require contractor
indemnify City for losses caused by the active neqligence of City.
10. Contrdctor shdll provide Certificates of Insurdnce evidencing coverage
amounts not less thdn the following:
..
Paqe
Cot- Combined Sinqle Lim
Automobile L idbi li ty S 500,000 General Liability 500,000
P r lad uc t s /C om pl et ed 0 pe r a t io ns 500,000
Bldnket Contractural 500,000
Contr ac t or I s Protect ive 500,000 Personal Injury 500,000
Excess Lidbility 500,000
Other -
Contractor may be required to increase the limits of liability insurancc
the size and nature of the project require excess coverage.
Contractor shall cause the City and Construction Manager to be named as
ddditiondl insured on all policies concerning the subject matter or
performance of this contract.
11. Workers Compensation. Contractor shall comply with the requirements of
Section 3700 of the California Labor Code. Contractor shall also assum
the defense and indemnify and save harmless the City and Construction
Manager and its officers and employees from all claims, loss, damage,
injury and liability of every kind, nature and description brought by a
person employed or used by Contractor to perform any work under this
contact regardless of responsibility for negligence.
12. Proof of Insurance. Contrdctor shall submit to the City through the
Construct ion Manager, certification of the policies mentioned in Paragr
10 and 11 or proof of workers' canpensation self insurance prior to the
start (of any work pursuant to this contract. Certificates of insurance
shall provide that the insurdnce will not be cancelled until the expira
of at Least thirty (30) days after written notice of such cancellation
been given to the City.
13. Arbitrdtion. - Any controversy or claim in any amount up to $100,000 ari
out of or relating to this contract or the breach thereof mdy, at the
option of City, be settled by arbitration in accordance with the
construction industry rules of the American Arbitration Association and
judgment upon the award rendered by the arbitrator(s1 may be entered in
California court having jurisdiction thereof. The award of the
arbitrator(s) shall be supported by law and substantial evidence as
provided by the California Code of Civil Procedure, Section 1296.
14. Maintenance of Records. Contractor shall maintain and make available t
the City, upon request, records in accordance with Sections 1776 and I8
of Part 7, Chapter 1, Article 2 of the California Labor Code. If the
Contrdctor does not maintain the records at Contractor's principal plac
business as specified above, Contractor shall so inform the City by
certified letter accompanying the return of this contract. Contractor
shall notify the City by certified mail of any chdnqe of address of SUC
record s .
*
i ?
...
Paqf
15. Labor Code Provisions: The provisions of Pdrt 7, Chdpter 1 commencing
section 1720 of the California Labor Code dre incorporated herein by
reference.
Securi2. Pursuant to the requirements of law (Government Code Sectior
4590T'dppropriate securities may be substituted for any monies withhelc
City to secure performance of this contract or any obliqation establist
by this contract.
16.
17. Additional Provisions. Any additional provisions (if this agreement are
forth in the "General Provisions" or "Special Provisons" attached heret
and made a part hereof.
- --
-- Catton/McCutcheQn Electrical Construt
(SEA
(Not aria1 aicknowledgement of Y- execution by ALL PRINCIPALS
must be dttdched. ) .G.A. CATTON, PRESIDEN -______
1 Title
\ R
/ I_--- R. P. McCUTCHEON. Sec./Trm-L-----d-
Title
741 W. 4th Avenue
Escondido, CA 92025
----
-____.- ~ Contractor's Principal Place of Busin
CITY OF C RLSBAD , CALIFORNIA .-- J. e?AA.+ F- -- EY- Mayor
ATTEST:
_. City Clerk
Contractor's Cert if icdt ion of Awdreness of Workers Comp
"I dm aware of the provisions of Section 3700 of the Labor Code which requiri
every employer to be insured dgdinst lidbility for workers compensation or tc
undertake self-insurance in accordance
will comply with such provisions befor
of this contract .I'
YUIl
Contractor G. A. CATTON, PRESIDENT
\
before me, the undersigned, a Notar
subscribed to the within instrument, and acknowledged to mt
executed it
WITNESS my hand and official seal
ACKNOWLEDGMENT-General-Wolcotls Form 233CA-Rev 5 82
82 WOLCOTTS INC
I- --------- I-- __ - -I--__-_. _- - ___ I_ -____-- " _x-- --_ Ix_II_ _I_-----_- I_ -_---
DUPLICATE ORIGINAL BOND NO. 400HA 4785
pa
LASOR AFlD MATERIAL BOND
KNOW ALL F'ER.WNS BY THESE PRESENTS:
WEREAS, the City Council of the City of Cdrlshad, State of California, by
I-- Resolution No. 8073 adopted June 25, 1985 -' has war(
hereinafter desik Catton/McCutcheon Electrical Construction, Inc.
ds the "Principal", a &%tract for:
Contract ]No. 3006-3E - Electrical - Carlsbad Public Safety and Service Cer
-'
in the City of Carlsbad, in strict conformity with the drdwings and
specifications and other contract documents now on file in the Office of tt
City Clerk of the City of Carlsbad.
WEREAS, said Principal hdS executed or is about to execute said contract l
the terms thereof require the furnishing of d bond with said contract, pro\
that if said Principal or any of his/her or its subcontractors shall fail 1
for any materials, provisions, provender or other supplies or teams used ir
upon for or about the performance of the work agreed to be done, or for an)
or labor done thereon of any kind, the Surety on this bond will pay the sdr
the extent hereinafter set forth.
NOW, THEREFORE, WE, Catton/McCutcheon Electrical Construction, Inc. as Principal, hereinafter desiqnated as the "Contrdctor", and
as Surety, dre held and firmly hound unto the Cityag$ fdlfabdd, in the sum
DO?. drs ($ 332,450.00-
sdid sum being equdl to 50 percent (?%%)-the estimated amount of the
contrdct, to be paid to the said City or its certain attorney, its successo
dnd assiqns; for which payment, well and truly to be made, we bind ourselve
our heirs, executors and administrators, successors or assigns, jointly and
severally, firmly by these presents.
THE CONDITION Of THIS OBLIGATION IS SUCH that if person or his/her
subcontractors fail to pay for any materials, provisions, provender or othe
supplies, lor teams used in, upon, for, or about the performance of the work
contracted to be done, or for any other work or laDor thereon of any kind,
for amounts due under the Unemployment Insurdnce Code with respect to such
or labor, that the Surety or Sureties will pay for the same, in an amount n
exceedinq the sum specified in the bond, and also, in case suit is brought
the bond, a reasonable attorney's fee, to be fixed by the court, as require
the Drovisions of Section 4202 of the Government Code of the State of
C a1 i f o r ni a.
-_I- -
_St. P_au_l Fire and Marine Insurance Company
Three hundred thJrty two thousand four hundred-fi-fty - --
_-
- smmui hp3ty&Lmtillty 385 Washington Street, St. Paul, Minnesota. -55102 i
lrrmrallce , GENERAL POWER OF ATTORNEY - CERTIFIED COPY (Original on File at Home Office of Company. See Certification.) \
KNOW AJL MEN BY THESE ]PRESENTS: That St. Paul Fire and Marine Insurance Company, a corporation organized and existing under thc
of Minnesota, and having its principal office in the City of St. Paul, Minnesota, does hereby constitute and appoint:
A. Phi:Lig Merrill, Jack A, Lupian, Dale G. Harshawp Martha H,
BufEington, Roy E. Erwin, Sioux Munyon, individually, San Diego,
California
its true and lawful attorney(s1-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recogniz:
indemnity and other writings obligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regu
otherwise,
NOT TO EXCEED IN PENALTY THE SUIVI OF TEN KILLION ($1O,OQO,OOO) EACH
and the execution of all such instrument(s) in pursuance of these presents, shall be as binding upon said St. Paul Fire and Marine Insurance ’ and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal
This Power of Attorney is executed, and may be certified to and may be revoked, pursuant to and by authority of Article V,-Section 6(C adopted by the Board of Direct,ors of ST. PAUL FIRE AND MARINE INSURANCE COMPANY at a meeting called and held on the 23rd day
of which the following is a true transcript of said Section 6(C):
“The President or any Vice President, Assistant Vice President, Secretary or Resident Secretary shall have power and authority (1) To appoint Attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Compa
(2) To appoint special Attorneys-in-fact, who are hereby authorized to certify to copies of any power+fattorney issued in
(3) To remove, at any time, any such Attorney-in-fact or Special Attorney-in-fact and revoke the authority given him.’’
and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and
section and/or any of the By-Laws of the Company, and
Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted
called and held on the 6th day of May, 1959, of which the following is a true exerpt:
“Now therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any (
thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and
Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon thc future with respect to any bond or undertaking to which it is attached.”
IN TESTIMONY WHEREOF, St. Paul Fie and Marine Insurance Company has caused this instrument to be signed seal to be affixed by its authorized officer, this 2nd day of January, A.D. 1980.
ST. PAUL FIRE AND M
I STA’TE OF MINNESOTA ss.
, 1%1 , before me came the individual who executed the preceding i personally known, and, being by me duly sworn, said that he/she is the therein described and authorized officer of St. Paul Fme and Marine In2
that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his/her signature were duly a
the Board of Directors of said Company. 0 %\A[ J& and year first above written.
CERTIFICATION I, the undersigned officer of St. Paul Fire and Marine Insurance Company, do hereby certify that I have compared the foregoing copy of the P and affidavit, and the copy of the Section of the By-Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS ( HOME OFFICE OF SAID COIWANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that 1
Attorney has not been revoked and is now in full force and effect.
t $ County of Ramsey
llll!ll\\\\\\\
On this 7th da1’ of December
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the city of St. Paul, M
p &$$.?d,-t p **le$
V.C. INNES, Notary Public, Rar
@~C*”td My Commission Expir
qh -7 IN TESTIMONY WHEREOF, I have hereunto set my hand this 2
85 ,19 - . JULY day of 8TH -
Only a certified copy of Power of Attorney bearing the Certificate of Authority No. printed in red on the upper right corner is binding. Phi
copies or other reproductions of this document are invalid and not binding upon the Company.
ANY INSTRUMENT ISSUED 11’4 EXCESS OF THE PENALTY AMOUNT STATED ABOVE IS TOTALLY VOID AND WITHOUT ANY VAL1
For verification of the authenticity of this Power of Attorney, you may telephone toll free 800-328-9821 and ask for the Power of Attorney C
to the above Certificate of Authority No. and the above named individual(s).
29550 Ed. 8-80 Printed in U.S.A.
*,
4. ..
Pagf
This bond shall insure to the benefit of dny and all persons, companies and
corporations entitled to file claims under Section 1192.1 of the Code of Ci\
Procedure so ds to qive d right of action to them or their dssiqns in any st
brouqht upon this bond, ds required by the nrovisions of Section 4205 of thc
Government Code of the State of Californid.
.L -. In the event that any Contractor above named executed this bond as an
individual, it is agreed that the dedth of any such Contractor shall not
exonerate the Surety from its obligations under this bond.
IN WITNESS WEREOF, this instrument has been duly executed by the Contrdctoi , 1985 .
_I JULY -- Surety above ndmed on the 8TH day of
Catton/McCutcheon Electrical Cocstructic
--I_-
-r,_uaa- -- (Notarize or Corporate
Sed1 for Each Siqner) Contract o r
St. Paul Fire and Marine Insurance- ----_
d - -- 4
i bl On JULY 8, 1985 State of CALIFORNIA
County of SAN DIEGO \ss. DEBRA J. BUXCEL
the underslgned Notary hbl IC, personal ly appeared
JACK G. LUPIEN
B personal ly known to me
17 proved to me on the basls of satisfactory
ev i dence.
to be the person(s1 who executed the wlthln instrument as
named, and acknowledged to me that the corporation executed It.
WITNESS my name and offlclal seal.
ATTORNEY-IN-FACT OT on the behalf of the Corpora+
DUPLICATE ORIGINAL
BOND NO. 400HA 4785
PREMIUM: $4,616.00 ..
Pa
PERFORMANCE BOND
KNOW ALL PERSOHS BY THESE PRESENTS:
WEREAS, the City Council of the City of Carlsbad, State of California, by
9 has awari Resolution No. 8073 adopted June 25, 1985
hereinafter desi< Cattqn/McCktcheon Electrical Construction, Inc . as the ”Principal”, a contract for:
Contract No. 3006-3E - Electrical - Carlsbad Public Safety and Service Cen
e
---
-’
in the City of Carlsbad, in strict conformity with the drawings and
specifications and other contract documents now on file in the Office of tt
City Clerk of the City of Carlsbad.
WHEREAS, said Principal has executed or is about to execute said contract a
the terms thereof require the furnishing of a bond for the faithful perform
of said contract;
NOW, THEREFORE, WE, Catton/McCutcheon Electrical Construction, ~nc.
as Principal, hereinafter desiqnated as the “Contractor”, and
as Surety, are he12 and firmly bound unto the City of -CdrlSbad, in the sum t
Six hundred sixty four thousand nine hundred and no/ldlplkirs ($ 664,900.00--
said sum being equal to 100 percent (100%) of the estimated amount of the
contract, to be paid to the said City or its certain attorney, its SUCC~SSOI and assigns; for dich payment, well and truly to be made, we bind ourselve:
our heirs, executors and administrdtors, successors or assigns, jointly and
severally, firmly by these presents.
THE COt.IDITION OF THIS ORLIGATION IS SUCH that if the above bounden Contractc . his/her or its heirs, executors, administrators, successors or assiqns, shal all things stand to and abide by, and well and truly keep and perform the
covenants, conditions, and agreements in the said contrdct and any alteratic
thereof made as therein provided on his/her or their part, to be kept and
performed at the time and in the manner therein specified, and in all respec according to their true intent and meaning, and shall indemnify and save
harmless the City of Carlsbad, its officers and agents, as therein stipulate
then this obligation shall become null and void; otherwise it shall remain i
full force and virtue.
And said Surety, for value received, hereby stipulates and agrees that no
Chdnge, extension of time, alteration or addition to the terms of the contra or to the work to be performed thereunder or the specifications accanpanying sane shall affect its obligations on this bond, and it does hereby waive not
of any change, extension of time, dterations or addition to the terms of th
contractor or to the work or to the specifications.
st. Paul Fire and Marine Iqsurance Company
.--
_- -- *
- -I .- -.-----_ .- -- .- --__-. -- --_.^_ _-. - -
w FmaouI ~&LdbillV 385 Washington Street, St. Paul, Minnesota 55102
GENERAL POWER OF ATTORNEY - CERTIFIED COPY
f
h lrrmrnnie L
(Original on File at Home Office of Company. See Certification.) \
KNOW ALL MEN BY THESE PRESENTS: That St. Paul Fire and Marine Insurance Company, a corporation organized and existing under thj
of Minnesota, and having its principal office in the City of St. Paul, Minnesota, does hereby constitute and appoint:
A. Phi'lip Merrill, Jack A. Lupien, Dale G. Harshaw, Martha H.
Buffington, Roy E, Erwin, Sioux Munyon, individually, San Diego,
California
its true and lawful attorney(s)-in-fact to execute, seal and deliver for and on its behalf as surety, any and all bonds and undertakings, recognizi
indemnity and other writings o'bligatory in the nature thereof, which are or may be allowed, required or permitted by law, statute, rule, regu
otherwise,
NOT TO EXCEED InT PENALTY THE SUM OF TEM MILLION ($10,OQ0,000) EACH
and the execution of all such instrument(s) in pursuance of these presents, shall be as binding upon said St. Paul Fire and Marine Insurance I
and amply, to all intents and purposes, as if the same had been duly executed and acknowledged by its regularly elected officers at its principal
This Power of Attorney is executed, and may be certified to and may be revoked, pursuant to and by authority of Article V,-Section 6(C
adopted by the Board of Directors of ST. PAUL FIRE AND MARINE INSURANCE COMPANY at a meeting called and held on the 23rd day
of which the following is a true transcript of said Section 6(C):
"The President or any Vice President, Assistant Vice President, Secretary or Resident Secretary shall have power and authority
(1) To appoint Attorneys-in-fact, and to authorize them to execute on behalf of the Company, and attach the Seal of the Compa
(2) To appoint special Attorneys-in-fact, who are hereby authorized to certify to copies of any powemf-attorney issued in
(3) To remove, at any time, any such Attorney-in-fact or Special Attorney-in-fact and revoke the authority given him."
and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and
section and/or any of the By-Laws of the Company, and
Further, this Power of Attorney is signed and sealed by facsimile pursuant to resolution of the Board of Directors of said Company adopted
called and held on the 6th day of May, 1959, of which the following is a true exerpt:
"Now' therefore the signatures of such officers and the seal of the Company may be affixed to any such power of attorney or any I
thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon th future with respect to any bond or undertaking to which it is attached."
IN TESTIMONY WHEREOF, St. Paul Fire and Marine Insurance Company has caused this instrument to be signed
seal to be affixed by its authorized officer, this 2nd day of January, A.D. 1980.
ST. PAUL FIRE AND MARINE INSURP rn STATE OF MINNESOTA ss.
County of Ramsey
, la1 , before me came the individual who executed the preceding i personally known, and, being by me duly sworn, said that he/she is the therein described and authorized officer of St. Paul Fire and Marine Ins
that the seal affixed to said instrument is the Corporate Seal of said Company; that the said Corporate Seal and his/her signature were duly a
the Board of Directors of said C,ompany.
1
1111\\1\
On this 7th da)i of December
IN TESTIMONY WHEREOF, I have hereunto set my hand and affixed my Official Seal, at the city of St. Paul, N and year first above written. q'AL Jp . @ Q &*q$9$"-7
P k%z %"td My Commission Expirl
CERTIFICATION I, the undersigned officer of St.. Paul Fire and Marine Insurance Company, do hereby certify that I have compared the foregoing copy of the PC
and affidavit, and the copy of thc Section of the By-Laws of said Company as set forth in said Power of Attorney, with the ORIGINALS C
VOME OFFICE OF SAID COIWANY, and that the same are correct transcripts thereof, and of the whole of the said originals, and that t
Attorney has not been revoked and is now in full force and effect. q4 -7 IN TESTIMONY WHEREOF, I have hereunto set my hand this
85 ,19 - . ~TH day of JULY
Only a certified copy of Power of Attorney bearing the Certificate of Authority No. printed in red on the upper right corner is binding. Phc copies or other reproductions of this document are invalid and not binding upon the Company.
ANY INSTRUMENT ISSUED IN EXCESS OF THE PENALTY AMOUNT STATED ABOVE IS TOTALLY VOID AND WITHOUT ANY VAL1
For verification of the authenticity of this Power of Attorney, you may telephone toll free 800-328-9821 and ask for the Power of Attorney C to the above Certificate of Authority No. and the above named individual(s).
29550 Ed. 8-80 Printed in U.S.A.
Page
In the event that dny Contrdctor above named executed this bond as dn
individudl, it is aqreed thdt the dedth of any such Contrdctor shall not
exonerdte the Surety from its obligations under this bond.
IN WITNESS NHEREOF, this instrument has been duly executed by the Contractor , 1985 .
-I- - ..-- Surety above named on the ~TH ddy Of JULY
(Notarize or Corpordte
Seal for Each Signer)
G. A. CATTON, PR=ENT Co nt r dc t o r
St. Paul Fire and Marine Insuranc --- - --
#/
,b State Of CALIFORNIA On JULY 8, 1985
DEBRA J. BUXCEL County of SAN DIEGO \ ss.
the undersigned Noiary Pub I fc, personal ly appeared
JACK G. LUPIEN m personal ly known to me n proved to me on the basis of satisfactory
ev Idence.
to be the person(s1 who executed the within lnstrumeni as
named, and acknowledged to re that the cwporatlon execded it. ATTORNEY-IN-FACT or on the behalf of the cwporat
NOTARY F’UBUC - CALIFORNIA SAN DrEGO COUNTY
cowm Expmr Maw4 3, ---%x=,+ _-
#
Pa4 e
GENERAL PROVISIONS
1. PLANS AND SPECIFICATIONS
The specifications for the work shall consist of the latest edition of t
StandarG Specifications for PuQlic Works Construction hereinafter
designcited SSPWC, as issued by the Southern Chapters of the American Put
Works Association, the City of Carlsbad supplement to the SSPWC, the
Contract documents and the General and Special Provisions attached thereto.
The Construction Plans consist of 106 sheet(s). The standard drawings
utilized for this project are the San Diego Area Regional Standard
Drawings, hereinafter designated SDRS, as issued by the San Diego Count)
DepartnFnt of Transportation, together with the City of Carlsbad
Supplemental Standard Drawings. Copies of pertinent standard drawings (
enclosed with these documents. A detailed list of the plans and
specifications are attached hereto and made a part hereof.
2. WORK TO 8E DONE
The work to be done shall consist of furnishing all labor, equipment arx
materials and performing all operations necessary to complete the projec
work as shown on the project plans and as specified in the specificatior
3. DEFINIlIONS AND INTENT --
A. Architect:
The word "Engineer" shall mean the architect or his approved
r ep res e n t d t iv e .
B. Construction Manager:
The !vord "Construction Manager" shall medn Koll Construction Cornpan!
C. Reference to Drawings:
Where words "shown", "indicated", "detailed", "noted", "scheduled" I
words of similar import are used, it shall be understood that refer1
is made to the plans accompanying these provisions unless stated
otherwise.
D. Direct ions :
Where words "directed", desiqnated", "selected" or words of similar
import are used, it shall be understood that the direction, designa
or selection of the Construct ion Manaqer is intended unless stated
otherwise. The word ''required" and words of similar import shall bc
understood to mean "as required to properly complete the work as
required and as approved by the Construction Manager" unless stated
otherwise.
Paqe
E) Equals dnd Approvals:
'Were the words "equal", "apcroved equal", "equivalent" and such wo
of similar import are used, it shall be understood such words dre
followed by the expression "in the opinion of the Architect" unless
otherwise stdted. Where the words "approved", "approval", "dcceptance", or words of similar import are used, it shall be
understood thdt the approval, acceptance, or similar import of the
A r ch it ec t is int ended .
F) Perform and Provide:
The word "perform" shall be understood to mean that the Contractor,
her/his expense, shall perform all operations, labor, tools and
equipment, and further, including the furnishing and installing of
mat.erials thdt dre indicdted, specified, or required to mean that tl
Contrdctor, at her/his expense, shall furnish and install the work,
complete in place and ready to use, including furnishing of necessai
labor, materials, tools equipment and transport ation.
4. CODES AND STANDARDS
Standard specifications incorDorated in the requirements of the
specifications by reference shall be those of the ldtest edition at the
time of receiving bids. It shall be understood that the manufacturers c
producers of mdterials so required either hdve such specificat ions
available for reference or are fully familiar with their requirements as
pertaining to their product or material.
5. CONSTRUCTION SCHEDULE
The Contrdctor shdll provide Consruction Manager with a Construction
Schedule indicating work activities and length of time required for each
activity. The Contrdctor shall review with the Construction Mandger
monthly the Construction Schedule to insure completion of the whole or c
part of the work.
The Contractor shall begin work after being duly notified by dn issuance
d "Notice to Proceed" dnd shdll diliqently prosecute the work to complet
in connection with the construction schedule as approved by the
Cons truict ion Manager.
6. NONCONFORMING WORK -
The Contractor shall remove and replace any work not conforming to the
plans or Specifications upon written order by the Construction Manager.
Any cost caused by redson of this nonconforming work shall be borne by t
Contractor.
Paqe
7. GUARANTEE --
All work shall be quaranteed for one year after the filing of a "Notice
Completion" and any fdulty work or materials discovered durinq the
guarantee period shall be repaired or replaced by the Contractor.
8. MANUFACTURER'S INSTRUCTIONS -
Where i.nstallation of work is required in accordance with the product
mdnufacturer's directions, the Contractor shall obtain and distribute th
necessary copies of such instructions, including two copies to the
Construction Manager.
9. INTERNAL COMBUSTION ENGINES
All internal combustion engines used in the construction shall be equip1
with mufflers in good repair when in use on the project with special
attention to Carlsbad Municipal Code, Chapter 8.48.
10. CITY INSPECTORS
All work shall be under the observation of a City Construction Inspectoi
Inspectors shall have free access to any or all parts of work at any tir
Contractor shall furnish Inspectors with such information as may be
necessciry to keep her/hin fully informed regarding progress and manner (
work and chdrdcter of materials. Inspection of work shall not relieve
Contrdctor from any obligation to fulfill this contrdct.
11. PROVISI-ONS REQIJIRED- 8Y LAW DEEF1_ED INSERTED
Edch and every Frovision of law and clause required by law to be insertc
in this contrdct shall be deemed to be inserted herein and the contrdct
shdll be read and enforced ds thouqh it vere included herein, and if,
throuqh mistake or otherwise, any such provision is not inserted, or is
correctly inserted, then upon application of either party the contract
shall 'Forthwith be physically amended to make such insertion or
correction.
12. INTENT OF CONTRACT DOCUMENTS
The Contractor, her/his subcontractors and mdterials suppliers shall
provide dnd instdl the work ds indicated, specified and implied by the
contract documents. 4ny items of work not indicated or specified, but
which are essential to the completion of the work, shall be provided at
Contractor's expense to fulfill the intent of said documents. In all
instances throuqhout the life of the contract, the City will be the
interpreter of the intent of the contract documents and the City's deci
relative to said intent will be final and binding. Failure of the
Contractor to apprise her/his subcontractors and materials suppliers of
this csndition of the contract will not relieve her/him of the
responsibility of compliance.
c
Page
13. SUBSTITUTION OF MATERIALS
The Prclposdl of the Bidder shall be in strict conformity with the drdwir
and specifications and based upon the items indicated or specified. The
Contractor may of fer a substitution for any material, apparatus, equipme
or process indicated or specified by patent or proprietary names or by
nmes of manufacturer which shelhe considers equal in every resoect to
those indicated or mecified. The offer made in writing, shall include
proof of the State Fire Marshal's approval (if required), all necessary informaltion, specifications and data. If required, the Contractor, at
herlhis own expense, shall have the proposed substitute, material,
apparatus, equipment or process tested as to its quality and strength, i
physical, chemical or other characteristics, and its durability, finish,
efficiency, by a testing laboratory as selected by the City. If the
substit.ute offered is not deemed to be equal to that so indicated or
specified, then the Contractor shall furnish, erect, or install the
material, apparatus, equipment or process indicated or specified. Such
substitution of proposals shall be made prior to beginning of constructj
if possible, but in no case less thdn ten (10) days prior to actual
installation. Substitution shall also include a statement of credit to
i ssued .
14. RECORD DRAWINGS
The Contractor shall orovi.de and keep up to date a complete "as-built"
record set of plans, which shall be corrected daily and show every chaE
from the original drawings and specifications and the exact "as-built"
locatiotns, sizes and kinds of equipment, underground piping, valves, arx
all other work not visible at surface grade. Prints for this purpose mc
be obtciined from the Architect dt cost. This set of drawings shall be kc
on the job and shall be used only as a record set. llpon completion of t
work, and prior to release of retention, the Contractor shall transpose
"as-built" information on to a set of reproducible sepias. Drawings sh<
be drdfted in a professional manner and shall locate by dimension and
elevation all concealed work, and changes in manufacturer information.
"4s-builts" for the sitework (bid Dackage number 1) shdl be prepared h!
the enGI ineer of record.
15. PERMITS --
The general construction, electrical and plumbing permits will be issue(
the Cit.y of CdrlSbdd dt no chdrge to the Contractor. The Contractor is
responsible for all other required licenses dnd fees.
.
Pdg e
16. QUANTITIES IN THE SCHEDULE
The City reserves and shall have the right, when confronted with
unpredicted conditions, unforeseen events, or emergencies, to increase
decrease the qudntities of wrk to be performed under a scheduled unit
price item or to entirely omit the performance thereof, ad upon the decision of the City to do so, the Construction Manager will direct the
Contractor to proceed with the said work as so modified. If an increasc the quantity of work so ordered should result in a delay to the work, tl
Contractor will be given an equivalent extension of time.
17. SAFETY -3 PROTECTION OF WORKERS AND PUBLIC
The Contractor shdll take all necessary precautions for the safety of
employees on the work and shall comply with all applicable provisions o
Federal, State and Municipal safety laws and building codes to prevent
dccideiits or injury to persons on, about or adjacent to the premises wh
the work is being performed. Ye/she shall erect dnd properly maintain
dl1 times, as required by the conditions and progress of the work, all
necessdry safeguards for the protection of workers dnd public and shall
post danger signs warning dqainst hazards created by such features of
construction as protruding nails, hoists, well holes and falling
md t er i a1 s .
18. SURVEYING -
Column control Lines, offset outside the perimeter of the building, and
vertical control (benchmark) will be furnished by others. Contractors
shdll perform their own engineerinq (survey staking) including elevatio
as required.
Survey staking for the sitework (bid package number 1) shall be provide
the City. Rough grdde stakes at 50'-0" centers minimum to or toe-of-sl
as required, surface and underground improvefnents at 25'-0" to 50'-0"
centers including critical points with offsets, and blue tops for build
and fdleility pdds.
19. CODES, ORDINANCES, REGIJLlaTIONS & 45BREVIATIONS ,
Reference to codes, ordinances and regulations are to editions
in efflect as to date of proposals. Abbreviations are used for
agencies issuinq standard specifications as follows:
Agency Abbreviation
American Society for Testing Materials AS TY
U .S. Government Fed. Spec.
National Board of Fire Underwriters NSFU
Americdn Institute of Steel Construct ion AJSC
American Standards Association ASA
Underwriters Laboratories, Inc. UL
Department of Commerce St artdards cs American Concrete Institute ACI
$
.+
c
Paqe
20. ST-ORAGE:
Space 1'or stordge dnd temDordry buildings will be dllOCdted by the
Construction tlandger ds job conditions permit. Tempordry offices or she
shall be constructed of fire resistant materials. Material and layout n
be approved by the Construction Mdndger prior to installation.
2 1. TESTING AND INSPECTION
Testing and inspection shall be ds required by the Specifications. The
Contrdctor shall be required to cooperate fully with the inspecting age1
during inspections at a fdbricdting plant and/or on the jobsite and shal
provide ladders, platforms, scaffolds and/or safe accessibility to the \
for such inspections and/or tests.
22. SCAFFOL.DING AND HOISTING 1-
The price shall include all costs for the following:
a. Scaffolding dnd shoring required for the Contractor's work.
b. Hoisting required for the Contrdctor's work.
23. CLEAN UP --I
The Contractor shall keep the premises free at all times from all waste
materidls, packaging mdterials dnd other rubbish accumulated in connect.
with the execution of the work by collecting and depositing said materi,
and rubbish in locations or containers ds designdted by the Constructior
Manager-.
24. TEMPORF\RY FACILITIES
Tempordry toilet fdcilities dnd drinking water for the use of all trade!
will he Drovided.
25. FORCE REPORTS
Force reports indicating trdde dnd personnel per trade shall be submitti
to the Construction Manager daily. A brief description of work performc
shall be included.
26. ELECTRICAL POWER
Electricdl Dower will be nrovided in the building for the use of the
Contractor for specidl liqhting dnd operation of small tools only. Pow1
will be single phase at 208 volts or 240, and 120 volts. It is the
Contdctor's responsibility to Drovide extension cords dnd/or wiring fra
centrd!l distribution points. Pover will not be provided for high voltac
or heavy amperage type equipment such as welding machines dnd any swci
power requirements shall be provided and paid for by the Contractor.
.%
Pdqe
27. BACKFILL AND COMPACT-ION
Backfill1 and compdction of trenches shall be in conformance with the 19;
edition of "Standard Specifications for Public Works Construction".
Bdckfi1,l material shdll be approved by the soils engineer. Contractors
Shall pdy all costs for retesting required as the result of density tesl
failures due to improper compaction. Backfilling of trenches and
excavations shdii not be undertaken until required tests and inspection:
have been completed, "as-built" location notes have been verified, dnd
authority to start the backfill hds been qrdnted by the inspector and
s upe r i n t e nde nt .
*
,8
c
Pagl
C E R T I F I CAT ION 0 F COMP L IAN CE
I hereby certify that atton/McSg&-trical Consuurution, Inc,
in performing under the contract awarded by the City of Carlsbad, will cmp
with the County of San Diego Affirmative Action Proqram adopted by the 30”i
Supervisors, including dl1 current amendments.
Leqal Name of Contractor
_June 13, 1985 Date Signature Seal G. A. CATTON -- -J&pa!?k.- I..- -I_
(NOTARIZE OR CORPORATE SEAL) . Presidsnt Title
(Notorial ‘acknowledgement of execution by all principals nust be attached).
t, .* <
I.
Pagt
S,PE C I AL P-RO V IS I ON S / SPEC I F IC AT 1 ON S
Schedulinq for the project facilities shall cmmence about June 1, 1985.
Pro.iect completion is dnticipated for the third quarter of 1986. All
underground piping shall be completed as soon as possible to fdcilitate aspt
paving operation by year end. All contractors should incorporate all costs
associated with these time frames within their bids.
Electrical - Rid Item 3E
1. Provide alternate deduct from base bid for concrete pole bases per det,
A/E-l<, 4nchor bolts should be provided by Electrical Contractor.
2. Include dl1 concrete encasement of conduit required by governing dqencj
3. Provide complete installation for security gate systems. Actual gates
motor operdtors shdll be provided and installed by others.
4. Provide and install connection of tamper switch on post indicator valvt
and flow switch on sprinkler system riser. Terminate at fire alarm COI
panel ,,
5. Provide and install necessdry electrical connections to the following
equipment furnished by others.
a. Air compressor, Item No. 6, Sheet E-7.
b. E.tectricd1 water heaters, Item No. 7, Sheet E-7, and Item No. 3, S
E-9, and at vehicle maintenance facility.
c. Motor operators for folding partitions in meeting ared.
d. Fuel recording system and printer, Sheet E-18.
6. Provide and install all connections, conduit and wire for mechanicdl
equipment as indicated in electrical plans dnd specif icdt ions. Also
provide conduit for low voltage wire and controls to be instdled by
Mechanical Contrdctors.
7. Provide and install all plywood backboards ds required.
8. Electricdl Contrdctors shall review finish hdrdware specifications in
to coordinate all requirements for security system interface. Connect
and wirinq to be completed under bid packdge 3E.
9. Provilde and install projection screens dnd switches located in meetinq
area.
10. Provide dnd install all electrical equipment identification.
.v \
b
Pdge
11. Provide and instdl conduit, wire and connect remote control switch dt
reception counter for elevator no. 1. Switch shall be supplied by Elev
Contrdctor. Also provide conduit sleeves from equipment roans to eleva
pits for instdlldtion of hydraulic lines (3") and power feeds.
12. Provide and install support brackets for light fixtures (nn) located in
vehicle mdintendnce pit.
13. Provide and install all sleeves and blockouts for metal deck penetrator
14. Electrical work outlined on sheet E-19 shall be complete with exception all electrical conduit, wire, motor starters, pumps, relays, switches,
etc., shown on the partial site plan. This work to be completed under
pdckaqil 3F (service station equipment), Feeder, ground, panel "EPA" dm
connections shall be included under this bid package 3E. Coordinate
electrical installations with Service Station Contractor.
t
b
* *I
b,
Pdge
LIST OF CONTRACT DOCUMENTS -I
I. Contract documents prepared by Quhnau, FlcGavin, Ruhndu/Associates, 1207
Avenue, Cdrhbdd, CA 92008 (619) 729-7144. Pldns dated April 8, 198:
Architectural Site P1an.s Sheets AC-1 thru AC-3
Public Safety Center Sheets A-I thru A-36
Public Safety Center Sheets A-51 thru A-60A e. Eqliipment Plans Sheets EQ-1 and EQ-2
d. Stiruct-ur-di P1an.s Sheets S-I thru S-16
Mechanical Plans Sheets M-1 thru M-9 e* - f. Plumbing Plans Sheets P-1 thru P-8
Electrical Pl-dns Sheets E-I thru E-20 g* -
a* Le b. Architectural L-6
- -
11. Project manual (snecifications) for the construction of the City of
Carlsbad Public Sdfety and Service Center prepared by Ruhnau, McGavin,
Ruhnau/Associates ddted April 8, 1985.
I\SC"LULLL& L\czyU'aLCU UJ all\r I\Z.CULII A".
City Clerk m 3 607 0
1200 Elm Avenue
Carlsbad, CA 92008 NOTICE OF COUPLETION
To All Laborers and Material Men and to Every Other Per2
I n t e rest led :
YOU WILL PLEASE TAKE NOTICE that on January 13, 1987, 1
project consisting of electrical at the Carlsbad Safety i
Service Center, on which Catton/McCutcheon was the Contractc
was completed.
CITY OF CARLSBAD
-- PROJECT COORDINATOR
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the C
Council of said City on 6- 077 , 1987, accepted i
above described work ashornpleted and ordered that a Notice
Complet i on be filed.
I declare under penalty of perjury that the foregoing
true and correct.
Executed on LAM dB/ , 1987 at Carlsbad, California ! I CITY OF CARLSBAD
City Clerk
3
. .x_
I.
.- FN -5 fttt 0 '!? ?<i. c .J
e a *
1200 ELM AVENUE TE
CARLSBAD, CALIFORNIA 92008 (6 1
Office of the City Clerk
Mitg of Marlsbah
January 30, 1987
Vera L. Lyle
County Recorder
P.O. Box 1750
San Diego, CA 92112
Enclosed for recordation are the following described documents:
I
Notice of Completion - Engineering
Elevatorsat Carlsbad Safety and Service
Center; Reliable Elevators Contractor
Notice of Completion - Engineering
HVAC at Carlsbad Safety and Service Center
Kinney Air Conditioning Contractor
Notice of Completion - Engineering
Fire Sprinklers at Carlsbad Safety and
Service Center; Orving Engineering Contractor
Notice of Completion - Engineering
Electrical at Carlsbad Safety and Service Center
Catton-McCutcheon Contractor
Notice of Completion - Engineering
Service Station Equipment at Carlsbad Safety
and Service Center; Lube Life Equipment Contractor
Notice of Completion - Engineering
Vehicle Wash at Carlsbad Safety and Service
Center; N/S Corporation Contractor
Notice of Completion - Engineering
Precast Concrete at Carlsbad Safety and Service
Center; Tecon Pacific Contractor
Notice of Completion - Engineering
Miscellaneous Metal at Carlsbad Safety and
Service Center; Tulsa Steel Manufacturing Contractor
e m
..I Vera L. Lyle
County Recorder
January 30, 1987
Page 2
Notice of Completion - Engineering
Doors and Frames at Carlsbad Safety and Service
Center; Estrada Hardware Contractor
Notice of Completion - Engineering
Concrete Masonry at Carlsbad Safety and Service
Center; L.R. Hubbard Contractor
Notice of Completion - Engineering
Glass Block Ceilings at Carlsbad Safety and
Service Center; Dittman Masonry Contractor
Notice of Completion - Engineering
Toilet Partitions at CArlsbad Safety and Service
Center; Maloney Specialties Contractor
Notice of Completion - Engineering
Glazing at Cacrlsbad Safety and Service Center
Pacific Glass Contractor
Notice of Completion - Engineering
Aluminum Canopies at Carlsbad Safety and Service
Center; Construction Specialties Contractor
Notice of Completion - Engineering
Drywall at Carlsbad Safety and Service
Center; E.F. Brady Co. Contractor
Notice of Completion - Engineering
Roofing at Carlsbad Safety and Service Center
Hess Roofing Contractor
Notice of Completion - Engineering
Sheet Metal at Carlsbad Safety and Service
Center; California Sheet Metal Contractor
Notice of Completion - Engineering
Insulation at the Carlsbad Safety and Service
Center; Dittemore Brothers Contractor
Notice of Completion - Engineering
Ceiling Doors at Carlsbad Safety and Service
Center; Southern California Overhead Doors Contract0
Notice of Completion - Engineering
Pneumatic Tubes at Carlsbad Safety and Service
Center; Air Link International Contractor
0 Ilh
.d Vera L. Lyle
County Recorder
January 30, 1987
Page 3
Notice of Completion - Engineering
Cabinets at Carlsbad Safety and Service Center
Bowser Cabinets Contractor
Notice of Completion - Engineering
Tile at Carlsbad Safety and Service Center
McCandless Tile Contractor
Notice of Completion - Engineering
Painting at Carlsbad Safety and Service Center
Simmons and Wood Contractor
Notice of Completion - Engineering
Carpets at Carlsbad Safety and Service
Center; Vincent Wentz Contractor
Notice of Completion - Engineering
Access Flooring at Carlsbad Safety and SErvice
Center; Tate Access Floors Contractor
Notice of Completion - Engineering
Folding Partitions at Carlsbd Safety and
Service Center; Advanced Wall Systems Contractor
Notice of Completion - Engineering
Window Coverings at Carlsbad Safety and Service
Center; Sheward & Sons Contractor
Notice of Completion - Engineering
Lockers at Carlsbad Safety and Service Center
Goodale Co. Contractor
Our staff has determined that the recordation of these documents i
of benefit to the City; therefore, it is requested that the fees
be waived.
Thank you for your assistance in this matter.
giiiiYxg3 eputy City Clerk
Encs.
4B ab "
City Clerk
I200 Elm Avenue
Carlsbad, CA 92008 NOTICE OF COMPLETION
To All Laborers and Material Men and to Every Other Pe
Interested:
YOU WILL PLEASE TAKE NOTICE that on January 13, 1987,
project consisting of electrical at the Carlsbad Safety
Service Center, on which Catton/McCutcheon was the Contrac
was completed.
CITY OF CARLSBAD
-- PROJECT COORDINATOR
VERIFICATION OF CITY CLERK
I, the undersigned, say:
I am the City Clerk of the City of Carlsbad; the 077 , 1987, accepted
above described work as and orde'red that a Notic
Completion be filed.
Council of said City on --
I declare under penalty of perjury that the foregoin
true and correct.
Executed on Jf , 1987 at Carlsbad, Californi
CITY OF CARLSBAD
,P- ALETHA L. RAUTENKRANZ d
City Clerk
-
-
their terms, exclusions and conditions and is not altered by any requirement, term or condition of any controct or other document with respect to which t
may be issued
TYPE OF POLICY CERT EXP DATE POLICY NUMBER LIMITS OF llABlLlTY
COVERAGE AFFORDED UNDER W C COV B LAW OF THE FOLLOWING STATES BODILY INJURY BY A
$500,000 WORKERS'
CoMPENSAT'oN lo/ 1/86 WC2-53 1- 9646 11- 0 15 California $500.000
$500,000
BODILY INJURY BY D
BODILY INJURY BY D
,-j FgRMMPREHENSIVE BODILY INJURY PRO PERT
EACH
OCCURRENCE $
$ AGGREGATE $
$ 0 SCHEDULE FORM
PRODUCTS COM- LETED OPERATIONS zz w- E 25 INDEPENDENT CON COMBINED SINGLE LIMIT
TORS PROTECTIVE (3 7 m TRACTORSKONTRAC BODILY INJURY AND PROPERTY DAMA
10/1/87 KF2-531-964611-044 $500 , 000 EACH OCCU
$50O,OOO AGGREGATI la ::K;FTUAL 0 Blanketed
> $ 500 , 000 EACH ACCIDENT-SINGLE LIMIT-B I A!
ILACH PERSON
IIACH ACCIDENT OR __L_ OCCURRENCE $
0 k m OWNED 5 2 M NON-OWNED 10/1/86 AS1-531-964611-035 $ ' 2 b? HIRED $
Umb re 1 la
Excess 10/1/86 LE1-531-964611-025 $1,000,000 w w Liability
0 E
LOCATION(S) OF OPERATIONS & JOB # (If Applicable) DEKRIPTION OF OPERATIONS
all operations
*NOTE You WIII NOT be notified annually of the continuation of this coverage You will be nolitled If this coverage 1s terminated or reduced Additional Insured: City of CArlsbad & Koll Co. (with respects to liabilit:
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON YOU THE CERTIFICATE HOLDER. THIS CERTIFICATE IS NOT A
POLICY AND DOES NOT AMEND, EXTEND, OR ALTER THE COVERAGE AFFORDED BY THE POLICIES LISTED BELOW.
-
-
their terms, exclusions and conditions and is not altered by any requirewent, term or condition of any contract or other document with respect to which i
may be issued
TYPE OF POLICY CERT. EXP. DATE POLICY NUMBER LIMITS OF LIABILITY
COVERAGE AFFORDED UNDER W C COV B LAW OF THE FOLLOWING STATES BODILY INJURY BY P
$ 500,000 WORKERS’
CoMPENSATloN BODILY INJURY BY C
$500,000
$500,000
10/ 1 / 86 WC2 - 5 3 1 - 9 646 11 - 0 15 Ca 1 if ornia
BODILY INJURY BY D
[~t! FgOLREHENSIVE BODILY INJURY PRO PE RT
EACH $ OCCURRENCE $ 0 SCHEDULE FORM
PRODUCTS COM-
$ AGGREGATE $ d z # LETED OPERATIONS
w-
INDEPENDENT CON- COMBINED SINGLE LIMIT ;$
a 1 @ TRACTORS/CONTRAC- BODILY INJURY AND PROPERTY DAMP
10/1/87 KF2-531-964611-044 $500 , 000 EACH OCCL
CONTRACTUAL LIABILITY $500,000 AGGREGAT
TORS PROTECTIVE
Q Blanketed
>- $ 500 , 000 EACH ACCIDENT-SINGLE LIMIT-B I AI
IEACH PERSON
IEACH ACCIDENT OR 1 OCCURRENCE $
0 k OWNED 5 ,” B NON-OWNED 10/1/86 AS1-531-964611-035 $
Q 2 HIRED $
Umbrella
Excess 10/1/86 LEI-531-954611-025 $1,000,000 w u~ Liability
0 z
LOCATION(S) OF OPERATIONS & JOB # (If Applicable) DESCRIPTION OF OPERATIONS
all operations
*NOTE You will NOT be notified onnuolly of the continuation of this coveroge You will be notified if this coverage IS terminated or reduced City of Carlsbad & Koll Construction Co(With respects to liability only)
C.S. 731 REV. !
APPENDIX B w
C m T- .., ~ppruvru d> LU rurw General Counsel September 15, 1980
COMPREHENSIVE GENERAL AND AUTOMOBILE LIABILITY’ ENDORSEMENT
Attached to certificate of insurance for and hereby certified to be psrt of the following policy or
Policy No. Company Providing Polic) Expiration D:
policies having the foilowing expiration dates:
Liberty Mutual Insurance 1/1/87
II 8/1/86
11 3/1/88
WC2-162-026574-026
831-162-026574-075 LE1-162-026574-075
LG1-162-026574-055 11 3/1/86
The scope of the insurance afforded by the policy(ies) designated in the attached certificate is not 1 than that which is afforded by the Insurance Service organizations or other “‘Standard Provisions” foi in use by the insurance company in the territory in which coverage is afforded.
1. The named insured is Dan McKinneY Company
2. (“Railroad”)* is included as an additional insured with respect to liability arising out of the hazard! under ALL AGREEMENTS entered into between the named icsured and Railroad, whether Or
liability is attributable to negligence of the named insured or
road. In-the event it is intended that this endorsement is app to only one agreement, the agreement is described as follows:
Such Policy(ies) provide for or are hereby amended to provide for che following:
SOUTHEW PACIFIC TRANSPORTATION CO. /ST. LOUIS SOUTP3TESTERN
The insurance rovided hereunder applies as though separate policies are in effect for both the name Railroad. NOLg herein shall increase limits of liability set foprth in the
3. The limits of liability under the policy(ies) are not less than those shown on the certificate to wh ment is attached.
4. Cancellation or material reduction of this coverag: will not be effective until thirty (30) days foil
notice to: Asst. vice-president
Intermodal Operations
Southern Pacific Transportation COO
One Market Plaza
San Francisco, CA 94105 Address
Bj registered or certified mail
5. Contractual liability coverage for liability assumed by this insured under said agreement or agree Railroad.
6. This insurance is primary and insurer is not entitled to my contribution from insurance in effect
7. All policy or endorsement limitations reiating specifically to operation!; on or near railroad prope eliminated.
8. Broad Form Property Damage endorsement.
9. So-called X, C and U (or similar) limitations are not effective as respects operations by or for th on or adjacent to Raiiroad’s property.
IO. In the event of reduction or exhaustion of the applicable aggregate limit or limits of liability un policy or policies referred to in the attached certificate of insurance solely by reason of losses paid th count of occurrenca during the policy period, the exceSs policy, if any, referred to herein shall (i) in reduction, apply as excess of the reduced limit of liability thereunder; and (ii) in the event of exhaust force as though it were primary insurance.
*The term “Railroad” includes successors, assigns and affiliated companies of Railroad and affiliates other railroad company operating upon or over Railroad’s tracks with Railkoad’s permission, and thc employees and agents of any of the foregoing.
T,i berty Mutual
Date: ?/?7/8 6 , 19- By
OL%F !E1e"'TTV" r 1
.a 1
This is to Certify that
rCatton/McCutcheon Electrical Contractor MUTUA1
LiBERTY MUTUAL NSURAQCE COMPAVV *LIBERTY MU1 L BERlY IVSURhNCE CORPORATION-
741 W. Fourth Avenue, Ste A
Escondido, CA 92025
L is, ot the issue date of this certificate, insured by the Company uider the
EACH OCCl
AGGREGAT
NON OWNED
SCRIPTION OF OPERATIONS
*NOTE You will NOT be nottfieo onnually of the cont nmtion of this coverage You will be notified if this coverage is term noted or reduced Additional Insured: City of Carlsbad & Koll Construction Go. (with respects to liabi
NOTICE OF CANCELLATION: THE COMPANY WILL NOT TERMINATE OR Primary Insurance: Such politic
REDUCE THE INSURANCE AFFORDED UNDER THE ABOVE POLICIES UNLESS and non-contribut~ry with any 01
ye DAYS NOTICE OF SUCH TERMINATION OR REDUCTION HAS BEEN carried or available to said ad, %I
MAILED TO insured.
& 1 Lo11 Construction Company
7330 Engineer Road AUTHORIZED REPRESENTATIVE / CERT,FICATE San Diego, CA 92111
HoLDER-+ ATTN : St eve Mahoney 11/1/85 DATE ISSUED st San Die,
i J
This cert f caie IS executed by LIBERTY MUTUAL INSJRANCE COMPANY as resoects such nsumnce os s offorded DY That Cornpcny
respects such nwrance os IS afforded by That Compary 11 1s executed by LIBERTY INSURANCE CORPORATION os respects such nsurance os IS offorded by -hot Company
t s executed by LIBERTY WUTUAL FIRE INSURANCE CC